Loading...
HomeMy WebLinkAboutRES 22-231 City of Port Arthur Transit Department Memorandum To: Ron Burton,City Manager c From: Ivan Mitchell,Transit Director ` Date: May 12,2022 Re: P.R.22567—Demolition of Port Arthur Transit's Decommissioned Maintenance Building's Foundation Nature of Request: Proposed Resolution No.22567 requests authorization for the City Manager to execute a contract with Cross Plus Construction to demolish PAT's decommissioned maintenance building's foundation located at 320 Dallas Avenue. Background: Resolution No.21-057 authorized the City Manager to execute a contract to demolish PAT's maintenance building located at 320 Dallas Avenue. It was originally constructed not later than 1939 and had renovations in 1994 and in 2011. In general,for this building that is a minimum 80 years old,since typical building components have life expectancies of about a maximum of 75 years, it had aged beyond its expected useful life.The building is a steel framed structure with a ridge height of approximately 25 -30 feet encompassing 14,000 square feet. Afterward,PAT hired the Solco Group,LLC to explore options to remove the remaining 14,000 square foot foundation. The Solco Group,LLC conducted an extensive site review involving soil sampling,surveying,ground penetrating radar,and asbestos testing to develop a demolition plan. Following the foundation removal the third phase is to construct a new parking lot with overhead canopy on the site. Recommendation: It is recommended that the City Council approve proposed P.R.22567. This resolution would authorize the City Manager to execute a contract with Cross Plus Construction to demolish PAT's decommissioned maintenance building's foundation located at 320 Dallas Avenue. The total cost would not exceed$116,200.00 and is fully funded at 100%via TxDOT grant funds. Budgetary/Fiscal Effect: Funding to pay for the purchase would come from 401-70-530-8525- 00-60-000, Project TR11430. P.R. 22567 5/12/2022 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH CROSS PLUS CONSTRUCTION OF WACO, TEXAS FOR THE DEMOLITION OF PORT ARTHUR TRANSIT'S DECOMMISSIONED MAINTENANCE BUILDING'S FOUNDATION LOCATED AT 320 DALLAS AVENUE IN PORT ARTHUR, TEXAS IN THE AMOUNT NOT TO EXCEED $116,200.00. FUNDING IS AVAILABLE IN ACCOUNT 401-70-530-8525-00-60-000, PROJECT TR11430. CAP-OCO. WHEREAS, PAT has been allocated Texas Department of Transportation(TxDOT) funds to demolish the foundation of their decommissioned maintenance building located at 320 Dallas Avenue, Port Arthur, Texas; and, WHEREAS,the City of Port Arthur's Purchasing Division issued a request for bids in the Port Arthur News on April 16, 2022 and April 23, 2022 to demolish the foundation; and, WHEREAS, on April 28, 2022, representatives from the City of Port Arthur held a mandatory pre-bid conference for prospective bidders to understand the full scope of the demolition project; and, WHEREAS, three (3) bids were received and evaluated by Purchasing and PAT, a copy of the bid tabulation is attached hereto as Exhibit"A"; and, WHEREAS, PAT is recommending that the City of Port Arthur by its City Manager award the demolition of the foundation of their decommissioned maintenance building to Cross Plus Construction of Waco, Texas, the lowest responsible bidder as delineated in Exhibit "A"; and, WHEREAS, a contract agreement between the City of Port Arthur and Cross Plus Construction of Waco, Texas, in substantially the same form as is attached hereto as Exhibit`B". 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. THAT, the City Manager is hereby authorized to enter into a contract with Cross Plus Construction of Waco, Texas to demolish PAT's decommissioned maintenance building's foundation located at 320 Dallas Avenue, Port Arthur, Texas in the amount not to exceed $116,200.00, attached in substantially the same form as Exhibit`B". P.R. 22567 5/12/2022 THAT, a copy of the caption of this Resolution be spread upon the minutes of the City Council. READ,ADOPTED AND APPROVED this day of May, 2022 at a Regular 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: b1& Val Tize , City Attorney ti APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: Account: 401-70-530-8525-00-60-000 Project TR11430 !� Ronald Burton Kandy Daniel City Manager Interim Director of Finance / I / tvdk Clifton Williams, CPPB Ivan 'tchell Purchasing Manger Transit Director P.R. 22567 5/12/2022 Exhibit "A" The Solco Group, LLC City of Port Arthur Transit- Bus Maintenance Foundation Demolition Project Bidding -Construction Cost Estimate Base Bid Contractors Ref Pay Item Description Units Quantity No. Cross Plus CMOS Ramtex Industrial 1 TxDOT 500 Mobilization LS 1 $11,620.00 $57,791.84 $3,935 2 TxDOT 502 Barricades, Signs, and Traffic Handling LS 1 $4,500.00 $2,000.00 $3,250 3 TxDOT 104 Sawcut, Remove and Dispose Existing Concrete Foundation Full Depth (9 inches Slab and Footing) SY 1,610 $5,796.00 $155,580.00 $77,050 4 TxDOT 110 Unclassified Excavation CY 950 $24,367.50 $11,400.00 $16,855 5 TxDOT 132 Select Fill Embankment CY 1,500 $56,700.00 $39,000.00 $66,265 6 TxDOT 164 Seeding for Erosion Control SY 1,667 $2,250.45 $3,000.00 $7,020 7 TXDOT 506-6.4 Construction Exit—Type 1 (Install) SY 40 $1,440.00 $2,406.00 $4,525 8 TXDOT 506-6.5 FODS Track-out Control Mat LS 1 $2,250.00 $5,629.00 $4,420 9 TXDOT 506-6.6 Construction Portable Perimeter Fence—(Install and Remove) LF 488 $1,756.80 $2,440.00 $3,300 10 TXDOT 506-6.8.1 Temporary Sediment—Control Fence(Install) LF 488 $17,569.80 $1,512.80 $4,215 11 TXDOT 506-6.8.2 Temporary Sediment—Control Fence(Removal) LF 488 $439.20 $732.00 $3,195 12 TXDOT 506-6.9.1 Biodegradable Erosion Control Logs (Install) LF 300 $4,080.00 $2,070.00 $2,450 13 TXDOT 506-6.9.2 Biodegradable Erosion Control Logs (Removal) LF 300 $270.00 $330.00 $1,600 14 Allowance Possible underground utilities, vaults, sewer cleanouts, bollards, etc. LS 1 $1.00 $5,000.00 $6,385 Bus Maintenance Foundation Demolition Project Base Bid Total $116,200.00 $288,891.64 $204,465 45 calendar days 45 calendar days 1 P.R. 22567 5/12/2022 Exhibit "B" Contract for Bus Maintenance Foundation Demolitio lan THIS AGREEMENT, made this , day of hr , 2022, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, and C/05 f/Vi Co,ebj tV a(n) Corporation herein after 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 7 J days after the start date on Notice to Proceed. 2. 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. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts stated in bid document. 4. The term"Contract Documents" means and includes the following: A. Agreement B. Invitation to Bid C. General Information D. Specification E. Bid F. Bid Bond G. Insurance H. Notice of Award I. Notice to Proceed J. Federal Forms 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in(2 copies) each of which shall be deemed an original on the date first written above. Signed on the . day of i/lZ/C , 2022. Page 1 of 2 CITY OF PORT ARTHUR BY: Ron Burton, City Manager ATTEST: Sherri Bellard, City Secretary Signed on the day of , 2022. CONTRACTOR BY: PRINT NAME: TITLE: WITNESS: PRINT NAME: Page 2 of 2 THURMAN BILL BARTIE,MAYOR J RON BURTON DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: �Jt SHERRI BELLARD,TRMC INGRID HOLMES CITY SECRETARY CAL J.JONES ?tjqrt5r THOMAS J.KINLAW III VAL TIZENO KENNETH MARKS Iezas CITY ATTORNEY CHARLOTEE MOSES MARCH 30,2022 INVITATION TO BID Bus Maintenance Foundation Demolition Plan DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, May 11, 2022. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, May 11, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P22-039 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 writinze to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and 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 y -CITY OF PORT ARTHUR,TEXAS ot,of r,i,„ ADDENDUM NO. ONE (1) May 6, 2022 BID FOR: Bus Maintenance Foundation Demolition Plan The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Attached is the following\ • Replace Drawing Sheets 1 thru 13 • Replace Technical Specifications Cover on page 32 with the attached Signed Cover page • Replace Bid form on page 103 with the attached revised Bid form Sheets • PRE-Bid Meeting Questions and Responses NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Lf f rL aidgeG.Y1Z� Cli n Williams, CPPB - Purchasing M 1 -Zz_ Sign re of Proposer Date 6/105 onS/71.0 f'cr" Company Vendor Name fla fie Sake nua.tic ADDENDUM NO. 1 DATE: May 04, 2022 OWNER: City of Port Arthur PROJECT: Bus Maintenance Foundation Demolition Project City of Port Arthur Project No: P22-039 TSG Project No: 2021-07-1091 A SUBMITTAL DEADLINE: Bid date Wednesday, May 11, 2022, at 3:00 p.m., Central Standard Time. All bids received will be read aloud at 3:15 p.m. at the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. The additions, omissions, clarifications, and corrections herein shall be made to the contract documents, plans and specifications, for the Bus Maintenance Foundation Demolition Project. All Bidders must acknowledge receipt of this addendum on the appropriate section of the Bid Form and include with the Contract Documents. Addendum references are summarized below. A. PLANS: 1) Replace Drawing Sheets 1 thru 13. 2) Section D -Technical Specifications Cover a) Replace with the attached Signed and Sealed Cover. 3) Section E - Bid Form a) Replace Bid form with the attached revised Bid form Sheets. PO BOX 22001 BEAUMONT,TEXAS 77720 https://thesolcogroup.com N Tie Sake Creua,11C C. PRE-BID MEETING QUESTIONS AND RESPONSES Attached is the pre-bid meeting Q&A and Sign-In Sheet. Question 1 : Does the City have a preferred demolition method? Response: The City preference is a demolition process without excessive noise and vibration from large concrete breaker equipment during construction. An approach such as saw cutting or similar method that will minimize disruption to adjacent buildings and operations is preferred. Wrecking balls are not permitted. Question 2: Sign-In Sheet to be provided Response: City will publish along with addendum Addendum Prepared By: Kelvin Solco, PE, ' 4\..• OF TFiiJ"1, Principal f*• ; j KELVIN L SOLCO Attachments: -o'• 78161 le A. Plans 11 1��FS`/CENS�-� 4• % B. Project Manual �? PO BOX 22001 BEAUMONT,TEXAS 77720 Page 2 http s://th e so[cog ro u p.co m INVITATION TO BID Bus Maintenance Foundation Demolition Plan (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 • GENERAL INFORMATION • FEDERAL CLAUSES D. SPECIFICATION E. BID PROPOSAL YES F. BID BOND YES G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES LINE 1 AND SIGN/DATE LINE 7) H. PAYMENT BOND I. INSURANCE J. PERFORMANCE BOND K. HOUSE BILL 89 VERIFICATION YES L. NON-COLLUSION AFFIDAVIT YES M. AFFIDAVIT PAGE YES N. SB 252 YES O. WAIVER AND INDEMNIFICATION YES P. DBE DOCUMENT YES Q. CERTIFICATE OF SUBSTANTIAL COMPLETION R. LIST OF SUBCONTRACTORS S. STATUTORY LIEN WAIVER FORMS APPLICATION T. AND CERTIFICATE FOR PAYMENT CHILD SUPPORT U. CERTIFICATION FORM V. BID PROTEST SECTION A Contract for Bus Maintenance Foundation Demolition Plan THIS AGREEMENT,made this day of ,2022,by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, and a(n) Corporation herein after 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 days after the start date on Notice to Proceed. 2. 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. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts stated in bid document. 4. The term "Contract Documents" means and includes the following: A. Agreement B. Invitation to Bid C. General Information D. Specification E. Bid F. Bid Bond G. Insurance H. Notice of Award I. Notice to Proceed J. Federal Forms 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in(2 copies) each of which shall be deemed an original on the date first written above. Signed on the day of , 2022. Page 1 of 2 CITY OF PORT ARTHUR BY: Ron Burton, City Manager ATTEST: Sherri Bellard, City Secretary Signed on the day of , 2022. CONTRACTOR BY: PRINT NAME: TITLE: WITNESS: PRINT NAME: Page 2 of 2 SECTION B CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, May 11, 2022 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, May 11, 2022 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: Bus Maintenance Foundation Demolition Plan Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, APRIL 28, 2022 AT 2:00 P.M. AT T TRANSIT FACILITY,_ 322 PROCTOR 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. CL- 02G���i C.yN,4- Cli`fn Williams, CPPB Purchasing Manager FIRST PUBLICATION: April 16, 2022 SECOND PUBLICATION: April 23, 2022 SECTION C GENERAL INFORMATION: 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. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Most Responsive Bid in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. 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. WITHDRAWAL OF BID: The bidder may withdraw its bid by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The bidder may thereafter submit a new bid prior to the deadline. Modification or withdrawal of the bid in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. 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 ITB, 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. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. 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 will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer'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. All addenda will be numbered consecutively, beginning with 1. PRICES: The bidder should show in the bid 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.: Transit, 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. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. 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. 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. 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$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. 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. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF BIDS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Bidder has notified the City, in writing, that the Bidl Document contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps, even if the City is negligent in failing to do so. AMBIGUITY: Any ambiguity in the Bid Document as a result of omission, error, lack of clarity or non-compliance by the Bidder with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Bidder's ability to meet the minimum standards required by this ITB. CHANGE ORDER (a) The Contracting Officer may at any time, and without notice to the sureties, if any, by a written order, make changes within the general scope of this contract in any one or more of the following: (is) drawings, designs, or specifications; (ii) extending term of contract; and (iii) equitable adjustment in price/time of performance. If any such change causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this contract, whether changed or not changed by the order, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified in writing accordingly. (b) Any notice of intent to assert a claim for adjustment under this clause must be asserted by the Contractor within 30 days from the date of receipt of the Contracting Officer's written order; provided, however, that later notice shall not bar the Contractor's claim if the Contractor can demonstrate that PAT was not prejudiced by the delay in notification. In no event shall any claim be asserted after final payment. Bus Maintenance Foundation Demolition Plan Port Arthur Transit Maintenance Building 320 Dallas Avenue Port Arthur, Texas Prepared by: Port Arthur Transit (PAT) and The Solco Group .�' Port Arthur Transit APRIL 2022 0„ CITY OF PORT ARTHUR, TEXAS 0 PORT ARTHUR TRANSIT DEPARTMENT Port Arthur Transit Bus Maintenance Foundation Demolition Plans TM MI 410 PROJECT CONSISTS OF PREPARATION WORK FOR A NEW PORT ARTHUR TRANSIT DEPARTMENT EV BUS PARKING LOT '„* ' CITY OF PORT ARTHUR PN:21-287 THE SOLCO GROUP PN:2021-07-1091A '•A.14.14, MARCH 2022 v S 4 :.(; 4 I P r\. / t r/ f I„ ,, IN • f _ ) ., 42 �� 1 / SHEET INDEX N t J ,L. DISCIPUNE DWG NO. SHEET NO. SHEET TITLE DESCRIPTION \\ +j i/ ,Y ^�} 00.01 1 COVER SHEET AND SHEET INDEX GENERAL .. , / � .(1/, w ... GENERAL IM - NOTES: INFORMATION G0.0] 2 GENERAL NOTES AND ESTATED QUANTITIES 'A 00.03 3 TOPOGRAPHIC SURVEY i. - c\ 00.04 4 HAUL ROUTE,TRAFFIC AND EROSION CONTROL. � / - 01.01 5 DEMOLITION PLAN _ 02,01 d DEMOLITION DETAILS,FILLAND COMPACTION Iwo 01.02 7 9ACKFILL MONO PLAN - ECU)-16 9 CONSTRUCTION EXITS CIVIL EC(9)46 9 EROSION CONTROL LOG(1 OF 3) ') EC(9)-16 10 EROSION CONTROL LOG(]OF 3) ' - I'IfUJ LI:I .J EC(91.13 11 EROSION CONTROL LOG(3 OF 3) I_IJ1 A I ION , EC(1)-16 12 FENCE AND VERTICAL TRACKING BARRICADE AND CONSTRUCTION ' SC(10).21 13 CHANNELIZING DEVICES .LA.A' DATE MARCH 2022 ♦, ... .I' - �'„ PROJECT TITLE• BUS MAINTENANCE [" FOUNDATION '' y' DEMOLITION A. O' v' TITLE lE: r/ `a PLEASE CALL TEXASRII BEFORE YOU DIG COVER SHEET .s- / . /. . II... A LOCATION MAP c0.01 a j�~ I. SHEET NUMBER: SHEET TOTAL NTS 1 13 SCALE:N.T.S DRAWN BY: SK CHECKED BY: KS EXISTING TOPOGRAPHY CONSTRUCTION ACTMTIES - 1. NC EXISTING TOPOGRAPHY SHOWN ON THE PLANS ARE BASED 1. THIS PROJECT SHALL BE CONSTRUCTED IN ACCORDAE t._lt, ON THE SURVEYED TERRAIN FOR THE CONSTRUCTION WITH THE CONTRACT PLANS AND SPECIFICATIONS THE PROJECT I d,/4-4/ LIMITS OF THE PROJECT. THE CONTRACTOR SHALL IS SUBJECT TOINSPECTTON BY REPRESENTATIVES OF THE CITY (vim FIELD VERIFY THAT THE EXISTING TOPOGRAPHY SHOWN OF PORT ARTHUR,THE ENGINEER.AND PORT ARTHUR TRANSIT IS REASONABLY ACCURATE.IF THE ACCURACY IS IN STAFF.THE CONTRACTOR SHALL PROVIDE UNRESTRICTED QUESTION THE CONTRACTOR SHALL NOTIFY THE ACCESS TO THE SITE FOR INSPECTION PURPOSESDURING ENGINEER AT LEAST TWO WEEKS PRIOR TO THE THE ENTIRE CONSTRUCTION PERIOD. START OF CONSTRUCTION AND A COURSE OF ACTION WILL BE DETERMINED AT THAT TIME. THE CONTRACTOR 2. CONTRACTOR AND CONSTRUCTION ACTM1IES SHALL COMPLY SHOULD COMPLETE A CROSS SECTIONAL SURVEY TO AT WITH ALL PLANS.AND SPECIFICATIONS LEAST THE LIMITS OF CONSTRUCTION INDICATED IN THE PLANS OF THE EXISTING TERRAIN TO VERIFY THE ACTUAL 3. THE CONTRACTOR SHALL SUBLQTADETAILED CONSTRUCTION WIZ EARTH WORK QUANTITIES AS REQUIRED BY THE PROJECT PROGRESS SCHEDULE TO THE PORT ARTHUR TRANSIT STAFF ANC Tem AM II... SPECIFICATIONS. RESIDENT PROJECT REPRESENTATIVE(RPR)EACH WEEK .0 4. THE CONTRACTOR SHALL SUBMIT A DETAILED CONSTRUCTION PROGRESS SCHEDULE TO THE PORT ARTHUR -- EXISTING CONDITIONSNNDERGROUND AND CONCEALED TRANSIT STAFF AND RESIDENT PROJECT REPRESENTATIVE(RPR) V EACH WEEK 1. CONTRACTOR SHALL FIELD VERIFY EXISTING CONDITIONS 5. ALL MATERIAL SUBMITTALS FOR ITEMS TO BE USED IN PRIOR TO BEGINNING CONSTRUCTION AND REPORT TO THE CONSTRUCTION OF THE PROJECT SHALL BE SUBMITTED TO THE ENGINEER ANY VARIATIONS FROM THE INFORMATION SHOWN ENGINEER FOR REVIEW AND APPROVAL 7 DAYS PRIOR TO ON CONSTRUCTION PLANS. COMMENCEMENT OF THE ASSOCIATED WORK. 2 CONTRACTOR SHALL BE RESPONSIBLE FOR THE LOCATION 6. THE PROJECT PAY ITEMS ARE PROVIDED TO BE INCLUSIVE OF ALL AND IDENTIFICATION OF ALL EXISTING UTILITIES IN THE WORK TO BE PERFORMED AS SHOWN IN THESE PLANS.ALL AREA. CONSTRUCTION AR ANY DAMAGE TO EXISTING LII1Lfr1ES BY WORK NOT IDENTIFIED WISH A 3PECIFtC PAY ITEM IS TO a CONTRACTOR SHALL BE THE RESPONSIBILITY OF THE BE CONSIDERED REQUIRED/INCIDENTAL WORK TO COMPLETE THE CONTRACTOR CONTRACTOR SHALL REPAIR ALL UTILITY PROJECT AND IS TO BE INCLUDED IN THE COST OF THE PROJECT DAMAGED BY CONTRACTOR AT NO ADDITIONAL COST TO PAY ITEMS PROVIDED. OWNER 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR STAKING 7. CONTRACTOR SHALL REPAIR OR REPLACE ALL ITEMS NOT AND GRADE CONTROL OF ALL ELEMENTS OF THE PROJECT DESIGNATED FOR DEMOLITION OR REMOVAL THAT ARE DAMAGED AT NO ADDITIONAL COST TO THE OWNER. BY CONSTRUCTION EFFORTS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE IMMEDIATE REPAIR OF ANY DAMAGE 4. CONTRACTOR SHALL VERIFY ALL SURVEY CONTROL TO PORT ARTHUR TRANS'.FACILITIES,INCLUDING BUT NOT ELEVATIONS,AND EXISTING GRADES PRIOR TO BEGINNING LINT LED TO EXISTING PAVEMENTS.UNDERGROUND CABLES, CONSTRUCTION.ANY DISCREPANCIES SHALL BE REPORTED TO LIGHTS, SIGNS, FENCES, EQUIPMENT. ETC CAUSED DURING THE ENGINEER PRIOR TO BEGINNING CONSTRUCTION. CONSTRUCTION.ALL REPAIRS MUST BE MADE IN COORDINATION WITH THE OWNER AND TO EQUAL OR BETTER 5. THE CONTRACTOR SHALL PROVIDE AND MAINTAIN ALL QUALITY AND IN COMPLIANCE WTTH THE CITY OF PORT ARTHUR HORIZONTAL AND VERTICAL CONSTRUCTION STAKING AS ALL REPAIR AND REPLACEMENT COST SHALL BE AT THE EXPENSE REQUIRED FOR THE PROJECT DEVELOPMENT. OF THE CONTRACTOR. GENERAL 6. CONTRACTOR SHALL ESTABLISH ANY ADDITIONAL CONTROL 8. CONSTRUCTOR AREA LIMITS THE LIMITS OF CONSTRUCTION NOTES: POINTS DEEMED NECESSARY BY CONSTRUCTION PERSONNEL MATERIAL STORAGE AREAS,PLAN SIT E,EQUIPMENT STORAGE PRIOR TO BEGINNING THE WORK AREA,PARKING AREA AND OTHER AREAS DEFINED AS REQUIRED FOR THE CONTRACTORS EXCLUSIVE USE DURING 7. CALL TEXAS811 BEFORE YOU DIG. CONSTRUCTION SHALL BE MARKED BY THECONTRACTOR. 9. THE CONTRACTOR SHALL BE RESPONSIBLE OF COMPLYING WITH ENVIRONMENTAL, STATE,AND LOCAL LAWS AND SHALL OBTAIN ALL 1. IN THE EVENT THAT UNANTICIPATED CONTAMINATION NECESSARY PERMITS REQUIRED FOR CONSTRUCTION. IS ENCOUNTERED DURING CONSTRUCTION,WORK IN THE 10. CONTRACTOR SHALL CONTACT ENTERGY SERVICES.LLC 48 IMMEDIATE AREA WILL CEASE.CONTRACTOR SHALL NOTIFY HOURS PRIOR ALL WORK THAT WILL TAKE RACE ON THIS THE RPR AND ENGINEER TO CONTACT THE RELEVANT PROJECT. NO CONSTRUCTION PERSONNEL, IDOLS OR ENVIRONMENTAL AUTHORITY. EQUIPMENT SHALL COME WITHIN 6 FEET OF AN ENERGIZED 2. ALL WASTE MATERIAL SHALL BE DISPOSED OF OFF-SITE AND UNTIL THE WORK ISCOORDINATED,APPROVED. IN ACCORDANCE WITH ALL THE LOCAL, STATE AND END ENPEERGIZED LINESNE BY ENTERGY BERAISED,RS RELOCATED,S IL.IN EDE ERENT THE FEDERAL REGULATIONS. -ENEGI D.I NEED TO OCONTRACTORS DE{NERGIZED,IT SHALL BE AT THE CONTRACTOR'SE%PENSE 3. WORKERS SHOULD APPROACH CONSTRUCTION ACTIVITIES DATI A1AnoM]ate WITH AN AWARENESS FOR SAFETY AND HEALTH AND OF Bltl iCMtlub PROJECT THE POTENTIAL HAZARDS ASSOCIATED WITH INGESTION/ Bus Maintenance Foundation Demolition TIRE INHALATION OF OR DERMAL EXPOSURE TO Pay Item Spec No. DeBCrlptlon Units BM CITY Final CITY Rrnrke GASOLINE-CONTAMINATED SOILS AND GROUNDWATER AND TxDOT500 Mobilization LS 1 BUS MAINTENANCE ASSOCIATED VAPORS HAZARDS. APPROPRIATE PERSONAL TxDOT 502 Barricades,Signs.and Traffic Handling LS 1 FOUNDATION PROTECTIVE EQUIPMENT(PPE)AND FIELD MONITORING TxDOT 104 Sewcul.Remove and Dispose Existing Concrete Foundation Full Depth(9 inches Stab and Footings) SY 1,610 EQUIPMENT SHOULD BE USED DURING CONCRETE REMOVAL. TxDOT 110 Unclassified Excavation CY 950 DEMOLITION EXCAVATION,AND DRILLING ACTIVITIES.SOIL OR TxOOT 132 Select PIE Embankment CY 1.500 GROUNDWATER WASTES GENERATED DURING THE CONSTRUCTION ACTIVITIES REQUIRING OFF-SITE DISPOSALMEI TeOOT 184 Seeding la Erosion Control SY 1,667 DRAWING SHOULD BE PROFILED AND DISPOSED OF AT A FACILITY TxDOT 506.64 Construction Exit-Type 1(Install) SY 40 GENERAL NOTES AND PERMITTED TO ACCEPT SUCH WASTE. TxDOT 508-8.5 FOES Traack-oul Control MeB LS 1 ESTIMATED QUANTITIES Tx1)0T 506-6.6 Construction Portable Penmeter Fence-(install and Removal) LF 488 TxDOT 506.6.8.1 Tempo,any Sediment-Control Fence(Install) LF 486 G0.02 TxDOT 506.6.82 Temporary Sediment.Control Fence(Removal) LF 488 SHEET NUMBER SHEET TOTAL: TxDOT 506.6.9.1 Eiodegradable Erosion Control Logs(Instal) LF 300 2 13 TxDOT 506-6.9.2 Biodegradable Erosion Control Logs(Removal) LF 300 acALE:N.T.S ALLOWANCE Possible underground utilllies.vauts,sewer cleanouts.bollards,etc. LS 1 DRAWN BY: SK CHECKED BY: KS I-. I 1 a1 1 a f i t o /Tr • Er20 0 0 J I 1 ,..... H..w IVW NM.wf A,Y']" .40.0 _ . '�i}> a.N,sr x 'r1 ...lc. .ii: , I II 1. ,.... .., THPE FIRM 822826 !I B x: I 'f�:�i, 1$4ui 1r.dfi — ,,, f j 3, x B ii $ m �I 6 t5;f i 1 t 5 I I�x:94 I R; Xj I i I a ,\ — B r . = .., ,,, p 1 T 1!1 //I. w .a I'Y GENERAL NOTES: 2. A. a`r' � } ,., a 8y r."' wS—,.—w—. —w—.w—w ,.—.w—w—w—.w—_.w—.,N^�w ,._.. ,w� .u::..p,w „ I Lx 3 413 ! 1 a.IC Y� 'w_' • j r • B n _ A •a.251 29 7„ .1 45 I i i 1slz jB DALLAS ALENIIE '� 1 a26 (u�eireana) 3 p jc �r 1 .n - a DATE: MARCH2O22 p •,• .• PROJECT TITLE; BUS MAINTENANCE } d}Jf i e I. I FOUNDATION i IlI 4 B __ I •d a d DEMOLITION g I AI.,T a.r ,r •4 e 96 — d!i F. 1 I.: "° a.. •, DRAWING TIRE: — i'°»� —,< w Ill 21 ,. �— —^.— - -^+- - - - - - - - - �—� _9 � :" TOPOGRAPHIC SURVEY —eve I-.a. — =�.. i�0 _ 3B r" DRAWING NIMBEft: —..,— s,al ..1- F4•— .• r.— nrWy lfe� a B ..r. •aa+ G0.03 • fi 1. " � __ •2— o —" .2- "• •^ 24 -22222—w.—v. .4—.«— n—,.c vs—w—.—uc, us—w.—.a—v„--z+k —vs—...._w.._ —�_ _ _ _ —, ^ SHEET NUMBER SHEET TOTAL .0 1w • 1 I ; v �I�+M .n"` a13 w<I SCALE:1'r 1D .wro I 7 KKN r1 I I zil .ox wo �I ...�I`'t« I, .a.36 ja q f I DRAWN BY: SK CHECKED BY: KS ��t} V., \ ,v Ff. .,W + Y.:'"�iFir \V•'� �.« v/ "�M '~' NOTES ,,,.. /t. ', 54, ,/ ;'! • / 1,+- �� i i- _ u q14.�,� 1. ALL SIDEWALKS AND CURBS TO REMAIN Cyr Aar )'. ,1 ~'�: � I" "1� �,i," 1 k, 2. DEMOLITION LIMITS ARE SHOWN ON P v", :. 4?,..,. / s / - "+« .,,L,,,. C LAMS N'Y?, `'I I//-�7 ' x. 14 fgy N„, . t 3. TRAFFIC CONTROL MUST BE MANAGED DURING HAUL ACTIVITIES 4-,M^%4r / ,i',� ,1 r Al k v, y" , 4. DUST CONTROL WILL BE THE RESPONSIBLITY OF THE CONTRACTOR N ._yw: - �, •fij; d HAUL ROUTE - f' _,.p. _, �'%" • R,,'�. ' ' 4F 1.THE CONTRACTOR WILL BE RESPONSIBLE FOR PROVIDING AND "" • 4TM �' ''�x it 4 MAINTAINING STAGING AREA AND HAUL ROUTE AS NECESSARY FOR '"""'® _ •• �A s ..� { 5� s L, A'4� 4 . #' .'+� HIS OPERATIONS. THIS ITEMS SHALL BE SUBSIDIARY TO OTHER k. ' �� 'd 4,A1,r' { r, ,Lst ;1"'�. .�.. }..:'. ITEMS IN THE CONTRACT. *� F 6�y'` „� ,,,r�" r 11�1,1 I �,,n �* F a n \ 2.IT SHALL BE THE CONTRACTORS'RESPONSIBIUI'Y TO COORDINATE ALL ' c._ a . ' 4. ' P .,.F ` OFF-SITE ROUTES WITH THE APPROPRIATE AUTHORITIES. p'D ,r�� 1� -�"P'ri Amur •,' 3'/' , .1'\.j"ti , 4•'. itt' 3.HAUL TRUCKS TRANSPORTING LOOSE MATERIAL OFF SITE SHALL USE {f. .-' �(� .- :IA :�/'F/, "�' LOAD COVERS AND SHALL BE LOADED SUCH THAT NO SPILLAGE OCCURS f�3 '3 i 1 �, y. F .# DURING TRANSIT.ALL CONTRACTOR EQUIPMENT MUST BE MAINTAINED IN q. GOOD WORKING ORDER.CONTRACTOR VEHICLES THAT LEAK OR DRIP OIL a ' 97 AND/OR FLUIDS MUST BE IMMEDIATELY REMOVED FROM THE PROJECT FOR ,- {�r i�. F d f% REPAIR AND THE SPILL CLEANED UP IN ACCORDANCE WITH �u •L s 1e l.1:T=T- t STATE AND FEDERAL REQUIREMENTS. b 41 ^,:.. ''`4». -'k r.e� i /n..' 1' ,�.s'V,t- 4.THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING HIS/HER / 9� _ a t>< ,, Z�,,x T.. JR,/Tr I(///"' f-. s,,. OWN COMPLETE UTILRY SERVICES. THE CITY OF PORT ARTHUR WILL NOT ,F /'\ � R y,!-. . PROVIDE FACILITIES AND SERVICES TO THE CONTRACTOR DURING �g AZ}: 4.14`� /� / Fr.(� CONSTRUCTION. THE CONTRACTOR'S PERSONNEL ARE PROHIBITED FROM [•.��`+ / ,i j „��� i �. }`i UTILIZING THE BUS TERMINAL. ASSOCIATED COST WILL BE ' *kA n£�>. t LIT f SUBSIDIARY TO OTHER ITEMS IN THE CONTRACT. // `, ''.4 • p''s S;-, '>'e'�.6 r'SSjT f w P 5.ALL EXISTING ROADS OR PAVEMENTS USED AS ACCESS/HAUL ROADS SHALL ,.,„Ni. , i3 � 4 f ^,,tK -�� ¢' '- BE MAINTAINED AND IMPROVED AS REQUIRED. THE ROAD OR / N, t » "'"k'` S �. T�s PAVEMENT CONDITIONS WILL BE INSPECTED JOINTLY BY THE ENGINEER ,TI.� i. �, .""k$ } • 4., „ , - AND CONTRACTOR PRIOR TO AND AT THE END OF THE PROJECT. THE `!, f'4 x �` ''' ? +� !9b CONDITION OF THESE ROADS AND PAVEMENTS SHALL BE EQUAL OR 7�. a r^[ �_ BETTER THAN AT THE START OF THE PROJECT AS DETERMINED BY THE y�i ¢ [m r'• c �?4 't \ L•.F ., ENGINEER. s ` fig}``9�. - �/� .k ��. 6.HAUL ROUTES MUST NOT BLOCK BUS ROUTES ON DALLAS AVENUE,4TH STREET GENERAL ' AND TO TERMINAL AREA NOTES: •ic� -, \ ,,�) _ 7.THE SITE SHALL BE KEPT FREE OF ALL DEBRIS,DIRT,ETC.,AT ALL TIMES. ..� y K.•r ��" - �o ;b �'' ANY SPILLAGE OF SOIL, DEBRIS OR OTHER MATERIALS SHALL BE A. k\ J�,; �I •4, CLEANED UP IMMEDIATELY USING APPROPRIATE POWER SWEEPERS, 1• .,.yam / \L� BLOWERS OR OTHER APPROVED EQUIPMENT,BY THE CONTRACTOR DUST GENERATED DUE TO CONSTRUCTION ACTIVITIES SHALL BE - •- k � , } - ADEQUATELY CONTROLLED AT ALL TIMES.AN INSPECTION SHALL BE t / * h • cr ,�' B IMPLEMENTED BY THE CONTRACTOR DURING CONSTRUCTION ON A DAILY r y 7',r....- •I S�', _ 1 \. 4. 0..: - BASIS. . '% y_Is rl '.., . .. B.THE TRANSIT DEPARTMENT WILL DESIGNATE AREAS FOR CONTRACTOR'S J 4x; Y ',y �/�/ EMPLOYEES AUTO PARKING. , t t. U �•.*! • +e '� _ .,}. tr SITE ACCESS 1.THE CONTRACTOR SHALL BE RESPONSIBLE FOR TRAFFIC CONTROL TO DATE MARCH 2022 AND FROM THE VARIOUS CONSTRUCTION AREAS ON THE SITE. -- t, EROSION CONTROL LOGS ROCK CONSTRUCTION EXIT AND FODS NOTE EJECT 2.THE CONTRACTOR SHALL NOT PERMIT ANY UNAUTHORIZED 1.CONTRACTOR SHALL USE THE STABILIZED ROCK CONSTRUCITON EXIT AND CONSTRUCTION PERSONNEL OR TRAFFIC ON THE SITE. BUS MAINTENANCE SEDIMENT CONTROL FENCE FODS TRACK-OUT CONTROL MATTS TO CONTROL DEBRIS AND MUD FROM 3 THE CONTRACTOR IS RESPONSIBLE FOR IMMEDIATE CLEAN UP OF CONSTRUCTION VEHICLES LEAVING THE SITE ANY DEBRIS DEPOSITED ALONG THE ACCESS ROUTE AS A RESULT OF. FOUNDATION ACCESS AND HAUL ROUTE 2.MEASUREMENT AND PAYMENT OF STABILIZED ROCK CONSTRUCTION EXIT CONSTRUCTION TRAFFIC. DEMOLITION AND FOD TRACK-OUT CONTROL MATTS PER ITEM TXDOT 506-6.4 4.ANY TRAFFIC CONTROL SIGN AND DEVICES PLACED IN THE COURSE OF - -- DRAWING .'4, TRAFFIC BARRICADES 3.THE STABILIZED ROCK CONSTRUCTION EXIT WILL REMAIN IN PLACE AFER THE PROJECT SHALL BE IN ACCORDANCE WITH THE MANUAL OF UNIFORM TITLE CONSTRUCTION FOR FUTRE USE BY THE OWNER. TRAFFIC CONTROL DEVICES(MUTCD). HAUL ROUTE.TRAFFIC AND 5.THE CONTRACTOR WILL BE LIABLE FOR ANY FINES ISSUED BY THE EROSION CONTROL ® CONSTRUCTION EXIT(25'X 14') CITY OF PORT ARTHUR AND JEFFERSON COUNTY FOR TRAFFIC VIOLATIONS G0.04 STABILIZED ROCK AND SECURITY VIOLATIONS FOR WHICH IT IS CITED. SHEET NUMBER SHEET TOTAL: IEEETEMPORARY STAGING AND STOCKPILE AREA 4 13 SCALE:N.T.S DRAWN DV: SK CHECKED BY: KS 1 a• l REMOVE CONCRETE DRIVEWAY CONNECTION I .4'j'Y' (/�'�j.-)` 1 DEMO EXISTING PARKING LOT SAWCUT FULL CEPTH f , , 1 CONCRETE PAVEMENTTORT SIDEWALK I_ - AND EXISTING FOUNDATION PROTECT EXISTING INLET TO REMAIN IN PLACE 0 10 2p s FULL DEPTH r I ,- I- I Feel EXISTING L_ TO REMAIN IN PLACE ST CURB AND ER E END ---DRIVEWAY PAVEMENT __- �� TO REMAIN IN PLACE I - - --- - EXISTING CONCRETE10,T.,e_..., - PAVEMENT AND FOUNDATION DEMOLMON ' , '7 - _• TBPE FIRM P22626 NOTE: L.1 rk, DEMO ELEVATED P. CONTRACTOR WILL ENCOUNTER .I UNDERGROUND PIPESYSTEMS,DRAINPIPES, - - HARDSTANOS AND OTHER INFRASTRUCTURE "•"" CONCRETE PAD :div7i-UN FULL EMBEDDED INTO THE EXISTING CONCRETE „ /' - I FOUNDATION. W..S SAWCUT FULL DEPTH "�-' 2. OVER EXCAVATION MAYBE REQUIRED TO � NFRASTRUCTUREREMOVE BOTH BEDDED AND ASSOCIATED WITH THE rV; S CONCRETE FOUNDATION o EXISTING GRASS,TREES.AND OTHER 2 II-I • IN PLACE. AROUND THE SITE ARE REMAIN G W VEGETATION MUST BEREPLACED GE TO ATTTO h ��< _ - - _. 10C � m U o- 4 SAW CUT AREAS MAY VARY AS NEEDED TO a _-- - ]O PROTECT EXISTING DRIVEWAYS.CONTRACTOR I d u WILL NEED TO FIELD VERIFY EXACT SAW CUT • LOCATIONS . jl OtA • O �� • IITH EXISTING FIELD `, 1 UT471E81'O (TO BE FIELD VERIFIED) i i REMAIN IN PLACE • I'i Ui1'11'AY I,I • 1 `.I.ri'i Fl; 1 d �I I 1II I I GENERAL NOTES. SAWCUT FULL DEPTH /L 9 I J �/ • \ I �e�RA I x�`_Y'�2T:= L.yi I /� _.. :'n 1 P,I I 1_ • • ASSUMED LOCATION EXISTING u~-- o • 1. AS RCP E RAMP AND SIDEWALK REMOVE CONCRETE 1Jhl.l MI\NI U.L TO REMANNPI.ACE DRIVEWAY COIMJECTION STORM MANHOLE N� -EXIST CURB AND '7)1= I i`1^ RCP e��r^nC1'J TOP T ! I - -- ` ^ GUTTER TO REMAIN "' p ! C1'. LG(:A TIUN IN PLACE •IN RCP ' F�L=-0.99i -P1- EXISTNO SAWCUT FULL DEPTH -jl- 119' . �W1(�.R I INF UT1UTIES TO - I'1.1 .1 I CURBPROT INLET EXISTING R I E" :AN.]AR', L'Nl. • REMAIN CURBINLET l-6'I 1'Vt' PROTECT EXIST - A I+!I E/L-1.1'i EXISTING DALLAS AVENUE MANHOLE 7 nwrE MARCH 2O22 Si.N?n!t'f MANMU.i:.-• '•: CURB AND GUTTER —- •- --..• (.-1 _. (UY-•1 54' I S TO REMAIN IN PLACE ( 70. WIDE PUBLIC R.O.W. ) e � ``PVC I- PROJECT TITLE: ,pP1:0Y;. ICCAiIG!J fpl.=1.13 L __- I I z" HCP t ROADWAY p BUS MAINTENANCE enr. ur11 � I i 1,,,-ROADWAY FOUNDATION 8 METED NORTH VOLT . I I 48 RCP DEMOLITION I $ I I III FIRI HYURAN I STORM MANHOLE-� F/L--SOS C I E J S_TOi2M MANHOLE- I i AINt 1::=V 6JA OP=a Si' \ ! I PROTECT EXISTING TOP=a..35' I -3Gh I1/I /4' CURB INLET 48 RCP ; _-- --- 1. I a ��. Ar_ _ «—ems— = — —.,-1w- �.Os' �->a—..