Loading...
HomeMy WebLinkAboutPR 24199: CONTRACTOR AWARD FOR THE SAN ANTONIO AVENUE ROAD RECONSTRICTION City of Port Arthur Transit Department Memorandum To: Ron Burton,City Manager From: Ivan Mitchell,Transit Director Date: February 27,2025 Re: P.R 24199—Contractor Award for the San Antonio Avenue Road Reconstruction Nature of Request:Authorize the City Manager to award the alleyway,road reconstruction and drainage repairs between Dallas Avenue and San Antonio Avenue to the lowest bidder,Texas Materials in the amount not to exceed$562,099.60. Background: PAT was awarded Federal Transit Administration funds in the amount of$904,750.00 ($723,800 federal/$180,950 local)under the Section 5324 Emergency Relief Program in December 2018. These funds allow PAT to address existing vulnerabilities to its facilities so it can continue operating in an emergency capacity as well as reinstate revenue service when a future storm occurs. PAT has selected the Solco Group, LLC. (TSG)to provide engineering and design services for reconstruction and drainage repairs on San Antonio Avenue which are adjacent to its facilities. Resolution No. 24-053 authorized the City Manager to execute a contract with the Solco Group, LLC.,to provide engineering and design services for reconstruction and drainage repairs on San Antonio Avenue. The City's Procurement Department advertised the project and opened bids on Wednesday,December 18,2024,in the City Council Chambers,City Hall, 5th Floor,Port Arthur,Texas. Bids were received from Allco, LLC. and Texas Materials. TSG and PAT have reviewed the bids,prepared a tabulation spreadsheet, corrected the bidder's calculation errors if needed and prepared the bid tabulation summary. A copy of the bid tabulation summary is attached. The lowest bidder to rehabilitate San Antonio Avenue was Texas Materials in the amount of $686,744.00 which was more than the approved project budget. Resolution No.25-083, authorized the City Manager to negotiate with Texas Materials to modify the scope of work by aligning project cost with the budgeted amount. Negotiations have concluded with Texas Materials for a revised price of$562,099.60,a project reduction of$124,644.40. Recommendation: It is recommended that the City Council approve proposed P.R.24199 to award the alleyway,road reconstruction and drainage repairs of San Antonio Avenue to the lowest bidder,Texas Materials in the amount not to exceed$562,099.60. Budgetary/Fiscal Effect: Funding is available in Transit Canital Account 401-70-530-8525-00-60- 000,DR1P06. P.R. 24199 2/27/2025 IM RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO AWARD THE ALLEYWAY, ROAD RECONSTRUCTION AND DRAINAGE REPAIRS BETWEEN DALLAS AVENUE AND SAN ANTONIO AVENUE TO TEXAS MATERIALS, A CRH COMPANY OF BEAUMONT, TEXAS IN THE AMOUNT NOT TO EXCEED $562,099.60. FUNDING AVAILABLE IN TRANSIT CAPITAL ACCOUNT 401-70-530- 8525-00-60-000, PROJECT DR1P06. WHEREAS, Port Arthur Transit (PAT) was awarded Federal Transit Administration funds in the amount of$904,750.00 ($723,800 federal/$180,950 local) under the Section 5324 Emergency Relief Program in December 2018; and, WHEREAS, the Section 5334 funds are earmarked for reconstruction and drainage repairs adjacent to the Solco Group, LLC's (TSG) existing project scope, therefore PAT selected TSG to provide engineering and design services; and, WHEREAS, Resolution No. 24-053 authorized the City Manager to execute a contract with the Solco Group, LLC., for engineering and design services for the San Antonio Avenue road reconstruction and drainage project for the amount not to exceed $50,433.00; and, WHEREAS, PAT and Purchasing Department issued a Request for Bids (RFB) in the Port Arthur News on November 23'd and November 30th, 2024, for the San Antonio Avenue Rehabilitation and Block Alleyway Reconstruction project; and, WHEREAS, two (2) bids were received and have been evaluated by the Purchasing Department, TSG, and PAT; and, WHEREAS,the lowest bidder was Texas Materials, A CRH company(Texas Materials), in the amount of$686,744.00; a copy of the bid tabulation is attached hereto as Exhibit"A"; and, WHEREAS, the bid amount of$686,744.00 exceeded what the department budgeted for the project; and, WHEREAS, Resolution No. 25-083 authorized the City Manager to negotiate with Texas Materials so the project's budget aligned with the budgeted amount; and, WHEREAS, negotiations have concluded with Texas Materials for a revised price of $562,099.60, a project reduction of$124,644.40, and, WHEREAS, PAT recommends that the City of Port Arthur, by its City Manager, award the contract to Texas Materials, the lowest responsible bidder, as delineated in Exhibit"B"in the amount not to exceed$562,099.60. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: P.R. 24199 2/27/2025 IM THAT, the facts and opinions in the preamble are true and correct. THAT,the City Manager is hereby authorized to enter into a contract with Texas Materials of Beaumont, Texas, for the San Antonio Avenue alleyway, road reconstruction, and drainage project in the amount not to exceed $562,099.60, attached in substantially the same form as Exhibit"C." THAT, a copy of the caption of this Resolution be spread upon the minutes of the City Council. READ,ADOPTED, AND APPROVED this day of March 2025 at a Regular Meeting of the City of Port Arthur, Texas,by the following vote: AYES: Mayor: Councilmembers: • NOES: Thurman "Bill"Bartie, Mayor ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: Roxann Pais Cotroneo, City Attorney APPROVED F DMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: III (17.,) Ronald Burton, CP % Lynda Boswell City Manage - D r ctor of Finance - /t1)(hta,&,,, Clifton illiams, CPPB Ivan itchell Purchasing Manager Trans t-Fleet Director P.R. 24199 2/27/2025 IM Exhibit "A" CITY OF PORT ARTHUR Request for Bids San Antonio Avenue Rehabilitation and Block Alley Reconstruction November 23, 2024 November 30, 2024 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS REQUEST FOR BIDS otice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the rffice of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no iter than 3:00 p.m.,Wednesday,December 18,2024 and all bids received will thereafter be opened nd read aloud at 3:15 p.m.,on Wednesday,December 18,2024 in the City Council Chambers,5th bar,City Hall,Port Arthur,Texas for certain services briefly described as: SAN ANTONIO AVENUE REHABILITATION AND BLOCK ALLEY RECONSTRUCTION lids received after the deadline stated above,regardless of method of delivery,wit not be considered MI returned unopened. :opies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 th Street,City of Port Arthur,and are open for public inspection without charge.They can also be etrieved from the City's website at www.portarthurtx.gavlbids.aspx or www.publicpurchase.com. ION MANDATORY PRE-BID MEETING IS SCHEDULED FOR MONDAY,DECEMBER 2,2024 AT C UBL I NOTICE 0:00 A.M. AT THE TRANSIT ADMIN BUILDING LOCATED AT 344 PROCTOR STREET, PORT CITY OF PUB TEXAS kRTHUR,TEXAS REQUEST FOR BIDS 'er Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not at sealed bids;addressed to the City of Port Arthur,will be received at the award a contract to a company that is in arrears in its obligations to the City. ry,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 nc nesday,December 18,2024 and all bids received will thereafter be opened • #` 2 m.,on Wednesday,December 18,2024 in the City Council Chambers,5th Clifton Williams r,Texas for certain services briefly described as: Purchasing Manager AN ANTONIO AVENUE REHABILITATION AND BLOCK ALLEY RECONSTRUCTION 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.govlbids.aspx or www.publicpurchase.com. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR MONDAY,DECEMBER 2,2024 AT 10:00 A.M. AT THE TRANSIT ADMIN BUILDING LOCATED AT 344 PROCTOR STREET, 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. Clifton wiliams Purchasing Manager 1 WWW(OWC) 7 c E.a% a,: p N N N N N N N N <p W�I O)0)A W N-� O n'� CI CO 03. W N-+O CO CO V O CO A CO N C O 0 0 D) > m N > >. . .gag C O (<X X X X X X x X XD( X X x x X X x X X X X X X X X X x O O 0 0 0 CO O OO C70CCO V C7 o o C7000 oo DO C70 CJ CJ O o r . aa> 00 000 00p00000000000000 838pel S. O)OO))09 0)ut VI 0)A A OAS pA�(.3 CO(W� CO N_ p p p 01 0) S. G zi W 8 2 W+-W-W+m O)9)8',P)1 A O O t v O t A.A A N 8 0 O W N > m N-6 DI N+ N-6 N-6 NJ�N N16 0 4.W N+ �N W w S. 4ZEo C) tD 0>>C)C)aoao7,5 M73 W,0C)-S ST C(n fn re g?0)W C m g c W (—D <S(%Do DA8 ao g•a:g g—3.� om o(D > m m m m m Sill. 0QX a m ➢D o.aw > > > 5a L.�. 3. - � � > Q C m > 000n3 (3m,:g2g- OmC)EPw .._ ��.5i) f n� O i m C O x N<A_ S sr)^ nN R.as 0)6 aID 0.0.0. 3.3 A�y A A�AAA“ o 3 lo. W m00mm am mo00o'Om StAa33333 (D> gaNu n��O 1 m f)a(T)'X 5 n A m d tg. A A m N y a m A W ni33_,�prOO 'Do' c�n-0mann= DO m88888co C)a a a:416 a naa o 8 m m➢ 3 yo aaaaaa x 3 0 (A w w m =A > > a - s" > O O Q O D. =W > D 3 3 v .m>. m w'H .N N -1 Q m m"v coo m>> c ..m ,,,,,. . 0 0 0 3 D) c o a 2: w a 3 s, m co C)o. W ..m (o m m m D 5 m w."qq E D ro0 0 c O 'a g q / 0 0 o ID ID 5 T o 5 m w w A y v m m 3 N>C ca g'g:g*>>g - glom Dc 5> 0 0 S) -rO0fOt000( g �.r W w= C�Q�1 i0 n w DO(nmo RnR"o > ID 0 > >c mom" p,f_�.o.mom 0 il . O O 9 0,m^a fA N S 3.m v .' 2 ',. 0Cr mS ON OO ^ t TTom54 -o._ 5W S- 00nC)' N CCeyC CI < e. .0. 9 3 w w N 0 N -'- '� m �^pmm5 oW 3'a a, of I No N2 Y. 0 77 N a 7 a V N O W0 c A 0> 8 CJ 8 o 5 o m _g T11 T DD<TTTDDTT«<,Z-<-G-G-G«-nCDW r C 0 v > . m W W f co0_, A�pO a V I O W 0( Na f 8 V W♦ 0 1 i�W8 8 Q/y8 8 N A B 8 8 8-i )G 0 ON-+ANOO-+ -�W(?)�I-BOO)W 08OA -� S a 49 44 EA 419 EA EA EA 49 49 49 4A fA 69 EA EA EA EA 69 EA 69 64 69 EA EA 44 EA EA g_ C z 0 O NJ IV(n(7�oo Lp cn,y., W N (�X CD 5, O-.50 8Fg 0008 A O)OOO N O)wO N 88^' gi 5 1 W W W O O g 888888888888888888888888880 4$ 44 4A 1A 4A 4A EA to EA to EA 40 EA EA 4A H EA 4A fA EA H 49 69 EA 69 SEA 69 4A m W _ _ m N A O�O(On 0))NI O p� 61(n CO CO (n-6N"CO W-6 goo AFA Zt v() W O T888 8 8888888A288 CO A 8N0 iv 8DA8888- 8 888888888888888888888888888 40 E04 EA644949 V9 EA60 EA 60 EA iA EA 49 EA EA EA EA EA EA EA Eft 60 60 44 C > A X -4 CA -6 W pp 0� N 10 N C} A+NOgO-�+00088<0T O8 A�Vt 8 Jag W O0W)808^ X 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 s 49 EA 40 EA EA EA 40 fA 40 44 40 EA 40 4A EA EA EA EA EA di in.ea 47 EA 49 EA H 44 0 X m 4 N+W W CO N Co-6 0) W N — A A _CO CO-6 CO N J(OD CO CO+<0 W _CD OD(T A(D CO<O0 IV O)(W.7(T(TN QC N 88-CO 8 8 8 8 8 8 g 8 0(Nn 880r 08 o O N W 8 8 8 8 8^V O N N O 888888888888888888888888888 EA N EA EA 4A EA 40 EA 40 EA 60 EA EA 69 EA EA EA EA 40 EA EA in 69 CO EA EA 40 C > N T. (T A CO W W C) CO N(O W CO ANop0(.1(O N(Nppp J O)J A 0)N 80 COI O) -4(TO Co W P00)<N0O(T A0)8?AO(D W 00)08 ^' a 888888888888888888888888888 O N 44 d)EA fA EA EA 49 EA 6A EA EA EA EA EA EA EA EA EA EA EA EA 69 EA EA EA EA EA r I- - OpAI (O O co,((OO(Nn ON)W WW.9.(P�oW A pis O WW N(0T P(0<O pW O)�C) <0) ON(v.4OOAO W 8(N7(W W W OO A 08DO8OO(p0 A 8888^ O 8 8 O 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 O 8 8 8 8 A": $ a 4 3k7 k ® Q@ I j 6 S 0 , \\ A 3Ga s ® ® k j /2 0 ic k e 0 G \ $ } N. c 2 < J » ° k G q a 2 ° CO k § k �\ 0 ƒ� u2 - w � QQ e 2 rn ZZ Z . � 2 § ) f 0 ab § 70 co ] m $ t § § & a as CO { ) k k as § £ — C } \ j 77 o \ a : £ « 0 E } } 2 ) W. 0 2 to 0 « ) £) ■ 3 0 2 = A E ` ) _ a 2 u_ £ ( ) 3 .. p ■ f o - Nk0 3 — ] /mot k 0 k 2 0 0 ) 40 ) k ��as k _ 0 m § ". �17E � E ; � 22 � k 2) § k t C - _J 220 ® 0) 0) t11 � ■ IC 0k $ Ilk Ln o ,_ « coo cv 2s "CI 17 '0 0m # ■ mom } 8g88888 080N600 o 000 O M N M c0 N O 10 M O O 7 QE oiom No��n 0 E •- m U — 8888.)o. 4 ooNc'ixico y) 00t0M O C O o to U coa a fA006469c969 88888 0 088NC CO ON M: M U tsi fO v coo o m u3 F»E9 eH rn aA ea e9 88888 c8__._, 1- 0 V 8088088 0 88ag80N N p O O ri N O O) O? V O'-M co v E .N 11) Hl V3 fA fA fA 43 V! 6RJ 888080o c c o 05 0 0 0 i 8 0 N 8 M c0 O CIO O N Iu U r M c G Z C H}fA fA HY fA di EA m •-c0 O c0 c0 CA cO•) CO- CO :ID w a m o 4] 0 0 t= >- n»> • J Jc/)J Uf11(/) Y) 0 O U m >` N m m l0 m L d m H O =a L 4) mIL L C� -a tr>U a N O Eg O N'0 Uf T a m C C m C N ` C O °W m L U N c_CO O m U • N S O U -0N E' d m m 1-0— O E Z E_ o c m 2 d U m m m m g ) N c w d° • 17 N a) E m R m N P m = c0 O J m N m E LG m `U N U o �a ° rs ro m c - ° ; E u'R 0 m EU2 MmcocCoLm.M O c a? * y • 4 � a 0 E 2 E O N 4 O 1"-0 ▪ N o C) E • C c! m to t/7 H H F H c 'moo I- J 0000000 0000300 Q O K m ., XXXXXXX '0 C C o w 'ECD 'E ° 12 g 0 0 0 L•p `tacv a U m(® m !G® San Antonio Avenue Rehabilitation and Block Alley Reconstruction Port Arthur Transit Maintenance Building 320 Dallas Avenue Port Arthur, Texas Prepared by: Port Arthur Transit(PAT)and The Solco Group (TSG) CITY OF PORT ARTHUR CONTRACT NO: 24-053 TSG PN: 2023-10-1230 Port Arthur Transit Tin CITY OFFICIALS Mayor: Thurman "Bill" Bartle District 1: Willie Lewis, Jr. District 2: Tiffany L Hamilton Everfield District 3: Doneane Beckcom— Mayor Pro Tern District 4: Harold Doucet, Sr. Position 5—At Large: Thomas Kinlaw Ill Position 6 —At Large: Donald Frank, Sr. ,rPtE OFT % SIMON G KARINGITH •; tee;_ 124638 a- /tee•••ENS 0 4.. SEPTEMBER 2024 I THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of h SHERRI BELLARD,TRMC COUNCIL MEMBERS: /://n �\ CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD or! r t it u r ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. DECEMBER 3, 2024 INVITATION TO BID SAN ANTONIO AVENUE REHABILITATION AND BLOCK ALLEY RECONSTRUCTION DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, December 18, 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 18,2024 in the City Council Chambers,City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P25-005 DELIVERY ADDRESS: Please submit one (1) original and one(1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I1Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager MANDATORY PRE-BID CONFERENCE A Non Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for San Antonio Avenue Rehabilitation and Block Alley Reconstruction on December 2, 2024 at 10:00 am at Transit Admin Building, 344 Proctor Street, Port Arthur, Texas The purpose of the Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary,will issue an addendum(s)to clarify the intent of the Contract Documents. INVITATION TO BID SAN ANTONIO AVENUE REHABILITATION AND BLOCK ALLEY RECONSTRUCTION (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS • GENERAL INFORMATION • FEDERAL CLAUSES D. SPECIFICATION E. BID PROPOSAL YES F. BID BOND YES G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES LINE 1 AND SIGN/DATE LINE 7) H. PAYMENT BOND I. INSURANCE J. PERFORMANCE BOND K. HOUSE BILL 89 VERIFICATION YES L. NON-COLLUSION AFFIDAVIT YES M. AFFIDAVIT PAGE YES N. SB 252 YES O. WAIVER AND INDEMNIFICATION YES P. DBE DOCUMENT YES Q. CERTIFICATE OF SUBSTANTIAL COMPLETION R. LIST OF SUBCONTRACTORS S. STATUTORY LIEN WAIVER FORMS APPLICATION T. AND CERTIFICATE FOR PAYMENT CHILD SUPPORT U. CERTIFICATION FORM V. BID PROTEST W. DAVID BACON SECTION A P.R. 24199 2/27/20251M Exhibit "A" TsiG, THE SOLCO GROUP. LLC AVIATION AND TRANSPORTATION PLANNING/ENGINEERING/CONSULTING/RESEARCH December 19, 2024 Ivan Mitchell Transit Director City of Port Arthur Port Arthur Transit 344 Procter Street Port Arthur, TX 77640-6450 RE: Bid Summary— San Antonio Avenue Rehabilitation and Block Alley Reconstruction Engineer's Recommendation for the Award Dear Mr. Ivan: The Solco Group LLC (TSG) received a copy of the bids for the San Antonio Avenue Rehabilitation and Block Alley Reconstruction Project on December 18, 2024, for review and recommendation of award. The bid opening was conducted by the City on Wednesday, December 18, 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 two (2) bids from Allco, LLC and Texas Materials. TSG has reviewed the bids received, prepared tabulation spreadsheet, checked for and corrected calculation errors, and prepared the bid tabulation summary. Allco, LLC was the lowest bidder for the San Antonio Avenue Rehabilitation (Bid Schedule No.1) and Texas Materials was the lowest bidder for the Block Alley Reconstruction (Bid Schedule No. 2). Combined (Bid Schedule No. 1 + Bid Schedule No. 2), Texas Materials was the apparent lowest bidder. A copy of the bid tabulation summary is attached. The total bid project cost is summarized below: Total Project Cost (Bid Schedule No. 1 and Bid Schedule No.2): TSG Estimate = $463,016.00 Texas Materials Bid = $686,744.00 Allco, LLC Bid = $699,586.00 1 a '_ THE SOLCO ROUP. LLC AVIATION AND TRANSPORTATION PLANNING/ENGINEERING/CONSULTING/RESEARCH TSG recommends the award to the apparent lowest bidder Texas Materials for$686.744.00 Sincerely, Simon Karingithi Simon Karingithi, P.E. Project Manager Attachments: Bid Tabulation Summary Bid Tabulation Spreadsheet Texas Materials Bid Documents Allco, LLC Bid Documents 2 CONTRACT FOR SAN ANTONIO AVENUE REHABILITATION AND BLOCK ALLEY RECONSTRUCTION THIS AGREEMENT, made this day of March, 2025, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, and Texas Materials,A CRH Company a(n) Corporation herein after called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall 60 days after the start date on Notice to Proceed. 2. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the revised total amount of$562,099.60. 