Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 22825: CONTRACTOR AWARD FOR THE DALLAS AND FT. WORTH AVENUE ROAD RECONSTRUCTION
City of Port Arthur Transit Department Memorandum To: Ron Burton,City Manager From: Ivan Mitchell,Transit Director +� Date: February 17,2023 Re: P.R 22825—Contractor Award for the Dallas and Ft.Worth Avenue Road Reconstruction Nature of Request:Authorize the City Manager to award the road reconstruction and drainage repairs of Dallas and Fort Worth Avenues to the lowest bidder,AAA Asphalt Paving Inc. in the amount not to exceed$509,352.50. Background:PAT was awarded Federal Transit Administration funds in the amount of$904,750.00 ($723,800 federal/$180,950local)under the Section 5324 Emergency Relief Program in December 2018. These funds allow PAT to address existing vulnerabilities to its facilities so it can continue operating in an emergency capacity as well as reinstate revenue service when a future storm occurs. PAT has selected the Solco Group,LLC. (TSG)to provide engineering and design services for reconstruction and drainage repairs on Dallas and Fort Worth Avenues which are adjacent to its facilities. Resolution No.21-287 authorized the City Manager to execute a contract with the Solco Group, LLC.,to provide engineering and design services for reconstruction and drainage repairs on Dallas and Fort Worth Avenues adjacent to Port Arthur Transit's(PAT)facilities per 21-384 and was amended to a total not to exceed amount of$191,235.00. The City's Procurement Department advertised the project and opened bids on Wednesday,January 25,2023,in the City Council Chambers,City Hall,5th Floor,Port Arthur, Texas. Bids were received from Construction Managers of Southeast Texas,LLC(CMST)and AAA Asphalt Paving Inc. TSG and PAT have reviewed the bids,prepared a tabulation spreadsheet,corrected the bidder's calculation errors and prepared the bid tabulation summary. A copy of the bid tabulation summary is attached. The lowest bidder for Base Bid Schedule No.1 -Rehabilitate Dallas Avenue and Install Electrical Duct Bank was AAA Asphalt Paving Inc and the lowest bidder for Base Bid Schedule No. 2-Rehabilitate FT Worth Avenue was AAA Asphalt Paving Inc. Recommendation: It is recommended that the City Council approve proposed P.R.22825 to award the road reconstruction and drainage repairs of Dallas and Fort Worth Avenues to the lowest bidder,AAA Asphalt Paving Incorporated in the amount not to exceed$509,352.50. Budgetary/Fiscal Effect: Funding to pay for the design and engineering services is available in Transit Capital Account 401-70-530-8525-00-60-000;Project DR1P06. P.R. 22825 2/17/2023 IM RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO AWARD THE ROAD RECONSTRUCTION AND DRAINAGE REPAIRS OF DALLAS AND FORT WORTH AVENUES TO AAA ASPHALT PAVING INC., OF PINEHURST, TEXAS IN THE AMOUNT NOT TO EXCEED $509,352.50. FUNDING IS AVAILABLE IN TRANSIT CAPITAL ACCOUNT 401-70-530-8525-00-60-000;PROJECT DR1P06. WHEREAS,PAT was awarded Federal Transit Administration funds in the amount of $904,750.00 ($723,800 federal/$180,950 local)under the Section 5324 Emergency Relief Program in December 2018; and, WHEREAS,the Section 5334 funds are earmarked for reconstruction and drainage repairs adjacent to the Solco Group,LLC's (TSG) existing project scope,therefore PAT selected TSG to provide engineering and design services; and, WHEREAS,Resolution No. 21-287 authorized the City Manager to execute a contract with the Solco Group, LLC., for engineering and design services for the Dallas and Ft. Worth Avenue road reconstruction and drainage project and amended per Resolution No. 21-384 for the amount not to exceed$191,235.00;and, WHEREAS, PAT issued a Request for Bids (RIB) in the Port Arthur News on December 7, 2022 and December 14, 2022, for the Dallas and Ft. Worth Avenue road reconstruction and drainage project;and, WHEREAS, two (2) bids were received, and have been evaluated by Purchasing,TSG and PAT; and, WHEREAS,the lowest responsible bidder for Base Bid Schedule No.1 and No. 2 was AAA Asphalt Paving Inc., 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 contract to AAA Asphalt Paving Inc., the lowest responsible bidder, as delineated in Exhibit"A"; and, WHEREAS, a contract agreement between the City Of Port Arthur and AAA Asphalt Paving Inc. 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 AAA Asphalt Paving Inc., of Pinehurst, Texas for the Dallas and Ft. Worth Avenue road reconstruction and drainage project in the amount not to exceed $509,352.50, attached in substantially the same form as Exhibit "B". P.R. 22825 2/17/2023 IM 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 March, 2023 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 AP ROVED AS TO FORM: CI'''‘ kmati 43 ti Val Tizen , City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: 401-70-530-8525-00-60-000 CI q.., \_.\.,---9 Ronald Burton Kandy Daniel City Manager Director of Finance i ' 1.uuNiiki: Clifton ' illiams, CPPB Ivan itchell Purchasing Manger Transit Director P.R. 22825 2/7/2023 IM Exhibit "A" CITY OF PORT ARTHUR TEXAS ring Bid Tabulation Port Arthur Transit Dallas& FT Worth Avenue Road Rehabilitation fb Bid Opening Date:January 27,2023 r l Location:5th Floor Council Chamber P23-013 Name of Bidder Construction Managers of AAA Asphalt Southeast Texas Paving,Inc. ltem# Description Total Cost Total Cost I Schedule 1-Dallas $870.996.00 $318,757.50 2 Schedule 2—Ft.Worth $712,980.00 $190,595.00 Acknowledge receipt of Addendum 1,2,3,4,5 1,2,3,4.5 Location Beaumont,TX Pinchurst,TX VD1v Ida cSL io.n-GotSA(eaca 2/1/2023 Yolanda Scypion-Goudcaux,Purchasing Assistant Date 1 I � • TAG THE SOLCO GROUP, LLC AVIATION AND TRANSPORTATION PLANNING/ENGINEERING/CONSULTING/RESEARCH February 06, 2023 Ivan Mitchell Transit Director Port Arthur Transit City of Port Arthur 344 Procter Street Port Arthur, TX 77640-6450 RE: Bid Summary- Port Arthur Transit Dallas & FT Worth Avenue Road Rehabilitation Project Engineers Recommendation of Award Dear Mr. Mitchell (Ivan): The Solco Group LLC (TSG) received a copy of the bids for the Port Arthur Transit Dallas & FT Worth Avenue Road Rehabilitation Project on February 03, 2023, for review and recommendation of award. The bid opening was conducted by the City on Wednesday, January 25, 2023, in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. All bids received were read aloud at 3:15 p.m. The city received bids from Construction Managers of Southeast Texas, LLC (CMST) and AAA Asphalt Paving Inc. TSG has reviewed the bids, prepared tabulation spreadsheet, corrected the bidder's calculation errors and prepared the bid tabulation summary. A copy of the bid tabulation summary is attached. The apparent lowest bidder for Base Bid Schedule No.1 - Rehabilitate Dallas Avenue and Install Electrical Duct Bank was AAA Asphalt Paving Inc and the apparent lowest bidder for Base Bid Schedule No. 2 - Rehabilitate FT Worth Avenue was AM Asphalt Paving Inc. The total bid project cost is summarized below: Total Project Cost: TSG Estimate = $535,405.00 AAA Asphalt Paving Inc = $509,352.50 CMST= $1,583,976.00 TSG recommends the award to the apparent lowest bidder, AAA Asphalt Paving Inc. Sincerely, Kelvin Solco, P.E. President, Attachments: Bid Summary and Tabulation 1 m N O N N N N ° ° ° N m m m t� O to) 0 = J J -J E a E N N 14' E c0 E co c0 O Q. 0 0- °- Q a Q 00 00 00 f� CO CO O N co .+ (7) - O) CO Cr) F- a I- O) c LI) Q) co O) C• 00 O 0 O) .--- O 00 E co CO E - N- In Q Q L com CFI E E ER Ea Efl Ef) ER EA 7 CO 0 O O O 2'J z Z U 5 o- w R R a) ..' (p X E T 0_ aan a) f- E F- om L 6° -0 -o N ° -o_ -a_ d a 0 U, m m m — m m m - Q L V N N N O m N ° (U N I 0 y COCOZ CO m Cn d) a) O ca m L i a)Y- E :' .cE °w) o) C d 0 i 67 (9 .R-� £ X X L -0 E X X 2 m O O c m U m m U c o R U Tom i U N y c a) ` c c_ U W c > C )C — y xx Q m xx , to L V) • w "0 t C t CoCFI Q co LL r m o c 6. d c En R En o o = o cp C> Y d W O Q L o C) ""'C r' Q ) _ '6cn r ; L ce E 3 x x in O '0 °c C c d C Y C Y To co G) U d U .., .• 0- Q Q CC U L d c C.) C.) d J J .0 J J E ( ui E_ `7 co coca _ L CDN 0 F- F- • {n U N n R N 7 a) N a o w w• R U `O 5 `O w. C w V O U (�a (411NI c -) in o o U R ,- C C U N c U , J �' R M o .) c 0 O C O � N J J = N y R U cm co V CM c@ N. 2 J 3 L C E p m a3 'm @ ��• c a O` Q ` O C) 8) d d m 0 R O o E '_ 'C Lo Lo \1 u) O _U d E d d O..U O_U U O w 3 R O. a CU 2 N i , p) O ° N 000 Q n Q cCO s Y a '° -0 'o 0 o Q1 CD t F- Ummmm (C-3U F- • y 00000000000000000000000000 A 00000000000000000000000000 O t • O O O O Q O 0 0 O W O N 0 0 6 V O yj 0 0 0 O g W O O O O Q O O Q O 2 O O r W O O N O 0 0 O p M N 0 0 M t0 N N N c0 Ol N t0 O O O m r m W O O N Q O O OI O U M t0 t0 O Q M,r M O Q N LO N Q N N t0,-m 10 m Q 0 m O O W E M M r t0 M N �-(0 O[p N m ce ''!Z! O m es— .J 0 e»awtow*we E9f9f9f9t9(9s .Mt»v3Mtotot9*f9 w A y R X 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O W W Q O0 O O O N O o 0 0 Q Q O N O O O N N 0 0 11.111 F• m- O Q tD fV(V O N Ni a7 fV N O O N cG O 0 0 0 O)0 0 0 0 0 o m 0 0 0 O N M O O M N O O C'O O O�' 0 0 O O 2-N ,-.-,,,-,-.0 N Om Q r Oo O[0 .0 F. r 0 N r N Q N N t0 M C C O Vi...W.... 9 Vif9f9fA...W t9f9t9b9(9... U _ 00000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 W . . . . . . . . . . . . . . . . . . . . . . . O O 0 0 0 0 0 0 0 0 0 0 O 0 to 0 0 0 0 0 0 0 0 0 f0 y)0 0 O O N-0 0 0 0 0 0 O 0 OO O m 00 O O N i0 O 0 00 0 N O O O O M N r O M Q t0 O O N O Q O N Q O O W • C U O N N M N ifl'M,—N t0(m M N N N M N Q r a0 to t9 co E N M�-� N�- ' M C L..' > N a 69 w(9 w EA w 69(9 69 t9 t9 19 M f9 f9 t9 e9 6 4,9 6(9 6 19,9 i9 w to 00000000000000000000000000 L a O O O o 0 0 0 0 0 0.O O O O O O O O O O O N 0 0 / 0 0 N .N .N O O W 0 .0.0 0 N.0 0 . .N .m 0 0 Q O O NNNMQ LOW NO0 0M0N-rN O0 N- t00 0 U oLU 6m v LUto Q w N cv C 7 6 to Vi 6..M..6,...Nf H M M M 4)f9 19(9 M... 00000000000000000000000000 0 00000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L4 0 0 0 0 0 0 0 0 o 0 0 0 N O O O O o O 0 0 0 t0 Q o Om W O O t0 00 0 0 0 O O O r N N N O N O O N 0 0 0 0 M O O O(O 0 0 0 m E m!P m Q N Q r 0 fp N t0 N i0 M r O O fD O O 1- E N Q M O m 1- , m m E r C W e9 I9 19(9 i9(9 Vi f9 t9 f9 w e>(9 m m m U]f9(9(9 a m m I9 19(9 V1 2 `y 00000000000000000000000000 C y 0 0 00000000000000000000000000 G C O O N 6 W O O N O O Q O O O O m.- 0 m0 m m 0 0 �... '� ... 00 00 M M N M Q M Q N O N O O 00 to 0 0 0 0 W U N CI tD c0 in N,— 0 0 C C Z 7 m C s t9*__W_W t9(9*a W f9 i9 64 f9 M(A to fA f9 f9*t9 f9 y W 0 0 0 0 0 0 0 0 0 0 N N t0 O 0 M 0 0 0 0 ,- N nr OM Q O O O N GND O N M m V M N O V C N m m a A m Y C to m mLLYYY YYYZY YtL QLLLL NLL QLLLLLL1L01N co0 J J J(0 w U U U m—(0 f0 J W W W J J J J W J J m J J J U 7 0 m m W C VI G N_ ^ N 8 C a m ar .c a g c m o_ m c O N m N m > N X C , or E a E [7^ .. o v 3 O c n ^ U t 0 a c m E m 3 m -- °1 Q 2 UDC n� 0 -5 m m-a.�CL 2 m m m of r$ w= — C c2 o 2 m m a O 0. dmd n. ^.ms� �'mLL U�Om c a. U U 4 C > `o m a p p 0 ..2 Y- m E. C U"a 0 K O o 000 a d_ m y m m m m a-v cn LL cmcc m trs�wm^ c�E2 c .acs N v_. " '1oo0n p y =' d &ma m .54F c.El w C r ry xx'X'% N'« m N> C V O O m^ U -g O W m W W W O C = m '- N a J J Z— O O .-goo .- N G T. O m m m❑ t m O N U N O E E d U U x C p Op 0 0 0- % U C,- C O m a m N a U N w w'° m..(D m c'E n U U a~ v o m m m A a o 0 0 p-o E Q m a a o m m m c w Y M' c-0-0 a.- to m Q m rn U co coo' z a' w o o m m c c c m m N a m -._.-? F,d E m w h 15 y _mmm E mamoo ,U' i; W E . pti m > pia a.tlu%'C c - 2W W rn.5 a(0 o pp cl U�N d ry O U CO N,. . 0 . m W t0 a C.p a n.0 v Z`0 n» m m m a K c=m E• c vi m a j s -w -LL a m E E m m m m m a s.o c c m n v N• c m u m A m a v`c`c U r ap'i v U m m y c 3 3 m . co U O m tap tap tap C O m d O O m m 2 t4 0 0 0 0 U-_N o 0 0 . 0 m 22 Z• 2mcncomD0mIXUKm �mmF-UQ biotCUQQ C . a -,a U U . 0 > >.- c -N m-N n-N'N N _7 N J _Z Q . N O E O N V V Q O O N r O Q O Q N(0 tD(0 O m LU t0 m J d m V r O O O O O 6'-M Q Q O O t0 t0 O O O O N N `-N ql N m t0 to to N M M m Q Q .t0 O t0 M N t0 t0 O r O O 0 a 0 0 r J a O O O O O O O O O O O O O O O O O O O O O O O O 0 0 m rn m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m t0 To 3 c c x x x x x x x x x x x x x x x 0) co =a m m CO 0 m m r o OO d,_Nm 9 LU t0rt00)O NMQ LCON WW t Z',1 y V V'O 0 N r U m C m m m m N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO 0 0 CO 0 0 0 . q O 000000000000000000000000 O y y 0 O o W O N O O O O o o W O O O N N O O O O O N O 6 O 0 0 o tT O c0 O O CD Q C.W CO t0 01 4-O CO Q CO CD N O O CO N O CO CD 10 M N O W Q7 Q 0 4-4- N CO N CO Q 0 06 O M W.-0 6W M m N co-W O Q W M M Q n W N Q 10 W N (A E N N CD W C9 M N ,- V. N 1- r O a 7•., W J 0, 69 69 19 69 69 69 69 49 69 69 69 69 69 w 69 M 69 69 w 69696E 69 69 69 06 q N M O o 0 0 W 0 0 0 0 O O O O O O O O O 0 0 0 o 0 0 0 F- pO O M O ONNOWQON00WWOW01NOO600 C O O Cl N N C. o^M O N N CO O V. N CO O�U O O'_N �n� 4-CO NON .0N10 .E 'E EaW .0 .0 Q W E C VI D 0 O 69 69 69 69 69 f9 f9 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 U - 0000000000000000000000000 0 0000000000000000000000000 0 O OOO O N 0000 O o 0 0000000000 66) p o 0 0 0 0 0 0 0 0 N 6 Q CO 0 O N 0 W 0 0 O6 U 0 0 0 6D 01 Q r O N O t0 co 0o Q co o CO 0 O CO 0 m h CO O 0 N C C)O N M N Q N M Q CO Q�-Q N O N ,-0/W O.Q Q I: W O w E M a d q n. 69696969 V.69 Ni 69 69 69 69 69 6969 69 19 19 69 MIA 69 W 69 4969 w t0 0 00...o.n.o...0 0 0 0 0 0 0 0 0 0 0 0 0 t O O O O O O O O O o 0 c0 .0 0 0 0 0 Yl 0 6 d 1q 0 o W O SS N W o 0 0 n N O LL'9 0 u')M 0 T Q4 p 0 0 N N N CO Q CO 4CLI-4-N 0 c0 n 0 0 4- 00 V U O N Q Co_ I C 0 69 69 69 V9 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 H 69 69 69 69 69 0000000000000000000000000 0 00000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 O O N c0 W N O 0 0 0 N O c0 O Q W 0 0 o u>0 M o O O p O O N O CO Q h W N M CO W O O M .-N 0,o O .Y d U CO60 Q h N Q M Q p h O N-ch N W'N N W O .COCZ - E^ N E tl W 69 69 69 69 W 69 69 69 69 61 69 69 49 69 69 69 69 69 69 e9 6969 w 6969 N 01 O o 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 00 3 d o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 C 0 0 N N 0 W N O N O O Ni 0 0 0 W.-O O m 10 0 M M 0 '- C 0 0 0 M Q N Q M Q N co 4-0 O CO r o O illU W 6D OS N N O N .- G C z = d c 69 69 69 69 69 69 69 69 69 69 69 69 69 W.69 69 69 69 69 69 69 69 69 69 69 y .0 0 0 0 0 0 0 0 0 0 0 0 Q N 0 0, 0 0 0.-0 0, U COCO 0 N O(CO 0 0 N N N N N CO CO CO co m ,-0 - O C N m q d 0 a m m - d C =J J J J(j 0 U 0 U(n cn N J W J J Cr)J J y W(t (J < 0 0 3 I- W a 11 L d L 1 U 0 U c N U N q m` 5 o a 7 am IF 7 dx m q L d a ' '—a E t .. p U U a N a� U U d J N C d d d d y d N C d 2 E O c6 d d d d 0 d co-' d U O j ... LL L O O O OOOO O - L t0 S. q 0 • Ntc v a .cO -p U �'- 0 d d L U -U ct a,0 0 0 O NUE, d Ecc N aa. N = a::.: " 0 c c�N-E w y-. omad— .y.c � wo o ro >.i utf EFp0A 2W IL 0, j mao_ -tea==8 . = o m 0 d 0 0 d O U N 0 0 g a T N '0 0 O O o 0 U o D X q C.^_. '�' U O 0 0 N N W C a d d O U d I--,F V 2 N q F b o O 0 o SC c 0 E X d O CD o y m C d R m c c c c m E E d °1 cp'a d N N.3 1 2 5 V a E cYi .o g q q q 5 a c T d r- c d a o f}'CJ C7 x C l �2 E C > > 7 > J VJ(( q H«N E W W H 47 7 3 a g U M L1 0 0 0 0 W.0' L W o O o d d 0 e-e d E a q o U E. co E E E E. d E y p,m a U Z.a a U ��y co z d N - E. m11'c2tK _c W mQ c�i w aoc z'QQ(0 ^'a d E N C N c�,Q>>>> N ELL d x e e 0 pE�E O E`1 43, 0 N c q p — v U U U U A f1 0 0 0 y d a U U U U C q p' d 0 'n.c % 3 3 3 U c d x a c c a s E c c c<c g 3 d c q U mtgNhig7U/q�i2U���mmHUUUQ�UQ 'I' C ?_+ .y N 7 q 1 ` 0 0 L T' C _N CO Q. N 4-N M'N 4-N F Z Y q M 0 E O N V o o<O O N t`O Q O Q 6'1 c0 N 0 Q6 m,I W M J d 0 9 -0 0 0 0--M Q V 10 CO W CO 0 0 0 N CV M N W f].> > y d cqJ 69 N M Q Q 69 60 N 10 LO CO r O' O o d t C 9-J 0.0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a'c 0 d rn rn ❑0 0 0 0 0 000000 0 0 0 0 0 0 0 0 0 0 0 0 UtIA2're3 = 0 xxxxx xx xxxx x xxxx(0 0 0 «- y'C'E I-1-F F-h F-F F F-H F F-F-r-I-VX I-F-Ix IX V-V-V-V-CO 0 0.9a d d o m a g w a a N 0 d q f-G O O a N M Q h W r W O)O.--N CO Q 10 CO r W CO N N N N N N L A.y M9999 69 1-U 03 Ct 133 03 03 03 P.R. 22825 2/7/2023 IM Exhibit "B" P J THURMAN BILL BARTIE,MAYOR Erurgy`^ - RON BURTON DONALD FRANK,SR,MAYOR PRO TEM City of - "Y CITY MANAGER COUNCIL MEMBERS: 1 SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. .�. CITY SECRETARY CS Ort rthtrr THOMAS J.KINLAW III VAL TIZENO KENNETH MARKS 1` l`' CITY ATTORNEY CHARLOTTE MOSES December 9, 2022 INVITATION TO BID PORT ARTHUR TRANSIT DALLAS& FT WORTH AVENUE ROAD REHABILITATION DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, January 4, 2023. (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, January 4, 2023 in the City Council Chambers,City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P23-013 DELIVERY ADDRESS: Please submit one(1)original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street' 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. C6i-f.. 0.)Wie. e.mte— Clifton Williams, CPPB Purchasing Manager CONTRACT FOR THE RECONSTRUCTION OF DALLAS AND FORT WORTH AVENUES THIS AGREEMENT, made this day of March 2023, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and AAA Asphalt Paving Inc. a(n) herein acting by and through individual,firm,partnership, or corporation hereinafter called "CONTRACTOR". WITNESSETH:That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTO R agree as follows: 1. The term of this Contract shall be calendar days after the start date on the Notice to Proceed. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with thirty (30) days written notice. 2. The Contractor will perform work as stated in the Contract Documents. 3. The Contractor will adhere to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates as specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. 4. 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 the contractor in the specifications. 5. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the not to exceed amount of$509,352.50. 6. The term "Contract Documents" means and includes the following a. Agreement b. General Information c. Specifications d. Bid Forms e. Addendums f. Federal Form g. Notice of Award h. Notice to Proceed Bidders/Contractors are strongly advised to read and adhere to all the contractual requirements referenced below. The requirements are specifically outlined within the attached document titled: "Federally Required Contract Clauses for Construction Services Contracts". Failure to comply with all requirements could result in the bid/contract being rejected as non- responsive. Project: Reconstruction of Dallas and Fort Worth Avenues Required Federal Contract Clauses for this Contract: 1. Fly America 2. Buy America 3. Cargo Preference 4. Seismic Safety 5. Energy Conservation 6. Clean Water 7. Lobbying 8. Access to Records and Reports 9. Federal Changes 10. Bonding 11. Clean Air 12. Recycled Products? 13. Davis-Bacon Act 14. Copeland Anti-Kickback Act 15. Contract Work Hours and Safety Standards Act 16. No Government Obligations to Third Parties 17. Program Fraud and False or Fraudulent Statements and Related Acts 18. Termination 19. Government-Wide Debarment and Suspension(Non-procurement)? 20. Civil Rights 21. Breaches and Dispute Resolution 22. Disadvantage Business Enterprise(DBE) 23. Incorporation of Federal Transit Administrative Terms The bidder/contractor or offeror hereby certifies that it will comply with the federal contract clauses required for this construction services contract. Company Name: Company Address: Contact Number: Date: Signature: 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on this the day of 2023. OWNER: CITY OF PORT ARTHUR Ron Burton City Manager P.O. Box 1089 Port Arthur, TX 77641-1089 Signed and agreed on the day of ,2023. CONTRACTOR: AAA Asphalt Paving Inc. BY: Print Name: Print Title: NON MANDATORY PRE-BID CONFERENCE A Non Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Port Arthur Transit Dallas & Ft. Worth Avenue Road Rehabilitation on December 16, 2022 at 2:00 pm at City Hall 5th Floor Council Chambers, 444 4th 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. INVITATION TO BID PORT ARTHUR TRANSIT DALLAS & FT WORTH AVENUE ROAD REHABILITATION (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: CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2023-976373 AAA Asphalt Paving Inc Pinehurst,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/26/2023 being filed. City of Port Arthur Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. P23-013 Port Arthur Transit Dallas and Fort Worth Ave. Road Rehabilitation 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Hoffman,Michael Pinehurst,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DEC�LA�RATION / My name is [� ' � 1Q �1 � , and my date of birth is — `F My address is 1 1 -1 Ci �-~ i `� 61,r ) e) C �t 1 r� `1 1 (A, USA (street) (city) (state) (zip code) (Country) I declare under penalty of perjury that the foregoingn istrue and correct. Executed in Y 0 (1 ioi Q 1 >ti--(- County, State of ( ,on thA Cday of-jl ,20 a (month) (year) S nature of authorized agen f tracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.3ac66bc0 SECTION A 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 -CITY OF PORT ARTHUR,TEXAS 0:1 orb rrhu '— ADDENDUM NO. ONE(1) witC January 3,2022 BID FOR: PORT ARTHUR TRANSIT DALLAS & FT WORTH AVENUE ROAD REHABILITATION The following clarifications, amendments; deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time,Wednesday,January 11,2023(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, January 11,2023 in the City Council Chambers, City Hall, 5ch Floor, Port Arthur, TX. You are invited to attend. 2. Attached is the revised Drawing. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cii Porn Williams,CPPB Purchasing Manager 4 Signature of Proposer Date kva-V-RM 3-Tr° Company Ve d n p Yor Name rt, -CITY OF PORT ARTHUR,TEXAS 40, or! rthte � ADDENDUM NO.TWO(2) January 9,2022 BID FOR: PORT ARTHUR TRANSIT DALLAS &FT WORTH AVENUE ROAD REHABILITATION The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time,Wednesday,January 18,2023(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, January 18, 2023 in the City Council Chambers, City Hall, 5th Floor,Port Arthur,TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. rL uJli � Cli n Williams,CPPB Purchasing Manager �gn ture of Proposeer ideY Date rq.APtA Pnf paky (16Ti . Company Vendor Name 4 l� �;,,.it( , -CITY OF PORT ARTHUR,TEXAS nrt rr i `'` ADDENDUM NO. THREE (3) January 17,2022 BID FOR: PORT ARTHUR TRANSIT DALLAS&FT WORTH AVENUE ROAD REHABILITATION 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 I. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time,Wednesday,January 25,2023(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,January 25, 2023 in the City Council Chambers,City Hall, 5th Floor,Port Arthur,TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID j DOCUMENTS. I n- Lag:44/1.4- Cliftdn Williams, CPPB Purchasing Manager i ature of Propose Date 1 Asphaf1411n fiNC . Company Vendor Name \�q �.,,. -CITY OF PORT ARTHUR,TEXAS nrt ►thin ADDENDUM NO. FOUR(4) January 23,2022 BID FOR: PORT ARTHLTR TRANSIT DALLAS& FT WORTH AVENUE ROAD REHABILITATION The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE:Sealed Bid submittals must be received and time stamped by 10:00 a.m.,Central Standard Time, Friday, January 27, 2023 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 10:15 a.m.on Friday,January 27,2023 in the City Council Chambers,City Hall, 5'Floor, Port Arthur, TX. You are invited to attend. 2. Attached are revise specifications, cover letter, and plans. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. (?4( lrt/ 2Q- Cliff Williams, CPPB Purchasing Manager Signature of Proposer` Date C\--Jp C c:VI Company Vend r Name r City of -CITY OF PORT ARTHUR,TEXAS ti 2rt rrlirrr"'� ADDENDUM NO. FIVE(5) Tons January 26,2022 BID FOR: PORT ARTHUR TRANSIT DALLAS& FT WORTH AVENUE ROAD REHABILITATION 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 are revised bid schedule. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cliftdn Williams,CPPB Purchasing Manager nature of Proposer Date NAs,2? ?0\--V nS Company Vendor Name SECTION B rir 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, January 4, 2023 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, January 4, 2023 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: PORT ARTHUR TRANSIT DALLAS & FT WORTH AVENUE ROAD REHABILITATION Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR FRIDAY, DECEMBER 16, 2022 AT 2:00 P.M. AT CITY HALL, 444 4TH STREET, PORT ARTHUR, TX 77640 THE CITY OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS AND TO WAIVE FORMALITIES. 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. .A.