Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24043: 101 H.O. MILLS BULEVARD RECONSTRUCTION
City of Port Arthur Transit Department Memorandum To: Ron Burton,City Manager From: Ivan Mitchell,Transit-Fleet Director ?r(,( Date: December 5,2023 Re: P.R.24043—101 H.O.Mills Boulevard Reconstruction Nature of Request: Authorize the City Manager to execute a contract with ALLCO,LLC. for the driveway entrance reconstruction and drainage repairs at 101 H.O. Mills Boulevard. Background: The City of Port Arthur's 101 H.O. Mills maintenance/operations complex serves several departments including fleet,parks, solid waste,and police. The driveway entrance is utilized by employees who transport and operate equipment and/or vehicles to and from the facility. In March 2023,TSG completed a cursory review of the City of Port Arthur's Maintenance Facility on H.O.Mills Boulevard,including the driveway located at 101 H.O. Mills Boulevard. In subsequent conversations between TSG and City officials it was determined the driveway has surpassed its useful life and needs a substantial reconstruction. The entrance driveway shows signs of pavement distress and/or failure and requires partial and full depth reconstruction. The drainage system is also likely affected by the pavement failures. This project is critical to maintaining the City's vehicle and equipment fleet in a state of good repair as it helps with its useful life preservation. The failing driveway has the potential to cause significant damage to City assets. This will further ensure Port Arthur has safe,dependable and aesthetically pleasing vehicles and equipment to carry out services. Resolution No. 24-019 authorized the City Manager to execute a contract with TSG,for engineering and design services for the City's driveway reconstruction and drainage repairs at 101 H.O. Mills Boulevard in the amount not to exceed$38,448.00. The City advertised the bid documents in November 2024,and selected the bid from ALLCO,LLC. in the amount not to exceed$526,857.00. Recommendation: It is recommended that the City Council approve P.R.24043 to execute a contract with the Solco Group,LLC(TSG)for engineering and design services for the entrance driveway reconstruction and drainage repairs at 101 H.O. Mills Boulevard in the amount not to exceed $526,857.00. Budgetary/Fiscal Effect: Funding to pay for the design and engineering services is available in Account Funds available in 307-13-037-8525-00-10-000. RESOLUTION NO. P.R. No. 24043 12/5/2024 IM A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ALLCO, LLC OF BEAUMONT, TEXAS FOR THE RECONSTRUCTION AND DRAINAGE REPAIRS AT 101 H.O. MILLS BOULEVARD IN AN AMOUNT NOT TO EXCEED $526,857.00; FUNDING IS AVAILABLE IN ACCOUNT NO 307-13-037-8525-00-10-000. WHEREAS, the Solco Group, LLC (TSG), has completed a cursory review of the City of Port Arthur's Maintenance Facility on H.O. Mills Boulevard; and, WHEREAS, TSG brought to light several infrastructure items that had exceeded their useful life and require further review including the driveway at 101 H.O. Mills Boulevard; and, WHEREAS, Resolution No. 24-019 authorized the City Manager to execute a contract with TSG, for engineering and design services for the City's driveway reconstruction and drainage repairs at 101 H.O.Mills Boulevard in the amount not to exceed$38,448.00; and, WHEREAS, Port Arthur Transit(PAT)issued a Request for Bids(RFB)in the Port Arthur News on November 13, 2024 and November 20, 2024, for the driveway reconstruction and drainage repairs at 101 H.O. Mills Boulevard; and, WHEREAS, one (1) bid was received, and has been evaluated by Purchasing, TSG and PAT; and, WHEREAS, the lowest responsible bidder was ALLCO, LLC, a copy of the bid tabulation is attached hereto as Exhibit"A"; and, WHEREAS, the City Manager and PAT recommend City Council approve P.R. 24043 to execute a contract with ALLCO, LLC. for the entrance driveway reconstruction and drainage repairs at 101 H.O. Mills Boulevard in the amount not to exceed $526,857.00, a copy of the fees and scope is attached hereto as Exhibit"A". NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: THAT,the facts,and opinions in the preamble are true and correct. THAT, the City Manager is hereby authorized to execute a contract with ALLCO, LLC of Beaumont, Texas for the entrance driveway reconstruction and drainage repairs at 101 H.O. Mills Boulevard in the amount not to exceed $526,857.00, in substantially the same for as attached hereto as Exhibit"B". 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 2024 at a Regular meeting of the City of Port Arthur,Texas by the following vote: AYES: Mayor: Councilmembers: P.R. No. 24043 12/5/2024 IM NOES: Thurman"Bill" Bartie, Mayor ATTEST: Sherri Bellard, City Secretary APPROVED A Roxann Pais Cotroneo, City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: 307-13-037-8525-00-10-000 Oornv\ • Stij Ronald Burton yn a Boswell City Manager Director of Finance I -•, M Clifton Williams, CPPB Ivan Mitchell Purchasing Manger Transit Director P.R. No. 24043 12/5/2024 IM Exhibit "A" IP THE SOLCO GROUP, LLC AVIATION AND TRANSPORTATION PLANNING/ENGINEERING/CONSULTING/RESEARCH December 05, 2024 Ivan Mitchell Transit Director City of Port Arthur Port Arthur Transit 344 Procter Street Port Arthur, TX 77640-6450 RE: Bid Summary— Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility Engineer's Recommendation for the Award Dear Mr. Ivan: The Solco Group LLC (TSG) received a copy of the bids for the Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility Project on December 04, 2024, for review and recommendation of award. The bid opening was conducted by the City on Wednesday, December 04, 2024, in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. The Bids received were read aloud at 3:15 p.m. The city received one (1) bid from ALLCO, LLC. TSG has reviewed the ALLCO, LLC bid documents and prepared bid tabulation spreadsheet. A copy of the bid tabulation spreadsheet is attached. The total bid project cost is summarized below: Total Project Cost: TSG Estimate = $622,801.00 ALLCO, LLC = $526,857.00 TSG recommends the award to ALLCO, LLC. Sincerely, Simon Karingithi Simon Karingithi, P.E. Project Manager Attachments: Bid Tabulation Spreadsheet ALLCO, LLC Bid Documents 1 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00000 (no00000ooO00 0 M O O N (n O N (O N O c0 0) V 0) (f) N O O h O 0 0 N r N u7 N V 0 N N (D M N N- O) O U) Q O O N 0) In .- CO o N N 0 (0 N O Cr co (n N N M ) N cO f� �- M - N m d C7 E N (f) N O '7 N N U C7 .- N cn J J 63 69 63 V3 69 03 V3 63 69 69 63 63 69 69 69 V3 69 69 O - O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J 0000000000000001.00 0 0 0 u) 0 0 0 0 0 0 0 0 0 1.0 0 . . . . . . . . . . . . . . . . J N O O N (A of I t 4 O O a0 O) N , N O a- Q O O o N N V V -- ua O N O ,- - d' o o O N N V) W ,- CO ,- 0) N C 7 63 69 69 EA 69 EA 63 V3 63 fA fA fA V3 V3 V3 63 fA 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O N N O O (O O o 0 0 N 0) 0 0 0 O 0 0 M 0 (n V (0 M 0 0 0 d' 0) 7 0 0 Q1 O p O O N O V u7 CD I� O H O d' M O O CO O N f� co N c0 0) O M cO N CO U7 (O N C) E V ,- CO N N N Co SD E «- Co w 69(A(9 03(9(9(9 03 69 03 (9(A(9 03(A V3(9 63 a) O o 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 co a) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C .., O O N cc) O O O O O c) O O cO 0 0 M H •5 Co 0 o M . .) cO CO CO 0 0 0 N 0 (D C p 0 0 "- '- 0 -- 0 0 ES- w O u- N. N v E (0 i c a) Co m fA V369 63 V3 V369696969 V909 V3 fA fA EA 69 A m (0 0) 0) N .- .- ,- N O 0) 0 'U F y' 0 (I) to O V) ([) N N d' d 0 CO N N N w c d Co U 3 C a ct C d C .6 lec• u) c0 u_ > Y } } u- Q Q Q w u_ w co L.L. w 7 (n U U) D1 -I W w w J _I J _I J 0 m a7 2 O Q 0 L 2 a) 0 0 ., Co 3 C o (N a) () L 3 U C y N r C) 0 0- u r co E d E d a 3 CC X c ac m .S = o Co N -c a) Co c m U a 0 m }— > L ra -I-c 0 U a N E - o N 2 ES cc a) a) a) U N E _ C 0 t. N N o T a7 O O U - a) Co C -C 0-= >0 a) in _. ❑I O 0 N O 0 a N E a) O3 O oCcN 2v- >, w w 'c CU . 1m (nOUr C O) rn o J n 2 w w N O C CUJ = CCCo = (2 m 0 0 U _� o o 0) a-Y C 10 a= o 5 -0 C N, U C C O O O O A (a d 2 co 01 al C a) a) O O N V) O 0 7 H 2 c m a s w w U U ..-C-.. ac 2 U C -o -p 4 Q U a) a) a) a) o o EI2 0 E @ a a > O _a) O O N •N H N jj oaaUEd o) p O xUH c EE O U w 0 d H Nv . w0 0 0 a) mU0 E E yU0 .E -oaZ . D C j N L O aL 2 .d N -Oa) N a) a) -O O Z`U N CC O d• ' - - mo U o C w o a) (a (a ca N O E• 2 0 c N U o o ca 43 o o = c > > N N O- U N Q 3 o 3 3 o a. •c .c @ a) aE) aE) 0 00 E o a 0• o •f in U 2co oco71CL W UCCCCaoEloO cL ✓ 0 u 2 • C C) 0. 0 - N - N ,- N co O ❑ c` V A .. C U O N 0 0 0 '0 O d' (0 O 0) O c0 (0 (O O (0 1- C ` Co („) O y 0 0 0 0 d' V) O '0 O 0) 0) O O O N M O.t0 N N M d' d' N N lfJ cD D Co Co CI N 0 H H H H H F- H H H H H H H H H H H L (a c 0 E o 00000000000000000 a H r 3 O J ❑ ❑ ❑ ❑ ❑ O ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ✓ 1:4 2 ,0 c) c HHHHH HHH HH HHH HHHH H d -p A C C E a CC a a p m C0 D 0 0 - .- N M V O N. 07 0) O N CO d A CO Ns A • •? pv o a U M 0 CO m m EXHIBIT "B" Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility Port Arthur, Texas Prepared by: Port Arthur Transit (PAT)and The Solco Group (TSG) CITY OF PORT ARTHUR CONTRACT NO: 24-019 TSG PN: 2023-11-1234 F9411111Z Port Arthur Transit IlTra CITY OFFICIALS Mayor: Thurman "Bill" Bartie District 1: Willie Lewis, Jr. District 2: Tiffany L Hamilton Everfield District 3: Doneane Beckcom — Mayor Pro Tem District 4: Harold Doucet, Sr. Position 5 —At Large: Thomas Kinlaw Ill Position 6 —At Large: Donald Frank, Sr. SIMON G KiVZINGITHI j 1 q'• 124638 Q,! � .4t11*-LENS e'S‘;GIYX. OCTOBER 2024 I I THURMAN BILL BARTIE,MAYOR *\ • RONALD BURTON,CPM DONEANE BECKCOM, \ s CITY MANAGER MAYOR PRO TEM Cu),of �\ SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD o r t r t h r ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. NOVEMBER 18, 2024 INVITATION TO BID RECONSTRUCTION AT 101 H 0 MILLS BLVD MAINTENANCE FACILITY DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, December 4, 2024. (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, December 4, 2024 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-002 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.williamsa,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions 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. (,i rL Gf&'a 01. Clifton Williams Purchasing Manager NON MANDATORY PRE-BID CONFERENCE A Non Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Reconstruction at 101 West H. O. Mills on November 21, 2024, at 10 00 am at Equipment Services locateddat 103 West H. O. Mills Road, 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 RECONSTRUCTION AT 101 H 0 MILLS BLVD MAINTENANCE FACILITY (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS • D. 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 SECTION A CONTRACT FOR RECONSTRUCTION AT 101 HO MILLS BLVD MAINTENANCE FACILITY THIS AGREEMENT, made this_day of ,2024,by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called"OWNER", and ALLCO, LLC, hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the Reconstruction at 101 HO Mills Blvd Maintenance Facility 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or after this contract has been signed and will complete the same within 90 consecutive calendar days after start date on Notice to Proceed, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of not to exceed $ 526,857.00 5. This project will follow all terms with RECONSTRUCTION AT 101 HO MILLS BLVD MAINTENANCE FACILITY "CONTRACT DOCUMENTS" means and includes but is not limited to the following: A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BID C. GENERAL INFORMATION D. SPECIFICATIONS E. BID PROPOSAL F. BID BOND G. CONFLICT OF INTEREST H. PAYMENT BOND I. INSURANCE J. PERFORMANCE BOND K. HOUSE BILL 89 VERIFICATION L. NON-COLLUSION AFFIDAVIT M. AFFIDAVIT N. SB 252 O. NOTICE OF AWARD P. NOTICE TO PROCEED 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF,the Parties hereto have executed,or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. CONTRACTOR: OWNER: ALLCO, LLC CITY OF PORT ARTHUR BY: NAME NAME: TITLE RONALD BURTON, CPM ADDRESS TITLE: CITY MANAGER [CORPORATE SEAL] [SEAL] ATTEST: ATTEST: NAME NAME: SECTION B CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, December 4, 2024 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on Wednesday, December 4, 2024 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: RECONSTRUCTION AT 101 H 0 MILLS BLVD MAINTENANCE FACILITY 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 THURSDAY, NOVEMBER 21,2024 AT 10:00 A.M. AT THE EQUIPMENT SERVICES GARAGE LOCATED AT 103 H. O. MILLS ROAD, PORT ARTHUR,TEXAS 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. Cli An Williams Purchasing Manager FIRST PUBLICATION: NOVEMBER 13, 2024 SECOND PUBLICATION: NOVEMBER 20, 2024 SECTION C GENERAL INFORMATION: Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Most Responsive Bid in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: The bidder may withdraw its bid by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The bidder may thereafter submit a new bid prior to the deadline. Modification or withdrawal of the bid in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this ITB, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. PRICES: The bidder should show in the bid both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Transit, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF BIDS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Bidder has notified the City, in writing, that the Bidl Document contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps, even if the City is negligent in failing to do so. AMBIGUITY: Any ambiguity in the Bid Document as a result of omission, error, lack of clarity or non-compliance by the Bidder with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Bidder's ability to meet the minimum standards required by this ITB. CHANGE ORDER (a) The Contracting Officer may at any time, and without notice to the sureties, if any, by a written order, make changes within the general scope of this contract in any one or more of the following: (is) drawings, designs, or specifications; (ii) extending term of contract; and (iii) equitable adjustment in price/time of performance. If any such change causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this contract, whether changed or not changed by the order, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified in writing accordingly. (b) Any notice of intent to assert a claim for adjustment under this clause must be asserted 111 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. I 4 GENERAL CONDITIONS 1. CONTRACT AND CONTRACT DOCUMENTS The Plans, Specifications and Addenda, enumerated in the Agreement and paragraph 1 of the Supplemental General Conditions, shall form part of this Contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The table of contents,titles, headings, running headlines and marginal notes contained herein and in said Documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light on the interpretation of the provisions to which they refer. 2. DEFINITIONS The following terms, as used in this Contract, are respectively defined as follows: a. "CONTRACTOR": A person, firm or corporation with whom the Contract is made with the OWNER or CITY OF PORT ARTHUR. b. "Sub-contractor": A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate Contract or agreement with, the CONTRACTOR. c. "Work on (at) the Project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the CONTRACTOR and any Subcontractor. d. "OWNER": Refers to the City of Port Arthur, Port Arthur,Texas. e. "CITY OF PORT ARTHUR": Refers to the City of Port Arthur, Port Arthur, Texas. f. "ENGINEER": City Engineer, City of Port Arthur,Texas 3. TERMINATION OF CONTRACT FOR CAUSE; TERMINATION OF CONTRACT FOR CONVENIENCE Termination for Cause. If, through any cause, the CONTRACTOR shall fail to fulfill in timely and proper manner his obligations under this Contract, or if the CONTRACTOR shall violate any of the covenants, agreements or stipulations of this Contract,the CITY OF PORT ARTHUR shall thereupon have the right to terminate this Contract by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished Documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the CONTRACTOR under this Contract shall, at the option of the CITY OF PORT ARTHUR - PUBLIC WORKS, become its property and the CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the CITY OF PORT ARTHUR for damages sustained by the CITY OF PORT ARTHUR by virtue of any breach of the Contract by the CONTRACTOR, and the CITY OF PORT ARTHUR may withhold any payments to the CONTRACTOR for the purpose of set-off until such time as the exact amount of damages due the CITY OF PORT ARTHUR from the CONTRACTOR is determined. Termination for Convenience. The CITY OF PORT ARTHUR may, by written notice to CONTRACTOR, terminate this Contract for convenience, in whole or in part, at any time by giving written notice to CONTRACTOR of such termination, and specifying the effective date thereof. If the termination is for the convenience of the CITY OF PORT ARTHUR, the CITY OF PORT ARTHUR shall compensate CONTRACTOR for work fully and adequately provided through the effective date of termination. CONTRACTOR specifically waives any claim for any other amounts or damages, including, but not limited to, any claim for consequential damages or lost profits. 4. PERSONNEL a. The CONTRACTOR represents that he has, or will secure at his own expense, all Personnel required in performing the work under this Contract. Such personnel shall not be Employees of or have any contractual relationship with the CITY OF PORT ARTHUR. b. All of the work required hereunder will be performed by the CONTRACTOR or under his supervision and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under state and local law to perform such services. c. None of the work covered by this Contract shall be subcontracted without the prior written approval of the CITY OF PORT ARTHUR. Any work or services subcontracted hereunder shall be specified by written Contract or agreement and shall be subject to each provision of this Contract. 5. REPORTS AND INFORMATION The CONTRACTOR, at such times and in such forms as the CITY OF PORT ARTHUR may require, shall furnish the CITY OF PORT ARTHUR such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Contract, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this Contract. 6. RECORDS AND AUDITS The CONTRACTOR shall maintain accounts and records, including personnel, property and financial records, adequate to identify and account for all costs pertaining to the Contract and such other records as may be deemed necessary by the CITY OF PORT ARTHUR to assure proper accounting for all project funds, both federal and non-federal shares. These records will be made available for audit purposes to the CITY OF PORT ARTHUR or any authorized representative, and will be retained for three (3) years after the expiration of this Contract unless permission to destroy them is granted by the CITY OF PORTARTHUR. 7. FINDINGS CONFIDENTIAL All of the reports, information, data, etc., prepared or assembled by the CONTRACTOR under this Contract are confidential and CONTRACTOR agrees that they shall not be made available to any individual or organization without the prior written approval of the CITY OF PORT ARTHUR. 8. COPYRIGHT No report, maps or other Documents produced in whole or in part under this Contract shall be the subject of an application for copyright by or on behalf of the CONTRACTOR. 9. 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 the work herein, the protection of adjacent property and the maintenance of passageways, guard fences or other protective facilities. 10. INTEREST OF MEMBERS OF CITY OF PORT ARTHUR No member of the governing body of the CITY OF PORT ARTHUR, and no other officer, employee or agent of the CITY OF PORT ARTHUR 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. 11. INTEREST OF OTHER LOCAL PUBLIC OFFICIALS No member of the governing body of the locality and no other public official of such locality,who exercises any functions or responsibilities in connection with the planning and carrying out ofthe program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 12. INTEREST OF CONTRACTOR AND EMPLOYEES The CONTRACTOR covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the study area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The CONTRACTOR further covenants that in the performance of this Contract, no person having any such interest shall be employed. 13. CERTIFICATES AND PERMITS Except for required permits issued by OWNER, which shall be issued at no cost to CONTRACTOR. CONTRACTOR shall secure at his own expense from other public authorities all necessary certificates, licenses, approvals and permits required in connection with the work of this Contract or any part thereof, and shall give all notices required by law, ordinance or regulation. CONTRACTOR shall pay all fees and charges incident to the due and lawful prosecution of the work of this Contract, and any extra work performed by him. 14. GUARANTEE OF WORK a. Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy of the premises by the OWNER shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the CONTRACTOR of liability in respect to any warranties or responsibility for faulty materials or workmanship. The CONTRACTOR guarantees and warrants that all materials and equipment which are to become part of the work shall be new unless otherwise specified and that all work will be of good quality and free from faults or defects and in accordance with the Contract Documents and of any inspections, tests or approvals required by the Contract Documents, law, ordinance, rules, regulations or orders of any public authority having jurisdiction. The OWNER will give notice of observed defects with reasonable promptness. b. Neither observations by Architect or Engineer nor inspections, tests or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR from his obligations to perform the work in accordance with the requirements of the Contract. c. The provisions of this paragraph shall be cumulative of and not in limitation of the responsibility of CONTRACTOR for defects in the work or materials or damages resulting therefrom as otherwise provided by the law of the State of Texas or this Contract, including, without limitation, the implied warranty of fitness of the work and the implied obligation to perform the work in a good and workmanlike manner. 15. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The CONTRACTOR will be furnished additional instructions and detail drawings as necessary to carry out the work included in the Contract. The additional drawings and instructions thus supplied to the CONTRACTOR will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The CONTRACTOR shall carry out the work in accordance with the additional detail drawings and instructions. The CONTRACTOR and the Architect/Engineer will prepare jointly (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by the Architect/Engineer in accordance with said schedule, and (b)a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from time to time in accordance with the progress of the work. 16. SHOP OR SETTING DRAWINGS The CONTRACTOR shall submit promptly to the Architect/Engineer two copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the CONTRACTOR shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with two corrected copies. If requested by the Architect/Engineer, the CONTRACTOR must furnish additional copies. Regardless of corrections made in or approval given to such drawings by the Architect/Engineer, the CONTRACTOR will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Architect/Engineer in writing of any deviations at the time he furnishes such drawings. 17. MATERIALS, SERVICES AND FACILITIES a. It is understood that, except as otherwise specifically stated in the Contract Documents, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power,transportation, superintendents,temporary construction of every nature and all other services and facilities of every nature whatsoever necessaryto execute, complete and deliver the work within the specified time. b. Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the OWNER. 18. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the CONTRACTOR or by any Subcontractor subject to any chattel mortgage or under a conditional sale Contract or other agreement by which an interest is retained by the seller. The CONTRACTOR warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. 19. INSPECTION AND TESTING OF MATERIALS All materials, equipment, etc., used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR, the ENGINEER, and the OWNER. 20. "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article or equipment so proposed is, in the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or installed by the CONTRACTOR without the Architect/Engineer's written approval. 21. PATENTS a. The CONTRACTOR shall hold and save the OWNER and its officers, agents, servants and employees harmless from liability of any nature or kind,including cost and expenses for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the Contract, including its use by the OWNER, unless otherwise specifically stipulated in the Contract Documents. b. License or Royalty Fees: License and or royalty fees for the use of a process which is authorized by the OWNER of the project must be reasonable and paid to the holder of the patent, or his authorized licensee, direct by the OWNER and not by or through the CONTRACTOR. b. If the CONTRACTOR uses any design, device or materials covered by letters patent or copyright, he shall provide for such use by suitable agreement with the OWNER of such patented or copyrighted design, device or material. It is mutually agreed and understood that, without exception, the Contract prices shall include all royalties or costs arising from the use of such design, device or materials in any way involved in the work. The CONTRACTOR and/or his Sureties shall indemnify and save harmless the OWNER of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this Contract, and shall indemnify the OWNER for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 22. SURVEYS a. The Engineer will provide one bench mark, near or on the site of the work, and will provide 2 points near or on the site to establish a base line for use by the CONTRACTOR for alignment control. Unless otherwise specified in the General Requirements, the CONTRACTOR shall furnish all other lines,grades,and bench marks required for proper execution of the work. b. The CONTRACTOR shall be responsible for laying out the work (unless otherwise specified in the General Requirements) and shall preserve all bench marks, stakes, and other survey marks, and in case of their removal or destruction by its own employees or by its subcontractor's employees, the CONTRACTOR shall be responsible for the accurate replacement of such reference points by professionally qualified personnel at no additional cost to the OWNER. c. Unless otherwise expressly provided for in the Specifications, the OWNER will furnish the CONTRACTOR all surveys necessary for the execution of the work. 23. CONTRACTOR'S OBLIGATIONS The CONTRACTOR shall and will, in good workmanlike manner, do and 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,within the time herein specified, in accordance with the provisions of this Contract and said Specifications and in accordance with the Plans and drawings covered by this Contract and any and all supplemental Plans and drawings, and in accordance with the directions of the Architect/Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and such temporary works as maybe required. The CONTRACTOR shall observe, comply with and be subject to all terms, conditions, requirements and limitations of the Contract and Specifications,and shall do,carryon and complete the entire work to the satisfaction of the Architect/Engineer and the OWNER. 24. INSURANCE The CONTRACTOR shall not commence work under this Contract until he has obtained all the insurance required herein and such insurance has been approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on this Subcontract until the insurance required of the Subcontractor has been so obtained and approved. (See information to Bidders, paragraph 5.) 