- DRAWINGnTLE '�- ~—� 1 1- _ e �� «• DEMOLITION PLAN I-2 f s �,.�� / CONC 0 'TER t—J �'-' I " S rnl ( �‘\` I - . - — _ — _ —_' C —5/W RAMP U1,. DRAWING NUMBER: '"f-.� ., -"I \ >. _Y .� \� I i I.B s NUMBER: s AL. "A- r.. - 1F,s.- . •"'"9 -._ -,,. -L.-L.-L.-L..- rs ..- TN MB u r. n I I • x d f. • Ji( I SCALE:1'•10'. I � SHEET TOT f I IL{ I 2 .� 1,,.._/x HCaL'-ARUh �:L1(, x 11I I �. -.s I : I%. %.� A• %^; 1\. . 1 i ! I I 1 11 -• DRAWN BY: SK I CHECKED BY: KS SEED TOP LAYER(SEE TEM 1641 FINISHED GRADE VARIES I SEE BACKFILL GRADING SHEET 01.02 �,_ Ir-� EXCAVATE EXIST SUBDRADE 2r DEMO EXISTING 9•CONCRETE:ND � - SELECT FLL COMPACTED 30' AND DISPOSE OFFSITE(FXDOT 110) DISPOSE OFFSITEITXDOT10re T.,.„em / ..Y mil l { S T EXISTING SUBGRADE TO REMAIN IN PLACE \ ,44l, Ex ISTIN 0 Su&GRADE TO R[MAIN IN PLACE a SITE BACKFILL AND COMPACTION SECTION EXISTING CONCRETE FOUPDATI:,N TYPICAL DEMOLITION SECTION N.T.S. NTS LOCATIONS FILL USCS SOIL TYPE ADDITIONAL DEMO EXISTING 30'CONCRETE GRADATION FOOTING WHEN ENCOUNTERED TO BE USED CLASSIFICATION CLASSIFICATION REQUIREMENTS Below Select 1. 100%passing 1. Liquid Llmt4d0 EXCAVATE EXISTSUBGRACE 6' Foundations Structural CL 2-inch sieve 2 Plasticity index between :;k:::..;;;5 1 v' $ and Pavements Fill 2. Minimum 60't 10 and 20 •' NO GENERAL passing-R200 3. <2%Orgy nic Content � NOTES: sieve Silt 4 Silt Content 60%or less EXISTING SUBGRADETO REMAIN IN PLACE GEOTECHNICAL RECOMMENDATIONS FOR SELECT FILL MATERIAL EXISTING CONCRETE FOUNDATION TYPICAL FOOTING DEMOLI IRON SECTION NT.S SUB GRADE NOTES: SELECT FILL NOTES: DATE MARCH 2022 PROJECT 1. EXCAVATE SUB GRADE TO THE BOTTOM OF PROPOSED SELECT FILL GRADE. 1. PLACE SELECT FILL IN LIFTS,MAX LIFT 8 INCHES. TITLE 2. PROOF ROLL EXPOSED SOIL TO EXPOSE SOFT SOILS.SOFTAREAS WHICH DEFLECT MORE THAN 1 INCH OR 2. MINIMUM COMPACTION 98%STANDARD PROCTOR MAXIMUM DRY DENSITY IASTM D698}AT 0 TO+3 BUS MAINTENANCE SHOW PERMANENT DEFORMATION SHALL BE EXCAVATED AND REPLACED WITH SELECT FILL. PERCENTAGE POINTS OF THE SOIL OPTIMUM MOISTURE. FOUNDATION 3. PROOF ROLLING SHALL BE COMPLETED IN THE PRESENCE OF THE RPR OR ENGINEER. 3. CONTRACTOR SHALL MINIMIZE SOIL DISTURBANCE.IF THE SOIL BECOMES DISTURBED OR WET,THE DEMOLITION 4. PROOF ROLLING SHALL BE PERFORMED ONLY DURING DRY WEATHER. CONTRACTOR SHALL SCARIFY AND EXPOSE THE SOILTO FACILITATE DRYING OR EXCAVATION AND 5. PROOF ROLLING SHALL BE INCIDENTALTO PAY ITEM TXDOT 110.NO SEPARATE PAY FOR PROOF ROLUNG. REPLACEMENT OF THE SOIL NO SEPARATE PAY TO SCARILY AND EXPOSE SOIL DRAWING 6. ANY LOCALIZED STUMPS OR DEPRESSIONS SHALL BE EXCAVATED AND REPLACED WITH SELECT FILL. 4. COMPACTION SHALL BE PERFORMED ONLY DURING DRY WEATHER. TILE: DEMOTION DETAILS,FILL AND 5. NO MOTORIZED VEHICLES DURING WET WEATHER TO PREVENT RUTTING. COMPATIONC SECTION 6. CONTRACTOR PROVIDE SELECT FILL MATERIAL SUBMITTAL TO THE ENGINEER FOR REVIEW AND APPROVAL AT D2.01 LEAST ONE WEEK BEFORE PLACEMENT. SHEET NUMBER SHEET TOTAL 8 13 SCALE:N.T.S DRAWN BY: SK CHECKED BY: KS 1 I I I a MATCH EXISTING MATCH EXISTING I .--i 10, �Faet NI I o-1. PAVEMENT GRADE PAVEMENT GRADE - LEGEND I. 1.30 Ne. SELECT FILL FINISHEDORADE SG. 1 • _ , 22,5V TBPE FIRM#220213 IF I mPY [L� xis'++ FINISHED GRADE ELEVATION „• I •. I I NOTES: i J 1. FINISHED GRADE OF SELECT ELL MATERIAL gSD SHALL BE GRADED AND SLOPED TO DRAIN TO I •I. I—1 THE CENTER OF THE SITE g . 2. EROSIONTHECONTROLD FENCING TO REMAIN W •I W PLACE FORRTHE DURATION OF BACKER/ • - W K GRADING. W • 1.1..I� Iv • e 1 - I i GENERAL NOTES: 1 ,X xhI J: ii: Y �. �MATCH EXISTING .. a w—w_w-=—ry M=„Ow—. —Ll -•v_.._. ^— PAVEMENTGRADE MATCH EXISTING m •N—m—.r--" ." d PAVEMENT GRADE II _n. m a I 1 d 1 I i I • 1 i DALLAS AVENUE i d I DATE: MARCH2022 I G7 I i ( 70' WIDE PUBLIC R.O.W. ) d �1 PROJECT TITLE:1 % A I C BUS MAINTENANCE I 1 f I I FOUNDATION 1 I I d DEMOLITION I I 1 d DRAWING TITLE: «—.. 1 «� �fm—�•—« E1:::::! —m—..—�—�—�- -..— —«—«Th • Irr—n—ri— '- -_ L( TII 1.02 . J '.1 — .I�j�i7/w— --us—v..—wa—wo—.we--..ec- —,��„„L —i'ITI I 7 —..—.P—I.—Px— —�—,m—o I DRAWN BY: SK CHECKED BY: KS i. • y Q Drain to sediment Stab 11 T.1 Drain to sediment 6 I trapping device I trapping deride — R.O.e.— Or i.orgy ..—..—.. S note 2 �g I I et 2 x e• treated finders IIp SO' Min 25 M N _� nI 07eturaso MM- nailed onto abutted ends b� 10'Min. Sall Arad of wad snMes I I Traatad 2f+hoer pl Mlt I '�• ye Yin. thick plywood or r �.. Sh qli;'I, •I I9• I �k1. �Ll` 1 I ! gamed rarer board enee+s 11f �� I .I I' 1 2 i i if 1 II ,fill I iia 1 tv- mini -1 ��l�� ,,If ,y ) t i i000 __ II Paved Roodooy p ' r-t r-•• r,-•t r,-•s t r.-' c PLAN VIEW eg COQse Apprepats pC Ii{I III 11i . .1 ; ( i bh _ b 1I 4I 1 11 Veber. - - t ��hI� _ , .ll�l II( 2' X 6'Nailed onto ends tr 777 0+wood.meets 7 t - Railroad+les 1191111E1 E. Treated timber plonk Typical dimensions e'X 10' X e• BB 7a2 Disturbed soil aPLAN VIEW PLAN VIEW g� 16 Penny Nails 4. e 1' on centers. V. Yin. +hick treated plywood or pressed ruler board sheets Et A' Yin. 25 MN A, lam 4. Yin. SO' sin. 4' Yin. E 6 - 'V-- - - - — 'ti SECTION A-A Approach transition Approach transition Approach transition Approach transition CONSTRUCTION EXIT (TYPE 3) e' Y 5 Or.i eI •‘I •leI �.�/ •eeIe •t/ • th Tn - - - _ — SNORT ETERM XIT S! 6 \f .Is/!FeIVet./.:re."�.IIt ri'���v�,t.. _ WI! " d �:, .41;Alikk,. t e•. Ysrnf ram`k + •rj R t r e� f' b:1- t i•lA'• . rr.'ri e�:. >i�•�. �sd_*, 1?'Ym.�d - �y>.�) s� she, Fa1no6?Imino�w Foundationcourse GENERAL NOTES (TYPE 3) I. The length of the type 3 construction salt shall be he g ELEVATION VIEW ELEVATION VIEW shun on the plans, an as directed by the Engineer. 6 CONSTRUCTION EXIT (TYPE I) CONSTRUCTION EXIT (TYPE 2) 2. The type 3 construction eta+may be coe+ruoted from open te ROCK CONSTRUCTION (LONG TERM) TIMBER CONSTRUCTION (LONG TERM) spread et? sead a mgroded in. st one to with a sthe I imiize of ts Inches fo four shown the plans. `S 3. The treated timber planks shall be e2 grade min., and E should be free from large and loose knots. o vit8 GENERAL NOTES (TYPE I) GENERAL NOTES (TYPE 2) A. The guidelineesn.fawn r are suggestions only and may oFF be modifies the Engineer. I. The length of the type I construction exit shall be as Indicated I. The length of the type 2 construction exit Pall be as on the plans, but not less than 50'. indicated on to plans, but no+ less than 50'. 2. The coarse aggregate Would be open graded with a size of A• to e'. 2. The treated timber planks Mall be attached to the railroad ties with ye's 6'min. log bolts. Other fasteners may be used 3. The approa transitions should be no steeper than Niand constructed as approved by the Engineer. ch as directed by the Engineer. 3. Tee treated tinter plonks Mall be e2 grade man., and should A. The construction colt foundation course shall be flexible base. be free from large and loose knots. . = bituminous concrete, pot-Mond cement concrete or other moterloles approved A. TM approach transitions shall be no steeper than 6.1 and by the Engineer. constructed as directed by the Engineer. ,tame. erhhwlfof 7Mepweedf n sunaMd 5. The construction exit shall be graded to allow drolnoge to a sediment 5. The construction colt falgation course sa11 be flexible base, trooping device. bitunlnous Generate. partland Cement Generate ar other material TEMPORARY EROSION, 6. The guidelines Ma.n hereon ore suggestions only and nay be modified as approved by the Engineer. 6. TM Ganstructlon exit Mould be graded to allow drainage to a SEDIMENT AND WATER by the Engineer. sediment trapping device. POLLUTION CONTROL MEASURES T. Construct exits with a width of at least IA ff. for one-way and 20 ft. T. The guidelines Mama hereon are suggestions only and may �i�--soy♦roffic for the full width of ten exit. or as directed by the be modified by the Engineer. CONSTRUCT ION EXITS 6. Construct salts with a sloth of a+ least 14 ff. for one-way and 20 ff.00EC(3) —16 for ♦ -way traffic for the full wldth of the Celt, ar as directed by the cog near. .t510, m.1001 Ia.15 los.n mh, .5 ii ©laoOL duns 2016 ON, SECt x. I MOM.' m Inmh ie. KeI4iSK,2,�I_ONWY$ a. toST. SLY! s A=.6s iW IS GENERAL NOTES: I(t I. EROSION CONTROL LOGS SHALL BE INSTALLED 1.&' STAKE ON DOWNHILL SIDE OF IN ACCORDANCE WITH MANF ACTURE R'S I. LOG AT B' ION CENTER) MAX. RECOMMENDATIONS, OR AS DIRECTED BY THE ADDITIONAL UPSTREAM AS NEEDED TO SECURE LOG, g FLOW Iyyp,T ENGINEER, p TEMP. EROSION STAKES FOR HEAVY OR AS DIRECTED BY THE E' ADDITIONAL UPSTREAM FLOW CONTROL LOG SECURE END RUNOFF EVENTS ENGINEER. 2. LENGTHS OF EROSION CONTROL LOGS SHALL !I. STAKES FOR HEAVY OF LOG TO BE IN ACCORDANCE WITH MANUFACTURER'S ~ RUNOFF EVENTSI STAKE AS R.O.W. B _ R.O.W. C RECOMMENDATIONS AND AS REQUIRED FOR Alle DISTURBED AREA THE PURPOSE INTENDED. g DIRECTED sli iv,ierV(((((1���«Q�II�IQ(((((UIrcII��I1�Il((Q(I((((WIRIM TEMPORARY 3. UNLESS OTHERWISE DIRECTED, USE EROSION BIOOEGRADABLE OR PHOTOOEGRADABLE A I A /��(�(((I�II��II,n���I����I�I�i Plirkaggini CONTROL CONTAINMENT MESH ONLY WHERE LOG WILL T fi kwllWllltao..,;.._ .w,Hm11Y)1p -. S LOG •..mulllNllllUll'11111RINlllumtn,,, 1' �`���� e SECURE ENDJ BACK OF CURB / REMAIN IN PLACE AS PART OF A VEGETATIVE SH. • SECURE END l DISTURBED AREA SYSTEM. FOR TEMPORARY INSTALLATIONS, USE STAKEOF GAS STAKE LOG ON DOWNHILL O BIII LIP OF CUTTER OF LOG TO —�_ BACK OF CURB 4. FILL RLOGS LWITH SLE UFFICIENT FILTERI MATERIAL F Y SIDE AT THE CENTER, STAKE AS TO ACHIEVE THE MINIMUM CCLPACTED DIAMETER DIRECTED C AT EACH END, AND AT STAKE ON DOWNHILL SIDE OF DIRECTED SPECIFIED IN THE PLANS WITHOUT EXCESSIVE 6 ADDITIONAL POINTS AS TEMP. EROSION LOG AT 8' ION CENTER) MAX. ADDITIONAL UPSTREAM LIP OF GUTTER DEFORMATION. NEEDED TO SECURE LOG CONTROL LOG AS NEEDED TO SECURE LOG, 5. STAKES SHALL BE 2- X 2' WOOD OR u b (4' MAX. SPACING), OR AS DIRECTED BY THE STAKES FOR HEAVY OR AS DIRECTED BY RUNOFF EVENTS •3 REBAR, 2'-4' LONG, EMBEDDED SUCH THAT 5h THE ENGINEER. ENGINEER. 2'PROTRUDES ABOVE LOG, OR AS DIRECTED BY t THE ENGINEER. 4b PLAN VIEW PLAN VIEW PLAN VIEW 6. DO NOT PLACE STAKES THROUGH CONTAINMENT MESH. 44 T. COMPOST CRADLE MATERIAL IS INCIDENTAL 6 Y F R.O.W TEMP. EROSION WILL NOT BE PAID FOR SEPARATELY. STAKE LOG ON DOWNHILL CONTROL LOG 8. SANDBAGS USED AS ANCHORS SHALL BE PLACED S« - SIDE AT THE CENTER, TEAS.. EROSION ON TOP OF LOGS 6 SHALL BE OF SUFFICIENT AT EACH END, AND AT CONTROL LCG COMPOST CRADLE ADDITIONAL POINTS AS R.O.W. UNDER EROSION 512E TO HOLD LOGS IN PLACE. kt TEMP, EROSION- NEEDED TO SECURE LOG STAKE 9. TURN THE ENDS OF EACH ROW OF LOGS UPSLOPE F. CONTROL LOG (4' MAX. SPACING), OR COMPOST CRADLE STAKE CONTROL LOG TO PREVENT RUNOFF FROM FLOWING AROUND THE LOG. AS DIRECTED BY THE UNDER EROSION 6e I' (TYP.) r 5 ENGINEER. ` \ CONTROL LOG 10 UPSTREAM. FOR YSTRAI•KE3FMnYEBES NECESSARY T0 KEEP ofi I I . , �� �`/\ \ A\ A \ \ \ �\ LOG FROM FOLDING IN ON ITSELF. o f ` v AA nn nn //A //A Ei M AAA ` ' V A r A A "" SECTION C-C SECTION B-8 EROSION CONTROL LOG AT EDGE OF RIGHT-OF-WAY BqL Cb COMPOST CRADLE' - ADDITIONAL UPSTREAM EROSION CONTROL LOG AT BACK OF CURB ` UNDER EROSION STAKES FOR HEAVY CL-ROI- CONTROL LOG RUNOFF EVENTS -� MINIMW SECTION A-A �L-B0� COMPACTED DIAMETER i l EROSION CONTROL LOG DAM CMIN MUM tE.•(? \ O DIAMETER P \ As \A V AY• Ngg LEGEND 0` ff s3 BAR �} .. i , DIAMETER MEASUREMENTS OF EROSION P Al CL-O EROSION CONTROL LOG DAM CONTROL LOGS SPECIFIED IN PLANS T SEDIMENT BASIN & TRAP USAGE GUIDELINES -4L-00-0—EROSION CONTROL LOG AT BACK OF CURB IAn eroston control I sediment trap mar be uses to toter I/2.2 sedIteYt Out of runoff drolning Trot an u\stooiI Iced area. SHEET I OF ] CL-RO} EROSION CONTROL LOG AT EDGE OF RIGHT-OF-WAY Loa Traps, The drainage area for a sediment trod should not exceed 5 acres. The trap capacity should be 1800 CF/Aare (0.5' over pesyer Ole) EROSION CONTROL LOGS ON SLOPES REBAR STAKE DETAIL the dranooe area. T§Xee Department at llaneportstlan STAKE AND TRENCHING ANCHORING Control logs should be placed In the following lacotians, TEMPORARY EROSION I. Within drainage ditches spaced as needed or min. 500' on center e -4.L-SS} EROSION CONTROL LOGS ON SLOPES 2. Itmedtately preceding ditch inlets or drain Inlets SEDIMENT AND WATER STAKE AND LASHING ANCHORING 3. Just before the drainage enters a water curse 4. Just before the drainage leaves the right of way POLLUTION CONTROL MEASURES 5. Just before the drnlnage leaves the construction CL-DI EROSION CONTROL LOG AT DROP INLET lmits ooars aainags flows soap from the project. EROSION CONTROL LOG The logs should be cleaned Men the sediment hos oc0uhlloted to a depth of 1/2 the log dioneter. r/t C9 I—1 6 CL-CI EROSION CONTROL LOG AT CURB INLET EC Cleaning and remonol of occvst,loted sediment deposits Is Incidental and FILE. ec916 evOWOT lake Io•LS/PT In.LS �L-G}EROSION CONTROL LOG AT CURB & GRATE INLET will not be polo for separately. pT.00n .....l6 meWn a I dew.. CS! F4eet Set!14 p"p Z TOP OF SLOPE TOP OF SLOPE a` 6' BELOW �/ •'� b ° M. 6' BELOW �/ R g i06 Of SLOPE / ,,,y_.s, , a • ` SECURE ENO TOP OF SLOPE R (�(�/� p/ /�� / DISTURBED AREA•'ti:.+`.. OSTANE AS j / �/ / / U@\(ll`((��((�(�(l\\(((�(�(l(�((\\�((l�( � DIRECTED EBB LOG SPAC 1 NG .1����<.....'((((((((((\ll\��(y��l(�t'C�l�(1111(�v LOG SPACING •'SP 1,� '• 5• b CONTROL EROSION ..•;o� ,,,,1 CONSTROL LOG 8 p TABLE BELO) - •'x 1 TABLE BELOW. .2 `, \((((K(((((C(C'((K(�(((((((C��� F :�(C((C�(\�C /, END SECTION RAP DETAIL A�ll(((((((((�C((C�1NRI((((((((((l�1((((040( , 6t§ /// VERos[oN CONTROL LOG EROSION CONTROL LOG pp°b STAGGER JOINTS STAGGER JOINT$ Eb S 'O"TO 10'-p.: S '0 TO 10''0'� �¢¢� ioE a sBoai ��«<L/Q((% EROSION CONTROL LOG SPACING TABLE s-o SLOPE '\t(((((( \(((C\��� rglr b ��(� (�((((�((((((�((((((r(((���� raE of aoPt SLOPE LOG DIAMETER --L-� Y 6' B• 12• IB- S o TOE OF SLOPE 1.1 OR STEEPER g• 10' IS' 20 211 10• 20' 30' AO' TOE OF SLOPE ¢'gy EROSION CONTROL LOGS ON SLOPES 3.1 IS' 30' AS' 60 EROSION CONTROL LOGS ON SLOPES g« STAKE AND TRENCHING ANCHORING 411 OR FLATTER 20' 40' 60' Bo• STAKE AND LASHING ANCHORING •ADJUSTMENTS CAN BE MADE FOR SOIL TYPE) I; ® CL-SSl SOFT, LOAMY SOILS-ADJUST ROWS CLOSER TOGETHER. go HARD, ROCKY SOILS-ADJUST ROBS FARTHER APART Bfi k STAKE STAKE gE EROSION CONTROL LOG ar:32REBAARR,, ROPE p ADDITIONAL 2' TO 4' LONG. ROPE4 �`b STAKING IF PLACE EXCAVATED EROSION EROSION 3�I ' MATERIAL ON UPHILL, 2' MINIMUM 2' d� E. NEEDED FOR .� CONTROL CONTROL �� _ il= HEAVY RUNOFF SIDE OF EROSION OVERLAP LOC LOG CONTROL LOG. I 1Q EVENTS I I NOTCH ins�,'/1 O _ EROSION II z• Mtet6uM z' CONraa ^• 'r�,S O aVkRLAP LpG ,\`o ,� ,� s:!e I/ II//I//I I/'/l/I/I/ I/`/ '/I/ I/�JI( '!%%��.�.�:��d� ;r )1�11 IMP I ��C'- ,, Ic'L3 C C \ �c 1`�\\C\\- ��Slcc\\� c�\\\ �. .,,;. �,/�1�/A»���/��• SLOPE ?1, .G S NOTEt COMPACT EXCAVATED T{ SOIL TO PREVENT E =�� Y UNDERCUTTING. 1�= 8 s)����) ��-„� I. ,• 2' 2• ,V f� DIAMETER I +• 1 STAKE AND LASHING ANCHORING DETAIL `L-S �SA SHEET 2 OF 3 STAKE AND TRENCHING ANCHORING DETAIL 2:S -CL-SST>--- STAK Dopr 7M bnont of .porteMm M TRENCH DEPTH TABLE MAY TEMPORARY EROSION, LOC DIAMETER DEPTH NOTCH SEDIMENT AND WATER 6' 2' POLLUTION CONTROL MEASURES e 3 STAKE NOTCH DETAIL EROSION CONTROL LOG 12' 4' 1B' S• EC ) —16 FILE, .0116 w.Ts00T jut W INN LS/PT IPA.LS ©INGOT,JULY 2016 C.s, sec, A N16NtlT u 4 ' sn,s,on sls, CUM ,O. 4 g €' g` OVERLAP ENDS TIGHTLY y g 4• 2a'MINIA4IM 6 SECURE END 6' CUR: w COMPLETELY SURROUND CURB •I / DRAINAGE ACCESS TO �u DIRECTEAS D b/�/�/�I/�/I/I�/���ntl����' AREA GRAIN INLETS WITH .v • •V �(�i\\��1\lI(I��1igl � EROSION CONTROL LOG FIw Fr• �••• •y, • CURB INLET 8 TEMP. EROSION SANDBAG `�`� ``V • INLET W W EXTENSION CONTROL LOG , e h FLOW �—F LOW .`\$ -1'O IlI�� • ••.Y'•• II MO A I�5�J...- � ON STAKE DOWNHILL USE SIDESANDBAGS v�(/` ',---... F\o �r/` 6L J��)»>))))))1U))U)1)0 IN PLACEEIDiTPICALIHOLD F\ �. BroA• 2 SAND BADS Fr4. e b USE STAKES ON DOWNSTREAM SIDE OF TEAF. EROSION fi TEMP. EROSION LOGS AT ENDS MIDPOINT, 6 AS CONTROL LOG �� 2 SAND BAGS b CONTROL LOG NEEDED OR SANDBAGS TO HOLD IN PLACE. Vi YS EROSION CONTROL LOG AT DROP INLET EROSION CONTROL LOG AT CURB INLET EROSION CONTROL LOG AT CURB INLET e 4 D (CL D---- —___ L-C — kl )F. NOTE: 85 EROSION CONTROL LOGS USED AT CURB INLETS 'L SHOULD ONLY BE USED IF THEY WILL NOT IMPEDE St STORM TRAFFIC SEWERFS SYSTEM IS NOT YSTTHE ROADWAY FULLY FUNCTIONAL. Eb 2 FT 2 FT MIN._ CURB AND MiN k GRATE INLET S St ►I► UDC IIIIIIIIIIIII . " �� �- aF TEMPORARY EROSION CONTROL LOG USE STAKES ON DOWNSTREAM SIAS OF Z ! NEED AT ENDS, MIDPOINT, D N 16•. 5 NEEDED OR SANDBAGS TO HOLD IN PLACE. L$ SANDBAG SECTION B-8 EROSION CONTROL LOG AT CURB & GRADE INLET [-. 24'-30' .1 —�\�L-G� I SHEET 3 OF 3 B IB AMP4'-' Deel��nr! ,Thaal Deperhnent of T}enaportatlon i S 1eaN J TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES SANDBAG DETAIL EROSION CONTROL LOG EC(9) -16 FILE! 00916 ...74.0.14.K41 le.LS/PT jm LS ©Tx00T!JULY 2016 can ,,• xlwur a- •,n,1aa ,I MOO, WO. 1 5minimumA' minim steel or wood posts spaced at 6' to 8'. GENERAL NOTES § t'. Softwood poets snall be 3' minimumIn diameter or nominal 2" x 4'. Hardwood poste shall have a minimum cross section of 1.5' x 1.5' 1. vertical tracking is required on projects where soil distributing activities hove occurred i. Connect ends of the successive anises otherwise 000rcnetl. 4 corennect thent sheets or rolls o Fasten fabric to the top strand of the wire using Eg minim.o7 6 times with nog rings. l hop rings or Rcorrdd at a maximam spacing of 15". 2. Perform vertical trucking on slopes to temporarily stabilize sole. b: _A� J. Prov(de equipment with a track undercorr loge capable of producing linear soil impressions � IJ Attach the wire mesh and fabric on end measuring O minim.of 12' In length by 2' to 4' In width by 1/2" to 2' In depth. posts using 4 evenly spaced staples Q B 'for wooden poets (or 4 T-Clips or 4. Do not exceed 12' between truck impressions. !lIi ps- 2• sewn vertical pockets for steel po°tsl. f�" 5. Install continous linear track impressions Mere the minimum 12' length Impressions ore Bb T� perpendicular to the slope or direction of voter flow. l i Galvanized welded wire mesh (W.W.4.1 (12.5 GA. SWG Min.) with a maximum 90' opening size of 2-x 4"or Woven Mesh (W.M.IISee woven mesh option Osten/ Woven filter I e. °b l Place �' to 6' of faDrlc f ti. - 0T . against the trench �..C` r side and apprOxlmently 2' scrams the trench (.j.� d 16�b ! bottom In the upstream direction. '� �T, i 8 \ Minimm trench size Shall be 6' square. a , v 80ckf 1 l i and hand taro. -` •..•. �`( _., u o TEMPORARY SEDIMENT CONTROL FENCE An; e"� f . p ktr ' /�Linear soil impressions. k �SCF- fAp .., I I . ✓ ! y ✓ir r gt 15 . �� �.�i \� ~§ Filter fabric J' min. width. Dozer tracks create frock Imprints �'Ii. /� �,� Too Of Fends parallel to the slope contour. \� � .� - b BOckf 111 i nano tarp. 90• Enpsd posts iB' min. �\ /i 8 w FLOW or Anchor If in rock. :'l' ��� /�% „j,. 2 SECTION A-A!� HINGE JOINT KNOT WOVEN MESH (OPTION) DETAIL EA. Galvanized hinge joint knot woven mesh (12.5 GA.SWG Min.) requires a minimn of five horizontal wires spaced et O maxim of 12 Inches apo-t and all vertical wires VERTICAL TRACKING . spaced at a maxim.of 12 inches apart. ppss.wpprr Drabs ,Mess Depertmenl of T)enaporMlon St.adeef SEDIMENT CONTROL FENCE USAGE GUIDELINES TEMPORARY EROSION, A sediment control fence may be constructed near the Gownetreon perimeter SEDIMENT AND WATER of a disturbed area along a contour to Intercept sediment from overland LEGEND POLLUTION CONTROL MEASURES runoff. A 2 year storm frequency may be used to calculate the flow rate to be filtered. Sediment Control `once FENCE & VERTICAL TRACKING Sediment control fence should be sized to filter a.palm.flow through --.,SCF rote of 100 GP4/FT2. Sediment control fence Is not recamended to control EC(1 ) —1 6 erosion fran a drainage area larger than 2 ocres. nlL[1 a ,e 1401 JcA.ua ImvP 1on,cu is ©111,00t,JULY 2016 mar act m 1 ...AT ..alas 0: onr c°.r• i ur MO. TYPE 3 BARRICADES Each r000.oy of a �q _ divided in they ate be ROADsae \(� � I. °hare oaelr lve reatr«+lonol I. Refer to is Cap,tact elk �ic Traffic Control Devices List ICNZTCOa Darr icoaed in the sane moiler. all-x el^ G20-67 t3� cop0altry Is provided,stud far petal Is of the Type 3 Barricades add list of all satrlal6 CLOSED «witted. used In the construction of Type 7 B°rri°ode°. "� 2. 1 3 Barricades shall be used at each end of construction W-10L ��;719d m' °� \ 2. Float<crostrmttm fencing 6fi projects closed t0 al I traffic. __ may be used with bums for p 3.Barricades extending°0r°se a roudwoy should rave stripes that slope )� ' safety as required In Its plains. nfi dDwryb°in the direction toward which tfOff lC mat tarn in detouring. �_ ���L \ 3. vertical Palls on flexible support linen both rigor ad left turns are provide°, tte chevron striping may ��-•+te a; !%5 maybe substituted far came when the lS ° slope°°snwm'd in both direction°from the center of the Carloads. t` %f�-' _ • S- J\�\ Typlcol AF rv-r Mare ro turns are provided at 0 closed r - �j /Y� =_ \ shoulder width is less tom,feet. 000, roadway. Moll°Slaps .r Plastic OrUn 4. slyn the shoulder width is greater downward In both directions toward the Curter of �- y' 7-;' �i / gh_ 1.Striping of roils, for the right side of the ro°0eoy, should slope / J tom Ix teat. steady-tarn flawed PERSPECTIVE VIEW should downward to the left. For the left side of the roo0.oy, striping say be omitted if trots are used. �� mould slope downward to the right. . �^' / / 30 feet ides done 5. Crams mmuSt extend the length ue- 5. Identification.m The ma may be span only on the bock of the ., — , -�� are hat oy roadway of its culvert.I Bening. Danti tic rails. The maxima Might of letters ad/f cosoony logos on one-way roadway s 3 used for Identification shall be 1'. 6. Barricades Mon not be placed parallel to(tarot bless anodeaare PERSPECTIVE VIEW Detour sae clear idle Is provided. Roadway ®1 LEGEND 7.earning I ights:aril N01 be instal led on earlcodes. A A 'F 8.tiaere barricades ewire the olio Of eslptte r0 keep free turning over, _e, ® Plastic dram g the use of sad/age with dry,ttlysiflese sad is recoaerded, The y p eaamogss will be tied Brut to keep the sand free spilling od to The three roils on Type 3 Darr icodea S, o Plastic drib with steady barn light 8k maintain a contact a°tgat. Sad bags Nall not be,tacked In o maker Shall be ref lectorieed°rage ad g — 1 �� b that covre any portion of a barricade roils reflective meeting. reflective white stripes f one side 10 7! _®I \ ® or rend waning reflector ?O1!e Rock,concrete, iron, steel or other solid Pleats will NOT be facing one-way traffic aid both sides b F � Iced permitted. Sanmags should selpn a elnimm of 35 lbs ad a eaximm o1 for tea-soy traffic. 4` 0 \`Y St yellowady burn warning 3os _ 1 I or waning reflector vehicular lcul lefloo.Nam be Son as o tire Inter .tubes) that tot b ouse sward ins striping MWId slats ��` vMi<ular ingot(,Rubber Mon as inset tubas) anal not be used Oowmad the direction of detour. h o g far saamogs. 5anmoge shall only be placed along o upon the boss C f t supports of the device and Mail not be suspended above grand level a Iraredee flirter ofn plastic drums on the a hag with rode,wire,choir's or other fosterers. $ 1 side of ocoroocning traffic If the Crown yy I. Signs should be scanted m indepedenit mppertel at 0 7 foot g a.XE 9. Sheeting for baripgdee Nall pe retrasfl«rive Ty«A a Ty«B 8'now. length Type 3 Barrlcodes Width makes It necessary- Minima of 2 p conforming ro Departmental Ibteriol S°«Iftcotim Olg-8300 unless mounting helaat In center of roadway. The slay Mould be a < and morose of 4 trams, p otnerwl ee noted. minim.of 10 feet behind Type 3 Barricades. Y ?y 2' 2. Advance staling shall be°s specified elsewhere in the plans- PLAN VIEW e e!.1),• . be usetlorr i Os Os sign O^support.ilo i i NOT PLAN VIEW eTYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS k6 D Dinimn d� �B' T el°tn t 6 n°' �5a � � j R'snr hairy, -s-.-e. CONES ago 8 8• 7 Inane°. T 4•min. orange TYPICAL STRIPING DETAIL FOR BARRICADE RAIL lx min. ash I4.min. white ,'min., 8'mow. J•-,• 2'min. igs l I i6.-min. �4'min. aonpe lj' 2'min. =2•naw.- 7F•-- II,I I I I I I I Airs 2•min. 4-min. wane _3min.o FIve, I .s ,'min. m2' -2' to 6'I I me- in. 4•min. _3' min. In.Stiffener W%IIIII I I AP 28• 28• F lot roil m • m1in. Stiffener moy be Inside or outside of support. but no nor•thin1 2 stiffeners shall De allowed on one blericade. TYPICAL PANEL DETAIL Tao-Piece cones One-Piece cones Tuoulor Marker FOR SKID OR POST TYPE BARRICADES Alternate Al terte ® ro 28' Cones Sh011 helve o minim.weight of 9 1/2 IDs. 42. 2-piece cones shall have 0 minimlm weight of Approve, Dame, vertical Doyle or 42'toys Pap. CD 30 Ids. including base. IF rl�,50' I of 50'maxims spacing 50' 1 I SHEET 10 OF 12 Min. 2 drums Min. 2 bume I. froffic cones old tubular makers&hail be predominantly orange, cod , Deferor I Type 3 ® or I Type 3 sect the height and weight reotrenents Sheen 000ve. Safety barricade barricade 2. One-piece cores nave the body and Dose of the cone molded in one consolidated DNhbn ` STOCKPILE 'Tease Deperfinent or TransportationSrandeN \y unit, Two-piece Cones hove 0 sae shaped body and°separate rubber base. orbolloet, that is added to keep the device upright cod in DI°ce. ® J, Two-pleas cones copy rove a Mingle o loop extending up to 8'above the minima height mown, la far to°'°in retrieving its hl ape. BARRICADE AND CONSTRUCTION On are ❑ ❑ ❑ ❑ ❑ ,. cones s tubular markers ehall have Mite a•hire me made reflective -war roans Desirable taros° face nave. the require baof'snail enta°omen,, sealed CHANNEL I Z I NG DEVICES downstream drum outer toe and meat the requirement.peB. of pepdrtnent0l Voter'," may etac le outside Iacetim Chomp ISI devices par0l lel t0 troll id SpecificationcnesldMS-B]00 her Aar generally e. or omitted i4ehre be Wtal a should be used Pen stockpile is 5.28'canes and tubular markers are generally suitable far Wart duration and clear Zone. within 30' from travel lay. Port-term stationary work a defined on BC141. These should not be used for intrredlate-term or lag-term stationary wak unless personnel is co-Site a na sp BC O —21 to intaln then in their wooer rig»position. 8. 42'two-piece donee,vefticol panels or drum are suitccle for oil wok Zone arc-ml.dal w, FOOT ji..TxOOTIce.TOOT la.Tx00T cc ar0tiaa. ©ix00T November 2002 pp salt on low 7.Cores or tubular makers used on each ociect should b of the sane size ' 'n W TRAFFIC CONTROL FOR MATERIAL STOCKPILES and 9-Of e-ii.laa nn, coal. oLL 7.13 5-21 m" b' 110,1 COMPLETION OF INDEPENDENT TECHNICAL REVIEW Port Arthur Transit(PAT)and the City of Port Arthur's Building Department have drafted the Building Demolition Plan for PAT's Maintenance Building located at 320 Dallas Avenue in Port Arthur,Texas. The building demolition plan addresses all regulatory and compliance issues appropriate to the demolition. MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Demolition of Bus Maintenance Foundation will be held on April 28 2022 at 2:00 p.m. at the Transit facility located 322 Proctor Street, Port Arthur, Texas. The purpose of the 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. MANDATORY PRE-BID MEETING Bus Maintenance Foundation Demolition April 28, 2022 (i1), 2:00 P.M. PLEASE PRINT CLEARLY 1) Name: giOi ZJI.L - 1"'0 _ Phone: Address: ;6( fL Fax: City/State/Zip: (,t,,b,c c7 (/ 76 7 /e / Cell: e� A,2%2- ROF:7 Company: C/7;S5 /�J5 ( S4,-CGber\ j Email: 2 open(/S'op DP s 2/9CE%3 Mitt o". 2) Name: (,v tJ Co wsigucr`.Ael Phone: i.pq- 1 y - ,-s (Se Address: S-7]v Fax: City/State/Zip: o aft-1viz..., - ` 1'1 l.'-E2 Cell: c•uc - 165 - ion Company: W s ' J Co, �Yx.*,).; Email: 3) Name: 5,trQ1'LA_ 1;,.,,c L./91fr•, Phone: cis4 ' 2 3 _ —fie_ Address , / i) a Fax: T' City/State/Zi. ,-- Cell: um 7 l0 1 Z Company:.c4 r Email: Jr(4;S�'�l �n't Sv r� 'cs�� ros-)9.57c�:7Af�i.✓e 0.I�1.5 Ary. e� 4) Name: ; - Q / Phone(g01) 3� 5,5f�^ - { Address: .-7 i t.� �� •^" �'(� 1'"SL)L1 Fax: l City/State/Zip: '(1 (� �p Cell: Company: /? Email: f lni!-o Ce)j Ci( Srnn�� 5) Name: JosE CARD EWA-C Phone: 4.(3 t1_ 736_1-o io 0 Address: S 5'o0 (}-o kki R.04O Fax: City/State/Zip: PEI4uno/kIT /Tx/7770 S Cell: q aq-S 3 ¢ — Company: C1,,I0S1- Email: TC4R0EN45-() C/°+nsErx,Cot. 6) Name: V A5c,l,,•jt --` i .. s l.l _ i Phone: q_ q 63 5555 Address: 10 5 30 J 6 nv Fax: City/State/Zip: o x i �r tey -�-� r), — 21 O Cell: Company: (� .�;Cv-I 11�� `1 - ----- ---- l'iM Email: 1 GSSId y(A yowik..j(• 1 ! Page Form PTN-130 Consolidated Certification Form (Rev.4/19) Page 1 of 11 tsllon I. GENERAL: The undersigned vendor certifies to abide by these clauses and include the following clauses in each subcontract financed in whole or in part with Federal Transit Administration (FTA) funds. Vendors are certifying by reference the entire list of FTA's current fiscal year Certifications and Assurances(for fiscal year: 2022 ), and shall download the same at: httos://www.tran_ _ ; ce.:: :`cations-and-assurances/certifications-assurances A. Access to Third Party Contract Records (ALL) As required by 49 U.S.C. § 5325(g). The VENDOR agrees provide sufficient access to records as needed to assure proper project management and compliance with Federal laws and regulations. B. Interest of Members of or Delegates to Congress(ALL) The vendor certifies that no member of or delegate to the Congress of the United States (US) shall be admitted to any share or part of this contract or to any benefit arising therefrom. C. Prohibited Interest(ALL1 The vendor certifies that no member, officer or employee of the Public Body or of a local public body during his or her tenure or one year thereafter shall have any interest,direct or indirect, in this contract or the proceeds thereof. D. Cargo Preference - Use of United States-Flag Vessels (property transported on ocean vessels) The vendor agrees: a. to use privately owned US -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for US-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the US or within 30 working days following the date of loading for shipments originating outside the US, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient(through the contractor in the case of a subcontractor's bill-of-lading). E. Enerav Conservation (ALL) The vendor agrees to comply with mandatory standards and policies relating to energy efficiency,which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. F. No Obligation by the Federal Government. (ALL) The Purchaser and vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract). G. Program Fraud and False or Fraudulent Statements or Related Acts(ALL) The vendor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S. C. §3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this project. The vendor certifies truthfulness and accuracy of any statement it makes pertaining to the FTA-assisted project. The vendor acknowledges that if it makes, or causes to be made, a false, fictitious or fraudulent claim, statement, submission or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 as deemed appropriate. The vendor acknowledges that if it makes, or causes to be made, a false, fictitious or fraudulent claim, statement submission, or certification to the Federal Government relating to the FTA-assisted project, per 49 U.S.C. §5307, the Government reserves the right to impose the penalties of 18 U.S.C. §1001 and 49 U.S.C. §5307(n)(1)on the Contractor, as deemed appropriate. H. Contract Work Hours (all over 100K) (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Form PTN-130(Rev.4/19) Page 2 of 11 (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section, the contractor & any subcontractor responsible therefore shall be liable for unpaid wages and shall be liable to the United States for liquidated damages which shall be computed for each individual laborer, mechanic, watchman or guard employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$10 for each calendar day that an individual was required / permitted to work over 40 hours in a workweek without payment of overtime wages required by the clause in paragraph(1)of this section. (3) Withholding for unpaid wages and liquidated damages - The purchaser shall upon its own action or upon written request of the Department of Labor (DOL) withhold or cause to be withheld, from any money payable for work performed by the contractor or subcontractor under any contract or other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as set-forth in paragraph(2)of this section. (4) Subcontracts - The contractor or subcontractor shall include the clauses set forth in this section and require the same from subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these clauses. (5) Payrolls and basic records - Payrolls and related basic records shall be maintained by the contractor during the course of the work and preserved for three years thereafter for all laborers and mechanics working at the work site (or under the United States Housing Act of 1937 or the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address and social security number of each worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records showing that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and records of the costs anticipated or actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of registration of apprenticeship programs, certification of trainee programs, registration of the apprentices and trainees, and ratios&wage rates prescribed in applicable programs. I. Civil Rights(over 10K) (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act (CRA), as amended, 42 U.S.C. §2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C.