•rL Cli'rO:n Williams Purchasing Manager FIRST PUBLICATION: December 7, 2022 SECOND PUBLICATION: December 14, 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 Pr 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. and construed according This agreement will be governed 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. Form PTN-130 ,�,�«rmwn Consolidated Certification Form (Rev.4/19) k trnent Page 1 of 11 �f rnnP 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: 2021 ),and shall download the same at: https://www.transit.dot.gov/funding/grantee-resources/certifications-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(ALL) 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. Energy 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 Litigation (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 4of11 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-130(Rev.4/19) Page 5 of 11 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 Date Signature Form PTN-130(Rev.4/19) 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 Printed Name of Person Completing Form Telephone Signature Date SS#or Tax ID# Description of Commodity or Service 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 PTN-130(Rev.4/19) Page 7 of 11 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 B. Transit Operations or Management Projects ❑ C. Intelligent Transportation System or Research & Development ❑ Form PTN-130 (Rev.4119) Addendum B Q' Consolidated Certification Form Page 1 of 2 Texas Addendum B - Transit Operations or Transportatton 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(a)(2), 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 .y 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 Reauirements 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.4/19) 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. http://www.fta.dot.govlfunding/thirdpartyprocurement/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 Printed Name of Person Completing Form Date Signature Form PTN-130 (Rev.4(19) Addendum C ® Consolidated Certification Form Page 1of2 Tern Addendum C - Planning, Research & Development, °' °" 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 PTN-130 (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 Printed Name of Person Completing Form Date Signature SECTION D MIAZI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit TECHNICAL SPECIFICATIONS ' „PEEOFr. Aiil � * . "Re:AP— . * IA f KELVIN L SOLCO fly?;•.,• 78161 .:,t floc'•• `/CE'NS -� ••• 6 11f0zo AZ1 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 eceived, 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 M Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 11:914.1r Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 FAM Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 PlikiPZI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 INkir Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit ITEM 158 SPECIALIZED EXCAVATION WORK 1. DESCRIPTION Excavate, remove, use, or dispose of materials for erosion control or other specialized needs. Construct, shape, and rough in earthwork in conformance with the required lines, grades, and typical sections as shown on the plans, or as directed. 2. EQUIPMENT Use equipment of the type specified on the plans unless otherwise approved. Use equipment that is able to produce the desired results consistently and efficiently. 2.1. Dragline. Self-propelled dragline with a minimum 1/2-cu. yd. bucket. 2.2. Backhoe. Tractor-mounted backhoe capable of excavating a trench at least 12 in. wide in one pass. 2.3. Hydraulic Excavator. Hydraulic excavator with a retractable, telescoping, rotatable boom attached to an interchangeable excavating or grading bucket at least 36 in.wide. The entire excavating mechanism must bemounted on a platform that rotates on a turntable assembly. 2.4. Front-End Loader. Tractor-mounted front-end loader with a minimum bucket capacity of 1-1/4 cu. yd. 3. CONSTRUCTION Perform "Specialized Excavation Work" on the areas shown on the plans or as directed. Use suitable excavated materials, including topsoil, for constructing the required roadway sections. Compact material placed in embankment to ordinary compaction in accordance with Article 132.3., "Construction," unless otherwise shown on the plans. Accept ownership of all excavated material unless otherwise shown on the plans. Stockpile materials designated salvageable at designated sites. Properly dispose of excess excavated material in accordance with local, state, and federal requirements at locations outside the right of way. 4. MEASUREMENT This Item will be measured by the hour of work performed for specified equipment or by the cubic yard. Measurement by the cubic yard will be further defined as follows: 4.1. Original. The cubic yard will be measured in its original position as computed by the method of average end areas. ITEM 156- 1 OF 2 SPECIALIZED EXCAVATION WORK IF9kirl Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21.287B Port Arthur Transit 5. PAYMENT The work performed in accordance with this Item and measured by the hour as provided under"Measurement"will be paid for at the unit price bid for"Specialized Excavation Work" of the equipment type specified or; for cubic yard measurement, payment will be made at the unit price bid for "Specialized Excavation Work (Original)." This price is full compensation for hauling and disposing or stockpiling of excess materials and for equipment, labor, materials, tools, and incidentals. "Sprinkling"and"Rolling"will not be paid for directly but will be subsidiary to this Item. ITEM 156-20F2 SPECIALIZED EXCAVATION WORK 019PKIII Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit ITEM 310 PRIME COAT 1. DESCRIPTION Prepare and treat existing or newly constructed surface with an asphalt binder or other specialty prime coat binder material. Apply blotter material as required. 2. MATERIALS 2.1 Binder. Use material of the type and grade shown on the plans in accordance with Item 300, "Asphalts, Oils, and Emulsions,"for prime coat binders. 2.2 Blotter. Use either base course sweepings obtained from cleaning the base or native sand as blotter materials unless otherwise shown on the plans or approved. 3. EQUIPMENT Provide applicable equipment in accordance with Article 316.3., "Equipment." 4. CONSTRUCTION 4.1 General.Apply the mixture when the air temperature is at or above 60°F, or above 50°F and rising. Measure the air temperature in the shade away from artificial heat. The Engineer will determine when weather conditions are suitable for application. Do not permit traffic, hauling, or placement of subsequent courses over freshly constructed prime coats. Maintain the primed surface until placement of subsequent courses or acceptance of the work. 4.2 Surface Preparation. Prepare the surface by sweeping or other approved methods. Lightly sprinkle the surface with water before applying bituminous material, when directed, to control dust and ensure absorption. 4.3 Application. 4.3.1 Binder. The Engineer will select the application temperature within the limits recommended in Item 300, "Asphalts, Oils, and Emulsions," or by the material manufacturer.Apply material within 15°F of the selected temperature but do not exceed the maximum allowable temperature. o Distribute the material smoothly and evenly at the rate selected by the Engineer. Roll the freshly applied prime coat with a pneumatic-tire roller to ensure penetration when directed. ITEM 310- 1 OF 2 PRIME COAT MIMI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21.287E Port Arthur Transit 4.3.2 Blotter. Spread blotter material before allowing traffic to use a primed surface.Apply blotter material to primed surface at the specified rate when"Prime Coat and Blotter" is shown on the plans as a bid item or as directed. Apply blotter to spot locations when "Prime Coat" is shown on the plans as a bid item or as directed to accommodate traffic movement through the work area. Remove blotter material before placing the surface. Dispose of blotter material according to applicable state and federal requirements. 5. MEASUREMENT This Item will be measured by the gallon of binder placed and accepted. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Prime Coat" or "Prime Coat and Blotter" of the type and grade of binder specified. This price is full compensation for cleaning and sprinkling the area to be primed; materials,including blotter material; and rolling, equipment, labor, tools, and incidentals ITEM 310-2OF2 PRIME COAT Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation pAig1111 Contract No.21-287B Port Arthur Transit ITEM 340 DENSE-GRADED HOT-MIX ASPHALT (SMALL QUANTITY) 1. DESCRIPTION Construct a hot-mix asphalt (HMA) pavement layer composed of a compacted, dense- graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. This specification is intended for small quantity(SQ) HMA projects,typically under 5,000 tons total production. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources and before changing any material source or formulation. The Engineer will verify that the specification requirements are met when the Contractor makes a source or formulation change, and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify specification compliance in accordance with Item 6, "Control of Materials." 2.1 Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and as specified in this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans. Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definitions in this Section for coarse, intermediate, or fine aggregate. Aggregate from reclaimed asphalt pavement (RAP) is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply aggregates that meet the definitions in Tex-100-E for crushed gravel or crushed stone. The Engineer will designate the plant or the quarry as the sampling location. Provide samples from materials produced for the project. The Engineer will establish the Surface Aggregate Classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. 2.1.1 Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Aggregates from sources listed in the Department's Bituminous Rated Source Quality Catalog (BRSQC) are preapproved for use. Use only the rated values for hot-mix listed in the BRSQC. Rated values for surface treatment (ST) do not apply to coarse aggregate sources used in hot-mix asphalt. ITEM 340- 1 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation 115KM1 Contract No.21.287E Port Arthur Transit For sources not listed on the Department's BRSQC: • build an individual stockpile for each material; • request the Department test the stockpile for specification compliance; and • once approved, do not add material to the stockpile unless otherwise approved. Provide aggregate from non-listed sources only when tested by the Engineer and approved before use.Allow 30 calendar days for the Engineer to sample,test, and report results for non-listed sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements only apply to aggregates used on the surface of travel lanes. SAC requirements apply to aggregates used on surfaces other than travel lanes when shown on the plans. The SAC for sources on the Department's Aggregate Quality Monitoring Program (AQMP) (Tex-499-A) is listed in the BRSQC. 2.1.1.1 Blending Class A and Class B Aggregates. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate to meet requirements for Class A materials. Ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source when blending Class A and B aggregates to meet a Class A requirement. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. Coarse aggregate from RAP and Recycled Asphalt Shingles (RAS) will be considered as Class B aggregate for blending purposes. The Engineer may perform tests at any time during production, when the Contractor blends Class A and B aggregates to meet a Class A requirement, to ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source. The Engineer will use the Department's mix design template, when electing to verify conformance, to calculate the percent of Class A aggregate retained on the No. 4 sieve by inputting the bin percentages shown from readouts in the control room at the time of production and stockpile gradations measured at the time of production. The Engineer may determine the gradations based on either washed or dry sieve analysis from samples obtained from individual aggregate cold feed bins or aggregate stockpiles. The Engineer may perform spot checks using the gradations supplied by the Contractor on the mixture design report as an input for the template; however, a failing spot check will require confirmation with a stockpile gradation determined by the Engineer. 2.1.2 Intermediate Aggregate. Aggregates not meeting the definition of coarse or fine aggregate will be defined as intermediate aggregate. Supply intermediate aggregates, when used that are free from organic impurities. ITEM 340-2 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation INI.AZI Contract No.21.287E Port Arthur Transit The Engineer may test the intermediate aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. Supply intermediate aggregate from coarse aggregate sources, when used that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve, and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). 2.1.3 Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. No more than 15% of the total aggregate may be field sand or other uncrushed fine aggregate. Use fine aggregate, with the exception of field sand, from coarse aggregate sources that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve, and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). ITEM 340-3 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Table 1 Aggregate Quality Requirements Property I Test Method Requirement Coarse Aggregate SAC Tex-499-A(AQMP) As shown on the plans Deleterious material,%, Max Tex-217-F,Part I 1.5 Decantation,%,Max Tex-217-F,Part II 1.5 Micro-Deval abrasion,% Tex-461-A Note 1 Los Angeles abrasion, %,Max Tex-410-A 40 Magnesium sulfate soundness,5 cycles,%,Max Tex-411-A 30 Crushed face count,2%,Min Tex-460-A,Part I 85 Flat and elongated particles @ 5:1,%, Max Tex-280-F 10 Fine Aggregate Linear shrinkage,%,Max Tex-107-E 3 Combined Aggregate3 Sand equivalent,%,Min Tex-203-F 45 1. Not used for acceptance purposes.Optional test used by the Engineer as an indicator of the need for further investigation. Only applies to crushed gravel. Aggregates,without mineral filler, RAP, RAS,or additives,combined as used in the job-mix formula(JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size %Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2.1.4 Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Use no more than 2% hydrated lime or fly ash unless otherwise shown on the plans. Use no more than 1 hydrated lime if a substitute binder is used unless otherwise shown on the plans or allowed. Test all mineral fillers except hydrated lime and fly ash in accordance with Tex-107-E to ensure specification compliance. The plans may require or disallow specific mineral fillers. Provide mineral filler, when used, that: • is sufficiently dry, free-flowing, and free from clumps and foreign matter as determined by the Engineer; • does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and • meets the gradation requirements in Table 3. Table 3 Gradation Requirements for Mineral Filler Sieve Size %Passing by Weight or Volume #8 100 #200 55-100 ITEM 340-4 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 2.2 Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum. 2.3 Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt specified on the plans. 2.4 Tack Coat. Furnish CSS-1H, SS-1H, or a PG binder with a minimum high- temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Specialized or preferred tack coat materials may be allowed or required when shown on the plans. Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. The Engineer will obtain at least one sample of the tack coat binder per project in accordance with Tex-500-C, Part III, and test it to verify compliance with Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain the sample from the asphalt distributor immediately before use. 2.5 Additives. Use the type and rate of additive specified when shown on the plans. Additives that facilitate mixing, compaction, or improve the quality of the mixture are allowed when approved. Provide the Engineer with documentation, such as the bill of lading, showing the quantity of additives used in the project unless otherwise directed. 2.5.1 Lime and Liquid Antistripping Agent. When lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime into the drum. 2.5.2 Warm Mix Asphalt (WMA). Warm Mix Asphalt (WMA) is defined as HMA that is produced within a target temperature discharge range of 215°F and 275°F using approved WMA additives or processes from the Department's MPL. WMA is allowed for use on all projects and is required when shown on the plans. When WMA is required, the maximum placement or target discharge temperature for WMA will be set at a value below 275°F. Department-approved WMA additives or processes may be used to facilitate mixing and compaction of HMA produced at target discharge temperatures above 275°F; however, such mixtures will not be defined as WMA. ITEM 340-5 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation F9U1.09 Contract No.21-287B Port Arthur Transit 3. EQUIPMENT Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 4. CONSTRUCTION Produce, haul, place, and compact the specified paving mixture. In addition to tests required by the specification, Contractors may perform other QC tests as deemed necessary. At any time during the project, the Engineer may perform production and placement tests as deemed necessary in accordance with Item 5, "Control of the Work." Schedule and participate in a pre-paving meeting with the Engineer on or before the first day of paving unless otherwise directed. 4.1 Certification. Personnel certified by the Department-approved hot-mix asphalt certification program must conduct all mixture designs, sampling, and testing in accordance with Table 6. Supply the Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design developed and signed by a Level 2 certified specialist. ITEM 340-6 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation MIMI Contract No.21-287B Port Arthur Transit Table 6 Test Methods,Test Responsibility,and Minimum Certification Levels Test Description__ Test Method Contractor Engineer Level' 1.Aggregate and Recycled Material Testing Sampling Tex-221-F ✓ ✓ 1A Dry sieve Tex-200-F,Part I ✓ ✓ 1A Washed sieve Tex-200-F,Part II ✓ ✓ 1A Deleterious material Tex-217-F,Parts I&Ill ✓ ✓ 1A Decantation Tex-217-F,Part II ✓ ✓ 1A Los Angeles abrasion Tex-410-A ✓ TxDOT Magnesium sulfate soundness Tex-411-A ✓ TxDOT Micro-Deval abrasion Tex-461-A ✓ 2 Crushed face count Tex-460-A V V 2 Flat and elongated particles Tex-280-F ✓ ✓ 2 Linear shrinkage Tex-107-E V V 2 Sand equivalent Tex-203-F V V 2 Organic impurities Tex-408-A V ✓ 2 2.Asphalt Binder&Tack Coat Sampling Asphalt binder sampling Tex-500-C,Part II ✓ ✓ 1A/1B Tack coat sampling Tex-500-C,Part Ill ✓ ✓ 1A/1B 3.Mix Design&Verification Design and JMF changes Tex-204-F ✓ ✓ 2 Mixing Tex-205-F V ✓ 2 Molding(TGC) Tex-206-F ✓ ✓ 1A Molding(SGC) Tex-241-F V V 1A Laboratory-molded density Tex-207-F V V 1A VMA2(calculation only) Tex-204-F ✓ V 2 Rice gravity Tex-227-F V ✓ 1A Ignition oven correction factors3 Tex-236-F V ✓ 2 Indirect tensile strength Tex-226-F V ✓ 2 Hamburg Wheel test Tex-242-F V V 2 Boil test Tex-530-C ✓ ✓ 1A 4.Production Testing Mixture sampling Tex-222-F ✓ V 1A Molding(TGC) Tex-206-F ✓ 1A Molding(SGC) Tex-241-F I 1A Laboratory-molded density Tex-207-F V 1A VMA2(calculation only) Tex-204-F V 1A Rice gravity Tex-227-F V 1A Gradation&asphalt binder content3 Tex-236-F V 1A Moisture content Tex-212-F ✓ 1A Hamburg Wheel test Tex-242-F V 2 Boil test _ Tex-530-C V 1A 5.Placement Testing Trimming roadway cores Tex-207-F ✓ ✓ 1A/1B In-place air voids Tex-207-F V 1A/1B Establish rolling pattern Tex-207-F V 1 B Ride quality measurement Tex-1001-S ✓ ✓ Note 4 1. Level 1A,1 B,and 2 are certification levels provided by the Hot Mix Asphalt Center certification program. 2. Voids in mineral aggregates. 3. Refer to Section 340.4.8.3.,Production Testing,"for exceptions to using an ignition oven. 4. Profiler and operator are required to be certified at the Texas A&M Transportation Institute facility when Surface Test Type B is specified. ITEM 340-70F17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation ForikiM Contract No.21.287E Port Arthur Transit 4.2 Reporting, Testing, and Responsibilities. Use Department-provided templates to record and calculate all test data pertaining to the mixture design. The Engineer will use Department templates for any production and placement testing. Obtain the current version of the templates at http://www.txdot.gov/inside- txdot/forms-publications/consultants-contractors/forms/site-manager.html or from the Engineer. The maximum allowable time for the Engineer to exchange test data with the Contractor is as given in Table 7 unless otherwise approved. The Engineer will immediately report to the Contractor any test result that requires suspension of production or placement or that fails to meet the specification requirements. Subsequent mix placed after test results are available to the Contractor, which require suspension of operations, may be considered unauthorized work. Unauthorized work will be accepted or rejected at the discretion of the Engineer in accordance with Article 5.3., "Conformity with Plans, Specifications, and Special Provisions." Table 7 Reporting Schedule Description Reported By Reported To To Be Reported Within Production Testing Gradation Asphalt binder content Laboratory-molded density VMA(calculation) Engineer Contractor 1 working day of Hamburg Wheel test completion of the test Moisture content Boil test Binder tests Placement Testing In-place air voids Engineer Contractor 1 working day of completion of the tests 1. 2 days are allowed if cores cannot be dried to constant weight within 1 day. 4.3 Mixture Design. 4.3.1 Design Requirements. The Contractor may design the mixture using a Texas Gyratory Compactor (TGC) or a Superpave Gyratory Compactor (SGC) unless otherwise shown on the plans. Use the dense- graded design procedure provided in Tex-204-F. Design the mixture to meet the requirements listed in Tables 1, 2, 3, 4, 5, 8, 9, and 10. 4.3.1.1 Target Laboratory-Molded Density When The TGC Is Used. Design the mixture at a 96.5% target laboratory-molded density. Increase the target laboratory-molded density to 97.0% or 97.5% at the Contractor's discretion or when shown on the plans or specification. ITEM 340-8 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation r' Contract No.21-287B Port Arthur Transit 4.3.1.2 Design Number of Gyrations (Ndesign)When The SGC Is Used. Design the mixture at 50 gyrations(Ndesign). Use a target laboratory-molded density of 96.0%to design the mixture; however, adjustments can be made to the Ndesign value as noted in Table 9. The Ndesign level may be reduced to no less than 35 gyrations at the Contractor's discretion. Use an approved laboratory from the Department's MPL to perform the Hamburg Wheel test in accordance with Tex-242-F, and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the laboratory mixture design. The Engineer will provide the mixture design when shown on the plans. The Contractor may submit a new mixture design at any time during the project. The Engineer will verify and approve all mixture designs (JMF1) before the Contractor can begin production. Provide the Engineer with a mixture design report using the Department-provided template. Include the following items in the report: • the combined aggregate gradation, source, specific gravity, and percent of each material used; • asphalt binder content and aggregate gradation of RAP and RAS stockpiles; • the target laboratory-molded density (or Ndesign level when using the SGC); • results of all applicable tests; • the mixing and molding temperatures; • the signature of the Level 2 person or persons that performed the design; • the date the mixture design was performed; and • a unique identification number for the mixture design. ITEM 340-9 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Mill;11111DI Contract No.21-287B Port Arthur Transit Table 8 Master Gradation Limits(%Passing by Weight or Volume)and VMA Requirements Sieve A B C D F Size Coarse Fine Coarse Fine Fine Base Base Surface Surface Mixture 2" 100.01 - - -1-1/2" 98.0-100.0 100.01 - - - 1" 78.0-94.0 98.0-100.0 100.01 - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 100.01 - 1/2" 50.0-70.0 - - 98.0-100.0 100.01 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 70.0-90.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA,%Minimum - 12.0 13.0 14.0 15.0 16.0 Production(Plant-Produced)VMA,%Minimum 11.5 12.5 13.5 14.5 15.5 1. Defined as maximum sieve size. No tolerance allowed. Table 9 Laboratory Mixture Design Properties Mixture Property Test Method Requiremen Target laboratory-molded density, % (TGC) Tex-207-F 96.51 Design gyrations (Ndesign for SGC) Tex-241-F 502 Indirect tensile strength (dry), psi Tex-226-F 85-2003 Boil test4 Tex-530-C - 1. Increase to 97.0%or 97.5%at the Contractor's discretion or when shown on the plans or specification. 2. Adjust within a range of 35-100 gyrations when shown on the plans or specification or when mutually agreed between the Engineer and Contractor. 3. The Engineer may allow the IDT strength to exceed 200 psi if the corresponding Hamburg Wheel rut depth is greater than 3.0 mm and less than 12.5 mm. 4. Used to establish baseline for comparison to production results.May be waived when approved. ITEM 340-10 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation FrA1411Z91 Contract No.21.287E Port Arthur Transit Table 10 Hamburg Wheel Test Requirements High-Temperature Test Method Minimum#of Passes Binder Grade @ 12.5 mm1 Rut Depth,Tested @ 50°C _ PG 64 or lower 10,0002 PG 70 Tex-242-F 15,0003 PG 76 or higher 20,000 1. When the rut depth at the required minimum number of passes is less than 3 mm,the Engineer may require the Contractor to increase the target laboratory-molded density(TGC)by 0.5%to no more than 97.5%or lower the Ndesign level(SGC)to no less than 35 gyrations. 2. May be decreased to no less than 5,000 passes when shown on the plans. 3. May be decreased to no less than 10,000 passes when shown on the plans. 