4. The term "Contract Documents" means and includes the following: A. Agreement B. Advertisement for Bid C. Information to Bidders D. Specification 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. Waiver and Indemnification P. DBE Document Q. Certificate of Substantial Completion R. List of Subcontractors S. Statutory Lien Waiver Forms Application T. Certificate for Payment Child Support U. Certification Form V. Bid Protest W. Davis Bacon X. Notice of Award Y. Notice to Proceed 5. This Agreement shall be binding upon all parties hereto and their respective heirs,executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in(2 copies)each of which shall be deemed an original on the date first written above. Signed on the day of , 2025 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY CITY MANAGER Signed on the day of , 2025 ATTEST TEXAS MATERIALS,A CRH COMPANY BY CITY SECRETARY PRINT NAME: TITLE: SECTION B CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur,will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, December 18, 2024 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on Wednesday,December 18,2024 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: SAN ANTONIO AVENUE REHABILITATION AND BLOCK ALLEY RECONSTRUCTION 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 MONDAY, DECEMBER 2,2024 AT 10:00 A.M. AT THE TRANSIT ADMIN BUILDING LOCATED AT 344 PROCTOR STREET, 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. a2zilia.frAtd- Cliffern Williams Purchasing Manager FIRST PUBLICATION: NOVEMBER 23,2024 SECOND PUBLICATION: NOVEMBER 30, 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 by the Contractor within 30 days from the date of receipt of the Contracting Officer's written order; provided, however, that later notice shall not bar the Contractor's claim if the Contractor can demonstrate that PAT was not prejudiced by the delay in notification. In no event shall any claim be asserted after final payment. Form PTN-130 Texas Consolidated Certification Form (Rev.4/19) O �++m rvrenr Page 1 of 11 f Transportation I. GENERAL: The undersigned vendor certifies to abide by these clauses and include the following clauses in each subcontract financed in whole or in part with Federal Transit Administration (FTA) funds. Vendors are certifying by reference the entire list of FTA's current fiscal year Certifications and Assurances(for fiscal year: 2021 ),and shall download the same at: https://www.transit.dot.gov/fundi ng/grantee-resources/certifications-and-assurancesicertifications-assurances A. Access to Third Party Contract Records(ALL) As required by 49 U.S.C. § 5325(g). The VENDOR agrees provide sufficient access to records as needed to assure proper project management and compliance with Federal laws and regulations. B. Interest of Members of or Delegates to Congress(ALL) The vendor certifies that no member of or delegate to the Congress of the United States(US)shall be admitted to any share or part of this contract or to any benefit arising therefrom. C. Prohibited Interest(ALL) The vendor certifies that no member, officer or employee of the Public Body or of a local public body during his or her tenure or one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. D. Cargo Preference-Use of United States-Flag Vessels(property transported on ocean vessels) The vendor agrees: a. to use privately owned US -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for US-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the US or within 30 working days following the date of loading for shipments originating outside the US, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient(through the contractor in the case of a subcontractor's bill-of-lading). E. Energy Conservation(ALL) The vendor agrees to comply with mandatory standards and policies relating to energy efficiency,which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. F. No Obligation by the Federal Government. (ALL) The Purchaser and vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract). G. Program Fraud and False or Fraudulent Statements or Related Acts(ALL) The vendor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S. C. §3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this project. The vendor certifies truthfulness and accuracy of any statement it makes pertaining to the FTA-assisted project. The vendor acknowledges that if it makes, or causes to be made, a false, fictitious or fraudulent claim, statement,submission or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 as deemed appropriate. The vendor acknowledges that if it makes, or causes to be made, a false, fictitious or fraudulent claim, statement submission, or certification to the Federal Government relating to the FTA-assisted project, per 49 U.S.C. §5307, the Government reserves the right to impose the penalties of 18 U.S.C. §1001 and 49 U.S.C. §5307(n)(1)on the Contractor,as deemed appropriate. H. Contract Work Hours(all over 100K) (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Form PTN-130(Rev.4119) Page 2 of 11 (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section, the contractor & any subcontractor responsible therefore shall be liable for unpaid wages and shall be liable to the United States for liquidated damages which shall be computed for each individual laborer, mechanic, watchman or guard employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$10 for each calendar day that an individual was required / permitted to work over 40 hours in a workweek without payment of overtime wages required by the clause in paragraph (1)of this section. (3) Withholding for unpaid wages and liquidated damages - The purchaser shall upon its own action or upon written request of the Department of Labor (DOL) withhold or cause to be withheld, from any money payable for work performed by the contractor or subcontractor under any contract or other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as set-forth in paragraph(2)of this section. (4) Subcontracts - The contractor or subcontractor shall include the clauses set forth in this section and require the same from subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these clauses. (5) Payrolls and basic records - Payrolls and related basic records shall be maintained by the contractor during the course of the work and preserved for three years thereafter for all laborers and mechanics working at the work site (or under the United States Housing Act of 1937 or the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address and social security number of each worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records showing that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and records of the costs anticipated or actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of registration of apprenticeship programs, certification of trainee programs, registration of the apprentices and trainees, and ratios &wage rates prescribed in applicable programs. I. Civil Rights(over 10K) (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act (CRA), as amended, 42 U.S.C. §2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §12132, and Federal transit law at 49 U.S.C. §5332, the vendor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the vendor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity-The following equal employment opportunity requirements apply: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VI of the CRA, as amended, 42 U.S.C. §2000e, and Federal transit laws at 49 U.S.C. §5332, the vendor agrees to comply with all applicable equal employment opportunity requirements of U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, DOL,"41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. §2000e note), and with any applicable Federal statutes, executive orders, regulations and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The vendor agrees to take affirmative action to ensure that applicants are employed & treated during employment without regard to their race, color, creed, national origin, sex or age. Action shall include but not be limited to employment, upgrading, demotion, transfer, recruitment, layoff, termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The vendor agrees to comply with any implementing requirements FTA may issue. (b)Age- In accordance with section 4 of the Age Discrimination in Employment Act of 1967 (29 U.S.C. §§623 and 49 U.S.C. §5332), the vendor agrees to refrain from discrimination against present and prospective employees for reason of age. and comply with any implementing requirements FTA may issue. C Form PTN-130(Rev.4119) Page 3 of 11 (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act (42 U.S.C. §12112), the contractor agrees to comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. and to comply with any implementing requirements FTA may issue. J. Incorporation of Federal Transit Administration (FTA)Terms (ALL) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT,whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA circular 4220.1F are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any transit agency requests which would cause the transit agency to violate FTA terms and conditions. K. Application of Federal, State, & Local Laws, Regulations, &Directives(Federal Changes)(ALL) ° The VENDOR agrees that Federal laws and regulations control project award and implementation. The VENDOR understands and agrees that unless the recipient requests FTA approval in writing, the VENDOR may incur a violation of Federal laws or regulations or this agreement if it implements an alternative procedure or course of action not approved by FTA. The VENDOR understands and agrees that Federal laws, regulations, and directives applicable on the date on which Federal assistance is awarded may be modified from time to time. In particular, new Federal laws, regulations, and directives may become effective after the date the project agreement is effective, and might apply to that project agreement. The VENDOR agrees that the most recent versions of such Federal laws,regulations, and directives will apply to the administration of the project at any particular time. L.Right of the State Government to Terminate(ALL) Upon written notice, the VENDOR agrees that the State Government may suspend or terminate all or any part of State assistance if terms of the project agreement are violated, if the State Government determines that the purposes of the laws authorizing the Project would not be adequately served by the continuation of State assistance for the Project., if reasonable progress on the Project is not made, if there is a violation of the project agreement that endangers substantial performance of the Project, or if the State Government determines that State assistance has been willfully misused by failing to make appropriate use of Project property. Termination of State assistance for the Project will not typically invalidate obligations properly incurred before the termination date to the extent those obligations cannot be canceled. The State Government reserves the right to require the refund of the entire amount of State assistance provided for the Project or a lesser amount. M. Disputes, Breaches, Defaults, or Other Litigation (over 150K) The VENDOR agrees that FTA has a vested interest in the settlement of any dispute, breach, default, or litigation involving the Project. Accordingly: a. Notification to FTA. The VENDOR is aware that recipients of Federal assistance must notify FTA in writing of any current or prospective major dispute, breach, default, or litigation that may affect the Federal Government's interests in the Project or the administration or enforcement of Federal laws or regulations. If the Federal Government is to be named as a party to litigation for any reason, in any forum, the appropriate FTA Regional Counsel is to be notified in writing before doing so. b. Federal Interest in Recovery. The VENDOR is aware that the Federal Government retains the right to a proportionate share, based on the percentage of the Federal share awarded for the Project, of proceeds derived from any third party recovery. c. Enforcement. The VENDOR agrees to pursue its legal rights and remedies available under any third party contract or available under law or regulations. d. FTA Concurrence. The VENDOR is aware that FTA reserves the right to concur in any compromise or settlement of any claim involving the Project. e. Alternative Dispute Resolution. The VENDOR is aware that FTA encourages the use of alternative dispute resolution procedures, as may be appropriate. f. Agency Process. Transit agency enters dispute resolution process here. 4 Form PTN-130(Rev.4/19) Page 4 of 11 N. Fly America (foreign air transport or travel) The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements.The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. O. Recycled Products(all products) The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR 247. P. Access for Individuals with Disabilities(ALL) The VENDOR agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The VENDOR also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S. C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities; and with other laws and amendments thereto pertaining to access for individuals with disabilities that may be applicable. In addition, the VENDOR agrees to comply with applicable implementing Federal regulations any later amendments thereto, and agrees to follow applicable Federal directives except to the extent FTA approves otherwise in writing. Among those regulations and directives are: (1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. Part 37; (2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27; (3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,"36 C.F.R. Part 1192 and 49 C.F.R. Part 38; (4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 C.F.R. Part 35; (5) U.S. _DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R. Part 36; (6) U.S. General Services Administration (U.S. GSA) regulations, "Accommodations for the Physically Handicapped," 41 C.F.R. Subpart 101-19; (7) U.S. EEOC, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630; (8) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 C.F.R. Part 64, Subpart F; (9) U.S. ATBCB regulations, "Electronic and Information Technology Accessibility Standards," 36 C.F.R. Part 1194; (10) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. Part 609; and (11) Federal civil rights and nondiscrimination directives implementing the foregoing Federal laws and regulations, except to the extent the Federal Government determines otherwise in writing. Form PTN-130(Rev.4f19) Page 5 of 11 Q. Debarment and Suspension (over 25K) The vendor hereby certifies that it and its principals have not presently or within a three year period been debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal agency; and the vendor hereby certifies that it and its principals have not presently or within a three-year period been convicted of or had a civil judgment rendered against them for the commission of a fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, state or local) transaction; violation of Federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property. R. Clean Water&Air(over 150K) The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§7401 et seq. The vendor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to the FTA and the EPA. S. Non-Lobbying(over 150K) The undersigned certifies to the best of his or her knowledge and belief that: 1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned to any person for influencing or attempting to influence any officer or employee of an agency, a member of Congress, an officer or employee of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit standard form LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, USC. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. T. Lobbying and Disclosure Certification Name of Company Printed Name of Person Completing Form 7 XA4 NA7 t,AG5 1r , (4 eH4L Date Signature /�/J�7 /� Form PTN-130(Rev.4/19) Page 6 of 11 U. CERTIFICATION TO PURCHASER: A. The undersigned vendor certifies that the manufactured good(s)furnished will meet or exceed the specifications, and/or that services rendered will comply with the terms of the solicitation or contract. B. The undersigned vendor certifies that it has read all of the bid, proposal, or contract documents and agrees to abide by the terms,certifications, and conditions thereof. Name of Company Address Printed Name of Person Completing Form Telephone Signature Date SS#or Tax ID# Description of Commodity or Service Disadvantaged Business Enterprise Information Type of Organization(circle) ❑ Sole Proprietorship ❑ General Proprietorship Is your firm a DBE? ❑ (yes) ❑ (no) ❑ Corporation ❑ Limited Partnership If yes, what type? ❑ Limited Proprietorship V. Disadvantaged Business Enterprises (DBE)Certification (Transit Vehicle Manufacturer or TVM) The vendor will provide products compliant with 49 CFR 26.49 regarding the vehicle manufacturer's overall DBE goal. Name of manufacturer of vehicle(s)to be delivered: W. Disadvantage Business Enterprise(DBE) Race-Neutral Required Clauses (Non-NM): The DBE rules set forth in 49 CFR Part 26 apply to all contracts funded in whole or in part with Federal DOT funds. Contracts and subcontracts must contain the clauses listed in 49 CFR 26.13 and 49 CFR 26.29. Sub-recipients with contracts that contain a DBE goal must coordinate with their PTC in order to ensure solicitations and contracts comply with DBE requirements. 49 CFR 26.13--What assurances must recipients and contractors make? Each contract you sign with a contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin,or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate,which may include, but is not limited to: (1)Withholding monthly progress payments; (2)Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible." 49 CFR 26.29--What Prompt Payment Mechanisms Must Recipients Have? Grantees must establish a contract clause requiring prime contractors to pay subcontractors for satisfactory performance no later than 30 days from receipt of each payment the grantee makes to the prime contractor. This clause must require the prompt return of retainage payments from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. For more information on these please review 49 CFR 26.29 and the FTA Best Practice Procurement Manual Form PTN-130(Rev.4/19) Page 7 of 11 X. Altoona Test Certification(for rolling stock purchases)(Check one of the following): ❑ The vehicle has been Altoona tested, report number: ❑ The vehicle is exempt from testing IAW 49 CFR 665. ❑ The vehicle is currently being tested at Altoona. Funds will not be released until the purchasing agency gets a copy of the Altoona test report, as appropriate, per 49 CFR 665. Y. Federal Motor Vehicle Safety Standards(FMVSS)Certification(for rolling stock purchases) Any vehicles provided by the vendor will comply with all applicable FMVSS. The vendor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. FMVSS Certification Name of Company Printed Name of Person Completing Form Date Signature Z. Buy America (Check where applicable):(over$150K rolling stock, construction, materials) ❑ The vendor or offeror hereby certifies it will comply with the requirements of 49 USC 5323(j)and the applicable regulations in 49 CFR 661, providing Buy America compliant manufactured goods or rolling stock. 