§12132, and Federal transit law at 49 U.S.C. §5332, the vendor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the vendor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity -The following equal employment opportunity requirements apply: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VI of the CRA, as amended, 42 U.S.C. §2000e, and Federal transit laws at 49 U.S.C. §5332, the vendor agrees to comply with all applicable equal employment opportunity requirements of U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, DOL," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. §2000e note), and with any applicable Federal statutes, executive orders, regulations and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The vendor agrees to take affirmative action to ensure that applicants are employed & treated during employment without regard to their race, color, creed, national origin, sex or age. Action shall include but not be limited to employment, upgrading, demotion, transfer, recruitment, layoff, termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The vendor agrees to comply with any implementing requirements FTA may issue. (b)Age- In accordance with section 4 of the Age Discrimination in Employment Act of 1967(29 U.S.C. §§623 and 49 U.S.C. §5332), the vendor agrees to refrain from discrimination against present and prospective employees for reason of age. and comply with any implementing requirements FTA may issue. Form PTN-130(Rev.4/19) Page 3 of 11 (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act (42 U.S.C. §12112), the contractor agrees to comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. and to comply with any implementing requirements FTA may issue. J. Incorporation of Federal Transit Administration (FTA)Terms(ALL) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT,whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA circular 4220.1F are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any transit agency requests which would cause the transit agency to violate FTA terms and conditions. • K. Application of Federal, State, &Local Laws, Regulations,&Directives(Federal Changes)(ALL) The VENDOR agrees that Federal laws and regulations control project award and implementation. The VENDOR understands and agrees that unless the recipient requests FTA approval in writing, the VENDOR may incur a violation of Federal laws or regulations or this agreement if it implements an alternative procedure or course of action not approved by FTA. The VENDOR understands and agrees that Federal laws, regulations, and directives applicable on the date on which Federal assistance is awarded may be modified from time to time. In particular, new Federal laws, regulations, and directives may become effective after the date the project agreement is effective, and might apply to that project agreement. The VENDOR agrees that the most recent versions of such Federal laws, regulations, and directives will apply to the administration of the project at any particular time. L. Right of the State Government to Terminate(ALL) Upon written notice, the VENDOR agrees that the State Government may suspend or terminate all or any part of State assistance if terms of the project agreement are violated, if the State Government determines that the purposes of the laws authorizing the Project would not be adequately served by the continuation of State assistance for the Project., if reasonable progress on the Project is not made, if there is a violation of the project agreement that endangers substantial performance of the Project, or if the State Government determines that State assistance has been willfully misused by failing to make appropriate use of Project property. Termination of State assistance for the Project will not typically invalidate obligations properly incurred before the termination date to the extent those obligations cannot be canceled. The State Government reserves the right to require the refund of the entire amount of State assistance provided for the Project or a lesser amount. M. Disputes, Breaches. Defaults, or Other Litgation (over 150K) The VENDOR agrees that FTA has a vested interest in the settlement of any dispute, breach, default, or litigation involving the Project. Accordingly: a. Notification to FTA. The VENDOR is aware that recipients of Federal assistance must notify FTA in writing of any current or prospective major dispute, breach, default, or litigation that may affect the Federal Government's interests in the Project or the administration or enforcement of Federal laws or regulations. If the Federal Government is to be named as a party to litigation for any reason, in any forum, the appropriate FTA Regional Counsel is to be notified in writing before doing so. b. Federal Interest in Recovery. The VENDOR is aware that the Federal Government retains the right to a proportionate share, based on the percentage of the Federal share awarded for the Project, of proceeds derived from any third party recovery. c. Enforcement. The VENDOR agrees to pursue its legal rights and remedies available under any third party contract or available under law or regulations. d. FTA Concurrence. The VENDOR is aware that FTA reserves the right to concur in any compromise or settlement of any claim involving the Project. e. Alternative Dispute Resolution. The VENDOR is aware that FTA encourages the use of alternative dispute resolution procedures, as may be appropriate. f. Agency Process. Transit agency enters dispute resolution process here. Form PTN-130(Rev.4/19) Page 4 of 11 N. Fly America(foreign air transport or travel) The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. O. Recycled Products(all products) The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR 247. P. Access for Individuals with Disabilities(ALL) The VENDOR agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The VENDOR also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S. C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities; and with other laws and amendments thereto pertaining to access for individuals with disabilities that may be applicable. In addition, the VENDOR agrees to comply with applicable implementing Federal regulations any later amendments thereto, and agrees to follow applicable Federal directives except to the extent FTA approves otherwise in writing. Among those regulations and directives are: (1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. Part 37; (2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27; (3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,"36 C.F.R. Part 1192 and 49 C.F.R. Part 38; (4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 C.F.R. Part 35; (5) U.S. _DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R. Part 36; (6) U.S. General Services Administration (U.S. GSA) regulations, "Accommodations for the Physically Handicapped," 41 C.F.R. Subpart 101-19; (7) U.S. EEOC, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630; (8) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 C.F.R. Part 64, Subpart F; (9) U.S. ATBCB regulations, "Electronic and Information Technology Accessibility Standards," 36 C.F.R. Part 1194; (10) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. Part 609; and (11) Federal civil rights and nondiscrimination directives implementing the foregoing Federal laws and regulations, except to the extent the Federal Government determines otherwise in writing. Form PTN•13O(Rev.4119) Page 5of11' Q. Debarment and Suspension (over 25K) The vendor hereby certifies that it and its principals have not presently or within a three year period been debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal agency; and the vendor hereby certifies that it and its principals have not presently or within a three-year period been convicted of or had a civil judgment rendered against them for the commission of a fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, state or local) transaction; violation of Federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property. R. Clean Water&Air(over 150K) The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§7401 et seq. The vendor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to the FTA and the EPA. S. Non-Lobbying (over 150K) The undersigned certifies to the best of his or her knowledge and belief that: 1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned to any person for influencing or attempting to influence any officer or employee of an agency, a member of Congress, an officer or employee of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit standard form LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, USC. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. T. Lobbying and Disclosure Certification Name of Company Printed Name of Person Completing Form ierC)5 Pt()- C 1,tSfi :h rcuite t I Date Signature Form FTN-130(Rev.4119) Page 6 of 11 U. CERTIFICATION TO PURCHASER: A. The undersigned vendor certifies that the manufactured good(s)furnished will meet or exceed the specifications, and/or that services rendered will comply with the terms of the solicitation or contract. B. The undersigned vendor certifies that it has read all of the bid, proposal,or contract documents and agrees to abide by the terms,certifications, and conditions thereof. Name of Company Address C CO SS p1u5 Po box_ ��% �'/�;`���prj r� �3 Printed Name of Person Completing Form ��o� , ku Cc I he Telephone Si f 25 -6gq-y/04 Date SS#or Tax ID# s-T' ZZ \-011d L\ Description of Commodity or Service Ue i/© 4-- C t(•1,4,de 1 t Disadvantaged Business Enterprise Information Type of Organization(circle) ❑ Sole Proprietorship ❑ General Proprietorship Is your firm a DBE? ❑ (yes) no) ❑ Corporation ❑ Limited Partnership If yes,what type? ❑ Limited Proprietorship V. Disadvantaged Business Enterprises (DBE)Certification (Transit Vehicle Manufacturer or TVM) The vendor will provide products compliant with 49 CFR 26.49 regarding the vehicle manufacturer's overall DBE goal. Name of manufacturer of vehicle(s)to be delivered: W. Disadvantage Business Enterprise (DBE) Race-Neutral Required Clauses (Non-TVM): The DBE rules set forth in 49 CFR Part 26 apply to all contracts funded in whole or in part with Federal DOT funds. Contracts and subcontracts must contain the clauses listed in 49 CFR 26.13 and 49 CFR 26.29. Sub-recipients with contracts that contain a DBE goal must coordinate with their PTC in order to ensure solicitations and contracts comply with DBE requirements. 49 CFR 26.13--What assurances must recipients and contractors make? Each contract you sign with a contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin,or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1)Withholding monthly progress payments; (2)Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible." 49 CFR 26.29--What Prompt Payment Mechanisms Must Recipients Have? Grantees must establish a contract clause requiring prime contractors to pay subcontractors for satisfactory performance no later than 30 days from receipt of each payment the grantee makes to the prime contractor. This clause must require the prompt return of retainage payments from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. For more information on these please review 49 CFR 26.29 and the FTA Best Practice Procurement Manual. Form PM-130(Rev.4/19) Pjge7of11 X. Altoona Test Certification (for rolling stock purchases)(Check one of the following): ❑ The vehicle has been Altoona tested, report number: ❑ The vehicle is exempt from testing IAW 49 CFR 665. ❑ The vehicle is currently being tested at Altoona. Funds will not be released until the purchasing agency gets a copy of the Altoona test report, as appropriate, per 49 CFR 665. Y. Federal Motor Vehicle Safety Standards (FMVSS) Certification (for rolling stock purchases) Any vehicles provided by the vendor will comply with all applicable FMVSS. The vendor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. FMVSS Certification Name of Company Printed Name of Person Completing Form Date Signature Z. Buy America (Check where applicable): (over$150K rolling stock, construction, materials) ❑ The vendor or offeror hereby certifies it will comply with the requirements of 49 USC 5323(j) and the applicable regulations in 49 CFR 661, providing Buy America compliant manufactured goods or rolling stock. ❑ The vendor or offeror cannot comply with the requirements 49 USC 5323(j), but may qualify for an exception to the requirement pursuant to the regulations in 49 CFR 661. Buy America Certification Name of Company Printed Name of Person Completing Form Date Signature II. SPECIAL PROJECT TYPE PROVISIONS -the following addenda are attached and endorsed as appropriate: A. Construction or Architectural & Engineering Projects El B. Transit Operations or Management Projects ❑ C. Intelligent Transportation System or Research & Development ❑ Form PTN-130 (Rev.4/19) Addendum B 6 Consolidated Certification Form Page1of2 Addendum B - Transit Operations or of Transporranon Management Projects I.Transit Employee Protective Arrangements (a)General Transit Employee Protective Requirements- To the extent that FTA determines that transit operations are involved, the Contractor agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215,and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to the FTA Recipient's project from which Federal assistance is provided to support work on the underlying contract. The Contractor agrees to carry out that work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (1), however, do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C. §5310(aX2), or for projects for nonurbanized areas authorized by 49 U.S.C. §5311. Alternate provisions for those projects are set forth in subsections (b)and (c) of this clause. (b) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C.§5310(a)(2) for Elderly Individuals and Individuals with Disabilities- If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. §5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. §5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the underlying contract, the Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. §5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto.These terms and conditions are identified in the U.S. DOL's letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state. The Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL letter. (c)Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C.§5311 in Nonurbanized Areas- If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. §5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto.The Contractor also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. II.Charter Service Operations The contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. III. School Bus Operations Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions.When operating exclusive school bus service under an allowable exemption, recipients and subrecipients may not use federally funded equipment,vehicles, or facilities. Form PTN-130 (Rev.4119) Addendum B Page 2 of 2 IV. Drug &Alcohol Misuse and Testing Alternate certifications are available in the Best Practices Procurement Manual. Contractors must consult with the transit agency prior to making an alternate certification. htto;//www.fta.dot.gov/funding/thirdpartyorocurement/bppm/grants financing 6195.html#BM31 "Option#2 Provisions" -The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of(name of State), or the(insert name of grantee), to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Part 655 and review the testing process. The contractor agrees further to certify annually its compliance with Part 655 before (insert date) and to submit the Management Information System (MIS) reports before (insert date before March 15) to (insert title and address of person responsible for receiving information). To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. Transit Operations or Management Project Certification Name of Company Print Name of Person Completing Form Cf64QIUl; (}✓ -144'1CAIU (__OL Cc1t l("1 Date Signature Form PTN•130 (Rev.4/19) Addendum C .-® Consolidated Certification Form Page 1of2 Addendum C - Planning, Research & Development, Texas "r wT rtepaGtfwr or ITS Projects A. Rights in Data- The following requirements apply to each contract involving experimental,developmental or research work: (1)The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to:computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses,and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so,without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F.R. §18.34 and 49 C.F.R. §19.36, the Federal Government reserves a royalty-free, non- exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes,"any subject data or copyright described in subsections(2)(b)1 and (2)(b)2 of this clause below.As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work,which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause, provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. Form PIN-110 (Rev.4/19) Addendum C Page 2 of 2 (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. B. Patent Rights - The following requirements apply to each contract involving experimental. developmental,or research work: (1)General -If any invention, improvement,or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status(a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental,or research work financed in whole or in part with Federal assistance provided by FTA. C.National Intelligent Transportation Systems Architecture and Standards- To the extent applicable, the Recipient agrees to conform to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU §5307(c), 23 U.S.C. §512 note, and follow the provisions of FTA Notice, "FTA National ITS Architecture Policy on Transit Projects," 66 Fed. Reg. 1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date,except to the extent FTA determines otherwise in writing. Planning, Research& Development, ITS Project Certification Name of Company Printele me of Per onCompleting Form C(055 p C 1 V 4 �nSfr✓tt d J V i/ Date Signature ems/ SECTION D Mr111 BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21.287A Port Arthur Transit TECHNICAL SPECIFICATIONS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 500 MOBILIZATION 1. DESCRIPTION Establish and remove offices, plants, and facilities. Move personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. Bonds and insurance are required for performing mobilization. For Contracts with emergency mobilization, provide a person and method of contact available 24 hrs. a day, 7 days a week unless otherwise shown on the plans. The time of notice will be the transmission time of the written notice or notice provided orally by the Department's representative. 2. MEASUREMENT This Item will be measured by the lump sum or each as the work progresses. Mobilization is calculated on the base bid only and will not be paid for separately on any additive alternate items added to the Contract. 3. PAYMENT For this Item,the adjusted Contract amount will be calculated as the total Contract amount less the lump sum for mobilization. Except for Contracts with callout or emergency work, mobilization will be paid in partial payments as follows: o Payment will be made upon presentation of a paid invoice for the payment or performance bonds and required insurance, o When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid or 10% of the total Contract amount, whichever is less, will be paid. Previous payments under this Item will be deducted from this amount, o Upon final acceptance, 97% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount, and o Payment for the remainder of the lump sum bid for"Mobilization" will be made after all submittals are received, final quantities have been determined and when any separate vegetative establishment and maintenance, test, and performance periods provided for in the Contract have been successfully completed. ITEM 500- 1 OF 1 MOBILIZATION BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 502 BARRICADES, SIGNS, AND TRAFFIC HANDLING 1. DESCRIPTION Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION Comply with the requirements of Article 7.2., "Safety." Implement the traffic control plan (TCP)shown on the plans. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions are allowed. Submit Contractor-proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor-proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department's Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weather conditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, provide traffic control in accordance with the TMUTCD for minor operations as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT Barricades, Signs, and Traffic Handling will be measured by the month. 4. PAYMENT 4.1 Barricades, Signs, and Traffic Handling. Except for Contracts with callout work and work orders, the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. ITEM 502- 1 OF 2 BARRICADES, SIGNS,AND TRAFFIC HANDLING 'NMI BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. When the plans establish pay items for particular work in the TCP, that work will be measured and paid under pertinent Items. 4.1.1 Payment. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling devices have been installed in accordance with the TCP and construction has begun. ITEM 502-2 OF 2 BARRICADES, SIGNS,AND TRAFFIC HANDLING "WWI BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 506 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS 1. DESCRIPTION Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWP3)onthe plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. Control measures are defined as Best Management Practices used to prevent or reduce the discharge of pollutants. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence,sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices must be selected from the Erosion Control Approved Products or Sediment Control Approved Products lists. Perform work in a manner to prevent degradation of receiving waters, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures is performed in accordance with the manufacturer's or designer's specifications. Provide the Contractor Certification of Compliance before performing SWP3 or soil disturbing activities. By signing the Contractor Certification of Compliance, the Contractor certifies they have read and understand the requirements applicable to this project pertaining to the SWP3, the plans, and the TPDES General Permit TXR150000. The Contractor is responsible for any penalties associated with non-performance of installation or maintenance activities required for compliance. Ensure the most current version of the certificate is executed for this project. 2. MATERIALS 2.1. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 2.1.1. Rock Construction Exit. Provide crushed aggregate for long-and short- term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam,shale, soft or flaky materials, and organic and injurious matter. Use 4- to 8-in. aggregate for Type 1. Use 2- to4-in. aggregate for Type 3. 2.1.2. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. SECTION 506 1 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 2.2. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2.3.Construction Perimeter Fence. 2.3.1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnish soft wood posts with a minimum diameter of 3 in., or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimumcross-section of 1-1/2 x 1-1/5 in. Furnish T-or L-shaped steel posts with a minimum weight of 1.25 lb. per foot. 2.3.2. Fence. Provide orange construction fencing as approved. 2.3.3. Fence Wire. Provide 14 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tiewire. 2.3.4. Flagging. Provide brightly-colored flagging that is fade-resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 2.3.5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 2.3.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.4. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst-strength exceeding 300 psi, and an ultravioletstability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. Table 1 Sand Gradation Sieve Size Retained (% by Weight) #4 Maximum 3% #100 Minimum 80% #200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 3/8 in. 2.5. Temporary Sediment Control Fence. Provide a net-reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. SECTION 506 2 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS Mr! BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 2.5.1. Fabric. Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." 2.5.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/2 in. Furnish T- or L-shaped steel postswith a minimum weight of 1.25 lb. per foot. 2.5.3. Net Reinforcement. Provide net reinforcement of at least 12.5 gauge (SWG) galvanized welded wire mesh, with a maximum opening size of 2 x 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.5.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.5.5. Used Materials. Use recycled material meeting the applicable requirements if approved. 2.6. Biodegradable Erosion Control Logs. 2.6.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161, "Compost." 2.6.2. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable, or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. Furnish recyclable containment mesh for temporary installations. 2.6.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. SECTION 506 3 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 3. QUALIFICATIONS, TRAINING, AND EMPLOYEE REQUIREMENTS 3.1. Contractor Responsible Person Environmental (CRPE) Qualifications and Responsibilities. Provide and designate in writing at the preconstruction conference a CRPE and alternate CRPE who have overall responsibility for the storm water management program. The CRPE will implement storm water and erosion control practices; will oversee and observe storm water control measure monitoring and management; will monitor the project site daily and produce daily monitoring reports as long as there are BMPs in place or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or on contract non-work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on how to improve the effectiveness of control measures. Attend the Department's preconstruction conference for the project. Ensure training is completed as identified in Section 506.3.3., "Training," by all applicable personnel before employees work on the project. Document and submit a list, signed by the CRPE, of all applicable Contractor and subcontractor employees who have completed the training. Include the employee's name, the training course name, and date the employee completed the training. Provide the most current list at the preconstruction conference or before SWP3 or soil disturbing activities. Update the list as needed and provide the updated list when updated. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent that is competent, has experience with and knowledge of storm water management, and is knowledgeable of the requirements and the conditions of the TPDES General Permit TXR150000. The superintendent will manage and oversee the day to day operations and activities at the project site; work with the CRPE to provide effective storm water management at the project site; represent and act on behalf of the Contractor; and attend the Department's preconstruction conference for the project. 3.3. Training. All Contractor and subcontractor employees involved in soil disturbing activities, small or large structures, storm water control measures, and seeding activities must complete training as prescribed by the Department. 4. CONSTRUCTION 4.1. Contractor Responsibilities. Implement the SWP3 for the project site in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed. Coordinate storm water management with all other work on the project. Develop and implement an SWP3 for project-specific material supply plants within and outside of the Department's right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. SECTION 506 4 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by phone and able to respond to project-related storm water management or other environmental emergencies 24 hr. per day. 4.2.1. Commencement. Implement the SWP3 as shown and as directed. Contractor- proposed recommendationsfor changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed andwill be recorded in the SWP3. 4.2.2. Phasing. Implement control measures before the commencement of activities that result in soil disturbance. Phase and minimize the soil disturbance to the areas shown on the plans. Coordinate temporary control measures with permanent control measures and all other work activities on the project to assure economical, effective, safe, and continuous water pollution prevention. Provide control measures that are appropriate to the construction means, methods, and sequencing allowed by the Contract. Exercise precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Schedule and perform clearing and grubbing operations so that stabilization measures will follow immediately thereafter if project conditions permit. Bring all grading sections to final grade as soon as possible and implement temporary and permanent control measures at the earliest time possible. Implement temporary control measures when required by the TPDES General Permit TXR150000 or otherwise necessitated by project conditions. Do not prolong final grading and shaping. Preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. 4.3. General. 4.3.1. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed when control measures are restored within the same working day. 4.3.2. Stabilization. Initiate stabilization for disturbed areas no more than 14 days after the construction activities in that portion of the site have temporarily or permanently ceased. Establish a uniform vegetative cover or use another stabilization practice in accordance with the TPDES General Permit TXR150000. SECTION 506 5 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS Mir BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 4.3.3. Finished Work. Remove and dispose of all temporary control measures upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in arid areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on-site to prevent actual or potential water pollution. Manage, control, and dispose of litter on-site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards,the impairment of a listed water body, or other state or federal law. 