4.4 Production Operations. Perform a new trial batch when the plant or plant location is changed. Take corrective action and receive approval to proceed after any production suspension for noncompliance to the specification. 4.4.1 Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions,"or outside the manufacturer's recommended values. Provide the Engineer with daily records of asphalt binder and hot-mix asphalt discharge temperatures (in legible and discernible increments) in accordance with Item 320, "Equipment for Asphalt Concrete Pavement," unless otherwise directed. Do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. unless otherwise approved. 4.4.2 Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F (or 275°F for WMA) and is not lower than 215°F. The Department will not pay for or allow placement of any mixture produced above 350°F. Produce WMA within the target discharge temperature range of 215°F and 275°F when WMA is required. Take corrective action any time the discharge temperature of the WMA exceeds the target discharge range. The Engineer may suspend production operations if the Contractor's corrective action is not successful at controlling the production temperature within the target discharge range. Note that when WMA is produced, it may be necessary to adjust burners to ensure complete combustion such that no burner fuel residue remains in the mixture. 4.5 Hauling Operations. Clean all truck beds before use to ensure that mixture is not contaminated. Use a release agent shown on the Department's MPL to coat the inside bed of the truck when necessary. Use equipment for hauling as defined in Section 340.4.6.3.2., "Hauling Equipment." Use other hauling equipment only when allowed. ITEM 340-110F17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation MP". Contract No.21-287B Port Arthur Transit 4.6 Placement Operations. Collect haul tickets from each load of mixture delivered to the project and provide the Department's copy to the Engineer approximately every hour, or as directed. Use a hand-held thermal camera or infrared thermometer to measure and record the internal temperature of the mixture as discharged from the truck or Material Transfer Device (MTD) before or as the mix enters the paver and an approximate station number or GPS coordinates on each ticket unless otherwise directed. Calculate the daily yield and cumulative yield for the specified lift and provide to the Engineer at the end of paving operations for each day unless otherwise directed. The Engineer may suspend production if the Contractor fails to produce and provide haul tickets and yield calculations by the end of paving operations for each day. Prepare the surface by removing raised pavement markers and objectionable material such as moisture,dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot-mix by at least 6 in. Place mixture so that longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place the mixture at the rate or thickness shown on the plans. The Engineer will use the guidelines in Table 12 to determine the compacted lift thickness of each layer when multiple lifts are required. The thickness determined is based on the rate of 110 lb./sq. yd. for each inch of pavement unless otherwise shown on the plans. Table 12 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Guidelines Minimum Untrimmed Core Mixture Type Height(in.)Eligible for Minimum(in.) Maximum(in.) Testing A 3.00 6.00 2.00 B 2.50 5.00 1.75 C 2.00 4.00 1,50 D 1.50 3.00 1.25 F 1.25 2.50 1.25 4.6.1 Weather Conditions. Place mixture when the roadway surface temperature is at or above 60°F unless otherwise approved. Measure the roadway surface temperature with a hand-held thermal camera or infrared thermometer. The Engineer may allow mixture placement to begin before the roadway surface reaches the required temperature if conditions are such that the roadway surface will reach the required temperature within 2 hr. of beginning placement operations. Place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable as determined by the Engineer. The Engineer may restrict the Contractor from paving if the ambient temperature is likely to drop below 32°F within 12 hr. of paving. ITEM 340-12 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 4.6.2 Tack Coat. Clean the surface before placing the tack coat. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a uniform tack coat at the specified rate unless otherwise directed. Apply the tack coat in a uniform manner to avoid streaks and other irregular patterns. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints.Allow adequate time for emulsion to break completely before placing any material. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic-tire roller to remove streaks and other irregular patterns when directed. 4.6.3 Lay-Down Operations. • Windrow Operations. Operate windrow pickup equipment so that when hot-mix is placed in windrows substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. • Hauling Equipment. Use belly dumps, live bottom, or end dump trucks to haul and transfer mixture; however, with exception of paving miscellaneous areas, end dump trucks are only allowed when used in conjunction with an MTD with remixing capability unless otherwise allowed. • Screed Heaters. Turn off screed heaters, to prevent overheating of the mat, if the paver stops for more than 5 min. 4.7 Compaction. Compact the pavement uniformly to contain between 3.8% and 8.5% in-place air voids. Furnish the type, size, and number of rollers required for compaction as approved. Use a pneumatic-tire roller to seal the surface unless excessive pickup of fines occurs. Use additional rollers as required to remove any roller marks. Use only water or an approved release agent on rollers, tamps, and other compaction equipment unless otherwise directed. Use the control strip method shown in Tex-207-F, Part IV, on the first day of production to establish the rolling pattern that will produce the desired in-place air voids unless otherwise directed. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Complete all compaction operations before the pavement temperature drops below 160°F unless otherwise allowed. The Engineer may allow compaction with a light finish roller operated in static mode for pavement temperatures below 160°F. ITEM 340-13 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation PAMContract No.21.287E Port Arthur Transit Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. Sprinkle the finished mat with water or limewater, when directed, to expedite opening the roadway to traffic. 4.8 Production Acceptance. 4.8.1 Production Lot. Each day of production is defined as a production lot. Lots will be sequentially numbered and correspond to each new day of production. Note that lots are not subdivided into sublots for this specification. 4.8.2 Production Sampling. • Mixture Sampling. The Engineer may obtain mixture samples in accordance with Tex-222-F at any time during production. 4.8.3 Production Testing. The Engineer will test at the frequency listed in the Department's Guide Schedule of Sampling and Testing and this specification. The Engineer may suspend production if production tests do not meet specifications or are not within operational tolerances listed in Table 11. Take immediate corrective action if the Engineer's laboratory-molded density on any sample is less than 95.0% or greater than 98.0%, to bring the mixture within these tolerances. The Engineer may suspend operations if the Contractor's corrective actions do not produce acceptable results. The Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. Table 13 Production and Placement Testing Description Test Method Individual % retained for#8 sieve and larger Tex-200-F Individual % retained for sieves smaller than #8 and larger than #200 or % passing the#200 sieve Tex-236-F Laboratory-molded density Laboratory-molded bulk specific gravity Tex-207-F In-Place air voids VMA Tex-204-F Moisture content Tex-212-F, Part II Theoretical maximum specific (Rice) gravity Tex-227-F Asphalt binder content Tex-236-F Hamburg Wheel test Tex-242-F Recycled Asphalt Shingles (RAS)1 Tex-217-F, Part III Asphalt binder sampling and testing Tex-500-C Tack coat sampling and testing Tex-500-C, Part III Boil test Tex-530-C 1. Testing performed by the Construction Division or designated laboratory. ITEM 340-14 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation piliM Contract No.21-287B Port Arthur Transit • Voids in Mineral Aggregates (VMA). The Engineer may determine the VMA for any production lot. Take immediate corrective action if the VMA value for any lot is less than the minimum VMA requirement for production listed in Table 8. Suspend production and shipment of the mixture if the Engineer's VMA result is more than 0.5% below the minimum VMA requirement for production listed in Table 8. In addition to suspending production, the Engineer may require removal and replacement or may allow the lot to be left in place without payment. • Hamburg Wheel Test. The Engineer may perform a Hamburg Wheel test at any time during production, including when the boil test indicates a change in quality from the materials submitted for JMF1. In addition to testing production samples, the Engineer may obtain cores and perform Hamburg Wheel tests on any areas of the roadway where rutting is observed. Suspend production until further Hamburg Wheel tests meet the specified values when the production or core samples fail the Hamburg Wheel test criteria in Table 10. Core samples, if taken,will be obtained from the center of the finished mat or other areas excluding the vehicle wheel paths. The Engineer may require up to the entire lot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor's expense. 4.8.4 Individual Loads of Hot-Mix. The Engineer can reject individual truckloads of hot-mix. When a load of hot-mix is rejected for reasons other than temperature, contamination, or excessive uncoated particles, the Contractor may request that the rejected load be tested. Make this request within 4 hr. of rejection. The Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 11, payment will be made for the load. If test results are not within operational tolerances, no payment will be made for the load. 4.8.5 Placement Acceptance. 4.8.5.1 Placement Lot. A placement lot is defined as the area placed during a production lot(one day's production). Placement lot numbers will correspond with production lot numbers. • Miscellaneous Areas. Miscellaneous areas include areas that typically involve significant handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level-up areas, and other similar areas. Miscellaneous areas also include level-ups and thin overlays when the layer thickness specified on the plans is less than the minimum untrimmed core height eligible for testing shown in Table 12. The specified layer thickness is based on the rate of 110 lb./sq. yd. for each inch of pavement unless another rate is shown on the plans. Compact miscellaneous areas in accordance with Section 340.4.7., "Compaction." Miscellaneous areas are not subject to in-place air void determination except for temporary detours when shown on the plans. ITEM 340-15 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation FrAM Contract No.21-287B Port Arthur Transit • Placement Sampling. Provide the equipment and means to obtain and trim roadway cores on site. On site is defined as in close proximity to where the cores are taken. Obtain the cores within one working day of the time the placement lot is completed unless otherwise approved. Obtain two 6-in. diameter cores side-by-side at each location selected by the Engineer for in-place air void determination unless otherwise shown on the plans. For Type D and Type F mixtures, 4-in. diameter cores are allowed. Mark the cores for identification, measure and record the untrimmed core height, and provide the information to the Engineer. The Engineer will witness the coring operation and measurement of the core thickness. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. Take corrective action if an adequate bond does not exist between the current and underlying layer to ensure that an adequate bond will be achieved during subsequent placement operations. Instead of the Contractor trimming the cores on site immediately after coring, the Engineer and the Contractor may mutually agree to have the trimming operations performed at an alternate location such as a field laboratory or other similar location. In such cases, the Engineer will take possession of the cores immediately after they are obtained from the roadway and will retain custody of the cores until testing is completed. The Contractor representative will perform trimming of the cores. The Engineer will witness all trimming operations in cases where the Contractor representative performs the trimming operation. Dry the core holes and tack the sides and bottom immediately after obtaining the cores. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes with other methods when approved. 4.8.6 Placement Testing. The Engineer may measure in-place air voids at any time during the project to verify specification compliance. In-Place Air Voids. Take immediate corrective action when the in-place air voids exceed the range of 3.8% and 8.5% to bring the operation within these tolerances. The Engineer may suspend operations or require removal and replacement if the in-place air voids are less than 2.7% or greater than 9.9%. The Engineer will allow paving to resume when the proposed corrective action is likely to yield between 3.8%and 8.5%in-place air voids.Areas defined in Section 340.9.2.,"Miscellaneous Areas," are not subject to in-place air void determination. ITEM 340-16 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation pAllmrlt Contract No.21.287E Port Arthur Transit 4.8.7 Irregularities. Identify and correct irregularities including segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. The Engineer may also identify irregularities, and in such cases, the Engineer will promptly notify the Contractor. If the Engineer determines that the irregularity will adversely affect pavement performance, the Engineer may require the Contractor to remove and replace (at the Contractor's expense) areas of the pavement that contain irregularities and areas where the mixture does not bond to the existing pavement. If irregularities are detected, the Engineer may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than one day while the Contractor is taking appropriate corrective action. 4.8.8 Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 5. MEASUREMENT Hot mix will be measured by the ton of composite hot-mix,which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under Article 340.5., "Measurement," will be paid for at the unit bid price for"Dense Graded Hot-Mix Asphalt(SQ)"of the mixture type, SAC, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are included in pavement work approved by the Engineer. Payment adjustment for ride quality, if applicable, will be determined in accordance with Item 585, "Ride Quality for Pavement Surfaces." ITEM 340-17 OF 17 DENSE GRADED HOT MIX ASPHALT(SMALL QUANTITY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation IMAZ911 Contract No.21.287E Port Arthur Transit ITEM 354 PLANING AND TEXTURING PAVEMENT 1. DESCRIPTION Plane,or plane and texture,existing asphalt concrete pavement, asphalt-stabilized base, or concrete pavement. Texture bridge deck surfaces. 2. EQUIPMENT , The Engineer may require demonstration of the equipment's capabilities. 2.1 Planing Machine. Use planing machines that: • have a minimum 6-ft. cutting width except for work areas less than 6 ft. wide; • are self-propelled with enough power, traction, and stability to maintain an accurate depth of cut and slope; • can cut in one continuous operation: 4 in. of asphalt concrete pavement, 1 in. of concrete pavement, or a combination of 2 in. of asphalt concrete pavement and 1/2 in. of concrete pavement; • use dual longitudinal controls capable of operating on both sides automatically from any longitudinalgrade reference, which includes string line, ski, mobile string line, or matching shoe; • use transverse controls with an automatic system to control cross slope • at a given rate; • use integral loading and reclaiming devices to allow cutting, removal, and discharge of the material into a truck in one operation; and • include devices to control dust created by the cutting action. 2.2 Manual System. Use a manual system that can achieve a uniform depth of cut, flush to all inlets, valve covers, manholes, and other appurtenances within the paved area. Use of a manual system is allowed for areas restricted to self-propelled access and for detail pavement removal. 2.3 Sweeper. Use a street sweeper to remove cuttings and debris from the planed or textured pavement unless otherwise approved. Equip the sweeper with a water tank, dust control spray assembly, both a pick-up and agutter broom, and a debris hopper. ITEM 354- 1 OF 3 PLANING AND TEXTURING PAVEMENT Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 3. CONSTRUCTION 3.1 Grade Reference. Place grade reference points at maximum intervals of 50 ft. in accordance with Item 5,"Control of the Work,"when required. Use the control points to set the grade reference. Support the grade reference so the maximum deflection does not exceed 1/16 in. between supports. 3.2 Planing and Texturing.Vary the speed of the machine to leave a grid or other pattern type with discontinuous longitudinal reach. Remove the pavement surface for the length, depth, and width shown on the typical section and to the established line and grades. Remove pavement to vertical lines adjacent to curbs, gutters, inlets, manholes, or other obstructions. Do not damage appurtenances or underlying pavement. Provide a planed surface that has a uniform textured appearance and riding surface. Surface should be free from gouges, continuous longitudinal grooves, ridges, oil film, and other imperfections of workmanship. Leave a uniform surface of concrete pavement free of asphalt materials when removing an asphalt concrete pavement overlay. Provide a minimum texture depth of not less than 0.05 in. when an overlay on the planed pavement is not required. Stop planing operations when surface texture depth is not sufficient. Plane no more than 3/16 in. into the original deck surface on bridges. Never damage armor joints, sealed expansion joints, and other appurtenances. Provide a pavement surface that, after planing, has a smooth riding quality and is true to the established line, grade, and cross-section. Provide a pavement surface that does not vary more than 1/8 in. in 10 ft. Evaluate this criterion with a 10-ft. straightedge placed parallel to the centerline of the roadway. Deviations will be measured from the top of the texture. Correct any point in the surface not meeting this requirement. Sweep pavement and gutter. Leave pavement and curb clean. 3.3 Edge Treatments. Slope vertical or near vertical longitudinal faces in the pavement surface for areas under traffic in accordance with the requirements on the plans at the end of the day. Taper transverse faces to provide an acceptable ride. 3.4 Salvaged Materials. The Department will retain ownership of planed materials unless otherwise shown on the plans. Stockpile salvaged materials at locations shown on the plans. Prepare the stockpile site by removing vegetation and trash and providing proper drainage. Keep salvaged paving material free from contamination during its removal, transportation, and storage. Place different types or quality of salvaged asphalt paving material into separate stockpiles. Dispose of unsalvageable material in accordance with applicable federal, state, and local regulations. ITEM 354-2 OF 3 PLANING AND TEXTURING PAVEMENT Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 4. MEASUREMENT This Item will be measured by the square yard of surface area for each pavement type including asphalt concrete pavement, concrete pavement, and bridge decks. Measurement will be based on the depth shown for each bid item,within the limits shown on the plans, regardless of the number of passes required. Only 1 bid item for each pavement type will apply to any 1 location. 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 "Planing and Texturing Asphalt Concrete Pavement," "Planing and Texturing Concrete Pavement," "Planing Asphalt Concrete Pavement," or "Planing Concrete Pavement" of the depths specified, and for"Texturing Bridge Decks." The planing of concrete pavement to remove all asphalt concrete pavement as required under Article 354.3., "Construction," is subsidiary to the planing of asphalt concrete pavement of the depth shown on the plans. This price is full compensation for removing all material to the depth shown; texturing the pavement surface when texturing is shown in the bid item description; loading, hauling, and unloading; stockpiling or disposing of material; sweeping; tapering or sloping longitudinal or transverse joints as described under Section 354.3.3., "Edge Treatments"; and equipment, labor, tools, and incidentals. Demonstration work to receive approval for use of equipment will not be paid for unless work is performed in accordance with the Contract and is accepted. ITEM 354-3 OF 3 PLANING AND TEXTURING PAVEMENT IM1.4.411 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21.287B Port Arthur Transit ITEM 464 REINFORCED CONCRETE PIPE 1. DESCRIPTION Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concretestorm drain mains, laterals, stubs, and inlet leads. 2. MATERIALS 2.1. Fabrication. Fabrication plants must be approved by the Construction Division in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine-Made Precast Concrete Box Culvert Fabrication and Plant Qualification," before furnishing precast reinforced concrete pipe for Department projects. The Department's MPL has a list of approved reinforced concrete pipe plants. Furnish material and fabricate reinforced concrete pipe in accordance with DMS-7310, "Reinforced ConcretePipe and Machine-Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.2. Design. 2.2.1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Table 1 Circular Pipe ASTM C76 &ASTM C655 Class D-Load I 800 II 1,000 III 1,350 IV 2,000 V 3,000 ITEM 464- 1 OF 8 REINFORCED CONCRETE PIPE FAll�' Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Table 2 Arch Pipe Design Equivalent Rise Spa Size Diameter(in.) (in.) n (in.) 1 18 13-1/2 22 2 21 15-1/2 26 3 24 18 28-1/2 4 30 22-1/2 36-1/4 5 36 26-5/8 43-3/4 6 42 31-5/16 51-1/8 7 48 36 58-1/2 8 54 40 65 9 60 45 73 10 72 54 88 Table 3 Horizontal Elliptical Pipe I Design Equivalent Rise Span Size Diameter(in.) (in.) (in.) 1 18 14 23 2 24 19 30 3 27 22 34 4 30 24 38 5 33 27 42 6 36 29 45 7 39 32 49 8 42 34 53 9 48 38 60 10 _ 54 43 68 2.2.2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking stresses. Provide design notes and drawings signed and sealed by a Texas licensed professional engineer when requested. ITEM 464-2OF8 REINFORCED CONCRETE PIPE Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21.287E Port Arthur Transit 2.3. Marking. Furnish each section of reinforced concrete pipe marked with the following information specified in DMS-7310, "Reinforced Concrete Pipe and Machine- Made Precast Concrete Box Culvert Fabrication and Plant Qualification." • class or D-load of pipe, • ASTM designation, • date of manufacture, • pipe size, • name or trademark of fabricator and plant location, • designated fabricator's approval stamp, • pipe to be used for jacking and boring (when applicable), and • designation "SR"for pipe meeting sulfate-resistant concrete plan requirements (when applicable). Clearly mark 1 end of each section during the process of manufacture or immediately thereafter for pipe with elliptical reinforcement. Mark the pipe on the inside and outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. 2.4. Inspection. Provide access for inspection of the finished pipe at the project site before and during installation. 2.5. Causes for Rejection. Individual section of pipe may be rejected for any of the conditions stated in the Annex of DMS-7310, "Reinforced Concrete Pipe and Machine- Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.6. Repairs. Make repairs if necessary as stated in the Annex of DMS-7310, "Reinforced Concrete Pipe and Machine-Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.7. Jointing Materials. Use any of the following materials for the making of joints unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 2.7.1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.3., "Jointing." 2.7.2. Cold-Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. Ensure the consistency is such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by means of a trowel. Provide a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. Stir any small separation found in the container into a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance with Tex-526-C. ITEM 464-3 OF 8 REINFORCED CONCRETE PIPE Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Table 4 Cold-Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 100%—% volatiles—% ash, % by weight 28-45 Volatiles, 212°F evaporation, 24 hr., % by weight 10-26 Mineral matter, determined as ash, % by weight 30-55 Consistency, cone penetration, 150 q, 5 sec., 77°F 150-275 2.7.3. Rubber Gaskets. Provide gaskets that conform to ASTM C1619 Class A or C. Meet the requirements of ASTM C443 for design of the pipe joints and permissible variations in dimensions. 