25. SPECIAL CONDITIONS PERTAINING TO HAZARDS, SAFETY STANDARDS AND ACCIDENT PREVENTION a. Lead-Based Paint Hazards: (Applicable to Contracts for construction or rehabilitation of residential structures.) The construction or rehabilitation of residential structures is subject to the HUD Lead- Based Paint regulations, 24 CFR Part 35. The CONTRACTOR and Subcontractors shall comply with the provisions for the elimination of lead-based paint hazards under subpart B of said regulations. The OWNER will be responsible for the inspections and certifications required under Section 35.14(f) thereof. b. Use of Explosives: When the use of explosives is necessary for the prosecution of the work, the CONTRACTOR shall observe all local, state and federal laws in purchasing and handling explosives. The CONTRACTOR shall take all necessary precautions to protect completed work, neighboring property, water lines or other underground structures. Where there is danger to structures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The CONTRACTOR shall notify all OWNER'S of public utility property of the intention to use explosives at least eight (8) hours before blasting is done, close to such property. Any supervision or direction of use of explosives by the Engineer does not in anyway reduce the responsibility of the CONTRACTOR or his Surety for damages that maybe caused by such use. c. Danger Signals and Safety Devices: The CONTRACTOR shall make all necessary precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition sufficient red or warning lights at night, suitable barricades and other devices necessary to protect the public. In case the CONTRACTOR fails or neglects to take such precautions, the OWNER may have such lights and barricades installed and charge the cost of this work to the CONTRACTOR. Such action by the OWNER does not relieve the CONTRACTOR of any liability incurred under these Specifications or Contract. 26. SUSPENSION OF WORK Should the OWNER be prevented or enjoined from proceeding with work or from authorizing its prosecution either before or after its prosecution, by reason of any litigation, the CONTRACTOR shall not be entitled to make or assert claim for damage by reason of said delay, but time for completion of the work will be extended to such reasonable time as the OWNER may determine will compensate for time lost by such delay with such determination to be set forth in writing. 27. NATIONAL HISTORIC PRESERVATION ACT OF 1966 The CONTRACTOR agrees to contribute to the preservation and enhancement of structures and objects of historical, architectural or archaeological significance when such items are found and/or unearthed during the course of project construction and to consult with the State Historic Preservation Officer for recovery of the items. (Reference: National Historic Preservation Act of 1966(80 Stat. 915, 16 U.S.C. 470) and Executive Order No. 11593 of May 31, 1971). 28. REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 29. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his employees under the Contract,the CONTRACTOR shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construction Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The CONTRACTOR along shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods, and for any damage which may result from their failure or their improper construction, maintenance or operation. 30. USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER The CONTRACTOR agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the OWNER, provided the OWNER: a. Secures written consent of the CONTRACTOR except in the event, in the opinion of the Architect/Engineer, the CONTRACTOR is chargeable with unwarranted delay in completing the contract requirements; b. Secures consent of the Surety; c. Secures endorsement from the insurance carrier(s) permitting occupancy of the building or use of the project during the remaining period of construction; or, d. When the project consists of more than one building and one of the buildings is occupied, secures permanent fire and extended coverage insurance, including a permit from the insurance carrier to complete construction. 31. USE OF PREMISES AND REMOVAL OF DEBRIS The CONTRACTOR expressly undertakes at his own expense: a. To take every precaution against injuries to persons or damage to property; b. To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other CONTRACTOR'S; c. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; d. To clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; e. Before final payment to removal all surplus material, false work, temporary structures, including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; f. To effect all cutting, fitting or patching of his work required to make the same to conform to the Plans and Specifications and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other CONTRACTOR. 32. QUANTITIES OF ESTIMATE Wherever the estimated quantities of work to be done and materials to be furnished under this Contract are shown in any of the documents including the proposal, they are given for use in comparing bids and the right is especially reserved, except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the OWNER to complete the work contemplated by the Contract,and such increase or diminution shall in no way vitiate this Contract, nor shall any such increase or diminution give cause for claims or liability for damages. 33. LAND AND RIGHTS-OF-WAY Prior to the start of construction,the OWNER shall obtain all lands and rights-of-way necessary for the carrying out and completion of work to be performed under this CONTRACT. 34. NOTICE AND SERVICE THEREOF Any notice to any CONTRACTOR from the OWNER relative to any part of this Contract shall be in writing and considered delivered and the service thereof completed when said notice is posted, by certified or registered mail, to the said CONTRACTOR at his last given address or delivered in person to the said CONTRACTOR or his authorized representative on the work. 35. SEPARATE CONTRACT The CONTRACTOR shall coordinate his operations with those of other CONTRACTOR'S. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The CONTRACTOR, including his Subcontractors, shall keep informed of the progress and the detail work of other CONTRACTOR'S and shall notify the Architect/Engineer immediately of lack of progress or effective workmanship on the part of other CONTRACTOR'S. Failure of a CONTRACTOR to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 36. SUBCONTRACTING a. The CONTRACTOR may utilize the services of specialty Subcontractors on those parts of Work which, under normal contracting practices, are performed by specialty Subcontractors. b. The CONTRACTOR shall not award any work to any Subcontractor without prior written approval of the OWNER, which approval will not be given until the CONTRACTOR submits to the OWNER a written statement concerning the proposed award to the Subcontractor, which statement shall contain such information as the OWNER may require. c. The CONTRACTOR shall be as fully responsible to the OWNER for the acts or omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. d. The CONTRACTOR shall cause appropriate provisions to be inserted in all Subcontracts relative to the work to bind Subcontractors to the CONTRACTOR by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of Subcontractors and to give the CONTRACTOR the same power as regards terminating any Subcontract that the OWNER may exercise over the CONTRACTOR under anyprovision of the Contract Documents. e. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the OWNER. f. In addition to the provisions, the CONTRACTOR shall perform not less than 50 percent of the "Services" as shown on the bid form with its own forces. The 50 percent requirement shall be understood to refer to the "Services" line on the bid form, based on estimated quantities. 37. ARCHITECT/ENGINEERS AUTHORITY The Architect/Engineer shall give all orders and directions contemplated under this Contract and Specifications, relative to the execution of the work. The Architect/Engineer shall determine the amount,quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this Contract and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/Engineers estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said Contract or Specifications, the determination or decision of the Architect/Engineer shall be a condition precedent to the right of the CONTRACTOR to receive any money or payment for work under this Contract affected in any manner or to any extent by such question. 38. MEANING OF INTENT The Architect/Engineer shall decide the meaning and intent of any portion of the Specifications and of any Plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the CONTRACTOR, under this Contract and other CONTRACTOR'S, performing work for the OWNER, shall be adjusted and determined by the Architect/Engineer. 39. CONTRACT SECURITY If the Contract amount exceeds Twenty-five Thousand Dollars ($25,000), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000.00)a Performance Bond also shall be furnished, on prescribed forms in the amount of one hundred percent(100%) than that prescribed by state, territorial or local law, as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract and as security for the faithful performance of this Contract. 40. ADDITIONAL OR SUBSTITUTE BOND If at any time the OWNER, for justifiable cause, shall be or become dissatisfied with any Surety or Sureties for the Performance and/or Payment Bonds, the CONTRACTOR shall, within five (5) days after notice from the OWNER to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the OWNER. The premiums on such bond shall be paid by the CONTRACTOR. No further payments shall be deemed due nor shall be made until the new Surety and Sureties shall have furnished such an acceptable bond to the OWNER. 41. ASSIGNMENTS The CONTRACTOR shall not assign the whole or any part of this Contractor any monies due or to become due hereunder without written consent of the OWNER. In case the CONTRACTOR assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the CONTRACTOR shall be subject to prior claims of all persons, firms and corporations of services rendered or materials supplied for the performance of the work called for in this Contract. 42. MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR, who shall indemnify and safe harmless the OWNER against any such claim. 43. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The Acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR for all things done or furnished in connection with this work and for every act and neglect of the OWNER and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to release the CONTRACTOR or his Sureties I from any obligations under this Contract or the Performance and Payment Bonds. 44. PAYMENTS BY CONTRACTOR The CONTRACTOR shall pay (a) for all transportation and utility services no later than the 20th day of the calendar month following that in which services are rendered, (b) for all materials, tools and other expendable equipment to the extent of ninety percent(90%)cost thereof, no later than the 20th day of the calendar month following that in which such materials, tools and equipment are delivered at the site of the project, and the balance of the cost thereof, no later than the 30th day following the completion of that part of the work in or on which such materials,tools and equipment are incorporated or used, and (c)to each of his Subcontractors, no later than the 5th day following each payment to the CONTRACTOR, the respective amounts allowed the CONTRACTOR on account of the work performed by his Subcontractors to the extent of each Subcontractors interest therein. 45. CONSTRUCTION SCHEDULE A. The successful Bidder shall, within seven (7) calendar days of the date of the Notice of Award and prior to issuance of the Notice to Proceed, submit a detailed Critical Path Method (CPM) Construction Schedule, hereinafter called "Schedule". The Schedule shall follow the "Sequence of Work" which is listed in the Scope of Work section of these Contract Documents. The Schedule shall consist of the following: 1. A logic network CPM arrow or precedence diagram of sufficient detail to construct each segment of the project and to construct the total project. 2. A detailed activities list which includes the following information in tabular form: a. A listing of all submittal, production, procurement and construction management activities; b. The expected duration (in days) of each activity listed; c. The activities upon which the start of each activity depends; d. The resource requirements(manpower, material and equipment)for each activity; and e. An estimated dollar value of each activity such that the sum total value of all activities equals the total dollar value of the Bid. B. The Owner will review with the CONTRACTOR the proposed CPM schedule submitted by the CONTRACTOR. The purpose of this review is to assure adequate planning for the proper and timely execution of the Work and to assist the Owner in appraising the suitability of the proposed network Schedule for construction of the project. C. Upon acceptance by the OWNER the Schedule will become the basis for monitoring and measuring the progress of the Work. To assure proper tracking of progress throughout the performance of the Work, the CONTRACTOR shall maintain and continuously update his detailed network Schedule. The CONTRACTOR shall, during the first week of each month and at other times as the OWNER may request, furnish to the OWNER an updated schedule which is clearly marked to show the actual percent completion of each activity as of the date of the Schedule update. The CONTRACTOR shall submit with the Schedule update, a narrative report of the progress made during the period covered by the Schedule update. This report shall outline accomplishments during the reporting period and shall include a discussion of problems encountered and of how those problems have been or will be dealt with. The narrative report shall also include a discussion of changes or other items encountered which, in the opinion of the CONTRACTOR, may cause problems to the future progress of the Work. The CONTRACTOR shall include in the report a plan of action for overcoming the potential problems stated. a. The OWNER retains the right to withhold progress payments until the CONTRACTOR'S updated schedule has been accepted by the OWNER. b. During the course of the Work the Schedule may be revised by agreement of the OWNER and the Contractor. Each revision of the Schedule shall supersede and replace all previous versions of the Schedule. The revised Schedule shall include the following information: 1. Date of revision; 2. Identification of all changes made to the original schedule, including the incorporation of an anticipated Change Orders; 3. Concise narrative explanation of the reasons for each change. c. The CONTRACTOR may request Schedule revisions by submitting a revised Schedule in the form outlined above. However, if the OWNER cannot agree to the suggested revisions, the Contractor shall make those adjustments as may be required to maintain the original Schedule. d. Responsibility for the CONTRACTOR'S Schedule(s) in all aspects, assumptions and implications, either known or unknown, made or assumed, by the CONTRACTOR in the preparation of his Schedule(s), is entirely that of the CONTRACTOR. Acceptance of the CONTRACTOR'S schedule(s)by the OWNER shall in no way make the OWNER responsible for the execution or non-execution of the CONTRACTOR'S schedule nor is the OWNER responsible or liable in any way for any acts,errors,omissions or negligence of the CONTRACTOR or any Sub-contractor or any of the CONTRACTOR'S or Sub- contractor's agents, assigns, servants or employees or any other person,firm or corporation performing or attempting to perform the Work. 46. PAYMENTS TO CONTRACTOR a. Not later than the thirty (30) calendar days from the date of submission to the City of Port Arthur, the OWNER shall make a progress payment to the CONTRACTOR on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this Contract, but to insure the proper performance of the Contract, the OWNER shall retain ten percent (10%) (five percent [5%] if the total contract price exceeds$25,000)of the amount ofeach estimate until final completion and acceptance of all work covered by this Contract; Provided, that the CONTRACTOR shall submit his estimate no later than the fifth (5th) day of the month. Provided further, that on completion and acceptance of each separate building, public work or other division of the Contract on which the price is stated separately in the Contract, payment may be made in full, including retained percentages thereon, less authorized deductions. The CONTRACTOR is advised that the payment schedule noted is subject to fluctuation due to the City of Port Arthur Council's regular schedule of meeting on every other Tuesday. The CONTRACTOR may alter his estimate period such as to give the Engineer(ten)10 working days prior to the next scheduled City of Port Arthur Council meeting to prepare an estimate of the work completed and submit said estimate for the OWNER'S action. b. In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. c. All material and work covered by partial payments made shall thereupon become the sole property of the OWNER, but this provision shall not be construed as relieving the CONTRACTOR from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work or as a waiver of the right of the OWNER to require the fulfillment of all of the terms of the Contract. d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof: The CONTRACTOR agrees that he will indemnify and save the OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools and all supplies, including commissary, incurred in the furtherance of the performance of this Contract. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, after having served written notice on the said CONTRACTOR, either pay unpaid bills, of which the OWNER has written notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills of the CONTRACTOR, the OWNER shall be deemed the agent of the CONTRACTOR, and any payment so made by the OWNER shall be considered as a payment made under Contract by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. This provision shall not be construed to give rise to any third party beneficiary rights in claimants. 49. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purposes for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the CONTRACTOR at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents,the compensation to be paid to the CONTRACTOR hereunder shall be reduced by such amount as in the judgement of the Architect/Engineer shall be equitable. 50. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the CONTRACTOR encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will thereupon promptly investigate the conditions and, if he finds that they materially differ from those shown on the Plans or indicated in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in paragraph 52 of the General Conditions. 51. CLAIMS FOR EXTRA COST No claim for extra work or cost shall be allowed unless the same was done pursuant to a written order of the Architect/Engineer approved by the OWNER, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of subparagraph 52(c) of the General Conditions, the CONTRACTOR shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and when requested by the OWNER, give the OWNER access to accounts relating thereto. 52. CHANGES IN WORK No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the OWNER. Charges or credit for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost of: (1) Labor, including foreman; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age unemployment contributions. To the cost under (c) there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, and any other general expenses. OWNER shall only direct the CONTRACTOR to perform a time and materials change order for extra work under (c) above after a determination by OWNER that no other type of change order is suitable for the changes in work(for example, a lump sum amount) and the change order shall include a ceiling price that the CONTRACTOR exceeds at its own risk. Notwithstanding any other provision in the Contract Documents, including, but not limited to, this Article 52 in the General Conditions, profit must be separately negotiated as an element of price on all change orders. To establish a fair and reasonable profit, consideration must be given to the complexity of the extra work, the risk borne by the CONTRACTOR, the CONTRACTOR's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. All costs must be (i) necessary and reasonable; (ii) allocable to the project; and (iii) adequately documented. 53. EXTRAS Without invalidating the Contract,the OWNER may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the OWNER or its Architect/Engineer, acting officiallyfor the OWNER, and the price is stated in such order. 54. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract;and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the "Notice to Proceed". The CONTRACTOR agrees that said work shall be prosecuted regularly, diligently and without interruption at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed,by and between the CONTRACTOR and the OWNER,that the time for the completion of the work described herein is a reasonable time for the completion of same,taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said CONTRACTOR shall neglect, fail or refuse to complete the work within the time herein specified,or any proper extension thereof granted by the OWNER,then the CONTRACTOR does hereby agree, as a part consideration for the awarding of this Contract, to pay to the OWNER the amount specified in the Contract, not as a penalty, but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every consecutive calendar day, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City of Port Arthur holidays and that the CONTRACTOR shall be in default after the time 1 stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would in such event sustain, and said amount is agreed to be the amount of damages which the OWNER would sustain and said amount shall be retained from time to time by the OWNER from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, that the CONTRACTOR shall not be charged with any part of liquidated damages or any excess cost when the OWNER determines that any part of liquidated damages was not the fault of the CONTRACTOR and the OWNER determines that the request for extension by the CONTRACTOR is justified and due to: a. Any preference, priority or allocation order duly issued by the government; b. The following unforeseeable causes, namely: acts of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a Contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, earthquakes, hurricanes and tornadoes; and rainy days claimed by the CONTRACTOR; however, rainy days shall be considered only if the CONTRACTOR notifies the Engineer or OWNER on the day the CONTRACTOR claims he cannot work because of rainy weather that day. Failure to so report will eliminate any claim for time extension because of rainy weather on that day. c. Rainy weather when 60 percent of his work force cannot work for seven (7)hours or more that day because of rainy weather and providing that he has complied with the condition under 54(b). d. Any delays of Subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this article. Provided, further, that the CONTRACTOR shall, within ten(10) working days after total calendar days delayed have been used up in the contract time and such delay thereafter, unless the OWNER shall grant a further period of time prior to the date of final settlement of the Contract, notify the OWNER, in writing, of the causes of delay, who shall ascertain the facts and extent of the delay and notify the CONTRACTOR within reasonable time of its decision in the matter. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the CONTRACTOR if a claim is made therefore as provided and if approved therefore by Engineer. Such delays shall include acts of neglect by the OWNER or others performing additional work, or by acts of God or of the public enemy, fire, floods, epidemics,quarantine restrictions, strikes, labor disputes, sabotage, or freight embargoes. All time limits stated in the Contract Documents are of the essence of the Agreement. Provided, that this provision for liquidated damages shall be cumulative of and not in limitation of any other remedy available to OWNER, including, without limitation, the right to terminate as provided in paragraph 3 and to recover additional damages for any excess cost in otherwise completing the work. 55. WEATHER CONDITIONS Inclement weather is any weather condition or conditions resulting immediately there-from, causing the CONTRACTOR to suspend construction operations or preventing the CONTRACTOR from profitably utilizing at least 75 percent of the normal labor and equipment force engaged on the Work. Should the CONTRACTOR prepare to begin work at the regular starting time at the beginning of any regular work shift on any day on which inclement weather, or the forecast by the local NOAA Weather Reporting Station of 30% or greater chance of inclement weather, or the conditions resulting from the weather, or the condition of the Work prevents work from beginning at the usual starting time, and the crew is dismissed as a result thereof,the CONTRACTOR will not be charged for a working day whether or not conditions change thereafter during said day and the major portion of the day could be considered to be suitable for such construction operations. In the event of temporary suspension of work, or during inclement weather, or whenever the Architect/Engineer shall direct, the CONTRACTOR will,and will cause his Subcontractors to,protect carefully his, and their, work and materials against damage or injury from the weather. If, in the opinion of the Architect/Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the CONTRACTOR or any of his Subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the CONTRACTOR. 56. PROTECTION OF WORK AND PROPERTY--EMERGENCY The CONTRACTOR shall at all times safely guard the OWNER'S property from injury or loss in connection with this Contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The CONTRACTOR shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the Contractor by the OWNER, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property and/or safety of life, the CONTRACTOR will be allowed to act, without previous instructions from the Architect/Engineer,in a diligent manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the CONTRACTOR due to such extra work shall be promptly submitted to the Architect/Engineer for approval. Where the CONTRACTOR has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Architect/Engineer. The amount of reimbursement claimed by the CONTRACTOR on account of any emergency action shall be determined in the manner provided in paragraph 52 of the General Conditions. 57. INSPECTION The authorized representatives and agents of the shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. 58. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the CONTRACTOR shall employ a construction superintendent or foreman who shall have full authority to act for the CONTRACTOR. It is understood that such representative shall be acceptable to the Architect/Engineer and shall be one who can be continued in the capacity for the particular job involved unless he ceases to be on the CONTRACTOR'S payroll. 59. CIVIL RIGHTS ACT OF 1964 Under Chapter 106 of the Civil Practice & Remedies Code of the Revised Civil Statues of Texas, no person shall, on the ground of race, color, national origin, sex, age or handicap, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity of the City of Port Arthur. 60. SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974 No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 61. INDEMNIFICATION The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits, judgements, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgement, cost or expense: a. Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property(other than the work itself) including the loss of use resulting therefrom; and, b. Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications,or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury ordamage. 62. DELAYS The CONTRACTOR shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY OF PORT ARTHUR to provide information or material, if any, which is to be furnished by the CITY OF PORT ARTHUR. When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct,shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, of by the performance of extra work, or by the failure of the CITY OF PORT ARTHUR to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City of Port Arthur Council;and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. 63. MAINTENANCE OF WORK If, after approval of final payment and prior to expiration of one (1) year after date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special guarantee required by the Contract Documents, any work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by CONTRACTOR. The provisions of this paragraph shall not limit the obligation of CONTRACTOR under paragraph 14 (Guarantee of Work) in anyrespect whatsoever, including the time period of such Guarantee of Work provision in paragraph 14 as will arise under the laws of the State of Texas and such Paragraph 14 and without regard to the provisions of this paragraph (Maintenance of Work), nor shall this paragraph (Maintenance of Work) be construed to establish any period of limitations for any cause of action against CONTRACTOR under the obligations of Paragraph 14. 64. ANTITRUST CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arise under the anti- trust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). 