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department will inspect and document the condition of the control measures at the frequency shown on the plans and will provide the Construction SWP3 Field Inspection and Maintenance Reports to the Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the worksite for each control measure. The only acceptable reason for not accomplishing the corrections with the time frame specified is when site conditions are "Too Wet to Work." Take immediate action if a correction is deemed critical as directed. When corrections are not made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWP3, plans, or TPDES General Permit TXR150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor's operations. Implement additional controls as directed. SECTION 506 6 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21.287A Port Arthur Transit Remove devices upon approval or as directed. Finish-grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. 4.4.1.1. Type 4(Sack Gabions). Unfold sack gabions and smooth out kinks and bends. Connect the sides by lacing in a single loop—double loop pattern on 4-to 5-in. spacing for vertical filling. Pull the end lacing rod at one end until tight, wrap around the end, and twist 4 times. Fill with stone at the filling end, pull the rod tight, cut the wire with approximately 6 in. remaining, and twist wires 4 times. 4.4.2. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Construct exits for either long-or short-term use. 4.4.2.1. Long-Term. Place the exit over a foundation course as required. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed. 4.4.4.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. 4.4.2.2. Short-Term. 4.4.4.2.1. Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. 4.4.4.2.2. Type 4. Construct as shown on the plans or as directed. 4.4.3. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 4.4.3.1. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. SECTION 506 7 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS Mrin9 BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit Create a sediment basin, where required, providing 3,600 cu. ft. of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsite areas. 4.4.3.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 4.4.3.3. 4.4.4. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. 4.4.4.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.4.4.2. Wire Attachment.Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. 4.4.4.3. Flag Attachment. Attach flagging to both wire strands midway between each post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot. 4.4.5. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 4.4.6. Temporary Sediment-Control Fence. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 4.4.6.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.6.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 x 6 in. Place the fabric against the side of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand- tamp. SECTION 506 8 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 4.4.6.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 4.4.6.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment-control fence include the following: • fabric with minimal or no visible signs of biodegradation (weak fibers), • fabric without excessive patching (more than 1 patch every 15 to 20 ft.), • posts without bends, and • backing without holes. 4.4.7. Biodegradable Erosion Control Logs. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the biodegradable erosion control logs into the erosion measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown on the plans, or as directed. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events, prevent damage to the logs, and as approved, such that flow is not allowed under the logs. Temporarily removing and replacing biodegradable erosion logs as to facilitate daily work is allowed at the Contractor's expense. 4.4.8. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. Provide equipment with atrack undercarriage capable of producing a linear soil impression measuring a minimum of 12 in. long x 2 to4 in. wide x 1/2 to 2 in. deep. Do not exceed 12 in. between track impressions. Install continuous linear track impressions where the 12 in. length impressions are perpendicular to the slope. Vertical tracking is required on projects where soil disturbing activities have occurred unless otherwise approved. SECTION 506 9 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS WA BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 4.5. Monitoring and Documentation. Monitor the control measures on a daily basis as long as there are BMPs in place and/or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or contract non-work days,daily inspections are not required unless a rain event has occurred. Monitoring will consist of, but is not limited to, observing, inspecting, and documenting site locations with control measures and discharge points to provide maintenance and inspection of controls as described in the SWP3. Keep written records of daily monitoring. Document in the daily monitoring report the control measure condition, the date of inspection, required corrective actions, responsible person for making the corrections, and the date corrective actions were completed. Maintain records of all monitoring reports at the project site or at an approved place. Provide copies within 7 days. Together, the CRPE and an Engineer's representative will complete the Construction Stage Gate Checklist on a periodic basis as directed. 5. MEASUREMENT 5.2. Earthwork for Erosion and Sediment Control. 5.2.1. Equipment and Labor Measurement. Equipment and labor used will be measured by the actual number of hours the equipment is operated and the labor is engaged in the work. 5.2.2. Volume Measurement. 5.2.2.1. In Place. 5.2.2.1.1. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 5.2.2.1.2. Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: • the original ground surfaces or the surface upon that the embankment is to be constructed for thefeature and ■ the lines, grades and slopes of the accepted embankment for the feature. 5.3. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. 5.4. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 5.5. Temporary Sediment-Control Fence. Installation or removal of temporary sediment-control fence will be measured by the foot. SECTION 506 10 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 5.6. Biodegradable Erosion Control Logs. Installation or removal of biodegradable erosion control logs will be measured by the foot along the centerline of the top of the control logs. 5.7. Vertical Tracking.Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 6. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: o erosion-control measures for Contractor project-specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); o removal of litter, unless a separate pay item is shown on the plans; o repair to devices and features damaged by Contractor operations; o added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; o removal and reinstallation of devices and features needed for the convenience of the Contractor; o finish grading and dressing upon removal of the device; and o minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items except vertical tacking which is subsidiary. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. 6.1. Construction Exits. Contractor-required construction exits from off right of way locations or on-right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"for construction exits needed on right of way access to work areas required by the Department will be paid for at the unit price bid for "Construction Exits(Install)"of the type specified or"Construction Exits(Remove)."This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. SECTION 506 11 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS Mir BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit When the Engineer directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for"Construction Exit (Remove)" and "Construction Exit (Install)" of the type specified. These prices are full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. Construction of sediment traps used in conjunction with the construction exit will be measured and paid for under"Earthwork for Erosion and Sediment Control." 6.2. Earthwork for Erosion and Sediment Control. 6.2.1. Initial Earthwork for Erosion and Sediment Control. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Excavation (Erosion and Sediment Control, In Place)," "Embankment(Erosion and Sediment Control, In Place)," "Excavation (Erosion and Sediment Control, In Vehicle)," "Embankment (Erosion and Sediment Control, (In Vehicle)," or "Earthwork (Erosion and Sediment Control, In Vehicle)." This price is full compensation for excavation and embankment including hauling, disposal of material not used elsewhere on the project; embankments including furnishing material from approved sources and construction of erosion-control features; and equipment, labor, tools, and incidentals. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.3. Construction Perimeter Fence. The work performed and materials furnished in accordance with this Remand measured as provided under"Measurement"will be paid for at the unit price bid for "Construction Perimeter Fence." This price is full compensation for furnishing and placing the fence; digging, fence posts,wire, and flagging; removal and disposal; and materials, equipment, labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the perimeter fence installation or portions thereof be removed and replaced, payment will be made at the unit price bid for"Construction Perimeter Fence,"which is full compensation for the removal and reinstallation of the construction perimeter fence. 6.4. Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for"Sandbags for Erosion Control" (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals. Removal of sandbags will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the sandbag installation or portions thereof be replaced, payment will be made at the unit price bid for"Sandbags for Erosion Control," SECTION 506 12 OF 13 TEMPORARY EROSION,SEDIMENTATION AND ENVIRONMENTAL CONTROLS WWI BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21.287A Port Arthur Transit which is full compensation for the reinstallation of the sandbags. 6.5. Temporary Sediment-Control Fence. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid as follows: 6.5.1. Installation. Installation will be paid for as "Temporary Sediment-Control Fence (Install)." This price is full compensation for furnishing and operating equipment finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.5.2. Removal. Removal will be paid for as"Temporary Sediment-Control Fence (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.6. Biodegradable Erosion Control Logs. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid as follows: 6.6.1. Installation. Installation will be paid for as "Biodegradable Erosion Control Logs (Install)" of the size specified. This price is full compensation for furnishing and operating equipment finish backfill and grading, staking, proper disposal, labor, materials, tools, and incidentals. 6.6.2. Removal. Removal will be paid for as"Biodegradable Erosion Control Logs (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.7. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. SECTION 506 13 OF 13 TEMPORARY EROSION, SEDIMENTATION AND ENVIRONMENTAL CONTROLS BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 104 REMOVING CONCRETE 1. DESCRIPTION Break, remove, and salvage or dispose of existing concrete. 2. CONSTRUCTION Remove existing concrete from locations shown on the plans. Avoid damaging concrete that will remain in place. Saw-cut and remove the existing concrete to neat lines. Replace any concrete damaged by the Contractor at no expense to the Department. Accept ownership and properly dispose of broken concrete in accordance with federal, state, and local regulations unless otherwise shown on the plans. 3. MEASUREMENT Removing concrete pavement, foundations, sidewalks, driveways, and other appurtenances will be measured by the square yard (regardless of thickness) in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. 4. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Removing Concrete" of the type specified. This price is full compensation for breaking the concrete; loading, hauling, and salvaging or disposing of the material; and equipment, labor, tools, and incidentals. Removing footings will not be paid for directly but will be considered subsidiary to this Item. ITEM 104- 1 OF 1 REMOVING CONCRETE BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 110 EXCAVATION 1. DESCRIPTION Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross-sections. 2. CONSTRUCTION Accept ownership of unsuitable or excess material and dispose of material in accordance with local, state, and federal regulations at locations outside the right of way. Maintain drainage in the excavated area to avoid damage to the roadway section. Correct any damage to the subgrade caused by weather at no additional cost to the Department. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. 2.1 Rock Cuts. Excavate to finish subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods," unless excavation is to clean homogenous rock at finish subgrade elevation. Use approved embankment material compacted in accordance with Section 132.3.4., "Compaction Methods," to replace undercut material at no additional cost if excavation extends below finish subgrade. 2.2 Earth Cuts. Excavate to finish subgrade. Scarify subgrade to a uniform depth at least 6 in. below finish subgrade elevation in areas where base or pavement structure will be placed on subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods." 2.3 Take corrective measures as directed if unsuitable material is encountered below subgrade elevations. 2.4 Subgrade Tolerances. Excavate to within 1/2 in. in cross-section and 1/2 in. in 16 ft. measured longitudinally for turnkey construction. Excavate to within 0.1 ft. in cross-section and 0.1 ft. in 16 ft. measured longitudinally for staged construction. 3. MEASUREMENT This Item will be measured by the cubic yard in its original position. Limits of measurement for excavation will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. SECTION 110- 1 OF 2 EXCAVATION M.D1111 BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 3. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Excavation." This price is full compensation for authorized excavation; drying; undercutting subgrade and reworking or replacing the undercut material in rock cuts; hauling; disposal of material not used elsewhere on the project; scarification and compaction; and equipment, labor, materials, tools, and incidentals. Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. SECTION 110-2 OF 2 EXCAVATION FPAVII BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 132 EMBANKMENT 1. DESCRIPTION Furnish, place, and compact materials for construction of embankments. 2. MATERIALS Furnish approved material capable of forming a stable embankment from required excavation or from sources outside the project site. As recommended in the geotechnical report and shown on the plans, the following table contains recommendations for select fill materials: Fill USCS Soil Type Locations To Be Used Classification Classification Gradation Additional Requirements 1.Liquid Limit<40 1. 100%passing 2.Plasticity Index between • Below Foundations Select 2-inch sieve 10 and 20 and Pavements structural fill CL 2. Minimum 60% 3.<2%Organic Content passing-#200 sieve (OC) 4.Silt Content 60%or less 3. CONSTRUCTION Contractor to provide materials testing and provide testing results to RPR representative and Engineer. Backfill tree-stump holes or other minor excavations with approved material and tamp. Restore the ground surface, including any material disked loose or washed out, to its original slope. Compact the ground surface by sprinkling in accordance with Item 204, "Sprinkling," and by rolling using equipment complying with Item 210, "Rolling," when directed. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 in. unless otherwise shown on the plans. Bench slopes before placing material. Begin placement of material at the toe of slopes. Do not place trees, stumps, roots, vegetation, or other objectionable material in the embankment. Simultaneously recompact scarified material with the placed embankment material. Do not exceed the layer depth specified in Section 132.3.4., "Compaction Methods." Construct embankments to the grade and sections shown on the plans. Construct the embankment in layers approximately parallel to the finished grade. SECTION 132 1 OF 4 EMBANKMENT !WM BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit otherwise shown on the plans. Ensure that each section of the embankment conforms to the detailed sections or slopes. Maintain the finished section, density, and grade until the project is accepted. 3.1. Earth Embankments. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. Move the material dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. Featheredge or mix abutting layers of dissimilar material for at least 100 ft. to ensure there are no abrupt changes in the material. Break down clods or lumps of material and mix embankment until a uniform material is attained. Apply water free of industrial wastes and other objectionable matter to achieve the uniform moisture content specified for compaction. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1., "Ordinary Compaction," when ordinary compaction is specified. Compact the layer to the required density in accordance with Section 132.3.4.2., "Density Control," when density control is specified. 3.2. Compaction Methods. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller. Begin rolling at the lower side and progress toward the high side on super elevated curves. Alternate roller trips to attain slightly different lengths. Compact embankments in accordance with Section 132.4.1., "Ordinary Compaction," or Section 132.3.4.2., "Density Control," as shown on the plans. 3.2.1.1. Ordinary Compaction. Use approved rolling equipment complying with Item 210, "Rolling,"to compact each layer. Use specific equipment when required by the plans or the Engineer. Do not allow the loose depth of any layer to exceed 8 in., unless otherwise approved. Bring each layer to the moisture content directed before and during rolling operations. Compact each layer until there is no evidence of further consolidation. Maintain a level layer to ensure uniform compaction. Recompact and refinish the subgrade at no additional expense to the Department if the required stability or finish is lost for any reason. 3.2.1.2. 3.2.2. Density Control. Compact each layer to the required density using equipment complying with Item 210, "Rolling." Determine the maximum lift thickness based on the ability of the compacting operation and equipment to meet the required density. Do not exceed layer thickness of 16 in. loose or 12 in. compacted material unless otherwise approved. Maintain a level layer to ensure uniform compaction. SECTION 132 2 OF 4 EMBANKMENT 1:9k1p9 BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit The Engineer will use Tex-114-E to determine the maximum dry density (Da) and optimum moisture content (Wopt). Meet the requirements for field density and moisture content in Table 2 unless otherwise shown on the plans. Table 2 Field Density Control Requirements _ Description Density Moisture Content Tex-115-E PI<_ 15 798%Da 15<PI535 98% Da and <_ 102%Da iWopt. PI> 35 95% Da and <_ 100%Da Wopt. Each layer is subject to testing by the Engineer for density and moisture content. During compaction, the moisture content of the soil should not exceed the value shown on the moisture-density curve, above optimum, required to achieve: • 98% dry density for soils with a PI greater than 15 but less than or equal to 35 or • 95%dry density for soils with PI greater than 35. Remove small areas of the layer to allow for density tests as required. Replace the removed material and recompact at no additional expense to the Department. Proof-roll in accordance with Item 216, "Proof Rolling," when shown on the plans or as directed. Correct soft spots as directed. Moisture— Density Testing Frequency and Acceptance Samples of all select fill embankment materials for tests for moisture content and compaction, both before and after placement and compaction, will be taken for each 400 S.Y. per lift of subgrade. All quality assurance testing shall be done by the Contractor's laboratory in the presence of the RPR and density test results shall be furnished upon completion to the RPR for acceptance determination. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials, or moisture content to achieve the specified embankment density. The location of the compaction tests shall be random as determined by the RPR. 3.3. Maintenance of Moisture and Reworking. Maintain the density and moisture content once all requirements in Table 2 are met. Maintain the moisture content no lower than 4% below optimum for soils with a PI greaterthan 15. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, or finish. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed. 3.4. Acceptance Criteria. 3.4.1. Grade Tolerances. SECTION 132 3 OF 4 EMBANKMENT 1:119M BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 3.4.1.1. Staged Construction. Grade to within 0.1 ft. in the cross- section and 0.1 ft. in 16 ft. measured longitudinally. 3.4.1.2. Turnkey Construction. Grade to within 1/2 in. in the cross- section and 1/2 in. in 16 ft. measured longitudinally. 3.4.2. Gradation Tolerances. Ensure no more than 1 of the 5 most recent gradation tests is outside the specified limits on any individual sieve by more than 5%when gradation requirements are shown on the plans. 3.4.3. Density Tolerances. Ensure no more than 1 of the 5 most recent density tests for compaction work is outside the specified density limits, and no test is outside the limits by more than 3 pcf. 3.4.4. Plasticity Tolerances. Ensure no more than 1 of the 5 most recent PI tests for material is outside the specified limit by more than 2 points. 4. MEASUREMENT Embankment will be measured by the cubic yard. Measurement will be further defined for payment as follows: 4.1. Final. The cubic yard will be measured in its final position. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. Shrinkage or swell factors will not be considered in determining the calculated quantities. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Embankment (Final)," of the compaction method and type specified. This price is full compensation for furnishing embankment; hauling; placing, compacting, finishing, and reworking; disposal of waste material;and equipment, labor, tools, and incidentals. When proof rolling is directed, it will be paid for in accordance with Item 216, "Proof Rolling." All sprinkling and rolling,and proof rolling,will not be paid for directly but will be considered subsidiary to this Item, unless otherwise shown on the plans. Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. SECTION 132 4 OF 4 EMBANKMENT 11:1419k — BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 204 SPRINKLING 1. DESCRIPTION Apply water for dust control, earthwork, or base construction. 2. MATERIALS Furnish water free of industrial wastes and other objectionable matter. 3. EQUIPMENT Use sprinklers and spray bars equipped with positive and rapidly working cut-off valves. 4. CONSTRUCTION Apply water at a uniform rate and in the required quantity, or as directed. 5. MEASUREMENT AND PAYMENT Unless sprinkling is specified as a pay item, the work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. SECTION 204 1 OF 1 SPRINKLING BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 210 ROLLING 1. DESCRIPTION Compact embankment, subgrade, base, surface treatments, broken concrete pavement using rollers. Break up asphalt mats, pit run material, or base materials. 2. EQUIPMENT Use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. Use equipment that meets the requirements of this Item when specific typesof equipment are required. The Engineer may allow the use of rollers that operate in one direction only when turning does not affect the quality of work or encroach on traffic. Table 1 Roller Requirements' Materials To Be Compacted Load RollerSpeed Roller Type (tons) Contact Pressure (mph) Embankment,subgrade, >_325 lb.per inch of Steel wheel base,asphalt concrete >_102-3 wheel width p Embankment,subgrade 125-550 psi per Tamping - tamping foot 2-3 Heavy Embankment,subgrade _ >-550 psi per 2-3 tamping tamping foot Type A<6 Embankment,subgrade, Type B>6 Per equipment Vibratory base,asphalt concrete Type C as specification and as As approved shown on the approved plans Embankment,subgrade, Light surfacetreatment 2-6 pneumatic Asphalt Concrete 4.5-9.0 >45 psi 4-12 Embankment,subgrade,base, 2-6 Medium surface treatment 12-25 >-80 psi,as directed pneumatic Asphalt Concrete 4-12 Embankment,subgrade,base, Heavy previously broken concrete pneumatic pavement,other pavements >_25 <_150 psi 2-6 Embankment,breaking up existing Grid asphalt mats or base 5-13 - 2-3 1. Unless otherwise specified in the Contract. SECTION 210 1 OF 4 ROLLING !WM BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 2.1. Static Steel Wheel Rollers. Furnish single, double, or triple steel wheel, self- propelled power rollers weighing at least 10 tons capable of operating in a forward and backward motion. Ensure all wheels are flat. The Contractor may use vibratory rollers in the static mode when static steel wheel rollers are required. For single steel wheel rollers, pneumatic rear wheels are allowed for embankment, subgrade, and base. Provide rear wheels for triple steel wheel rollers with a minimum diameter of 48 in., a minimum width of 20 in., and a minimum compression of 325 lb. per inch of wheel width. 2.2. Tamping Rollers. Furnish self-propelled rollers with at least one self-cleaning metal tamping drum capable of operating in a forward or backward motion with a minimum effective rolling width of 5 ft. Mount drums in a frame so that each drum moves independently of the other for rollers with more than one drum. Operate rollers in static or vibratory mode. 2.2.1. Tamping Roller (Minimum Requirement). Provide tamping feet that exert a static load of 125 to 550 psi and project at least 3 in. from the surface of the drum for all tamping rollers except for heavy tamping rollers. 2.2.2. Heavy Tamping Roller. Provide tamping rollers that have: • 2 metal tamping drums, rolls, or shells, each with a 60-in. minimum diameter and a 5-ft. minimum width, or • 1 rear and 2 forward drums, each with a 60-in. minimum diameter. Arrange drums so that the rear drum compacts the space between the 2 forward drums and the minimum overall rolling width is 10 ft. Equip drums with tamping feet that: • project at least 7 in. from the drum surface, • have an area of 7 to 21 sq. in., • are self-cleaning, • exert a static load of at least 550 psi, and • are spaced at 1 tamping foot per 0.65 to 0.70 square feet of drum area. 2.3. Vibratory Rollers. Furnish self-propelled rollers with at least one drum equipped to vibrate. Select and maintain amplitude and frequency settings per manufacturer's specifications to deliver maximum compaction without material displacement or shoving, as approved. Furnish the equipment manufacturer's specifications concerning settings and controls for amplitude and frequency. Operate rollers at speeds that will produce at least 10 blows per foot unless otherwise shown on the plans or approved. Pneumatic rear wheels are allowed for embankment, subgrade, and base. Equip each vibrating drum with: • separate frequency and amplitude controls, • controls to manually start and stop vibration, and • a mechanism to continuously clean the face of the drum. SECTION 210 2 OF 4 ROLLING BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit For asphalt-stabilized base and asphalt concrete pavement, furnish a roller that also has the ability to: • automatically reverse the direction of the rotating eccentric weight, • stop vibration before the motion of the roller stops, and • thoroughly moisten the drum with water or approved asphalt release agent. 2.3.1. Drum (Type A). Furnish a roller with a static weight less than 6 tons and a vibratory drum. 2.3.2. Drum (Type B). Furnish a roller with a minimum static weight of 6 tons and a vibratory drum. 2.3.3. Drum (Type C). Furnish a roller as shown on the plans. 2.4. Pneumatic Tire Rollers. Pneumatic tire rollers consist of rubber tire wheels on axles mounted in a framewith either a loading platform or body suitable for ballast loading. Arrange the rear tires to cover the gaps between adjacent tires of the forward group. Furnish rollers capable of forward and backward motion. Compact asphalt pavements and surface treatments with a roller equipped with smooth- tread tires. Compact without damaging the surface. Moisten the wheels with water or an approved asphalt release agent when necessary. Select and maintain the operating load and tire air pressure within the range of the manufacturer's charts ortabulations to attain maximum compaction throughout the lift, as approved. Furnish the manufacturer's chart or tabulations showing the contact areas and contact pressures for the full range of tire inflation pressures and for the full range of loadings for the particular tires furnished. Maintain individual tire inflation pressures within 5 psi of each other. Provide uniform compression under all tires. 2.4.1. Light Pneumatic Tire. Furnish a unit: • with at least 9 pneumatic tires, • with an effective rolling width of approximately 5 ft., • capable of providing a total uniform load of 4.5 to 9 tons, and • with tires capable of maintaining a minimum ground contact pressure of 45 psi. 2.4.2. Medium Pneumatic Tire. Furnish a unit: • with at least 7 pneumatic tires, • with an effective rolling width of approximately 7 ft., • capable of providing a total uniform load of 12 to 25 tons, and • with tires capable of maintaining a minimum ground contact pressure of 80 psi or 90 psi as directed. SECTION 210 3 OF 4 ROLLING WTI BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 2.4.3. Heavy Pneumatic Tire. Furnish a unit: ■ with at least 4 pneumatic-tired wheels mounted on axles carrying no more than 2 wheels, • with wheels arranged to carry approximately equal loads on uneven surfaces, • with a width between 8 and 10 ft. that can turn 180° in the crown width, ■ capable of providing a total uniform load of at least 25 tons, ■ with tires capable of maintaining a maximum ground contact pressure of 150 psi, and ■ with liquid-filled tires inflated to such a level that liquid will flow from the valve stem when the stem is in the uppermost position. 2.5. Grid Rollers. Furnish rollers that have 2 cylindrical cages with a minimum diameter of 66 in. and a minimum width of 32 in. Mount cages in a rigid frame with weight boxes. Use a cage surface of cast or welded steel fabric grid with bars 1-1/2 in. wide, spaced on 5-in. centers in each direction, that undulate approximately 1 in. between the high and low points. Furnish rollers capable of providing a total load of 5 to 13 tons and capable of being operated in a forward or backward motion. 2.6. Alternate Equipment. The Contractor may use alternate compaction equipment that produces results equivalent to the specified equipment as approved. Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. 3. CONSTRUCTION Perform this work in accordance with the applicable Items using equipment and roller speeds specified in Table 1. Use only rubber-tired equipment to push or pull compaction equipment on base courses. Use equipment that does not damage material being rolled. 4. MEASUREMENT AND PAYMENT 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. SECTION 210 4 OF 4 ROLLING plcMI BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 216 PROOF ROLLING 1. DESCRIPTION Proof-roll earthwork, base, or both to locate unstable areas. 2. EQUIPMENT 2.1. Specified Equipment. Furnish rollers that weigh at least 25 tons when loaded. The maximum acceptable load is 50 tons. Provide rollers that meet the requirements of Section 210.2.4., "Pneumatic Tire Rollers." 2.2. Alternative Equipment. The Contractor may use alternate compaction equipment that produces resultsequivalent to the specified equipment in the same period of time as approved. Discontinue the use of the alternative equipment and furnish the specified equipment if the desired results are not achieved. 