2.7.4. Pre-Formed Flexible Joint Sealants. Pre-formed flexible joint sealants may be used for sealing joints of tongue-and-groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross- section. Provide a size of the pre-formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Protect flexible joint sealants with a suitable wrapper able to maintain the integrity of the jointing material when the wrapper is removed. 3. CONSTRUCTION 3.1. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400,"Excavation and Backfill for Structures,"except where jacking, boring, or tunneling methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Immediate backfilling is permitted if joints consist of materials other than mortar. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Do not use heavy earth-moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure unless otherwise shown on the plans or permitted in writing. Remove and replace pipe damaged by the Contractor at no expense to the Department. 3.2. Laying Pipe. Start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades unless ITEM 464-40F8 REINFORCED CONCRETE PIPE IMAZI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit otherwise authorized. Fit, match, and lay the pipe to form a smooth, uniform conduit. Cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding where bell-and-spigot pipe is used. Cut cross trenches no more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. Lay the pipe in the trench, when elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, so the markings for the top or bottom arenot more than 5°from the vertical plane through the longitudinal axis of the pipe. Remove and re-lay, without extra compensation, pipe that is not in alignment or shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Use the clear distances between outer surfaces of adjacent pipes shown in Table 5 unless otherwise shown on theplans. Use the equivalent diameter from Table 2 or Table 3 for arch pipe or horizontal elliptical pipe to determine the clear distance requirement in Table 5. Table 5 Minimum Clear Distance between Pipes Equivalent Diameter Min Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. 3.3. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's"creeper"for conveyance through small-size pipe structures. 3.3.1. Joints Sealed with Hydraulic Cement Mortar. Use Type S mortar meeting the requirements of ASTM C270. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. Pack mortar into the joint from both inside and outsidethe pipe after the pipes are tightly jointed. Finish the inside smooth and flush with adjacent joints of pipe. Form a bead of semicircular cross-section over tongue-and-groove joints outside ITEM 464-5OF8 REINFORCED CONCRETE PIPE 9 !WIZ Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit the pipe, extending at least1 in. on each side of the joint. Form the mortar for bell- and-spigot joints to a 45° fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. Place fill or backfill once the mortar jointing material has cured for at least 6 hr. Conduct jointing only when the atmospheric temperature is above 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. Furnish pipes,with approval, that are large enough for a person to enter with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. Clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush after the backfilling has been completed. 3.3.2. Joints Using Cold-Applied, Plastic Asphalt Sewer Joint Compound. Ensure both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2—in. thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Shove home the tongue end of the next pipe with enough pressure to make a tight joint. Remove any excess mastic projecting into the pipe after the joint is made. Backfill after the joint has been inspected and approved. 3.3.3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasketmanufacturer. Make joints watertight when using rubber gaskets. Backfill after the joint has been inspected and approved. 3.3.4. Joints Using Pre-Formed Flexible Joint Sealants. Install pre-formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. Store pre-formed flexible joint sealants in an area warmed naturally or artificially to above 70°F in an approved manner when the atmospheric temperature is below 60°F. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. ITEM 464-6 OF 8 REINFORCED CONCRETE PIPE F9kir Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 3.4. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. Make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar and a minimum thickness of 4 in. unless otherwise shown on the plans. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe,the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. ITEM 464-7 OF 8 REINFORCED CONCRETE PIPE WIZ! Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 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 "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)"of the size and D-Ioad specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure;cutting pipe ends on skew or slope;and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures."When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." ITEM 464-8 OF 8 REINFORCED CONCRETE PIPE } A Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation ��•t Contract No.21-287B Port Arthur Transit ITEM 465 JUNCTION BOXES, MANHOLES, AND INLETS 1. DESCRIPTION Construct junction boxes, manholes,and inlets, complete in place or to the stage detailed, including furnishing and installing frames, grates, rings, and covers. 2. MATERIALS Furnish materials in accordance with the following: ■ Item 420, "Concrete Substructures," • Item 421, "Hydraulic Cement Concrete," • Item 440, "Reinforcement for Concrete," and • Item 471, "Frames, Grates, Rings, and Covers." Cast-in-place junction boxes, manholes, inlets, risers, and appurtenances are acceptable unless otherwise shown. Alternate designs for cast-in-place items must be acceptable to the Engineer and must conform to functional dimensions and design loading. Alternate designs must be designed and sealed by a licensed professional engineer. 2.1. Concrete. Furnish Class H concrete as referenced in Item 421 "Hydraulic Cement Concrete,"except that Mix Design Options 1-8 will be allowed for formed precast junction boxes, manholes, and inlets. Furnish concrete per DMS-7310, "Reinforced Concrete Pipe and Machine-Made Precast Concrete Box Culvert Fabrication and Plant Qualification," for machine-made precast junctions boxes, manholes, and inlets. Furnish Class C concrete for cast-in-place manholes and inlets unless otherwise shown on the plans. 2.2. Mortar. Furnish mortar conforming to DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous Applications." 2.3. Timber. Provide sound timber that is a minimum of 3 in. nominal thickness and reasonably free of knots and warps for temporary covers when used with Stage I construction (see Article 465.3., "Construction"). 2.4. Other Materials. Use commercial-type hardware as approved. 3. CONSTRUCTION Construct all types of junction boxes, manholes, and inlets either complete or in 2 stages, described as Stage I and Stage II. Construct the Stage I portion of junction boxes, manholes, and inlets as shown on the ITEM 465- 1 OF 4 JUNCTION BOXES, MANHOLES AND INLETS WIllIN Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit plans or as specified inthis Item. Furnish and install a temporary cover as approved. Furnish and install the storm drain pipe and a temporary plug for the exposed end of the storm drain pipe from the storm drain to a point below the top of curb indicated on the plans for Stage I construction of cast iron or steel inlet units. Construct Stage II after the pavement structure is substantially complete unless otherwise approved. Construct the remaining wall height and top of junction box, manhole, or inlet for Stage II, and furnish and install any frames, grates, rings and covers, curb beams, or collecting basins required. Construct cast-in-place junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures." Forms will be required for all concrete walls. Outside wall forms for cast-in-place concrete may be omitted with approval if the surrounding material can be trimmed to a smooth vertical face. 3.1. Precast Junction Boxes, Manholes, and Inlets. Construct formed precast junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures," except as otherwise noted in this Item. Construct machine-made precast junction boxes, manholes, and inlets in accordance with ASTM C478 except as otherwise noted in this Item. Mix and place concrete for machine-made junction boxes, manholes, and inlets per the requirements of DMS-7310, "Reinforced Concrete Pipe and Machine- Made Precast Concrete Box Culvert Fabrication and Plant Qualification." Conform to the product permissible variations and rejection criteria stated in ASTM C478 for machine- made precast junction boxes, manholes, and inlets. Cureall precast units in accordance with Item 424, "Precast Concrete Structural Members (Fabrication)." Multi-project fabrication plants as defined in Item 424 "Precast Concrete Structural Members (Fabrication)," that produce manholes and inlets will be approved by the Construction Division in accordance with DMS-7340, "Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Junction Boxes, Manholes and Inlets." The Department's MPL has a list of approved multi-project plants. 3.1.1. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the insidesurface of the wall and 4 in. at the outside surface. Cut no more than 5 in. in any direction of reinforcement per layer for lifting holes. Repair spalled areas around lifting holes. 3.1.2. Marking. Clearly mark each precast junction box, manhole, and inlet unit with the following information: • name or trademark of fabricator and plant location; • product designation; • ASTM designation (if applicable); ITEM 465-20F4 JUNCTION BOXES, MANHOLES AND INLETS �' Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit • date of manufacture; • designated fabricator's approval stamp; and • designation"SR"for product meeting sulfate-resistant concrete plan requirements (when applicable). 3.1.3. Storage and Shipment. Store precast units on a level surface. Do not ship units until design strength requirements have been met. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Immediate backfilling is permitted for all junction box, manhole, and inlet structures where joints consist of rubber boots, rubber gaskets, or bulk or preformed jointsealant.Take precautions in placing and compacting the backfill to avoid any movement of junction boxes, manholes, and inlets. Remove and replace junction boxes, manholes,and inlets damaged by the Contractor at no expense to the Department. 3.3. Junction Boxes, Manholes, and Inlets for Precast Concrete Pipe Storm Drains. Construct junction boxes, manholes, and inlets for precast concrete pipe storm drains before completion of storm drain lines into or through the junction box, manhole, or inlet. Neatly cut all storm drains at the inside face of the walls of the junction box, manhole, or inlet. 3.4. Junction Boxes, Manholes, and Inlets for Box Storm Drains. Place bases or risers of junction boxes, manholes, and inlets for box storm drains before or in conjunction with placement of the storm drain. Backfill the junction box, manhole, or inlet and storm drain as a whole. 3.5. Inverts. Shape and route floor inverts passing out or through the junction box, manhole,or inlet as shown on the plans. Shape by adding and shaping mortar or concrete after the base is placed or by placing the required additional material with the base. 3.6. Finishing Complete Junction Boxes, Manholes, and Inlets. Complete junction boxes, manholes, and inlets in accordance with the plans. Backfill to original ground elevation in accordance with Item 400, "Excavation and Backfill for Structures." 3.7. Finishing Stage I Construction. Complete Stage I construction by constructing the walls to the elevations shown on the plans and backfilling to required elevations in accordance with Item 400, "Excavation and Backfill for Structures." 3.8. Stage II Construction. Construct subgrade and base course or concrete pavement construction over Stage I junction box, manhole, or inlet construction unless otherwise approved. Excavate to expose the top of Stage I construction and complete the junction box, manhole or inlet in accordance with the plans and these Specifications, including backfill and cleaning of all debris from the bottom of the junction box, manhole, or inlet. ITEM 465-3 OF 4 JUNCTION BOXES, MANHOLES AND INLETS FINIM Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 3.9. Inlet Units. Install cast iron or steel inlet units in conjunction with the construction of concrete curb and gutter. Set the inlet units securely in position before placing concrete for curb and gutter. Form openings for the inlets and recesses in curb and gutter as shown on the plans. Place and thoroughly consolidate concrete for curb and gutter adjacent to inlets and around the inlet castings and formed openings and recesses without displacing the inlet units. 4. MEASUREMENT All junction boxes, manholes, and inlets satisfactorily completed in accordance with the plans and specifications will be measured by each junction box, manhole, or inlet, complete,or by each junction box, manhole, or inlet completed to the stage of construction required by the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for as follows: 5.1 Complete Inlets. Payment for inlets will be made at the unit price bid for "Inlet (Complete),"of the type specified. This price is full compensation for concrete, reinforcing steel, mortar, frames, grates, rings and covers, excavation, and backfill and for all other materials, tools, equipment, labor, and incidentals. ITEM 465-4 OF 4 JUNCTION BOXES, MANHOLES AND INLETS AZI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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) on the 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 Furnish materials in accordance with the following: • Item 161, "Compost," ■ Item 432, "Riprap," and • Item 556, "Pipe Underdrains." 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with approved hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding. Provide the following: • Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. • Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. ITEM 506- 1 OF 19 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS M11411ZI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3rock filter dams. Type 4 dams require: • a double-twisted, hexagonal weave with a nominal mesh opening of 2-1/2 x 3-1/4 in.; • minimum 0.0866 in. steel wire for netting; • minimum 0.1063 in. steel wire for selvages and corners; and • minimum 0.0866 in. for binding or tie wire. 2.1.3. Sandbag Material. Furnish sandbags meeting Section 506.2.8., "Sandbags," except that any gradation of aggregate may be used to fill the sandbags. 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, prefabricated fittings, and flared entrance sections that conform to the plans. Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 432, "Riprap." 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non-erodible material that conforms to the plans. Provide rock or rubble with a minimum diameter of 6 in. and a maximum volume of 1/2 cu. ft. for the construction of energy dissipaters. 2.4. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 2.4.1. 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. 2.4.2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long-term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise shown on the plans or allowed. Provide plywood or pressed wafer board at least 1/2 in. thick for short-term exits. 2.4.3. 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. 2.5. Embankment for Erosion Control. Provide rock, loam, clay,topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2.6. Pipe. Provide pipe outlet material in accordance with Item 556, "Pipe Underdrains," and details shown on the plans. ITEM 506-2 OF 19 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS MP' Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 2.7. Construction Perimeter Fence. 2.7.1. 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 minimum cross-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. 2.7.2. Fence. Provide orange construction fencing as approved. 2.7.3. Fence Wire. Provide 14 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tiewire. 2.7.4. Flagging. Provide brightly-colored flagging that is fade-resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 2.7.5. Staples. Provide staples with a crown at least 1/2 in.wide and legs at least 1/2 in. long. 2.7.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.8. 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. ITEM 506-3 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 2.9. Temporary Sediment Control Fence. Provide a net-reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 2.9.1. Fabric. Provide fabric materials in accordance with DMS-6230,"Temporary Sediment Control Fence Fabric." 2.9.2. 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. 2.9.3. 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. 2.9.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. 2.10. Biodegradable Erosion Control Logs. 2.10.1. 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." 2.10.2. 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. 2.10.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. ITEM 506-4 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 onhow 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. 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by ITEM 506-5 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS NMI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 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 TXR15000O 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. 4.3.3. Finished Work. Remove and dispose of all temporary control measures Iupon 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 1 ITEM 506-6 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS 11 FM�, Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 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 TXR1 50000. 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. 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. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor's option. Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5. Place the aggregate on the mesh and then fold the mesh ITEM 506-7 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS F9K111.4Z19 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings for Types 2 and 3, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filterdams according to the following criteria unless otherwise shown on the plans: 4.4.1.1. Type 1 (Non-Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.2. Type 2 (Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.3. Type 3 (Reinforced). • Height. At least 36 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.4. 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. Place the sack flat in a filling trough,fill with stone, connect sides, and secure ends as described above for horizontal filling. Lift and place without damaging the gabion. Shape sack gabions to existing contours. 4.4.1.5. Type 5. Provide rock filter dams as shown on the plans. ITEM 506-8 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 4.4.2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8-in. lifts to the required elevations. Hand-tamp the soil around and under the entrance section to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe atall points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432, "Riprap,"when designated on the plans. 4.4.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on the plans unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the materials specified above, to a minimum depth of 9 in. at the flume outlet to the limits shown on the plans or as directed. 4.4.4. 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. 4.4.4.1. 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. 4.4.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. 4.4.4.2. 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 dailyoperations where long-term exits are not practical. 4.4.4.2.2. Type 4. Construct as shown on the plans or as directed. 4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. ITEM 506-9 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 4.4.5.1. 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. 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. 4.4.5.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 4.4.6. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. 4.4.6.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.4.6.2. 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. 4.4.6.3. 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. 4.4.7. 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. 4.4.8. 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. 4.4.8.1. Installation of Posts. Embed posts at least 18 in. deep, or ITEM 506- 10 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Mir! Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.8.2. 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. 4.4.8.3. 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. 4.4.8.4. 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. 4.4.9. 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. 4.4.10. 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. ITEM 506- 11 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS FrAlID9 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B 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 5.1. Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 5.1.1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. 5.1.2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of average end areas. 5.1.2.1. Installation. Measurement will be made in final position. 5.1.2.2. Removal. Measurement will be made at the point of removal. 5.2. Temporary Pipe Slope Drains. Temporary pipe slope drains will be measured by the foot. 5.3. Temporary Paved Flumes. Temporary paved flumes will be measured by the square yard of surface area. The measured area will include the energy dissipater at the flume outlet. 5.4. Construction Exits. Construction exits will be measured by the square yard of surface area. 5.5. Earthwork for Erosion and Sediment Control. 5.5.1. 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. 5.5.2. Volume Measurement. ITEM 506-12 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS IFW1191 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 5.5.2.1. In Place. 5.5.2.1.1. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 5.5.2.1.2. 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. 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under "Earthwork (Erosion and Sediment Control, In Vehicle)." Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 5.6. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. 5.7. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 5.8. Temporary Sediment-Control Fence. Installation or removal of temporary sediment- control fence will be measured by the foot. 5.9. 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. 5.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 6. PAYMENT ITEM 506-13 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Mpg Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit The following will not be paid for directly but are subsidiary to pertinent Items: • 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); • removal of litter, unless a separate pay item is shown on the plans; • repair to devices and features damaged by Contractor operations; • added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; • removal and reinstallation of devices and features needed for the convenience of the Contractor; • finish grading and dressing upon removal of the device; and • 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. Rock Filter Dams.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: 6.1.1. Installation. Installation will be paid for as "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.1.2. Removal. Removal will be paid for as "Rock Filter Dams (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. When the Engineer directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for "Rock Filter Dams (Remove)" and for "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.2. Temporary Pipe Slope Drains. 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 "Temporary Pipe Slope Drains" of the size ITEM 506- 14 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS WIZ! Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit specified. This price is full compensation for furnishing materials, removal and disposal, furnishing and operating equipment, labor, tools, and incidentals. Removal of temporary pipe slope drains will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the pipe slope drain installation or portions thereof be replaced, payment will be made at the unit price bid for"Temporary Pipe Slope Drains" of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of the sediment trap, will be measured and paid for under"Earthwork for Erosion and Sediment Control." Riprap concrete or stone, when used as an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item 432, "Riprap." 6.3. Temporary Paved Flumes. 