1 ❑ The vendor or offeror cannot comply with the requirements 49 USC 5323(j), but may qualify for an exception to the requirement pursuant to the regulations in 49 CFR 661. Buy America Certification Name of Company��Xq Printed Name of Person Completing Form �i /I�t�r�c��tGS 5corr hi,,/GgAt9 Date Signature z II. SPECIAL PROJECT TYPE PROVISIONS -the following addenda are attached and endorsed as appropriate: A. Construction or Architectural &Engineering Projects B. Transit Operations or Management Projects ❑ C. Intelligent Transportation System or Research& Development ❑ 4 4 4 Form PTN-130 (Rev.4i19) Addendum B Consolidated Certification Form Page 1 of 2 �,,, Addendum B - Transit Operations or Management Projects I.Transit Employee Protective Arrangements (a)General Transit Employee Protective Requirements- To the extent that FTA determines that transit operations are involved, the Contractor agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to the FTA Recipient's project from which Federal assistance is provided to support work on the underlying contract. The Contractor agrees to carry out that work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (1), however, do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C. §5310(a)(2), or for projects for nonurbanized areas authorized by 49 U.S.C. §5311. Alternate provisions for those projects are set forth in subsections (b)and (c)of this clause. (b) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C.§5310(a)(2) for Elderly Individuals and Individuals with Disabilities- If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. §5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. §5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the underlying contract, the Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. §5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. DOL's letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state. The Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL letter. (c)Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C.§5311 in Nonurbanized Areas- If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. §5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. The Contractor also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. II.Charter Service Operations The contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. III.School Bus Operations Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions.When operating exclusive school bus service under an allowable exemption, recipients and subrecipients may not use federally funded equipment,vehicles, or facilities. Form PTN-130 (Rev.4/19) Addendum 8 Page 2 of 2 IV. Drug&Alcohol Misuse and Testing Alternate certifications are available in the Best Practices Procurement Manual. Contractors must consult with the transit agency prior to making an alternate certification. http://www.fta.dot.gov/funding/thirdpartyprocuremenUbopmlgrants financing 6195.html#BM31 "Option#2 Provisions" -The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of(name of State), or the(insert name of grantee), to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Part 655 and review the testing process. The contractor agrees further to certify annually its compliance with Part 655 before (insert date) and to submit the Management Information System (MIS) reports before (insert date before March 15) to (insert title and address of person responsible for receiving information). To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. Transit Operations or Management Project Certification Name of Company Printed Name of Person Completing Form -X4 /144 Ahri 5 air (N.,q Nc p Date Signature :l `z2ve Form PTN-130 (Rev.4119) Addendum C Consolidated Certification Form Page 1 of 2 Addendum C - Planning, Research & Development, Owertment iltremsperizmon or ITS Projects A. Rights in Data- The following requirements apply to each contract involving experimental,developmental or research work: (1)The term "subject data"used in this clause means recorded information,whether or not copyrighted, that is delivered or specified to be delivered under the contract.The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so,without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F.R. §18.34 and 49 C.F.R. §19.36, the Federal Government reserves a royalty-free, non- exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes,"any subject data or copyright described in subsections(2)(b)1 and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c)When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee,official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause, provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. Form PTN-130 (Rev.4f19) Addendum C Page 2 of 2 (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. B. Patent Rights - The following requirements apply to each contract involving experimental, developmental,or research work: (1)General - If any invention, improvement,or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2)Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status(a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. C.National Intelligent Transportation Systems Architecture and Standards- To the extent applicable, the Recipient agrees to conform to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU §5307(c), 23 U.S.C. §512 note, and follow the provisions of FTA Notice, "FTA National ITS Architecture Policy on Transit Projects," 66 Fed. Reg. 1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. Planning, Research& Development, ITS Project Certification Name of Company Printed Name of Person Completing Form /i x' MAr6/1/R�5 SCo'r 6Canlc/IAaO Date Signature SECTION D San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 310 Prime Coat Item 341 Dense-Graded Hot-Mix Asphalt Item 354 Planing and Texturing Pavement Item 360 Reinforced Concrete Pavement Item 464 Reinforced Concrete Pipe Item 465 Junction Boxes, Manholes, and Inlets Item 500 Mobilization Item 360 Reinforced Concrete Pavement 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 531 Sidewalks Item 666 Retroreflective Pavement Markings Item 713 Cleaning and Sealing Joints and Cracks(Concrete Pavement) ATTACHMENT - GEOTECHNICAL CORING REPORT TRG TECHNICAL SPECIFICATIONS - 1 OF 2 TABLE OF CONTENTS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK 014 TECHNICAL SPECIFICATIONS - 2 OF 2 TABLE OF CONTENTS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. 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 REMOVING CONCRETE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK The Solco Group, LCTXDOT ITEM 104 2 OF 2 REMOVING CONCRETE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 DepaFtment 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 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. The Solco Group, LLC TXDOT ITEM 110 - 1 OF 2 EXCAVATION San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. c of measurement for excavation in rctaining wall arcas will be as shown on 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 " 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. Drying required deeper than 6 in. below subgrade elevation will be paid for in 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, payment for replacement of unsuitable material will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." payments for removal and Article 9.7., "Payment for Extra Work and Force Account Method." Excavation in backfill areas of retaining walls will not be measured or paid for The Solco Group, LLC TXDOT ITEM 110 -2 OF 2 EXCAVATION San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 lita The Solco Group,LLC TXDOT ITEM 247 - 1 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 Plasticity index, Max 10 12 shown 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 Tex-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. la The Solco Group, LLC TXDOT ITEM 247 -2 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. 48 The Solco Group, LLC TXDOT ITEM 247 -3 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. TRG The Solco Group, LLC TXDOT ITEM 247 -4 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. T The Solco Group,LLC TXDOT ITEM 247 -5 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 Department 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 The Solco Group,LLC TXDOT ITEM 247 -6 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 r The Solco Group, LLC TXDOT ITEM 247 -7 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 Vehicle. By the cubic 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 4 the lines, grades, and slopes of the accepted base course, or as shown on the 4 flan 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 taken at the time of weighing. When material is measured in trucks, the weight of the material will be y IFFri The Solco Group. LLC TXDOT ITEM 247 -8 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) platform truck scales at an approved location. Scales must meet the requirements of Ite 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. 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 Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistancc provided in stockpile sampling and operations to level , ols, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and be specified. The unit price bid will not include processing at the roadway. This weighing and measuring, equip 1110 The Solco Group, LLC TXDOT ITEM 247 -9 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK The Solco Group,LLC TXDOT ITEM 247 - 10 OF 10 FLEXIBLE BASE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) TxDOT Item 310 Prime Coat 1. DESCRIPTION Prepare and treat existing or newly constructed surface with an asphalt binder or other specialty prime coat binder material. Apply blotter material as required. 2. MATERIALS 2.1. Binder. Use material of the type and grade shown on the plans in accordance with Item 300, "Asphalts, Oils, and Emulsions." 2.2. Blotter. Use either base course sweepings obtained from cleaning the base or native sand as blotter materials unless otherwise shown on the plans or approved. 3. EQUIPMENT Provide applicable equipment in accordance with Article 316.3., "Equipment." 4. CONSTRUCTION 4.1. General. Apply the mixture when the air temperature is at or above 60°F, or above 50°F and rising. Measure the air temperature in the shade away from artificial heat. The Engineer will determine when weather conditions are suitable for application. Do not permit traffic, hauling, or placement of subsequent courses over freshly constructed prime coats. Maintain the primed surface until placement of subsequent courses or acceptance of the work. 4.2. Surface Preparation. Prepare the surface by sweeping or other approved methods. Lightly sprinkle the surface with water before applying bituminous material, when directed, to control dust and ensure absorption. 4.3. Application. 4.3.1. Binder. The Engineer will select the application temperature within the limits recommended in Item 300, or by the material manufacturer. Apply material within 15°F of the selected temperature, but do not exceed the maximum allowable temperature. The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard la The Solco Group, LLC TXDOT ITEM 310 - 1 OF 2 PRIME COAT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Distribute the material smoothly and evenly at the rate selected by the Engineer. Roll the freshly applied prime coat using a pneumatic-tire roller to ensure penetration when directed. 4.3.2. Blotter. Spread blotter material before allowing traffic to use a primed surface. Apply blotter material to primed surface at the specified rate when "Prime Coat and Blotter" is shown on the plans as a bid item or as directed. Apply blotter to spot locations when "Prime Coat" is shown on the plans as a bid item or as directed to accommodate traffic movement through the work area. Remove blotter material before placing the surface. Dispose of blotter material in conformance with applicable state and federal requirements. 5. MEASUREMENT This Item wi-14-be shall not be measured separately by the gallon of binder placed and accepted. This item is incidental to Pay Item 464-2. 6, PAYMENT The work performed and materials furnished in accordance with this Item and aterial; and rolling, equipment, labor, tools, and incidentals. This item shall not be paid separately. This item is incidental to Pay Item 464-2. TM The Solco Group, LLC TXDOT ITEM 310 - 2 OF 2 PRIME COAT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) TxDOT Item 341 Dense-Graded Hot-Mix Asphalt 1. DESCRIPTION Construct a hot-mix asphalt (HMA) pavement layer composed of a compacted, dense-graded mixture of aggregate, asphalt binder, and additives mixed hot in a mixing plant. Payment adjustments will apply to HMA placed under this Specification unless the HMA is deemed exempt in accordance with Section 341.4.9.4., "Exempt Production." 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources and before changing any material source or formulation. The Engineer will verify that the specification requirements are met and document all material source changes when the Contractor makes a source or formulation change. The Engineer may sample and test project materials anytime during the project to verify specification compliance in accordance with Item 6, "Control of Materials." 2.1. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans. Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definitions in this Section for coarse, intermediate, or fine aggregate. Aggregate from reclaimed asphalt pavement (RAP) is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply aggregates that meet the definitions in Tex-100-E for crushed gravel or crushed stone. The Engineer will designate the plant or the quarry as the sampling location. Provide samples from materials produced for the project. The Engineer will establish the Surface Aggregate Classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro- Deval tests. Perform all other aggregate quality tests shown in Table 1. Document all test results in the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis in accordance with Tex-200-F, Part II. 2.1.1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Aggregates from sources listed in the Department's Bituminous Rated Source Quality Catalog (BRSQC) are preapproved for use. Use only the rated values for HMA listed in the BRSQC. TXDOT ITEM 341 - 1 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Rated values for surface treatment (ST) do not apply to coarse aggregate sources used in HMA. For sources not listed in the Department's BRSQC: • build an individual stockpile for each material; • request the Department test the stockpile for specification compliance; • allow 30 calendar days for the Engineer to sample, test, and report results; • use only when tested and approved; and • once approved, do not add additional material to the stockpile unless otherwise allowed by the Engineer. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources in the Department's Aggregate Quality Monitoring Program (AQMP) (Tex-499-A) is listed in the BRSQC. 2.1.1.1. Blending Class A and Class B Aggregates. Class B aggregate meeting all other requirements shown in Table 1 may be blended with a Class A aggregate to meet requirements for Class A materials, unless otherwise shown on the plans. When blending Class A and Class B aggregates to meet a Class A requirement, ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source, unless otherwise shown on the plans. Blend by volume if the bulk specific gravities of the Class A and Class B aggregates differ by more than 0.300. Coarse aggregate from RAP and recycled asphalt shingles (RAS)will be considered as Class B aggregate for blending purposes. The Engineer may perform tests anytime during production, when the Contractor blends Class A and Class B aggregates to meet a Class A requirement. The Engineer will use the Department's mix design template, when electing to verify conformance, to calculate the percent of Class A aggregate retained on the No. 4 sieve by inputting the bin percentages shown from readouts in the control room at the time of production and stockpile gradations measured at the time of production. The Engineer may determine the gradations based on either washed or dry sieve analysis from samples obtained from individual aggregate cold feed bins or aggregate stockpiles. The Engineer may perform spot checks to verify the percent of Class A aggregate retained on the No. 4 sieve. The Engineer will use the gradations supplied by the Contractor in the mixture design report as an input for the template. A failing spot check will require confirmation with a stockpile gradation determined by the Engineer. 2.1.1.2. Micro-Deval Abrasion. The Engineer will perform at least one Micro-Deval abrasion test in accordance with Tex-461-A for each coarse aggregate source used in the mixture design that has a rated source soundness magnesium (RSSM) loss value greater than 15 as listed in the BRSQC. The Engineer will perform testing before the start of production and may perform additional testing anytime during TXDOT ITEM 341 -2 OF 46 TRG The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) production. The Engineer may obtain the coarse aggregate samples from each coarse aggregate source or may require the Contractor to obtain the samples. The Engineer may waive all Micro-Deval testing based on a satisfactory test history of the same aggregate source. The Engineer will estimate the magnesium sulfate soundness loss for each coarse aggregate source, when tested, using the following formula: Mgest. =(RSSM)(MDact/RSMD) where: Mgest.= magnesium sulfate soundness loss RSSM= rated source soundness magnesium MDact.= actual Micro-Deval percent loss RSMD = rated source Micro-Deval When the estimated magnesium sulfate soundness loss is greater than the maximum magnesium sulfate soundness loss specified, the coarse aggregate source will not be allowed for use unless otherwise approved. The Engineer will consult the Materials and Tests Division, and additional testing may be required before granting approval. 2.1.2. Intermediate Aggregate. Aggregates not meeting the definition of coarse or fine aggregate will be defined as intermediate aggregate. Supply intermediate aggregates, when used, that are free of organic impurities. Supply intermediate aggregate from coarse aggregate sources, when used, that meet the requirements shown in Table 1, unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve, and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). 2.1.3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the fine aggregate properties in accordance with Table 1 and the gradation requirements in accordance with Table 2. Supply fine aggregates that are free of organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free of organic impurities. Unless otherwise shown on the plans, at most 10% of the total aggregate may be field sand or other uncrushed fine aggregate. Use fine aggregate, except field sand, from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). TXDOT ITEM 341 -3 OF 46 1110 The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 1 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC Tex-499-A (AQMP) As shown on the plans Deleterious material, %, Max Tex-217-F, Part I 1.5 Decantation, %, Max Tex-217-F, Part II 1.5 Micro-Deval abrasion, % Tex-461-A Note Los Angeles abrasion, %, Max Tex-410-A 40 Magnesium sulfate soundness, 5 Tex-411-A 30 cycles, %, Max Crushed face count,2 %, Min Tex-460-A, Part I 85 Flat and elongated particles @ 5:1, Tex-280-F 10 %, Max Fine Aggregate Linear shrinkage, %, Max Tex-107-E 3 Sand equivalent, %, Min Tex-203-F 453 Organic impurities Tex-408-A Note 4 1. Used to estimate the magnesium sulfate soundness loss in accordance with Section 341.2.1.1.2., "Micro-Deval Abrasion." 