65. LABOR, MATERIALS, AND EQUIPMENT: a. The CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the work and perform construction as required by the Contract Documents. The CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the contract Documents, all Work at the site shall be performed during regular working hours, and the Contractor will not permit overtime work or the performance of work on Saturday, Sunday, or any legal holiday without the Owner's written consent given after prior written notice and approval by the Engineer. If the CONTRACTOR performs any work after regular working hours, or on Saturday, Sunday, or any legal holiday, it shall pay the OWNER any additional cost incurred by the OWNER as a result of such work. b. Except as otherwise provided in this Article, the CONTRACTOR shall receive no additional compensation for overtime work,i.e.,work in excess of eight(8)hours in any one calendar day or forty(40)hours in any one(1)calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the Engineer in writing. Additional compensation will be paid to the CONTRACTOR for overtime work only in the event that extra work is ordered by the Engineer, and the Change Order specifically authorizes the use of overtime work and then only to such extent as overtime wages are regularly being paid by the CONTRACTOR for overtime work of a similar nature in the same locality. c. All costs of inspection and testing performed during overtime work by the CONTRACTOR which is allowed solely for the convenience of the CONTRACTOR shall be borne by the CONTRACTOR. The OWNER shall have the authority to deduct the cost of all such inspection and testing from any partial payments otherwise due the CONTRACTOR. d. Unless otherwise specified in the Contract Documents, the CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, e. Telephone, water, sanitary facilities, temporary facilities and all other facilities, and incidentals necessary for the furnishing, performance,testing,start-up,and completion of the work. f. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by the Engineer, the CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to the OWNER, nor any of the OWNER'S consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions. 66. DELAY, DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the CITY OF PORT ARTHUR and to the ENGINEER promptly(but in no case later than ten (10) calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the CITY OF PORT ARTHUR and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. 67. DIFFERING SITE CONDITIONS: a. The CONTRACTOR shall notify the Engineer in writing of the following unforeseen conditions,hereinafter called differing site conditions, promptly upon their discovery(but in no event later than 14 calendar days) and before they are disturbed: 1. Subsurface or latent physical conditions at the site of the Work differing materially from those indicated, described, or delineated in the Contract Documents including those reports and documents discussed and 2. Unknown physical conditions at the site of the Work of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents including those reports and documents discussed. b. The Engineer will review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise the OWNER in writing of the Engineer's findings and conclusions. c. If the OWNER concludes that because of newly discovered conditions a change in the Contract Documents is required, a Change Order will be issued as provided, to reflect and document the consequences of the difference. d. In each such case, an increase or decrease in the Contract Price or an extension or reduction of the contract Time, or any combination thereof,will be allowable to the extent that they are attributable to any such difference. If the OWNER and the CONTRACTOR are unable to agree as to the amount or length thereof, a claim may be made therefore as provided in the General Conditions. r e. The CONTRACTOR'S failure to give notice of differing site conditions within fourteen (14) calendar days of discovery or before they are disturbed shall constitute a waiver of all claims in connection therewith, whether direct, consequential, or inconsequential in nature. f. Nothing herein shall be deemed to require the OWNER to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction 68. PHYSICAL CONDITIONS - UNDERGROUND UTILITIES a. Shown or Indicated: The information shown or indicated in the Contract Documents with respect to existing, underground utilities at or contiguous to the site is based on information and data furnished to the OWNER or the Engineer by the owners of such underground utilities or by others. Unless it is expressly provided in the Supplementary General Conditions, the Owner and the Engineer shall not be responsible for the accuracy or completeness of any such information or data, and the Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground utilities shown or indicated in the Contract Documents,for coordination of the work with the owners of such underground utilities during construction, for the safety and protection thereof and repairing any damage thereto resulting from the work, the cost of which will be considered as having been included in the Contract Price. b. Not Shown or Indicated: If an underground utility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which the CONTRACTOR could not reasonably have been expected to be aware of,the CONTRACTOR shall identify the owner of such underground utility and give written notice thereof to that owner and shall notify the Engineer in accordance with the requirements of the General Conditions. SECTION D Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS These technical specifications are based on the 2024 TxDOT Standard Specifications. Modifications to the standard TxDOT Specifications have been made for this project as described below: Strikethrough Identifies text that has been deleted from the standard specification. This text shall be ignored and not applicable to the standard specification. Bolded Italics Identifies text that has been added to the standard specification. This text shall be considered as an additional language that is part of the standard specification. LIST OF TXDOT SPECIFICATIONS Item 104 Removing Concrete Item 110 Excavation Item 247 Flexible Base Item 360 Reinforced Concrete Pavement Item 464 Reinforced Concrete Pipe Item 465 Junction Boxes, Manholes, and Inlets Item 480 Cleaning Existing Culverts and Manholes Item 496 Removing Structures Item 500 Mobilization Item 502 Barricades, Signs, And Traffic Handling Item 506 Temporary Erosion, Sedimentation, And Environmental Controls Item 529 Concrete Curb, Gutter, And Combined Curb and Gutter Item 666 Retroreflective Pavement Markings GEOTECHNICAL INVESTIGATION REPORT TECHNICAL SPECIFICATIONS - 1 OF 2 r "" TABLE OF CONTENTS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK SG TECHNICAL SPECIFICATIONS - 2 OF 2 TABLE OF CONTENTS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT Item 104 Removing Concrete 1. DESCRIPTION Break, remove, and salvage or dispose of existing hydraulic cement concrete. 2. CONSTRUCTION Remove existing hydraulic cement 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 City. 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, floors, porches, patios, riprap, medians, foundations, sidewalks, driveways, ramp and other appurtenances will be measured by the square yard (regardless of thickness) or by the cubic yard of calculated volume, in its original position. Removing curb, curb and gutter, and concrete traffic barrier will be measured by the foot in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. Removing retaining walls will be measured by the square yard along the front face from the top of the wall to the top of the footing. 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. 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 retaining wall footings will not be paid for directly but will be considered subsidiary to this Item. The Solco Group,LLC TXDOT ITEM 104 1 OF 2 TigGREMOVING CONCRETE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK WO The Solco Group, LLC TXDOT ITEM 104 -2 OF 2 REMOVING CONCRETE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT 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. MATERIALS 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. 3. CONSTRUCTION Maintain drainage in the excavated area to avoid damage to the paving section and roadway section. Correct any damage to the subgrade caused by weather at no additional cost to the Department City. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. Excavate to the grade and sections shown on the plans. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods," unless excavation is to clean homogenous rock at final grade. Correct unsuitable material encountered at or below subgrade as directed. 3.1. Rock Cuts. 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 the grade shown on the plans. 3.2. Earth Cuts. Scarify remaining material to a depth at least 6 in. below the grade shown on the plans in areas where pavement structure will be placed. Compact subgrade in accordance with Section 132.3.4., "Compaction Methods." 3.3. Acceptance Criteria 3.3.1 Grade Tolerances. 3.3.1.1 Staged Construction. Grade to within 1.25 in. in the cross-section and 1.25 in. in 16 ft. measured longitudinally. 3.3.1.2 Turnkey Construction. Grade to within 0.5 in. in the cross-section and 0.5 in. in 16 ft. measured longitudinally. IgG The Solco Group, LLC TXDOT ITEM 110 - 1 OF 2 EXCAVATION Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 3. MEASUREMENT This Item will be measured by the cubic yard in its original position as computed by the method of average end areas, or by the comparison of digital terrain model(DTM) surfaces or as shown on the plans. 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. the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 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 Excavation (Roadway)," "Excavation (Channel)," "Excavation (Special)," or "Excavation (Roadway and Channel)." 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. accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. However, if Item 132, "Embankment," is not included in the Contract, paymeRtfer--replac-ement-ef-u-n-suitable-m-ate-rial-wl41-13e-paid-fe-r-i-n-aegordanc-e-witil- When a slide not due to the Contractor's negligence or operation occurs, payments for removal and disposal of the slide material will be in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Excavation in backfill areas of retaining walls will not be meas ured or paid for directly but will be subsidiary to pertinent Items. la The Solco Group, LLC TXDOT ITEM 110-2 OF 2 EXCAVATION Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT Item 247 Flexible Base 1. DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements shown in Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the plans. Unless otherwise shown on the plans, the unconfined compressive strength is waived when the flexible base material meets the#200 sieve requirement. When the#200 sieve requirement does not meet the specification in Table 1, the unconfined compressive strength is required. Table 1 Material Requirements The Solco Group,LLC TXDOT ITEM 247- 1 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 Property Test Grade Grade 3 Grade Grade Method 1-23 4 5 Master gradation sieve size (cumulative % retained) 2-1/2" 0 0 0 1-3/4" Tex-110-E 0-10 0-10 0-5 _ 7/8" 10-35 — 10-35 3/8" 30-65 — 35-65 #4 45-75 45-75 45-75 #40 65-90 50-85 70-90 #2001'2 85-95 — — Liquid limit, % Max Tex-104- 40 40 As 35 E shown Plasticity index, Max 10 12 10 on the Tex-106- As As plans As Plasticity index, Min E shown shown shown on the on the on the plans plans plans Wet ball mill, % Max 40 Tex-116- 40 — Wet ball mill, % Max increase E 20 20 passing the#40 sieve Min compressive strength2, psi lateral pressure 0 psi T_ex-117- 35 — — lateral pressure 3 psi E — — 90 lateral pressure 15 psi 175 — 175 1. The#200 sieve test is only required to meet the waiver of the unconfined compressive strength requirement. The#200 sieve test requirement is only applicable to stockpile samples from Section 247.2.4. 2. Compressive strength and #200 sieve test requirements are waived when the flexible base is mixed with or without existing material and treated with cement, emulsion, foamed asphalt, or lime, unless otherwise shown on the plans. 3. Grade 3 may be substituted for Grade 1-2 or Grade 5 when the flexible base is mixed with or without existing material and treated with cement, emulsion, foamed asphalt, or lime, as approved. The Grade 3 flexible base must meet the wet ball mill requirements of Grade 1-2 or Grade 5 as applicable. 2.1.1. Material Tolerances. The Engineer may accept material if no more than one of the five most recent gradation tests has an individual sieve outside the specified limits of the gradation. This allowance does not apply to the#200 sieve requirement. The Engineer may accept material if no more than one of the five most recent liquid limit or plasticity index tests is outside the specified limit. No single failing liquid limit or plasticity index test may exceed the allowable limit by more than 2 percentage points. The Solco Group,LLC TXDOT ITEM 247-2 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type shown on the plans in accordance with the following. 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of two or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with two or more crushed faces as determined in accordance with Tex-460-A, Part I. Blending of two or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements of Section 247.2.1.2.6., "Recycled Material,"and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles to verify compliance. 2.1.2.5. Type E. Caliche, iron ore, or as otherwise shown on the plans. 2.1.2.6. Recycled Material. Reclaimed asphalt pavement(RAP)and other recycled materials may be used when shown on the plans. Request approval to blend two or more sources of recycled materials. When RAP is allowed, do not exceed 20% RAP by weight, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. Provide recycled materials, other than RAP, that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex-145-E. Certify compliance with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines." In addition, recycled materials must be free of reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex-413-A. The liquid limit, plasticity index, wet ball mill, and compressive strength for all recycled materials are waived. When using RAP, crush RAP so that 100% passes the 2-in. sieve and does not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex-406-A. Test RAP without removing the asphalt. The final product must meet the requirements shown in Table 1 for the grade specified except when the Department requires a specific amount of Department-furnished RAP be added to the blend, unless otherwise shown on the plans. The Contractor is responsible for uniformly blending the recycled material with the flexible base material to build a stockpile to meet the percentages required. Any Contractor-furnished surplus of recycled materials will remain the property of the Contractor. Remove Contractor-owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. TrkGThe Solco Group,LLC TXDOT ITEM 247-3 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 2.4. Stockpile Approval. Stockpile is approved when the Engineer's test results meet the material requirements shown in Table 1. 2.4.1. Sampling. The Contractor and the Engineer will sample flexible base from completed stockpiles in accordance with Tex-100-E. Personnel conducting sampling must be certified by the Department-approved soils and base certification program. Sampling stockpiles may be located at the production site or at the project location. The Contractor will witness the Engineer's sampling and sample the stockpile for their own testing, and label as deemed necessary. Sample the stockpile for the Engineer when shown on the plans. When the Contractor samples the stockpile for the Engineer, the Engineer must witness the sampling of material designated for the Engineer and the Materials and Tests Division (MTD). The Engineer will label their sampling containers as"Engineer" and "MTD," or as deemed necessary. The Engineer will take immediate possession of the sample containers for the Engineer and MTD. The Engineer will maintain custody of the samples until all testing and reporting are completed. 2.4.2. Referee Testing. Referee testing is applicable for stockpile testing only. MTD is the referee laboratory. MTD may designate a laboratory from the Department's MPL for Commercial Laboratories Approved for Flexible Base Referee Requests as the referee laboratory as deemed necessary. The designated laboratory cannot be performing any testing under this Item for the Engineer or Contractor. The Contractor may request referee testing when the Engineer's test results fail to meet any of the material requirements shown in Table 1 and the Contractor's sample from Section 2.4.1., "Sampling,"for the same failing Department test, passes. The tests must be performed by a laboratory listed on the Department's MPL for Commercial Laboratories Approved for Flexible Base Referee Requests. Submit the request by email within 5 working days after receiving failing test results from the Engineer. Include completed test reports passing the applicable requirements shown in Table 1 in the email. Record and submit completed test reports electronically on Department-provided templates in their original format meeting the applicable material requirements shown in Table 1. Use Department-provided templates to record and calculate all test data. The Engineer and the Contractor will provide any available test results to the other party when requested. l The Solco Group,LLC TXDOT ITEM 247-4 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Rollers. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling,"when required. 3.2. Inertial Profiler. When ride quality measurement is required, provide a high- speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile in accordance with Section 247.2.4., "Stockpile Approval," loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery, unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100-ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100-ft. station, manipulate in conformance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, "Removing Treated and Untreated Base and Asphalt Pavement,"when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. 10 The Solco Group,LLC TXDOT ITEM 247-5 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 Proof roll the roadbed in accordance with Item 216 before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer using an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed at no additional expense to the DepaFtFnent City. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Maintain moisture during compaction within ±2.0% of the optimum moisture content as determined in accordance with Tex-113-E. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternating trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department City. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor's expense. 4.3.1. Ordinary Compaction. Roll using approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density and Moisture Control. Compact to a minimum of 100% of the maximum dry density and within ±2.0% of the optimum moisture content as determined in accordance with Tex-113-E, unless otherwise shown on the plans. Provide the Engineer with the beginning and ending station numbers of the area completed for testing. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E, Part I. The Engineer will determine random locations for testing in accordance with TG The Solco Group,LLC TXDOT ITEM 247-6 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 Tex-115-E, Part IV. Do not achieve density by drying the material after compaction. When the density is less than 100% of the maximum dry density, the Engineer may perform additional testing to determine the extent of the area to correct. The Engineer may accept the section if no more than one of the five most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.3.3. Miscellaneous and Small Areas. Miscellaneous areas are those that typically involve handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level-up areas, and other similar areas. Miscellaneous and small areas are not subject to density testing but may be tested as directed. 4.4. Finishing. After completing compaction, clip, skin, or tight-blade the surface using a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling using a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. Correct grade deviations greater than 1/4 in. in 16 ft. measured longitudinally. Correct grade deviations greater than 1/4 in. over the entire width of the cross- section in areas where surfacing is to be placed. Correct by loosening and adding or removing material. Reshape and recompact in accordance with Section 247.4.3., "Compaction." 4.5. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 4.6. Ride Quality. Measurement of ride quality only applies to the final travel lanes that receive a one- or two-course surface treatment for the final riding surface, unless otherwise shown on the plans. Measure the ride quality of the base course either before or after the application of the prime coat, as directed, and before placement of the surface treatment. Use a certified profiler operator listed on the Department's MPL. When requested, furnish the Engineer with documentation for the person certified to operate the profiler. Provide all profile data to the Engineer in electronic data files within 3 days of measuring the ride quality using the format specified in Tex-1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi. sections with an average international roughness index (IRI)value greater than 100 in. per mile to an IRI value of 100 in. per mile or less, unless otherwise shown on the plans. Reprofile and correct sections that fail to maintain ride quality before the TG The Solco Group,LLC TXDOT ITEM 247-7 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 placement of the surface treatment, as directed. Unless ride deterioration is due to environmental impact, traffic, or other incidents outside the Contractor's control, perform this work at no additional expense to the Department City, as approved. 5. MEASUREMENT Flexible base will be measured as follows. • Flexible Base (Complete in Place). The-ton, square yard, or any cubic yard method. yard in stockpile. Measurement by the cubic yard in final position and square yard is a plans quantity measurement. 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. Measurement is further defined for payment as follows. 5.1 Cubic Yard in Veilicle. By the eubic yard in vehicles of uniform capacity at the point of delivery. 5.2. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position, by the method of average end areas, or as shown on the plans. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of the lines, grades, and slopes of the accepted base course, or as shown on the plans 5.4. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base, or as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the grooms weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex 103 E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard The Solco Group, LLC TXDOT ITEM 247 -8 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 the types of work described below. No additional payment will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly, but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216. Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in conformance with pertinent Items or in accordance with Article 4.4., "Changes in the Work." 6.1. Flexible Base (Complete in Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or"In Final Position" will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. 6,2--Flexible-Base-(Roadway-DeRverWPayment will-be-made-for-the-type-and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or"In Final Position" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and price is full compensation for furnishing and disposing of materials, preparing the stockpile ar a, temporary or permanent stockpiling, assistance provided in h-a I deliv ckpilo f, rnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. The Solco Group, LLC TXDOT ITEM 247 -9 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK irp The Solco Group, LLC TXDOT ITEM 247- 10 OF 10 FLEXIBLE BASE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT Item 360 Reinforced Concrete Pavement 1. DESCRIPTION Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 2. MATERIALS Use materials from non-listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. 2.1. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cement Concrete." Use compressive strength testing unless otherwise shown on the plans. Provide Class P concrete designed to meet a minimum average compressive strength of 3,200 psi at 7 days or a minimum average compressive strength of 4,000 psi at 28 days. Test in accordance with Tex-418-A. Obtain written approval if the concrete mix design exceeds 520 lb. per cubic yard of cementitious material. Use coarse aggregates for continuously reinforced concrete pavements to produce concrete with a rated coefficient of thermal expansion not more than 5.5 x 10-6 in./in./°F as listed in accordance with the Concrete Rated Source Quality Catalog. Provide Class High Early Strength (HES) concrete designed to meet a minimum average compressive strength of 3,200 psi at 24 hr., for early opening of small pavement areas or leave-outs to traffic when shown on the plans or allowed. When opening of small pavement areas or leave-outs to traffic is less than 24 hr., design Class HES concrete to achieve a minimum average compressive strength of 1,800 psi at 8 hr. 2.2. Reinforcing Steel. Provide Grade 60 or above deformed steel for bar reinforcement in accordance with Item 440, "Reinforcement for Concrete." Provide positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 2.2.1. Dowels. Provide dowel bars for concrete pavements in accordance with DMS- 7325, "Dowel Bars for Concrete Pavements" and the MPL for"Dowel Bars for Concrete Pavements." Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. TXDOT ITEM 360- 1 OF 16 The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 2.2.2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single-piece tie bars as shown on the plans. Furnish multiple piece tie bar assemblies from the list of approved multiple-piece tie bars that have been prequalified in accordance with DMS-4515, "Multiple Piece Tie Bars for Concrete Pavement,"when used. Multiple-piece tie bars used on individual projects must be sampled in accordance with Tex-711-I, and tested in accordance with Tex- 712-I. 2.3. Curing Materials. Provide Type 2 membrane curing compound in accordance with DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide asphaltic curing materials in accordance with Item 300, "Asphalts, Oils, and Emulsions,"for concrete pavement to be overlaid with asphalt concrete, unless otherwise shown on the plans or approved. Provide materials for other methods of curing in accordance with Item 422, "Concrete Superstructures." When required, provide insulating blankets with a minimum thermal resistance (R) rating of 0.5 degree Fahrenheit square-foot per British Thermal Unit. Use insulating blankets that are free of tears and are in good condition. 2.4. Epoxy. Provide Type III, Class C epoxy in accordance with DMS-6100, "Epoxies and Adhesives,"for installing all drilled-in reinforcing steel. Submit a work plan and request approval for the use of epoxy types other than Type III, Class C. 2.5. Evaporation Retardant. Provide evaporation retardant in accordance with DMS-4650. 2.6. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint sealant materials and fillers unless otherwise shown on the plans or approved, and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 2.7. Repair Materials. Provide concrete repair materials in accordance with DMS- 4655, "Concrete Repair Materials,"or DMS-6170, "Polymeric Materials for Patching Spalls in Concrete Pavement." 3. EQUIPMENT Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment in accordance with Item 421. Obtain approval for other equipment used. 3.1. Placing, Consolidating, and Finishing Equipment. Provide self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an automatic grade control system on slip-forming equipment. Provide mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. TXDOT ITEM 360-2 OF 16 To The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 When using stringless paving equipment, use in accordance with Section 5.9.3., "Method C," and establish control points at maximum intervals of 500 ft. Use these control points as reference to perform the work. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in conformance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete for concrete pavement (formed) placements, and along forms, at all joints, and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 3.2. Forming Equipment. 3.2.1. Pavement Forms. Provide side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free of detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide bulkhead forms of sufficient cross-section, strength, and rigidity to support reinforcing steel and maintain alignment during concrete placement operations. 