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 "Temporary Paved Flume (Install)" or "Temporary Paved Flume (Remove)."This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for "Temporary Paved Flume (Remove)" and "Temporary Paved Flume (Install)."These prices are full compensation for the removal and replacement of the paved flume and for equipment,labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under"Earthwork for Erosion and Sediment Control." ITEM 506- 15 OF 19 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS MMii Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 6.4. 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. 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." 6.5. Earthwork for Erosion and Sediment Control. 6.5.1. 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. 6.5.2. Maintenance Earthwork for Erosion and Sediment Control for Cleaning and Restoring Control Measures. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid under a Contractor Force Account Item from invoice provided to the Engineer. This price is full compensation for excavation, embankment, and re-grading including removal of accumulated sediment in various erosion control installations as directed, hauling, and disposal of material not used elsewhere on the project; excavation for construction of erosion-control features; embankments including furnishing material from approved sources and ITEM 506-16 OF 18 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Mir Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit construction of erosion-control features; and equipment, labor, tools, and incidentals. Earthwork needed to remove and obliterate erosion-control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.6. Construction Perimeter 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 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. 6.7. 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," which is full compensation for the reinstallation of the sandbags. 6.8. 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: 6.8.1. 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. 6.8.2. 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. ITEM 506- 17 OF 18 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Mr! Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 6.9. 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: 6.9.1. 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. 6.9.2. 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. 6.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. ITEM 506- 18 OF 18 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS MilAZI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit ITEM 529 CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER 1. DESCRIPTION Construct hydraulic cement concrete curb, gutter, and combined curb and gutter. 2. MATERIALS Furnish materials conforming to: • Item 360, "Concrete Pavement" ■ Item 420,"Concrete Substructures" • Item 421, "Hydraulic Cement Concrete" ■ Item 440, "Reinforcement for Concrete" Use Class A concrete or material specified on the plans. Use Grade 8 coarse aggregate for extruded Class Aconcrete. Use other grades if approved. When approved, use fibers meeting the requirements of DMS-4550, "Fibers for Concrete," to replace reinforcing steel in Class A concrete. Dose fibers in accordance with the Department's MPL of pre-qualified fibers for concrete. 3. CONSTRUCTION Provide finished work with a well-compacted mass and a surface free from voids and honeycomb, in the required shape, line, and grade. Round exposed edges with an edging tool of the radius shown on the plans. Mix, place, and cure concrete in accordance with Item 420,"Concrete Substructures."Construct joints at locations shown on the plans. Cure for at least 72 hr. Furnish and place reinforcing steel in accordance with Item 440, "Reinforcement for Concrete." Set and maintain a guideline that conforms to alignment data shown on the plans, with an outline that conforms to the details shown on the plans. Ensure that changes in curb grade and alignment do not exceed 1/4 in. between any 2 contacts on a 10-ft. straightedge. • Conventionally Formed Concrete. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. ITEM 529- 1 OF 2 CONCRETE CURB, GUTTER,AND COMBINED CURB AND GUTTER MI�' Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Pour concrete into forms, and strike off with a template 1/4 to 3/8 in. less than the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of 1 part hydraulic cement and 2 parts fine aggregate. Brush exposed surfaces to a uniform texture. Place curbs, gutters, and combined curb and gutters in 50-ft. maximum sections unless otherwise approved. Extruded or Slipformed Concrete. Hand-tamp and sprinkle subgrade or foundation material before concrete placement. Provide clean surfaces for concrete placement. Coat cleaned surfaces, if required, with approved adhesive or coating at the rate of application shown on the plans or as directed. Place concrete with approved self-propelled equipment. The forming tube of the extrusion machine or the form of the slipform machine must be easily adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. Other methods may be used when approved. Finish surfaces immediately after extrusion or slipforming. 4. MEASUREMENT This Item will be measured by the foot. 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 "Concrete Curb," "Concrete Curb (Mono)," or "Concrete Curb and Gutter" of the type specified. This price is full compensation for surface preparation of curb foundation, equipment, labor, materials, tools, and incidentals. ITEM 529-2 OF 2 CONCRETE CURB, GUTTER,AND COMBINED CURB AND GUTTER pAlWPort Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Port Arthur Transit Contract No.21.287 ITEM 531 SIDEWALKS 1. DESCRIPTION Construct hydraulic cement concrete sidewalks. 2. MATERIALS Furnish materials conforming to the following: Item 360, "Concrete Pavement" Item 420, "Concrete Substructures" Item 421, "Hydraulic Cement Concrete" Item 440, "Reinforcement for Concrete" Use Class A concrete unless otherwise shown on the plans. Use Grade 8 course aggregate for extruded Class A concrete. Use other grades if approved. 3. CONSTRUCTION Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Hand-tamp and sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and dispose of existing concrete in accordance with Item 104, "Removing Concrete." Provide a clean surface for concrete placement directly on the surface material or pavement. Mix and place concrete in accordance with the pertinent Items. Hand-finishing is allowed for any method of construction. Finish exposed surfaces to a uniform transverse broom finish surface. Curb ramps must include a detectable warning surface and conform to details shown on the plans. Install joints as shown on the plans. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4 in.,sidewalk cross slope does not exceed 2%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10% slope. Ensure that the sidewalk depth and reinforcement are not less than the driveway cross-sectional details shown on the plans where a sidewalk crosses a concrete driveway. Provide finished work with a well-compacted mass, a surface free from voids and honeycomb, and the required true-to-line shape and grade. Cure for at least 72 hr. in accordance with Item 420, "Concrete Substructures." SECTION 531 -1 OF 2 SIDEWALKS "WA Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Port Arthur Transit Contract No.21-287 3.1 Conventionally Formed Concrete. Provide pre-molded or board expansion joints of the thickness shown on the plans for sidewalk section lengths greater than 8 ft. but less than 40 ft., unless otherwise directed. Terminate workday production at an expansion joint. 3.2 Extruded or Slipformed Concrete. Provide any additional surface finishing immediately after extrusion or slipforming as required on the plans. Construct joints at locations as shown on the plans or as directed. 4. MEASUREMENT Sidewalks will be measured by the square yard of surface area. Curb ramps will be measured by the square yard of surface area or by each. A curb ramp consists of the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the plans. 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 "Concrete Sidewalks"of the depth specified and "Curb Ramps"of the type specified. This price is full compensation for surface preparation of sidewalk foundation; materials; removal and disposal of existing concrete; excavation, hauling and disposal of excavated material; drilling and doweling into existing concrete curb, sidewalk, and pavement; repair of adjacent street or pavement structure damaged by these operations; and equipment, labor, materials, tools, and incidentals. Sidewalks that cross and connect to concrete driveways or turnouts will be measured and paid for in accordance with Item 530, "Intersections, Driveways, and Turnouts." SECTION 531 -2 OF 2 SIDEWALKS prAlr Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit ITEM 666 RETROREFLECTORIZED PAVEMENT MARKINGS 1. DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow)and profile pavement markings. 2. MATERIALS 2.1 Type I Marking Materials. Furnish in accordance with DMS-8220, "Hot Applied Thermoplastic." Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division, and in accordance with DMS-8220, "Hot Applied Thermoplastic." 2.2 Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 3. EQUIPMENT 3.1 General Requirements. Use equipment that: o Is maintained in satisfactory condition, o Meets or exceeds the requirements of the national board of fire underwriters and the texas railroad commission for this application, o Applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, o Has an automatic cut-off device with manual operating capabilities to provide clean, square marking ends, o Is capable of producing the types and shapes of profiles specified, and o Can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. o Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying type I material. ITEM 666-1 OF 8 REFLECTORIZED PAVEMENT MARKINGS Port Arthur Transit Dallas and Ft Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit When pavement markings are required to meet minimum retroreflectivity requirements on the plans: o Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. o Use a portable retroreflectometer that: o uses 30-meter geometry and meets the requirements described in ASTM E1710; o has either an internal global positioning system (GPS) or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft. 5 in., in accordance with the circular error probability (CEP) method (CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument); o can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2 Material Placement Requirements. Use equipment that can place: o At least 40,000 ft. Of 4-in. Solid or broken non-profile markings per working day at the specified thickness; o At least 15,000 ft. Of solid or broken profile pavement markings per working day at the specified thickness; o Linear non-profile markings up to 8 in. Wide in a single pass; o Non-profile pavement markings other than solid or broken lines at an approved production rate; o A centerline and no-passing barrier-line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment, spacing, and thickness for non-profile pavement markings shown on the plans; o Solid and broken lines simultaneously; o White line from both sides; o Lines with clean edges, uniform cross-section with a tolerance of±1/8 in. Per 4 in. Width, uniform thickness, and reasonably square ends; o Skip lines between 10 and 10-1/2 ft., a stripe-to-gap ratio of 10 to 30, and a stripe-gap cycle between 39-1/2 ft. And 40-1/2 ft., automatically; o Beads uniformly and almost instantly on the marking as the marking is being applied; o Beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and o Double-drop bead applications using both type ii and type iii beads from separate independent bead applicators, unless otherwise approved by the engineer. ITEM 666-2 OF 8 REFLECTORIZED PAVEMENT MARKINGS FMAZ Port Arthur Transit Dallas and Ft Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1 General. Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved. Protect all markings placed under open-traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: • Type I Marking Application—Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. Apply markings: o that meet the requirements of Tex-828-B, o that meet minimum retroreflectivity requirements when specified on the plans (applies to Type I markings only), o using widths and colors shown on the plans, o at locations shown on the plans, o in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, o without abrupt deviations, o free of blisters and with no more than 5% by area of holes or voids, o with uniform cross-section, density and thickness, o with clean and reasonably square ends, o that are retroreflectorized with drop-on glass beads, and o using personnel skilled and experienced with installation of pavement markings. ITEM 666-30F8 REFLECTORIZED PAVEMENT MARKINGS 11:9M Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Remove all applied markings that are not in alignment or sequence as stated on the plans, or in the specifications, at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. 4.2 Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1 Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. Air blast or broom the pavement surface for new asphalt surfaces (less than 3 years old) and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2 Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). Clean old asphalt surfaces (more than 3 years old) and all concrete surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 4.2.3 Sealer for Type I Markings.Apply a pavement sealer to old asphalt surfaces (more than 3 years old)and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers. Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1., "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. 4.3 Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all required replacement costs. 4.3.1 Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.1., "General," and with a surface temperature above 50°F when measured in accordance with Tex-829-B. Non-Profile Pavement Markings. Apply Type I non-profile markings with a minimum thickness of: ITEM 666-4 OF 8 REFLECTORIZED PAVEMENT MARKINGS lipATA Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit • 0.100 in. (100 mils) for new markings and retracing water-based markings on surface treatments involving Item 316, "Seal Coat," • 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or • 0.090 in. (90 mils)for all other Type I markings. • The maximum thickness for Type I non-profile markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-B using the tape method. Profile Pavement Markings. Apply Type I profile markings with a minimum thickness of: • 0.060 in. (60 mil)for edgeline markings, or • 0.090 in. (90 mil)for gore and centerline/no-passing barrier line markings. In addition, at a longitudinal spacing indicated on the plans, the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction. The profile must not be less than 0.30 in. (300 mil) nor greater than 0.50 in. (500 mil) in height when measured above the normal top surface plane of the roadway. The transverse width of the profile must not be less than 3.25 in., and the longitudinal width not less than 1 in., when measured at the top surface plane of the profile bar. The profile may be either a 1 or 2 transverse bar profile. When the 2 transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above transverse bar width is for each 4 in. of line width. 4.3.2.1 Bead Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings, with 40%to 60% bead embedment. 4.3.3 Retroreflectivity Requirements. When specified on the plans, Type I markings must meet the following minimum retroreflectivity values for edgeline markings, centerline or no passing barrier-line, and lane lines when measured any time after 3 days, but not later than 10 days after application: • White markings: 250 millicandelas per square meter per lux (mcd/m2/Ix) • Yellow markings: 175 mcd/m2/Ix 4.3.4 Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft. of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft. of pavement markings or Contracts with callout work, mobile or portable retroreflectometers may be used at the Contractor's discretion. ITEM 666-5 OF 8 REFLECTORIZED PAVEMENT MARKINGS Port Arthur Transit Dallas and Ft. Worth Avenue Road Rehabilitation Project Contract No. 21-287B Port Arthur Transit 4.3.3.4.1 Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved. Take measurements on each section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification, "Mobile Retroreflectivity Data Collection for Pavement Markings," unless otherwise approved. The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer's recommendations and directions. Inform the Engineer at least 24 hr. before taking any measurements. A marking meets the retroreflectivity requirements if: o the combined average retroreflectivity measurement for a one-mile segment meets the minimum retroreflectivity values specified, and o no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one-mile segment. The Engineer may accept failing one-mile segments if no more than 20% of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one-mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken; each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes (either solid or broken) will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking if the marking fails retroreflectivity requirements. Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. ITEM 666-6 OF 8 REFLECTORIZED PAVEMENT MARKINGS IFFATA Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 4.3.5 Portable Retroreflectometer Measurements. Take a minimum of 20 measurements for each 1-mi. section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and direction of traffic flow when using a portable reflectometer. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). The spacing between each measurement must be at least 100 ft. The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in. (60 mils)of Type I marking material if the average of these measurements fails. Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings. Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.3.6 Traffic Control. Provide traffic control, as required, when taking retroreflectivity measurements after marking application. On low volume roadways (as defined on the plans), refer to the figure, "Temporary Road Closure" in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways, the minimum traffic control requirements will be as shown on the Traffic Control Plan (TCP) standard sheets TCP (3-1) and TCP (3-2). The lead vehicle will not be required on divided highways. The TCP and traffic control devices must meet the requirements listed in Item 502, "Barricades, Signs, and Traffic Handling." Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.4 Performance Period. All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. ITEM 666-70F8 REFLECTORIZED PAVEMENT MARKINGS FrAM Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 5. MEASUREMENT This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer when used as a sealer for Type I markings, will be measured by the foot; by each word, symbol,or shape; or by any other unit shown on the plans. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pavement Sealer" of the size specified, "Retroreflectorized Pavement Markings" of the type and color specified and the shape, width, size, and thickness specified as applicable, "Retroreflectorized Pavement Markings with Retroreflective Requirements"of the types, colors, sizes, widths, and thicknesses specified or"Retroreflectorized Profile Pavement Markings" of the various types, colors, shapes, sizes, and widths specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. ITEM 666-8 OF 8 REFLECTORIZED PAVEMENT MARKINGS WIZ" Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21.287B Port Arthur Transit ITEM 713 CLEANING AND SEALING JOINTS AND CRACKS(CONCRETE PAVEMENT) DESCRIPTION Clean and seal joints and cracks in concrete pavement. 2. MATERIALS Furnish sealant, boards,and backer rods in accordance with DMS-6310,"Joint Sealants and Fillers."The sealant must be type 4, 5, 7, or 8 unless otherwise shown on the plans and specifications. Furnish primerwhen required by the sealant manufacturer. 3. EQUIPMENT Use equipment that meets the sealant manufacturer's recommendations. Furnish equipment capable of placing the sealant, backer rods, and boards as detailed on the plans. Furnish equipment capable of removing all foreign material from the concrete joint or the grooved crack. The following equipment is recommended to meet cleaning and sealing requirements: • Power Concrete Saw, • Sandblasting Equipment, • Power Router, • High Pressure Air, and • Sealant Dispenser. 4. WORK METHODS Use dimensions shown for joint details in standard drawing Concrete Paving Details, Joint Seals, unlessother dimensions are shown on the plans. Make a groove, follow the cracks to be sealed, and rout the groove approximately 1/2 in. deep x 5/8 in. wide, unless otherwise directed or shown on the plans. The Engineer will select joints and cracks to be cleaned and sealed. Remove all foreign material from the joint or groove reservoir. Clean the joint by sandblasting or other approved methods. If directed, saw joint sides to remove embedded foreign material in the concrete that sandblasting will not remove. Do not place sealant when the concrete pavement is below 55°F or above 90°F. Do not place sealant in a wet or damp joint or groove. Use approved drying method if joints or grooves are sealed within 24 hours of rain. Apply primer when required by the sealant manufacturer. ITEM 713- 1 OF 2 CLEANING AND SEALING JOINTS AND CRACKS Mr" Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Blow out joint orgroove with high pressure air or other approved methods before placing sealant. Remove and replace sealant when placed flush with or above the pavement surface. The different types of joints and cracks are described in Table 1. Table 1 Types of Joints and Cracks Requirements Joint or Crack Type Requirement Transverse Contraction Joints Backer rods and sealants Longitudinal Contraction Joint Sealant Longitudinal Construction Joint Sealant Expansion Joints Boards, backer rods, and sealant Cracks in Jointed Concrete Pavement Sealant 5. MEASUREMENT Joint cleaning and sealing will be measured by the foot of joint cleaned and. sealed. Crack cleaning and sealing will be measured by the foot of crack cleaned and sealed. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured in accordance with "Measurement"will be paid for at the unit price bid for "Joint Sealing and Cleaning" of the type specified, or "Crack Cleaning and Sealing." ITEM 713-20F2 CLEANING AND SEALING JOINTS AND CRACKS RIM Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit SPECIAL SPECIFICATION 6014 MULTI-DUCT CONDUIT SYSTEM 1. GENERAL Furnish conduit of the type and sizes shown on the plans and as directed. Ensure the conduit system is suitable for installation in an outdoor underground environment including constant immersion in water without any degradation in the conduit. Provide new conduit and materials that is UL-listed and meet NEMA and NEC requirements. Fabricate, expansion joints and conduit from a material similar to the connecting conduit unless otherwise shown on the plans. Ensure all components of the Multi-Duct Conduit(MDC) system are provided by the same manufacturer. Ensure the material used to construct the MDC Type 1 system conforms to the material and performance requirements of the Bellcore Document TR-NWT-000356, Issue 2, October 1992, "Generic Requirements for Optical Cable Innerduct," relating to material quality and performance standards. These conduit products will also conform to the requirements of ASTM D1785, ASTM D2122, ASTM D2412 which address quality issues, such as materials, requirements, workmanship, test methods, retest, and rejection, and marking and quality assurance and performance. Ensure the material used to construct MDC Type 2 will conform to the material and performance requirements as specified elsewhere, which address quality issues, such as materials, requirements, workmanship, test methods, retest, and rejection, and marking, quality assurance and performance. Furnish, install, and test the MDC system. Provide all required sweeps, bends, repair couplings, ground box/manhole termination kits, alternative outer ducts, adapters, pre- assembled split repair kits, lubrication access fittings, tug-plugs, slit- innerduct plugs, hangers, brackets, expansion joints, and accessories to complete the MDC system as incidentals. Provide all materials for installation, and testing. 