2. Only applies to crushed gravel. 3. The Department may perform Tex-252-F on fine aggregates not meeting this minimum requirement. Fine aggregates with a methylene blue value of 10.0 mg/g or less may be used. 4. Optional test. Table 2 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Wt. Or Volume 3/8" 100 #8 70-100 #200 , 0-30 2.2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Use no more than 2% hydrated lime or fly ash, unless otherwise shown on the plans. Use no more than 1% hydrated lime if a substitute binder is used, unless otherwise shown on the plans or allowed. Test all mineral fillers except hydrated lime and fly ash in accordance with Tex-107-E to ensure specification compliance. The plans may require or disallow specific mineral fillers. Provide mineral filler, when used, that: • is dry enough, free-flowing, and free of clumps and foreign matter as determined by the Engineer; • does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and • meets the gradation requirements shown in Table 3, unless otherwise shown on the plans. TPATXDOT ITEM 341 -4 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Wt. or Volume #8 100 #200 55-100 2.3. Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum. 2.4. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt binder shown on the plans that meets the requirements of Item 300, "Asphalts, Oils, and Emulsions." 2.5. Tack Coat. Furnish CSS-1 H, SS-1 H, EBL, or a PG binder with a minimum high-temperature grade of PG 58 for tack coat binder in accordance with Item 300. Specialized tack coat materials on the MPL for Tracking Resistant Asphalt Interlayer(TRAIL)will be allowed or required when shown on the plans. Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use, unless required in conformance with the manufacturer's recommendation for approved TRAIL products on the MPL. 2.6. Additives. Use the type of additive specified when shown on the plans. Use the rate of additive specified in conformance with the manufacturer's recommendation. Additives that facilitate mixing and compaction or improve the quality of the mixture are allowed when approved. Provide the Engineer with documentation such as the bill of lading showing the quantity of additives used in the project unless otherwise directed. 2.6.1. Lime and Liquid Antistripping Agent. Lime or liquid antistripping agent is required when shown on the plans. When lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime into the drum. 2.6.2. Warm-Mix Asphalt(WMA). WMA is defined as HMA that is produced within a target temperature discharge range of 215°F and 275°F using approved WMA additives or processes from the MPL. WMA is allowed for use on all projects and is required when shown on the plans. When WMA is required, the maximum placement or target discharge temperature for WMA will be set at a value at or below 275°F. Department-approved WMA additives or processes may be used to facilitate mixing and compaction of HMA produced at target discharge temperatures above 275°F; however, such mixtures will not be defined as WMA. 2.6.3. Compaction Aid. Compaction aid is defined as a Department-approved chemical warm-mix additive, denoted as "chemical additive" on the MPL, that is used to TXDOT ITEM 341 -5 OF 46 Tga The Solco Group,LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) facilitate mixing and compaction of HMA at a discharge temperature greater than 275°F. Compaction aid is allowed for use on all projects. Compaction aid is required when shown on the plans or as required in Section 341.4.7.1., "Weather Conditions." Warm-mix foaming processes, denoted as "foaming process" on the MPL, may be used to facilitate mixing and compaction of HMA at target discharge temperatures greater than 275°F; however, warm-mix foaming processes are not defined as a compaction aid. 2.7. Recycled Materials. No RAP or RAS allowed-Lisp f RAD and RAS s permitted D r4 I Th En ineer may verify Oho • • • Surface. The final HMA lift placed at the top of the pavement structure. • Base. Mixtures placed gr ater than 8.0 in. below the riding surface. Unlec° base mixtures. 2.7.1. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. least 95.0% pa-sing the 1/2 in. sieve, before burning in the ignition oven, unles to the 1/2 in. screen to fractionate the RAP. • • • TXDOT ITEM 341 -6 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Department owned RAP. Department owned RAP generated by required work on the Contract is available for the Contractor's use when shown on the plans. Perform any nece-sary tests to ensure Contractor or Department owned RAP is when shown on the plans. o Test the stockpiled RAP for decantation in accordance with Tex 406 A, Part I. Determine the plasticity index in accordance with Tex 106 E if the decantation al e e ceeds 5 The decantatio nd plasticity index reg iirements do not apply to RAP samples with asphalt removed by extraction or ignition. RAP stockpiles. Remove unused Contractor owned RAP material from the project site upon completion of the project. Return unused Department owned RAP to the designated stockpile location. Table 4 RAP4 Ffar7tionated_RAp4444 Surfaoe Inter-roe-di Base ate 20.0 30.0 35,0 1. Must also meet the 4 recycled binder to total binder ratio shown in Table 5. 2.7.2. RAS. RAS is defined as processed asphalt shingle material from manufacturing of asishalt roofing shingles or from r offing residential struct ores Post_ manufactured RAS is processed manufacturer's shingle scrap byproduct. Post Use of post manufactured RAS or post consumer RAS (tear offs) is not permitted rfaee mbrtures u nless otherwise shg n the plans RAS m , be ed in o RAS may be used separately or as a replacement for fractionated RAP in conjunction with RAP. Comply with all regulatory requirements stipulated for RAS by TCEQ. Process the RAS by ambient grinding or granulating such that 100% of the sa e s the 3/Q i .,hen test accordance with T =00 F I. TXDOT ITEM 341 -7 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) • ysed-RIBS material before extraction (or ignition) of the asphalt binder. • • • • • Nonhazardous Recyclable Materials Guidelines." Treat RAS as an established nonhazardous recyclable material if it has not come into contact with any hazardous materials. Use RAS from shingle sources on the MPL. Remove all materials that are not part of the shingle, such as wood, paper, metal, plastic, • • • • • • otherwise approved. Submit a sample for approval before submitting the mixture design. The Department will perform the testing for deleterious material of RAS • 2.8. Substitute Binders. No binder substitution will be allowed when shown on the plans. The Contractor may use a substitute PG binder shown in Table 5 instead of the PG binder originally specified, if using recycled materials, and if the substitute PG binder and mixture made with the substitute PG binder meet the following. • The substitute binder meets the specification requirements for the substitute binder grade in accordance with Section 300.2.11., "Performance-Graded Binders." • The mixture has less than 10.0 mm of rutting on the Hamburg wheel test (Tex-242-F) after the number of passes required for the originally specified binder. Use of substitute PG binders may be allowed only at the discretion of the Engineer if the Hamburg wheel test results are between 10.0 mm and 12.5 mm. TOTXDOT ITEM 341 - 8 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT I I San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 5 Allowable PG Binders and Max Recycled Binder Ratios Allowable Allowable Maximum Ratio of Originally Specified PG Substitute PG Substitute PG Recycled Binder' Binder Binder Binder to Total Binder(%) for Surface for Intermediate Surfa Interme Base Mixes and Base Mixes ce diate 76-22 70-22 70-22 15.0 25.0 30.0 70-22 Note 2 64-22 15.0 25.0 30.0 64-22 Note 2 Note 2 15.0 25.0 30.0 76-28 70-28 70-28 15.0 25.0 30.0 70-28 Note 2 64-28 15.0 25.0 30.0 64-28 Note 2 Note 2 15.0 25.0 30.0 1. Combined recycled binder from RAP and RAS. RAS is not permitted in surface mixtures unless otherwise shown on the plans. 2. No binder substitution is allowed. 3. EQUIPMENT Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 4. CONSTRUCTION Produce, haul, place, and compact the specified paving mixture. In addition to tests required in accordance with the Specification, the Contractor may perform other QC tests as necessary. Anytime during the project, the Engineer may perform production and placement tests as necessary in accordance with Item 5, "Control of the Work." Schedule and participate in a mandatory pre-paving meeting with the Engineer on or before the first day of paving unless otherwise shown on the plans. 4.1. Certification. Personnel certified by the Department-approved HMA certification program must conduct all mixture designs, sampling, and testing in accordance with Table 6. Supply the Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design developed and signed by a Level 2- certified specialist. Provide Level 1A-certified specialists at the plant during production operations. Provide Level 1 B-certified specialists to conduct placement tests. Provide Level AGG101-certified specialists for aggregate testing. Table 6 Test Methods, Test Responsibility, and Min Certification Levels Test Description Test Method Contractor Engineer Level' Aggregate and Recycled Material Testing Sampling Tex-221-F ✓ ✓ 1A/AGG101 TXDOT ITEM 341 -9 OF 46 The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Test Description Test Method Contractor Engineer Level' Dry sieve Tex-200-F, Part ,v ✓ 1 A/AGG101 I Washed sieve Tex-200-F, Part ✓ ✓ 1A/AGG101 II Deleterious material Tex-217-F, Part ✓ ✓ AGG101 I and Part III Decantation Tex-217-F, Part ✓ ✓ AGG101 II Los Angeles abrasion Tex-410-A — ✓ Department Magnesium sulfate soundness Tex-411-A — ✓ Department Micro-Deval abrasion Tex-461-A — I AGG101 Crushed face count Tex-460-A ✓ ✓ AGG101 Flat and elongated particles Tex-280-F ✓ ✓ AGG101 Linear shrinkage Tex-107-E I I AGG101 Sand equivalent Tex-203-F I I AGG101 • Methylene blue test Tex-252-F — I Department Bulk-specific gravity Tex-201-F I I AGG101 Organic impurities Tex-408-A I I AGG101 Asphalt Binder and Tack Coat Sampling Asphalt binder sampling Tex-500-C, Part I I 1A/1B II Tack coat sampling Tex-500-C, Part I ✓ 1A/1B III Mix Design and Verification Design and job-mix formula Tex-204-F ✓ ✓ 2 (JMF) changes Mixing Tex-205-F ✓ ✓ 2 Molding (Superpave gyratory Tex-241-F I I 1A compactor[SGC]) Laboratory-molded density Tex-207-F, Part I I 1A I and Part VI Rice gravity Tex-227-F, Part I I 1A II Ignition oven correction factors2 Tex-236-F, Part ✓ ✓ 1A II Indirect tensile strength Tex-226-F I ✓ 1A Hamburg wheel test Tex-242-F I ✓ 1A Witnessing mixing of correction Tex-236-F, Part — ✓ Department factors III Boil test Tex-530-C ✓ I 1A Production Testing Selecting production random Tex-225-F, Part — I 1A numbers I Mixture sampling Tex-222-F I I 1A/1B Molding (SGC) Tex-241-F I ✓ 1A Laboratory-molded density Tex-207-F, Part ✓ ✓ 1A I and Part VI TXDOT ITEM 341 - 10 OF 46 TO The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Test Description Test Method Contractor Engineer Level' Rice gravity Tex-227-F, Part II ✓ ✓ 1A Gradation and asphalt binder Tex-236-F, Part ✓ ✓ 1A content' I Control charts Tex-233-F ✓ ✓ 1A Tex-212-F, Part Moisture content II ✓ ✓ 1A/AGG101 Hamburg wheel test Tex-242-F ✓ ✓ 1A Micro-Deval abrasion Tex-461-A — ✓ AGG101 Boil test Tex-530-C ✓ ✓ 1A Abson recovery Tex-211-F — ✓ Department Placement Testing Selecting placement random Tex-225-F, Part — ✓ 1 B numbers II Tex-251-F, Part ✓ ✓ 1 A/1 B Trimming roadway cores I and Part II In-place air voids Tex-207-F, Part ✓ ✓ 1A I and Part VI Tex-207-F, Part ✓ — 1 B In-place density (nuclear method) III Tex-207-F, Part Establish rolling pattern IV ✓ — 1 B Control charts Tex-233-F ✓ ✓ 1A Ride quality measurement Tex-1001-S ✓ ✓ Note' Tex-207-F, Part Segregation (density profile) V ✓ ✓ 1 B Longitudinal joint density Tex-2 VIIF, Part ✓ ✓ 1 B Thermal profile Tex-244-F ✓ — 1 B Shear bond strength test Tex-249-F — ✓ Department 1. Levels 1A, 1 B, AGG101, and 2 are certification levels provided by the Hot Mix Asphalt Center certification program. 2. Refer to Section 341.4.9.2.3., "Production Testing," for exceptions to using an ignition oven. 3. Profiler and operator are required to be certified at the Texas A&M Transportation Institute facility when surface test Type B is specified. 4.2. Reporting and Responsibilities. Use Department-provided templates to record and calculate all test data, including mixture design, production and placement QC and QA, control charts, thermal profiles, segregation density profiles, and longitudinal joint density. Obtain the current version of the templates from the Department's website or from the Engineer. The Engineer and the Contractor will provide any available test results to the other party when requested. The maximum allowable time for the Contractor and Engineer to exchange test data is as shown in Table 7, unless otherwise approved. The Engineer and the Contractor will immediately report to the other party any test result that requires suspension of production or placement, or a payment adjustment less than TXDOT ITEM 341 - 11 OF 46 414 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 1.000, or that fails to meet the specification requirements. Record and electronically submit all test results and pertinent information on Department- provided templates. Subsequent sublots placed after test results are available to the Contractor, which require suspension of operations, may be considered unauthorized work. Unauthorized work will be accepted or rejected at the discretion of the Engineer in accordance with Article 5.3., "Conformity with Plans, Specifications, and Special Provisions." Table 7 Reporting Schedule Description Reported By Reported To To Be Reported Within Production Quality Control Gradation' Asphalt binder content' 1 working day of Laboratory-molded Contractor Engineer completion of the density2 sublot Moisture content3 Boil test4 Production Quality Assurance Gradation3 Asphalt binder content3 Laboratory-molded 1 working day of density' Engineer Contractor completion of the Hamburg wheel sublot tests Boil test4 Binder tests5 TXDOT ITEM 341 - 12 OF 46 ligG The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Description Reported By Reported To To Be Reported Within Placement Quality Control In-place air voids2 Segregation' Longitudinal joint Contractor Engineer 1 working day of density' completion of the lot Thermal profile' Placement Quality Assurance 1 working day after In-place air voids' receiving the trimmed cores6 Segregation3 Longitudinal joint Engineer Contractor 1 working day of density3 Thermal profile3 completion of the lot Aging ratios Shear bond 5 working days after strength tests receiving the cores 2 working days of Payment performing all adjustment Engineer Contractor required tests summary and receiving Contractor test data 1. These tests are required on every sublot. 2. Optional test. When performed on split samples, report the results as soon as they become available. 3. To be performed at the frequency shown in Table 16 or as shown on the plans. 4. When shown on the plans. 5. To be reported as soon as the results become available. 6. Two days are allowed if cores cannot be dried to constant weight within 1 day. The Engineer will use the Department-provided template to calculate all payment adjustment factors for the lot. Sublot samples may be discarded after the Engineer and Contractor sign off on the payment adjustment summary documentation for the lot. Use the procedures described in Tex-233-F to plot the results of all QC and QA testing. Update the control charts as soon as test results for each sublot become available. Make the control charts readily accessible at the field laboratory. The Engineer may suspend production for failure to update control charts. 4.3. Quality Control Plan (QCP). Develop and follow the QCP in detail. Obtain approval for changes to the QCP made during the project. The Engineer may suspend operations if the Contractor fails to comply with the QCP. TXDOT ITEM 341 - 13 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Submit a written QCP before the mandatory pre-paving meeting. Receive approval of the QCP before beginning production. Include the following items in the QCP. 4.3.1. Project Personnel. For project personnel, include: • a list of individuals responsible for QC with authority to take corrective action, • current contact information for each individual listed, and • current copies of certification documents for individuals performing specified QC functions. 4.3.2. Material Delivery and Storage. For material delivery and storage, include: • the sequence of material processing, delivery, and minimum quantities to assure continuous plant operations; • aggregate stockpiling procedures to avoid contamination and segregation; • frequency, type, and timing of aggregate stockpile testing to assure conformance with material requirements before mixture production; and • procedure for monitoring the quality and variability of asphalt binder. 4.3.3. Production. For production, include: • loader operation procedures to avoid contamination in cold bins; • procedures for calibrating and controlling cold feeds; • procedures to eliminate debris or oversized material; • procedures for adding and verifying rates of each applicable mixture component(e.g., aggregate, asphalt binder, RAP, RAS, lime, liquid antistrip, compaction aid, foaming process, and WMA); • procedures for reporting job control test results; and • procedures to avoid segregation and drain-down in the silo. 4.3.4. Loading and Transporting. For loading and transporting, include: • type and application method for release agents, and • truck-loading procedures to avoid segregation. 