3. CONSTRUCTION Perform proof rolling as directed. Adjust the load and tire inflation pressures within the range of the manufacturer's charts or tabulations, as directed. Make at least 2 coverages with the proof roller. Offset each trip of the roller by at most one tire width. Operate rollers at a speed between 2 and 6 mph, as directed. Correct unstable or nonuniform areas, if found, in accordance with the applicable Item. 4. MEASUREMENT AND PAYMENT The work performed and equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent items. SECTION 216 1 OF 1 PROOF ROLLING !WM BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit ITEM 164 SEEDING FOR EROSION CONTROL 1. DESCRIPTION Provide and install temporary seeding for erosion control as shown on the plans or as directed. 2. MATERIALS 2.1 Seed. Provide seed from the previous season's crop meeting the requirements of the Texas Seed Law, including the testing and labeling for pure live seed (PLS = Purity x Germination). Furnish seed of the designated species, in labeled unopened bags or containers to the Engineer before planting. Use within 12 mo. from the date of the analysis. When Buffalo grass is specified, use seed that is treated with KNO3(potassium nitrate) to overcome dormancy. Use Table 3 and 4 to determine the appropriate seed mix and rates as specified on the plans. If a plant species is not available by the producers, the other plant species in the recommended seed mixture will be increased proportionally by the PLS/acre of the missing plant species. Table 3 Tem orary Cool Season Seeding Districts Dates Seed Mix and Rates(Ib. PLS/acre) Houston(12),Yoakum(13),Corpus Christi September 1—November 30 Oats 72 (16),Beaumont (20), Pharr(21),Laredo(22) Table 4 Temporary Warm Season Seeding Districts Dates Seed Mix and Rates (lb. PLS/acre) All May 1— Foxtail Millet 34 August 31 2.2 Vegetative Watering. Use water that is clean and free of industrial wastes and other substances harmful to the growth of vegetation. SECTION 164 1 OF 2 SEEDING FOR EROSION CONTROL MMI9 BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit 3. CONSTRUCTION Cultivate the area to a depth of 4 in. before placing the seed unless otherwise directed. Use approved equipment to vertically track the seedbed as shown on the plans or as directed. Cultivate the seedbed to a depth of 4 in. or mow the area before placement of the permanent seed when performing permanent seeding after an established temporary seeding. Plant the seed specified and mulch, if required, after the area has been completed to lines and grades as shown on the plans. 3.1 Broadcast Seeding. Distribute the seed or seed mixture uniformly over the areas shown on the plans using hydro-seeding on top of the soil unless otherwise directed. Apply the mixture to the area to be seeded within 30 min. of placement of components in the equipment when seed and water are to be distributed as a slurry during hydro-seeding. Roll the planted area with a light roller or other suitable equipment. Roll sloped areas along the contour of the slopes. 4. MEASUREMENT This Item will be measured by the square yard. 5. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Broadcast Seeding (Perm)" of the rural or urban seed mixture and sandy or clay soil specified, "Broadcast Seeding (Temp)" of warm or cool season specified. This price is full compensation for furnishing materials, including water for hydro-seeding, mowing, labor, equipment, tools, supplies, and incidentals. Fertilizer will not be paid for directly but will be subsidiary to this Item. SECTION 164 2 OF 2 SEEDING FOR EROSION CONTROL WWI BUS MAINTENANCE FOUNDATION DEMOLITION PLANS Contract No.21-287A Port Arthur Transit GEOTECHNICAL REPORT Geotechnical Evaluation Report New Bus Charging Station Port Arthur Transit Station 301 4th Street Port Arthur,Texas Prepared for The Solco Group, LLC Mr. Kelvin Solco 10480 Jordan Avenue Beaumont,Texas 77713 1e OF TF ),xi-- i ! wC • , 130303 i oA.:. iC E N g�O.G���,.r Eric T. McClanahan, P.E. Business Unit Manager License Number: 130303 October 29, 2021 Project B2109330 Braun Intertec Corporation TBPE Firm Registration No. F-12228 BRAUN INTERTEC The Science You Build On. BRAUN Braun Intertec Corporation Phone:409 842 0414 4770 Washington Blvd. IN T E RT E C Beaumont,Texas 77707 Web: braunintertec.com The Science You Build On. October 29, 2021 Project B2109330 The Solco Group, LLC Mr. Kelvin Solco 10480 Jordan Avenue Beaumont,Texas 77713 Re: Geotechnical Evaluation Report New Bus Charging Station Port Arthur Transit Station 301 4th Street Port Arthur,Texas Dear Mr. Kelvin: We are pleased to present this Geotechnical Evaluation Report for the proposed bus charging station at Port Arthur Transit Station in Port Arthur,Texas.The attached report contains a descriptive review of available information,our field exploration program, engineering evaluation, interpretation of the results with respect to the project characteristics, our geotechnical site development,foundation recommendations, and construction guidelines for the planned project. Thank you for making Braun Intertec your geotechnical consultant for this project. If you have any questions about this report, or if we can provide other services in support of our work to date, please contact Eric McClanahan (emcclanahan@braunintertec.com). Sincerely: BRAUN INTERTEC CORPORATION TBPE Firm Registration No.F-12228 Eric T. McClanahan, P.E. Protect Geotechnical Engineer Alexander J. Brochard Geotechnical Consultant AAJEOE Table of Contents Description Page A. Introduction 1 A.1. Project Description 1 A.2. Purpose 1 A.3. Site Conditions and History 1 A.4. Scope of Services 2 A.4.a. Subsurface Exploration 2 A.4.b. Laboratory Testing 3 B. Results 3 B.1. Coring&Soil Boring Results 3 B.2. Groundwater 4 B.3. Laboratory Test Results 5 C. Recommendations 5 C.1 Design and Construction Technical Discussion 5 C.1.a. PVR Discussion 6 C.2. Rainwater Management 7 C.3. Site Preparation 8 C.3.a. Demolition Considerations 8 C.3.b. Subgrade Preparation for Grade Supported Structures 8 C.3.c. Proofrolling 9 C.3.d. Ditches and Swales 9 C.3.e. Fill Placement 9 C.3.f. Excavation Oversizing 9 C.3.g. Dewatering Plan 11 C.3.h. Fill Materials and Compaction 11 C.3.i. Special Inspections of Soils 12 C.4. Shallow Foundation Recommendations 12 C.4.a. Allowable Soil Bearing Capacity 12 C.4.b. Settlement of Footings 13 C.4.c. Lateral Loading Conditions for Footings 13 C.4.d. Footing Resistance to Uplift 14 C.S. Floor Slabs 14 C.5.a. Settlement Considerations Due to Fill Placement 14 C.5.b. Moisture Vapor Protection 15 C.6. Drilled Shaft Foundations 15 C.6.a. Ultimate Shaft Load Capacities 15 C.6.b. Factor of Safety 15 C.6.c. Axial Capacity 15 C.6.d. Lateral Capacity 16 C.6.e. Drilled Shaft Installation 16 C.6.f. Static Load Testing for Shafts 17 C.6.g. Shaft Group Effects 17 C.6.h. Shaft Settlement from Structural Loads 18 C.7. Pavements 18 C.7.a. Pavement Subgrade Preparation 18 C.7.b. Assumed Traffic and Pavement Design 19 D. Procedures 20 BRAUN INTERTEC Table of Contents (continued) D.1. Boring and Piezometer Drilling and Sampling 20 D.2. Boring Logs 21 D.3. Material Classification and Testing 21 E. Qualifications 21 E.1. Variations in Subsurface Conditions 21 E.2. Continuity of Professional Responsibility 22 E.3. Use of Report 22 E.4. Standard of Care 22 Appendix Plan of Borings and Pavement Cores Logs of Borings Descriptive Terminology of Soil Ultimate Drilled Shaft Capacity Charts BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 1 A. Introduction A.1. Project Description On September 23, 2021,the Solco Group, LLC contracted Braun Intertec Corporation (Braun)to perform a geotechnical evaluation for the new Port Arthur electric bus charging station and appurtenant improvements to be constructed at 301 4th Street in Port Arthur,Texas. Based on the information provided in the request and subsequent phone conversations, Braun understands that the project comprises construction of a new EV bus charging station canopy with tilt-up panels and newly constructed rigid pavements. We understand the new structure will replace the previous structure footprint after the previous foundation components are demolished and removed from the site. Based on the RFP,we understand that the previous building was supported at grade and will match the newly constructed bus station features located toward the north. Details regarding anticipated bus traffic and as-built plans of the recently constructed building and features were provided to Braun Intertec for our use in this geotechnical evaluation.You have indicated the new bus lanes will be subjected to an average daily traffic(ADT) maximum of 25 vehicles per day.We understand the nearby newly constructed building is supported on a combination of concrete drilled shaft foundations and shallow,spread footing foundations. A.2. Purpose The purpose of our geotechnical evaluation was to characterize subsurface soil conditions at the selected exploration locations and evaluate their impact on the design and construction of the proposed structures and equipment associated with the new bus charging station. A.3. Site Conditions and History The project site is situated on a 15,000 SF tract at the northwestern corner of Dallas Avenue and 4th Street, located directly adjacent to the Port Arthur Ship Channel.At the time of our field evaluation,the previous building foundation was still in existence; however, all structural components above slab grade had recently been demolished.The existing foundation appeared to consist of an original cast concrete slab overlain by a mildly distressed secondary leveling slab, installed post original construction. Based on the available satellite imagery via Google Earth', it appears that the previous brick veneer building occupying the site was originally constructed prior to 1989. Since that time,the site conditions BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29,2021 Page 2 appear to have remained relatively unchanged.Within the northeastern area of the subject site, an 80-ft diameter abandoned water tower structure and existing bus parking pavements occupied the remaining 30,000 SF footprint of the subject tract. A.4. Scope of Services Our scope of services for this project was to perform field exploration in general accordance with Braun Intertec's Proposal No. QTB146834 dated September 29, 2021. Our proposal was authorized by Mr. Kelvin Solco (President/CEO)of the Solco Group, LLC on September 30, 2021.The following list describes the geotechnical tasks completed in accordance with our authorized scope of services. • Drilling and sampling a total of three soil borings in the approximate footprint of the new bus terminal structure footprint and two paving cores within areas of proposed paving. • Performing laboratory testing on selected soil samples collected during the field exploration program to aid in soil classification and engineering analysis. • Providing geotechnical engineering evaluation based on the subsurface soil conditions observed at the boring locations. • Preparing this report containing a boring location sketch, logs of soil borings, a summary of the soils encountered, results of laboratory tests, recommendations for subgrade preparation and the design of shallow and deep foundations, and recommendations for other engineering aspects to support the proposed structures and features. Our scope of services does not include environmental services. Braun Intertec personnel performing the geotechnical evaluation are not trained to provide environmental services or testing. However,we can provide these services or testing at your request.A fault study was also beyond our scope of services for this project. A.4.a. Subsurface Exploration Originally, Braun Intertec's proposed scope of services included drilling two 40-ft soil borings and two 20-ft soil borings within the footprint of the proposed structure. However, due to the presence of 30 inches of concrete at the proposed location of Boring B-4,this boring could not advance.Additionally, our scope included performance of two pavement cores to evaluate the existing pavement thicknesses and conditions present within adjacent roadways,where overlay is proposed.A Boring/Pavement Core BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 3 Location Plan and the individual boring logs are provided in the Appendix of this report. Boring depths are referenced from the existing ground surface at the time of our field exploration. A.4.b. Laboratory Testing We performed the following tests on selected soil samples obtained from the soil borings: ■ Moisture content tests(ASTM D2216)—intended to aid in classification, evaluation of moisture condition,and estimation of engineering parameters; ■ Atterberg limits tests(ASTM D4318)—intended to evaluate the soil plasticity,estimate whether the materials have the potential for shrink/swell, and to aid in estimation of engineering parameters; ■ Percent Passing#200 sieve(ASTM D1140)—intended to aid in classification and determination of the sand and fine sized particle distribution; and ■ Unconfined compression tests(ASTM D2166)and Unconsolidated-undrained triaxial compression tests(ASTM D2850)—tests performed to measure the soil undrained shear strength. B. Results B.1. Coring & Soil Boring Results The Appendix includes log of borings sheets for our test borings.The logs present the results of laboratory tests performed on selected soil samples,detailed descriptions of the soils, and groundwater information as encountered during the time of our field exploration. A descriptive terminology key in the Appendix can be used to interpret terms used in the logs. Stratigraphy boundaries were inferred from observations in the field, review of the samples and laboratory test results.These boundaries should be considered approximate and will likely vary away from the specific boring locations and may also occur as gradual rather than abrupt transitions. Prior to sampling advancement in the borings, cores were cut through the existing foundation as well as in adjacent roadway paving areas. In Borings B-1 through B-3, a consistent concrete thickness of 9- inches was encountered.At the proposed position of Boring B-4, 30-inches of concrete was encountered at a presumed footing,therefore further advancement was terminated. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 4 Per requests of The Solco Group during the project exploration, additional cores denoted as C-1 and C-2 were taken within Dallas Avenue and Fort Worth Avenue, respectively,at which 2-inches of surficial asphalt was encountered.These asphaltic overlay materials were underlain by 7-inches of concrete at C- 1 and 9-inches of concrete at C-2. Table 1 provides a generalized subsoil strata summary of the materials encountered during the subsurface exploration performed at the site. Table 1:Subsoil Strata Summary Strata Soil Type— Depth Commentary and Details ASTM Classification (Feet) • Existing Concrete Existing concrete slab Foundation 0 2 consistently 9 inches thick &Sand Fill • Fill consists of loose dark gray and black sand with clay • Moisture condition: moderate • Generally stiff consistency Lean and Fat CL/CH 2—15/20 • Generally tan,gray, light gray, Clays and dark brown in color • Contained silt pockets and silt layers • Moisture condition: moderate • Generally loose to medium Clayey and Silty SC/SM 15/20—30 dense in relative density Sand • Tan and light gray in color • Contained silt and interspersing lean clays • • Moisture condition: moderate Lean Clay CL 30 40 • Generally medium to stiff consistency • Light gray and tan in color B.2. Groundwater During the time of drilling,groundwater levels were explored within Borings B-1 through B-3. Groundwater was initially encountered within Boring B-1 at approximately 6 feet below the top of the existing concrete at which drilling fluids were introduced. At this depth in the subsequent borings,wet rotary drilling was implemented to stabilize the boreholes for further advancement. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 5 Due to our limited time to complete the subsurface exploration, additional groundwater observations were not made. Project planning should anticipate seasonal and annual fluctuations of groundwater. Groundwater levels should be expected to fluctuate in response to tidal fluctuations in the nearby Port Arthur Ship Channel, rainfall, flooding, irrigation, surface drainage modifications and other seasonal and annual factors. B.3. Laboratory Test Results Braun Intertec performed Unconfined Compression tests (ASTM D 2166), Unconsolidated-Undrained Triaxial compression tests (ASTM D2166),Atterberg Limit tests (ASTM D4318), Moisture Content tests (ASTM D2216), and Percent Passing the No. 200 sieve (ASTM D1140)on selected soil samples obtained in the borings.The individual test results are presented on the log of boring sheet in the Appendix. C. Recommendations C.1 Design and Construction Technical Discussion Canopy and Wall Loads: Based on information provided by the Solco Group, LLC,we understand that consideration is being given to support the proposed bus station tilt-up walls and canopies on concrete drilled shaft foundations. The supporting shafts for their respective application should also be installed to the same approximate tip embedment below the existing ground surface to reduce effects of differential settlement.To reduce the effects of differential settlement between shaft and grade supported features, consideration may be given to cast the shaft caps integrally with the floor slab and grade beams. Shallow Footing Foundations: As an alternate, lightly loaded interior columns,walls, and other features may be supported on shallow continuous or square isolated footing foundations, provided loads do not exceed the allowable bearing intensities presented herein and the structure design can accommodate the associated potential settlements estimated. If shallow footing foundations are considered for foundation design,we recommend the footings be poured monolithically with the shaft caps and floor slab. Floor Slabs: The floor slabs may be placed directly atop compacted structural fill, provided the recommendations contained herein regarding site preparation and compaction are adhered to,the slab can accommodate potential vertical (settlement and shrink-swell) movements between the shaft features,and the BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29,2021 Page 6 sustained load pressure intensities anticipated are not exceeded.The slab should be cast monolithically with shaft caps and grade beams and also be designed as rigidly as possible to minimize the effects of settlement and differential settlement. Additional Foundation Considerations: Should consideration be given to utilizing a mixture of grade-supported slabs, shallow footings and/or deep foundations to support anticipated loads for the planned structures,the effects of differential settlements should be taken into account. Estimated settlements for foundation types and load intensities contained within this report assume the individual foundations act as isolated units, and do not account for closely spaced foundations or load transfer between rigidly connected foundations. Where a combination of shallow and deep foundations is used to support the same structure, differential settlements should be considered, and appropriately designed flexible connections utilized. We also recommend that flexible utility connections (piping and other utilities sensitive to movement) be utilized to accommodate settlement and differential settlement movements. We recommend special care be taken to locate and remove any remaining foundations, utilities, or debris encountered prior to fill placement.These may decay over time, hence creating void spaces beneath the building foundation. If encountered,these should be removed and backfilled with select structural fills soils and should be compacted in accordance with the site preparation recommendations in this report.Additionally,any existing foundations from the previous building and structures on site should be addressed in accordance with our recommendations in the Demolition Considerations section of this report. Based on information furnished regarding grades,we understand little, or no fill will be required to achieve the proposed design grade. Should more than one 12 inches of fill be required to reach design grade and/or dead load pressure intensities assumed in our analyses exceeded, Braun should be contacted to reevaluate the recommendations contained herein. C.1.a. PVR Discussion The soil types as encountered in the borings and the results of the laboratory testing indicate that the surficial soils to a depth of about 6-feet (considered as the zone of influence for this site) generally have low to moderate potential to swell or shrink. Potential Vertical Rise (PVR)values were estimated using Texas Department of Transportation method (Test Procedure TEX-124-E). Based on the soil types encountered,the estimated PVR value for this site is expected to be 1.5-inch or less. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 7 C.2. Rainwater Management The initial step to prepare the construction site is to account for potential rainfall during construction. We recommend maintaining construction grades to intercept surface water flow into the area and drain water from the area to an appropriate collection point.Sumps and pumps may be required to remove rainwater from ditches, shallow foundations, and excavations.After grading,the contractor should compact the soil surface with a smooth drum roller to attempt to lower the infiltration potential of the compacted soil.After rain events,the contractor should limit construction traffic until the surface is dry enough that construction traffic will not mix accumulated surface water into lower portions of the soil. The near surface soils encountered at the site are subject to reduction in shear strength, erosion, washout, and excessive settlement should these soils be allowed to become saturated.Therefore, Braun Intertec recommends adequate permanent drainage be provided to collect all rainfall away from the proposed foundation and pavements. Permanent drainage should be constructed to quickly discharge rainwater away from all structures. The contractor should also note that the on-site clayey soils are highly susceptible to rutting, disturbance and a loss of shear strength due to moisture intrusion and repeated construction traffic. Disturbance of these soils may cause areas that were previously prepared, or that were suitable for pavement and/or structure support,to become unstable and require moisture conditioning and compaction. It is important to control potential moisture variation in the shallow subsurface soils by adhering to the following recommendations: • Extend paving or other impervious coverings,such as sidewalks,to the slab edge; • Direct surface runoff away from structures by sloping the subgrade away from the slabs; • Extend roof drain downspouts so that the discharge is at least 5 feet from the slab; • Avoid excessive drying of soil around the structure foundations; • Avoid placing trees or shrubs adjacent to slab (Note: Trees of significant maturing size should be planted no closer than two mature canopy diameters from the proposed foundation);and • Provide vapor barrier protection as later discussed in Section C.5.b. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 8 C.3. Site Preparation C.3.a. Demolition Considerations As stated previously,the proposed structures are located within areas where old foundations and other features will be demolished during site preparation for the new construction. Special care should be exercised during site preparation since existing foundations and utilities may be encountered. Checks should be performed for the presence and depth of any foundation remnants. Depending on what is found, our recommendations may change. During demolition, removal of existing underground structures could disturb the surrounding subgrade soils and cause detrimental effects on construction of the proposed development at this site. Demolition activities at this site may result in pockets of loose soils or deleterious materials that remain below grade.Care should be exercised during site development to identify loose or disturbed soils and to remove and replace them with properly compacted select fill. Existing shallow foundations encountered should be removed. However, if deep foundations are observed,we recommend that the shaft be cut off at an elevation at least 24 inches below the bottom of the proposed new foundations and/or 24 inches below final grade,whichever is deeper.The remainder of the shaft should be left in place. Foundation elements to remain should be surveyed.The existing foundations should be superimposed on the proposed development plans to evaluate the potential for obstructions to new construction. All existing utilities that are within the footprint of any planned structure should be completely removed and the excavation properly backfilled.As an alternate to complete removal,the existing utilities may be abandoned in place if they do not interfere with the planned development. If the utilities are abandoned in place,they should be properly pressure grouted to completely fill the utility. The excavations resulting from foundation and utility removal should be backfilled in accordance with the recommendations provided in Section C.3.h. If situations are encountered where compaction of fill would not be efficient because of the size or location of an excavation,the use of cement stabilized sand or flowable fill may be considered as a suitable alternative to select fill.The compressive strength of the cement stabilized sand or flowable fill utilized should be between 50 and 100 psi. C.3.b. Subgrade Preparation for Grade Supported Structures The fill materials present to the 2-foot depth at the project site were visually characterized as relatively wet,gray and black sand fills containing clay. It is Braun Intertec's opinion that these materials be BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29,2021 Page 9 stripped and removed until firm, undisturbed clay soils are encountered prior to the application of new select fills.Specifically, subgrade preparation for this project should include removal of soils containing organics,soft soils,wet soils,weak soils, and/or otherwise deleterious soils to a depth where suitable firm to stiff cohesive native soils are encountered. C.3.c. Proofrolling After demolition, clearing,stripping, and removal of any existing deleterious soils as stated previously, the exposed soil should be proofrolled to locate any additional soft areas.This may be accomplished by implementing a loaded tandem-axle haul truck or similar rubber-tired vehicle exerting a minimum ground pressure of 15 psi.Any localized stumps, depressions, or soft soils should be removed to the surface of firm to stiff cohesive soils and replaced and compacted under controlled conditions with select structural fill.The structural fill material should conform with recommendations as shown in Section C.3.h.,Table 2 of this report. All clearing and proof rolling should be performed during dry periods of weather. C.3.d. Ditches and Swales Care should be given to locate and demuck any existing drainage features that may have been abandoned and backfilled.These features may require relocation to provide adequate drainage for the site. Once demucked to the surface of firm undisturbed soil,the drainage features should be backfilled with select fill and compacted under controlled conditions. C.3.e. Fill Placement The structural fill should be placed in loose lifts, no greater than 8 inches. Each lift should be compacted to a minimum of 95%of the Standard Proctor Maximum Dry Density(ASTM D 698) at 0 to+3 percentage points of the soil optimum moisture content as later discussed in Table 3 of Section C.3.h. The contractor should use equipment and techniques to minimize soil disturbance. If soils become disturbed or are wet, we recommend scarifying and exposing the soils to facilitate drying or excavation and replacement of the soils.All clearing, proofrolling,and compaction operations should be performed only during periods of dry weather. Motorized wheeled equipment should not be allowed within the foundation areas during periods of inclement weather to prevent rutting of the subgrade. C.3.f. Excavation Oversizing Based on the borings,we anticipate on-site soils in shallow excavations will primarily encounter existing cohesive fill materials or natural, cohesive soils.The cohesive subsurface soils should be classified as Type B soils during construction activities. Groundwater could be encountered in shallow excavations. In accordance with OSHA(Occupational Safety and Health Administration)guidelines,when removing BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 10 unsuitable materials below foundations, we recommend the excavation extend outward and downward at a slope of 1H:1V(horizontal:vertical)or flatter. See Figure 1 for an illustration of excavation oversizing. Figure 1. Generalized Illustration of Oversizing F'APPS,CADLVDu1BAs1EXCAVATIOMOVERSIZING owg APORT,1F2?2015 9 12 42 AM 1. Structural fill as defined in C.3.h. 2. Excavation oversizing minimum of 1 to 1 (horizontal to vertical)slope or flatter 3. Backfill as required to meet foundation support requirements 4. Backslope to OSHA requirements EXCAVATION OBACKSLOPE O \O 0 EXISTING SOILS SUITABLE EXCAVATION BOTTOM AS DETERMINED IN THE FIELD EXCAVATION OVERSIZING SKETCH NOT TO SCALE Slopes constructed in this manner may still exhibit surface sloughing. OSHA requires an engineer to evaluate slopes or excavations over 20 feet in depth. An OSHA-approved qualified person should review the soil classification in the field. Excavations must comply with the requirements of OSHA 29 CFR, Part 1926, Subpart P, "Excavations and Trenches."This document states excavation safety is the responsibility of the contractor.The project specifications should reference these OSHA requirements. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 11 C.3.g. Dewatering Plan As stated in Section B.2,groundwater levels were encountered at the approximate 6-ft depth in the borings. Dewatering and pressure relief measures should be anticipated to remove groundwater from excavations at or near this depth. Based on the conditions encountered at the site,groundwater infiltration into excavations exceeding this depth will likely occur. Prior to excavation construction, a qualified and experienced dewatering contractor should be retained to develop an appropriate plan. Braun Intertec recommends that this system be designed, installed, and operated by this selected contractor. Dewatering may be accomplished by a system of sumps and pumps to relieve excess pressures and maintain the stability of the excavation base.The duration of dewatering should be as quick as possible to minimize settlement of the adjacent ground surface because of groundwater lowering. Braun Intertec may be retained to assist in the development of a dewatering plan. C.3.h. Fill Materials and Compaction Table 2 below contains our recommendations for select structural fill materials. Table 2. Fill Materials Fill USCS Soil Type Locations To Be Used Classification Classification Gradation Additional Requirements 1.Liquid Limit<40 1. 100%passing 2.Plasticity Index between • Below Foundations Select CL 2-inch sieve 10 and 20 and Pavements structural fill 2. Minimum 60% 3.