3.3. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 3.4. Single-Piece Tie-Bar Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment as shown on the plans. 3.5. Texturing Equipment. 3.5.1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a manual moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. 3.5.2. Tining Equipment. Provide a self-propelled metal tine device equipped with steel tines with cross-section approximately 1/32 in. thick by 1/12 in. wide. Provide tines for longitudinal tining equipment spaced at approximately 3/4 in., TXDOT ITEM 360-3 OF 16 1"Py The Solco Group,LLC '' z"' REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 center-to-center, or provide tines for transverse tining equipment spaced at approximately 1 in., center-to-center. Manual methods that produce an equivalent texture may be used when it is impractical to use self-propelled equipment, such as for small areas, narrow width sections, and emergencies due to equipment breakdown. 3.6. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas, on narrow width sections, or in emergencies due to equipment breakdown. 3.7. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. 3.8. Grinding Equipment. Provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades when required. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 3.9. Testing Equipment. Provide testing equipment in accordance with Item 421, unless otherwise shown on the plans or specified. Maintain and calibrate all Contractor-supplied testing equipment in conformance with pertinent test methods. Provide calibration records of strength-testing equipment to the Engineer within 1 week after each calibration. 3.10. Coring Equipment. Provide coring equipment capable of extracting cores in accordance with Tex-424-A when required. 3.11. Miscellaneous Equipment. Furnish 10-ft. and 15-ft. steel or magnesium long- handled, standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. 4. CONSTRUCTION Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformance with the required section and established grade until the pavement concrete is placed. Dampen subgrade or base with water before placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. TXDOT ITEM 360-4 OF 16 wrga The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 4.1. Paving and Quality Control (QC) Plan. Submit a paving and QC plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including methods to construct transverse joints, methods to consolidate concrete at joints, longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave-outs, sawing, inspection, contractor QC testing, testing for opening to traffic, construction methods, other details, and description of all equipment. List certified personnel performing contractor QC testing and testing for opening to traffic. Submit revisions to the paving and QC plan for approval. 4.2. Placing Reinforcing Steel for Continuously Reinforced Concrete Pavements. Accurately place and secure in position all reinforcing steel as shown on the plans. Provide chairs in sufficient number to adequately support the reinforcing steel at the proper height as show on the plans. Secure reinforcing steel at alternate intersections with tie wires. Reinforcing steel intersections may be secured with locking support chairs instead of tie wires. Anchor pins used to prevent the reinforcing steel from shifting may remain in the final pavement. Stagger the lap locations so that no more than 1/3 of the longitudinal steel is spliced in any given 12-ft. width and 2-ft. length of the pavement. Tie all splices with tie wires. 4.3. Joints. Install formed joints as shown on the plans. Install transverse bulkhead forms to support extending reinforcing steel, shaped accurately to the cross- section of the pavement when placing of concrete is stopped. 4.3.1. Placing Reinforcement at Joints. Install reinforcing steel at transverse construction joints as shown on the plans. Use multiple-piece tie bars, drilled and epoxy-grouted tie bars, or mechanically inserted single-piece tie bars at longitudinal construction joints. Discontinue the use of mechanically inserted single-piece tie bars if this method results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. For drilled and epoxy-grouted tie bars, drill holes into the existing concrete at least 10 in. deep unless otherwise directed. Use a drill bit with a diameter that is 1/8 in. greater than that of tie bars. Clean the holes using a wire brush and compressed air to remove all the dust and moisture. Only cartridge or machine applicator epoxies are allowed. Follow the epoxy manufacturer's instructions to apply the epoxy. Insert the tip of the epoxy cartridge or the tip of the machine applicator to the end of the tie bar hole, and inject Type III, Class C, epoxy to fill the hole with the amount of epoxy recommended by the manufacture for the size of bar and depth of hole. Insert tie bars. 4.3.2. Testing of Tie Bars. Verify that tie bars that are drilled and epoxied or mechanically inserted into concrete at longitudinal construction joints develop a pullout resistance equal to at least 3/4 of the yield strength of the reinforcing steel. Test pullout resistance of mechanically inserted tie bars when the concrete pavement is at least 7 days old. Test pullout resistance of epoxy-grouted bars TXDOT ITEM 360-5 OF 16 ipro The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 after the epoxy manufacturer's recommended final cure time. Test 15 bars in accordance with ASTM E488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. 4.3.3. Testing of Epoxy-Grouted Longitudinal Bars in Continuously Reinforced Concrete Pavements. When longitudinal reinforcing steel is drilled and epoxy- grouted in existing pavement, test each bar in accordance with ASTM E488, except that alternate approved equipment may be used. All bars must develop a pullout resistance equal to at least 3/4 of the yield strength of the steel. Test pullout resistance after the epoxy manufacturer's recommended final cure time. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. 4.3.4. Transverse Construction Joints for Concrete Pavement Contraction Design (CPCD). Install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location when the placing of concrete is intentionally stopped. Install a transverse construction joint either at a planned transverse contraction joint location or mid-slab between planned transverse contraction joints when the placing of concrete is unintentionally stopped. Install tie bars of the size and spacing used in the longitudinal joints for mid-slab construction joints. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. For dowels used in a contraction joint, coat the entire length of the dowels with a thin film of grease, wax, silicone, or other approved de-bonding material. For dowels used in an expansion joint, coat half the length with a thin film of grease, wax, silicone, or other approved de-bonding material; provide dowel caps on the coated half of each dowel bar. 4.4. Curb Joints. Construct curb joints in accordance with Item 529. 4.5. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if TXDOT ITEM 360-6 OF 16 SG The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing side forms and bulkhead forms. Repair damage resulting from form removal with an approved repair material within 24 hr. after form removal unless otherwise approved. Chip excessively honeycombed areas to sound concrete, and repair with an approved repair material within 24 hr. after form removal unless otherwise approved. Clean joint face within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. Promptly apply membrane curing compound to the edge of the concrete pavement when forms are removed before 72 hr. after concrete placement. Forms that are not the same depth as the pavement but within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base are supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. 4.6. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Begin the discharge of concrete delivered in agitated delivery equipment in accordance with Item 421. Place non-agitated concrete within 45 min. after batching. Reduce times as directed when hot weather or other conditions cause quick setting of the concrete. 4.7. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Distribute concrete using shovels where hand spreading is necessary. Do not use rakes or vibrators to distribute concrete. 4.7.1. Consolidation. Consolidate all concrete using approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated vibrators to consolidate concrete for concrete pavement (formed) placements, and along forms, at all joints, and in areas not accessible to the machine- mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 4.7.2. Curbs. Curbs will be in accordance with Item 529. 4.7.3. Temperature Restrictions. Place concrete that is between 40°F and 95°F when measured in accordance with Tex-422-A at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found TXDOT ITEM 360-7 OF 16 TsiG The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling, unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. Protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period when temperatures warrant protection against freezing. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. 4.8. Spreading and Finishing. Finish all concrete pavement using approved self- propelled equipment. Use power-driven spreaders, power-driven vibrators, power-driven strike-off screed, or approved alternate equipment to strike-off the surface of the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 4.8.1. Finished Surface. Perform sufficient checks using a minimum 10-ft. long straightedge on the plastic concrete to ensure the final surface is within the tolerances specified in Surface Test A in accordance with Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline. 4.8.2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system by means that may include water fogging, the use of wind screens, or the use of evaporation retardants. Apply evaporation retardant at the manufacturer's recommended rate. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shutdown of pavement operations. 4.8.3. Surface Texturing. Complete final texturing before the concrete has attained its initial set. Drag the carpet longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Prevent grout from plugging the carpet. Do not perform carpet dragging operations while there is excessive bleed water. A metal-tine texture finish is required unless otherwise shown on the plans. Provide longitudinal tining unless otherwise shown on the plans. Immediately following the carpet drag, apply a single coat of evaporation retardant, if needed, at the rate recommended by the manufacturer. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods to achieve similar results on ramps, TXDOT ITEM 360 -8 OF 16 TliG The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 small or irregular areas, and narrow width sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid or that is scheduled for blanket diamond grinding or shot blasting. Target a carpet drag texture of 0.04 in., as measured by Tex-436-A, when carpet drag is the only surface texture required on the plans. Ensure adequate and consistent macro-texture is achieved by applying enough weight to the carpet and by keeping grout from plugging the carpet. Correct any location with a texture less than 0.03 in. by diamond grinding or shot blasting. The Engineer will determine the test locations at points located transversely to the direction of traffic in the outside wheel path. 4.8.4. Small, Irregular Area, or Narrow Width Placements. Use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade where machine placements and finishing of concrete pavement are not practical. 4.8.5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 4.9. Curing. Keep the concrete pavement surface from drying in accordance with Section 360.4.8.2., "Maintenance of Surface Moisture," until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 422 may be used when specified or approved. 4.9.1. Membrane Curing. Spray the concrete surface uniformly with two coats of membrane curing compound at an individual application rate of no more than 180 sq. ft. per gallon. Apply the curing compound before allowing the concrete surface to dry. Manage finishing and texturing operations to ensure placement of curing compound on a moist concrete surface, relatively free of bleed water, to prevent any plastic shrinkage from cracking. Time the application of curing compound to prevent plastic shrinkage from cracking. Maintain curing compounds in a uniformly agitated condition, free of settlement before and during application. Do not thin or dilute the curing compound. Apply additional compound at the same rate of coverage to correct damage where the coating shows discontinuities or other defects or if rain falls on the TXDOT ITEM 360-9 OF 16 TIM The Solco Group, LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 newly coated surface before the film has dried enough to resist damage. Ensure that the curing compound coats the sides of the tining grooves. 4.9.2. Asphalt Curing. Apply a uniform coating of asphalt curing at a rate of 90 sq. ft.- 180 sq. ft. per gallon when an asphaltic concrete overlay is required. Apply curing immediately after texturing and once the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain asphalt emulsions in a mixed condition during application. 4.9.3. Curing Class HES Concrete. Provide membrane curing in accordance with Section 360.4.9.1., "Membrane Curing," or wet mat curing in accordance with Section 422.4.8., "Final Curing,"for all Class HES concrete. 4.10. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement, regardless of time of day or weather conditions. Some minor raveling of the saw-cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. The Engineer will evaluate the cause of the uncontrolled cracking and direct any necessary repairs. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. The Engineer will check the depth of saw cuts in accordance with Tex-423-A within 24 hrs. after saw-cutting or before joints are sealed, whichever is sooner. Frequency of checks will be as follows: • every 500 ft. or fraction thereof for all longitudinal contraction joints, and • 10% of transverse contraction joints in CPCD for each daily placement. Resaw contraction joints that are deficient in depth by more than 1/4 in. from plan depth within 24 hr. of depth checks. 4.11. Cleaning and Sealing Joints. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. 4.12. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Protect the pavement from damage due to crossings using approved methods before opening to traffic. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only, but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. TXDOT ITEM 360- 10 OF 16 TPG The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 4.13. Opening to Traffic. Testing for opening pavement to traffic is the responsibility of the Contractor unless otherwise shown on the plans or as directed. Before opening pavement to traffic: • provide test results to the Engineer for review, if necessary, • clean pavement, • place stable material against pavement edges, • seal joints, and • perform all other traffic-safety related work. 4.13.1. Opening Pavement to All Traffic. Pavements can be open to all traffic: • when the pavement is 7 days old, • when 3-day curing is complete and the concrete has attained a compressive strength of 3,200 psi, • after 24 hr. and the concrete has attained a compressive strength of 3,200 psi when Class HES concrete is used, or • after the concrete has been cured for at least 8 hr. and attained a minimum compressive strength of 1,800 psi when Class HES concrete is used. 4.13.2. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and has attained a compressive strength of 3,200 psi. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4.13.3. Maturity Method. Maturity method, in accordance with Tex-426-A, may be used to estimate concrete strength for opening pavement to traffic. Install at least two maturity sensors for each day's placement in areas where the maturity method will be used for opening. Maturity sensors, when used, will be installed near the day's final placement for areas being evaluated. The Engineer will test specimens to verify the strength-maturity relationship in accordance with Tex-426-A. The strength-maturity relationship will be verified at least every 10 days of production after the first day. Establish a new strength- maturity relationship when the strength specimens deviate more than 10°/0 from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength-maturity relationship deviates by more than 10% until a new strength-maturity relationship is established. TXDOT ITEM 360 - 11 OF 16 114 The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 The Engineer will determine the frequency of verification when the maturity method is used intermittently or for only specific areas. 4.13.4. Emergency Opening to Traffic. Open the pavement to traffic under emergency conditions, when the pavement is at least 72 hr. old, when directed in writing. 4.14. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows. 4.14.1. Fresh Concrete. Provide safe access and assistance to the Engineer during sampling. Fresh concrete will be sampled in accordance with Tex-407-A. 4.14.2. Testing Concrete. The Engineer will test the fresh and hardened concrete in accordance with the following methods: • Slump. Tex-415-A, only for formed concrete pavement placements; • Air Content. Tex-414-A or Tex-416-A, only when air-entrained concrete is shown on the plans; • Temperature. Tex-422-A; • Making and Curing Strength Specimens. Tex-447-A; • Compressive Strength. Tex-418-A; and • Maturity. Tex-426-A. Maturity specimens will be made only when maturity method is used or shown on the plans. Concrete with slump less than minimum required after all addition of water withheld will be rejected, unless otherwise allowed by the Engineer. Concrete with slump exceeding maximum allowed may be used at the Contractor's option. If used, Engineer will make, test, and evaluate strength specimens in accordance with Section 360.4.15., "Acceptance of Concrete Pavement."Acceptance of concrete not meeting air content or temperature requirements will be determined by Engineer. Fresh concrete exhibiting segregation and excessive bleeding will be rejected. 4.14.2.1. Strength Specimen Handling. After strength test specimens are molded, protect and cure in conformance with pertinent test methods. When necessary, deliver Contractor-molded specimens to curing facilities, remove specimens from their molds, and place specimens in curing tanks within 24-48 hr. after molding, in conformance with pertinent test methods. The Engineer will deliver Department-molded specimens to curing facilities, remove specimens from their molds, and place specimens in curing tanks within 24-48 hr. after molding, in conformance with pertinent test methods. 4.15. Acceptance of Concrete Pavement. The Engineer will determine pay adjustments for deficient pavement thickness within 14 days after concrete pavement has been cored. The Engineer will determine structural adequacy of low concrete strengths within 7 days after design strength specimens or cores, if taken, are tested. TXDOT ITEM 360- 12 OF 16 TPG The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 4.15.1. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform one thickness test consisting of one reading at approximately the center of the paving equipment every 500 ft. or fraction thereof. Core where directed, in accordance with Tex-424-A, to verify deficiencies. Do not core until pavement is at least 7 days old or has achieved design strength. Fill core holes using an approved concrete mixture and method. 4.15.1.1. Assessing Payment Adjustments. Limits for applying a payment adjustment for deficient pavement thickness are 500 ft. units of pavement in each lane. Lane width will be as shown on typical sections and in conformance with pavement design standards. The limits for retaining deficient pavement without compensation or removing and replacing without additional compensation will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the 500-ft. unit allowed for pay adjustment will be subject to the payment adjustment based on the average core thickness deficiency at each end of the 10-ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lane. Shoulders less than 6 ft. wide and placed separately from the adjacent lane will be considered as a lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500-ft. units. Areas less than 500-ft. units will be individually evaluated for payment adjustment based on the plan area. 4.15.1.2. Verification of Thickness Deficiencies. When any fresh depth test measured in accordance with Tex-423-A is deficient by more than 0.50 in. from the plan thickness, take one 4-in. diameter core at that location to verify the measurement. When determining the average thickness deficiency for assessing a pay adjustment other than retaining pavement without compensation or remove and replace as shown in Table 1, take at least two additional cores from the unit, in accordance with Section 360.4.15.1.1., "Assessing Payment Adjustments," equidistantly spaced from the first core in each direction if the first core is deficient by more than 0.50 in. from the plan thickness. Measure the length of cores in accordance with Tex-424-A. Determine the average thickness by averaging the lengths of the cores. Subtract the calculated average thickness from the plan thickness to determine the average thickness deficiency. In calculations of the average thickness, measurements exceeding the plan thickness by more than 0.2 in. will be considered as the plan thickness plus 0.2 in. TXDOT ITEM 360- 13 OF 16 The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 When determining the limits for retaining the deficient pavement without compensation or remove and replace without additional compensation, take additional cores at 10-ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area if the first core length deficiency is more than 1.00 in. for pavements less than 11 in. thick or more than 1.50 in. for pavements 11 in. or thicker. Continue taking cores at 10-ft. intervals until the core length deficiency is less than 1.00 in. for pavements less than 11 in. thick or less than 1.50 in. for pavements 11 in. or thicker. 4.15.2. Strength of Concrete Pavement. The Engineer will accept concrete pavement meeting a compressive strength of 3,200 psi at 7 days or meeting a compressive strength of 4,000 psi at 28 days for Class P concrete. Concrete strength testing may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. The Engineer will accept concrete pavement using Class HES concrete based on the required strength and time. Investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause when a concrete strength test value is more than 10% below the required strength or when three consecutive strength values fall below the required strength. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low-strength test values in a timely manner. The Engineer will evaluate the structural adequacy of the pavements if any strength is more than 15% below the required strength. Remove and replace pavements found to be structurally inadequate at no additional cost when directed. 4.15.3. Ride Quality. Measure and correct ride quality in accordance with Item 585, unless otherwise shown on the plans. 5. MEASUREMENT This Item will be measured as follows. 5.1. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. 6. PAYMENT These prices are full compensation for materials, equipment, labor, tools, and incidentals. 6.1. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will TXDOT ITEM 360- 14 OF 16 TPA The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 be paid for at the unit price bid for"Concrete Pavement" of the type and depth specified as adjusted in accordance with Section 360.6.2., "Deficient Thickness Adjustment." 6.2. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness, payment will be made using the adjustment factor in accordance with Table 1 applied to the bid price for the deficient area for each unit in accordance with Section 360.4.15.1.1., "Assessing Payment Adjustments." When pavement thickness investigation (coring) is conducted for three consecutive placements, remove and replace without additional compensation all pavement placed during these days if the average thickness deficiency from all cores taken from these consecutive placements is greater than 0.25 in. Table 1 Deficient Thickness Price Adjustment Factor Proportional Part of Deficiency in Thickness Contract Price Allowed Determined by Cores (in.) (Adjustment Factor) for Thickness <11 inches Not deficient 1.00 Over 0.00 through 0.50 1.00 Over 0.50 through 0.75 0.80 Over 0.75 through 1.00 0.60 Retain pavement without Over 1.00 through 1.25 compensation or Remove and Replace _ Over 1.25 Remove and Replace Proportional Part of Deficiency in Thickness Contract Price Allowed Determined by Cores (in.) (Adjustment Factor) for Thickness >_11 inches Not deficient 1.00 Over 0.00 through 0.50 1.00 Over 0.50 through 0.75 0.90 Over 0.75 through 1.00 0.80 Over 1.00 through 1.50 0.60 Retain pavement without Over 1.50 through 2.00 compensation or Remove and replace Over 2.00 Remove and replace 6.3. Curb. All curbs will be paid for under Item 529. TXDOT ITEM 360 - 15 OF 16 TIA The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK TXDOT ITEM 360 - 16 OF 16 la The Solco Group,LLC REINFORCED CONCRETE PAVEMENT Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT Item 464 REINFORCED CONCRETE PIPE 1. DESCRIPTION Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 2. MATERIALS 2.1, Fabrication. Multi-project fabrication plants, as defined in DMS-7305, "Fabrication and Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Drainage Structures," must be approved by the Materials and Tests Division in accordance with DMS-7305 before furnishing precast reinforced concrete pipe for Department projects. The Department's MPL includes approved multi-project reinforced concrete pipe fabrication plants. Furnish material and fabricate reinforced concrete pipe in accordance with DMS- 7305. 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 1 800 II 1,000 III 1,350 IV 2,000 V 3,000 Table 2 Arch Pipe Design Equivalent- e- Span- Size Diameter- { } { ) 4 46 13 1/2 22 2 24 15 1/2 26 3 24 1-8 28 1/2 4 30 22 1/2 36 1/'I 5 36 26-5/8 43 3/1 6 42 34-5/46 54148 TO The Solco Group, LLC TXDOT ITEM 464- 1 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 7 48 36 58 1/2 8 54 40 65 9 68 45 73 40 72 54 88 Table 3 Horizontal Design Equivalent Rise Span Size Diameter- ( ) f { 4 48 44 23 2 24 a-9 30 3 2-7 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 69 40 54 43 68 9 9 2 I-+ king Borinn er Tunnelinn Design nine for jacking boring or t inneli nsi ,nnng t��po i nstallati nditions su the soil conditions EerradeFl cC�fTE-Irrvccrr�crvi'rC�rrvirivrrrraEh a� r , installation methods, anticipated deflection glen nd jacking stresses Provide design notes and drawings signed and sealed by a Texas licensed nprofesssional engi leer en requested Provide steel r nforcement in bell and spigot. 1 " .'� 2.3. Marking. Furnish each section of reinforced concrete pipe marked with the following information in accordance with DMS-7305: • class or D-load of pipe, • ASTM designation, • date of manufacture, • pipe size, • name or trademark of fabricator and plant location, • designation "TX" for precast units fabricated in accordance with DMS-7305, • designated fabricator's approval stamp for each approved unit, • 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 one 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. IFFOR The Solco Group, LLC TXDOT ITEM 464- 2 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 sections of pipe may be rejected for any of the conditions stated in the DMS-7305 Annex. 2.6. Repairs. Make repairs, if necessary, in accordance with the DMS-7305 Annex. 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. 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. To The Solco Group, LLC TXDOT ITEM 464- 3 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 (City). 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 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 are not 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 the plans. 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 Min Clear Diameter Distance 18in. 9in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. I 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. TgG The Solco Group, LLC TXDOT ITEM 464-4 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 60 to 84 in. 2 ft. The engineer may reject pipes and culverts not meeting tolerances. When pipes and culverts are rejected by the engineer due to non-conforming tolerances, the contractor shall remove the deficient pipes and culverts and reinstall to the correct alignment and profile grade at no cost to the owner. Use the tolerances for laying pipe and culverts shown in Table 6. Table 6 Tolerances for laying pipe and culverts Alignment and Profile Grade Design Grade Tolerances Alignment Profile Grade (a) Greater than 1% Max 1"from true 1/2 inch in 10 feet line 0.5% to 1% Max 1"from true 1/4 inch in 10 feet line Less than 0.5% Max 1"from true 1/4 inch in 100 line feet Notes: (a) Grade shall not result in a level or reverse slope invert. Standing water is evidence of non-compliance. (b) For Culverts increase tolerances by 50%. 