4.3.5. Placement and Compaction. For placement and compaction, include: • proposed agenda for mandatory pre-paving meeting, including date and location; • proposed paving plan (e.g., production rate, paving widths,joint offsets, and lift thicknesses); • type and application method for release agents in the paver and on rollers, shovels, lutes, and other utensils; • procedures for the transfer of mixture into the paver while avoiding physical and thermal segregation and preventing material spillage; • process to balance production, delivery, paving, and compaction to achieve continuous placement operations and good ride quality; TXDOT ITEM 341 - 14 OF 46 The Solco Group, LC TXDOT GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) • paver operations (e.g., speed, operation of wings, and height of mixture in auger chamber) to avoid physical and thermal segregation and other surface irregularities; and • procedures to construct quality longitudinal and transverse joints. 4.4. Mixture Design. 4.4.1. Design Requirements. Use the dense-graded design procedure provided in Tex-204-F, unless otherwise shown on the plans. Design the mixture to meet the requirements shown in Tables 1, 2, 3, 4, 5, 8, 9, and 10. Design the mixture using an SGC, and 50 gyrations as the design number of gyrations (Ndesign). Use a target laboratory-molded density of 96.0% to design the mixture; however, adjustments can be made to the Ndesign value as shown in Table 9. The Ndesign level may be reduced to at least 35 gyrations at the Contractor's discretion. Use a Department-approved laboratory on the MPL to perform the Hamburg wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg wheel test. Upon receiving the sample from the Contractor, the Engineer will be allowed 10 working days to provide the Contractor with Hamburg wheel test results on the laboratory mixture design. The Engineer will provide the mixture design when shown on the plans. The Contractor may submit a new mixture design anytime during the project. The Engineer will verify and approve all mixture designs (JMF1) before the Contractor can begin production. Provide the Engineer with a mixture design report using the Department-provided template. Include the following items in the report: • the combined aggregate gradation, source, specific gravity, and percent of each material used; • the binder source and optimum design asphalt content; • asphalt binder content and aggregate gradation of RAP and RAS stockpiles; • the Ndesign level used on the SGC; • results of all applicable tests; • the mixing and molding temperatures; • the signature of the Level 2 person or persons who performed the design; • the date the mixture design was performed; and • a unique identification number for the mixture design. Table 8 Master Gradation Limits (% Passing by Wt. or Volume) and Void in Mineral Aggregate (VMA) Requirements TXDOT ITEM 341 - 15 OF 46 Ira The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Sieve DG-B DG-C DG-D DG-F Size Fine Coarse Fine Fine Base Surface Surface Mixture 2" — — —1-1/2" 100.01 — — — 1" 98.0-100.0 100.01 — — 3/4" 84.0-98.0 95.0-100.0 100.01 — 1/2" — — 98.0-100.0 100.01 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 70.0-90.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #3 0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design (VMA), % Min — 13.0 14.0 15.0 16.0 Production (Plant-Produced) (VMA), % Min 12.5 13.5 14.5 15.5 1. Defined as Max sieve size. No tolerance allowed. Table 9 Laboratory Mixture Design Properties Mixture Property Test Requirem Method ent Target laboratory-molded Tex-207-F 96.0 density, % Design gyrations (Ndesign) Tex-241-F 501 Indirect tensile strength (dry), Tex-226-F 85-2002 psi Boil test3 Tex-530-C — 1. Adjust within a range of 35-100 gyrations when shown on the plans, in accordance with the specification, or when mutually agreed between the Engineer and Contractor. 2. The Engineer may allow the indirect tensile test strength to exceed 200 psi if the corresponding Hamburg wheel rut depth is >2.5 mm and <12.5 mm. 3. When shown on the plans. Used to establish baseline for comparison to production results. TXDOT ITEM 341 - 16 OF 46 lig The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 10 Hamburg Wheel Test Requirements High- Test Min # of Passes at 12.5-mm' Temperature Method Rut Depth, Tested at 50°C Binder Grade PG 64 or lower 10,0002 PG 70 Tex-242-F 15,0003 PG 76 or higher 20,000 1. The Hamburg wheel test will have a minimum rut depth of 2.5 mm. 2. May be decreased to at least 5,000 passes when shown on the plans. 3. May be decreased to at least 10,000 passes when shown on the plans. 4.4.2. Job-Mix Formula Approval. The JMF is the combined aggregate gradation, Ndesign level, and target asphalt percentage used to establish target values for hot-mix production. JMF1 is the original laboratory mixture design used to produce the trial batch. When WMA is used, JMF1 may be designed and submitted to the Engineer without including the WMA additive, foaming process, or compaction aid. When WMA or a compaction aid is used, document the additive or process used and recommended rate in the JMF1 submittal. The Engineer and the Contractor will verify JMF1 based on plant-produced mixture from the trial batch, unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF1. The Department may require the Contractor to reimburse the Department for verification tests if more than two trial batches per design are required. 4.4.2.1. Contractor's Responsibilities. 4.4.2.1.1. Providing Superpave Gyratory Compactor. Provide an SGC in accordance with Item 504, "Field Office and Laboratory," and make the SGC available to the Engineer for use in molding production samples. 4.4.2.1.2. Gyratory Compactor Correlation Factors. Use Tex-206-F, Part II, to perform a gyratory compactor correlation when the Engineer uses a different SGC. Apply the correlation factor to all subsequent production test results. 4.4.2.1.3. Submitting JMF1. Furnish a mix design report (JMF1)with representative samples of all component materials and request approval to produce the trial batch. Provide approximately 25 lb. of the design mixture if opting to have the Department perform the Hamburg wheel test on the laboratory mixture, and request that the Department perform the test. 4.4.2.1.4. Supplying Aggregates. Provide approximately 40 lb. of each aggregate stockpile unless otherwise directed. TXDOT ITEM 341 - 17 OF 46 Tin The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 4.4.2.1.5. Supplying Asphalt. Provide at least 1 gal. of the asphalt material and enough quantities of any additives proposed for use. 4.4.2.1.6. Ignition Oven Correction Factors. Notify the Engineer before performing Tex-236-F, Part II. Allow the Engineer to witness the mixing of ignition oven correction factor sample. Determine the aggregate and asphalt correction factors from the ignition oven in accordance with Tex-236-F, Part II. If the Engineer witnesses the mixing of the ignition oven correction factor samples, provide the Engineer with identically prepared samples of the mixtures before the trial batch production, including all additives (except water), and blank samples used to determine the correction factors for the ignition oven used for QA testing during production. Correction factors established from a previously approved mixture design may be used for the current mixture design if the mixture design and ignition oven are the same as previously used, unless otherwise directed. Correction factors must be performed every 12 mo. 4.4.2.1.7. Boil Test. When shown on the plans, perform the test and retain the tested sample from Tex-530-C until completion of the project or as directed. Use this sample for comparison purposes during production. 4.4.2.1.8. Trial Batch Production. Provide a plant-produced trial batch upon receiving conditional approval of JMF1 and authorization to produce a trial batch. If applicable, include the WMA additive, foaming process, or compaction aid for verification testing of JMF1 and development of JMF2. Produce a trial batch mixture that meets the requirements shown in Tables 4, 5, and 11. The Engineer may accept test results from recent production of the same mixture instead of a new trial batch. 4.4.2.1.9. Trial Batch Production Equipment. Use only equipment and materials proposed for use on the project to produce the trial batch. 4.4.2.1.10. Trial Batch Quantity. Produce enough quantity of the trial batch to ensure that the mixture meets the specification requirements. 4.4.2.1.11. Number of Trial Batches. Produce trial batches as necessary to obtain a mixture that meets the specification requirements. 4.4.2.1.12. Trial Batch Sampling. Obtain a representative sample of the trial batch and split it into three equal portions in accordance with Tex-222-F. Label these portions as "Contractor," "Engineer," and "Referee." Deliver samples to the appropriate laboratory as directed. 4.4.2.1.13. Trial Batch Testing. Test the trial batch to ensure the mixture produced using the proposed JMF1 meets the mixture requirements shown in Table 11. Ensure the trial batch mixture is also in compliance with the Hamburg wheel requirement shown in Table 10. Use a Department-approved laboratory listed on the MPL to TXDOT ITEM 341 - 18 OF 46 WA The Solco Group,LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) perform the Hamburg wheel test on the trial batch mixture, or request that the Department perform the Hamburg wheel test. Provide approximately 25 lb. of the trial batch mixture if opting to have the Department perform the Hamburg wheel test, and request that the Department perform the test. Upon receiving the sample from the Contractor, the Engineer will be allowed 10 working days to provide the Contractor with Hamburg wheel test results on the trial batch. Provide the Engineer with a copy of the trial batch test results. 4.4.2.1.14. Development of JMF2. After the Engineer grants full approval of JMF1 , evaluate the trial batch test results, determine the optimum mixture proportions, and submit as JMF2. Adjust the asphalt binder content or gradation to achieve the specified target laboratory-molded density. The asphalt binder content established for JMF2 is not required to be within any tolerance of the optimum asphalt binder content established for JMF1; however, mixture produced using JMF2 must meet the VMA requirements for production shown in Table 8. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, the Engineer may perform or require the Contractor to perform Tex-226-F on Lot 1 production to confirm the indirect tensile strength does not exceed 200 psi. Verify that JMF2 meets the mixture requirements shown in Table 4 and Table 5. 4.4.2.1.15. Mixture Production. Use JMF2 to produce Lot 1 in accordance with Section 341.4.9.3.1.1., "Lot 1 Placement," after receiving approval for JMF2 and a passing Hamburg wheel result on the trial batch from a laboratory listed on the MPL. Once JMF2 is approved, and without receiving the results from the Department's Hamburg wheel test on the trial batch, the Contractor may proceed to Lot 1 production at their own risk. Notify the Engineer if electing to proceed without Hamburg wheel test results from the trial batch. Note that the Engineer may require up to the entire sublot of any mixture failing the Hamburg wheel test to be removed and replaced at the Contractor's expense. 4.4.2.1.16. Development of JMF3. Evaluate the test results from Lot 1, determine the optimum mixture proportions, and submit as JMF3 for use in Lot 2. 4.4.2.1.17. JMF Adjustments. If JMF adjustments are necessary to achieve the specified requirements, make the adjustments before beginning a new lot. The adjusted JMF must: • be provided to the Engineer in writing before the start of a new lot, • be numbered in sequence to the previous JMF, • meet the mixture requirements in accordance with Table 4 and Table 5, • meet the master gradation limits in accordance with Table 8, and • be within the operational tolerances of JMF2 in accordance with Table 11. 4.4.2.1.18. Requesting Referee Testing. Use referee testing, if needed, in accordance with Section 341.4.9.1., "Referee Testing," to resolve testing differences with the Engineer. TXDOT ITEM 341 - 19 OF 46 The Solco Group,LC TXDOT GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 11 Operational Tolerances Allowable Allowable Allowable Test Difference Difference Difference Description Method Between Between Between JMF2 and Current JMF Contractor and JMF1 Target' and JMF22 Engineer3 Individual % retained on #8 Must be ±5.04 ±5.0 sieve and larger Tex-200-F Within Individual % retained on sieves Master smaller than #8 and larger than °r Gradation ±3.04 ±3.0 #200 Tex-236-F Limits in % passing the #200 sieve Table 8 ±2.04 ±1.6 Asphalt binder content, % Tex-236-F ±0.5 ±0.3 ±0.3 Laboratory-molded density, % ±1.0 ±1.0 ±1.0 In-place air voids, % ±1.0 Tex-207-F — — Laboratory-molded bulk specific — — ±0.020 gravity VMA, %, Min Tex-204-F Note5 Note5 — Theoretical maximum specific Tex-227-F — — ±0.020 (Rice) gravity �. JMF1 is the approved laboratory mixture design used for producing the trial batch. JMF2 is the approved mixture design developed from the trial batch used to produce Lot 1. 2. Current JMF is JMF3 or higher. JMF3 is the approved mixture design used to produce Lot 2. 3. Contractor may request referee testing when values exceed these tolerances. 4. When within these tolerances, mixture production gradations may fall outside the master gradation limits; however, the % passing the #200 will be considered out of tolerance when outside the master gradation limits. 5. Verify that Table 8 requirements are met for VMA. 4.4.2.2. Engineer's Responsibilities. 4.4.2.2.1. Superpave Gyratory Compactor. The Engineer will use a Department SGC, calibrated in accordance with Tex-241-F, to mold samples for laboratory mixture design verification. For molding trial batch and production specimens, the Engineer will use the Contractor-provided SGC at the field laboratory or provide and use a Department SGC at an alternate location. 4.4.2.2.2. Conditional Approval of JMF1 and Authorizing Trial Batch. The Engineer will review and verify conformance with the following information within 2 working days of receipt: • the Contractor's mix design report (JMF1); • the Contractor-provided Hamburg wheel test results; • all required materials including aggregates, asphalt, additives, and recycled materials; and • the mixture specifications. TXDOT ITEM 341 -20 OF 46 TgG The Solco Group,LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) The Engineer will grant the Contractor conditional approval of JMF1 if the information provided on the paper copy of JMF1 indicates that the Contractor's mixture design meets the specifications. When the Contractor does not provide Hamburg wheel test results with laboratory mixture design, 10 working days are allowed for conditional approval of JMF1. The Engineer will base full approval of JMF1 on the test results on mixture from the trial batch. Unless waived, the Engineer will determine the Micro-Deval abrasion loss in accordance with Section 341.2.1.1.2., "Micro-Deval Abrasion." If the Engineer's test results are pending after 2 working days, conditional approval of JMF1 will still be granted within 2 working days of receiving JMF1. When the Engineer's test results become available, they will be used for specification compliance. The Contractor is authorized to produce a trial batch after the Engineer grants conditional approval of JMF1. 4.4.2.2.3. Hamburg Wheel Testing of JMF1. If the Contractor requests the option to have the Department perform the Hamburg wheel test on the laboratory mixture, the Engineer will mold samples in accordance with Tex-242-F to verify compliance with the Hamburg wheel test requirement shown in Table 10. Upon receiving the sample from the Contractor, the Engineer will be allowed 10 working days to provide the Contractor with Hamburg wheel test results on the laboratory mixture design. 4.4.2.2.4. Ignition Oven Correction Factors. The Engineer will determine ignition oven correction factors by one of the following options. • Witness the mixing of ignition oven correction factor samples by the Contractor in accordance with Tex-236-F, Part Ill. The Engineer will use the identically prepared samples provided by the Contractor to determine the aggregate and asphalt correction factors for the ignition oven in accordance with Tex-236-F, Part II. • If the Engineer does not witness the mixing of ignition oven correction factor samples, the Engineer will prepare the samples to determine the aggregate and asphalt correction factors for the ignition oven in accordance with Tex-236-F, Part II. Notify the Contractor before performing Tex-236-F, Part II. Allow the Contractor to witness the Engineer performing Tex-236-F, Part II. Correction factors must be performed every 12 mo. to be used for QA testing during production. 4.4.2.2.5. Testing the Trial Batch. Within 1 full working day, the Engineer will sample and test the trial batch to ensure that the mixture meets the requirements shown in Table 11. If the Contractor requests the option to have the Department perform the Hamburg wheel test on the trial batch mixture, the Engineer will mold samples in accordance with Tex-242-F to verify compliance with the Hamburg wheel test requirement shown in Table 10. TXDOT ITEM 341 -21 OF 46 Illra The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) The Engineer will have the option to perform the following tests on the trial batch. ■ Tex-226-F, to verify that the indirect tensile strength meets the requirement shown in Table 9. • Tex-530-C, to retain and use for comparison purposes during production. 4.4.2.2.6. Full Approval of JMF1. The Engineer will grant full approval of JMF1 and authorize the Contractor to proceed with developing JMF2 if the Engineer's results for the trial batch meet the requirements shown in Tables 8, 9, and 10. The Engineer will notify the Contractor that an additional trial batch is required if the trial batch does not meet these requirements. 4.4.2.2.7. Approval of JMF2. The Engineer will approve JMF2 within 1 working day if the mixture meets the requirements shown in Table 5 and Table 8. The asphalt binder content established for JMF2 is not required to be within any tolerance of the optimum asphalt binder content established for JMF1; however, mixture produced using JMF2 must meet the VMA requirements shown in Table 8. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, the Engineer may perform or require the Contractor to perform Tex-226-F on Lot 1 production to confirm the indirect tensile strength does not exceed 200 psi. 4.4.2.2.8. Approval of Lot 1 Production. The Engineer will authorize the Contractor to proceed with JMF2 for Lot 1 production after a passing Hamburg wheel test result on the trial batch is achieved from a laboratory listed on the MPL. The Contractor may proceed at their own risk with Lot 1 production without the results from the Hamburg wheel test on the trial batch. If the Department-approved laboratory's sample from the trial batch fails the Hamburg wheel test, the Engineer will suspend production until further Hamburg wheel tests meet the specified values. The Engineer may require up to the entire sublot of any mixture failing the Hamburg wheel test be removed and replaced at the Contractor's expense. 