2. DESCRIPTION Ensure the MDC system is a pre-assembled conduit section manufactured from a three inch round outer duct containing three factory installed round inner ducts (Type A) or a four inch round outer duct containing four factory installed round inner ducts (Type B). The inner ducts will be held together in a square configuration by a system of spacers. The spacers, which hold the individual conduits in formation, will be capable of locking them tightly together to prevent free twisting of the inner ducts. ITEM SS 6014- 1 OF 9 MULTIDUCT CONDUIT SYSTEM PM�' Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit The MDC, including respective bends, couplings, adapters, and other accessory fittings, will contain a coupling body for sealing the outer and inner ducts of adjacent conduit sections in an end-to-end relationship. Ensure the factory assembled length and associated bends of all multi-duct is manufactured without the use of adhesives to allow for inner duct movement relieving internal stresses experienced during field handling and due to variations in coefficient of thermal expansion. The MDC will have available a complete line of available accessory items including, but not limited to, alternative outer ducts, sweeps and bends, repair couplings, ground box/manhole termination kits, pre-assembled split repair kits, and lubrication access fittings. Provide a single protective end cap for each end of all 20-ft. conduit sections, factory bends and fittings. The percent ovality of the conduit system will not exceed 5%. Ensure the MDC Type 1 system will perform in underground installation in an ambient temperature range of 30°F to 130°F without degradation of material properties. Provide a conduit system that is resistant to most harsh chemicals and protected against degradation due to oxidation or general corrosion. The conduit system will be capable of being direct buried by trenching or boring with no special consideration to using selective backfill. Ensure the MDC Type 2 system will perform in exposed application. This MDC Type 2 conduit will perform in an ambient temperature range of minus 40°F to 248°F without degradation of material properties. The MDC conduit system will be resistant to most harsh chemicals and protected against degradation due to oxidation or general corrosion. It will also have low coefficient of thermal expansion, such that expansion and contraction is minimal. Ensure the conduit system is free of visible cracks, holes or other physical defects that would degrade its performance. It will be as uniform as practical in respect to overall dimensions, color, density, thickness, etc. Provide a conduit system with a UV light stabilizer which will protect it in direct sunlight. The conduit system will have durable identification showing the name and trademark of the manufacturer, conduit size, date of manufacture and "TxDOT - Fiber Optic Cable System" identification. 2.1. Outer Duct. The three inch and four inch round outer duct MDC Types 1A and 1 B will be heavy walled schedule 40 polyvinyl chloride conduit (PVC) as shown on the plans and as directed. Schedule 40 PVC conduit will respectively meet the requirements of schedule 40 PVC conduit and conform to telecommunication industry standard TC-2, UL 651, and the NEC and will incorporate a longer (what is minimum bell that is acceptable) ITEM SS 6014-2 OF 9 MULTIDUCT CONDUIT SYSTEM IFIATPI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit integral bell in place of the standard 3.5-inch bell to accommodate the length of the coupling body. The average outside diameter(OD)of the four-inch schedule 40 outer duct will be 4.5 inch minimum. The wall thickness for the schedule 40 will be 0.237 inch minimum. The average outside diameter (OD) of the three-inch schedule 40 outer duct will be 3.5 inch minimum. The wall thickness for the schedule 40 will be 0.237 inch. The MDC Type 2 system will be hot-dipped galvanized steel conduit. All conduit, elbows and fittings will be hot-dipped galvanized steel. 2.2. Inner Ducts. Provide Inner ducts that are extruded from a 90 percent Virgin High Density Polyethylene (PE) compound. This compound will be specifically blended to produce inner ducts for use in multi-duct systems. Characteristics of this blend will add rigidity to the extruded PE inner ducts, minimize the differences between the expansion and contraction rates of PVC and the PE inner ducts, create a burn resistant PE inner duct to minimize the chance of damaging the inner duct during the cable placing operation, and provide a permanent dry lubricant that is extruded within the wall of the inner duct. Ensure the inner ducts incorporate longitudinal ribs within the extruded wall. Inner ducts will be uniquely defined by the extrusion of a different color for each of the inner ducts; colors will be orange, yellow, red, and white. The white inner duct will be placed directly in-line with the manufacturer's identification on the outer duct for ease of identification and installation. Inner ducts will be extruded in a controlled outside diameter (OD) fashion. Inner duct will have a minimum inside diameter(ID) of one inch. 2.3. Coupling Body. Provide a factory installed primary coupling body that is manufactured as a hard plastic coupling body incorporating conical shaped target areas to accommodate self-alignment of each inner duct upon field assembly. This coupling body will incorporate sealing devices to facilitate field assembly and prevent water and foreign material leakage from outside the multi-duct system and to prevent air leakage from inside the inner ducts. No lubricant will be required for field assembly of this conduit system and assembly will be accomplished solely by hand without use of special tools. Ensure that the coupling body with its sealing members will seal the outer walls of the inner ducts and the inner wall of the outer duct, providing an airtight seal from within the inner duct system, and a watertight seal from the outside of the outer duct. Ensure that the gasket or sealing members will be an anti-reversing design, in such that the lengths of conduit stay joined together without the need for solvent cement. ITEM SS6014-3OF9 MULTIDUCT CONDUIT SYSTEM PATIZI Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Ensure that the field connection end of the internal coupling body will incorporate shaped target areas to accommodate self-alignment of the inner ducts, with bore openings, during field assembly. Ensure that the coupling body will have one of the bore openings on the field assembly side uniquely identified to facilitate proper continuous inner duct alignment, during field assembly. 3. CONSTRUCTION METHODS Place conduit in accordance with the lines, grades, details, and dimensions shown on the plans or as otherwise approved. Install underground conduit MDC Type 1 (A and B) at depths shown on the plans unless otherwise shown on the plans. Installation of conduit will be in accordance with the requirements of the NEC. Ream all conduit ends to remove burrs and sharp edges. Fasten all conduit placed on structures with conduit straps or hangers as shown on the plans and as directed. Fit the conduit terminations with bushings or bell ends. Ensure that prior to installation of cables or final acceptance, a spherical template having a diameter of not less than 75 percent of the inside diameter of the inner duct will be drawn through the inner duct to ensure that the inner duct is free from obstruction. The ends of all empty inner duct placed for future use will be fitted with caps. Trench excavation and backfilling will be as shown on the plans, and in accordance with Item 400, "Excavation and Backfill for Structures," except for measurement and payment. An approved detectable underground metalized Mylar conduit marking will be placed over the MDC on top of a six inch backfill, prior to final backfill of the trench. The marking tape will be imprinted with "TxDOT Conduit and Fiber Optic Cable System - Call Before Proceeding" every 18 inches. Where existing surfacing is removed for placing conduit, repair will be made by backfilling with material equal in composition and density to the surrounding areas, and by replacing any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. The furnishing and installing of the detectable underground metalized Mylar conduit marking tape along the MDC system will not be paid for directly but will be subsidiary to this Special Specification. Jacking and boring when required will be in accordance with Item 476, "Jacking, Boring or Tunneling Pipe", except for measurement and payment. ITEM SS 6014-4 OF 9 MULTIDUCT CONDUIT SYSTEM Mr! Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 4. TESTING 4.1. General. Performance tests all materials and equipment not previously tested and approved. If technical data is not considered adequate for approval, samples may be requested for testing. The contract period will not be extended for time lost or delays caused by testing prior to final Department approval of any items. Satisfy all, inspection requirements prior to submission for inspection and acceptance unless otherwise specified. The Engineer reserves the right to have his representative witness all tests. The results of each test will be compared with the requirements specified herein. Failure to conform to the requirements of any test will be counted as a defect and the materials will be subject to rejection. Rejected materials may be offered again for retest, provided all non-compliances have been corrected and retested by the Contractor, and evidence thereof submitted to the Engineer. 4.2. Examination Product. The contractor will ensure each conduit system component will be examined carefully to verify that the materials, design, construction, markings, and workmanship 4.3. Testing Of Product. Provide a coupling body that will seal the inner duct so that after the application of 100 psi to an inner duct, the inner duct will be capable of maintaining a minimum of 15 psi for 24 hours. Employ, at the contractor's expense, an approved independent commercial testing laboratory to perform the above test. Submit certified reports of such test to the Engineer. Furnish the Department with certified documentation of compliance with PVC and PE requirements based on random testing of products by an independent testing laboratory. Such testing will be in accordance with all ASTM, NEMA STANDARD TC-2, UL 651, and Bellcore standards as referenced in this specification. 5. REFERENCES The Multi-Duct Conduit System Supplier will submit three references, preferably from other State Departments of Transportation, where this supplier's conduit system has functioned successfully for a period of no less than one year. Reference data will include current name and address of organization, and the current name and telephone number of an individual from the organization who can be contacted to verify system installation. This information will be provided prior to documentation submittal. Failure to furnish the above references will be sufficient reason for rejection of the supplier's equipment. ITEM SS6014-50F9 MULTIDUCT CONDUIT SYSTEM 17M111 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 6. MEASUREMENT This Item will be measured by the foot of the conduit system furnished, installed, and tested in accordance with this specification. 7. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided for under "Measurement" will be paid for at the unit price bid for "Multi-Duct Conduit" of the various types and sizes as specified. This price will be full compensation for furnishing, and installing conduit;for jacking, boring, excavating,furnishing and placing backfill, replacing pavement structure, sod, riprap, curbs or other surface; for furnishing and installing all fittings, sweeps, bends, repair couplings, adapters, ground box and manhole termination kits, pre- assembled split repair kits, lubrication access fittings, hangers, brackets, expansion joints, and detectable underground metalized Mylar conduit marking tape; and for all labor, tools, equipment and incidentals. ITEM SS6014-6OF9 MULTIDUCT CONDUIT SYSTEM 1159W111 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit SPECIAL SPECIFICATION 8015 FLOWABLE BACKFILL (MATERIALS ONLY) 1. DESCRIPTION Furnish flowable backfill material. 2. MATERIALS Use materials from prequalified sources listed on the Department website. Use materials from non-listed sources only when tested and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. Do not combine approved material with unapproved material. 2.1. Cement. Furnish cement in accordance with DMS-4600, "Hydraulic Cement." 2.2. Fly Ash. Furnish fly ash in accordance with DMS-4610, "Fly Ash." 2.3. Chemical Admixtures. Furnish chemical admixtures in accordance with DMS-4640, "Chemical Admixtures for Concrete." Use specialty type admixtures to enhance the flowability, reduce shrinkage, and reduce segregation by maintaining solids in suspension when necessary. Use and proportion all admixtures in accordance with the manufacturer's recommendations. 2.4. Fine Aggregate. Provide fine aggregate that will stay in suspension in the mortar to the extent required for proper flow and that meets the gradation requirements and in accordance of Table 1. Table 1 Aggregate Gradation Chart Sieve Size Percent Passing 3/4" 100 #200 0-30 Test fine aggregate gradation in accordance with Tex-401-A. Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex-106-E. 2.5. Mixing Water. Use mixing water in accordance with Item 421, "Hydraulic Cement Concrete." 2.6. Mix Design and Properties. Submit a mix design for approval. SECTION SS 8015-1 OF 2 FLOWABLE BACKFILL(MATERIALS ONLY) Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 2.7. Furnish a mix meeting the requirements and in accordance of Table 2 unless otherwise shown on the plans. Table 2 Flowable Fill Mix Design Requirements Property Excavatable Non-Excavatable Test Method i2 28-day Compressive Strength, psi 80 to 200 200 ASTM D483 Consistency,2 Min diameter, in. 8 ASTM D6103 Unit Weight, pcf 90 to 125 100 to 145 ASTM D6023 Air Content, % 10 to 30 5 to 15 ASTM D6023 1. Average of two specimens. 2. Mixture must not segregate. Mix the flowable fill using a central-mixed concrete plant, ready-mix concrete truck, pug mill, or other approved method. The Engineer will sample and test in accordance to Table 2. 3. MEASUREMENT This Item will be measured by the cubic yard of material. 4. PAYMENT Material (Site Delivery). Payment will be made for the materials furnished in accordance with this Item and measured as provided under "Measurement" at the unit price bid for "Flowable Backfill." This price is full compensation for furnishing materials, sampling, loading, hauling,delivery of materials to the site specified in the plans, labor for measuring, and for equipment, labor, tools, and incidentals. Locations will be shown on the plans. SECTION SS 8015-2 OF 2 FLOWABLE BACKFILL(MATERIALS ONLY) 1MM Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit DMS (Departmental Materials Specification) 11030 CONDUIT 1. DESCRIPTION This Specification governs the materials, composition, quality, sampling, and testing of electrical conduit. 2. UNITS OF MEASURE The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. ombining values from the two systems may result in nonconformance with the standard. 3. MATERIAL PRODUCER LIST The Traffic Operations Division (TRF) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Electrical conduits appearing on the MPL, entitled "Roadway Illumination and Electrical Supplies," need no further sampling or testing unless deemed necessary by the Project Engineer or TRF. 4. BIDDER'S AND SUPPLIERS REQUIREMENTS The Department will purchase or allow on projects only those products listed by manufacturer and product code on the MPL. Use of pre-qualified product does not relieve the Contractor of the responsibility to provide products that meet this Specification. The Department may inspect or test material at any time and reject any material that does not meet the specifications. Testing of failing materials will be at the manufacturer's expense. Notify the Department in writing of selected materials from the MPL intended for use on each project. Provide evidence of Underwriters Laboratories(UL®)certification to produce electrical conduits. To be accepted on bids, materials must have approved product codes or designations and be from pre-qualified producers. 5. PRE-QUALIFICATION PROCEDURE 1. Pre-Qualification Request. Submit a request for evaluation to the Texas Department of Transportation, Traffic Operations Division, Traffic Engineering Section (TRF- TE),125 East 11th Street, Austin, Texas 78701-2483. SECTION DMS 11030- 1 OF 9 CONDUIT INKM11191 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 2. Pre-Qualification Submittals. Include the following with the pre-qualification request. • Submit two legible copies of catalog cut sheets for all components required for each type of electrical conduit, conduit and fitting samples, and box drawings, marked to indicate the specific product submitted for pre-qualification. • For each type of conduit, submit a 3-ft. sample and applicable required test results. • For each box, submit applicable required test results. • For all products, submit Quality Assurance/Quality Control (QA/QC) documentation from Article 11030.6. • Provide additional samples when directed, following Department submittal guidelines. Submit all materials for pre-qualification evaluation at no cost to the Department. C. Evaluation.TRF-TE reviews submittals,tests samples for specification compliance,and updates the MPL to include materials that meet specification requirements. TRF-TE will notify prospective bidders and suppliers after completion of material evaluation. 1. Qualification. If approved for Department use, TRF-TE will add the conduit to he MPL. Materials listed on the MPL will require no additional submittals for that product. Report changes in the composition or in the manufacturing process of any material to TRF-TE. Significant changes reported by the manufacturer, as determined by the Director of TRF, may require a re-evaluation of performance. Unapproved changes may result in removal of the manufacturer from the MPL for 1 year. 2. Failure. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. The Department normally bears the costs of sampling and testing; however, the Contractor or supplier will bear the costs of sampling and testing materials failing to conform to the requirements of this Specification. The Director of TRF will assess the cost at the time of testing. The Department will deduct amounts due from monthly or final estimates on Contracts or from partial or final payments on direct purchases by the State. The Department will not retest products until costs for previously failed tests have been paid. D. Periodic Evaluation. TRF may periodically test products from projects for compliance with this Specification. TRF may remove products from the MPL that inconsistently pass testing or are inconsistent with product guidelines.Testing of failing materials will be at the manufacturer's expense. SECTION DMS 11030-2 OF 9 CONDUIT Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit E. Disqualification. The following conditions are cause for immediate removal from the MPL. • Manufacturer makes changes in the composition or in the manufacturing process of any material without prior testing and approval by TRF-TE. • Pre-qualified material does not meet the requirements of this Specification as a result of periodic evaluation or is inconsistent with product guidelines. • Pre-qualified material provided on a project does not match the pre-qualified submittals. F. Re-Qualification. Producers may submit material for re-evaluation after 1 year has elapsed from the date of removal from the MPL or after providing documentation from an independent testing facility stating the materials meet all requirements of this Specification. TRF-TE will reinstate the 1-year time limit if, after retesting, the material again fails any of the specification requirements 6. QA/QC REQUIREMENTS The manufacturer must demonstrate a commitment to quality by submitting QA/QC program documentation with the following minimum requirements: • Written statement of the company's QA/QC policy, • Name of employee with special QA/QC training and with QA/QC as a primary job responsibility, • Written procedure for handling orders for conduit built to Department specifications, • Written procedure for keeping track of conduit manufactured, certified, and tested for Department orders, and • Checklist of features for Department conduit with QA/QC employee's signature. 8. MATERIAL REQUIREMENTS A. General Requirements. Provide new conduit, conduit fittings, and junction boxes listed for the intended use by UL® and meeting the applicable requirements of the National Electrical Manufacture's Association (NEMA®) and the National Electrical Code (NEC®). When referencing UL®, consider any current Nationally Recognized Testing Laboratory (NRTL)as shown on the Occupational Safety and Health Administration (OSHA)website. Provide evidence of NRTL certification to produce electrical conduit. Polymer concrete junction boxes used in traffic barriers and stainless-steel junction boxes larger than 12 x 12 x 6 in. need not be UL® Listed. Provide documentation of compliance with required standards and specifications. When testing is required, either an independent testing laboratory or licensed professional engineer will certify the test results. Provide a copy of the current applicable testing guidelines upon request. SECTION DMS 11030-3 OF 9 CONDUIT FAIM Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Faulty fabrication or poor workmanship in materials, equipment, or installation will be justification for rejection. Provide manufacturer's warranties or guarantees when offered as a customary trade practice. Conduit systems other than listed below, are not governed by these specifications. B. Rigid Metal Conduit. For rigid metal conduit(RMC)systems, provide hot-dip galvanized steel RMC. Galvanize the conduit after threading is complete. Meet the requirements of Item 445 "Galvanizing." Ensure the zinc coating is a minimum of 1.5 oz.per sq. ft. inside and outside in accordance with ASTM A 90. Galvanize factory threads after cutting. Provide liquid-tight flexible metal conduit (LFMC) for RMC systems. Submit a test report with results of galvanizing coating and a salt spray test with exposed threads. 1. Fittings and Straps. Provide hot-dip galvanized or stainless steel conduit support hardware, including straps, nuts, bolts, screws, and washers. Provide stainless steel expansion type anchors when mounting to concrete. Unless otherwise shown in the plans, for 1/4-in. anchors, furnish an anchor with an allowable pullout force of 1,300 lb. For 3/8-in. anchors, furnish an anchor with an allowable pullout force of 2,650 lb. Embed anchor to the depth shown on the plans and in accordance with the manufacturer's recommendations. Provide strut-type straps made of malleable iron or Stainless steel material. Do not use stamped cadmium-plated straps. Use rain-tight electro-zinc plated steel, mechanically galvanized malleable iron, or hot dipped galvanized malleable iron couplings, connectors, conduit bodies, grounding bushings, and offset nipples that are compression type or threaded. Ensure the electrical service weatherhead is electro-zinc plated steel, hot dipped galvanized malleable iron, or copper-free sand-cast aluminum. Provide weatherheads that thread on to the galvanized steel RMC conduit riser. Do not use weatherheads made of zinc die-cast material. Do not use set-screw type conduit fittings. When required, provide expansion joints with internal or external bonding jumper. C. Polyvinyl Chloride Conduit. For polyvinyl chloride (PVC) conduit systems, provide conduit that meets the requirements of NEMA® Standard TC-2 and UL® 651. Provide liquid-tight flexible non-metallic conduit (LFNC) for PVC conduit systems. Provide PVC junction boxes intended for outdoor use in PVC conduit systems. D. High-Density Polyethylene Conduit. For high-density polyethylene (HDPE) conduit systems, provide weather-resistant HDPE that is black in color (minimum 2% carbon black, maximum 2.5% carbon black). Ensure the HDPE compound type meets or exceeds the cell classification PE334420C as described in ASTM D 3350. The conduit supplier must submit written certification that the resin meets or exceeds cell classification requirements. SECTION DMS 11030-4 OF 9 CONDUIT Rik Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Mark conduit with the material designation, schedule of pipe, nominal size shown by IPS (iron pipe standard), the name or trademark of the manufacturer at a maximum of every 10 ft., and the words "TxDOT" or"TxDOT Approved." Meet the requirements of UL®651-A. Meet the requirements of the latest edition of NEMA®TC-7 for type EPEC-40-HDPE. Ensure the wall type is rated Schedule 40 per ASTM F 2160. Do not provide factory-installed conductors. Provide approved electrical conduit connector, or thermally fuse using an electrically heated, wound-wire, resistance welding method. E. Junction Boxes. Provide junction boxes that meet the requirements shown in Table 1. Equip junction boxes with a threaded hole or lug for grounding. Provide stiffeners or thicker metal and external mounting feet for stainless-steel junction boxes larger than Table 1 Junction Box Specifications Box Size(H x W x D) Requirements < 12 x 12 x 6 in. Provide hot-dip galvanized cast iron or sand-cast aluminum junction boxes with external mounting feet. > 12 x 12 x 6 in.but Provide 14-gauge stainless-steel junction boxes.These need not be IAA,listed but < 18 x 18 x 6 in. must meet the other requirements of the NEC®. > 18 x 18 x 6 in. Provide 12-gauge stainless-steel junction boxes.These need not be ULA listed but must meet the other requirements of the NEC®. F. Traffic Barrier Boxes. For traffic barrier installation, provide polymer concrete junction boxes as described below. Permanently mark the inside of polymer concrete junction boxes and covers, either by impress or by permanent ink, with manufacturer's model number, Tier rating, and manufacturer's name or logo. Reinforce polymer concrete junction boxes and covers with two continuous layers of knitted biaxial roving borosilicate fiberglass fabric. The base glass on the fiberglass fabric is alumina-lime-borosilicate type"E"glass.The reinforcing fabric must line the entire inner and outer surfaces. Obtain approval for the fabric prior to production. Do not provide polymer concrete containing chopped fiberglass or fiberglass-reinforced plastic. Construct polymer concrete from catalyzed polyester resin, sand, and aggregate. Ensure minimum compressive strength of 11,000 psi. Meet current ANSI/SCTE77 performance and testing requirements for Tier 8 with certification. Supply certification from an independent laboratory or factory-testing documentation witnessed and certified by a professional engineer licensed in Texas. SECTION DMS 11030-5 OF 9 CONDUIT /' Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit Ensure polymer concrete junction box withstands 600 lb. per sq. ft. applied over the entire sidewall with less than 1/4 in. deflection per foot length of box. Ensure polymer concrete junction box and cover withstand a test loading of 12,000 lb. over a 10 x 10 in. area centered on the cover with less than 1/2 in. deflection at the design load of 8,000 lb. Ensure polymer concrete junction box wall thickness is at least 1/2 in. Provide 3/4 in. polymer concrete junction box covers. Ensure covers are interchangeable between manufacturers. Legibly imprint the polymer concrete junction box cover with the following words: "DANGER—HIGH VOLTAGE ILLUMINATION." Secure polymer concrete junction box cover using two 3/8 in. stainless-steel captive bolts and retainers. Ensure bolts withstand a minimum of 25 ft.