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 outside the 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 the pipe, extending at least 1 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. TIG The Solco Group, LLC TXDOT ITEM 464- 5 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 gasket manufacturer. 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. 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." Dino that will be jacked bored or to nneled will be meal red accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the TIN The Solco Group, LLC TXDOT ITEM 464-6 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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. 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-load 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 considered subsidiary to this Item, unless otherwise shown on the plans .red and paid fer as reg firer) under Item 402, "Trench Excavation Protection," or Item 103, "Temporary Special with Item Ann When iackinn hnrinn or'tu nneling is scd at the Contractor's option payment will be made under this Item. When jack required, payment will be made under Item 476. The Solco Group, LLC TXDOT ITEM 464 - 7 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK lira The Solco Group, LLC TXDOT ITEM 464- 8 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019) 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 concrete in accordance with DMS-7305, "Fabrication and Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Drainage Structures," for formed and machine-made precast junction boxes, manholes, and inlets. Furnish Class C concrete for cast-in-place junction boxes, 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 two stages, described as Stage I and Stage II. Construct the Stage I portion of junction boxes, manholes, and inlets as shown on the 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 lige The Solco Group, LLC ITEM 465 - 1 OF 4 JUNCTION BOXES, MANHOLES AND INLETS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019) 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 and machine- made precast junction boxes, manholes, and inlets in accordance with DMS-7305 and as shown on the plans, except as otherwise specified in this Item. Multi-project fabrication plants as defined in DMS-730. that produce junction boxes, manholes, and inlets will be approved by the Materials and Tests Division in accordance with DMS-7305. The Department's MPL has a list of approved multi-project junction box, manhole, and inlet fabrication plants. 3.1.1. 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), • date of manufacture, • designation "TX" for precast units fabricated in accordance with DMS-7305, • designated fabricator's approval stamp for each approved unit, and • designation "SR" for product meeting sulfate-resistant concrete plan requirements (when applicable). 3.1.2. Defects and Repair. Repair precast junction boxes, inlets, and manholes, if necessary, in accordance with the Annex of DMS-7305. Precast junction boxes, inlets, and manholes may be rejected for any of the conditions stated in this Annex. 3.1.3. Storage and Shipment. Store precast units on a level surface. Do not ship units until design strength requirements have been met. Top of Structure Elevation. The top of structure final grade shall not vary by more than 1/2 inch vertically from the grade shown on the plans. The engineer may reject structures not meeting tolerances. When structures are rejected by the engineer due to non-confirming tolerances, the contractor shall remove the deficient structure and reinstall them to the correct grade at no cost to the owner. 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 The Solco Group, LLC ITEM 465 - 2 OF 4 JUNCTION BOXES, MANHOLES AND INLETS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019) 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 (City). 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. 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. 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 The Solco Group, LLC ITEM 465 - 3 OF 4 JUNCTION BOXES, MANHOLES AND INLETS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019) as provided under "Measurement"will be paid for as follows: 5.1. Complete Manholes. Payment for complete manholes will be made at the unit price bid for"Manhole (Complete)" of the type specified. 5.2. Complete Inlets. Payment for inlets will be made at the unit price bid for "Inlet (Complete)," of the type specified. price bid for"Junction Box (Complete)" of the type specified. 5.4. Manholes Stage I. Payment for Manholes, Stage I, will be made at the unit price bid for each "Manhole (Stage I)" of the type specified. 5.5. Manholes Stage II. Payment for Manholes, Stage II, will be made at the unit price bid for each "Manhole (Stage II)" of the type specified. G R Inlets Stage I Payment for Inlets Stage I will be mane at the unit price hint for each "Inlet (Stage I)" „f the4yp ified. 5.7. Inlets Stage II. Payment for Inlets, Stage II, will be made at the unit price bid for each "Inlet (Stage II)"�� of tThe type specified 5.8. Junction Boxes Stage I. Payment for Junction Boxes, Stage I, will be made at the unit price bid for each "Junction Box (Stage I)" of the type specified. 5 9 1. notion Boxes Stage II Payment for unction Boxes Stage II will be made at the unit price bid for ach "Junction Box (Stage II)"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. TsG The Solco Group,LLC ITEM 465 - 4 OF 4 JUNCTION BOXES, MANHOLES AND INLETS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT Item 480 Cleaning Existing Culverts and Manholes 1. DESCRIPTION Remove all extraneous material from existing culvert barrels and pipes, and manholes. 2. WORK METHODS Expose all inside surfaces of the specified culverts. Do not move or damage the culvert. Dispose of material in conformance with federal, state, and local regulations. Place on roadway slopes when approved. Perform cleaning to maintain drainage during construction. Acceptance of the cleaned culverts occurs at final acceptance of the project in accordance with Article 5.11., "Final Cleanup," unless otherwise shown on the plans. Manholes shall be cleaned using mechanical, hydraulically propelled or high velocity cleaning equipment. Debris generated by the cleaning process shall be removed from the manhole, transported and disposed offsite. 3. MEASUREMENT This Item will be measured by each complete culvert cleaned regardless of the number of barrels or pipes at each location or by the cubic yard. If measurement is by the cubic yard, the volume of material to be removed will be computed by the method of average end areas in its original position. Manholes will be measured by each complete manhole cleaned. 4. PAYMENT The work performed in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid for"Cleaning Existing Culverts and Cleaning Existing Manhole." This price is full compensation for excavation, disposal of excavated material, equipment, labor, tools, and incidentals. The Solco Group, LLC TXDOT ITEM 480 1 OF 2 CLEANING EXISTING CULVERTS AND MANHOLES Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK The Solco Group, LLC TXDOT ITEM 480-2 OF 2 'ti ';" CLEANING EXISTING CULVERTS AND MANHOLES Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT Item 496 Removing Structures 1. DESCRIPTION Remove and either dispose of or salvage structures. 2. CONSTRUCTION 2.1. Demolition Plans. Follow the demolition sequence shown on the plans for bridge structures to be removed or submit a demolition plan if shown on the plans. Include in the required demolition plan the type and location of equipment to be used, the method and sequence of removal of the structural elements, and a narrative indicating the stability of the partially demolished structure is maintained throughout the demolition process. Have these plans signed and sealed by a licensed professional engineer when demolished structure intersects active roadways and as otherwise shown on the plans. Submit required demolition plans at least 14 days before starting work unless otherwise directed. Department approval of these plans is not required, but the Department reserves the right to request modifications to the plans when work could affect the safety of the traveling public and when around other transportation facilities to remain in place. Notify the Department 30 days before starting any bridge demolition work to allow for required notifications to other agencies. 2.2. Removal. 2.2.1. Pipes. Avoid damaging appurtenances determined by the Engineer to be salvageable. 2.2.2. Concrete, Brick, or Stone Structures. Portions of structures that will not interfere with the proposed construction may remain in place 2 ft. or more below the permanent ground line. Square off remaining structures and cut reinforcement flush with the surface of the concrete. 2.2.3. Steel Structures. Dismantle steel to be retained by the Department or re-erected by cold-cutting fastener heads and punching or drilling the remaining portion of the fastener, air-arc gouging welded connections, and flame-cutting beams along a straight line. The Engineer may approve other methods of cutting. Cut beams at the locations shown on the plans. Match-mark steel to be re-erected with paint in conformance with the erection drawings. Remove steel piles or cut off 2 ft. or more below the permanent ground line. 2.2.4. Timber Structures. Remove all fasteners from timber determined by the Engineer to be salvageable. Remove timber piles or cut off 2 ft. or more below the permanent ground line. 1R The Solco Group,LC TXDOT ITEM 496- 1 OF 2 ''��'' REMOVING STRUCTURES Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 2.3. Salvage. Avoid damage to materials shown on the plans to be salvaged. Deliver materials to be retained by the Department to the location shown on the plans. Block up salvaged steel materials off the ground. 2.4. Disposal. Material removed that is not deemed to be salvageable is the property of the Contractor. Dispose of removed material off the right of way in conformance with federal, state, and local regulations. 2.5. Backfill. Backfill excavation and voids to the original ground line if resulting from the removal of structures. Place backfill that will support any portion of the roadbed or embankment to the same requirements for placing embankment. Backfill other areas in 10-in. layers, loose measurement, and compact to the density of adjacent undisturbed material. 3. MEASUREMENT This Item will be measured by each structure or by the foot. 4. PAYMENT The work performed in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid for"Removing Structures" of the type of structure specified. This price is full compensation for demolition plan preparation, loading, hauling, disposal, stockpiling, removal of appurtenances, excavation and backfill, equipment, labor, tools, and incidentals. The Solco Group,LLC TXDOT ITEM 496 2 OF 2 TliGREMOVING STRUCTURES Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT 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 City's representative. The amount bid for Mobilization must not exceed ten percent(10%) of the total contract price, excluding the price bid for Mobilization, and in no case will payment under this item exceed the original price bid for this item. Prior to commencement of construction activities, the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Davis Bacon Wage Poster(WH 1321) - DOL "Notice to All Employees"Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 2. MEASUREMENT This Item will be measured by the lump sum or each as the work progresccs. 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: • Payment will be made upon presentation of a paid invoice for the payment or performance bonds and required insurance, a--Payment will--be-made-upe-n-ver-iffeatien-of-eleeurnented-expenditures-fer- plant and facility sets in Then mbined nt for all these facilities will be n more than 10% of the mobilization lump sum or 1% of the total Contrast amount, whichever is Ise , ■ When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid or 5% of the total Contract amount, The Solco Group, LLC TXDOT ITEM 500- 1 OF 2 MOBILIZATION Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 whichever is less, will bepaid. Previous payments under this Item will be PY deducted from this amount, • When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid or 10% of the total Contract amount, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount, • 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, • 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 • Payment for the remainder of the lump sum bid for"Mobilization" will be made after all submittals are received, final quantities have been determined and when any separate vegetative establishment and maintenance, test, and performance periods provided for in the Contract have been successfully completed. For projects with extended maintenance or performance periods, payment for the remainder of the lump sum bid for"Mobilization" will be made 6 months after final acceptance. For Contracts with callout or emergency work, "Mobilization," will be paid as fellows: ■ Payment will be made upon presentation of a paid invoice for the payment of performance bonds and required insurance, ■ Mobilization for emergency work will be paid for each emergency work request. TO The Solco Group, LLC TXDOT ITEM 500-2 OF 2 MOBILIZATION Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT 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. The Contractor shall construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads and streets. Temporary work zone (TWZ)traffic control devices manufactured after December 31, 2019, must have been successfully tested to the crashworthiness requirements of the 2016 edition of the AASHTO Manual for Assessing Safety Hardware (MASH). An exception to the manufacture date applies when, based on the project's date of letting, a category of MASH-2016 compliant TWZ traffic control devices was not approved, or was not self-certified. In such case, devices that meet NCHRP-350 or MASH-2009 may be used. Temporary work zone (TWZ) traffic control devices manufactured on or before December 31, 2019, must at a minimum have been successfully tested to the crashworthiness requirements of NCHRP-350 or MASH-2009. These devices may continue to be used throughout their normal service lives. Such TWZ traffic control devices include: • portable sign supports, • barricades, • portable traffic barriers designated exclusively for use in TWZs, • crash cushions designated exclusively for use in TWZs, • longitudinal channelizers, and • truck-mounted attenuators (TMAs)and trailer attenuators (TAs). Category I devices (i.e., lightweight devices), such as cones, tubular markers, and drums without lights or signs attached, may be self-certified by the vendor or provider, with documentation provided to the Department, or as shown on Department's Compliant Work Zone Traffic Control Device List. 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 To The Solco Group, LLC TXDOT ITEM 502 - 1 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 Lumpsum. Law enforcement personnel with patrol vehicles will be measured by the hour for each person. 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. When the plans establish pay items for particular work in the TCP, that work will be measured and pair! for under pertinent Items TMAs and TAs will be paid for under Item 505, "Truck Mounted Attenuator (TMA) and Trailer Attenuator(TA)." Portable changeable message signs will be paid for under Item 503, "Portable Changeable Message Sign." Portable traffic signals will the plans. In accordance with Section 7.2.3., "Safety Contingency,"funds have been included safety during the course of this project. 4.1.1. Initiation of 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. The Solco Group, LLC TXDOT ITEM 502 -2 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 4.1.2. Paid Months. Monthly payment will be made each succeeding month for this Item provided the barricades, signs, and traffic handling devices have been installed and maintained in accordance with the TCP until the Contract amount has been paid. If, within the time frame established by the Engineer, the Contractor fails to provide or properly maintain signs and barricades in compliance with the Contract requirements, as determined by the Engineer, the Contractor will be considered in noncompliance with this Item. No payment will be made for the months in question, and the total final payment quantity will be reduced by the number of months the Contractor was in noncompliance. 4.1.3. Maximum Total Payment Before Acceptance. The total payment for this Item will not exceed 10% of the total Contract amount before final acceptance in accordance with Article 5.12., "Final Acceptance." The remaining balance will be paid in accordance with Section 502.4.1.5., "Balance Due." 4.1.4. Total Payment Quantity. The quantity paid under this Item will not exceed the total quantity shown on the plans except as modified by change order and as adjusted by Section 502.4.1.2., "Paid Months."An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by Contract requirements. 4.1.5. Balance Due. The remaining unpaid months of barricades less non-compliance months will be paid on final acceptance of the project, if all work is complete and accepted in accordance with Article 5.12., "Final Acceptance." 4.1.6. Contracts with Callout Work and Work Orders. The work performed and the materials furnished with this Item and measured as provided under "Measurement," will be considered subsidiary to pertinent Items, except for federally funded Contracts. /1.2. Law Enforcement Personnel. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement,"will be paid by Contractor force account for"Law Enforcement Personnel." This price is full compensation for furnishing all labor, materials, supplies, equipment, patrol vehicle, fees, and incidentals nece°sary to complete the work as directed. WA The Solco Group, LLC TXDOT ITEM 502 -3 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK The Solco Group, LLC TXDOT ITEM 502-4 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT 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. 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, Types 1,2,and 4 Rock Filter Dams. Use 3 to 6 ate _Typo 3 Dock Filter Damn I Ion A to 8 ate 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie Tres for Typec 3 L r d T ��-,�� -aod�rec� � am��pe-4 dams rcguire o rdn ble_t fisted hexaggonal weave with a nominal mesh opening of 2-'-1/ - cwvao-i .�cvv i�ccv, i icaa vi ia vvcavwvc -v c 1/4 in.; ■ minimum 0.0866 in. steel wire for netting; is minimum 0.1063 in. steel wire for selvages and corners; and ■ minim-um 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. '71' _ The Solco Group, LLC TXDOT ITEM 506- 1 OF 16 r , TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, npr abricate�f'ittings, ar-andd flared entrance sections that conform to the nlanc Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 4-32. 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, 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. Contractors shall use FOD Trackout Control Matt to control Debris and Mud from Construction Vehicles leaving the Project Site. 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 heretroatings h o s f+ flaky aterialn nd o nd attar I Ice it_ to Si_in ggregato for Type 1. Use 2 to A_in ate for Vino 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 tr ated 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 pre-sed 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. 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 1'1 gauge or larger galvanized smooth or twisted wire. �± Provide 16 gauge or larger tie wire. T The Solco Group, LLC TXDOT ITEM 506-2 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 2.7.4. Flagging. Provide brightly colored flagging that is fade resistant and at least 3/1 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 70%. ctured 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. Sieve Size Retained ( by Weight) #4 Maximum 3% #100 ° #2OO Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 3/8 in. 2.9. 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 posts with 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. T The Solco Group, LLC TXDOT ITEM 506-3 OF 16 r ...a TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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°/0 of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161. 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. 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 managing environmental compliance. The CRPE will implement stormwater and erosion control practices, oversee and observe stormwater control measure monitoring and management, oversee environmental compliance requirements, and 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 CGP TXR150000. Take required training in accordance with Section 7.7.4.4, "Training." Maintain daily monitor reports and make them available within 24 hr. upon request. During time suspensions when work is not occurring or on Contract non-work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on how to improve the effectiveness of control measures. Attend the Departmcnt'J City's preconstruction conference for the project. Ensure training is completed in accordance with Section 7.7.4.4., "Training," by all applicable personnel before employees work on the project. Document, maintain, and make available within 24 hr. of a request, 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 the date the employee completed the training. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent who is competent, has experience with and knowledge of stormwater management, and is knowledgeable of the requirements and the The Solco Group, LLC TXDOT ITEM 506-4 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 conditions of the TPDES CGP 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 stormwater management at the project site, represent and act on behalf of the Contractor, and attend the Department's City's preconstruction conference for the project. Take training as required in Section 7.7.4.4., "Training." 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 Departmcnt's City'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 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 recommendations for changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed and will 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. The Solco Group, LLC TXDOT ITEM 506-5 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in arid areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on-site to prevent actual or potential water pollution. Manage, control, and dispose of litter on-site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water(i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department City 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 The Solco Group, LLC TXDOT ITEM 506-6 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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. �1.�.1. Rock Filter Dams for-Erosion Control. Remove trees, brush, stumps, and dams. Place sandbags as a foundation when required or at the Contractor's Place the aggregate to the lines, height, and slopes specified, without undue iris for Types 4 7 4 d G Pla to the mesh and then fold v6�-rvr-.�pcT�,T, o�-rn=rcT�TruEe-the--a�n�'crcc-vrr-nT the mesh at the i pstream side o r the aggregate and sent ire it to itself on the downstream side with wire tics, or hog rings for Types 2 and 3, or as directed. otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: �1.�.1.1. Type 1 (Non Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. ■ Ten Width At leas+ 2 f+ • Slopes No steeper than 2:4 '1.1.1.2. Type 2 (Reinforced). • Height At least 48 in measurer+ vertically from existing ground to top of filter dam. • Ten Width At least 2 ft ■ Slopes. No steeper than 2:1. 4.4.1.3. Type 3 (Reinforced). •--Height-At least-364-,measured-verticalty-from-existing-g-r-ound-te-tep-ef-fiiteF dam • Ten Width At leas+ 2 f+ ■ Slopes. No steeper than 2:1. The Solco Group, LLC TXDOT ITEM 506-7 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 4.1.1.4. 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 5 in. spacing for vortical filling P ill the end lacing rod at one end until tight wrap aro end the end and t iist A times Fill with stone at the filling end p ll the roll tight, cut the wire with approximately 6 in. remaining and twist wires four time 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. 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 top of the embankment or earth dike over the pipe slope drain at least 1 ft. at all 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 , sing concrete or rubble riprap in accordance with Item 432,when designated on the plans. 4.'1.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or cubgrade)of material to the dimensions shown on the plans unless otherwise indicated. Install a rockk or rubble riprap energy dissipater, constructed from the materae.s pecified above, to a minima im depth of 9 in at the flu m t t o 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. Contractors shall use FOD Trackout Control Matt to control Debris and Mud from Construction Vehicles leaving the Project Site. Construct exits for either long or short term use. 4.1.1.1. Long-Term. Place the exit over a foundation course as required. Grade the fog indation coi rse or compacted si bgrade to direct ri inoff from the constn ction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 11 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 I aot 8 i shed a gregate a shown 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. w."• The Solco Group, LLC TXDOT ITEM 506-8 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 daily operations where long-term exits are not practical. 41.4.4.2.2. Type 1. 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. 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 cup ft of storage nor e drained or egi i alent control measures for drainage locations that serve an ar a 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. .^.a. Cons ruction Perimeter Fence. Co t,~ ct—a;ignnd locate fencing as h T the plans or as directed. 41.1.6.1. In ts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 41.1.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground /Attach the lower wire midway between then nd and the top wire 41.4.6.3. 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 �1.4.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will ntercept sediment laden storm water ru noff from disturbed areas ate a retention pond! detain sediment and! rele pater in sheet flowFill a ch hag 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 sandbag.,down Place additional sandbags as necessary or as directed for supplementani The Solco Group, LLC TXDOT ITEM 506-9 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 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. 4.1.10. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. la The Solco Group, LLC TXDOT ITEM 506- 10 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 impression measuring a minimum of 12 in. long x 2 to 4 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. 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 ar as. 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. Contractors shall use FOD Trackout Control Matt to control Debris and Mud from Construction Vehicles leaving the Project The Solco Group, LLC TXDOT ITEM 506- 11 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 Site. Con tr ratio xits will be m ured by the o and Gf surface FOD Trackout Control Matt will be measured by the lumpsum 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. 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 the feature and ■ the lines, grades and slopes of the accepted embankment for the feature. 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 will be subsidiary to this Item. TrIA The Solco Group, LLC TXDOT ITEM 506- 12 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 6. PAYMENT 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; is 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 asocia►ed 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 hackfill and gradinn lacinn 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 i snit prise bid for"Ronk Filter (lams (Remove)" and for"Rock Filter Dams (Install)" of the type specified. This price is grading lasing r disposal labor materials tools nd incidentals 6.2. Temporary Pipe Slope Drains. The work performed and materials furnished in accordance with this Item and mead urea as provided i inner"Measi irement" will be paid for at the unit price bid for"Temporary Pipe Slope Drains" of the size specified. This price is full compensation for furnishing materials, removal The Solco Group, LLC TXDOT ITEM 506- 13 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 and disposal, furnishing and operating equipment, labor, tools, and incidentals. �he diary to the installation Item Who t eo eats that the--pipe sc slope J ,��rr�...m�,-«ten—.