<2%Organic Content passing-#200 sieve (OC) 4.Silt Content 60%or less • Pavement Base Crushed GP Refer to TxDOT Item 247-Type A,Grade 1 Course Stone We recommend placing structural fill in loose lifts of approximately 8-inch thickness and compacting fill in accordance with the criteria presented below in Table 3. Table 3. Compaction Recommendations Summary Relative Compaction,percent Moisture Content Variance from Reference (ASTM D698—Standard Proctor) Optimum,percentage points Select fill soils below foundations and 95 0 to+3 pavements Pavement Base Course Refer to TxDOT Item 247 Section 4.3 BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 12 We recommend performing moisture-density tests in the area where fill is placed to evaluate if the contractors are effectively compacting the soil and meeting project requirements. C.3.i. Special Inspections of Soils Prior to transporting any structural fill to the site, Braun recommends a sample from the borrow source be tested to verify conformance with the project specifications.We recommend that the site grading and placement of fill within the construction areas be tested to confirm earthwork is performed in accordance with our recommendations. A licensed geotechnical engineer should direct the inspection of site grading and fill placement.The purpose of the inspection is to evaluate whether the work is in accordance with the approved Geotechnical Report for the project.The inspection services should include evaluation of the subgrade, observing preparation of the subgrade (surface compaction, placement procedures, and materials used for fill, etc.)and compaction testing of the fill. C.4. Shallow Foundation Recommendations C.4.a. Allowable Soil Bearing Capacity Provided the site preparation recommendations are followed and movements associated with settlement are tolerable, lightly to moderately loaded foundation elements may be supported on shallow spread footing foundations bearing on natural cohesive soils. Foundations should be placed at a minimum depth of 2 feet below the finished grade within the natural cohesive soils encountered at the site. The bearing capacity is a measure of the resistance of the soil mass beneath the foundation against shear failure due to the applied vertical load at the foundation-soil interface.The bearing capacity of the soils are presented in Table 4 below for continuous (strip)footings(width 1 to 3-ft) and square, isolated footings (width up to 10-feet) bearing on natural soils at a minimum depth of 2-feet below final grade. These values were generally limited by resulting settlements at these sustained bearing pressures and assume dead plus sustained live loads which include a factor of safety of 3.0.The bearing capacity for dead load plus transient live load includes a factor of safety of 2.0. Table 4: Bearing Capacity Foundation Bearing Capacity for Dead Load Bearing Capacity for Dead Load plus Sustained Live Loads plus Transient Live Loads Strip Footings 1,600-psf 2,400-psf Square Isolated Spread 2,000-psf 3,000-psf Footings BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29,2021 Page 13 C.4.b. Settlement of Footings Detailed settlement analyses for shallow foundations associated with this project were performed using the program Settle3,developed by Rocscience, Inc.Our settlement estimates are based on published correlations relating soil index properties to soil compressibility characteristics,and our experience. Settlement analyses were performed for square isolated spread footings with an embedment depth of 2 feet below existing grade and bearing on natural cohesive soils.Table 5 presents total consolidation settlement results for three sizes of square isolated spread footings at three bearing intensities. The applied loading presented represent the loading on the foundation due to dead loads ranging from 500 to 2,000-psf.The settlement estimates for shallow rigid spread footings assume that the site is prepared in accordance with the recommendations outlined in Section C.3. Additionally,the settlements in Table 5 assume the footings acts as individual, isolated elements. Table 5:Total Consolidation Settlements for Footings Spread Footing Applied Loading Size 500-psf 1,000-psf 1,500-psf 2,000-psf 1-ft strip 0.1 0.3 0.4 -- 2-ft strip 0.2 0.4 0.6 -- 3-ft strip 0.3 0.5 0.7 -- 5 feet x 5 feet 0.3 0.5 0.7 0.8 8 feet x 8 feet 0.4 0.6 0.9 1.0 10 feet x 10 feet 0.4 0.7 1.0 1.2 C.4.c. Lateral Loading Conditions for Footings Horizontal loads on shallow foundations bearing on natural clay soils or select structural fill will provide some resistance to horizontal loads through base adhesion between the bearing surface and soil as well as passive soil resistance. For short-term transient loads, ultimate base adhesion value of 300-psf can be used. For long-term static loadings, a coefficient of friction of 0.33 can be used and a density value of 120-psf per foot of bearing depth (Di) can be used to calculate ultimate passive resistance. A minimum factor of safety of 2.0 is recommended for base adhesion and passive resistance. Passive resistance from the upper 2 feet,as well as any uncompacted fill material, may be neglected in these calculations. All recommendations for shallow foundations assume that the site is prepared in accordance with the recommendations outlined in Section C.3. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 14 C.4.d. Footing Resistance to Uplift Shallow foundation uplift resistance should be calculated using the weight of the foundation concrete and the weight of the soil backfilled directly above foundation concrete, if applicable. For uplift calculations, a buoyant unit weight of 90-pcf for reinforced concrete and 55-pcf for newly placed fill materials should be used.These values assume water levels approach the existing ground surface.We recommend a design factor-of-safety against uplift of 1.2. C.S. Floor Slabs The floor slab may be placed directly atop compacted structural fill or competent in-situ natural clay soils provided the recommendations contained herein regarding site preparation and compaction are followed. Grade-supported floor slabs and grade beams may be designed for an allowable net bearing pressure of 1,000 psf.The slab must be able to accommodate the potential differential settlement movements between the column-supported features. We recommend slabs be designed as rigidly as possible to minimize the effects of settlement and differential settlement.We recommend the designers include grade beams below load bearing walls and at regular intervals. Perimeter grade beams should bear at a minimum nominal depth of at least 24 inches below the planned adjacent grade. Interior grade beams and cross or"stiffener" beams should extend at least 12 inches below the bottom of the slab, or deeper as required by the structural design. Braun recommends that flexible utility connections(piping and other utilities sensitive to movement) be utilized to accommodate settlement and differential settlement movements.As discussed in the site preparation section of this report,we recommend the floor slab bear on select structural fill soils,or in- situ natural clay soils. Further, we recommend special care be taken to locate and remove any remaining tree roots or debris encountered prior to fill placement.These may decay over time, hence creating void spaces beneath the foundation. If encountered,these should be removed and backfilled with select structural fills soils; and be compacted in accordance with the site preparation recommendations in this report. C.5.a. Settlement Considerations Due to Fill Placement As previously discussed, minimal fill is expected to match the surrounding site grades. If a grade raise greater than 12 inches is anticipated, Braun Intertec should be contacted to evaluate the impacts, as additional settlements would be additive to those discussed previously for footings. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29,2021 Page 15 C.5.b. Moisture Vapor Protection Excess transmission of water vapor could cause floor dampness, certain types of floor bonding agents to separate, or mold to form under floor coverings.Therefore, Braun recommends placing a vapor retarder or vapor barrier immediately beneath slabs and grade beams. In addition, Braun recommends consulting with floor covering manufacturers regarding the appropriate type, use, and installation of the vapor retarder or barrier to preserve warranty assurances. C.6. Drilled Shaft Foundations C.6.a. Ultimate Shaft Load Capacities Analyses have been completed to estimate allowable compressive and tensile load capacities for 12, 18, and 24-inch diameter drilled cast-in-place concrete shafts.These capacities assume a 5-ft shaft cutoff to consider removal of the upper fills and for installation of a shaft cap. Further,the shaft capacities do not consider the weight of the shaft.The net load of the shaft material (i.e.weight of concrete minus weight of soil removed)should be reduced from the capacities presented herein. Below the water table,the full buoyant weight(i.e. 150 lb/ft3—62.4 lb/ft3) may be used. C.6.b. Factor of Safety Braun recommends a factor of safety of 2 in compression and 3 in tension (uplift) be implemented against single shaft failure through the soil.These factors of safety assume the quality control programs, as subsequently discussed,are followed. However, Braun recommends static load testing of the shafts be performed. C.6.c. Axial Capacity The ultimate axial capacity curves for cast-in-place drilled shaft are presented in the Appendix.The values presented in the axial capacity curve for the drilled shafts are based on the static method of analysis,which provides ultimate axial capacity values in compression and tension for the drilled shaft at a given depth below existing grade.The calculations were performed using SHAFT for Windows,Version 2017.8.5.We recommend that a minimum factor of safety of 2.0 be applied to obtain allowable compressive capacities for design. A factor of safety of 3.0 should be used to obtain allowable tension (uplift) capacities.Sufficient reinforcing steel must be provided for the shaft length of anticipated tensile loads. The capacity of a drilled shaft is highly dependent on proper installation methods and construction practices being followed. Reported capacities assume drilled shafts are installed in accordance with installation guidelines presented in Section C.6.e. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 16 C.6.d. Lateral Capacity The lateral capacity of the drilled shafts and the resistance of the shaft to lateral loading is a function of the rigidity of the shaft and the properties of the surrounding soil strata.Table 6 presents the lateral design parameters for use in the L-Pile program, including the soil depths below existing grade, soil types, effective unit weight, cohesion (c),and elastic modulus(Esc)). Once design shaft sizes are selected, Braun Intertec may be retained to perform lateral shaft load analyses. Table 6: Lateral Design Parameters for L-Pile Depth Below Effective Unit Soil Cohesion (c), Elastic Existing L-Pile Soil Type Weight, in Modulus in psf Modulus(Eso) Grade,in feet pcf (k) in pci 0to2 Soft Clay 2to5 Stiff Clay without Free (Upper 5-ft neglected in analysis) Water 5 to 8 Stiff Clay without Free 65 1,640 0.007 N/A Water 8 to 15 Stiff Clay without Free 69 1,350 0.007 N/A Water 15 to 20 Medium Clay 62 680 0.010 N/A 20 to 30 Sand 66 0 N/A 20 30 to 40 Stiff Clay without Free 66 1,100 0.007 N/A Water C.6.e. Drilled Shaft Installation The performance of drilled shaft foundations is highly dependent on construction practices, appropriate equipment and methods,and the skill of the contractor.The drilled shafts should be installed in accordance with ACI 336.1 Specifications or in accordance with the guidelines provided in FHWA-IF-99- 025. Shafts should be constructed in a sequence that minimizes the amount of time that the excavation remains open. Shafts should be installed by contractors having successful experience in installing shafts in similar soil conditions.A test shaft should be drilled outside the structure footprint to determine the requirements for temporary casing and drill mud. Quality control supervision should be maintained by experienced personnel to ensure the shafts are installed vertically and to the required depth and diameter. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 17 Groundwater levels recorded on the boring logs indicate that groundwater should be expected at depths ranging from about 4 feet to 8 feet during drilled shaft excavation and installation.The presence of the interbedded clayey sand and silty sand strata encountered between depths ranging from 15 to 30 feet in the borings will also allow water infiltration and caving in an open hole during excavation. Therefore,we recommend that the slurry displacement method or shaft casing be utilized to install the drilled shafts at the project site. Quality testing utilizing cross-hole sonic logging(CSL),or single-hole sonic logging(SSL)should be considered during drilled shaft installation.Thermal Integrity Profiling(TIP) may also be performed to determine the shaft overall integrity and quality. CSL testing requires the installation of PVC tubes within the shaft and, therefore,should be arranged ahead of concrete placement.These tests may be performed on production shafts. If anomalies are encountered during performance of these tests,pile integrity testing(PIT)may also be utilized to evaluate the production shafts. C.6.f. Static Load Testing for Shafts As previously discussed, Braun recommends shaft capacities be confirmed by load testing.The test shaft should be allowed to set for at least 14 days before installing the reaction frame.Test shafts should then be loaded in accordance with ASTM D1143. Similar methods may also be performed to evaluate lateral (ASTM D3966)or tensile (ASTM D3689)capacity if deemed appropriate by the structural engineer. These services are typically performed as an extension of our geotechnical services. C.6.g. Shaft Group Effects The spacing between drilled shafts can affect the capacities and settlements presented in this report. For the values reported in the axial capacity curves and estimated settlements to remain valid,the shafts must maintain a center-to-center spacing of at least 3 feet or 3 times the diameter of the shaft, whichever is greater. Closer spacing will require reductions in the skin friction values of the axial capacities presented.The published results indicate that the efficiency factor of a single isolated shaft in a group may range from 0.5 to 1.0 depending on the number of shafts in a group or their spacing. If shaft spacings closer than 3 feet or 3 times the diameter are anticipated,we should be contracted to review the shaft configuration and provide axial capacity reduction factors accordingly. A group of shafts subjected to lateral loads may not have the same capacity as the sum of the capacity of the individual shafts. For estimates of the group spacing/sizing under lateral loading,Table 7 shows some empirical equations based on experimental studies conducted on group efficiencies by various researchers, as presented in the manual for pile group analyses program Group 7 by Ensoft, Inc.: BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 18 Table 7:Shaft Group Efficiency for Lateral Loads Pile/Shaft Configuration Lateral Load Group Efficiency Factor(13) Piles/Shafts in a row(side-by-side) 13=0.64(s/D)°34 for 15(s/D)<3.75 R=1 for(s/D)>_3.75 Piles/Shafts in a line(leading shafts) R=0.70(s/D)°26 for 1<—(s/D)<4.0 13= 1 for(s/D)>_4.0 13=0.48(s/D)°38 for 1<_(s/D)<7.0 Piles/Shafts in a line(trailing shafts) 13=1 for(s/D)>_7.0 Note: (3=group efficiency factor;s=center-to-center spacing of shafts; D=shaft diameter. The above reduction factors are best estimates,from empirical data,as a function of shaft spacing regardless of the soil type. C.6.h. Shaft Settlement from Structural Loads Braun recommends consideration be given to cast the slab integrally with the shaft caps and grade beams to reduce the effects of differential settlement. It should be noted that settlement of shafts having embedments of 25 feet or more may settle 1/4 to 1/2-inch under sustained structural loading. Elastic strain/deformation should also be considered when evaluating the potential vertical movements for shaft founded structures. C.7. Pavements C.7.a. Pavement Subgrade Preparation It is recommended that the vegetation,fill soils, roots,organic material, shells,gravel, and other deleterious materials be removed from the site and disposed. Voids created after removal of previous foundations,tree stumps and roots should be backfilled with properly compacted structural fill soils. The results of laboratory plasticity tests indicate that the subsurface soils within proposed pavement areas at this site are generally lean clay(CL)soils. If these upper materials are allowed to become wet and heavily saturated,their ability to provide subgrade support will be reduced.Therefore, positive drainage should be maintained after stripping such that water is not allowed to pond on the subgrade. After stripping is accomplished to the desired grade,the exposed subgrade should be proof rolled to locate any weak areas.Soils that are observed to rut or deflect under the moving load should be undercut and replaced with properly compacted structural fill.The proofrolling and undercutting BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 19 activities should be witnessed by a Braun Intertec representative and should be performed during periods of dry weather. Structural fill materials should be lean clay(CL)soils as defined in Table 2.Structural fill should be compacted as outlined in Table 3 above. Each lift of structural fill should be compacted and tested by a representative of the geotechnical engineer prior to placement of subsequent lifts.Care should be taken to apply uniform compactive effort throughout the fill and fill scope areas.The moisture content and the degree of compaction of the structural fill soils should be maintained until the subgrade areas are paved. C.7.b. Assumed Traffic and Pavement Design Information provided indicates the new bus lanes will experience a maximum ADT of 25 buses per day. Furnished specifications for the proposed 6-tire Catalyst electric bus indicate the gross weight(at full passenger capacity)weighs up to 42,000-lbs.We have further estimated this weight will result in an 18- kip (single tire)front axle load and 24-kip(dual tire) rear axle load. For our analyses,we have considered a 20-year design life without anticipated growth. Rigid pavement thickness components and thicknesses were estimated using methods presented in AASHTO Guide for Design of Pavement Structures.A subgrade modulus (k)value was estimated based on the subgrade materials encountered (general plasticity and consistency), moisture contents of the near surface soils, and our engineering experience in this area.This estimated k-value also assumes adequate drainage is maintained during and after construction and aggregate surface pavements are prepared for asphalt in accordance with the Site Preparation sections subsequently discussed in this report. To support the anticipated bus traffic, Braun Intertec recommends the new bus lane pavements comprise 8.5-inches of PCC underlain by at least 8-inches of stone base course. Braun has assumed all paving materials will comply with respective sections outlined in the Texas Department of Transportation Specifications for Construction and Maintenance of Highways,Streets and Bridges. Portland cement concrete(PCC)for pavements should meet TxDOT Item 360 requirements.The stone base course materials should meet TxDOT Item 247-Type A for Grade 1 stone materials and be compacted per Section 4.3 of Item 247. Related civil design factors such as drainage,cross-sectional configurations,surface elevations and environmental factors which will significantly affect the service life of the pavement, must be included in the preparation of the construction drawings and specifications. Concrete pavement slabs should be provided with adequate steel reinforcement. Proper finishing of concrete pavements requires the use of sawed and sealed joints.Joint spacing is recommended at maximum 15-foot intervals for plain concrete. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 20 Dowel bars should be used to transfer loads at the transverse joints. Normal periodic maintenance will be required. Surface water infiltration to the pavement subgrade layers may soften the subgrade soils. Considering several factors in the pavement design can reduce surface infiltration.To summarize,the following are some of the factors that need to be emphasized in order to maintain proper drainage. • Appropriate slopes away from the driveways should be provided; • Joints should be properly sealed and maintained; • Side drains or sub drains along a pavement section may be provided; • Proper pavement maintenance programs such as sealing surface cracks, and immediate repair of distressed pavement areas should be adopted; • During and after the construction,site grading should be kept in such a way that the water drains freely off the site and off any prepared or unprepared subgrade soils; • Excavations should not be kept open for a prolonged period of time. D. Procedures D.1. Boring and Piezometer Drilling and Sampling Braun Intertec drilled the soil borings with an all-terrain mounted drill rig using solid flight auger drilling techniques. Cohesive soil samples were obtained by hydraulically pushing a thin-walled tube about 24 inches into the bottom of the drilled hole.The field sampling procedure for cohesive soils was conducted in general accordance with ASTM D 1587. In Boring B-2,samples were also obtained by performance of Standard Penetration Testing(SPT).This test is performed by driving a 2-inch diameter split spoon sampler 12 inches after initially seating 6 inches. The sampler is advance by repeatedly dropping a 140-lb hammer 30 inches.The resulting number of blows per foot(N-Value) is indicative of the relative density of the soil. These recorded blow counts are shown on the logs of the borings in the Appendix. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 21 D.2. Boring Logs The Appendix includes Log of Boring sheets for our soil borings.The logs identify and describe the penetrated subsurface materials and present the results of pocket penetrometer readings and other in- situ tests performed. Braun inferred strata boundaries from changes in the penetration test samples and the auger cuttings. Because we did not perform continuous sampling,the strata boundary depths are only approximate. The boundary depths likely vary away from the boring locations, and the boundaries themselves may occur as gradual rather than abrupt transitions. D.3. Material Classification and Testing The soil samples were visually classified in accordance with ASTM procedures(ASTM D2487 and D2488). The Appendix includes a chart explaining the classification system used.The logs of borings located in the Appendix note the results of the laboratory tests performed on geologic material samples. Braun Intertec performed the tests in general accordance with ASTM procedures. E. Qualifications E.1. Variations in Subsurface Conditions Braun Intertec has developed our evaluation, analyses, and recommendations from a limited amount of site and subsurface information. It is not standard engineering practice to retrieve material samples from exploration locations continuously with depth.Therefore,we must infer strata boundaries and thicknesses to some extent.Strata boundaries may also be gradual transitions, and project planning should expect the strata to vary in depth, elevation, and thickness, away from the exploration locations. Variations in subsurface conditions present between exploration locations may not be revealed until performing additional exploration work or starting construction. If future activity for this project reveals any such variations,you should notify us so that we may reevaluate our recommendations. Such variations could increase construction costs, and we recommend including a contingency to accommodate them. BRAUN INTERTEC The Solco Group, LLC Project B2109330 October 29, 2021 Page 22 E.2. Continuity of Professional Responsibility We based this report on a limited amount of information, and we made a number of assumptions to help us develop our recommendations. Braun Intertec should be retained to review all geotechnical aspects of the designs and specifications.This review will allow us to evaluate whether we anticipated the design correctly, if any design changes affect the validity of our recommendations, and if the design and specifications correctly interpret and implement our recommendations. We recommend retaining Braun Intertec to perform the required observations and testing during construction as part of the ongoing geotechnical evaluation.This will allow us to correlate the subsurface conditions exposed during construction with those encountered by the borings and provide professional continuity from the design phase to the construction phase. If we do not perform observations and testing during construction, it becomes the responsibility of others to validate the assumption made during the preparation of this report and to accept the construction-related geotechnical engineer-of-record responsibilities. E.3. Use of Report This report is for the exclusive use of the addressed parties. Without written approval,we assume no responsibility to other parties regarding this report. Our evaluation, analyses and recommendations may not be appropriate for other parties or projects. E.4. Standard of Care In performing its services, Braun Intertec used that degree of care and skill ordinarily exercised under similar circumstances by reputable members of its profession currently practicing in the same locality. No warranty, express or implied, is made. BRAUN INTERTEC Appendix BRAUN INTERTEC F:12021\B2109330\CAD\92109330.dwg,Geo,10/27/2021 4:04:33 PM t` r Z rya f/r ' iT I r 1i t+ j9, Ch •; Y 1 t�. y s /ii S. -11 ' \ # • � " . 4 .. � .�: fit. �� � ' 1 1111/41''S_.._� } 1n. - ,�, e. � . i 11 ,. i . 441111kil • .4••"- i , • , - 1 ' ,. , fry _ } S B-3 , • r , ,i f 7 .. • .4 ''''-' - ' . ./, , .i;t . / . • 0 - •• • 4 is r • { . .c-i ei B-2 4 ,;' • <q S y i �`��&F ,/ • t, -• ! * _ 41110• r (i t APPROXIMATE LOCATION OF SOIL BORING APPROXIMATE LOCATION OF PAVEMENT CORE O, 30' 0 60' SCALE: 1"=60' Project No: BRA N B2109330 New Bus Charging Station Soil Boring NTERTEC Drawing No: B2109330 Location Sketch 19,e1' Yon Bid Oa 301 4th Street Drawn By: BJB 11001 Hampshire Avenue S Date Drawn: 10/27/21 :............ Minneapolis,MN 55438952.9952000 Checked By: AB Port Arthur,Texas braunintertec.com Last Modified: 10/27/21 ;;. ERTECINTE You Build On. The Science' LOG OF BORING AUNBRI r rrrr/'^1 A 1Tr I See Descriptive Terminology sheet for explanation of abbreviations Project Number B2109330 BORING: B-1 Geotechnical Evaluation LOCATION:See attached sketch New Bus Charging Station Port Arthur, Texas LATITUDE: 39.86968 LONGITUDE: -93.93575 DRILLER: O.Millings LOGGED BY: E.McClanahan START DATE: 10/01/21 END DATE: 10/01/21 SURFACE RIG: METHOD: SSA SURFACING: WEATHER: ELEVATION: Description of Materials N o Elev./ �, � (Soil-ASTM D2488 or 2487; Rock- E. Blows q MC N Atterberg Limits ? a o o Depth co ' E (Blows/ft) o v w 3 USACE EM 1110-1-2908) (0 tsf % 0 � E ft o Recovery o z LL PL PI o rn I ct 0.8 CONCRETE, 9 inches FILL: CLAYEY SAND(SC), dark 1-1-1 - 2.0 gray, loose / (2) LEAN CLAY(CL),dark brown, SH 2.25 23 43 12 31 tan and light gray, stiff to very stiff 5 SH 2.00 — Drilling — SH 1.50 22 46 13 33 method switched to mud rotary SH 2.50 18 at 6 feet - 10.0 10 LEAN CLAY(CL), light brown and gray, medium to stiff — 1 SH 1.00 24 - 15.0 LEAN CLAY(CL), light gray and 15 tan,soft to medium — 1 SH 0.50 - 20.0 20 END OF BORING Boring immediately backfilled — 25- - 30— Water not observed while drilling. B2109330 Braun Intertec Corporation Print Date:10/29/2021 B-1 Sheet 1 of 1 ERTECINTE LOG OF BORING A You Bwld On. The Science'UNBRI r nTr r'I I-rr See Descriptive Terminology sheet for explanation of abbreviations Project Number B2109330 BORING: B-2 Geotechnical Evaluation LOCATION:See attached sketch New Bus Charging Station Port Arthur, Texas LATITUDE: 29.86949 LONGITUDE: -93.93551 DRILLER: O.Millings LOGGED BY: E.McClanahan START DATE: 10/01/21 END DATE: 10/01/21 SURFACE ELEVATION: RIG: METHOD: SSA SURFACING: WEATHER: Description of Materials o Elev./ Blows AtterbergLimitso Y (Soil-ASTM D2488 or 2487; Rock- a qp MC N a O w 6. Depth cu Iv E (Blows/ft) % Il v - a) E ft USAGE EM 1110-1-2908) Recovery tsf o d �` c in �, E rY z LL PL PI p f- ix - 0.8 CONCRETE,9 inches FILL:CLAYEY SAND(SC), gray 1-2-2 - 2.0 ',and black / (4) LEAN CLAY(CL), light gray and SH 1.50 28 92 1.46 tan, stiff to very stiff 5 SH 1.75 -- 6.0 Drilling 'FAT CLAY(CH),gray and brown, method stiff SH 2.25 23 52 11 41 104 1.78 -- 8.0 switched to LEAN CLAY(CL),tan and light mud rotary gray, stiff SH 2.50 25 100 1.3 at 6 feet 10 I SH 2.50 - 15.0 15 CLAYEY SAND(SC),with Silt layers and interspersing Lean — Clay layers, tan and light gray, — loose 1 SH 0.25 24 48 26 14 12 - 20.0 20 CLAYEY SAND(SC),with Silt layers, light gray and tan, — medium dense — UU = 1.77 SH 0.50 24 106 0 tsf 25 - 30.0 3-3-7 SANDY LEAN CLAY(CL), light 30 (10) gray and tan,soft to medium — Continued on next page Water not observed while drilling. B2109330 Braun Intertec Corporation Print Date:10/29/2021 B-2 Sheet 1 of 2 ERTECINTE 'Id On. Science' LOG OF BORING AU NB R! r nTr/".i ITr See Descriptive Terminology sheet for explanation of abbreviations Project Number B2109330 BORING: B-2 Geotechnical Evaluation LOCATION:See attached sketch New Bus Charging Station Port Arthur, Texas LATITUDE: 29.86949 LONGITUDE: -93.93551 DRILLER: O.Millings LOGGED BY: E.McClanahan START DATE: 10/01/21 END DATE: 10/01/21 SURFACE ELEVATION: RIG: METHOD: SSA SURFACING: WEATHER: Description of Materials o .