-lb. torque and have a minimum 200-lb. straight-pull-out strength. Provide brass nuts and stainless steel hardware. Provide drain hole or drain slot in junction box. Prevent the ingress of fingers into box through drain hole or slot. Meet IEC 529 IP20, tested with a 12.5-mm diameter ball. SECTION DMS 11030-6 OF 9 CONDUIT NVIrl Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 1. Barrier Box for Cast-In-Place/Jersey Barrier. ` / /` r i2 / /N N [3c6; a1/4 N. 14 3/4 i(3751 / / '•``` (T.JSI 12(3851 / `\- // / / / ` /-�' Q)/ .'NN / // (a 11/161 a ";ti_ 12421 - -- I lzal i 1/2 7/11 s'_ 1 1221" C N Mr -;,-----.1 JlNN �� �`' (Y 1l16) ~� linl ��� , 7I� 1 ADAP'1/47(91FON CONDUIT �.1 21 l0 N. 1 1361 I I' 3 r.2 P�C 1�1]E9 PLUG 11_____Er:c..---_, 3 ICI 14 7/a 4 11/16 [1221 1 13658 '`—`---'' i.- a 6/i 12241 Figure 1 Barrier box. 12 7/. 13271 10 7/5 r` I I 1 I f ID ;!i 6 co ( C C 01 i, I 1 I I Z'% .1 2 (Ill TIL ■/ E 12'5 j 1/2 (I11 11 2 1/2 (S. rLtl alai' WI . a/1a I6I MITER P111 Figure 2 Barrier box lid. SECTION DMS 11030-7 OF 9 CONDUIT Fillik11109 Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 2. Barrier Box for F-Shape Barrier. 3 7/3 AN [41 i (261 -)c' , 7 7/" i me] )1 III 4 ......,.._ LB 1/2 4440 . Ae ION Dual " • L.p. - - S'S LISERI / elid ,N. / / /// , , / 6 ita '"' '" Ea] Nir.," ' ,.. .._ yiBai t . i J 11=4...Laini= . 34' 0111111111111111 --Illillill.111190 1.3 . '111.11111111111111111111110 Ms] 7 S/III _ 777' V.321 0 i 3 (I) 170 . ' _ t s 1i2 tro KAMM 3011 3 1/31 -- RV 3/4'COMM (222 XS 134E1 13 3;:d Figure 3 Barrier hos for F-shape harrier. •Vc •a.7)6(7.,).,1 ' ,TIII1V 1./al ''' i 12•1, = 1375j / (;) 1I , , -I , __.....__...._____ , quiarnts Wee 4 7/14 (11141 • 1/3 = 1 -,-^ew-t- 110i4 , 1 1 , 1,1_ . ,,17.! ___.. .,_E---" .___ . i ‘,..r, Tie 1 1/,1•Vi rg3::11,1411 re:t.ems? , 1 el• 1 ' 14 t/2 '-1 t al - 14131 Figure 4 Barrier box lid for F-harrier. SECTION DMS 11030-8 OF 9 CONDUIT Mr" Port Arthur Transit Dallas and Ft.Worth Avenue Road Rehabilitation Contract No.21-287B Port Arthur Transit 3. Barrier Bo.r for Single Slope or Bridge Rail. II 1 IzI)> i 7 ittil1 i 3/8-18 UNC SELF ALIGNING, REPLACEABLE $.S. EZ-NUT 2 PLACES IX 0 ` PCO849D501 •2 i/2 ( t] PLUG 3 PLACES Figure 5 Pots trier box for single slope Farrier or bridge rail. •ltin I1 h1 Um Srt(131 1 L pm]ill 9GC Tis1AI III mrm fv 1 I 1:31 r• = T ..-40-,,,,,:---e-, ,z, C = I �i Aim bre) CD cm fTl NW.in ru fllpu Tin --+ —� Z7 M S/r p 611 a�e ..07.1.: r d W 1 1 J 1 vim law L IUD mar.rs nnsut 10.w fi i T- im- Figure 4 6 Polymer box cover for singk slope barrier or bridge rail. SECTION DMS 11030-9 OF 9 CONDUIT SECTION E • • ADDENDUM 45 Base Bid Schedule No.I Rehabilitate Dallas Avenue and Install Electrical Duct Bank Spec Pay Item Description Units Bid Qty Final Qty _ Remarks 1 _ TxDOT 500 Mobilization LS 1 1 $20,000.00/LS 2 TxDOT 502 Barricades.Signs.and TrafIlc Handling LS 1 1 _$5.000.00AS Sawcut Remove and Dispose Existing 3 TxDOT 104-1 Concrete Curb&Gutter(6 Inches) LF 460 460 $5.00/LF-$2,300.00 Sawcut.Remove and Dispose Existing 4 Tx DOT 104-2 Concrete(7 Inches)Full Depth SY 100 100 $20.00/SY-$2,000.00 Sawcut.Remove and Dispose Existing 5 TxDOT 104-3 Concrete Sidewalk Full Depth SY 30 30 S25.00/SY-$750.00 6 TxDOT 110-1 Unclassified Excavation and Disposal CY 40 40 .$25.00/CY•$1,000.00 . Contaminated Subgrade Excavation and 7 TxDOT 110-2 Disposal CY 100 100 $35.00/CY-$3,500.09 8 TxDOT 132 Select Fill Embankment CY '60 60 $40.00ICY•$2.400.00 9 _ TxDOT 247 Flexible Base.Type A.Grade 1 (8 Inches) SY 100 100 sss.OaSY•1E5,50000 Hot Mix Asphalt Pavement Overlay(2 10 TxDOT 340 Inches)/Type 0)(PG 70-22) TON 200 200 $165.00/TN-$33,00.DO Cold Planning Existing Asphalt Pavement . 11 TxDOT 354 Surface(2 Inches) SY 1.820 1,820 $6.50/SY-$11.630,00 Reinforced Portland Cement Concrete(9 12 Tx DOT 360 Inches) SY 100 100 $120.00ISY-$12,000.00 Reinforced Concrete Pipe(12 Inches)(Class 13 TxDOT 464 111)Complete in Place LF 50 50 $110.00/1F-$5,500.00 14 TxDOT465-1 Inlet Complete in Place EA 2 2 $4.500.00!EA-$9,00010 15 TxDOT 465-2 Manhole Complete in Place EA - 2 ,2 $6,500.00lEA-$13.000.00 Biodegradable Erosion Control Logs(Install) 16 TxDOT 506-1 (8 Inches) LF 345 345 $7.00/LF-$2,415.00 Biodegradable Erosion Control Logs 17 _TxDOT 506.2 (Removal) LF 345 345 $2.50/LF-$862.50 § a G » o } & C 5 m / 6 f - \ § § % / \ 8 \ $ \ J d \ , S § / 8 ° ® o w \ \ } \ \ d ¢ ¢ / CO / 0 w ¢ c o 8 d $ n S / R \ m r F 0 0 _ $ r a e _ _ 73 N _ CO j § j - j $ j 5 / g ) - u ( } = 2 s .e _ 2 r _/ ƒ./ a. \ \ H •) _) / § \ o 0 i / & u � y C ) CO C R R- - \ = ° ] \\ [ \ .E \ & - - } c ± y g $ § % \ \ \ ..05 - E/ :\ - ^ 11 / § -E C .'N -- \ Z / 2 � C � \ » 2y2a ° 0 \ o \ 'a» 'o ! = 7 ° / / } \ . 2 § / / / / / \ @ \ * 22u Q ± Q < » = » cGLu2 ¥ 2 / \ / \ \ } Co 0 0 0 H H H 0 \ \ _ _ _ 0 0 0 0 H H / / / 4 4 $ \ - - N g @ N N N CO Base Bid Schedule Na.2 Rehabilitate FT Worth Avenue Spec Pay Item Description Units Bid Qty Final Qty Remarks 1 TxDOT 500 Mobilization LS 1 1 $10,000.00/LS 2 TxDOT 502 Barricades.Signs.and Traffic Handling LS I t 55.060.00/LS Sawcut,Remove and Dispose Existing 3 Tx DOT 104-1 Concrete Curb&Gutter(6 Inches) LF 360 360 $t0.00/LF-53.600.00 Sawcut,Remove and Dispose Existing 4 TxDOT 104-2 Concrete Curb&Gutter(11 Inches) LF 90 90 510.00/LF-5900.00 Sawcut,Remove and Dispose Existing 5 TxDOT 104-3 Concrete(9 Inches) SY 120 _120 $20.00/SY-$2,40,100 Sawcut,Remove and Dispose Existing 6 TxDOT I04-4 Concrete Sidewalk _ SY 190 190 525.00/SY-54.750.00 7 TxDOT 110-I Unclassified Excavation and Disposal CY 80 80 525.00/CY-$2.000.00 Contaminated Subgrade Excavation and 8 7'xDOT 110-2 Disposal CY 100 100 $35.00JCY-53.500.00 9 TxDOT 132 Select Fill Embankment CY 100 100 s4a.d01CY-$4.000.Co 10 TxDOT 247 Flexible Base.Type A,Grade 1 (8 Inches) SY 120 120 555.001SY•56.003.00 Hot Mix Asphalt Pavement Overlay(2 11 ,TxDOT 340 Inches)(Type D)(PG 70-22) TON 210 210 5165.00FTN-$34.650.00 Cold Planning Existing Asphalt Pavement 12 TxDOT 354 Surface(2 Inches) SY 1,830 1,830 66.50/SY-511,89540 Reinforced Portland Cement Concrete(9 13 TxDOT 360 Inches) SY 120 120 120.0015V-$14,400.00 Reinforced Concrete Pipe(12 Inches)(Class 14 TxDOT 464 Ill)Complete in Place LF 24 24 5110.004Lf-$2.640 00 15 TxDOT 465 Inlet Complete in Place _ EA 2 2 S4•5C0.00/EA-39.000.30 Biodegradable Erosion Control Logs(Install) 16 TxDOT 506-I (8 Inches) LF 380 380 57.00AF-52,660.30 Biodegradable Erosion Control Logs 17 TxDOT 506-2 SRcmoval) LF 380 380 _$2.50&F-5950.00 • • • Temporary Construction Portable Perimeter IS TxDOT 506-3 Fence LS 1 1 $1,000/LS 19 TxDOT 529-1 Concrete Curb&Gutter(Type I1)(6 Inches) LF 360 360 s55.0o1LF-$19,80000 20 TxDOT 529-2 Concrete Curb&Gutter(Type II)(11 Inches) LF 90 90 $75.00/LF•58,750.00 Concrete Sidewalk(5 Inches)Complete in 21 TxDOT 531-1 Place SY 190 190 8105.001SY-$19,95000 22 TxDOT 531-2 ADA Curb Ramp(Type 5) EA 1 1 $4.500/EA-$4,500.00 Reflectorized Pavement Marking(Type I) 23 TxDOT 666 (100 ML)(White) SF 310 310 415,00/SF-$4,650,00 Clean and Seal Cracks and Joints in PCC 24 TxDOT 713 Pavement LF 2,000 2,000 $3.50/LF-$7,000.00 25 SS 8020-1 Allowance No, 1 Miscellaneous Drainage LS 1 1 $8,000.00/LS Bid Schedule 2 Total-$190,595.00 s • • { SECTION F AIA Document A310TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name.legal slants and address) (Nome,legal slants and leaned el place AAA Asphalt Paving,Inc. al-business) 19155 Circle Lake Dr. Merchants Bonding Company(Mutual, his document has important legal Pinehurst,TX 77362 9500 Arboretum Blvd,Ste 100 consequences.Consultation with OWNER: Austin,TX 78759 an attorney is encouraged with (None.legal stoats and tuldrrss) respect to its completion or modification. City of Port Arthur Any singular reference to 444 4th St.4th Fl Port Arthur,TX 77640 • Contractor.Surety,Owner or BOND AMOUNT: Ten Percent of the Amount Bid(10%) other party shall be considered Plural where applicable. PROJECT: (Narne,location or ;Moms,tout l'rglec-t trundler, Vow) ) Dallas Ave and Fort Worth Ave Rehab and Drainage Improvements, Bid#P23-013 Thu Contractor arid Surety arc bound to the Owner in the amount set forth above.lisr the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators.successors and assiwts,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 periixl as may he agrcn:d to by the Owner and Contractor,and the Contractor either(I)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;tw(2)pays to the Owner the difference.not to exceed the amount ofthis Hand,between the amount specified in said bid and such larger amount for which the Owner may in good faith cnurract with another party to perform the work covered by said bid;then this obligation shall he null and void.otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement h tweet)the Owner sod 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 exceeding sixty(60)days in the aggregate beyond the time for acceptance ot'bids specified in the bid documents,and the Owner nod 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 hereironi and provisions conforming to such statutory or other Icgat requirement shalt 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 4th day of January 2023 t AAA,Asphalt Paving, Inc. A eL Cruc to a ��jyl�J%��J�'�-- �(J�uli�—({ — Y(acres) 1•itc ��•Q S rrt_VJ� r^ (icrk) 131.44)24 Mere -s SondingC pa utual (Sine (Yssaoo creery LScal)_011ie) cot\D. C apman,A ey-in-Fact CAUTION:You should sign an original AEA Contract Document,on which this text appears In RED.An original assures that changes will not b9 obscured. AlA Document A310"'—2010 troy.t01Z010}.Copyright to 1963,1970 sea 2010 by The American Institute of Architects.All ttottts reserver. WARNING:This AIA'Document Is protected by U.S.Copyright Lew and!invitational Treaties.Unauthorized reproduction or distribution of this AIA"'Document.Or arty portion or it,may result in severe civil mid criminal penalties,and will be prosecuted to the maximum extant possible ( under the law.Purchasers are pencilled to reproduce ten f10}copies or this document Whet,completed.To report copyright viotasons of AIA Contact Documents.e-mail The Americen institute of Architects'legal counsel,oopyrightosia.org. .ACE RC HANill BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Cheryl R Colson;Courtney Goulding,Elaine Lewis;Jennifer Upton;Kevin McQuain;Melia E Mann;Misty Witt;Rita Nicholson;Rosalyn D Hassell; Scott D Chapman;Tristin Rosen their true and lawful Attorney(s)-in-Fact, to sign its name as surety(tes)and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNationai Bonding,Inc,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall riot relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 11th day of October 2D22 • •'`..j 0 Nq�'' co 0.it • G•• `0 •c; PO '9 MERCHANTS BONDING COMPANY(MUTUAL) I.;4 •• Z; • 9� ,• MERCHANTS NATIONAL BONDING,INC. • 2003 0 ;�' 1933 : c; By 62/41 ••ty'. � . • 6.E ' aC`. : • President STATE OF IOWA . �= .• COUNTY OF DALLAS ss. •.•"" "`.•, On this 11th day of October 2022 , before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. FttA( POLLY MASON 0 d- tera. Commission Number 750576 My Commission Expires MgSpti - January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,Witham Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has riot been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 4th day of January ,2023 .•Pt10Nq G C •. cay .DRP0R e0 ;4:r0/./.4.-ers•Ler:„.. , t ° • so*2003 ,.0 1933 v'C' Secretary POA 0018 (1/20) HAN MERCTS BONDING COMPANY.~ MERCHANTS BONDING COMPANY(MUTUAL)• MERCHANTS NATIONAL BONDING.INC. P.O.Box 14498•DES MOINES,IOWA 50306-3498•(800)678-8171•(515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway,West Des Moines, Iowa 50266 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,Bath Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176.Local Government Code.by a vendor who 0.114 Rxeivad has a business relationship as defined by Section 176.001(1•a)with a local governmental entity and the vendor meets requirements under Section 176006(ai. By law this questionnaire must be filed with the records administrator of the local governmental entity not later then the 7th business day after(ha date the vendor becomes aware of facts that require the statement to be filed See Section 176 006(a-11.Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.606.Local Government Code.An offense under this section is a misdemeanor. • Name of vendor who has a business relationship with local governmental entity. None Jr Check this box if you are filing an update to a previously filed questionnaire.f The law requires that you file an updated completed questionnaire with the appropriate tiling atrhori y not later than the 7th busIness day alter 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 Al Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and 8 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? oYes f--- No E Is the vendor receiving Or likely to receive taxable income.other than investment income.tram or at the direction of the local government officer or a'amity member of the officer AND the taxable income is not received from the local governmental entity? nYes ElNo J Describe each employment or business relationship that the vendor reamed in Section 1 maintains with a corporation or other business entity with respect to which the local government office' serves as an officer or director.or holds an ownership interest of one percent or more. .J flCheck this box if the vendor has given the local government officer or a family member of the officer one or mote gilts as described in Section 176 003(a)(2lf8). excluding gilts described in Section 176.003(a•It .J -./ � t 4j— --.� - 1-10-2023 Gignatu a of vendor doing business with t governmental entry Date Form provided by Texas Ethics Commission www.ethies state.t:;us Revised II 30'2015 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 vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity.or a family member of the officer,described by Section 176.003(a)(2)(A): (2) has given a local government officer of that local governmental entity,or a family member of the officer.one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application,response to a request for proposals or bids. correspondence, or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer.or a family member of the officer,described by Subsection(a): (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission ww.v ethics state is us Revised 11'30 2015 SECTION H !1AIA Document A312TM - 2010 Payment Bond CONTRACTOR: SURETY: (Name (egol.Yulte.c we/uc/der s.vt (Nance,legal slams and principal place ul 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 CONSTRUC I ION CONTRACT plural where applicable Date: Amount: Description: /Name and lorcr/iorrl BOND Date: (Not earlier I/pill('onslr nefion('ontraer Dates Amount: Modifications to this Bond: 0 None 0 See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate.yeah Company: (('nryrorutc.Seal) Signature: Signature: Name Name and Title: and Title: L,I rn•additional signatures appear on she law page(f Ihl%Payment Bond.) (10I?INFORMATION ONLY Name. address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (.'frrhiiecr. Engineer or other/xrrlr:) )nit AIA Document A312"'—2010 Payment Bond.Copyright 03 2010 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 o!this AIA"Document.or 1 any portion of it.may result in severe civil and criminal penalties,and will be prosecuted to the rnaslmum extent possible under the law.To report cepyrght violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel.copyrights aia tag Demo w §1 The Contractor and Surety.jointly and severally.hind 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 terms. §2 If the Contractor promptly makes payment oral(sums due to Claimants,and defends,indemnifies and holds harmless the Owner front claims,demands,liens or suits by any person or entity seeking payment for 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 under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13) of claims,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 ot'such claims,demands,liens or suits to the Contractor 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,indemnify 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.furnished 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 are 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 I f a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient 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 of the 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 under Section 7.1 or Section 7_7 shall not he deemed to constitute:a waiver ufdefcnses 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. If.however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2.the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found 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 of reasonable attorney.'s fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good Frith 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 are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. brit AtA Document A312T"—2010 Payment Bond.Copyright a 2010 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 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 AIA Contract Documents.a-mad The American Institute of Architects'legal counsel..copyright@aia.org §10 The Surety shall not be liable to the Owner.Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. the Owner shall not be liable for the payment of any costs or expenses of'any 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 oi'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 he 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(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service 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.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. §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 performed,any provision in this Bond conflicting with said statutory or legal requirement shall he 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 be 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 at'this Bond or shall permit a copy to he 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,or materials or equipment furnished; .3 a copy oldie 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 of'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 of the 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 Contractor or with a subcontractor of the Contractor to liirnish labor,materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity,that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond 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 be asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Init AIA Document A312""—2010 Payment Bond.Copyright ID 2010 by The American Institute of Architects.Air 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 3 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 AIA Contract Documents,e-mail The American institute of Architects'legal counsel,copyright laa org §16.4 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 perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17(IOUs 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 he Contractor. §18 Modifications to this bond arc as follows: (.S'pace.is provided below for additional signatures of-initial parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (('0/parale Seal) Company: (C'otporate.Seal) Signature: Signature: Name and Title: Name and Title: Address Address Init. MA Document A312`.—2010 Payment Bond.Copyright®2010 by The American institute of Architects.An rights reserved.WARNING 't This AIA Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this MA'Document,or 4 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 AIA Contract Documents,e-mail The American Institute of Architects'legal counsel.copyrightiaia.org SECTION I A RD® CERTIFICATE OF LIABILITY INSURANCE DATEIMMIDO/YYYY) 1/10/2023 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(les)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 certtficate holder In lieu of such endorsement(s). PRODUCER CONTACT NAME: MassaJagow._._.__ Arthur J. Gallagher Risk Management Services, LLC PHONE Fax 1900 West Loop South (A(C.No.Ext) 713 935 8855 N,r 713-622-6722 Suite 1600 ADAIL Houston TX 77027 ADDREss: milissa jagow@ajg.com INSURER(S)AFFORDING COVERAGE MAIC A INsuaERA_Valley Forge Insurance__Company _ .----__---_--___----20508 ---1 INSURED AAAASPH-01 AAA Asphalt Paving,Inc. INSURER B:Continental Insurance Company 352$9______, 19155 Circle Lake Drive INSURER C:Texas Mutual Insurance Company 22945 Pinehurst TX 77362 INSURER D:Continental Casualty Company 20443 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:781801373 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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 8Y PAID CLAIMS. 5N5R ._--__------ ---' AODLSUBR POLICYEFF 7-POUCY EXP LTR TYPE OF INSURANCE ylg0 MD POLICY NUMBER {MMJODlYYYY)i[MtavorrYYY) LIMITS A X COMMERCIAL GENERAL LIASIUTY Y Y 6081782842 10/18/2022 10/18/2023 EACHOCCURRENCE 51,000,000 NTED CLAIMS4dADE X ,OCCUR PREMISES(Ea occurrence) $100,000 _ I MED EXP(Any one persona $15,000 1,-_1 PERSONAL a ADV INJURY 51,000,000 GEN1.AGGREGATE LIMIT POLICY APPLIES PER: GENERAL AGGREGATE $2,000,000 X I JECT PRO 7 I LOC j PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ 8 AUTOMOBILELtABILITY Y Y 6081782856 10/18/2022 10/18/2023 i C{Ea acOINED SINGLE LIMIT $1,000,000 MBddenp ---` --__--- X ANY AUTO BODILY INJURY(Per person) $ i OWNED I- SCHEDULED AUTOS ONLY , AUTOS 'BODILY INJURY(Per accident) $ X HIRED 'I' NON-OWNED I PROPERTY DAMAGE $ AUTOS ONLYAUTOS ONLY der accident) $ B X LRIBRELLA UAa X OCCUR T Y 6081782839 10/18/2022 10/18/2023 EACH OCCURRENCE $2,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $2,000,000 DED I X RETENTION$1n,rxx) $ C WORKERS COMPENSATION Y 0002068636 10/18/2022 10/18/2023 X ANO EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETORIPARTNERIEXECIJ11VE ( N NIA E.L EACH ACCIDENT I$1,000,000 FFX:OER/MEMBER EXCLUDED? (Mandatory In NH) t E.L DISEASE-EA EMPLOYEE$1,000,000 ft es,describe under _....._ , DESCRIPTION OF OPERATIONS Wow E.L DISEASE-POLICY LIMIT I$1,000,000 D Equipment Breakdown 7011547419 10/18/2022 + 10/18/2023 Blanket Ewiprnent $4,778,698 Leased a Rented , $250,000 Deductabe ' $2,500 - i DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) See Attached... E CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. Port Arthur 444 4th St AUTHOR/MO RESENTARVE Port Arthur TX 77640 ...�"'" \,,....,...---- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: AAAASPH-01 LOC#: A RD ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Arthur J.Gallagher Risk Management Services,LLC AAA Asphalt Paving,Inc. 19155 Circle Lake Drive POtCY NUMBER Pinehurst TX 77362 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Complete Named Insured List AAA Asphalt Paving,Inc. Hoffman-Glass Family,Ltd. HG Interests,LLC Sadamlchi 4,LLC Sadamlchi 7,LLC Hindsight 7,LLC Kudzu Development and Construction,LLC Steven Spaces,LLC Two Left Feet,LLC See attached listing of applicable policy forms. General Liability forms included: Blanket Additional Insured-Owners,Lessees or Contractors-with Products- Completed Operations Coverage Endorsement(CNA75079 10/16) Contractors'General Liability Extension Endorsement including Additional Insured-Primary and Non-Contributory,Blanket Waiver of Subrogation and Contractual Liability-Railroads(CNA74705 01/15) Automobile liability forms included: Contractors Extended Coverage Endorsement Business Auto Plus including Blanket Additional Insured and Blanket Waiver of Subrogation(CNA63359 04/12) Notice of Cancellation to Certificate Holders(CNA68021 02/13) Workers'Compensation forms included: Blanket Texas Waiver of Our Rights to Recover from Others Endorsement(WC 42 03 04 B) Subject to policy terms,conditions and exclusions ACORD 101 (2008101) ®2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION J *AIA Document A312TM - 2010 Performance Bond CONTRACTOR: SURETY: (Nana legal.s(caus and address) (Nance,legal status and principal place u/'business) This document has important legal consequences.Consultation with OWNER: an attorney is encouraged with respect to its completion or (Nome,legal stains and address) modification. Any singular reference to Contractor,Surety,Owner or other party shall be considered CONSTRUCTION CONTRACT plural where applicable. Data Amount: Description: (:Venue am!location) BOND r)atc: (Not earlier than Construction Contract Date) Amount: Modifications to this Bond: 0 None 0 See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Cu,porare. sc'uli Company: ((',upon llc Scull Signature: Signature: Name Name and Title: and Title: (Arm'additional signatures appear on the last page of this Petprmance Bond,) (FOR INFORMATION ONLY Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect. Engineer or other party.") Init. AlA Document A312"'—2010 Performance Bond.Copyright ei 2010 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 AIAn Document. 1 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 f report copyright violations of AM Contract Documents.a-real The American Institute of Architects'legal counsel,copyrghtgaia.org 06+i w §1 The Contractor 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 if the 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 11'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. lithe 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.If the Surety timely requests a conference,the Owner shall attend.Unless tke Owner agrees otherwise,ally 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.If the Owner,the Contractor and the Surety agree.the Contractor shall be allowed a reasonable time to perform the Construction 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 Default.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 t Indertake to perform and complete the Construction Contract itself.through its agents or independent contractors: §5.3 Obtain bids or negotiated proposals from qualified contractors ucceptahle to the Owner li r a contract kir performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to he 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 of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result(lithe 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 A tier 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 1 f the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall he deemed to he in default 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 be 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 be entitled to enforce any remedy available to the Owner. Init. AMA Document A312""'-2010 Performance Bond.Copyright fl 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIASDocument is protected by U.S.Copyright Law and International Treaties Unauthorized reproduction or distribution of this AIA"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 copyright violation of AlA Contract Documents,e-mail The American Institute of Architects'legal counsel.copyright@aia.crg §?lithe 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 of 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 for correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages.or ii'no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. §8 lithe 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 subcontract`.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 alter the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond.whichever occurs first.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 be applicable. §12 Notice 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. §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 herefrom 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 as a common law bond. §14 Definitions §14.1 Balance of the Contract Price.'llte total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor orally amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the 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 comply with a material term oldie 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 perform 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 II'this Bond is issued for an agreement between a Contractor and subcontractor,the tern Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall he deemed to be Contractor. unit AIA Document A3121.—2010 Performance Bond.Copyright 02010 by The American Institute of Architects.All rights reserved.WARNING:This Ale'Document is protected by U.S.Copyright Law and International Treaties_Unauthorized reproduction or distribution of this Ale Document, 3 or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the taw.To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel.copyright©aia org §16 Modifications to this bond are as follows: (Space is provided below /or additional signalurcas al-added perrlies,other than those appearing on the corer pale.) CONTRACTOR AS PRINCIPAL SURETY Company: (C'orporulc.Seal) Company: (C'orporufeSoul) Signature: Signature: Name and Title: Name and Title: Address Address Init. MA Document A312'"'—2010 Performance Bond.Copyright®2010 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 thls AIA'Document. 4 or any portion of il.may result in severs civil and criminal penalties, old will be prosecuted to the maximum extent possible under the law.To report copyright violations of AIA Contract Documents.email The Amman Institute of Architects'legal counsel,copyrighteaia.org SECTION K House Bill 89 Verification 1, Michael D. Hoffman (Person name), the undersigned representative (hereafter referred to as "Representative") of AAA Asphalt Paving Inc (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. SIG ATURE 0 REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 10th day of January , 2023 . /41(>/if—k- Notary Public ■■y " RAYFERD COLBURN *: w= My Notary lD#129617404 z,;f.« 'r Expires November 6,2026 1 SECTION L NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: � J 1,14 Printed Name: y��"Michael D. Hoffman Title: President Company: AAA Asphalt Paving Inc Date: 1-10-2023 SUBSCRIBED and sworn to before me the undersigned authority by Jan the 10th of, 2023 on behalf of said bidder. 4(p‘,,la llotary Public in and for the • . 'v-4,, State of Texas t "" • RAYFERD C0LBURN My NAY IN #�t2�9�617404II My commission expires: )/-O(-a 0?'' „a. Expires ,2if2S f •r`I _ ri 4 SECTION M AFFI DAVIT All pages in Offeror's Responses containing statements. letters, etc.. shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: VI 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 1 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. AAA Asphalt Paving Inc 1-10-2023 Firm Name Date Authorized Signature Title Michael D. Hoffman President Name(please print) Telephone daniel@aaa-asphalt.com 713-896-7373 Email STATE: Texas COUNTY: Montgomery SUBSCRIBED AND SWORN to before me by the above named Michael D. Hoffman on this the 10th day of January __, 20 23 . hit&tiz------ ONA RAYFERDCOtBURN Notary Public ?: A. ," My Way ID 9129617404 1t'F,a , Expires November 6,2025 `itr tukk iT rs A-714 i Otierr S PART OF THE 81D PROPOSAL SECTION N t SB 252 CHAPTER 2252 CERTIFICATION 1 Michael D. Hoffman _, the undersigned and representative of MA Asphalt Paving Inc (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. Michael D. Hoffman Name of Company Representative (Print) ..--14")4."--4 • • t Signature of Company Repro i -alive 1-10-2023 Date i 1 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 andlor 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,without 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 their own examination of the request for proposal and from it have made this proposal. Firm Name: AAA Asphalt Paving Inc Date: 1-10-2023 Address: 19155/�Ciircle Lake Dr Pinehurst, TX 77362 Legal Signature:./0.( tcJI Type/Print Name and Position with Offeror: (Vll aet D. Hoffman, President SECTION P THURMAN BILL BARTIE,MAYOR e�,Ry RON BURTON DONALD FRANK,SR.,MAYOR PRO TEM City ``cusp- of - CITY MANAGER COUNCIL MEMBERS: IJ SHERRI BELLARD,TRMC RAYMO.ND SCOTT,JR. -- CITY SECRETARY CAL J.JONES o r t r t h u r THOMAS J.KINLAW III TexasVAL TIZENO KENNETH MARKSCITY 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)(1 ). 2.Solicitations.Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.32 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 businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules,where the requirement permits, which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §200.321 (b)(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 2 C.F.R. § 200.321(b)(5). dh 442- 1 Srcee\, (printed name of signatory) 4cA r (signature and date) SECTION Q Document G704 2000 Certificate of Substantial Completion PROJECT:(Name and address) PROJECT NUMBER: OWNER CI CONTRACT FOR: ARCHITECT 0 CONTRACT DATE: CONTRACTOR E} TO OWNER:(Name and address) TO CONTRACTOR:(Name and address) HEW o 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 be 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 or 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 be 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 ol'commencement of warranties for items on the attached list will be the date of issuance of the final Certificate of Payment or the date of final payment. Cost estimate of Work that is incomplete or defective: 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 designated 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 be as follows: (Note:Owner's and Contractor's legal and insurance counsel should determine and review insurance requirements and coverage.) MA Document G704".—2000.Copyright®1989,1978,1892 and 2000 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(101 copies of this document when completed To report copyright violations of AIA Contract Documents.a-marl The American Institute of Architects'legal counsel.copyright@aia.org. SECTION R !fAIA Document G705TM - 2001 List of Subcontractors PROJECT:(Name and address) DATE: TO ARCHITECT:(Nance and address) 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 by the bidding documents.) Work/Firm Name Address/Phone Superintendent AIA Document G706T°—2001(formerly G806'"—2001).Copyright®2001 by The American Institute of Architects.All rights reserved.WARNING: This Ale 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(10j 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,n,,, SECTION S STATUTORY LIEN WAIV ER 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 but 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 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 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 above referenced project in regard to the attached statement(s)or progress payment request(s), 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 3 CONDITIONAL WAIVER AND RELEASE ON FINAL 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 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 ard 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 mechanics 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 a p yment, 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 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 5 II SECTION T c :, — �+v.cu ` C cs7` r n'O- 'y G`^ 3 ii To Z W W w .O ',_J,-. O C° C D Z a. t C m 5 F V LL I— C es n V .J:L l C C .... ® 0= O.I. C N !QL C •, "• u E V C 4 9 .< L_.G. U .J. C V U2. 0 Og - G 2 w .0-O 0.. C E C• .GC•_ U v I 7 TE a u n ; i G DuO 0 47= fi 0. ` u u u r G - L .a p {•CC `h c- L'O j ~ y� C C . C. n c G Cl E � ,' O .4 ` 0 m B J` W 72 : q ° c es p'11 yv G y _ .tea 5 u, CC a R'n �C-, Q' V I-' i' V 0=1- u.0 "3 n. O . L a �`yj O '. D ii ej g $ rs mOv C 'Y s.4CO O ` ° LC _ r U � L. a • ? I'�q � a' ..z R C �7.E ace- W vo. C. 'y AC = t) c a G En �a c n 3 2 OW p 0O 'r ;,,'-'E LL ju,.c5A ` 3 tiE.- s .ov�d O i- t- 2 �- 8 u F a ui u u as-a v Qp U L, N 'ti c`•C L u U 0 i 0 r"� »c f Q Q S C '� 7. c G. W O O G1_,^- •C •G u u-cL O _ : 2 is is tan O1>14 Q d V V 0. U u ^ r. -C.0 _ W .6. O 0 _0 0 u n :. o V c c' C? cif.5 u`.U Ti c c W 02 c c c m a ' ?'J a O.P- Q s ix -', O ,2 C' 7= G gZ ~ UJ 'E_ c O -§ �8 c� 00 a • a , ce atvEer? -P �. r, ot, ' u 2 ' s p a . 55 c..) ce ,v; U v... E zT Q = oQ Q cc 0 - c W {3 pF N .pp yC�y C U E 8 Q a 0 a E m 8 R ¢ m = n a E'G' a ! w �7E - m 5. CD w `' V 0 p u H v vs <n w v LA •.0 r" cs ~ Z — z m a m m _ +. 0 .< W '$ O o 6"1 d 'S CrV+ � C Gm o qC u CD a. O-6 C uA sFt k!! inN n 4.._O W 0 r Z ul O F- 0 , O Q .v w �' o z w c ®�€ C."..) C..) c a '' 0 o W O P rn L m Q. C C O W O M ••3 ,� 2 `Lill' ,.:I'... 0 Z y.. C '� L o.t @ .. J V tZ. c•� c ¢ o 2' y O 14 V 5„ Q • 0''u° 0Q I- N uUotM c.c. w L6C, v ,, $ ct a as o�i?� Cco N = o =a o N r o 5 9 c `0 a !' . o u O ix . c` . V O p E ., c w w a Z U) ziJr. - E . 3 a rmmimi o u �f C� ^ c O C7 N o o : ° ` c Z $ O .� G p E C 7...e. am. ., _, 3 t9 m a Q ~ J Q V O C7 ° °� :9 Q '* W `° Fd- �W "� O u'' u " m c n `a. .V w Op Ie c E C = Q U Q I` -: x W raw. z z .� -' g c < 2 Erg .8 z 73 u Z () J 2 C O _ J _ o • ' Q e a tCZ O aVG p Z aia U m ! F- '^ = = u. n- G lc' o C.)u. < < .= �7 ni elf ui ui ai ai U i- E-- Z o <a a cu < y §- - /^ O. 2|� E ,© }< \� . kkk <:- { () |&« k /\k k © 4- e }}) _ ` .0 _ � e o . . ���. - o °- o « c 2 (3 _ _ z c /( - 281 f § , :/g \ ¥) a \ j \ } F. j • % `)7 k\�` k§{ ( a- § U k G u $; < « < t® $ aj f� | - • ) J8i �((^ ■ #\? \� \ IC k(k o 6E8 C !`a § f/r � - a � - A 7 )�/ \ e E ! ($ _ " • tu 1—- @ 7 | \_ G V. 74 \ /j\ )§ 8` M © \\ / � � - U j\/ O - ; ;/f / CI' 2 . \ \ _§ lot • - ) k \ j\\ J § /B 0 7 «7f CI . . : _ cock F. - \ 42 c /\§ » flIfl } I \B / § ¥� �2 !// , . 4...., /) L \\ j §)!f .Z = - 5 E § A� R \ � a � lit4i| } 2 <- . 01:3, ,,©-I~ V / _ 7;_ _ ® _0i<1g8 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: Name: Title: Date: SECTION V ATTACHMENT"E" DAVIS BACON PROVISIONS (a) Davis-Bacon Provisions. Contractor shall comply with 40 U.S.C.3141-3148 and 40 U.S.C.3701- 3708(labor standards originally enacted as the Davis-Bacon Act,the Contract Work Hours and Safety Standards Act,the Copeland Anti-Kickback Act),which are incorporated into the Contract by this reference. This includes, but is not limited to,the following provisions: (i) Minimum wages. (1) All laborers and mechanics employed or working upon the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR part 3)),the full amount of wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics.Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of paragraph(d)(i)(4)of this section;also,regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans,funds,or programs which cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill,except as provided in section(d)(iv).Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein:Provided,That the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination(including any additional classification and wage rates conformed under paragraph(d)(iX2)of this section) and the Davis-Bacon poster (WH-132I) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (2) a. The contracting officer shall require that any class of laborers or mechanics,including helpers,which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: i. The work to be performed by the classification requested is not performed by a classification in the wage determination;and ii. The classification is utilized in the area by the construction industry;and iii. The proposed wage rate,including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. b. If the Contractor and the laborers and mechanics to be employed in the classification(if known),or their representatives,and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division,U.S.Department of Labor, Washington,DC 20210.The Administrator,or an authorized representative,will approve,modify,or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. c. In the event the Contractor,the laborers or mechanics to be employed in the classification or their representatives,and the contracting officer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits,where appropriate),the contracting officer shall refer the questions,including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination.The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs(d)(i)(2)(b)or(c)of this section,shall be paid to all workers performing work in the classification under this Contract from the first day on which work is performed in the classification. (3) Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (4) If the Contractor does not make payments to a trustee or other third person,the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That the Secretary of Labor has found,upon the written request of the Contractor,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (ii) Withholding.The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this Contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements,which is held by the same prime contractor,so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics,including apprentices,trainees,and helpers,employed by the Contractor or any subcontractor the full amount of wages required by the Contract.In the event of failure to pay any laborer or mechanic,including any apprentice,trainee, or helper,employed or working on the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),all or part of the wages required by the Contract,the City may,after written notice to the Contractor,sponsor,applicant,or owner,take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds until such violations have ceased. (iii) Payrolls and basic records. (1) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work(or under the United States Housing Act of 1937,or under 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 such 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)(lxiv)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 which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees,and the ratios and wage rates prescribed in the applicable programs. (2) a. The Contractor shall submit weekly for each week in which any Contract work is performed a copy of all payrolls to the Bureau of Reclamation if the agency is a party to the contract, but if the agency is not such a party,the Contractor will submit the payrolls to the applicant,sponsor,or owner, as the case may be,for transmission to the Bureau of Reclamation.The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i),except that full social security numbers and home addresses shall not be included on weekly transmittals.Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number).The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The Contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker,and shall provide them upon request to the (write in name of appropriate federal agency)if the agency is a party to the Contract,but if the agency is not such a party, the Contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the(write in name of agency),the Contractor,or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements.It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records,without weekly submission to the sponsoring government agency(or the applicant,sponsor,or owner). b. Facia payroll submitted shall be accompanied by a "Statement of Compliance,"signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: i. That the payroll for the payroll period contains the information required to be provided under§5.5(a)(3)(ii)of Regulations,29 CFR part 5,the appropriate information is being maintained under§5.5(aX3)(i)of Regulations,29 CFR part 5,and that such information is correct and complete; ii. That each laborer or mechanic(inchiding each helper,apprentice, and trainee)employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate,either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned,other than permissible deductions as set forth in Regulations,29 CFR part 3; iii. That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the Contract. c. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance"required by paragraph(a)(3)(ii)(B)of this section. a pa. o co tiY &: Q,d > CD a' a 00 8 b 5 m o cc m 0 ,ti 03idbb a, V.' cn " a�'n 5 r, �, bran^ w Ds- ca ° b CL4. 0 CD o w cc m 0 a. vi y, rrWP. m O 01. A c.�p 51. p c� y a ,.„ .�r' `ri ° m a. moo;. O P p, � •., `< .,y ` o is Ft W CD w p O C1 v f4 s ' fiL o ,°a y 0' ,d m Cd m .- g o �° ° '8 5' (w o' o' a a 0 rt. . 8 5.a °� o rg c5. ct. ' o m y a' o g Ci 5 o' dto 0, go, 6a o 00ts �.a �05 P4a. y 5a. � 2 ,.pd ° oy � b 0 p8g o °) qE. II 5• o gg y 5 a. g 2.:. =g a.c8o o�" N ty too ny y p. ..0o L7 w �° " d as CD 5.v' o q9 m ., yro c� trj" F- m rn o o P, co CD et) a) `4 ''0 °5. 2 p a y 0,.' U� 0 p�t..J 00 °)m . o O y ag y n a '" y °, fD55w 'cy 'o 12QE (•p'ot8 s N t" c ,cAia. k,1 5 " � .0 o m u�, P.o ab w c� � , 49. E N � ti g o }�Y+ ° 'o • 5 w y" g' 5 cD O O•o p g o' c°D O cD �h a 12 ,1��y g• 8 g .— a. a~' "" fT 11 �-e� a N �-+• Q'D •'O t_. b 'Y CD �.. tD t�C�p' y N n' �', `' y ("� (E cp' O ~ O O f... g '0 a F. 'n N a. 5q n O'n pi O• g O"Lt.O .0•to ,_,. (D Cr n O y F'. CD R cR P t�i, Q,M OCC. 'spy, m 5, „nr co trJ b sa. coo o t'•i i*n �ti a v°, ,y y a��a tyD b* Oy m `C o' �,r o LA ,�, p �, {p .-� Gqy� G• P �-h,0 xi ° O O 8• o tD a r�i.' ', •a �'�' -y . .rT' ,toi, q y {�S •N 6' `� a `-3aoga� c� aac ogt° o � o,o � '-� a � � iv � � o � ry � �Oy (° C° p • C '� Amy 'd N tp b pi'�O �Ny m O 'F$� m G.8 0.(4 t° 0 cq ' sg 5' O� y Ti tf N O E2 CD aD . ° 'C) C#j. rt. a•. N C�D7 ,F_, N " P''C O O y i7 ly p ,'h ''� Ca'S7 PF1'. FfD O r'h y f1 F7 Vi p� a M M 'O '1id ° a d y `C U4 '5' UO n •O* O 'b `G to n O p t° F7 fD �'d p, P ,rt 7C"' O Cam'. °.• '� v� in R O O b o O o C� � �' a 5' - - . , $ o � Cam° FD b b o C7 � ° g o � ' p o 51 . n 0a,5. .Cw' y 'blamo' £° g co to E. a°5. o ° . 8ti `a to .o sw s °° g 00, m 1 f b is et p�t .py�1 (p �C ' �+ R C '.+7 Et; �*O O ° y p'el tp oti O tD y R a P 'q� a� ,� . p r " `< pp^ W55 ' .a ,°n 5,5, '1 E. "c ,p° �Dy' y; c�. 2. o 5� 0R co pad " 'v0'- 5'pmr-,i C- @. y E'. o . ,A '- yi �' a p n C o y < trJ C'�° O n 51 gD O p O gt R ,i"� f o ° # g < O C P. c°D o tl4Cr4 a y cn 5.5 ��py P 5 5. ,z., m 0 5' a a' a`E Q. "• o G'" °, g,a. V, � .c°y. �yrt CDD p+ $ c •, p c°G O' O,o �' 05 •, o �� K w. • N• o o t" as 0 0i.a o o G° O o eD 5: 55t' �r °• a � b M g �' cg m t° o c `° H p°� o °° o 55 o a � (yp 5'�v' cDG oCD FD R_ t° O cr a E ›b w 'O y at O o CD 8 E' V ... Vi r t �. 'Y , c° to �.e c° o �- a.tyoc �, 5' 0 � �• 5CL9. yc° o ° � w H Mo 91 rn ° IPr �° � LO a' o a; " o a. 0 • ., IPfl! V aow o . „ �� � •�h o+ r*y. o rQ p'; �o Cop {p' o b tea :? `,C°id r 10°• {. F°•� A�� pit' c�D O c° .p-�« "aci, O r Ft y (p tD spy Fr` 0 A P ° '2.0 41 ". 0• ° FD o ' 0 " -, t° g a" o P ° U- M'.0 P P 1 t�D TiiVO R p o w CD a:o 1 . 0 0 w y 01' °, o y 11 S oG ado g`b Cg b w y o cD p � w ,'d CD w flt t CD ° 5" � o E. V °• 5 0 to E .• 0(D C° c oc o Co aPo ,tl �° p. HaI. 0"oo. program.If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed.In addition,any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program,the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (3) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246,as amended,and 29 CFR part 30. (v) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3,which are incorporated by reference in this Contract (vi) Subcontracts.The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1)through(10)and such other clauses as the City may by appropriate instructions require,and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (vii) Contract termination:debarment A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the Contract,and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (viii) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 are herein incorporated by reference in this Contract. (ix) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this Contract shall not be subject to the general disputes clause of this Contract.Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5,6,and 7. Disputes within the meaning of this clause include disputes between the Contractor(or any of its subcontractors) and the City,the U.S.Department of Labor,or the employees or their representatives. (x) Certification of eligibility. (1) By entering into this Contract,the Contractor certifies that neither it(nor he or she)nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (2) No part of this Contract chall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (3) The penalty for making false statements is prescribed in the U.S.Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act r. ,cr. E•o iDili : O .' .may m 2 co ti ip n'- B i C o fffdrS R •• P cu _ 0 . A� n S.� � P H pF'�h Ear �y � �.� p• (0 Mp �`C 004 . gCD pt ¢. o n 0. R_. P • laa pQ.. t7. y �+ N gre l a 4. c#n•› O o a p ,�, y i p p b' c o r� o C �' w� p o ;. o C'o pb 0 a ° m CJ� ° .o op ' p M N O G: `C 'C Cro p N F� � � pOE o �' oay0 0m o800a ty p o o a, y o� 8' p.n Q. g o 0 0 vo :; y ^ - 0 " cr. -- o crop 00.� �o c 1 ontivO TO 0. g5' Oppc Oo m CD G p 0 "F+ C `E "" T' C y Mo O . O 0 cfDc6R " g. "l , S 'tiawao $ g il MI g �O `pC7 H y y m fc ��O1 g § g. I �. ,) ai 0 .-, ly o c a y p p 4 8 O c p . O 0 0 y 2 O G o p co �!! C tt ryy �'j n .+ n O q p 0 ~m A3 t°n p W O .0 OM h] o ,- o p K. Fi `c D� O rn o 0 ct% A " 0 o. y 5' o N yol Pi ,4. 8 .-. r 5 i8 0 " 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. t,.