-r�,�n�he-€n in��r direr..� drain installation or portions thereof be replaced, payment will be made at the unit price bid for"T ' of wiz ee ed,, wr'Ticihi is full compensation for the removal and reinstallation of the pipe drain. th diment trap gill he m roll and paid for, nder"Earthwork for Erosion and Sediment Control." Riprep eencrete er stone, when used-as-an energy dissipater or as a stabilized ediment trap will hem as, red and pair! 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 , and incidentals. When the Engineer directs that the paved flume installation or portions thereof bo rep cad payment will he made at the , nit pricS bi rT rani 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 Erncinn and Sediment Control." 6.4. Construction Exits. Contractors shall use FOD Trackout Control Matt to control Debris and Mud from Construction Vehicles leaving the Project Site. Contractor required construction exits from off right of way locations or on Items. FOD Trackout Control Matt will be measured and paid by the lumpsum. The work performed and materials fi r ished i ordanee 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 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 ifiG The Solco Group, LLC TXDOT ITEM 506- 14 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 arc full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. he meas iron 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. Mainfnnance+ Earthwork for Ere, nrl Sediment Control for Cleaning nd Restoring Control Measures The w ork porformed and materials furnished in o ordance with this Item nd m rend o vided u nder "Measurement"will be paid under a Contractor Force Account Item from invoice provided to the Engineer. This price is f ull compensation for excavation mbankment nd r rading inclt ding r el of acel imp elated sentiment in various erosion control the project; excavation for construction of erosion control features; 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. subsidiary to this Item. 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 TO The Solco Group, LLC TXDOT ITEM 506- 15 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 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 in-stal-lation-Rem—When4he-Engineer-difeets-that-the-sansl-bag-i-n-stallatian-er- 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. 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 will be subsidiary to this Item. The Solco Group, LLC TXDOT ITEM 506- 16 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT 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 A concrete. Use other grades if approved. When curbs are monolithically placed with the concrete pavements, use the same class of concrete as the concrete pavement. Use of fibers in accordance with DMS-4550, "Fibers for Concrete," to replace reinforcing steel in Class A concrete is allowed unless otherwise shown on the plans. 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 two contacts on a 10-ft. straightedge. 3.1. 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. Pour concrete into forms, and strike off with a template 1/4 to 3/8 in. less than Tga The Solco Group, LLC TXDOT ITEM 529- 1 OF 2 CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of one part hydraulic cement and two 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. 3.2. Extruded or Slipformed 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. 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 using 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. 3.3. Curb Joints for Concrete Pavements. Provide transverse expansion and contraction joints in the curb of the same type and location as the adjacent or underlying pavement. Use expansion joint material of the same thickness and type required for the pavement. Extend expansion joints through the curb. Place reinforcing steel for non-monolithic curb construction joints as shown on the plans, unless otherwise approved. Form or saw the contraction joint through the full depth of the monolithic curb. 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. TRG The Solco Group, LLC TXDOT ITEM 529-2 OF 2 CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 TxDOT Item 666 Retroreflectorized Pavement Markings 1. DESCRIPTION Furnish and place retroreflectorized or non-retroreflectorized (shadow) pavement markings. 2. MATERIALS 2.1. Type I Marking Materials (Thermoplastic). Furnish in accordance with DMS-8220, "Hot Applied Thermoplastic." 2.2. Type II Marking Materials (Traffic Paint). Furnish in accordance with DMS- 8200, "Traffic Paint." 2.3. Type III Marking Materials (Multipolymer). Furnish in accordance with DMS- 8230, "Multipolymer Pavement Markings." 2.4. Glass Traffic Beads. For Type I, Type II, and Type III pavement markings, furnish drop-on glass beads in accordance with DMS-8290, "Glass Traffic Beads,"to meet the specified retroreflective performance requirements for all permanent, longitudinal pavement markings. 2.5. Labeling. To sample material, use clearly marked containers that indicate material type, color, mass, manufacturer, and batch number. 3. EQUIPMENT 3.1. General Requirements. Use pavement marking equipment that: • is maintained in satisfactory condition; • meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application; • applies beads by an automatic bead dispenser attached to the pavement marking equipment such 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; • has an automatic cut-off device with manual operating capabilities to provide clean marking with square ends; • can produce the types and shapes of profiles specified; and • can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances that the die overruns TrIA The Solco Group,LLC TXDOT ITEM 666- 1 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 will not be permitted for longitudinal striping applications exceeding a project length of 2,000 ft., unless otherwise approved. When placing multipolymer pavement markings (MPM), use equipment designed for pavement preparation and the application of selected type of MPM material. Provide a handheld thermometer capable of measuring the temperature between 300°F and 450°F to measure the temperature of marking material in the field, when applying Type I material. 3.1.1. Measuring Retroreflectivity. Use a mobile retroreflectometer approved by the Materials and Tests Division and certified by the Texas A&M Transportation Institute (TTI) Mobile Retroreflectometer Certification Program. Use a portable retroreflectometer that: • uses 30-meter geometry and meets the requirements described in ASTM E1710; • has either an internal Global Positioning System (GPS) or the ability to be linked with an external GPS with a minimum location accuracy of 16.5 ft., 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); and • can record and export the GPS location and retroreflectivity reading for each measurement. 3.2. Material Placement Requirements. Use equipment that can place: • a minimum length of 30,000 ft. for 6-in. solid or broken non-profile markings per working day at the specified thickness, unless otherwise approved; • a minimum length of 15,000 ft. of solid or broken profile pavement markings per working day at the specified thickness; • linear non-profile markings up to 8 in. wide in a single pass; • non-profile pavement markings other than solid or broken lines at an approved production rate; • a centerline and no-passing barrier-line configuration (consisting of one broken line and two solid lines simultaneously)to the alignment, spacing, and thickness for non-profile pavement markings shown on the plans; • solid and broken lines simultaneously; • white line from both sides; • lines with clean edges, reasonably square ends, uniform width with a tolerance of±1/8 in., and uniform thickness; • skip lines between 10 and 10.5 ft., a stripe-to-gap ratio of 10 to 30, and a stripe-gap cycle between 39.5 ft. and 40.5 ft., automatically; and TO The Solco Group, LLC TXDOT ITEM 666-2 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 • beads uniformly and almost instantly on the marking as the marking is applied. For Type I markings, equipment must be capable of providing uniform heating of striping materials to temperatures exceeding 390°F (199°C). Ensure that the material is not heated to a temperature above the maximum temperature recommended by the manufacturer. For Type I markings, equipment must be capable of maintaining the thermoplastic striping material in a plastic state in all mixing and conveying parts, including the line dispensing device, until applied. 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. Replace markings when more than 5% of the markings are damaged or disfigured. 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 completely dry pavement that 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, 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. • Type II and Type III Marking Application. Place a 1-sq. ft. piece of clear plastic on the pavement and weigh down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings: • using personnel skilled and experienced in installation of pavement markings; • that meet the requirements of Tex-828-B; • that meet minimum retroreflectivity requirements; • using widths and colors shown on the plans; • at locations shown on the plans; V& The Solco Group,LLC TXDOT ITEM 666-3 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 • 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; • without abrupt deviations; • free of blisters and with no more than 5% holes or voids (percent by area); • with uniform cross-section, density, and thickness; • with clean and reasonably square ends; and • that are retroreflectorized with drop-on glass beads. Remove all applied markings that are not in alignment or sequence as shown on the plans or in accordance with 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. Spot Striping. Perform spot striping on a callout basis with a minimum callout quantity as shown on the plans. 4.3. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.3.1. Surface Cleaning for Pavement Marking Applications on New Asphalt Surfaces with No Existing Pavement Markings and for Retracing of Existing Pavement Markings on All Surfaces. Use air blast or broom to clean the pavement surface 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. If cleaning is needed beyond what is specified, Engineer can use force account to compensate for the extra effort. This is mainly applied when the pavement is covered with thick layer of dirt or mud or there is grass growing on the pavement. 4.3.2. Surface Cleaning for All Concrete Surfaces and Asphalt Surfaces Only When Specified in the Plans (Excludes New Asphalt Surfaces with No Existing Pavement Markings and Retracing). Clean surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings,"to remove curing membrane, dirt, grease, existing loose and flaking construction markings, and other forms of contamination. 4.3.3. Sealer for Type I Markings. Apply a pavement sealer when shown on the plans. Pavement sealers are recommended for old asphalt surfaces (more than 3 yr. old) and for all concrete surfaces before placing Type I markings on locations that do not have existing markings. 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 the surface of sealer that becomes dirty after placement by washing or in accordance with Section 666.4.3.1., "Surface Cleaning for Pavement Marking Applications on New Asphalt Surfaces with No Existing Pavement Markings and for Retracing of Existing Pavement Markings on All Surfaces," as directed. Place the sealer in the Tr6G The Solco Group, LLC TXDOT ITEM 666 -4 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 same configuration and color(unless clear)as the Type I markings unless otherwise shown on the plans. 4.4. Application. Apply markings during favorable 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. 4.4.1. Type I Markings. Place all Type I markings 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 pavement passing the moisture test in accordance with Section 666.4.1., "General,"and with a surface temperature above 50°F when measured in accordance with Tex-829-B. The Engineer will measure thickness of markings in accordance with Tex-854-B. 4.4.1.1. Non-Profile Pavement Markings. Apply Type I non-profile markings with a minimum thickness of: • 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. 4.4.1.2. Profile Pavement Markings. Apply Type I profile markings with a minimum thickness of 0.090 in. (90 mils)for the longitudinal stripe portion. In addition, at a longitudinal spacing shown 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 mils) nor greater than 0.41 in. (410 mils) in height when measured from the normal top surface plane of the base marking to the top of the raised profile marking. The transverse width of the profile must not be less than 5.25 in. and the longitudinal width not less than 2 in., when measured at the top surface plane of the profile bar. The profile may be either a one or two transverse bar profile. When the two transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above dimensions for transverse bars are for 6-in. wide longitudinal marking. The raised profile markings must be uniform in size, appearance, and spacing. When profile markings are applied in a two-step process, the raised profile markings must be applied first and then the stripe applied over them. The raised profile markings in a two-step process may be circular in shape. The circular profile markings must be uniform in diameter and the diameter must not be less 1" The Solco Group,LLC TXDOT ITEM 666-5 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 than 5.25 in. The height of the apex must not be less than 0.30 in. (300 mils) nor greater than 0.41 in. (410 mils)when measured from the normal top surface of marking to the topof the raisedprofile marking. the base a g g 4.4.1.3. Type I All-Weather Pavement Markings. Apply Type I all-weather markings to at least 100-mil film thickness. 4.4.2. Type II Markings. Apply on surfaces with a minimum surface temperature of 50°F when measured in accordance with Tex-829-B. Apply at least 30 gal. per mile on concrete and asphalt surfaces and at least 33 gal. per mile on surface treatments for a solid 6-in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 22-1/2 gal. per mile using Type II drop-on beads. Apply Type II all-weather markings to at least 25-mil wet film thickness. 4.4.3. Type Ill Markings. Apply in conformance with the manufacturer's recommendations. 4.4.4. Bead Coverage and Embedment. Provide a uniform distribution of beads across the surface of the stripe with 40-60% bead embedment. 4.4.5. Durability. Provide markings that do not lose more than 5% of the striping material in any 1-ft. section of stripe during their performance period in accordance with Section 666.4.8., "Performance Period." Measure the durability in accordance with ASTM D913. 4.5. Retroreflectivity Requirements. Retroreflectivity requirements are not required for Contracts with less than 20,000 total ft. of longitudinal pavement markings, callout work, black shadow markings, or work zone pavement markings. Retroreflectivity requirements are for dry conditions unless otherwise specified. 4.5.1. Type I Markings. All Type I markings, including profile markings, must meet the following minimum retroreflectivity values for all longitudinal edgeline, centerline, no-passing barrier line, and lane line markings. • White Markings (ASTM E1710). 250 millicandelas per square meter per lux (mcd/m2/Ix). • Yellow Markings (ASTM E1710). 175 mcd/m2/Ix. Collect retroreflectivity measurement for markings applied on pavement surface other than seal coat after 10 days but not later than 30 days from the time of application. For markings applied on seal coat, measure retroreflectivity after 3 days but not later than 10 days from the time of application. 4.5.2. Type I High-Performance Markings. Type I high-performance markings must meet the following minimum retroreflectivity values for all longitudinal edgeline, la The Solco Group,LLC TXDOT ITEM 666-6 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 centerline, no-passing barrier line, and lane line markings when measured any time after 30 days but not later than 60 days from the time of application. • White Markings (ASTM E1710). 400 mcd/m2/Ix. • Yellow Markings (ASTM E1710). 250 mcd/m2/Ix. 4.5.3. Type I All-Weather Markings. Type I all-weather markings must meet the following minimum retroreflectivity values for all longitudinal edgeline, centerline, no-passing barrier line, and lane line markings when measured any time after 30 days but not later than 60 days from the time of application. • White Markings Dry (ASTM E1710). 400 mcd/m2/Ix. ■ Yellow Markings Dry (ASTM E1710). 250 mcd/m2/Ix. • White Markings Wet Continuous (ASTM E2832). 150 mcd/m2/Ix. ■ Yellow Markings Wet Continuous (ASTM E2832). 125 mcd/m2/Ix. 4.5.4. Type II Markings. Type II markings must meet the following minimum retroreflectivity values for all longitudinal edgeline, centerline, no-passing barrier line, and lane line, markings. • White Markings. 175 mcd/m2/Ix. • Yellow Markings. 125 mcd/m2/Ix. Collect retroreflectivity measurement for markings applied on pavement surface other than seal coat after 10 days but not later than 30 days from the time of application. For markings applied on seal coat, measure retroreflectivity after 3 days but not later than 10 days from the time of application. 4.5.5. Type II All-Weather Markings. Meet the following minimum retroreflectivity values for all longitudinal edgeline, centerline, no-passing barrier line, and lane line markings. • White Markings Dry (ASTM E1710). 250 mcd/m2/Ix. • Yellow Markings Dry (ASTM E1710). 150 mcd/m2/Ix. • White Markings Wet Continuous (ASTM E2832). 100 mcd/m2/Ix. • Yellow Markings Wet Continuous (ASTM E2832). 75 mcd/m2/Ix. Collect retroreflectivity measurement for markings applied on pavement surface other than seal coat after 10 days but not later than 30 days from the time of application. For markings applied on seal coat, measure the retroreflectivity after 3 days but not later than 10 days from the time of application. 4.5.6. Type Ill Markings. Type Ill markings must meet the following minimum retroreflectivity values for all longitudinal edgeline, centerline, no-passing barrier line, and lane line markings when measured any time after 30 days but not later than 60 days from the time of application. • White Markings. 400 mcd/m2/Ix. • Yellow Markings. 250 mcd/m2/Ix. TV The Solco Group,LLC TXDOT ITEM 666- 7 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 4.5.7. Type Ill All-Weather Markings. Type III all-weather markings must meet the following minimum retroreflectivity values for all longitudinal edgeline, centerline, no-passing barrier line, and lane line markings when measured any time after 30 days but not later than 60 days from the time of application. • White Markings Dry (ASTM 1710). 400 mcd/m2/Ix. • Yellow Markings Dry (ASTM 1710). 250 mcd/m2/Ix. • White Markings Wet Continuous (ASTM 2832). 150 mcd/m2/Ix. • Yellow Markings Wet Continuous (ASTM 2832). 125 mcd/m2/Ix. 4.6. Retroreflectivity Measurements. Use a mobile retroreflectometer to measure the retroreflectivity of markings for Contracts with more than 50,000 total ft. of longitudinal pavement markings, unless otherwise shown on the plans. For Contracts between 20,000 and 50,000 total ft. of longitudinal pavement markings, mobile or portable retroreflectometers may be used at the Contractor's discretion. Coordinate with and obtain authorization from the Engineer before starting any retroreflectivity data collection. Use a portable retroreflectometer for measuring the wet continuous retroreflectivity in accordance with ASTM E2832. Notify the Department when wet retroreflectivity measurements are to be taken. The Department will observe the wet retroreflectivity readings. 4.6.1. Mobile Retroreflectometer Measurements. Provide mobile measurement averages for every 0.1 mi. unless otherwise specified or approved. Take measurements on each section of roadway for each series of markings (e.g., edgeline, center skip line, and each line of a double line) 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 accordance with Item 667, "Mobile Retroreflectivity Data Collection for Pavement Markings," unless otherwise approved. The Engineer may require a field comparison check using a calibrated portable retroreflectometer for verification and to ensure accuracy. Use all equipment in conformance with the manufacturer's recommendations and directions. Inform the Engineer and TTI at least 24 hr. before taking any measurements. A marking meets the retroreflectivity requirements if: • the combined average retroreflectivity measurement for a 1-mi. segment meets the minimum retroreflectivity values specified and no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within that 1-mi. segment; or • the combined average retroreflectivity measurement for a 1-mi. segment does not meet the minimum retroreflectivity values specified, but no more than 20% of the retroreflectivity measurements within that 1-mi. segment are below the minimum retroreflectivity requirement. TEG The Solco Group,LLC TXDOT ITEM 666-8 OF 12 4 > RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 The 1-mi. segment will start from the beginning of the data collection and end after a mile's worth of measurements have been taken. Each subsequent mile of measurements will be a new segment. Centerlines with two stripes (either solid or broken)will result in 2 mi. 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 if the markings fail retroreflectivity requirements. Take retroreflectivity measurements of all restriped markings following the time interval allowed based on the type of marking and the pavement surface for the latest application. For all Type I markings, if the restripe application does not meet minimum retroreflectivity requirements or the initial stripe combined with the restripe exceeds 0.180 in. (180 mils), 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. For all Type III markings, if the first application does not meet minimum retroreflectivity requirements, 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. 4.6.2. Portable Retroreflectometer Measurements. For non-all-weather markings, provide portable measurement averages for every 1.0 mi. unless otherwise specified or approved. Using a portable reflectometer, take at least 20 measurements for each 1-mi. section of roadway for each series of markings (e.g., edgeline, center skip line, and each line of a double line) and 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). 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 resume the original number of measurements if concerns arise. For all-weather markings, take at least three measurements for each series of markings (e.g., edgeline, center skip line, and each line of a double line) and direction of traffic flow and average the three measurements for each marking. The spacing between each measurement must be at least 100 ft. If the average of the three measurements taken on an individual marking falls below the minimum acceptable retroreflectivity value, take at least six additional measurements on that individual marking and average them. These six additional measurements must also be spaced at least 100 ft. apart. If the average of these six measurements falls below the minimum acceptable retroreflectivity value, the marking does not meet the performance requirements. IPO The Solco Group, LLC TXDOT ITEM 666 - 9 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 Restripe at the Contractor's expense if the averages of these measurements fail. Retake portable retroreflectometer measurements of all restriped markings following the time interval allowed based on the type of marking and the pavement surface for the latest application. 4.7. Traffic Control. Provide traffic control, as required, when taking portable retroreflectivity measurements after marking application. For the minimum traffic control requirements on low-volume roadways (as shown on the plans), refer to "Temporary Road Closure" in Part 6 of the TMUTCD. 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. 4.8. Performance Period. All longitudinal markings must meet the minimum retroreflectivity requirements within the timeframe specified. All markings must meet all other performance requirements in accordance with this Item for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements and replace them at the Contractor's expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements in accordance with this Item for at least 30 calendar days after installation. 4. 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, or Type II markings 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. Profile pavement markings will be measured as a marking consisting of both the pavement marking stripe and the raised profile, regardless of the installation method used. 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 TO The Solco Group, LLC TXDOT ITEM 666 - 10 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 for"Pavement Sealer" of the size specified; "Pavement Sealer (Call Out)" of the size specified; "Retroreflectorized Pavement Markings"of the type, color, shape, width, size, and thickness specified; "Non-Retroreflectorized Shadow Pavement Markings" of the type, width, size, and thickness specified; "Type I High Performance Pavement Markings" of the color, width, size, and thickness specified; "All-Weather Pavement Markings" of the type, color, shape, width, and thickness specified; "Pavement Marking (Call Out)" of the type, color, width, size, and thickness specified; or"Retroreflectorized Profile Pavement Markings" of the color, shape, size, and width specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. Surface cleaning for all concrete surfaces and asphalt surfaces only when shown on the plans (excludes new asphalt surfaces with no existing pavement markings and retracing) will be paid for under Item 678. Surface cleaning for pavement marking applications on new asphalt surfaces with no existing pavement markings and for retracing of existing pavement markings on all surfaces will not be paid for directly, but will be subsidiary to this Item. If cleaning is needed beyond regular brooming and blowing compressed air, the Engineer may use force account to compensate for the extra effort. This is mainly applied when the pavement is covered with a thick layer of dirt or mud or grass is growing on the pavement. Surface preparation of any surface where pavement markings are being retraced, except for sealing, will not be paid for directly, but will be subsidiary to this Item. 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. TN The Solco Group,LLC TXDOT ITEM 666- 11 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 24-019 THIS PAGE INTENTIONALLY LEFT BLANK The Solco Group, LLC TXDOT ITEM 666- 12 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS GEOTECHNICAL INVESTIGATION REPORT CITY OF PORT ARTHUR- H 0 MILLS BLVD MAINTENANCE FACILITY WEST FROM THE INTERSECTION OF H 0 MILLS BLVD. AND HOUSTON AVENUE PORT ARTHUR,TEXAS PREPARED FOR: The Solco Group, LLC 13100 Wortham Center Drive,3rd Floor Houston, Texas 77065 PREPARED BY: HTS, Inc. Consultants 416 Pickering Street Houston,Texas 77091-3312 HTS Project No.: 24-S-138 Revision 1 April 23,2024 1-1-S CONSULTANTS HTS, Inc. Consultants Phone: 713-692-8373 416 Pickering Street, Houston,TX 77091 Fax: 713 692 8502 Fmrlliliomgw www.htshouston.com Toll Free: 1-800-692-TEST Excellence in Engineering, Consulting, Testing and Inspection CONSULTANTS April 23, 2024 The Solco Group, LLC 13100 Wortham Center Drive, 3rd Floor Houston, Texas 77065 Attn: Mr. Simon Karingithi,P.E. Project Manager Re: Report Geotechnical Investigation City of Port Arthur-H 0 Mills Blvd Maintenance Facility West from the Intersection of H 0 Mills Blvd. and Houston Avenue Port Arthur, Texas HTS Project No.: 24-S-138 Revision 1 Dear Ms.Taylor: HTS, Inc. Consultants is pleased to transmit this report of the geotechnical investigation for the above referenced project. This report includes the results of field and laboratory testing, geotechnical design parameters, and recommendations pertaining to the proposed development. We appreciate the opportunity to perform this geotechnical engineering study and look forward to continued participation during the design and construction phases of this project. If you have any questions pertaining to this report or if we may be of further service, please contact us at your convenience. �•. • ik T£•��111 Respectfully submitted, " " H S Inc. Consultantse * # 11 MD IMRAN HOSSAIN 3 )41A.;1 if -o: 142169 �e ttlFSSIONAL�aG : Imran Hossain, P.E. 5a5s �3.