4.4.2.2.9. Approval of JMF3 and Subsequent JMF Changes. JMF3 and subsequent JMF changes are approved if they meet the mixture requirements shown in Table 4 and Table 5, and the master gradation limits shown in Table 8, and they are within the operational tolerances of JMF2 shown in Table 11. The addition of a WMA additive to facilitate mixing or as a compaction aid does not require a new laboratory mixture design or trial batch. Current JMF changes that exceed the operational tolerances of JMF2 in accordance with Table 11 may require a new laboratory mixture design, trial batch, or both. 4.5. Production Operations. Perform a new trial batch when the plant or plant location is changed. All source changes for asphalt will require a passing Hamburg wheel test result from a laboratory listed on the MPL. The Contractor may proceed at their own risk with Lot 1 production without the results from the Hamburg wheel 111 test on the trial batch. All aggregate source changes will require a new laboratory mixture design and trial batch. Take corrective action and receive approval to TRATXDOT ITEM 341 -22 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) proceed after any production suspension for noncompliance with the specification. Submit a new mix design and perform a new trial batch when the asphalt binder content of: • any RAP stockpile used in the mix is more than 0.5% higher than the value shown in the mixture design report, or • RAS stockpile used in the mix is more than 2.0% higher than the value shown in the mixture design report. 4.5.1. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, or outside the manufacturer's recommended values. Provide the Engineer with daily records of asphalt binder and HMA discharge temperatures (in legible and discernible increments) in accordance with Item 320, unless otherwise directed. Do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. unless otherwise approved. 4.5.2. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed the maximum production temperatures shown in Table 12. The Department will not pay for or allow placement of any mixture produced above the maximum production temperatures shown in Table 12. Table 12 Max Production Temperature High-Temperature Max Production Binder Grade' Tem(eF) ture PG 64 3252 PG 70 3352 PG 76 3452 1. The high-temperature binder grade refers to the high-temperature grade of the virgin asphalt binder used to produce the mixture. 2. The Max production temperature of WMA is 275°F. Produce WMA within the target discharge temperature range of 215-275°F when WMA is required. Take corrective action anytime the discharge temperature of the WMA exceeds the target discharge range. The Engineer may suspend production operations if the Contractor's corrective action is not successful at controlling the production temperature within the target discharge range. Note that when WMA is produced, it may be necessary to adjust burners to ensure complete combustion such that no burner fuel residue remains in the mixture. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. Determine the TXDOT ITEM 341 -23 OF 46 TigG The Solco Group, LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) moisture content, if requested, by oven-drying in accordance with Tex-212-F, Part II, and verify that the mixture contains no more than 0.2% of moisture by weight. Obtain the sample immediately after discharging the mixture into the truck and perform the test promptly. 4.6. Hauling Operations. Clean all truck beds before use to ensure that mixture is not contaminated. Use a release agent listed on the MPL to coat the inside bed of the truck when necessary. Do not use diesel or any release agent not listed on the MPL. Use equipment for hauling as defined in Section 341.4.7.3.3., "Hauling Equipment." Use other hauling equipment only when allowed. 4.7. Placement Operations. Collect haul tickets from each load of mixture delivered to the project and provide the Department's copy to the Engineer approximately every hour, or as directed. Use a handheld thermal camera or infrared thermometer, when a thermal imaging system is not used, to measure and record the internal temperature of the mixture as discharged from the truck or material transfer device (MTD) before or as the mix enters the paver. Measure the mixture temperature at a minimum frequency of one per ten trucks, or as approved. Include an approximate station number or Global Positioning System coordinates of the location where the temperature was taken on each ticket. Ensure the mixture meets the temperature requirements shown in Table 12. Calculate the daily yield and cumulative yield for the specified lift and provide to the Engineer at the end of paving operations for each day unless otherwise directed. The Engineer may suspend production if the Contractor fails to produce and provide haul tickets and yield calculations by the end of paving operations for each day. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so that longitudinal joints on the surface course coincide within 6 in. of lane lines, are not placed in the wheel path, or will not be covered with pavement markings, or as directed. Ensure that all finished surfaces will drain properly. Place the mixture at the rate or thickness shown on the plans. The Engineer will use the guidelines shown in Table 13 to determine the compacted lift thickness of each layer when multiple lifts are required. The thickness determined is based on the rate of 110 lb. per square yard for each inch of pavement, unless otherwise shown on the plans. TXDOT ITEM 341 -24 OF 46 The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 13 Compacted Lift Thickness and Rec,uired Core Height Compacted Lift Thickness Min Untrimmed Core Mixture Guidelines Height Eligible for Type Min Max Testing (in.) (in.) (in.) DG-B 2.50 5.00 1.75 DG-C 2.00 4.00 1.50 DG-D 1.50 3.00 1.25 DG-F 1.25 2.50 1.25 4.7.1. Weather Conditions. 4.7.1.1. When Using a Thermal Imaging System. Place mixture when the roadway surface is dry and the roadway surface temperature is at or above the temperatures shown in Table 14A, unless otherwise approved or as shown on the plans. Place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable as determined by the Engineer. Provide output data from the thermal imaging system to demonstrate to the Engineer that no recurring severe thermal segregation exists in accordance with Section 341.4.7.3.1.2., "Thermal Imaging System." Table 14A Min Pavement Surface Temperatures High- Min Pavement Surface Temperatures Temperature (°F) Binder Grade' Subsurface Layers Surface Layers PG 64 35 40 PG 70 452 502 PG 76 452 502 1. The high-temperature binder grade refers to the high- temperature grade of the virgin asphalt binder used to produce the mixture. 2. The Contractor may pave at temperatures 10°F lower than these values when a chemical WMA additive is used as a compaction aid in the mixture or when using WMA. 4.7.1.2. When Not Using a Thermal Imaging System. When using a thermal camera instead of the thermal imaging system, place mixture when the roadway surface temperature is at or above the temperatures shown in Table 14B, unless otherwise approved or as shown on the plans. Measure the roadway surface temperature using a handheld thermal camera or infrared thermometer. The Engineer may allow mixture placement to begin before the roadway surface reaches the required temperature if conditions are such that the roadway surface will reach the required temperature within 2 hr. of beginning placement operations. Place mixtures only when weather conditions and moisture 46, TXDOT ITEM 341 -25 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) conditions of the roadway surface are suitable as determined by the Engineer. Table 14B Min Pavement Surface Temperatures High- Min Pavement Surface Temperatures Temperature (°F) Binder Grade' Subsurface Layers Surface Layers PG 64 45 50 PG 70 552 602 PG 76 602 602 1. The high-temperature binder grade refers to the high- temperature grade of the virgin asphalt binder used to produce the mixture. 2. The Contractor may pave at temperatures 10°F lower than these values when a chemical WMA additive is used as a compaction aid in the mixture, when using WMA, or when using a paving process with equipment that eliminates thermal segregation. In such cases, for each sublot and in the presence of the Engineer, use a handheld thermal camera operated in accordance with Tex-244-F to demonstrate to the satisfaction of the Engineer that the uncompacted mat has no more than 10°F of thermal segregation. 4.7.2. Tack Coat. 4.7.2.1. Application. Clean the surface before placing the tack coat. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a uniform tack coat at the specified rate unless otherwise directed. Apply the tack coat in a uniform manner to avoid streaks and other irregular patterns. Apply the tack coat to all surfaces that will come in contact with the subsequent HMA placement, unless otherwise directed. Apply adequate overlap of the tack coat in the longitudinal direction during placement of the mat to ensure bond of adjacent mats, unless otherwise directed. Allow adequate time for emulsion to break completely before placing any material. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use, unless required in conformance with the manufacturer's recommendation for approved TRAIL product use, or when shown on the plans. 4.7.2.2. Sampling. The Engineer will obtain at least one sample of the tack coat binder per project per source in accordance with Tex-500-C, Part III, and test it to verify compliance with Item 300. The Engineer will notify the Contractor when the sampling will occur and will witness the collection of the sample from the asphalt distributor immediately before use. Label the can with the corresponding lot and sublot numbers, producer, producer facility location, grade, district, date sampled, all applicable bills of lading (if available), and project information, including TXDOT ITEM 341 -26 OF 46 TSG The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) highway and control-section-job (CSJ) number. For emulsions, the Engineer may test as often as necessary to ensure the residual of the emulsion is greater than or equal to the specification requirement in Item 300. 4.7.3. Lay-Down Operations. Use the placement temperatures shown in Table 15 to establish the minimum placement temperature of the mixture delivered to the paving operation. Table 15 Min Mixture Placement Temperature High- Min Placement Temperature Temperature2,34 Binder Grade' (°F) PG 64 260 PG 70 270 PG 76 280 �. The high-temperature binder grade refers to the high-temperature grade of the virgin asphalt binder used to produce the mixture. 2. The mixture temperature must be measured using a handheld thermal camera or infrared thermometer immediately before entering MTD or paver. 3. Min placement temperatures may be reduced 20°F if using a chemical WMA additive as a compaction aid, MTD with remixing capabilities, or paver hopper insert with remixing capabilities. 4. When using WMA, the minimum placement temperature is 215°F. 4.7.3.1. Thermal Profile. Use a handheld thermal camera or a thermal imaging system to obtain a continuous thermal profile in accordance with Tex-244-F. Thermal profiles are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." 4.7.3.1.1. Thermal Segregation. 4.7.3.1.1.1. Moderate. Any areas that have a temperature differential greater than 25°F, but not exceeding 50°F. 4.7.3.1.1.2. Severe. Any areas that have a temperature differential greater than 50°F. 4.7.3.1.2. Thermal Imaging System. Review the output results when a thermal imaging system is used, and provide the automated report described in Tex-244-F to the Engineer daily, unless otherwise directed. Modify the paving process as necessary to eliminate any recurring (moderate or severe)thermal segregation identified by the thermal imaging system. TXDOT ITEM 341 -27 OF 46 TIM The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) The Engineer may suspend paving operations if the Contractor cannot successfully modify the paving process to eliminate recurring severe thermal segregation. Density profiles are not required and not applicable when using a thermal imaging system. Provide the Engineer with electronic copies of all daily data files that can be used with the thermal imaging system software to generate temperature profile plots daily or as requested. 4.7.3.1.3. Thermal Camera. Provide the Engineer with the thermal profile of every sublot within 1 working day of the completion of each lot. When requested by the Engineer, provide the thermal images generated using the thermal camera. Report the results of each thermal profile in accordance with Section 341.4.2., "Reporting and Responsibilities." The Engineer will use a handheld thermal camera to obtain a thermal profile at least once per project. Take immediate corrective action to eliminate recurring moderate thermal segregation when a handheld thermal camera is used. Suspend operations and take immediate corrective action to eliminate severe thermal segregation unless otherwise directed. Resume operations when the Engineer determines that subsequent production will meet the requirements of this Section. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that contains severe thermal segregation. Evaluate areas with severe thermal segregation by performing density profiles in accordance with Section 341.4.9.3.3.3., "Segregation (Density Profile)." Remove and replace the material in any areas that have severe thermal segregation and a failing result for segregation (density profile), unless otherwise directed. The sublot in question may receive a production and placement payment adjustment greater than 1.000, if applicable, when the defective material is successfully removed and replaced. 4.7.3.2. Windrow Operations. Operate windrow pickup equipment so that when hot mix is placed in windrows, substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 4.7.3.3. Hauling Equipment. Use belly dump, live-bottom, or end dump trucks to haul and transfer mixture. Except for paving miscellaneous areas, end dump trucks are allowed only when used in conjunction with an MTD with remixing capability or when a thermal imaging system is used, unless otherwise approved. 4.7.3.4. Screed Heaters. Turn off screed heaters to prevent overheating of the mat if the paver stops for more than 5 min. The Engineer may evaluate the suspect area in accordance with Section 341.4.9.3.3.5., "Recovered Asphalt Dynamic Shear Rheometer(DSR)," if the screed heater remains on for more than 5 min. while the paver is stopped. 4.8. Compaction. Compact the pavement uniformly to contain between 3.8% and 8.5% in-place air voids. Take immediate corrective action to bring the operation within TXDOT ITEM 341 -28 OF 46 TOG The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 3.8% and 8.5% when the in-place air voids exceed the range of these tolerances. The Engineer will allow paving to resume when the proposed corrective action is likely to yield between 3.8% and 8.5% in-place air voids. Obtain cores in areas placed under exempt production, as directed, at locations determined by the Engineer. The Engineer may test these cores and suspend operations or require removal and replacement if the in-place air voids are less than 2.7% or more than 9.9%. Areas defined in Section 341.4.9.3.1.4., "Miscellaneous Areas," are not subject to in-place air void determination. Furnish the type, size, and number of rollers necessary to ensure desired compaction. Use additional rollers as required to remove any roller marks. Use only water or an approved release agent on rollers, tamps, and other compaction equipment unless otherwise directed. Use the control strip method shown in Tex-207-F, Part IV, on the first day of production to establish the rolling pattern that will produce the desired in-place air voids, unless otherwise directed. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction using rollers. The Engineer may require rolling using a trench roller on widened areas, in trenches, and in other limited areas. Complete all compaction operations using breakdown rollers before the pavement temperature drops below 180°F, unless otherwise allowed. Compaction using a pneumatic or light finish roller operated in static mode is allowed for pavement temperatures above 160°F. Allow the compacted pavement to cool to 160°F or lower before opening to traffic, unless otherwise directed. Sprinkle the finished mat with water or limewater, when directed, to expedite opening the roadway to traffic. 4.9. Acceptance Plan. Payment adjustments for the material will be in accordance with Article 341.6., "Payment." Sample and test the hot mix on a lot and sublot basis. Suspend production if the production payment factor shown in Section 341.6.1., "Production Payment Adjustment Factors," or the placement payment factor shown in Section 341.6.2., "Placement Payment Adjustment Factors,"for two consecutive lots is below 1.000. Resume production once test results or other information indicates to the satisfaction of the Engineer that the next material produced or placed will result in payment factors of at least 1.000. 