� Elev./ `m �, Blows v) O Atterberg Limits c c, o N o Depth (Soil ASTM D2488 or 2487; Rock- E (Blows/ft) qP MC `~ _ U ' m J USACE EM 1110 1 2908) m tsf Ao 0 0 �" • E ft rn Recovery o z LL PL PI p Ici.) Ct SANDY LEAN CLAY(CL), light gray and tan, soft to medium UU = 1.10 1 SH 0.50 23 105 tsf - 35.0 35 LEAN CLAY(CL), gray, medium 40.0 —X 3-4-4 END OF BORING 40 (8) Boring immediately backfilled — 45- - 50— 55— 60— Water not observed while drilling. B2109330 Braun Intertec Corporation Print Date:10/29/2021 B-2 Sheet 2 of 2 ERTECINTE! LOG OF BORING AUNBRI r n'rr/^1 A ITr: See Descriptive Terminology sheet for explanation of abbreviations Project Number B2109330 BORING: B-3 Geotechnical Evaluation LOCATION:See attached sketch New Bus Charging Station Port Arthur, Texas LATITUDE: 29.86978 LONGITUDE: -93.93564 DRILLER: O.Millings LOGGED BY: E.McClanahan START DATE: 10/01/21 END DATE: 10/01/21 SURFACE ELEVATION: RIG: METHOD: SSA SURFACING: WEATHER: Description of Materials o o t_ In Elev./ - Blows O Atterberg Limits c o E o Depth m a') (Soil-ASTM D2488 or 2487; Rock- E (Blows/ft) qa MC o N D - v ti R ft J USACE EM 1110-1-2908) in Recoverytsf % a o `' m cu E z LL PL PI p i- ix - 0.8 "''CONCRETE, 9 inches - 2.0 FILL: CLAYEY SAND(SC), black 2.0 • '',and dark gray, loose to very soft , LEAN CLAY(CL),tan and light SH 2.50 23 43 12 31 -- 4.0 gray,very stiff LEAN CLAY(CL),gray and light — brown, stiff 5 SH 2.00 24 70 12 58 100 1.64 — Drilling — SH 2.25 method - 8.0 switched to - LEAN CLAY(CL),tan and light mud rotary — gray,stiff SH 1.75 24 100 1.4 at 6 feet — 10 — 1 SH 1.50 29 95 1.72 - 15.0 L__ 15 - SANDY LEAN CLAY(CL),with — Silt pockets and layers,tan and - - light gray, stiff - — UU = 1.03 — II SH 0.50 21 103 tsf - 20.0 20 - SILTY SAND(SM),tan, loose — UU =0.81 — 1 SH 0.00 24 27 tsf - 25.0 25 CLAYEY SAND(SC),with Silt, tan and light gray, loose — — 1 SH 0.25 24 102 - 30.0 - . LEAN CLAY(CL), light gray and 30 — tan, stiff — 1- Continued on next page Water not observed while drilling. B2109330 Braun Intertec Corporation Print Date:10/29/2021 B-3 Sheet 1 of 2 ERTECINTE u said On. The Science LOG OF BORING AYo r n-rr r^i Irr See Descriptive Terminology sheet for explanation of abbreviations Project Number B2109330 BORING: B-3 Geotechnical Evaluation LOCATION:See attached sketch New Bus Charging Station Port Arthur, Texas LATITUDE: 29.86978 LONGITUDE: -93.93564 DRILLER: O.Millings LOGGED BY: E.McClanahan START DATE: 10/01/21 END DATE: 10/01/21 SURFACE RIG: METHOD: SSA SURFACING: WEATHER: ELEVATION: Description tion of Materials N Elev./ o Blows ° O AtterbergLimits c o '- o Y (Soil-ASTM D2488 or 2487; Rock- Q- qo MC p a �' w Depth a3', USACE EM 1110-1-2908) E (Blows/ft) tsf % a �'' U E ft Recovery o • Z LL PL PI o Ia)— tY LEAN CLAY(CL), light gray and tan,stiff SH 1.75 35 1 SH 1.50 40.0 40 - END OF BORING Boring immediately backfilled — 45- - — 50— — 55— — 60— Water not observed while drilling. B2109330 Braun Intertec Corporation Print Date:10/29/2021 B-3 Sheet 2 of 2 BRAUN Descriptive Terminology of Soil INTE RTEC Based on Standards ASTM D2487/2488 The Warm You DAM On. (Unified Soil Classification System) Soil Classification Particle Size Identification Criteria for Assigning Group Symbols and Group Boulders over 12" Group Names Using Laboratory Tests" Symbol Group Name Cobbles 3"to 12" Gravels Clean Gravels C"z4 and 15 C,53° GW Well-graded gravel' Gravel v (More than 50%of t N (Less than 5%fines) Cu<4 and/or(C,<1 or C,>3)° GP Poorly graded gravel' Coarse 3/4"to 3"(19.00 mm to 75.00 mm) �� coarse fraction '" 'u retained on No.4 Gravels with Fines Fines classify as ML or MH GM Silty gravel'FG .Fine No.4 to 3/4"(4.75 mm to 19.00 mm) mo g sieve) (More than 12%finest) Fines Classify as CL or CH GC Clayey gravel'FG Sand Sands Clean Sands Ca 6 and 1 5 C,53° SW Well-graded sand' Coarse No.10 to No.4(2.00 mm to 4.75 mm) la` - z (50%or more coarse (Less than 5%fines") C„<6 and/or(C,<1orC,>31° SP Poorly graded sand Medium No.40 to No.10(0.425 mm to 2.00 mm) E3 2 fraction passes No.4 Sands with Fines Fines classify as ML or MH SM Silty sand"' Fine No.200 to No.40(0.075 mm to 0.425 mm) sieve) (More than 12%fines") Fines classify as CL or CH SC Clayey sandd'' Silt No.200(0.075mm)to.005mm PI>7 and plots on or above"A"line' CL Lean clay"LM Clay <.005 mm Silts and Clays Inorganic Site"' (Liquid limit less than PI<4 or plots below"A"line' ML Silt _ Relative Proportions4 M o°, 5 c 50) Liquid Limit-oven dried Organic clay''as trace 0 to 5% > Organic <0.75 OL v w Liquid Limit-not dried Organic silt KLM,, little 6 to 14% E '"" PI plots on or above"A"line pH Fat clay'LM with 215% a+ g d silts and Clays Inorganic site"' LL z PI plots below"A"line MH Elastic silt(Liquid limit 50 or a Inclusion Thicknesses more) Liquid limit-oven dried Organic clay KLM° lens 0 to 1/8" Organic <0.75 OH KKMq Liquid Limit-not dried Organic silt seam 1/8"to 1" Highly Organic Soils Primarily organic matter,dark in color,and organic odor J.,.. Peat layer over 1" A. Based on the material passing the 3-inch(75-mm)sieve. Apparent Relative Density of Cohesionless Soils B. If field sample contained cobbles or boulders,or both,add"with cobbles or boulders, Very loose 0 to 4 BPF or both"to group name. Loose 5 to 10 BPF C. Gravels with 5 to 12%fines require dual symbols: Medium dense 11 to 30 BPF GW-GM well-graded gravel with silt Dense 31 to 50 BPF GW-GC well-graded gravel with clay Very dense over 50 BPF GP-GM poorly graded gravel with silt GP-GC poorly graded gravel with clay Consistency of Blows Approximate Unconfined D. C"=D60/Dto Cc= (D30)2/ (Dto X D6o) Cohesive Soils Per Foot Compressive Strength E. If soil contains?15%sand,add"with sand"to group name. Very soft 0 to 1 BPF <0.25 tsf F. If fines classify as CL-ML,use dual symbol GC-GM or SC-SM. Soft 2 to 4 BPF 0.25 to 0.5 tsf G. If fines are organic,add"with organic fines"to group name. Medium 5 to 8 BPF 0.5 to 1 tsf H. Sands with 5 to 12%fines require dual symbols: Stiff 9 to 15 BPF 1 to 2 tsf SW-SM well-graded sand with silt SW-SC well-graded sand with clay Very Stiff 16 to 30 BPF 2 to 4 tsf SP-SM poorly graded sand with silt Hard over 30 BPF >4 tsf SP-SC poorly graded sand with clay I. If soil contains z 15%gravel,add"with gravel"to group name. Moisture Content: J. If Atterberg limits plot in hatched area,soil is CL-ML,silty clay. Dry: Absence of moisture,dusty,dry to the touch. K. If soil contains 15 to<30%plus No.200,add"with sand"or"with gravel",whichever is Moist: Damp but no visible water. predominant. Wet: Visible free water,usually soil is below water table. L. If soil contains z 30%plus No.200,predominantly sand,add"sandy"to group name. M. If soil contains z 30%plus No.200 predominantly gravel,add"gravelly"to group name. Drilling Notes: N. PI>-4 and plots on or above"A"line. Blows/N-value: Blows indicate the driving resistance recorded O. PI<4 or plots below"A"line. for each 6-inch interval.The reported N-value is the blows per P. PI plots on or above"A"line. foot recorded by summing the second and third interval in O. PI plots below"A"line. accordance with the Standard Penetration Test,ASTM D1586. 60 Partial Penetration: If the sampler could not be driven For classification of fine-grained soils and fine-grained fraction of coarse-grained through a full 6-inch interval,the number of blows for that so_ soils. partial penetration is shown as#/x"(i.e.50/2").The N-value is Equation of"A"-line arc ' reported as"REF"indicating refusal. Horizontal at PI=4 to LL=25.5, J�� �� cj 40- then PI=0.73(LL-20) 0 •P' - Recovery: Indicates the inches of sample recovered from the W Equation of"U"-line oQ' sampled interval.For a standardpenetration test,full recovery Vertical at LL=16 to PI=7, P Men PI=0.9(LL-6) L� is 18",and is 24"for a thinwall/shelby tube sample. > 30- WOH: Indicates the sampler penetrated soil under weight of 5 zo- 0� hammer and rods alone;driving not required. MHOROH L WOR: Indicates the sampler penetrated soil under weight of Lo- / i rods alone;hammer weight and driving not required. 7"--//, c.ML// ML oR OL Water Level: Indicates the water level measured by the 4' °0 10 1.6 zo 30 40 50 60 70 RO 90 too Ito drillers either while drilling( SZ),at the end of drilling(i), LIQUID LIMIT(LL) or at some time after drilling(SC). Sample Symbols Laboratory Tests ® Standard Penetration Test El Rock Core DD Dry density,pcf qP Pocket penetrometer strength,tsf a Modified California(MC) . Thinwall(TW)/Shelby Tube(SH) WD Wet density,pcf q Unconfined compression test,tsf P200 %Passing#200 sieve LL Liquid limit Iir Auger ® Texas Cone Penetrometer MC Moisture content,% PL Plastic limit I-M OC Organic content,% PI Plasticity index fr s Grab Sample to Dynamic Cone Penetrometer I�'I 5/2021 DRILLED SHAFT PILE CAPACITY(TONS) ULTIMATE AXIAL CAPACITY IN TENSION AND COMPRESSION Ultimate Axial Capacity, Tons 0 10 20 30 40 50 60 70 80 0 5 • 10 t♦ ai ♦ -a ——— Tension and Compression I = 15 I ♦ ♦ can ♦ W 20 -__ O ♦ T) m .0 ♦ C. ♦ a) 25 0 ♦ ♦ ♦ 30 ♦ ♦ ♦ ♦ ♦ ♦ 35 • ♦ 40 Note: 1. See report Section C.6.b for discussions on safety factors associated with drilled shafts. 2. Adequate reinforcement should be provided in the shaft for tension load. 12-inch Diameter Cast In Place Drilled Shaft BRAUN Port Arthur Transit Station INTERTEC Port Arthur, Louisiana Braun Project No. B2109330 DRILLED SHAFT PILE CAPACITY(TONS) ULTIMATE AXIAL CAPACITY IN TENSION AND COMPRESSION Ultimate Axial Capacity, Tons 0 10 20 30 40 50 60 70 80 0 5 . ♦ Tension and Compression ♦ ♦ r ♦ CD 1 Q ♦♦ —I- w ai cC ♦ 2 ♦ 0 15 �• cm ♦ c ♦ U) • • W 3 20 • - • o ♦ 6 a> m Q. 25 ♦♦ a) ♦ o 30 ♦♦ • • • • 35 • • • ♦ Note: 1. See report Section C.6.b for discussions on safety factors associated with drilled shafts. 2.Adequate reinforcement should be provided in the shaft for tension load. 18-inch Diameter Cast In Place Drilled Shaft B R A U N Port Arthur Transit Station INTERTEC Port Arthur, Louisiana The Sacecce You Build On Braun Project No. B2109330 DRILLED SHAFT PILE CAPACITY(TONS) ULTIMATE AXIAL CAPACITY IN TENSION AND COMPRESSION Ultimate Axial Capacity, Tons 0 10 20 30 40 50 60 70 80 0 , 5 %. i. • . ..` --— Tension and Compression • • au • cu 10 4- ♦ ♦ ai ♦ ` ♦ E C. ♦ 15 - •`♦ 1 c ♦ ♦♦ x ♦ w ♦ 3 20 ♦♦ o •♦ D ♦ m ♦ o. 25 •- _ ♦♦ a) ♦ 0N. ♦ ♦ . ♦ 30 - • • - S. ♦ 35 - `1..-.... • • ♦ 40 - ,_— ____, ` Note: 1. See report Section C.6.b for discussions on safety factors associated with drilled shafts. 2.Adequate reinforcement should be provided in the shaft for tension load. 24-inch Diameter Cast In Place Drilled Shaft BRAUN Port Arthur Transit Station INTERTEC Port Arthur, Louisiana Thn Sdencs Yw Build On. Braun Project No. B2109330 SECTION E CITY OF PORT ARTHUR BID FORM TO: City of Port Arthur City Secretary 444 4th Street,4th Floor Port Arthur,Texas 77640 Or City of Port Arthur City Secretary P.O.BOX 1089 Port Arthur,Texas 77641 BID FOR: Bus Maintenance Foundation Demolition Plan City of Port Arthur Project No.P22-039 The undersigned bidder hereby declares and represents that she/he: a) has carefully examined and understands the Bidding Documents,b)has not received, relied on,or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda,c)has personally inspected and is familiar with the project site,and hereby proposes to provide all labor,materials,tools, appliances and facilities as required to perform,in a workmanlike manner,all work and services for the construction and completion of the referenced project,all in strict accordance with the Bidding Documents prepared by: The Solco Group LLC and dated: April 2022 Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging) MCI e( Y'1 Ili C. 4 4i e (s TOTAL BASE BID: For all work required by the Bidding Documents(including any and all unit prices designated"Base Bid" the sum of: )) One k Undiej S 1 fee -vlOUC od "f"t 1�/iviL9/frel Dollars($ / G'//I gee ) TOTAL DAYS TO COMPLETE: For all work required by the Bidding Documents. �-5 Calendar Days NAME OF BIDDER: CfC7 5 5 l�1 US rc.:r, 5 truc t t C)Ul ADDRESS OF BIDDER: 7 7 v C r&j (n W / f� LU{`(116A- �X 7 7I 2 TELEPHONE NO: Z 3 y- o-i -8 4.0Z FAX NO: TEXAS CONTRACTOR'S LICENSE NUMBER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: Rance (c:t '4 TITLE OF AUTHORIZED SIGNATORY OF BIDDER: ` 7A1 SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER: d)) DATE: S--y-ZZ EMAIL: r.sev prl r 5t )/A17n.CciA-1 THE FOLLOWING ITEMS ARE TO BE INCLUDED WITH THE SUBMISSION OF THIS BID FORM: *The Unit Price Form shall be used if the contract includes unit prices.Otherwise,it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed. BID SECURITY in the form of a bid bond,certified check or cashier's check attached to and made a part of this bid. UNIT PRICE BID FORM TO: City of Port Arthur City Secretary 444 4'Street,4'h Floor,Port Arthur,Texas 77640 BID FOR: Bus Maintenance Foundation Demolition Plan City of Port Arthur Project No.P22-039 UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: ❑Base Bid REF.NO. 1 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Mobilization R (TXDOT 500) t I s MtzO - Il t Q-e" DESCRIPTION: ❑Base Bid REF.NO.2 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Barricades, Signs,and Traffic Handling 1 I S ,c� o (TXDOT 502) SCc 5 �` DESCRIPTION: ❑Base Bid / REF.NO.3 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Sawcut, Remove and Dispose Existing Concrete Foundation Full Depth(9 o e, inches Slab and Footing) 1,610 SY 3 4.,,e, 77 (TXDOT 104) DESCRIPTION: ❑Base Bid REF.N0.4 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: r times Unit Price) Unclassified Excavation e,� j (TXDOT 110) 950 CY Z�f 3� 7 -- DESCRIPTION: ❑Base Bid REF.NO.5 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Select Fill Embankment 1,500 CY `' (TXDOT 132) i ,� 7 S 6, 76 0 DESCRIPTION: ❑Base Bid REF.NO.6 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Seeding for Erosion Control 1,667 SY L 3 5-- 1 i Z 5 U .`'15— (TXDOT 164) Wording for"DESCRIPTION"is to be provided by the Owner. All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner DESCRIPTION: ❑Base Bid REF.NO.7 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Construction Exit-Type 1 (Install) 40 SY 3 J'�y0 r�� (TXDOT 506-6.4) DESCRIPTION: ❑Base Bid UNIT OF UNIT PRICE EXTENSION(Quantity REF.NO.8 QUANTITY: MEASURE: UNIT PRICE times Unit Price) FODS Track-out Control Mat ) I LS Z Z SC-- Z Z 56 (TXDOT 506-6.5) DESCRIPTION: ❑Base Bid REF.NO.9 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Construction Portable Perimeter Fence-(Install and Remove) 488 LF 30 60 i 7s�� `b~�U (TXDOT 506-6.6) DESCRIPTION: ❑Base Bid REF.NO. 10 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Temporary Sediment-Control Fence(Install) 7 .S -)--- (TXDOT 506-6.8.1) 488 LF , (� C� j DESCRIPTION: ❑Base Bid REF.NO. 11 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Temporary Sediment-Control Fence(Removal) 488 LF . 70 e-/ 5 Ci 2. (TXDOT 506-6.8.2) / DESCRIPTION: ❑Base Bid REF.NO.12 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Biodegradable Erosion Control Logs (Install) e v a �'" (TXDOT 506-6.9.1) 300 LF / -- Da DESCRIPTION: ❑Base Bid REF.NO. 13 QUANTITY: UNIT OF UNIT PRICE UNIT PRICE EXTENSION(Quantity MEASURE: times Unit Price) Biodegradable Erosion Control Logs(Removal) ' cy (TXDOT 506-6.9.2) 300 LF Z�(� -�-- DESCRIPTION: ❑Base Bid UNIT OF UNIT PRICE EXTENSION(Quantity REF.NO. 14 QUANTITY: MEASURE: UNIT PRICE times Unit Price) Possible underground utilities, vaults, sewer cleanouts,bollards, etc. I LS I Q- DY (Allowance) r Wording for"DESCRIPTION"is to be provided by the Owner. All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner SECTION F = Document A3IOTM Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name,legal status and principal place Cross Plus Construction, LLC q/'business) 7700 N HWY 6 Great American Insurance Company Waco, TX 76712 301 E Fourth Street This document has important legal Cincinnati,OH 45202 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Port Arthur,City Secretary modification. 444 4th St.,4th Floor Any singular reference to Port Arthur,Texas 77640 Contractor,Surety,Owner or BOND AMOUNT:Five(5%) Percent of the Greatest Amount Bid other party shall be considered plural where applicable. PROJECT: (Name, location or address,and Project number, if any) Bus Maintenance Foundation Demolition Plan,Port Arthur Transit Maintenance Building 320, Dallas Avenue Port Arthur,Texas 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 may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceedng 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, any 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 scaled this 11 th day of May, 2022 Cross Plus Construction, LLC (Principal) (Seal) (Witness) (Title) Great American Insurance Company (Surety) (Seal) (W' ss} ouglas X. Brewka (Title) Kinl Attorney-in-Fat - CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An origrual assures that: changes will not be obscured. _ AIA Document A310TM—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserves.WARNING;this Ale Init. Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of tnis.AlAe Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law."- t To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyright©aia.org; o6j 110 •y I Document A310TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) This document has important legal consequences.Consultation with OWNER: an attorney is encouraged with respect to its completion or (Nome.legal status and address) modification. Any singular reference to Contractor,Surety.Owner or BOND AMOUNT: other party shall be considered plural where applicable. PROJECT: (Name,locution or address,and Project mother. if any) The Contractor and Surety are bound to the Owner in the amount set limb 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(line specified in the bid documents,or within such time period as may he agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the tenns 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 may accept the hid.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. any 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 day of (C *� as Principal) (Seal) (Witness) — Mile! (.Surely) (Seal) (Witness) (Tide) CAUTIfN•You should sign an^,riginal AIA Contrict Document on which this tIxt appears in RED.An original assures Haar changes will not bo obscured. Init AIA Document A310.1—2010(rev.1012010).Copyright 0 1963,1970 and 20!0 by The American Institute of Architects.Alt fights reserved. WARNING:This AIA'Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible ( under the law Purchasers are permitted to reproduce ten(10)copies of this document when completed To report copyright violations of AIA Contract Documents,a-mait The American Institute of Architects'legal counsel.copyrght©'aia.org ,C,,,,-;.,,, SECTION G CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23,84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 175 Local Government Code.by a vendor who Date Race;ved has a business relationship as defined by Section 176 001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(aj. 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-t), Local Government Code. k /A vendor commits an offense if the vendor knowingly violates Section 176.006.Local Government Code.An / offense under this section is a misdemeanor. Name of vendor who has a business relationship with local gover nyntity. 1-7Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing auihori-y not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. Name of Officer J Describe each employment or other business relationship with the local government officer,or a family member of the officer.as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form 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? Yes n No B Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? ` Yes No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director. or holds an ownership interest of one percent or more. LI flC heck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176 003( 'i(B). excluding gifts described in Section 176.003(a-1) .J Z Signature of vend .g .rnass with the governmental entity _;ate orm provided by Texas Ethics Commission www.ethics state.tx us Revised 11'30.2015 1 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ DocsiLG/htmiLG.176.htm.For easy reference.below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state.or local governmental entity or an agency of a federal.state.or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2.500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendo-has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity.or a family member of the officer,described by Section 176.003(a)(2)(A): (2) has given a local government officer of that local governmental entity,or a family member of the officer.one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1):or (3) has a family relationship with a local government officer of that local governmental entity, (a-1) The completed conflict of interest questionnaire must be tiled with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application,response to a request for proposals or bids. correspondence, or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer.or a family member of the officer.described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www e.thirs stare SECTION H ! ATA Document A312TM - 2010 Payment Bond CONTRACTOR: SURETY: (Vane. legal.clates and uddrecu) (,V,,,,1,legal.latter and principal qf business) "hts document has important legal consequences Consultation with OWNER: an attorney is encouraged with respect to its completion or (Name, legal status and address) modification. Any singular reference to Contractor,Surety.Owner or other party shall be considered CONSTRUCTION CONTRACT plural there applicable Date: Amount: Description: (Nunre am/ BOND Date: • /rVnt ettrlh'r than Construction t.r117N7tt7 Dale; Amount: Modifications to this Bond: 0 None 0 Sec Section IS CONTRACTOR AS PRINCIPAL SURETY (ulupan\: (Cw p4/rate Seal) Company: (C'or parute.ticw,rll Si_nature: Signature: Name Name and Title: and'I itIC: (.4m•additional sitrnulures appear on the last paten ul((ti.t Poytoott Bond) Il Y)Ii'l Vl'FORMATION(AL I' 'vwne.addre.s' and idicphure) AGENT or BROKER: OWNER'S REPRESENTATIVE: b'etirrcer ur oilier perdu.) Init. AIA Document A312''—2010 Payment Bond.Copyright 2010 by The Arnericar Institute or Architects.All rights reserved.WARNING:This ALA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AM'Document,or 1 any portion of it.may result in severe civil arid criminal penalties,and will be prosecuted to the maximum extent possible under the law Tr. report capyrghr violations at AIA Contract Documents,e-mail The American Institute of Architects legal counsel.copyrrghtrara erg. xr S re §1 The Contractor and Surety,jointly and severally.bind themselves.their heirs.executors.administrators.successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference.subject to the following ternns. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless tlx:Owner from claims,demands,liens or suits by any person or entity seeking payment fur labor,materials or equipment furnished for use in the performance of the Construction Contract.then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default tinder the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise alter the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13) ofclaims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the C'ontrtnctor and the Surety. §4 When the Owner has satisfied the conditions in Section 3.the Surety shall promptly and at the Surety's expense defend.indemnity and hold harmless the Owner against a duly tendered claim.demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor. .1 have furnished a written notice anon-payment to the Contractor.stating with substantial accuracy the amount claimed and the name of the party to whom the materials were.or equipment was.tarnished or supplied or for whom the labor was done or performed.within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim:and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants.who arc employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufiicient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2.whichever is applicable.the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt oldie Claim. stating the amounts that are undisputed and the basis for challenging any amounts that are disputed:and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations anger Section 7.1 or Section 7.2 shall not be deemed to Constitute a waiver ol'clefenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. lE however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2.the qurcty shall indemnify the Claimant liar the reasonable attorney's Ices the Claimant incurs thereafter to recover any stuns Blond to he due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount or-reasonable attorney's lees provided under Section 7.3,and the amount()It'll.: !matte shall he credited fin•any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond.they agree that all funds earned by the Contractor in the performance of the Construction Contract arc dcdi a:cal to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds liar the completion of the work. Init. AlA Document A212'"'—2010 Payment Bond.Copyright d)2010 by The American Institute of Architects ''Att rights reserved.WARNING This AIA Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or 2 any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To report copyright violations of AlA Contract Documents.e-mail The American Institute of Architects'legs counsel.copyright©aia.org §10 The Surety shall not he liable to the Owner,Claimants or others for obligations ul'the Contractor that an: unrelated to the Construction Contract. I he Owner shall not he liable for the pay,mcni ufany costs or expenses orally Claimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change.including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(I)on which the Claimant sent a Claim to the Surety pursuant to Section 5.h 2 or 5.2,or(2)on which the last labor or sere ice was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(I)or(2)first occurs.lithe provisions of this Paragraph are void or prohibited by law.the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall he applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims.however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to he pertbrnied,any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shah he deemed incorporated herein. When so furnished.the intent is that this Bond shall he construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to he a potential beneficiary of this Bond.the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant: .2 the name of the person for whom the labor was done,oritititerials or equipment Iitrnished: .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract: .4 a brief description ol'the labor.materials or equipment furnished: .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract: .6 the total amount earned by the Claimant for labor,materials or equipment furnished as attic date of the Claim: .7 the total amount of previous payments received by the Claimant:and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contactor or with a subcontractor of the Contactor to furnish labor,materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has ri_htiully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. fhc intent of-this Bard shall be to include without limitation in the terms-labor.materials or equipment"that part of water. gas-power,light.heat.oil. gasoline.telephone service or rental equipment used in the Construction Contract.architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors.and all other items for which a mechanic's lien may he asserted in the jurisdiction where the labor.materials or equipment were furnished. §16.3 Construction Contract. fhe agreement between the Owner and Contractor identified on the cover pee. including all Contract Documents and all changes made to the agrcenent and the Contract Documents. In1L ArA document A312"—solo Payment Bond.Copyrlght 0a 2010 by?he American Institute or Architects.Ali rights reserved.WARNING:this AtA` Doannent is protected by U.S.Copyrlght Law. arch tnla,rnational rreattos.Unauthorized reproduction or distribution of tiffs AIA'Document.or 3 any portion or it.may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law To report copyright violations of AIA Contract Documents,e-mail The American institute of Architects'legal counsel,copynghtha a org §16.4 Owner Default.Failure of the Owner,which has nut been remedied or waived.to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms oldie Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 It'this Bond is issued for an agreement between a Contractor and subcontractor.the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall he deemed to be Contractor, §18 Modifications to this bond are as follows: (Space it provided hrluu for additional sitrntttn•cs o/welded pw'tie.i, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY ('ompam: (t'wporcde,Seal) Company: (Coi'rurutc'.Seal) Sitnature: Signature: Name and Title: Name and Title: Address Address AIA Document A312"—2010 Payment Bond.Copyright rA 2010 by The American institute at Architects.All rights reserved.WARNING:This AIA' Init. Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Documont,or any portion of it,may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law To 4 report copyright violations of AIR Contract Documents,a-moll The American Institute of Architects'legal counsel.copyright(Aaia.org /-� ® DATE(MMIDD/YYYY) A CCIRL CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE WAX'A , (A/C.No,Est): Nol: E-MAIL -ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL e INSURER A: INSURED INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF I POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICYNUMBER _(MM/DDIYYYY) (MPNDD/YYYY) UMITS GENERAL LWBIUTY EACH OCCURRENCE S I DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) S I CLAIMS-MADE I I OCCUR MED EXP(Any one person) I S _ PERSONAL&ADVINJURY S GENERAL AGGREGATE S GEM_AGGREGATE LIMIT APPLIES PER- PRODUCTS•COMP/OP AGG S }POLICY r 1 JECT T I LOC -— — S AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT - - (Ea accident) I ANY AUTO BODILY INJURY(Per person) S 7ALL OWNED SCHEDULE BODILY INJURY Y(Per accident)'S AUTOS DAUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED I AUTOS (Per accident) UMBRELLALIAB + OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MACE AGGREGATE S _ I DED j RETENTION S I 5 I AND EMPLO E Y r N EMPLOYERS' I I TOORI WCY LIMITTH- S I OER ' ANY PROPRIETORIPARTNERiEXECUTIVE I I N I A I E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED' _._ (Mandatory in NH) EL DISEASE-EA EMPLOYEE S If yes,describe under — — — --—'-- _ —- DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT_S DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD §1 The Conine:or and Surety.jointly and severally,bind themselves,their heirs,executors,administrators.successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 lithe Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 I f there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance. I f the Owner does not request a conference,the Surety may,within five(5)business days alter receipt of the Owner's notice, request such a conference. lithe Surety timely requests a conference,the Owner shall attend. Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice.lithe Owner.the Contractor and the Surety agree.the Contractor shall be allowed a reasonable time to perform the('onstruction Contract. but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default: .2 the Owner declares a Contractor Delimit.terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the;extent the Surety demonstrates actual prejudice_ §5 When the Owner has satisfied the conditions of Section 3.the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor.with the consent of the Owner,to perform and complete the Construction Contract: §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors: §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to he prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract.and pay to the Owner the amount ofdamages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor aid with reasonable promptness under the circumstances: .1 Alter investigation.determine the amount for which it may be liable to the Owner and.as soon as practicable after the amount is determined.make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 I Idle Surety cues not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to he in delimit on this Bond seven days alter receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond.and the Owner shall he entitled to enforce any remedy available to the Owner.lithe Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability.in whole or in part.without further notice the Owner shall he entitled to enforce any remedy available to the Owner. init. AIA Document A312'N—2010 Performance Bond.Copyright ei 2010 by The American Institute of Architects.Alt rights reserved.WARNING This AIA Document is protected by U.S.Copyright Law and International Treaties,Unauthorized reproduction or distribution of this AlA'Document 2 or any portion of it.may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law To report copy'lght violations of AIA ConLad Documents.e-mail The American Institute of Architects'legal counsel copyrrghtetaia.crg §7 II the Surety elects to act under Section 5.1,5.2 or 5.3.then the responsibilities of the Surety to the Owner shall not be greater than those ol'the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not he greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication, for .1 the responsibilities of the Contractor bur correction of defective work and completion ot'the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default.and resulting front the actions or Iailure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated danlages are specified in the('instruction C'ontiact,actual damages caused by delayed performance or non-perlbrntance(lithe Contractor. §8 If the Surety elects to act under Section 5.1,5.3 or 5.4.the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not he liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract.and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs.executors,administrators.successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the(Construction Contract or to related subcontracts.purchase orders and other obligations. §11 Any proceeding„legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years alter a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or hails to perform its obligations under this Bond.whichever occurs first. If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety.the Owner or the Contractor shall he mailed or delivered to the address shown on the page on which their siggnature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted heretrom and provisions conforming to such statutory or other legal requirement shall he deemed incorporated herein.When so furnished,the intent is that this Bond shall he construed as a statutory bond and not us a common law bond. §14 Definitions §14.1 Balance of the Contract Price. I he total amount payable by the O..ter to die C untractor undea the Ceiiai uete.ti Contract alter all proper adjustments have been made,including allowance to the Contractor of any amounts received or to he received by the Owner in settlement of insurance or other claims for damages to which the I.ontractor is entitled,reduced by all valid and proper payments made to or on behalf(tithe Contractor under the Construction Contract. §14.2 Construction Contract.The agreement between the owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default.Failure of the Contractor.which has not been remedied or waived,to perform or otherwise to camp!),with a material term(-tithe Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perk rim and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 It'1! ['wad 'y issued lit ;ut igi heat bet.t en;('nt raetor ard subcontractor.the tort 'r'not-iet r in this Itoad shall he deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Init. AfA Document A312r"—2010 Performence Bond.Copyright ea 2010 by Tho Amene3n Institute of Architects.All rights reserved.WAtr iau:this AIA Document Ia protected try U.S Copyriuht Lew end International Treaties Unauthorized reproduction or distribution of this AIA'Document, 3 or any portion of it,may result in severe civil and criminal penalties,and will ha prosocuted to the maximum extent possible under the taw.To report copyrigrt violations of AIA Contract Documents,e-mail The American Insntule of Architects'legal counsel.e3eyrigntg+aie org 6,c erelgr:u5uAdc3'lasunoo ie6at sgey4•oty!o orillsui ueouawy au1 pew-a'stuawrnop i0e3u03 yI jo suo3e o.a W6uAdm pods, of Mei ail,spun atgrssod luoixe wnwixew oq7 of p In3-G oJd oq Him out:'sopteuad leuiugn pue t!ni9 a,aMas ul llnso,Amu't!jo uoipod Aue,o 'luownaop,yry st4i 7c uopngt,isip,o uoponpo,do,pazpou4ncu;r'soOea,1 icuopewo7ui pue Me'j 746pAdozi s-n Aq paioalo,d st waunaop,yly llpl st41-JNINLIVM•pae,asw slgtiu IIV•s;aallga,V jo ainpsui utpuawq Ni Mi aim B 746u tdao•puog aououuoyad OioZ-n,zicv 7u31,/n3o0 ytd P!.I.pue attIRN :NI!".pun.awes :aanleufus :=anjeui,i5 �ptaS',!Isar/((.)) :Alil.'duit)) (pt,>S',?J,).rr,clru.)) :.,Cueawu.) A132111S 1VdI3NIdd SV ti013Vt11NO3 / , t,(l.r,au.'' tyro atrj.nz title as njj until.rat/jr, 'satt.nul/::1/,iu7 it)sa.tttu,uX'ts/nunn/ppn.ntj nr,/ay/M/ ari' I '"rn'S•) aMMall<,i se 1.na punq slut 01 sut,ttea1.l!pt'I1i 91.§ GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than SEVEN No.0 21771 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalfof the said Company,as surely,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power BYRON R.DUDNEY STEPHEN SMITH ALL OF ALL BRANNON BROOKE KAREN L.BAYLOR NEW BRAUNFELS, $100,000,000.00 CORY BROOKE RYAN KINLIN TEXAS DOUGLAS X.BREWKA This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 18TH day of MARCH 2022 Attest GREAT AMERICAN INSU(ANCE COMPAN 4(__ c �N eded9. ......... Assistant Secretary Divisional Senior Yee President STATE OF OHIO,COUNTY OF HAMILTON-ss: MARK wCARIO(877-377-2405) On this 18TH day of MARCH , 2022 ,before me personally appeared MARK ViCARiO,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. SUSAN A KOHORST �•' .CCrri Notary Public + Ohio State Com o.Expires a //�&',yMy Comm.Expires ,T,�,/ May 18,2025 Phis Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President.the several Divisional Senior Vice Presidents,Divisional lice Presidents and Divixonul Assistant Vice Presidents,or any one of them,he and hereby is authori:ed from time to time.to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts ofsuietvship,or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the.signattox of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may he affixed by facsimile to any power of attorney or certiftcate of either given for the execution of any bond,undertaking.contract of suretyship, or other written obligation in the nature thereof such signature and sea!when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to he valid and binding upon:he Company with Me same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.I3ERAHA,Assistant Secretary of Great Amercan insurance€oin/may,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revokad and are-rox in.full-force and effect. Signed and sealed this 11th day of May 2022 .n Nry'ly .. 4.-• e 3 • ._ - • Assistant Secretary- S1029AH(03I20) Great American Insurance Company of New York GREATMERKAN Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages,rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati,Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium,you should contact the agent first. If you have a dispute concerning a claim,you should contact the company first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A(3/11) ��...",1 CROSPLU-01 MZENKNER '4�--- CERTIFICATE OF LIABILITY INSURANCE DAT/10/2D/YYYY) 5/10/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Katie McCarley Alliant Insurance Services,Inc. PHONE FAX 1421 Hanz Dr (A/C,No,EXt): (830)387-7019 (A/c,No):(830)387-7022 New Braunfels,TX 78130 E-MDRAILESS: Y@ katie.mccarle alliant.com AD INSURER(1AFFORDING COVERAGE NAIC# INSURER A:Allied World Insurance Company 22730 INSURED INSURER B:Texas Mutual Insurance Company - ,22945 _ Cross Plus Construction, LLC INSURER C:Continental Casualty Company 20443 PO Box 609 INSURER D:Allied World Surplus Lines Insurance Company 24319 China Spring,TX 76633 - - INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LTR INSD'MD POLICY (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR '6004-0207 2/27/2022 2/27/2023 DAMAGE S�TOEa RENTED occurrencej $ 100,000 PREMISE _ MED EXP(Any oneperson) $ 5,000 -- - - - PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 2,000,000 I X POLICY PRO- JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 ' OTHER: --- - ---- A AUTOMOBILE LIABILITY $COMBINED SINGLE LIMIT 1,000,000 _CEa accident) $ X ANY AUTO 6000-0795 2/27/2022 2/27/2023 BODILY INJURY(Per person) $ OWNED ' - SCHEDULED -AUTOS ONLY AUTOS BODILY INJURY(Per accident)_$ _ X AUTOS ONLY X AUUTOS ONLY -PROPERTY acdent DAMAGE $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ ' EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION y PER B AND EMPLOYERS'LIABILITY X E STATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 0002019413 8/19/2021 8/19/2022 - 1,000,000 OFFICER/MEMBER EXCLUDED? N N I A E.L.EACH ACCIDENT _$ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under - -- DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Equipment Floater 6076016550 2/27/2022 2/27/2023 Leased/Rented 50,000 D Business Auto PD 0312-7574 2/27/2022 2/27/2023 Limit of Insurance 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability and Commercial Auto policies include a blanket automatic additional insured endorsement[provision]that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability,Commercial Auto and Workers Compensation policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. Extended Named Insured Schedule: Larry's Power Sweeping, LLC; LCTC,LLC;Texas Tree&Landscape,Ltd.DBA Eagle Sign&Barricade;Waco Wood Recycle &Materials, LLC; Larry Cathey SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Arthur* THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1089 Port Arthur,TX 77641 AUTHORIZED REPRESENTATIVE eiar;_t:� +. "..'v :;it ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:CROSPLU-01 MZENKNER . "` LOC#: 1 ACOREY ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Alliant Insurance Services, Inc. Cross Pius Construction,LLC PO Box 609 POLICY NUMBER China Spring,TX 76633 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: *certificate holder continued: its officers, respective agents and employees ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION J 1(ATA Document A312TM - 2010 Performance Bond CONTRACTOR: SURETY: (Name.I.I'a/.status and address) (Name, legal s•lrrltcs and principal place of business) This document has important legal consequences.Consultation with OWNER: an attorney is encouraged with respect to its completion or (Name.legal status and address) modification. Any singular reference to Contractor,Surety,Owner or other party shall be considered CONSTRUCTION CONTRACT plural where applicable Date: Amount: Description: (,Nance and Inca/ion) BOND Date: (Not earlier than Construction Contract Dale) Amount: Modifications to:his Bond: 0 None 0 See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: ((.urprrrutc.Scat/ Company: ((•nryrartri.Yrct!) Signature: Signature: Name Name and Tide: and Title: (Any additional signatures appear an the last page of this Pelfrrnrance Bond.) (POI?INVFOR.'.L f TION ONLY Name,address and telephone) AGENT or BROKER. OWNER'S REPRESENTATIVE: (Architect.hitect. Engineer or other party:) Init. AIA Document A312"'—2010 Performance Bond.Copyright®2010 by The American Institute or Architects.All rights reserved.WARNING-This A IA'Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA'Document, or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maxlrmen extent possible under the law.To report copyright vtotat ors of AIA Contract Documents.e-mail The Amenca'm institute of Architects legal counsel,copyrght©•aia.c g. w qa SECTION K House Bill 89 Verification ran( �ze �� (Person name), the undersigned representative (hereafter refer d to as "Representative") of C � L.6 It ° n (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF REPRESENTATIVE QrI,SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of 1, A_ ' , 20 22. • arm•;�,�.�,�-...--..,.. .._ 20 -p�vc AMBRYN RHIANNAN HENGST MY COMMISSION EXPIRES *' , f; $ 1/05/2025 T. A NOTARY ID: 13351 Notary Public *:„ "<°� 902�11 SECTION L NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submissi is bid proposal. ` Signature: --- Printed Name: ,L�tn L GC� te / Title: ,A� Company: ro 5 tom( 0 �>et,S fr Lt1 CV) Date: S-- _9 21-- SUBSCRIBED and sworn to before me the undersigned authority by 10 the MC4 of, ` ,2 on behalf of said bidder. 0\\ ,../ .-____ tr r *3 Notary Public in and for the 4 o'� 'Y auz< AMBRYN RHIANNAN HENGST State of Texas 2,• ``' MY COMMISSION EXPIRES i , Llid 2cv �� , ��;� vos��o2s Mycommission expires. '�,,,ig-�+4�" NOTARY ID: 13351902-1 p SECTION M AFFI DAVIT All pages in Otferor's Responses containing statements, letters, etc.. shall be signed by a duly authorized offic r of the company whose signature is binding. The u ersigned 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. Cyfoe.29 Firm i›,�m _ Date Authorized Signature Title I ill) gavIce C(rti/ley ;5---11 1/0 Name (please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named Q.QmC- . Co. C roSS Pius on this the 0 day of IlAn l , 20 22.. �.e;,, ,s�e_.=sue �� Notary Public AMBRYN RHIANNAN HENGST MY COMMISSION EXPIRES )* 1/06/2026 sitf&T, NOTIFIS15:FFICIACV AS PART OF THE 131D PROPOSAL SECTION N SB 252 CHAPTER 2252 CERTIFICATION l C 1 tt, ,the undersigned and representative Cre)55 ��v0t(o�of rtt) S (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran,Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Ok c,e 1-14 Name of Company Repr-.��} Print) Signature of Company Representative 5—/ Date SECTION 0 WAIVER AND INDEMNIFICATION Each Proposer/Offeror must sign this waiver and indemnification clause to be considered for evaluation By submitting a proposal, each Proposer agrees to waive any claim it has, or may have, against the Owner,the Architect/Engineer, and their respective employees, arising out of or in any way connected with the administration, evaluation or recommendation of any proposal; requirements under the contract documents; acceptance or rejection of any proposals; and award of any contract. This waiver is to be construed as broadly as possible and includes any and all causes of action the Proposer may now have, or that may arise in the future, that relate to the proposal process or the award of a contract, against the Owner and or Architect/Engineer for their action(s), or inaction(s) including, but not limited to, causes of action for negligence, sole negligence, intentional tort, violation of a state or federal statute, violation of the state or federal constitution, injunctive relief, quo warranto proceeding, declaratory judgement and any other request for relief, whether at law or in equity. If a claim is brought against the Owner and/or Architect/Engineer by Proposer or anyone else as a result of Proposer's proposal, Proposer agrees to indemnify Owner and/or Architect/Engineer for any and all money damages, attorney's fees, cost of suit, or any claim for damages that are measured in dollars and cents. Further, Proposer agrees to indemnify and pay all expenses incurred in defending such litigation, including but not limited to, attorney's fees, cost of court, expert witness fees and expenses, hourly cost of Owner's and/or Architect's/Engineer's employee's time spent on the suit, whether directly or indirectly related to the litigation, and any cost or expense incurred by, directly or indirectly. Owner and/or the Architect/Engineer as long as such cost can be measured in dollars and cents. This paragraph is intended by the parties to meet the "Express Negligence Rule" as set out in the Texas Supreme Court opinion of Ethyl Corp. v. Daniel Construction Co., 725 SW2d 705(Tex. 1987). The parties to this contract stipulate that the consideration for this paragraph is sufficient and confess its adequacy herein. The undersigned represents that this Proposal is made in good faith. yvrhout fraud, collusion or connection of any kind with any other Offeror of the same work; that they are competing in their own interest and in their own behalf, without connection or obligation to any undisclosed person; that no other person has any interest in regard to all conditions pertaining to the proposal and in regard to the place where it is to be submitted; that they have made the r own examination of the request for proposal and from it have made this proposal Firm Name: Date 7 Z _ Address: ✓�-/ //C/ (%//4(, )6( 1-1 )(' 7(C� Legal Signature: >) C Type/Print Name and Position with Offeror: 4ihC't ( n'te SECTION P '1 THURMAN BILL BARTIE,MAYOR ,.., RONALD BURTON DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: ! 11 SHERRI BELLARD, TRMC INGRID HOLMES r)r r h «r CITY SECRETARY CAL JONES THOMAS KINLAW III li•.t<is VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES DBE DOCUMENT By signing this document the contractor is acknowledging that an 9% DBE participation will be provided in this contract. If a subcontractor is required to meet that goal, the following will be done to make a good faith effort to hire a minority business (DBE). 1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F .R. § 200.321 (b)(l ). 2. Solicitations. Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.32 1 (b)(2). 3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority busin_ s and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules, where the requirement permits. «hich encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §200.321 (b)(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 2 C.F.R. 200.321(b)(5). (printed name of signatory) 44001011111 (signature and date) 4- SECTION Q = ! AIA. Document G704T" - 2000 Certificate of Substantial Completion PROJECT:(Name and address) PROJECT NUMBER: OWNER D CONTRACT FOR: ARCHITECT❑ CONTRACT DATE: CONTRACTOR❑ TO OWNER:(Name and address) TO CONTRACTOR!(Name and address) HFI U❑ OTHER 0 PROJECT OR PORTION OF THE PROJECT DESIGNATED FOR PARTIAL OCCUPANCY OR USE SHALL INCLUDE: The Work performed under this Contract has been reviewed and found.to the Architect's best knowledge,information and belief,to he substantially complete.Substantial Completion is the stage in the progress of the Work when the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. the date of Substantial Completion of the Project or portion designated above is the date of issuance established by this Certificate,which is also the date of commencement of applicable warranties required by the Contract Documents,except as stated below: ARCHITECT BY DATE OF ISSUANCE A list of items to he completed or corrected is attached hereto.The failure to include any- items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.Unless otherwise agreed to in writing,the date of commencement of warranties for items on the attached list will he the date of issuance of the final Certificate of Payment or the date of final payment. Cost estiruate of Work that is incomplete or dofeetive: S The Contractor will complete or correct the Work on the list of items attached hereto within ( )days from the above date of Substantial Completion. CONTRACTOR BY DATE the Owner accepts the Work or desianated portion as substantially complete and will assume till possession at (time)on (date). OWNER BY DATE "The responsibilities of the Owner and Contractor for security,maintenance,heat,utilities,damage to the Work and insurance shall he as follows: (Note:Owner's and Contractor's legal cmd insurance counsel riunild determine and review insurance requiremerU.v mid coverage.) AIA Document G7041"—2000.Copyright CD 1987,197e.1992 and 2000 by The American Institute or Architects.All rights reserved.WARNING:This AIA°Document Is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this AIA°Document. or any portion of it.may result In severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(10)copies of this document when completed To report copyright violations of AiA Contract Documents.a-Trail The American Institute of Architects'Icgal counsel.copyright@oia.org R CTII; iN yy5 , ' 7 -�; Document G 05TM - 2001 List of Subcontractors PROJECT:(Name and address) DATE: TO ARCHITECT:(Noneand udc/recst ARCHITECT'S PROJECT NUMBER: FROM CONTRACTOR: (Name and Address) CONTRACTOR'S PROJECT NUMBER: (List Subcontractors and others proposed to be employed on the above Project as required hr the kidding clncttnnmts.) Work/Firm Name Address/Phone Superintendent AIA Document G705"P—2001(formerly 6805"—2001).Copyright r 2001 by The American Institute of Architects.All rights reserved.WARNING: This AIA''Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this AIA' Document,or any portion of it.may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purcnasers we permitted to reproduce ten(t0)copies of this document when completed.To report copyright violations of AIA Contract Documents.e- mail The American Institute of Architects Legal counsel.copyright@aia.org a•,.�+�n� SEC a I0N S STATUTORY LIEN WAIVER FORMS 1. SUMMARY A. Document Includes: Applicability and use of statutory Waiver and Release of Lien forms promulgated by the Legislature of the State of Texas for construction projects in Texas. 2. STATUTORY REGULATIONS A. Texas Property Code, Chapter 53, Subchapter L,Sections 53.281 thru 53.287 (includes the standard forms attached herewith immediately following this section): 1. Form 1: Conditional Waiver for Progress Payments(Page 2) 2: Form 2: Unconditional Waiver for Progress Payments (Page 3) 3. Form 3: Conditional Waiver for Final Payments (Page 4) 4. Form 4: Unconditional Waiver for Final Payments(Page 5) 3. SELECTION AND USE OF WAIVER AND RELEASE OF LIEN FORMS A. Based on answers to the following questions,use the applicable form for the occasion: 1. Is the payment a progress payment(partial, not final), or a final payment? 2. Is the release unconditional(for a payment already received), or conditional(given in anticipation of a payment not yet received)? B. Submit the applicable form, properly executed(filled out,signed and dated)and notarized,on each occasion required (see other portions of the Contract Documents, including out not necessarily limited to the related requirements documents cited above). C The wording of these forms is prescribed by the State of Texas. Questions regarding their use, execution, etc. should be directed to user's own attorney experienced in construction or lien law. • This document is not to be interpreted as rendering legal advice. D. Even if the Contract Documents do not explicitly require submittal of Waivers and Releases of Liens for every payment(for example,omitting them for monthly progress payments), the Owner reserves the right;at its sole discretion, to require applicable Waivers and Releases of Liens, executed and notarized. for any or all payments. Page 1 CONDITIONAL_WAIVER AND RELEASE ON PROGRESS PAYMENT Project Job No. On receipt by the signer of this document of a check from (maker of check) in the sum of $ payable to (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right,any claim for payment,and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of (owner) located at (location)to the following extent: (job description). This release covers a progress payment for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) as indicated in the attached statement(s) or progress payment request(s),except for unpaid retention,pending modifications and changes,or other items furnished. Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen. and suppliers for all work, materials, equipment, or services provided for or to the above referenced project in regard to the attached statement(s)or progress payment request(s) Date (Company came) By (Signature) (Title) NOTE: Section 53,281(6)(2), Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney For short acknowledgement forms that might be suitable, see Section 121.008 in Chapter 121. Click here to go there. Pace 2 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid,use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT Project Job No. The signer of this document has been paid and has received a progress payment in the sum of$ for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) on the property of (owner) located at (location) to the following extent: (job description) The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute,any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the above referenced project to the following extent- This release covers a progress payment for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) as indicated in the attached statement(s) or progress payment request(s), except for unpaid retention, pending modifications and changes, or other items furnished. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers. subcontractors, materialmen, and suppliers for all work, materials, equipment or services provided for or to the abc e re`erenced project in regard to the attached statement(s,) or Orogress payment request(s). Date (Company name) By (Signatu--e) (Title) NOTE: Section 53.281(b)(2), Texas Property Code, requires that the above form be notarized, See Chapter 121 Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable see Section 121.008 in Chapter 121 Click n're to go there. Page 3 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Job No. On receipt by the signer of this document of a check f-om (maker of check) in the sum of $ payable to (payee or payees of check)and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of (owner) located at (location) to the following extent: (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2), Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable. see Section 121 008 in Chapter 121. Click here to go there. Page 4 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid,use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Job No The signer of this document has been paid in full for all labor,services. equipment, or materials furnished to the property or to (person with whom signer contracted) on the property of (owner) located at (location) to the following extent: (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right any claim for payment, and any rights under any similar ordinance. rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full ali of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release Date Ccrrpany name) By (Signature) (Title) NOTE: Section 53.281(b)(2), Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowlecgement forms that might be suitable.see Section 121 008 in Chapter 121. Click Here to go there Page 5 SECTI •:: N T „: 471,44 i ... ......,A .,....Irci:: ...v..i I Av Document G702 - 1992 Application and Certificate for Payment f0 OWNER: PROJECT: APPLICATION NO: Distribution to: PERIOD TO: OWNER ❑ CONTRACT FOR: ARCHITECT 0 FROM CONTRACTOR: VIA ARCHITECi: CONY RACY DATE: CONTRACTOR 0 PROJECT NOS: ' FIELD 0 OTHER 0 CONTRACTOR'S APPLICATION FOR PAYMENT The undersigned Contractor certifies that to the hest of the Contractor's knowledge. information Application is made for payment.as shown below.in connection with the Contract. and belief the Work covered by this Application Ibr Payment has been completed in accordance ;11A Document ode lr”.Continuationas Sheol.is attached. with the Contract Documents. that all amounts have been paid by the Contractor for Work fix which previous Certificates fur Payment were issued and payments received from the Otsner.and 1.ORIGINAL CONTRACT SUM S that current payment shown herein is now due. 2.NET CHANGE BY CHANGE ORDERS S CONTRACTOR: 3.CONTRACT SUM TO DATE(Line I.: 2) S By: Date: 4.TOTAL COMPLETED&STORED TO DATE(Colttnut(i on G703) S State ot: 5.RETAINAGE: County 01: a. %olCompleted Work Subseribed and sworn to before it-01'reoas I) • I{'on(1703) S me this day of b. _i3OfStoredMaterial K'o/,unn l on(i'031 $ Notary Public: My commission expires: Total Rctainauc(Lines is .ih,or Total in Column I of(:ii31 S 6.TOTAL EARNED LESS RETAINAGE s ARCHITECT'S CERTIFICATE FOR PAYMENT rLuu•I minus Litre.i Total, In accordance with the Contract Documents,based on on-site observations and the data comprising 7.LESS PREVIOUS CERTIFICATES FOR PAYMENT $ this application.the Architect certifies to the Owner that to the hest of the Architect's knowledge. information and belief the Work has progressed as indicated. the quality of the Work is in rl.i)te 6./Felt prior C.rtilicarel accordance with the Contract Documents. and the Contractor is entitled to pay mcnt of the 8.CURRENT PAYMENT DUE ti AMOUNT CERTIFIED. 9.BALANCE TO FINISH,INCLUDING RETAINAGE AMOUNT CERTIFIED S trine 3 minus Line hl S timid,.explanation ii amount certified dif/i rs front the amount applied Initial all figures on this Application and on the Continuation Sheet that are changed to conform with the amount certified.) CI IANGE ORDER SUMMARY ADDITIONS l)EI)L C ioNS ARCHITECT: Total chalices approved in previous months by Owner S S 13y: Date: total approve)this month 6 This Certificate is not negotiable.The AMOUNT CERTIFIED is payable only to the Contractor TOTAL . S named herein.Issuance.payment and acceptance of payment are without prejudice to any rights of NET CI IANGES by Chance Order S the Owner or Contractor under this Contract. CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. AtA Document G702.,—1992.Copyright It 1953 1963,1965,1971,1978 1983 and 1992 by The American Institute of Architects.All rights reserved.WARNING:This AIA` Document is protected by U.S.Copyright Law and International Treaties,Unauthorized reproduction or distribution of this AIA' Document,or any portion of it.may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract Documents e-mail The American Institute of Architects'legal counsel.copyrioht(8aia.org WAiA o....... 01,_ Document G703T" - 1992 Continuation Sheet .\I•\ Ihlcumcnl(i71)2 '-199_1.:\ppliruirtn and(.eililicatc for I':n-nirnl.nr 673T"-2Ilo9. APPLICATION NO; .\hplic;:i in.utd Certificate litr I'a)mein.C'omtructiuo\luna_cr as Atit i:cr Gdiuo'1' APPLICATION DATE: Collt,ilniii C'untractur's:iuncd ccriilicttion IS;ut;tchcd. In tahulatiun>hcloo.ant tlnl:arc in I'S tliIlars PERIOD TO: l is Column I on Contract";there variable Ream age for line ncnn In;*apply. ARCHITECT'S PROJECT NO: \ Ft C - - D I. F G II I WORK i t)MPI_l:TI I) ‘IA Il RIAI.S TOT:V. Ilti\I SCIII I)1'LI:D PItI:Si.'NFL) CUmPiErla)A:\io lie\I.ANCIi 1O DI.S(ItIP IlO\OF WORK I R(1\I pitiAlOi,S t1-1 \Iti\til. AI'I'I.I( FINISH '1lll)\ lllltil'IRIUI) sToitEi) SrURII)TODAiv. /(i t(7 r//i..u.whiei,,,c•) \ulur!iUrkJ (I)-E l'1 ('-C7 i (iR:\ND TOT:\I. I I CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. AM Document G703 i°—1992.Copyright i 1963.1965.1966.1967 1970.1976.1983 and 1592 by The American Institute of Architects.All rights reserved.WARNING:This AIA°Document Is protected by U.S.Copyright Law and International Treaties.Unauihurized reproduction or distribution of this AIA"Document,or any portion of it,may result in severe chit and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purchasers are permitted to reproduce ten(10)ccpies or this document%vnen completed.To report copyright violations of AIA Contract Documents.e-mail The American Institute of Arch,ecs'legal counsel.copyrightgaia.org. ,:::rt:aw SECTION U CHILD SUPPORT CERTIFICATION TEXAS FAMILY CODE,SECTION 231.006 INELIGIBILITY TO RECEIVE STATE GRANTS,LOANS OR RECEIVE PAYMENT ON STATE CONTRACTS A child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is a sole proprietor,partner,shareholder,or owner with an interest of at least 25 percent is not eligible to receive payments from state funds under a contract to provide property,materials or services,or receive a state-funded grant or loan until: 1. All arrearages have been paid; 2. The obligor is in compliance with a written repayment agreement or court order as to any existing delinquency;or 3. A court-ordered exemption has been granted. CERTIFICATION STATEMENT Under Section 231.006,Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledge that this contract may be terminated and payment may be withheld if this certification is inaccurate. I,the undersigned,hereby certify that I am in compliance with the Texas Family Code, Section 231.006. AGREED TO BY: CONTRACTOR By: (,'0 5 PI o3 Name: 6/74,./ Title: Co Date: ,c I -21 SECTION V Bid Protests. (1) Notice of Protest. A vendor wishing to protest any aspect of the procurement process must do so in writing and submit to the Purchasing Manager. The written protest should include, at a minimum: • Both the name and address of the protestor, as well as the vendor they represent, if different. • The name of the bid being protested. • A statement of the grounds for protest and any supporting documentation. A protest may be submitted to the Purchasing Manager no later than five (5) working days after award. (2) Staff Review. A protest must be in writing and supported by sufficient information in order to be considered. A decision and response to the protest will be prepared by the Purchasing Manager or his designee, in consultation with the department and the City Attorney,within fifteen(15) days of receipt of the protest. Within the fifteen(15) day time period,the City will: • Allow for informal conference on the merits of the protest with all interested parties. • Allow for reconsideration if data becomes available that was not previously known, or if there has been an error of law or regulation. • Render a decision supporting or canceling the award, such decision shall be in the form of a staff recommendation. (3) Appeals. If the protesting vendor does not agree with staff recommendation, they may appeal to the City Council by contacting the City Secretary. Staff recommendations will be made available for public review prior to consideration by the City Council. Reporting of Anticompetitive Practices. When for any reason collusion or other anticompetitive practices are suspected among any bidders or offerors, a notice of the relevant facts shall be transmitted to the Attorney General. Retention of Procurement Records. All procurement records shall be retained and disposed of in accordance with records retention guidelines and schedules approved by the City Council. All procurement records must be made available to the City Secretary in order to remain in compliance with the City's Records Retention Schedule.