`-' 4-23-24 Jubair Hossain, Ph.D., P.E. Senior Project Engineer President HTS,Inc.Consultants F-3478 IH/JH:rg H:120241100-150124 S-138 City of Port Arthur-The Solco Group,LLCI Reportl24-S-138docx S N O C -�' CONSULTANTS TABLE OF CONTENTS Page No. 1. INTRODUCTION 1 2. PURPOSE AND SCOPE OF WORK 2 3. FIELD EXPLORATION 3 3.1 FIELDWORK INFORMATION AND METHODS 3 4. LABORATORY TESTING 4 4.1 LABORATORY TESTING METHODS 4 5. DESCRIPTION OF SUBSURFACE SOIL AND GROUNDWATER CONDITIONS 5 5.1 EXISTING PAVEMENT THICKNESS 5 5.1 SUBSURFACE SOIL STRATA 5 5.2 GROUNDWATER CONDITIONS 5 6. ENGINEERING ANALYSIS AND RECOMMENDATIONS 7 6.1 ENGINEERING ANALYSIS AND METHODS 7 6.2 PAVEMENT RECOMMENDATIONS 7 6.2.1 Pavement Subgrade Soil Preparation Requirements: 7 6.2.2 Pavement Design Recommendations: 8 7. CONSTRUCTION CONSIDERATIONS 10 8. CLOSING REMARKS 11 APPENDIX SITE VICINITY MAP APPENDIX A PLAN OF BORING APPENDIX B BORING LOG APPENDIX C CBR TEST RESULT APPENDIX D CORE REPORT APPENDIX E REINFORMCEMENT DRAWINGS APPENDIX F -l1 H r� CONSULTANTS 1 1. INTRODUCTION This report presents the primary findings, conclusions, and recommendations of the geotechnical investigation pertaining to the proposed 25 ft. wide driveway concrete pavement reconstruction project located at west from the intersection of City of Port Arthur and H 0 Mills Blvd Maintenance Facility in Port Arthur, Texas. The site vicinity map is shown in Appendix A. Based on the provided information, driveway pavement is failing and cracks were observed for the proposed pavement section. HTS was asked to provide recommendations for the reconstruction of the failing driveway pavement section. Estimated Daily Traffic count was provided by the client and presented below: •Semi(18-Wheeler): 2 •Dump Trucks(Single Unit Three-Axle Truck): 2 •Garbage Trucks(Single Unit Three-Axle Truck): 100 Based on this traffic data, 18-kip equivalent single axle loads (ESALs) for a 30-year period was estimated to be about 1,333,525. This geotechnical investigation was performed by HTS, Inc. Consultants (HTS) for The Solco Group, LLC in accordance with HTS Proposal No. 23-00227 dated November 22, 2023, and work authorization was provided to HTS on February 12, 2024. CONSULTANTS 2 2. PURPOSE AND SCOPE OF WORK The purpose of the geotechnical investigation will be to provide recommendations concerning: • pavement subgrade soil preparation and stabilization requirements, and • rigid pavement design/construction requirements. The scope of work for this geotechnical investigation consisted of the following items: • Core/drill and sample 1 geotechnical boring (Core/Boring No. B-01) to a depth of 10 feet below the existing pavement. The core/boring location is shown in Appendix B. • Obtain both disturbed and relatively undisturbed soil samples continuously to a depth of 10 foot. • Measure the depth of groundwater during drilling and after the completion of drilling. • Backfill the borehole with grout after completion of drilling. • Perform laboratory soil tests on samples obtained during the drilling of the borings in order to determine the engineering properties of the soil. • Prepare boring log based upon visual soil classifications and the results of laboratory tests. • Perform pavement design analyses for the reconstruction option and determine the required pavement section in accordance with the American Association of State Highway and Transportation Officials (AASHTO) guidelines and requirements for roadways. • Develop/provide recommendations concerning site preparation and stabilization requirements for pavement subgrade soils. • Submit a pdf file of the report presenting the findings and recommendations of the geotechnical investigation. _T� CONSULTANTS 3 3. FIELD EXPLORATION 3.1 FIELDWORK INFORMATION AND METHODS For this geotechnical investigation, a total of 1 coring/geotechnical boring (Borings No. B-01) was drilled and sampled on March 7,2024, at the location shown in Appendix B. The boring location, as shown in Appendix B, was selected and marked in the field by HTS representative. Drilling, sampling, and testing were performed in accordance with applicable ASTM procedures. GPS coordinates of the boring location were obtained. The depth, approximate ground elevation, as well as the co-ordinates, are shown in the table below based on the handheld GPS and Google Earth elevation information. SUMMARY OF SOIL BORING CORING/ TOTAL APPROXIMATE DEPTH OF APPROXIMATE APPROXIMATE BORING GROUND ELEVATION DESIGNATION BORING (FEET) LATITUDE LONGITUDE (FEET) B-01 10 +1.00 29.896157° 93.977567° The field exploration methods are described in the Table below. SUMMARY OF FIELD INVESTIGATION METHOD Drilling Equipment Truck-mounted drilling rig,6"diameter core barrel and a core drilling unit Drilling Method Continuous flight augers,core drilling Drilling Procedure Applicable ASTM and HTS Safety Manual Field Testing Hand Penetrometer Sampling Procedure Soils:ASTM D1587 Sampling Frequency Continuously to a depth of 10-foot. Frequency of Groundwater During drilling and after drilling completion. Level Measurements Boring Backlit!Procedures After the completion of the fieldwork,open boreholes were backfilled with grout and surface was patched. During field activities, the encountered subsurface conditions were observed, logged, and visually classified (in general accordance with ASTM D2487). Field notes were maintained to summarize soil types and descriptions,water levels, changes in subsurface conditions,and drilling conditions. 'l1 C" TS CONSULTANTS 4 4. LABORATORY TESTING 4.1 LABORATORY TESTING METHODS For the current geotechnical study, a laboratory testing program was conducted to obtain engineering properties for use in performing engineering analyses and to adjust field soil classifications. The following laboratory tests were performed: LABORATORY TEST TEST STANDARD Moisture Content of Soils ASTM D 2216 Percent Soil Particles Passing a No.200 Sieve ASTM D 1140 Liquid Limit,Plastic Limit,and Plasticity Index of Soils ASTM D 4318 Unconfined Compressive Strength of Cohesive Soils ASTM D 2166 California Bearing Ratio(CBR)of Soil ASTM D 1883 The results of the laboratory tests are provided on the boring logs in the Appendix C. A key to terms and symbols used on the logs is presented also in Appendix C. All tests were performed in accordance with applicable ASTM procedures and methods and soil classifications were completed in accordance with the procedures and guidelines of ASTM D 2487 and ASTM D 2488. Portions of samples not altered or consumed by laboratory testing will be discarded 60 days from the date shown on this report. CBR Test Result: For our pavement analysis, representative soil samples from the boring location were tested for CBR and the results are as provided below and in Appendix D. LOCATION SOIL DESCRIPTION CBR (AT 95%OF MAX.DRY DENSITY) Near Soil Boring B-01 Fat Clay 2.5(at 98.9 pcf) CONSULTANTS 5 5. DESCRIPTION OF SUBSURFACE SOIL AND GROUNDWATER CONDITIONS 5.1 EXISTING PAVEMENT THICKNESS For the current investigation, 1 location were cored, drilled, and sampled on March 7, 2024. The existing pavement was cored, and thickness (or depth)was measured, after which the underlain soil was also drilled and tested. The subgrade soil was drilled up to a depth of 10 feet under the existing pavement bottom. The pavement thickness at the 1 coring location is provided in the table below and the core photograph is presented in Appendix E: CORE PAVEMENT CORE LAYERS LOCATION 1ST LAYER 2ND LAYER C 1 Near Soil Boring B-01 7.75 Inches of Concrete 0.75 Inch of Non-Stabilized Clay Base 5.1 SUBSURFACE SOIL STRATA The boring log was prepared by using both field visual classifications and the results of laboratory testing. The stratification lines shown on the boring log represent the approximate boundaries between soil types and the transitions between soil types may be gradual. The results of the field and laboratory testing have been used to generalize a subsurface profile at the project site. The subsurface descriptions mentioned in Table below provide a highlighted generalization of the major subsurface stratification features and material characteristics. Summary of Generalized Subsurface Soil Strata Depth LL Range PI Range % Passing#200 Su Stratum (ft) Soil Type Range (%) (%) Sieve (tsf) I 0—4 Fat Clay 64 41 98 0.25 • II 4—8 Sandy Lean Clay 44 25 65 0.4 III 8— 10 Fat Clay 54 33 97 - Where: LL=Liquid limit(%) P1=Plasticity Index N=Standard Penetration Test blow count(blows/foot) Su = Undrained Shear Strength based on Unconfined Compressive Strength 5.2 GROUNDWATER CONDITIONS Groundwater was not encountered during drilling nor after completion of the drilling operations. Groundwater conditions are described above, on the boring log provided in Appendix C. The depth to groundwater was obtained by: CONSULTANTS 6 • observing the drilling operations and the free moisture contained in the samples recovered during drilling,and • obtaining water level measurements in the borings during drilling. It is possible that seasonal variations will cause fluctuations in the water levels measured at the time of our field investigation. Additionally, perched water may be encountered in discontinuous zones within the overburden. We recommend that the contractor determine the groundwater level at the site at the time of construction in order to determine the impact, if any, of the groundwater to the construction activities. It should be noted that recommendations contained in this report are based on groundwater depths at the time of this geotechnical investigation and that an accurate determination of the true groundwater levels may require several days or even months of observations. CONSULTANTS 7 6. ENGINEERING ANALYSIS AND RECOMMENDATIONS 6.1 ENGINEERING ANALYSIS AND METHODS Engineering analyses were performed in order to develop design parameters that can be used for the design of the foundations for the proposed roadway.Analyses performed included: • analyses to determine pavement subgrade soil stabilization requirements pertaining to the proposed roadway section, and • pavement design analyses for rigid pavement for the proposed roadway section. 6.2 PAVEMENT RECOMMENDATIONS 6.2.1 Pavement Subgrade Soil Preparation Requirements: It is recommended that the subgrade soils for pavements be prepared as described below: • Establish site drainage and install storm drainage structures (as necessary) in order to preclude the inundation of the site area with storm water or the lateral seepage of storm water into the pavement subgrade soils. • Vegetation and any organic topsoil, if present within the pavement limits, should be stripped to a depth of 6 inches or as necessary. • The current affected slab needs to be demolished and replaced. Prior to breaking out of the affected slab,a full depth saw cut should be made around the perimeter of the repair to minimize the damage to the surrounding slab. This should include the existing transverse joints on both sides. Care should be taken to ensure that the saw cut does not extend into adjacent slabs. If it accidentally happens then the cut into the adjacent slab should be repaired with epoxy mortar. The concrete of the affected slab may then be sawn into smaller pieces before being broken up and removed from the slab. The concrete that remains in the corner of the patch after saw cutting should be broken out carefully to avoid undercutting the remaining slab. • Proofroll the exposed subgrade soil with a 15-ton roller, or equivalent equipment, and observe the soils during proofrolling so as to detect any wet, soft,or unstable soils. Wet, soft, or unstable soils should be treated with suitable drying or stabilizing agents, or the unsuitable soils should be removed and replaced with properly compacted suitable earth fill or select fill. • Compact the exposed subgrade soil to an in-place dry density equal to at least 95% of the maximum dry density at a moisture content within 0 to±2%of the optimum moisture content in accordance with Standard Proctor(ASTM D 698) criteria. • Place properly compacted suitable earth fill or select fill to a depth as necessary to bring the pavement subgrade soil to the desired grade elevation. Suitable earth fill should consist of on- site excavated lean clay soils that are clean and free of debris and deleterious materials. Select H CONSULTANTS 8 fill should consist of clayey sand or inactive lean clay with a maximum liquid limit of 35 and a plasticity index ranging from 8 to 20. Fill materials should be placed in 8-inch-thick loose lifts (6-inch compacted lifts) and compacted to an in-place dry density equal to at least 95% of the maximum dry density at a moisture content within ± 2% of the optimum moisture content as determined in accordance with Standard Proctor(ASTM D 698)criteria. Note:When the total thickness of fill material and select fill at any location exceeds 4 feet, the fill material should be placed in 8-inch-thick loose lifts and compacted to an in place dry density equal to at least 98% of the maximum modified dry density (ASTM D 1557) at a moisture content within±2%of the optimum moisture content for the entire building area. • Stabilize the upper 8 inches of the subgrade soil with lime(8%hydrated lime by dry soil weight or 57 pounds of lime per square yard of surface area for a depth of 8 inches). The required quantities of lime for use in stabilization, as recommended above, are estimated values only. Actual lime determination shall be made utilizing a soil proctor from the site as per city guidelines. Subgrade shall be stabilized to a minimum thickness of 8 inches to reduce Plasticity Index (PI) to 15 as determined by lime series. If a PI of 15 or less cannot be obtained, then the lime treated soils should obtain a pH of 12.4, subgrade should be increased to a thickness of 10 inches and compacted to 95% standard proctor density. Add 1%for field variation. Stabilization should extend a minimum of 2 feet beyond the edges of the pavements in order to preclude edge failure of the pavements. Depending on weather conditions, difficulty may be encountered in adequately densifying/compacting the surficial soils. If the surficial soils are unsuitably wet, excess pore pressures ("pumping") may develop and excess displacement of the subgrade soils may occur during site preparation. If the site subgrade soils become unsuitably wet, the construction contractor should: • dry the soils to within 0 to 2%of the optimum moisture content by discing these materials, • dry the soils by blending a stabilizing agent, such as lime or fly ash,with the unsuitably wet soil, • remove the unsuitably wet soils and replace with properly compacted suitable earth fill or select fill having an acceptable moisture content, or • increase the depth of stabilization to 12 inches instead of the 6 inches of stabilization. 6.2.2 Pavement Design Recommendations: Based on the provided traffic information, the minimum recommended pavement sections are as follows: CONSULTANTS 9 Pavement Sections Minimum Required Thickness (inch) Concrete Pavement 9.5 Lime Stabilized Subgrade 8.0 Concrete pavement design recommendations provided above are based upon the following parameters and assumptions: RIGID PAVEMENT DESIGN PARAMETERS TERMS INPUT REFERENCE 18-kip equivalent single axle loads(ESALs)for a 1,333,525 Based on Provided Traffic Information 30-year period Level of Reliability,(R) 90% AASHTO 1993 Guide Sec.2.1.3,Pg.II-9 U.S.Climatic Region Category Region I AASHTO 1993 Guide Sec.4.1,Pg.II-70 Relative Quality of Roadbed Soil Fair AASHTO 1993 Guide Sec.4.1.1,Pg.II-71,Table 4.2 Overall Standard Deviation(Se) 0.39 AASHTO 1993 Guide Sec.4.2.1,Pg.II-77 Drainage Coefficient(Ca) 1.0 AASHTO 1993 Guide Sec.2.4.1,Pg.11-25,Table 2.5 Initial Serviceability Index(po) 4.5 AASHTO 1993 Guide Sec.2.2.1,Pg.ll-10 Terminal Serviceability Index(pt) 2.0 AASHTO 1993 Guide Sec.2.2.1,Pg.II-10 Effective Modulus of Subgrade Reaction(k)* 200 pci AASHTO 1993 Guide Sec.4.2.2,Pg.11-81 Load Transfer Coefficient(J) 3.2 AASHTO 1993 Guide Sec.2.4.2,Pg.I1-26 28-day Mean Concrete Modulus of Rupture AASHTO 1993 Guide (S'c) 417 psi Sec.2.3.4,Pg.I1-16 28-day Compressive Strength of Concrete(fc') 4000 psi Local Practice Reinforcing steel should be placed in accordance with guidelines provided in TXDOT pavement design manual. The steel should be placed in 2 layers meeting the requirements provided in Drawing No. CRCP (2)-17 and the dowel bar selection and spacing should be placed meeting the requirements provided in Drawing No. CPCD-14 (provided in Appendix F). HT-5 CONSULTANTS 10 7. CONSTRUCTION CONSIDERATIONS The recommendations provided below should be followed with regard to the construction of the proposed City of Port Arthur- H 0 Mills Blvd Maintenance Facility in Port Arthur, Texas. • Fill material and fill compaction should comply with the recommendations provided in Section 6.2.1 of this report. • Construction operations should be monitored by a qualified representative of the soil engineer. • Materials testing should be performed so as to assure that acceptable materials and construction methods are provided by the contractor. • Drainage is an important structural characteristic which affects the predicted performance of a pavement system. A Ca value of 1.0 was used as an input parameter for the present study. A Ca value of 1.0 corresponds to 'Good Drainage'. AASHTO defines 'Good Drainage' as "the ability to remove water from the pavement within one (1) day". Therefore, "proper drainage maintenance" is necessary to ensure continued 'Good Drainage' and minimize the inundation and weakening of the subgrade soils under the proposed roadway reconstruction. T-S CONSULTANTS 11 8. CLOSING REMARKS HTS has performed a geotechnical investigation pertaining to the design and construction of the City of Port Arthur- H 0 Mills Blvd Maintenance Facility in Port Arthur, Texas. This report has been prepared for the exclusive use of The Solco Group, LLC and its authorized representatives in accordance with generally accepted soil and foundation engineering practices. No other warranty, expressed or implied, is made. In the event that changes are made in the nature, design, or location of the proposed project, the conclusions, data, and recommendations contained in this report shall not be considered valid unless the changes are reviewed and the findings and recommendations of this report are modified or verified in writing. The analyses and recommendations presented in this report are based upon data obtained from 1 core/geotechnical boring that was drilled on March 7, 2024. The nature and extent of variations within the subsurface materials may not become evident until after construction is initiated. If significant variations in the subsurface materials are encountered during construction, it may be necessary to re-evaluate the recommendations provided in this report. T--5 CONSULTANTS APPENDIX A SITE VICINITY MAP HTs CONSULTANTS 1'= P� e. h� Pon J� Arthro hjPO Re:motr �y .. �O - � Site Location 0,-," h '4S y'S P' 4 o�y 6`4_ P,osr ¢ U oR�n✓� eat A"0,„ 'F O' 1, �P CO— P \. A2 tom` v4ti/ HTS, Inc. Consultants City of Port Arthur H 0 Mills Boulevard Maintenance Facility West from the Intersection of H 0 Mills Boulevard and Houston Avenue Port Arthur, Texas DRAWN BY: IAT DATE: 03-18-24 SCALE: CHECKED BY: JH DATE: 03-18-24 NTS HTS PROJECT NO:: 24-S-138 APPENDIX: Vicinity Map A APPENDIX B PLAN OF BORING H'- CONSULTANTS �yy t I* s -� `vie,J0 ,' 116 i «rd♦ �, 4N. - -:f. : 444.. .4t, : ,), 101, / ';11/\` ?' :' -, 11> x : 0,. mod _ p ., w ti ty : ' / ak ; `r ,w a#? is o -.I; f a ' } N . y. HTS, Inc. Consultants Legend City of Port Arthur A� Geotechnical Boring and Coring H 0 Mills Boulevard Maintenance Facility Included in the Study West from the Intersection of H 0 Mills Boulevard and Houston Avenue B"1 Port Arthur, Texas 29°53'46.17"N DRAWN BY: IAT DATE 03-18-24 SCALE: 93'58'39.24"W CHECKED BY: JH DATE 03-18-24 NTS HTS PROJECT NO:: 24-S-138 APPENDIX: B Boring and Coring Location APPENDIX C BORING LOG ,16 CONSULTANTS TERMS AND SYMBOLS USED ON LOGS SOIL STRUCTURE SAMPLER TYPE Slickensided--- Having planes of weakness that appear slick and glossy.The degree of slickensidedness depends upon the spacing of slickensides and the ease of breaking along these planes. Fissures-----Containing shrinkage or relief cracks,often filled with fine sand or silt;usually more or less vertical. li Pocket----- Inclusion of material of different texture that is smaller than the diameter of the sample. — Parting----Inclusion less than 1/8 inch thick extending through the sample. NO JAR/BAG Seam-----Inclusion 1/8 inch to 3 inches thick extending through the sample. SAMPLE SAMPLE Layer------Inclusion greater than 3 inches thick extending through the sample. Laminated---- Soil sample composed of alternating partings or seams of different soil types. Intedayered---Soil sample composed of alternating layers of different soil types. Intermixed--- Soil sample composed of pockets of different soil types and layered or laminated structure is not _ evident. SHELBY SPT Calcareous--- Having appreciable quantities of carbonate. TUBE SPLIT-SPOON SAMPLER DRIVING RECORD GROUNDWATER DATA Blows Per Foot Water Level after 24 hours. 8-10-12 Number of blows for each 6-inch increment of split spoon penetration. 50/5" Number of blows of split spoon penetration for the indicated depth of penetration in inches. Q Water level during drilling. UNIFIED SOIL CLASSIFICATION SYSTEM-ASTM D 2487 MAJOR LETTER TYPICAL COHESIVE SOILS(1) DIVISIONS SYMBOL DESCRIPTIONS A) Degree of Plasticity GRAVEL& CLEAN GW WELL GRADED GRAVEL,GRAVEL•SAND Degree Plasticity Index GRAVELY GRAVEL MIXTURES WITH LITTLE OR NO FINES None 0-4 COARSE SOILS (LITTLE OR GP POORLY GRADED GRAVEL,GRAVEL-SAND Slight 5-10 GRAINED LESS THAN NO FINES) MIXTURES WITH LITTLE OR NO FINES Medium 11 -20 SOILS LESS 50%PASSING WI APPRECIABLE GM SILTY GRAVEL,GRAVEL•SAND-SILT MIXTURES High 21 -40 THAN 50% NO.4 SIEVE FINES GC CLAYEY GRAVELS,GRAVEL-SAND-CLAY MIXTURES Very High >40 PASSING NO.200 SANDS CLEAN SANDS SW WELL GRADED SAND,GRAVELY SAND(LITTLE FINES) SIEVE MORE THAN LITTLE FINES SP POORLY GRADED SANDS,GRAVELY SAND(L.FINES) B)Unconfined Compressive Strength 50%PASSING SANDS WITH SM SILTY SANDS,SAND-SILT MIXTURES Very Soft <0.25 tsf NO.4 SIEVE APPRECIABLE FINES SC CLAYEY SANDS,SAND-CLAY MIXTURES Soft 0.25.0.50 tsf INORGANIC SILTS&VERY FINE SANDS,ROCK FLOUR Firm 0.50-1.00 tsf ML SILTS AND CLAYS SILTY OR CLAYEY FINE SANDS OR CLAYEY SILT WI LOW PI Stiff 1.00-2.00 tsf FINE LIQUID LIMIT CL INORGANIC CLAY OF LOW TO MEDIUM PI LEAN CLAY Very Stiff 2.00-4.00 tsf GRAINED LESS THAN 50 GRAVELY CLAYS,SANDY CLAYS,SILTY CLAYS Hard >4.00 tsf SOILS LESS OL ORGANIC SILTS&ORGANIC SILTY CLAYS OF LOW PI THAN 50% INORGANIC SILTS,MICACEOUS OR DIATOMACEOUS PNO.200 SILTS AND CLAYS ASNG MH FINE SANDY OR SILTY SOILS,ELASTIC SILTS GRANULAR SOILS(1) SIEVE LIQUID LIMIT CH INORGANIC CLAYS OF HIGH PLASTICITY Density/Consistency 50 OR GREATER FAT CLAYS SPT(bpfl OH ORGANIC CLAYS OF MED TO HIGH PI,ORGANIC SILT Very Loose 0-4 PEAT AND Loose 5-10 HIGHLY ORGANIC SOIL PT OTHER HIGHLY ORGANIC SOILS Medium Dense 11 -30 UNCLASSIFIED FILL MATERIALS ARTIFICIALLY DEPOSITED AND OTHER UNCLASSIFIED SOILS AND MANMADE Dense 31 -50 SOIL MIXTURES Very Dense >50 bpf=blows/ft CLASSIFICATION OF GRANULAR SOILS(2) U.S.STANDARD SIEVE SIZE(S) 6" 3" 3/4" No.4 No.10 No.40 No.200 BOUL- COBBLES GRAVEL SAND SILT CLAY -DERS COARSE FINE COARSE MEDIUM FINE 152 76.2 19.1 4.76 2.0 0.42 0.074 0.005 0.001 GRAIN SIZE IN MM NOTES: The boring logs and related information depict subsurface conditions only at the specific locations and dates indicated. Soil conditions and water levels at other locations may differ from conditions occuring at these boring locations.Also the passage of time may result in a change in the conditions at these boring locations. REFERENCES: (1)Soil Mechanics in Engineering Practice,Terzhagi and Peck,1967 (2)ASTM D 422 F h1 -mamif,2, CONSULTANTS LOG OF BORING B-01 CITY OF PORT ARTHUR H 0 MILLS BLVD. MAINTENANCE FACILITY PORT ARTHUR, TEXAS TYPE OF BORING: DRY AUGER TO 10 FEET HTS Project No.:24-S-138 COORDINATE(X)OR EASTING: } _ a m w COORDINATE(Y)OR NORTHING: LL c�> a o t=X wo SHEAR STRENGTH w 2 a APPROXIMATE SURFACE ELEVATION: 1 feet in z w 5~ i~ F w - u}j a LATITUDE: 29.896157 a o -7 g m cn z w (tons/square foot) Z w 00 U w LONGITUDE: 93.977567 m a o a OHP •UC •L TV •UU SOIL DESCRIPTION Z Z LL PL PI 0.0 0.5 1.0 1.5 2.0 2.5 0 7.75 INCHES OF CONCRETE,0.75 INCH OF NON criSTABILIZED CLAY BASE FAT CLAY(CH), Soft to Firm,dark gray and tan 98 64 23 41 27 .00 97 cn CH 0 0 o 2 / o 0 O o J /f11 SANDY LEAN CLAY(CL), Firm to Stiff,dark gray and tan • " CL it —5 65 44 19 25 21 0 102 o • • • o CO • • FAT CLAY(CH), Firm,gray and tan w 3 /2 CH 97 54 21 33 26 0 0 0 0 0 °x-10 o DEPTH OF BORING: 10 FEET INITIAL GROUND WATER: NOT ENCOUNTERED DATE DRILLED: 3/7/24 FINAL GROUND WATER:NOT ENCOUNTERED m NOTES:Boring elevations and coordinates are approximate values obtained from Google Earth 1 416 Pickering Street -T- Houston,Texas 77091 PLATE NO: 1 (Page 1 of 1) CONS LTATS APPENDIX D CBR TEST RESULT 11.1 CONSULTANTS"'""' 1 HTS, Inc. Consultants HT--s CONSULTANTS 416 Pickering Street Houston,Texas 77091 Ph: 713-692-8373 Fax: 713-692-8502 CBR OF SOILS 5.0 CBR=4.47 at 103.8 pcf ,_, Hill CBR=4.0 at 103.0 pcf 111111 4.0 ! ° Fii ■ ■.■... U.. IF ; III.LLJ fl — A at 98.9 P� A ■■■ .■ 1 2.0 IIIIIIIIII � OIIIllpllIl a1.1111IIUUaIHHnN1.0 �uhIn,,,,,I1Hil,, at 92.8 pcf1, ,,,,,,,,,, _ I• . ■ENEM ■ 1 I. I. 0.0 ` 90.0 95.0 100.0 105.0 110.0 115.0 DRY DENSITY (pcf) 95%of Maximum Dry Density,pcf 98.9 CBR at 95%of Max.Dry Density 2.5 Proposed City of Port Arthur-H 0 Mills Blvd ° Project: Maintenance Facility Liquid Limit: 64 /°Pass No.200: 98.0 Client: The Solco Group, LLC Plastic Limit: 23 %Moisture: 27.3 Project No.: 24-S-138 Plasticity Index: 41 Test Method: ASTM D-1883 Sample ID: B-01 Tested By: ER Date Tested: 3/18/2024 Remarks: Composite sample of upper clays Checked By: MM PLATE D-1 Description: Dark gray FAT CLAY(CH) Date Checked: 3/28/2024 APPENDIX E CORE PHOTOGRAPHS CONSULTANTS CORE PHOTOGRAPHS t. - pa c14...j CORE PICTURE CORE NO. C-1 SOIL BORING NO. B-01 LATITUDE 29.896157° LONGITUDE -93.977567° PAVEMENT CORE LAYERS North Roberson 1st Layer 2nd Layer 3rd Layer Street 7.75" Concrete 0.75" Non-Stabilized D Asphalt Clay Base None Total Core 8.50" Thickness Surface Material Type D Asphalt PCC Type Chemically Treated Subgrade Yes No Unknown Beneath the Pavement CORE SAMPLES 49. ....— City of Port Arthur- H 0 Mills Bhd Maintenance Facility West from the Intersection of H 0 Mills Bled.and Houston Avenue CONSULTANTS Port Arthur.Texas 1I I S Project No. 24-S-138 I PLATE E-1 APPENDIX F REINFORMCEMENT DRAWINGS CONSULTANTS 0 8E e z N • m g � J i • m z o n o $$z,' {2y S % ci a .'� az'2^ mm - z Li' �s 0 dda r 7 'I— FSww J N p< Z N<^ J z W OF N - _, 2 Q 1 Z CC Z {.1 rot SwU OaN " ONm O,<xi3O ON "zw ZI" ¢pJ zrLL LViLT,.71 O iL= —to E INO "2OJ ORN ¢o N mJ N OU z np J? N< O <2 z .N-.N N I. > C_ 1 _ <z� o-< ou ][ J i i <ii ,-z ow- c¢� z,¢.," i Q < .. ,naa WZu mcu omw -<? i-N 4"- >z `u2 .E, w m2u of t. I d mn N8 u`� c-r. i o'^ z ru 'ii _,"'w • ge, -n o o<r S a , si< ¢o o W I.- d 3 � e U < O 2 z ,Q N 2 N O F W "r Q N� ,A N ti 5$ r v ix FZ V w X j NUQO w<w w WO 1.E . Z r C W ,_ O LT, - ¢.: W C W N^ ix ONO ¢ N2 VO2 me0a "Zd Z" 2"" 30z Jr UNW Z< N t+ Cc Q' V N Zs vi� mNNw 2" J O Jw np O>j ¢� z <w ¢ W g ^ W 3=w uZ w...J W Ww2 ti �U < r ¢ a o U a Z Y F a.' F W;W "< F<Na em ,2<n Jm w f t O 6l m 0 0 x 0 N .i aV 0 J L _:: Z nww • 2r voi 022" ¢Fj u2< N ZJO 22 " O -w.. W Z X U Wi N 3 J- „ V 3 i`g§ < W O N w <Q • Q K <s <wW <Nm2 < O Q , =�ww O" <mu "iU ids > ~ ! _ _ SZ JG .-2 C W< Od W JS O all JZ y2j rm O N �_r " Na 1 Nw `' 9 _� Q: �iOZ< "7aQ wOylN "y11 2 Fp "zw UUN- i . 2<w ~ 2d wNw� z�n J"' z� 'O�a W ;N i N N 2 r N I N Z '< o ;< z O i N s m U r .?. ..'z J U w W O QgQ N r O U a o 2m ,J s O-ww Q"O• -.W U y i, N O� wU wJ�•T p�0 -ooa ' W W'Zz p,;,m; xi so- oc_- o-i z¢zo -_ < ';?,,z."."' W 2 Q" U I N W w = O 2 N 0. z O u U O r axor Oz < zz2 w i ¢ F. suFu ¢r F Nom V"p= o¢` a <-a" 000N p.. �¢w T. a z owW ¢w o QV" ZupO -2 0Nio 3w-N �o xu �0"Z <O O" <,"i,uw ,1.7. m 2 z J J o !�Ji¢ co- ¢a$J Qoc ao� ; z -uw z«w "'uo pZ OJ • as JNr> <- wm o^ - m ¢ zNw� i� r ` ais¢ �z a� = iH cp •- • T�N¢U OU � "Wr WxU w�2o W2« Nu ZJs J6 �",A mZ ON" Q �Oo" o.N ¢ z wOUZ >-uu w i ¢p �Z z p wa z U Z ¢_p max_ pp l z o <000 i;n ao a,I< u-o oww D u;2 w J <N..F- ;c ,A<_u LL " 3 m u sum¢ o > o o< . '^ F a -..ti O m m 2 _m N n v N a - C u V N ti �¢O OO i i , 0 0: N Z W N Q N W W \ •' N ss Q D Z Q Z W W L U J J J O O m j w N W <O \ i W .J z H aN r U N >N -'w �N <... -' < O w 2 - p•- N w 1•. u— 1.. - z 1 ' '4<mW i U l}1 ?— z -z ME li "x• •o' • i -9• • �+ �� „8b w u0 r .. Z z¢ Z¢ D F < O .PZ..bZ UI / o } >-1 O� U Q w F N i UI O --- 'd 2N w � „'� ao W "mz < m � ? I I ~ T-z _oo oo > U> gJ _ N a a u uu ¢ O� X X N O¢ a _ I I _0 � UI z Jz m- V Y rcN u + OQ a N _tI I. ° Z z p p w a II In U i VJ nW. ebZ . UI U OW N¢ zw ,: _ NI I _w .W.�a� F o wI I , a. gi i Z> X OZ • •W- � 2JN rZr ^ rWW9x ^ 2< ¢ Zr U N ' Z VIZ zi O O O2mr0O5,- O QOz J 7 co OQ i,TO m ¢W wZU¢, 1- i' t OU]' oY0yw JS O-I ¢ " 'w ZU^ ..� N.- N LL 0O <NN • T H <o mN .. ^ o NWw ONV UXZ "N QQ dN" Q U Z '.,-Z m mH m8 N Z r r WO a J 4 <-^ u �F O< 0 2 Q uwi U v v z ZOti -' W Q 7 Z F � u_ z .. J ¢o N i Q t)2 <0 0 < ¢Uw'' U0i .- .- W ;" <r ZN d- J 1 0 < Q N1 n �3 m�-0 N ". W JZ m - H J wNQO N V 1/1 ¢J wZU" �U ,", O J W — F W OW r0<¢W w ZWt N--i , O J J F X d wN .-Z" m 2 O N % O tg <N J W 3 .. v N "O i o N x Q O VI p J 2 ¢< z W m O O Q • a m N N 7 Q Z N 2 uUi • N u F�1_- :. I a y m u W n 0 m Z F w Z^ W= N i o " O ¢� N cc ti< ¢J UZ v QO w u z.o Z tJ ZN F- 02 F.w aV JW z ju W N m W Nf- N O= � ^ <- r N ¢"! m m • ¢ Q r 2 S Q YN < tl at O wN mN # m L `z� G= Y• UN co-V, Z N < O F¢ W IT, N N < _ J m CO CO Y CO rZ Q <UrZ 2 - _ H NF< I- -311! 31.0 • im�F LWl c lue+.100e A *2F•M eif• 4 Fo w I F�11!e!fueefe�W •*000* NaaeflaY riWJee Ruo�OF L00=1 RO apaa fl W!M FW'lo Fib/fAe 00- •.401 a.ye•�d dl!....u! 3 fozf1.wW1 R•pawawo0 f!04W104f f1Y1,tl7 F3 efn 11 a10310510 a 3 a eg La = S I T �,� m �` d Ail r ' W ,,n:itt W F So mu = W UN s— W- a z,n - o Z € Z M _ ~ Lu s — i o. z'i jii aoor aozw = m. z9u mmi; m•i N : W W> CLL tic 1 co ¢ o c am d mN NS�a�zo1w mi a1- nN IT - O N 1t ) J� ; ?ilia C x ¢ ;N W e —I La Wf0 d % „ owowo o �� z` . x nW N. dW IL' _ Z o ry N "�'^tw� N W� mu 3-u 1¢ M U Wn <a i O 7W Z ~ _ � 8 Z Z a *, 41 _¢ zimilliall NO! z �v1tuO � J a w g 1-u - Zp U = H O mw. J ` 0 1- Yo J N jjj r C.)i 2 w` ` O m � g �tx O w~ is,4 O — ¢�a a m _se, O ;O J 'if ;u -" 'gN V<W \Z<C i0a . w W F - a <md¢ = w <r_ ma - wm<- <u uU OO� ? ¢ Oa-ri 'fLT. w w I- Utw3�¢wmmJmW r- - d O UI W,mron r§Fm -._ OtiJaOJU7¢3mO m=0u u0 — — ¢ mV m0�a1 r 002, -zpQ O V. N ¢w o w am ,_ c- O< h • 1111 FZ � F O u� w m 2=Q N'�n� LOW al.W 7w xo- -u c R'S,n vat WJw < = "� _zap < �> ¢F a, zo mw z m= w o z u , - ti -' .- ma" o m ow" % a 0 a T C W O S TmmO H U W =gym J U x D. O z W m W ,n .- ¢ U u ;~Sa W 4 ; v~i w 0 t W O Ot� 2 maa „ Z Z j g. N ::::W ` Z 1"1 O O e W o �ma m i N a 1 _ ut O 1 F W a_¢ a uo il a V K n ¢ i.:OfG_ J O Q3cw m F1 00 O u a Q ✓trC W v ~ O•' \ W cc m ; Z \ OOw¢- a! z x uKj rUY m W ? O Z N z J a ,..7., 0 O W < \ / ; ODIIU C W w K u F T ° ° _ a u N a a ^ ? o ° xj 1 < ....2 2 . ...::...... O J— VI III Z a ° MON E. oo w m ° . . ° ° is g¢ m a • ° o • a m u C w Z JII x�2N po3e• ;omOm x \r 6 WS �a2 u� o !Ik ! !I OV, uNm U ;o¢ ozaaas oLL mN W¢ N 122v O¢u 0 .- rDM d M wNa¢ a _ rn n <N 2 F-ZQ OO ua W O N ?Uw W VOUW� uO.0 F Z a Z V1 rr J �a a m ,_ _ N 1J O V 1 1 w O vl_r LL w afW-• m 7w a02 O c o? 1 N a- = � u W a — oJow N ^K O Kr ¢ m wx W Z IkE00. a OU N it u O <Z •.-z v o a :3113 ,31f0 l 0u;li.<fl ff0No0 a �O f l,fu1 �0 O1 DD fUOIf ♦!O ow 1 a f u u fu ,R1;l;a;...O..,ou O 10001 N ,Y /na0f10 nOOW OctRu0 /100,1 Ra f00'*Iv.*, l 0u!V R,0 0Ra 4 4O b.Of ON•. 0 00;10O1d b,11aw;0u3 f0+fl.n Aa 11 Ra DOUn 0O n Y 00.1 O. .1f 1,1 n.L.,l •036Iv30S10 somas .I ill • si 1 as • r. Y_ _ r s Ng Y Y 4 - yy 0 Y . y y w gm 7g ~ o = O ik_ g, IS e '-"- NIS ":42 5W' ;1 1 V : t' V W 0 gil i ilk "dR iff R lo1a�b �S',,^Y aliY'3 sM s a 0� • dY led or adI g ge V a B { VF # fg Sr � x gg { k # 41 VI 4 ifl )g : ii IS 'inc NmI z. gW }g•y .IO Wz p6 5 zr ^ fgm ,-• s ■f y §#yd iAY aaygr$yo� tig. s" 11 E t i'te4 sV xow, 1it d 5 st V+ -°S.Eg l ig w§s Ilea i¢ - s ig 3Ji, c§.T it . _ava= N N Ny ao sires aPA $ ta ; g . .i ri i rS .o n el w Si' = PiC . W • 0 n m % • f Nr.: co — — La J I .O { lo 0 m= C. CI— .t. Baas else al imm .. 11 1 ,. — III J_-1 • 111L a - T. I Il bI _ I I I I �_ ( I I I r r Z Q W } Q m J ! o- - — < 2 m 1 — — <N e 0 J ~a 2 O Q — — N — ,,.— to •\ r � ~ ,I F I_ r h _y 1-0s rY . � ji too _E----, a.: : ? I- g6 e .---' • .-z I .: ..... ut I t,."1'.4 -- Y s Y s ' Y < Y i rtx ftCiv r 4 • f..e _ .... 1M M M-I'r.fir* 4 W.�a,A.4�...�I 4 A M." ..fir.M wt.1.. ~4.A. *V •.w�rr•wMrV M�..f81 ti alti �..4...4r. S'��+Mxy 01x Ol0 SECTION E CITY OF PORT ART HUR BID FORM TO: City of Port Arthur City Secretary 444 4th Street,4'b Floor Port Arthur,Texas 77640 Or City of Port Arthur City Secretary P.Q.BOX 1089 Port Arthur,Texas 77641 BID FOR: Driveway Reconstruction at 101 H O Mills Blvd Maintenance Facilty The undersigned bidder hereby declares and represents that she/he: a) has carefully examined and understands the Bidding Documents,b)has not received,relied on,or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda,c)has personally inspected and is familiar with the project site,and hereby proposes to provide all labor,materials,tools, appliances and facilities as required to perform,in a workmanlike manner,all work and services for the construction and completion of the referenced project,all in strict accordance with the Bidding Documents prepared by: The Solco Group LLC and dated: October 2024 Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging) NONE TOTAL BASE BID: For all work required by the Bidding Documents(including any and all unit prices designated"Base Bid" the sum of: S qti hd� p '%t Thriu sad k�lY 4'!w '��� 5`�'ti`'"'l '�' ��U ---- Dollars(� ��la, 3 S"7.D c - ) TOTAL DAYS TO COMPLETE: For all work required by the Bidding Documents. C/O Calendar Days NAME OF BIDDER: ALLCO,LLC ADDRESS OF BIDDER: P.O. BOX 3684 BEAUMONT,TX 77704 TELEPHONE NO: 409-860-4459 FAX NO: 409-860-3857 TEXAS CONTRACTOR'S LICENSE NUMBER: N/A " 41.1tl+r NAME OF AUTHORIZED SIGNATORY OF BIDDER: T.W. HARRISON ,' fS1, TITLE OF AUTHORIZED SIGNATORY OF BIDDER: PRES DE T ` ./ E f r SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER: W • DATE: DECEMBER 4, 2024 r S -24 EMAIL: tharrison@allco.com THE FOLLOWING ITEMS ARE TO BE INCLUDED WITH THE SUBMISSION OF THIS BID'F6RM:t t t t',‘�` *The Unit Price Form shall be used if the contract includes unit prices.Otherwise,it is not required and need not be included with the form.The number of unit prices that may be included is not limited and additional sheets may be included if needed. BID SECURITY in the form of a bid bond,certified check or cashier's check attached to and made a part of this bid. i Fz a OL ' Or y a� O , i O L J n - . n Jr . v� = 3 / ,' = • F � F = F- F a - E- - XS Xao Il a) d wd 8 `C. ri ,. w a ^(l w f1 C 0 0 0 cc ' 0 a 0 1 o Y w .I) Lla a u U yw W. w w a A. I a <i 4 • o.. !1 • a a c� , a 4. �xC 0 i cii c4 O u } }t >. a vE• z < Z < Za ZQ z < z¢ LI n D 'II.c. aba) 2 � 2 2 I cO O - i a) v F. -a H .n [ - E•-. a v F �a F a - -•r — Ems. `^ 'C7 7:i co Z al Z , 04) Z Z XI Z Z b m. CM < '� N y . Q N Q pa 0 CE 3 II 3 RI C M, W a' 0 a O. 1 0 a o cy ri a 0 CY > 4.1 y c ea m cr. 74 a) _ 5 ca 2 1 [ + Mt e i 0 ..se a 0 O a 3 U n o c a) 0I Ti .-. ( ra m 0 ' I a, L1. z z °Z z ti °z z bam c� ° ' r • u.1 W G W bo WI W 74 F i' CA ,n w Lc. 1 k. T7 tz. r/''i.. W y [r. O ,..' r U xW W a o0 a� a7 Q a� S. . w CA Q� i (� Z F 1 F .. C .o oa a 3 o I c w ce x > N x E"' cn as C Z CV Z C .... Z p d' Z W O Z a) L� a, co U °' U W a Far H a -nu F H c � F n m aH V H H o OC a O z `iO voQ ^ ' aU QunAW y c as 0-, O ° U DL U ci 0 c) R. o .5 C xc,... . >C cn o u ao E Li. to F.. cc.: w wn ,C w � wi a ' O . ieg Z C G pa G r/� 1 C/d a G Q C e EU . c4 1 3a a s a, cli 5 a I`+ or a o, z O d 0 O o, 0 O m J 0 a, 0.. y G O m , z y' °' ZtY — z '' U z4 z4' • zC o wC `i X = - EW j X j U X s ri X �y X - ,...0X j 'v k S V? j jF ,. y W W M y W y „, W y t 1 w y — V d W y .J- W E W _' W C W !, W 3a (.+ `_ 1y1 LL _C U . •7 U t' U � ` U � U � ` 0 L) ` cL a a a it ,y,F C a a. a. E- l E- H F. E- E- E- U G U G v U co O U U U 04 0 x C� x a a4 rj a A a Q U O a a F a. E e' E4 N E_ E �Y �" H l� —Zj z .. z z _ z - z b? �� a' �a x OF.D >, 0 = OD C �D d �� ODD a. D w � � � � a w z z W z � 2� ., zw .a La O y R 3 0 v F b H •n H b E- v F. -o P v -0 E GA E- as E- N CA E- = E- is E- a3 F- �+ al H a m f c a a) z a, Z a, Z a, z a, z a z v z a, Z 1 v C', d r' 2 Q a 4 % ¢ ¢ s � d a Q 0 c' "W Q• as c, (0d 0 0 0 0' ] d as d r. ill an ed 05 •a) C O G" -1 D) D+. o ca u a a 0 a a a L: r. a) y U v 0 c r. 0 ""' rC a, ' a U - - oO O d O O P. y z z z z z p, z 7.3, z s a.) - y Y H U F F F E� E aa (I) ^' • $ 2 cc cs: cL i A ccp • o • 4y W WW 24 Q xg 24 x U '4 .- rC a CO tO O C ^ 40 0 a, „ co o o 0 z g U U O ai a •-. W W g A `" m U a a) o o E - y y a+ n of a tC ❑ 0 0 0 o a 1 .-t al U 05 E. .-'- . N W ..w Lia N t.a) Oz a°.. � 0 U ° 0 U "' z0 .y00 z0 ma 0 .orn 0 c) o 0 o C m ' - �, �p CIO C L c.) E-+ c�i E G F. - Xre) F- n��. 0E co a y E� a E. a w ;: `" O a4 g0 O c� WO x > O x > O x �O ce COO 4: w cA w alX P4 c4 W cal w � >C w 0, " w 0y' m o >C Pi 0 0 O4 H ° Cd H ° F. ° U .`H '� O4 ...� ° O4 ..� cr ° Pa E� ° .51 F.r o 3a I I 1\ { 3 ` \� / § 4 0 \ ~ c \( \ \ \� o ks m k -, g k3 m - © ; _ ; \ f al j } » / # I/ ¥ ./ % \ '� § & !§ IJ 1 ; i \ v § © / 1 2 a / R E iE 3 ® � * / AY''' I I 4 § (a § x § /i - \ i 5 / % > \ � \ \ k 14 /9 / - _ _ - a a z a az _ \ \ \ jf \ / 04 \ ' ■ d 2 1 & 0 1 . , f / k , 7.1\ ; % 13 il / O cu _ w \ i �\ \ k = / / / 3 / \ & p, L. © 2 � cx o © o \ \ F. / { & 5 d 0 2 • \ a I 0 - ' _ § � 0 ® A 0 m & } N Pri \\ Ij \ / § - / kk \ aQ y t, Q y 8n o2 § x :& 0 r m ) , a & 0 eE (c U b _ b SECTION F ATA Document A310TM - 2010 Bid Bond CONTRACTOR. SURETY: (Name,legal status and address) (Name.legal status and principal place of business) This document has important legal consequences.Consultation with OWNER: an attorney is encouraged with (Name,legal status and address) respect to its completion or modification. Any singular reference to Contactor,Surety,Owner or BOND AMOUNT: other party shall be considered plural where applicable. PROJECT: (Name,locution or address,and Project number, if any) The Contractor and Surety are hound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if'the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such lime period as may he agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such hid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall he null and void,otherwise to remain in fill force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall 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. Signed and sealed this day of (Contractor as Principal) (Seal) (Witness) (Title) (Surety) (Sea)) (Witness) (Title) CAUTION:You should sign an original AIA Contract Document,on which this text appears In RED.An original assures that changes will not be obscured. Init. AtA Document A310"'—2010(rev.1012010).Copyright 01963,Iwo and 2010 by The American Institute of Architects.All lights reserved. WARNING:Thls AIA`Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlAe Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purchasers are permitted to reproduce ten(10)copies of this Oocument when completed To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyrght@aa org. SECTION G CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B.23,34th Leg., Regular Session. OFFICE USE ONLY This quest orxsare is being filed in acoo. dance witft Chapter 176.Local Government Code.t7i a vendor who Dais aer:rived has a business relationship as defined by Section 176 001(1-al with a local governmental entity and the vendor meets requirements under Section 176 0660). 8y taw five questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor beosTres*were of facts that rewire the statement to be tied See Section 176.0060-1k.t.ccal Government Code. A vendor commits an offense it the vendor knowingly violates Sector 176.006:Local Government Code.An offense under pis section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. ALLCO, LLC -11 I J Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you cite an updated t ! completed questionnaire with the appropriate tiling authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate 1 J Name of local government officer about whom the information is being disclosed. CITY OF PORT ARTHUR Name of Officer ,J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and R for each employment or business relationship described.Attach addilionaf pages to this Form CIO as necessary. A la the local government officer or a family member of the officer receiving or likely to re__ceive taxable income, other than investment income,born the vendor? Yes X No a is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is net received from the local governmental entity? Yes n No Describe each employment or business relationship that the vendor named in Section I maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. N/A flCheck this box if the vendor has given the local government oft cer or a family member of the officer one or more gifts l ! as described in Section 176 002(s)(21(B1, excluding�i�s tdei i r b d in Section 76.003(a-1) ?I - GO, � 53,,, ,• ECEMBER 4,2024 azure td d ina bustress s th ooverrrentaT Date T.W.HARRISON-PRESIDENT "41 Form provided by Texas Ethics Commission weee ttti mousy Z Revised 111n^201s • ... ```• S. `yf / 11ttt1% !! 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:r/www.statutes.legis.state.tx.us/ DOcs/LGihtm/LG.176.htm.For easy reference.below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state.or local governmental entity: (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(8): (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 vend.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)(8).excluding any gift described by Section 176.003(a-1):or (3) has a family relationship with a local government officer of that local governmental entity (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application,response to a request for proposals or bids. correspondence, or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer.or a family member of the officer,described by Subsection(a): (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www ethics state tx us Revised 11,30!2015 SECTION H ,'A1A Document A312TM - 2010 Payment Bond CONTRACTOR: SURETY: (Ncerre.legal s(ala.t anti address) (Name,legal.elalus and principal place of business) This document has important legal consequences Consultation with OWNER: an attorney is encouraged with respect to its completion or (Nana,legal slams and address) modification. Arty singular reference to Contractor,Surety,Owner or other party shall be considered CONSTRUCTION CONTRACT plural where applicable Date: Amount: Description: (Nance and location) BOND Date: (Na!earlier than('onstr l mn(',infresel Date) Amount: Modifications to this Bond: 0 None 0 See Section 18 CONTRACTOR AS PRINCIPAL SURETY Cuntpan) ((uspurule Seal) Company: (('orpwwle Seal) Signature: Signature: Name Name and Titic: and'title: (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY Name.address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect. b.ngmeer or(other party: : brit. AlA Document A312"—2010 Payment Bond Copyright 2010 by The Amenrar Institute al Architects.All rights reserved.WARNING.This MA'' Document is protected b' U.S Copyright law and International Treaties.Unauthorized reproduction or distribution al this AtA`Document.or 1 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 vroialton5 of AIA Contract Documents.e-mail The American Institute of Arch tecis legal counsel,copyilghttgaia Cg sec r r0 §1 The Contractor and Surety.jointly and severally,bind themselves.their heirs.executors,administrators.successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference.subject to the following terms. §2 If the Contractor promptly makes payment of all 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 fix 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 of 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 of non-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 fix 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 If 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 Claitnant,with a copy to the Owner.within sixty(60)days alter receipt attic 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 7.2 shall not be deemed to constitute a waiver of defenses 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.I 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(Willis Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor uncle•the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond.By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract arc dedicated to satisfy obligations()Idle Contractor and Surety under this Bond,subject to the Owner's priority to use the funds fir the completion of the work. AMA Document A312'.-2010 Payment Bond.Copyright®2010 by The American Institute of Architects.All rights reserved.WARNING:This Ale fntt. Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this Ale Document,or 2 any portion of it,may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law.To report copyright violations of AlA Contract Documents.e-mail The Amenwn Institute of Architects'lega counsel,copyright@ara.org §10'the Surety shall not he liable to the Owner,Claimants or others for obligations oldie 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 of any change.including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall he commenced by a Claimant under this Bond other than in a court olcompetent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(I)on which the Claimant sent a Claim to the Surety pursuant to Section 5.12 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 tinder the Construction Contract,whichever of(I)or(2)first occurs.lithe provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall he applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to he performed,any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted herefrom and provisions conforming to such statutory or other legal requirement 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 of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant: .2 the name of the person for whom the labor was done,or materials or equipment furrished: .3 a copy ol'the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description 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 ur 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 ot'the Contractor to furnish labor,materials or equipment tiff 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 he asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.1Die 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 Band.Copyright®2010 by The American Institute of Architects.An rights reserved.WARNING This ALA Document is protected by U.S.Copyright Law and Mtemationai Treaties.Unauthorized reproduction or distribution of this AIA"Document,or 3 any portion of it,may result in severe Civil and cr itnnat penalties,and will be prosecuted to the maximum extent possible under the law.To report copyright violations at AM Contract Documents,e-mail The American institute of Architects'legal counsel_copyrght©ataorg §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 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall he deemed to be Contractor. 418 Modifications to this bond are as follows: (Space rt provided hclun•for additional signatures of added parties.other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (t'caporal('Seal) Company: (C'or porate Seal) Signature: Signature: Name and Title: Name and Title: Address Address Init. AlA Document A312...—2010 Payment Bond.Copyright 12010 by The American Institute at Architects.All rights reserved.WARNING:This Ate Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this Ale 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'lega counsel.copyright@aia.org SECTION I Ac pJ CERTIFICATE OF LIABILITY INSURANCE DATE(MM DD YYYYI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: ._PHONE i FAX(AJC, jA1C.NO.EXU: I Nol: E-MAIL ADDRESS: _ INSURERIS{AFFORDING COVERAGE NAACO INSURER A: INSURED INSURERS: INSURER C INSURER INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR( IADDL:SUBRI - POLICYE • POL YEXP -- -A' LTR, TYPE OF INSURANCE JNSR WVO POLICY NUMBER (MMIDD/YYYY)*(MWDOWYYY) LIMITS GENERAL UABfUTY ',EACH OCCURRENCE 'S COMMERCIAL GENERAL LtABI1TY I ';PREMISES(Ea occurrence) $ I CtAfMSMACI: ! OCGt1R MEO EXP(AYy one person) S ' ~PERSONAL d ACV INJURY S • • GENERAL AGGREGATE• S GENL AGGREGATE LIMIT APPLIES PER. - • PRODUCTS.COMP/OP AGG S !POLICY P,, I LOC `$ i-,--. -L LIABILITY i .--- CSMVVINEOSSINGLE LIMIT I AUTOMOBILE (Ea accident) I AN,'AUTO BODILY INJURY(Per person) S ral ALL OWNED -.-.�SCHEDULE I '"----- — AUTOS _ D AUTOS I t BODILY INJURY(Per awDent) S NONaDWNED I PROPERTY DAMAGE HIRED AUTOS AUTOS '(Per accident) { S UMBRELLAUAB OCCUR ) EACH OCCURRENCE S j f EXCESSUAB I CLAIMS-MADE. AGGREGATE i S ' DED `RETENTIONS ( T -'-i S WORKERS COMPENSATION TMITWC STATU. }OTH. AND EMPLOYERS'LIABILITY YIN TORY US ER ANY PROPRIETORrPARTNER#EXECUTINE NIA' E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED" (Mandatory In NH) EL DISEASE-EA EMPLOYEE S If es tlescnbe under DESCRIPTION OF OPERATIONS below ( E.L.DISEASE.POLICY LIMIT S DESCRIPTION OF OPERATIONS;LOCATIONS(VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SECTION J . =®ATA Document A312TM - 2010 Performance Bond CONTRACTOR: SURETY: (Name,',we/Lomas-and address) (Name,legal status ant!principal place of business) This document has important regal 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 shad be considered CONSTRUCTION CONTRACT olural where applicable I ate: Amount: Description: (Name and!matron) BONO Date: (Not earlier than C'onstruc►ion Contract pate) Amount: Modifications to this Bond: 0 None 0 See Section 16 CONTRACTOR AS PRINCIPAL SURETY C's tnpan : U.'urta+rute Scut) Company: (C w orari:Seal) Signature: Signature: Name Name and Title: and Title: (Any additional.vignutures appear on the last page of this Perfrn•mance 6wtd.) (FOR INFORMATION ONLY Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect. Engineer or other party..) AIA Document A112"'-2010 Performance Bond.Copyright 0l 2010 by The American Institute of Architects.All rights reserved.WARNING This Init 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,aid will be prosecuted to the maximum extent possible under the law To report copyright violators o1 AlA Contract Documents.e-mail The Amercan institute of Architects legal counsel.copyrght o@aia Gag. OBI i is §1 The Contrac:or and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 lithe Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default tinder 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 Contractors performance.lithe Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice, request such a conference.If the Surety timely requests a conference,the Owner shall attend.unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice. 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 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors: §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to he prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to 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 and with reasonable promptness under the circumstances: .1 After investigation,determine the amount for which it may be liable to the Owner and.us sown 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 Witte Surety donors not proceed as provided in Section 5 with reasonable promptness,the Surety shall he deemed to he in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall he entitled to enforce any remedy available to the(honer,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. AlA Document A3t2'"'—2010 Performance Bond.Copyright®2010 by The American Institute of Architects.All rights reserved.WARNING:This Init. MA"aocef11e,,,t is protected by U.S Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale 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 violations of ALA Convect Documents.e-mail The American Institute of Architects legal counsel copyrigh„:.aia.crg §7 If the Surety elects to act under Section 5.1.5.2 or 5.3.then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be 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 C'ontractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages.or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-perliirnanee of the Contractor. §8 If the Surety elects to act under Section 5.I,5.3 or 5.4.the Surety's liability is limited to the amount of this Bond. §9 The Surely shall not he liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators.successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first. If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall he 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.'fhe 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 of any 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 of the 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 ternis 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 term Contractor in this Bond shall he deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. AMA Document A312r"—2010 Performance Bond.Copyright t;12010 by The American Institute of Architects.Alt rights reserved.WARNING:This Init. AIA`Document is protected by U.S Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA"Document. 3 or any portion of it,may result in severe Civil and criminal penalties,and will 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.copyrighti@aia org §16 Modifications to this bond arc as follows: (.Space i.c provided below fin-additional.signatures of added parties,other than these appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (C enpurute Seul) Signature: Signature: Name and'Title: Name and Title: Address Address toll AMA Document A312'"-2010 Performance Bond.Copyright fa 2010 by The American Institute of Architects.All rights reserved.WARNING This AIA'Docwnunt is protected by U.S.Copyrign Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document. 4 or any portion of it,may result in severe civil and criminal penalties,any will be prosecuted to the maximum extent possible under the law To report copyright wolatons of AIA Contract Documents,e.mas The American Institute of Architects'legal counsel.copyrightaaia.org. SECTION K House Bill 89 Verification I, T.W.HARRISON (Person name). the undersigned representative (hereafter referred to as "Representative") of ALLCO,LLC (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. Pi' G SI NATURE OF REPRESENTATIVE T.W.HARRISON - PRESIDENT S !loll SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 4TH day of DECEMBER _�, 20 24 JACQotary PUELIublicNE CHRIS7QPHERStateofTexas .r � � ����.7N Comm.Expires 05-21-2028 t Ntitary Public 4 9F'E Notary IN 1559325 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. It Signature: .+ ,, Printed Name: T.W. HARRISON Title: PRESIDENT ' $ • Company: ALLCO,LLC �'� I • .. -1111114ot Date: DECEMBER 4,2024 T.W.HARRISON,PRESIDENT SUBSCRIBED and sworn to before me the undersigned authority by /1 the A of, ALLCO, LLC on behalf of said bidder. \ f 4} y t Py p JACQUELINE CHRISTOPHER t Notary Public in and for the ei e. Notary Public,State of Texas State of Texas V410, Comm.Expires 05-21-2028 t F� Notary ID#1559325 My commission expires: MAY 21, 2028 SECTION M AFFIDAVIT All pages in Ofteror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due, I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. 1 further agree to pay succeeding debts as they become due. ALLCO,LLC ,t #t,sj DECEMBER 4, 2024 � �"�- __C ss Firm Name . Date .. :� E f r PRESIDENT rtiut orized Signature " Title S g nature r _ T.W. HARRISON �� S. ., ;� 409 860 4459 Name(please print) �/,r *a Telephone tharrison@allco.com Email STATE: TEXAS COUNTY: JEFFERSON SUBSCRIBED AND SWORN to before me by the above named T.W. HARRISON on this the 4TH day of DECEMBER ,20 24 . • �Q� JACQUELINE CHRISTOPHER 1 :ii Notary Public,State of Texas N4taryfubiie I ;►;e1.1 Comm.Expires 05-21-2028 t °?a Notary ID#1559325 RE1'fl flII FIDAVIT AS PART OF THE BID PROPOSAL SECTION N SB 252 CHAPTER 2252 CERTIFICATION I, T.W. HARRISON ,the undersigned and representative of ALLCO,LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051,Section 807.051 or Section 2253.153. 1 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. T.W.HARRISON - PRESIDENT Name of Company Representative(Print) Signature of Company Representative r ,p. DECEMBER 4, 2024 ,. .... . Date /'/�� �<<<���� .z.^r✓7iittt 4-444'f`.:. ie#v ei F•", 0aV•ct.i*'s' 4n'ts'}09ai' ,4 4 dY tt rffp, " orcre "6,,,r 0.0 +90, 'f 4 1.��4.1. 'y u.t t,4. o iT tt> tPt r•R i#° i 3 jf' 6 t i .> a t*,r 4,tro,P�R,3, t99ir,t�J.'i,l�.. DiPtyf��� �.t`t,rt. IT,r,� $4. j0A\4.t�,rr"= hr, RO,I•'rn41, @, y t.t4y 0 f�.1 4:f,�R ,,yy t ,'�.,e, ,ill,#s •, •. 9.. ♦ .)' �� iii ,p a , 1 r�r,, .. , 1 a*' o. •., t y.. ,s,• . RYp" 4"R6 ` �i,*a4 +`4t, ,bit 0 t�1 ,♦ ! y'b`44f'F1 '3 `0 b6�Y >�t '��111 (� ,,"lil�` � ,,c���X z ;�* tA t .;it �,i! �41 o ! Y y,.,,. l Y Rb t ft 1 . . . . k f a } ti e i.• �, ti }yb i,,,Yibi i . 3r�f\iyt },1� i,rt,t4 .�, r y t o t r ktitr rJ .b rU ';/ r ,���}4 ctf r # .• `7 +r.`/" t 1 i:-.e h i,�;" !,e :17b4fJ�iu',�,i .'Rf tUU ' ,1�• t7.W" ... x ._. _w. ,,. J i5 f I ,( • t ) Ft4'Jf'1� �� ,1. �"yy.r • r y ,l Texas SBA �- -� r'-3 i 4. :it:V.:1,s 4,..• 0.7:4 ov- !lt.....f' ........; .• 17 it caws - '"' 4; TEXAS SBA w ` ' Minority Owned Business Certification 4..,�, k•j,. '7.4.-Afi awarded to 'F . s I ALLCO, LLC. 5., ;{{' ..... 11q -sY { . •ss zgl esea 4I Beaumont, Texas,77704 f=< ♦ ww,.++: with rsi e ,.'fir .yri Certification Number: 801439195 14 • .�, K with an effective date of April 07, 2024 and expiration on April 07, 2025. IN TESTIMONY WHEREOF, I execute the certificate effective ..r ` ,i ,t' S `` , April 07, 2024 s \ rt,...7.; 0- f . ...r J. j Ej ,:-,4_ '..,: ' ,;.et,„„aht...,_,...... _di'.--/' ,..e.- - —- , , ' � `'t Iamie Demerieas, Chairman •"k- • o :: � � �-)ausu .ss We Are the Ownership Class ■❑ • • •in • ;' :` Verify Certification �=rr`.r, r:.4c, y National Directory of Minority Owned BusinessTM ,� {{yy ,u4,5.,.` "` v" .vt.ay, i' Kr. *' er#4, -thy, y .�} tt. r .V, WI e y r�,, ' , S4.4. !°• Df< . i ,,, I, .,r i t ; tti v 2 4 • i f+l,�r 1�.4 , r ij }f r 4�A; A. i ArY,41-EIt Vf�fttrif44 t b„y,..0,.I r, r, y �' f• . .\.i,I'e.'{�d'1 Ls�.**.-FDA 1'Ci ',Rra"e4 '2�9Y# }:� �'4 /'1!�� rah 3 4 y 4.64` 4 t� :t rno„1s f�.s r r 1� i 3d ;49 i nit Ae..+) a;:ea d1�•«rl9�.;+j' • .a.6 �ii:�;«a ..�.v'�4��r��.�4la�` ia' ,®9�''a'+9i ie�st�4 t 4