4.9.1. Referee Testing. The Materials and Tests Division is the referee laboratory. The Contractor may request referee testing if a "remove and replace" condition is determined based on the Engineer's test results, or if the differences between Contractor and Engineer test results exceed the maximum allowable difference in accordance with Table 11 and the differences cannot be resolved. The TXDOT ITEM 341 -29 OF 46 TN The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT i San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Contractor may also request referee testing if the Engineer's test results require suspension of production and the Contractor's test results are within specification limits. Make the request within 5 working days after receiving test results and cores from the Engineer. Referee tests will be performed only on the sublot in question and only for the tests in question. Allow 10 working days from the time the referee laboratory receives the samples for test results to be reported. The Department may require the Contractor to reimburse the Department for referee tests if more than three referee tests per project are required and the Engineer's test results are closer to the referee test results than the Contractor's test results. The Materials and Tests Division will determine the laboratory-molded density based on the molded specific gravity and the maximum theoretical specific gravity of the referee sample. The in-place air voids will be determined based on the bulk specific gravity of the cores, as determined by the referee laboratory, and the Engineer's average maximum theoretical specific gravity for the lot. Except for"remove and replace" conditions, referee test results are final and will establish payment adjustment factors for the sublot in question. The Contractor may decline referee testing and accept the Engineer's test results when the placement payment adjustment factor for any sublot results in a "remove and replace" condition. Placement sublots subject to be removed and replaced will be further evaluated in accordance with Section 341.6.2.2., "Placement Sublots Subject to Removal and Replacement." 4.9.2. Production Acceptance. 4.9.2.1. Production Lot. A production lot consists of four equal sublots. The default quantity for Lot 1 is 1,000 ton; however, when requested by the Contractor, the Engineer may increase the quantity for Lot 1 to no more than 4,000 ton. The Engineer will select subsequent lot sizes based on the anticipated daily production such that approximately three—four sublots are produced each day. The lot size will be between 1,000 ton and 4,000 ton. The Engineer may change the lot size before the Contractor begins any lot. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, the Engineer may perform or require the Contractor to perform Tex-226-F on Lot 1 to confirm the indirect tensile strength does not exceed 200 psi. Take corrective action to bring the mixture within specification compliance if the indirect tensile strength exceeds 200 psi, unless otherwise directed. 4.9.2.1.1. Incomplete Production Lots. If a lot is begun but cannot be completed, such as on the last day of production or in other circumstances deemed appropriate, the Engineer may close the lot. Adjust the payment for the incomplete lot in accordance with Section 341.6.1., "Production Payment Adjustment Factors." Close all lots within 5 working days unless otherwise allowed. TXDOT ITEM 341 -30 OF 46 AG The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 4.9.2.2. Production Sampling. 4.9.2.2.1. Mixture Sampling. The Engineer will perform or witness the sampling of production sublots from trucks at the plant in accordance with Tex-222-F The sampler will split each sample into three equal portions in accordance with Tex-200-F and label these portions as "Contractor," "Engineer," and "Referee." The Engineer will perform or witness the sample splitting and take immediate possession of the samples labeled "Engineer" and "Referee."The Engineer will maintain the custody of the samples labeled "Engineer" and "Referee" until the Department's testing is completed. 4.9.2.2.1.1. Random Sample. At the beginning of the project, the Engineer will select random numbers for all production sublots. Determine sample locations in accordance with Tex-225-F. Take one sample for each sublot at the randomly selected location. The Engineer will perform or witness the sampling of production sublots. 4.9.2.2.1.2. Blind Sample. For one sublot per lot, the Engineer will sample, split, and test a "blind" production sample instead of the random sample collected by the Contractor. The location of the Engineer's "blind" sample will not be disclosed to the Contractor before sampling. The Engineer's "blind" sample may be randomly selected in accordance with Tex-225-F for any sublot or selected at the discretion of the Engineer. The Engineer may sample and test an additional blind sample when the random sampling process does not result in obtaining a sample. For one sublot per lot, the Contractor must obtain from the Engineer a "blind" production sample collected by the Engineer. If desired, the Contractor may witness the collection of blind samples. Test either the "blind" or the random sample; however, referee testing for the sublot (if applicable)will be based on a comparison of results from the "blind" sample. 4.9.2.2.2. Asphalt Binder Sampling. The Engineer will witness the Contractor obtain a 1-qt. sample of the asphalt binder for each lot of mixture produced. The Contractor will notify the Engineer when the sampling will occur. Obtain the sample at approximately the same time the mixture random sample is obtained. Sample from a port located immediately upstream from the mixing drum or pug mill and upstream from the introduction of any additives in accordance with Tex-500-C, Part II. Label the can with the corresponding lot and sublot numbers, producer name, producer facility, grade, District, date sampled, all applicable bills of lading (if available), and project information, including highway and CSJ number. The Engineer will retain these samples for 1 yr. The Engineer may also obtain independent samples. If obtaining an independent asphalt binder sample and upon request of the Contractor, the Engineer will split a sample of the asphalt binder with the Contractor. At least once per project, the Engineer will collect split samples of each binder grade and source used. The Engineer will submit one split sample to the Materials and Tests Division to verify compliance with Item 300, and will retain the other split sample for 1 yr. TXDOT ITEM 341 -31 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 4.9.2.3. Production Testing. The Contractor and Engineer must perform production tests shown in Table 16. The Contractor has the option to verify the Engineer's test results on split samples provided by the Engineer. Determine compliance with operational tolerances shown in Table 11 for all sublots. Take immediate corrective action if the Engineer's laboratory-molded density on any sublot is less than 95.0% or greater than 97.0% to bring the mixture within these tolerances. The Engineer may suspend operations if the Contractor's corrective actions do not produce acceptable results. The Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. The Engineer may allow alternate methods for determining the asphalt binder content and aggregate gradation if the aggregate mineralogy is such that Tex-236-F, Part I does not yield reliable results. Provide evidence that results from Tex-236-F, Part I are not reliable before requesting permission to use an alternate method unless otherwise directed. Use the applicable test procedure as directed if an alternate test method is allowed. TXDOT ITEM 341 -32 OF 46 TIIIG The Solco Group, LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 16 - Production and Placement Testing Frequency Min Min Description Test Method Contractor Engineer Testing Testing Frequency Frequency Individual % retained on #8 sieve and larger Tex-200-F Individual % retained on sieves smaller than or 1 per sublot 1 per 12 #8 and larger than #200 Tex-236-F sublots passing #200 sieve Laboratory-molded density Laboratory-molded bulk specific gravity Tex-207-F _ 1 per sublot' In-place air voids VMA Tex-204-F Segregation (density profile) Tex-207-F, 1 per Part V sublot2 1 per project Tex-207-F, 1 per1 project Longitudinal joint density Part VII sublot3 per Moisture content Tex-212-F, When Part ll directed 1 per project Theoretical maximum specific (Rice) gravity Tex-227-F — 1 per sublot' Asphalt binder content Tex-236-F 1 per sublot 1 per lot' Thermal profile Tex-244-F 1 per sublot2 Hamburg wheel test Tex-242-F — Deleterious in RAS4 Tex-217-F, _ Part III Asphalt binder sampling and testing4.5 Tex-500-C, — 1 per project Part II Tack coat sampling and testing Tex-500-C, — Part III Boil tests Tex-530-C 1 per lot Shear bond strength test' Tex-249-F — 1. For production defined in Section 341.4.9.4., "Exempt Production," the Engineer will perform one test per day if 100 ton or more is produced. For exempt production, no testing is required when < 100 ton is produced. 2. To be performed in the presence of the Engineer when not using the thermal imaging system, unless otherwise approved. 3. To be performed in the presence of the Engineer. 4. Testing performed by the Materials and Tests Division or designated laboratory. 5. Sampling performed by the Contractor. The Engineer will witness sampling and retain the samples for 1 yr. 6. When shown on the plans. 7. Testing performed by the Materials and Tests Division or District for informational purposes on a sample obtained by the Contractor within the first four lots of the project. 4.9.2.4. Operational Tolerances. Control the production process within the operational tolerances shown in Table 11. When production is suspended, the Engineer will TXDOT ITEM 341 -33 OF 46 The Solco Group, LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) allow production to resume when test results or other information indicates the next mixture produced will be within the operational tolerances. 4.9.2.4.1. Gradation. Suspend operation and take corrective action if any aggregate is retained on the maximum sieve size shown in Table 8. A sublot is defined as out of tolerance if either the Engineer's or the Contractor's test results are out of operational tolerance. Suspend production when test results for gradation exceed the operational tolerances shown in Table 11 for three consecutive sublots on the same sieve or four consecutive sublots on any sieve, unless otherwise directed. The consecutive sublots may be from more than one lot. 4.9.2.4.2. Asphalt Binder Content. A sublot is defined as out of operational tolerance if either the Engineer's or the Contractor's test results exceed the values shown in Table 11. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that is out of operational tolerance for asphalt binder content. Suspend production and shipment of the mixture if the Engineer's or the Contractor's asphalt binder content deviates from the current JMF by more than 0.5% for any sublot. 4.9.2.4.3. VMAs. The Engineer will determine the VMA for every sublot. For sublots when the Engineer does not determine asphalt binder content, the Engineer will use the asphalt binder content results from QC testing performed by the Contractor to determine VMA. Take immediate corrective action if the VMA value for any sublot is less than the minimum VMA requirement for production shown in Table 8. Suspend production and shipment of the mixture if the Engineer's VMA results on two consecutive sublots are below the minimum VMA requirement for production shown in Table 8. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that does not meet the minimum VMA requirement for production shown in Table 8 based on the Engineer's VMA determination. Suspend production and shipment of the mixture if the Engineer's VMA result is more than 0.5% below the minimum VMA requirement for production shown in Table 8. In addition to suspending production, the Engineer may require removal and replacement or may allow the sublot to be left in place without payment. 4.9.2.4.4. Hamburg Wheel Test. The Engineer may perform a Hamburg wheel test on plant- produced mixture anytime during production. Suspend production until further Hamburg wheel tests meet the specified values when the production samples fail the Hamburg wheel test criteria shown in Table 10. The Engineer may require up to the entire sublot of any mixture failing the Hamburg wheel test to be removed and replaced at the Contractor's expense. If the Department-approved laboratory's Hamburg wheel test on plant-produced mixture results in a "remove and replace" condition, the Contractor may request that the Materials and Tests Division determine the final disposition of the material in question by re-testing the failing material. TXDOT ITEM 341 -34 OF 46 IFSG The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 4.9.2.5. Individual Loads of Hot Mix. The Engineer may reject individual truckloads of hot mix. When a load of hot mix is rejected for reasons other than temperature, contamination, or excessive uncoated particles, the Contractor may request that the rejected load be tested. Make this request within 4 hr. of rejection. The Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 11, payment will be made for the load. If test results are not within operational tolerances, no payment will be made for the load. 4.9.3. Placement Acceptance. 4.9.3.1. Placement Lot. A placement lot consists of four placement sublots. A placement sublot consists of the area placed during a production sublot. 4.9.3.1.1. Lot 1 Placement. Placement payment adjustments greater than 1.000 for Lot 1 will be in accordance with Section 341.6.2., "Placement Payment Adjustment Factors"; however, no placement adjustment less than 1.000 will be assessed for any sublot placed in Lot 1 when the in-place air voids are greater than or equal to 2.7% and less than or equal to 9.9%. Remove and replace any sublot with in- place air voids less than 2.7% or greater than 9.9%. 4.9.3.1.2. Incomplete Placement Lots. An incomplete placement lot consists of the area placed as described in Section 341.4.9.2.1.1., "Incomplete Production Lots," excluding areas defined in Section 341.4.9.3.1.4., "Miscellaneous Areas." Placement sampling is required if the random sample plan for production resulted in a sample being obtained from an incomplete production sublot. 4.9.3.1.3. Shoulders, Ramps, Etc. Shoulders, ramps, intersections, acceleration lanes, deceleration lanes, and turn lanes are subject to in-place air void determination and payment adjustments unless shown on the plans as not eligible for in-place air void determination. Intersections may be considered miscellaneous areas when determined by the Engineer. 4.9.3.1.4. Miscellaneous Areas. Miscellaneous areas include areas that typically involve significant handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level-up areas, pavement repair sections less than 300 ft., and other similar areas. Temporary detours are subject to in-place air void determination when shown on the plans. Miscellaneous areas also include level-ups and thin overlays when the layer thickness shown on the plans is less than the minimum untrimmed core height eligible for testing in accordance with Table 13. The specified layer thickness is based on the rate of 110 lb. per square yard for each inch of pavement unless another rate is shown on the plans. When "Level Up" is listed as part of the bid item description, a payment adjustment factor of 1.000 will be assigned for all placement sublots as described in Article 341.6., "Payment." Miscellaneous areas are not eligible for random placement sampling locations. Compact miscellaneous areas in accordance with Section 341.4.8., "Compaction." Miscellaneous areas are not subject to in-place air void determination, thermal profiles testing, segregation (density profiles), or longitudinal joint density evaluations. TXDOT ITEM 341 -35 OF 46 SG The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 4.9.3.2. Placement Sampling. The Engineer will select random numbers for all placement sublots at the beginning of the project. The Engineer will provide the Contractor with the placement random numbers only immediately after the sublot is completed. Mark the roadway location at the completion of each sublot and record the station number. Determine one random sample location for each placement sublot in accordance with Tex-225-F. Adjust the random sample location by no more than necessary to achieve a 2-ft. clearance if the location is within 2 ft. of a joint or pavement edge. Shoulders, ramps, intersections, acceleration lanes, deceleration lanes, and turn lanes are always eligible for selection as a random sample location; however, if a random sample location falls on one of these areas and the area is shown on the plans as not subject to in-place air void determination, cores will not be taken for the sublot and a 1.000 pay factor will be assigned to that sublot. Provide the equipment and means to obtain and trim roadway cores onsite. Onsite is defined as in close proximity to where the cores are taken. Obtain the cores within 1 working day of the time the placement sublot is completed, unless otherwise approved. Obtain two 6-in. diameter cores side-by-side from within 1 ft. of the random location provided for the placement sublot. Mark the cores for identification, measure and record the untrimmed core height, and provide the information to the Engineer. The Engineer will witness the coring operation and measurement of the core thickness. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. Take corrective action if an adequate bond does not exist between the current and underlying layer to ensure that an adequate bond will be achieved during subsequent placement operations. Trim the cores immediately after obtaining them from the roadway in accordance with Tex-251-F if the core heights meet the minimum untrimmed value in accordance with Table 13. Trim the cores onsite in the presence of the Engineer. Use a permanent marker or paint pen to record the lot and sublot numbers on each core, as well as the designation as Core A or Core B. The Engineer may require additional information to be marked on the core and may choose to sign or initial the core. The Engineer will take custody of the cores immediately after witnessing the trimming of the cores and will retain custody of the cores until the Department's testing is completed. Before turning the trimmed cores over to the Engineer, the Contractor may wrap the trimmed cores or secure them in a manner that will reduce the risk of possible damage occurring during transport by the Engineer. After testing, the Engineer will return the cores to the Contractor. The Engineer may have the cores transported back to the Department's laboratory at the HMA plant via the Contractor's haul truck or other designated vehicle. In such cases where the cores will be out of the Engineer's possession during transport, the Engineer will use Department-provided security bags and the Protocol for Roadway Core Custody located on the Department's website to provide a secure means and process that protect the integrity of the cores during transport. TXDOT ITEM 341 -36 OF 46 y, The Solco Group,LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Decide whether to include the pair of cores in the air void determination for that sublot if the core height before trimming is less than the minimum untrimmed value shown in Table 13. Trim the cores in accordance with Tex-251-F before delivering to the Engineer if electing to have the cores included in the air void determination. If electing to not have the cores included in air void determination, inform the Engineer of the decision, and deliver untrimmed cores to the Engineer. The placement pay factor for the sublot will be 1.000 if cores will not be included in air void determination. Instead of the Contractor trimming the cores onsite immediately after coring, the Engineer and the Contractor may mutually agree to have the trimming operations performed at an alternate location, such as a field laboratory or other similar location. In such cases, the Engineer will take possession of the cores immediately after they are obtained from the roadway and will retain custody of the cores until testing is completed. Either the Department or Contractor representative may perform trimming of the cores. The Engineer will witness all trimming operations in cases where the Contractor representative performs the trimming operation. Dry the core holes and tack the sides and bottom immediately after obtaining the cores. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes using other methods when approved. 4.9.3.3. Placement Testing. Perform placement tests in accordance with Table 16. After the Engineer returns the cores, the Contractor may test the cores to verify the Engineer's test results for in-place air voids. The allowable differences between the Contractor's and Engineer's test results are shown in Table 11. 4.9.3.3.1. In-Place Air Voids. The Engineer will measure in-place air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be pre- dried using a CoreDry or similar vacuum device to remove excess moisture. The Engineer will average the values obtained for all sublots in the production lot to determine the theoretical maximum specific gravity. The Engineer will use the average air void content for in-place air voids. The Engineer will use the vacuum method to seal the core if required in accordance with Tex-207-F. The Engineer will use the test results from the unsealed core to determine the placement payment adjustment factor if the sealed core yields a higher specific gravity than the unsealed core. After determining the in-place air void content, the Engineer will return the cores and provide test results to the Contractor. 4.9.3.3.2. Informational Shear Bond Strength Testing. The Engineer will select one random sublot within the first four lots of the project for shear bond strength testing. Obtain full-depth cores in accordance with Tex-249-F unless the HMA is being placed directly on concrete pavement. Label the cores with lot and sublot numbers and provide to the Engineer. Inspector must use pertinent Department form to document the CSJ number, producer of the tack coat, mix type, and shot rate. The Engineer will ship the cores to the Materials and Tests Division or TXDOT ITEM 341 -37 OF 46 Tgil The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) District laboratory for shear bond strength testing. Results from these tests will not be used for specification compliance. 4.9.3.3.3. Segregation (Density Profile). Test for segregation using density profiles in accordance with Tex-207-F, Part V. Density profiles are not required and are not applicable when using a thermal imaging system. Density profiles are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." Perform at least one density profile per sublot. Perform additional density profiles when any of the following conditions occur, unless otherwise approved: • areas that are identified by either the Contractor or the Engineer with severe thermal segregation, • any visibly segregated areas that exist, • the paver stops due to lack of material being delivered to the paving operations and the temperature of the uncompacted mat before the initial breakdown rolling is less than the temperatures shown in Table 17. TXDOT ITEM 341 -38 OF 46 Tj The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 17 - Min Uncompacted Mat Temperature Requiring Segregation Profile' Min Temperature of High- Uncompacted Mat Allowed Temperature Before Initial Breakdown Binder Grade2 Rolling3,4,5 (°F) PG 64 <250 PG 70 <260 PG 76 <270 �. Applicable only to paver stops that occur due to lack of material being delivered to the paving operations and when not using a thermal imaging system. 2. The high-temperature binder grade refers to the high-temperature grade of the virgin asphalt binder used to produce the mixture. 3. The surface of the uncompacted mat must be measured using a handheld thermal camera or infrared thermometer. 4. Min uncompacted mat temperature requiring a segregation profile may be reduced 20°F if using a chemical WMA additive as a compaction aid, MTD with remixing capabilities, or paver hopper insert with remixing capabilities. 5. When using WMA, the Min uncompacted mat temperature requiring a segregation profile is 215°F. Provide the Engineer with the density profile of every sublot in the lot within 1 working day of the completion of each lot. Report the results of each density profile in accordance with Section 341.4.2., "Reporting and Responsibilities." The density profile is considered failing if it exceeds the tolerances shown in Table 18. When a thermal imaging system is not used, the Engineer will measure the density profile at least once per project. The Engineer's density profile results will be used when available. The Engineer may require the Contractor to remove and replace the area in question if the area fails the density profile and has surface irregularities as defined in Section 341.4.9.3.3.6., "Irregularities." The sublot in question may receive a production and placement payment adjustment greater than 1.000, if applicable, when the defective material is successfully removed and replaced. Investigate density profile failures and take corrective actions during production and placement to eliminate the segregation. Suspend production if two consecutive density profiles fail unless otherwise approved. Resume production TXDOT ITEM 341 -39 OF 46 IS The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) after the Engineer approves changes to production or placement methods. Table 18 Segregation (Density Profile) Acceptance Criteria Max Allowable Max Allowable Mixture Type Density Range Density Range (highest to (average to lowest, lowest, pcf) pcf) DG-B 8.0 5.0 DG-C, DG-D, and DG-F 6.0 3.0 4.9.3.3.4. Longitudinal Joint Density. 4.9.3.3.4.1. Informational Tests. Perform joint density evaluations while establishing the rolling pattern and verify that the joint density is no more than 3.0 pcf below the density taken at or near the center of the mat. Adjust the rolling pattern, if needed, to achieve the desired joint density. Perform additional joint density evaluations, at least once per sublot, unless otherwise directed. 4.9.3.3.4.2. Record Tests. Perform a joint density evaluation for each sublot at each pavement edge that is or will become a longitudinal joint. Joint density evaluations are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." Determine the joint density in accordance with Tex-207-F, Part VII. Record the joint density information and submit results on Department forms to the Engineer. The evaluation is considered failing if the joint density is more than 3.0 pcf below the density taken at the core random sample location and the correlated joint density is less than 90.0%. The Engineer will make independent joint density verification at least once per project and may make independent joint density verifications at the random sample locations. The Engineer's joint density test results will be used when available. Provide the Engineer with the joint density of every sublot in the lot within 1 working day of the completion of each lot. Report the results of each joint density in accordance with Section 341.4.2., "Reporting and Responsibilities." Investigate joint density failures and take corrective actions during production and placement to improve the joint density. Suspend production if the evaluations on two consecutive sublots fail, unless otherwise approved. Resume production after the Engineer approves changes to production or placement methods. 4.9.3.3.5. Recovered Asphalt Dynamic Shear Rheometer(DSR). The Engineer may take production samples or cores from suspect areas of the project to determine recovered asphalt properties. Asphalt binders with an aging ratio greater than 3.5 do not meet the requirements for recovered asphalt properties and may be deemed defective when tested and evaluated by the Materials and Tests Division. The aging ratio is the DSR value of the extracted binder divided by the DSR value of the original unaged binder. Obtain DSR values in accordance with AASHTO T 315 at the specified high-temperature PG of the asphalt. The TXDOT ITEM 341 -40 OF 46 la The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Engineer may require removal and replacement of the defective material at the Contractor's expense. The asphalt binder will be recovered for testing from production samples or cores in accordance with Tex-211-F. 4.9.3.3.6. Irregularities. Identify and correct irregularities, including segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. The Engineer may also identify irregularities, and in such cases, the Engineer will promptly notify the Contractor. If the Engineer determines that the irregularity will adversely affect pavement performance, the Engineer may require the Contractor to remove and replace (at the Contractor's expense) areas of the pavement that contain irregularities. The Engineer may also require the Contractor to remove and replace (at the Contractor's expense) areas where the mixture does not bond to the existing pavement. If irregularities are detected, the Engineer may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than 1 day while the Contractor is taking appropriate corrective action. 4.9.4. Exempt Production. The mixture may be deemed as exempt production when mutually agreed upon between the Engineer and the Contractor, or when shown on the plans. Exempt production may be used for the following conditions. • Anticipated daily production is less than 500 ton. • Total production for the project is less than 5,000 ton. • Pavement repair sections are equal to or greater than 300 ft. For pavement repair sections less than 300 ft., refer to Section 341.4.9.3.1.4., "Miscellaneous Areas." Exempt production is not eligible for referee testing. For exempt production, the Contractor is relieved of all production and placement QC and QA sampling and testing requirements, except for coring operations when required by the Engineer. When mutually agreed upon between the Engineer and the Contractor, production sampling will be allowed at the point of delivery. When 100 ton or more per day is produced, the Engineer must perform acceptance tests for production and placement in accordance with Table 16. If the specification requirements listed below are met, the production and placement pay factors are 1.000: • produce, haul, place, and compact the mixture in compliance with the specification and as directed; • control mixture production to yield a laboratory-molded density that is within ±1.0% of the target laboratory-molded density as tested by the Engineer; • compact the mixture in accordance with Section 341.4.8., "Compaction;" • when a thermal imaging system is not used, the Engineer may perform segregation (density profiles) and thermal profiles in accordance with the specification; and TXDOT ITEM 341 -41 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) • all other specification requirements. 4.9.5. Ride Quality. Measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 5. MEASUREMENT 5.1. Dense-Graded HMA. Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 5.2. Tack Coat. Tack coat will be measured at the applied temperature by strapping the tank before and after road application and determining the net volume in gallons from the calibrated distributor. The Engineer will witness all strapping operations for volume determination. All tack, including emulsions, will be measured by the gallon applied. The Engineer may allow the use of a metering device to determine asphalt volume used and application rate if the device is accurate within 1.5% of the strapped volume. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under Section 341.5.1., "Dense-Graded HMA,"will be paid for at the unit price bid for"Dense-Graded Hot-Mix Asphalt" of the mixture type, SAC, and binder specified. These prices are full compensation for surface preparation, materials, placement, equipment, labor, tools, and incidentals. The work performed and materials furnished in accordance with this Item and measured as provided under Section 341.5.2., "Tack Coat,"will be paid for at the unit price bid for"Tack Coat" of the tack coat provided. These prices are full compensation for materials, placement, equipment, labor, tools, and incidentals. Payment adjustments will be applied as determined in accordance with this Item; however, a payment adjustment factor of 1.000 will be assigned for all placement sublots for level-ups only when "Level Up" is listed as part of the bid item description. A payment adjustment factor of 1.000 will be assigned to all production and placement sublots when "Exempt" is listed as part of the bid item description, and all testing requirements are met. Payment for each sublot, including applicable payment adjustments greater than 1.000, will be paid only for sublots when the Contractor supplies the Engineer with the required documentation for production and placement QC and QA, thermal profiles, segregation density profiles, and longitudinal joint densities in accordance with Section 341.4.2., "Reporting and Responsibilities." When a thermal imaging system is used, documentation is not required for segregation density profiles on individual sublots; however, the thermal imaging system automated reports described in Tex-244-F are required. TXDOT ITEM 341 -42 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Trial batches will not be paid for unless they are included in pavement work approved by the Department. Payment adjustment for ride quality will be determined in accordance with Item 585. 6.1. Production Payment Adjustment Factors. The production payment adjustment factor is based on the laboratory-molded density using the Engineer's test results. The bulk specific gravities of the samples from each sublot will be divided by the Engineer's maximum theoretical specific gravity for the sublot. The individual sample densities for the sublot will be averaged to determine the production payment adjustment factor in accordance with Table 19 for each sublot, using the deviation from the target laboratory-molded density in accordance with Table 9. The production payment adjustment factor for completed lots will be the average of the payment adjustment factors for the four sublots sampled within that lot. Table 19 Production Payment Adjustment Factors for Laboratory-Molded Density' Absolute Deviation from Production Payment Adjustment Factor Target Laboratory-Molded Density (Target Laboratory-Molded Density) 0.0 1.050 0.1 1.050 0.2 1.050 0.3 1.044 0.4 1.038 0.5 1.031 0.6 1.025 0.7 1.019 0.8 1.013 0.9 1.006 1.0 1.000 1.1 0.965 1.2 0.930 1.3 0.895 1.4 0.860 1.5 0.825 1.6 0.790 1.7 0.755 1.8 0.720 >1.8 Remove and replace TXDOT ITEM 341 -43 OF 46 The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Absolute Deviation from Production Payment Adjustment Factor Target Laboratory-Molded Density (Target Laboratory-Molded Density) 1. If the Engineer's laboratory-molded density on any sublot is <95.0% or>97.0%, take immediate corrective action to bring the mixture within these tolerances. The Engineer may suspend operations if the Contractor's corrective actions do not produce acceptable results. The Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. 6.1.1. Payment for Incomplete Production Lots. Production payment adjustments for incomplete lots, described under Section 341.4.9.2.1.1., "Incomplete Production Lots,"will be calculated using the average production payment factors from all sublots sampled. A production payment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples within the first sublot. 6.1.2. Production Sublots Subject to Removal and Replacement. If after referee testing the laboratory-molded density for any sublot results in a "remove and replace" condition as shown in Table 19, the Engineer may require removal and replacement or may allow the sublot to be left in place without payment. The Engineer may also accept the sublot in accordance with Section 5.3.1., "Acceptance of Defective or Unauthorized Work." Replacement material meeting the requirements of this Item will be paid for in accordance with this Section. 6.2. Placement Payment Adjustment Factors. The placement payment adjustment factor is based on in-place air voids using the Engineer's test results. The bulk specific gravities of the cores from each sublot will be divided by the Engineer's average maximum theoretical specific gravity for the lot. The individual core densities for the sublot will be averaged to determine the placement payment adjustment factor in accordance with Table 20 for each sublot that requires in- place air void measurement. A placement payment adjustment factor of 1.000 will be assigned to the entire sublot when the random sample location falls in an area shown on the plans as not subject to in-place air void determination. A placement payment adjustment factor of 1.000 will be assigned to quantities placed in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." The placement payment adjustment factor for completed lots will be the average of the placement payment adjustment factors for up to four sublots within that lot. TXDOT ITEM 341 -44 OF 46 TO The Solco Group, LC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Table 20 Placement Payment Adjustment Factors for In-Place Air Voids In-Place Placement Pay In-Place Placement Payment Air Voids Adjustment Factor Air Voids Adjustment Factor <2.7 Remove and replace 6.4 1.042 2.7 0.710 6.5 1.040 2.8 0.740 6.6 1.038 2.9 0.770 6.7 1.036 3.0 0.800 6.8 1.034 3.1 0.830 6.9 1.032 3.2 0.860 7.0 1.030 3.3 0.890 7.1 1.028 3.4 0.920 7.2 1.026 3.5 0.950 7.3 1.024 3.6 0.980 7.4 1.022 3.7 0.998 7.5 1.020 I 3.8 1.002 7.6 1.018 3.9 1.006 7.7 1.016 4.0 1.010 7.8 1.014 4.1 1.014 7.9 1.012 4.2 1.018 8.0 1.010 4.3 1.022 8.1 1.008 4.4 1.026 8.2 1.006 4.5 1.030 8.3 1.004 4.6 1.034 8.4 1.002 4.7 1.038 8.5 1.000 4.8 1.042 8.6 0.998 4.9 1.046 8.7 0.996 5.0 1.050 8.8 0.994 5.1 1.050 8.9 0.992 5.2 1.050 9.0 0.990 5.3 1.050 9.1 0.960 5.4 1.050 9.2 0.930 5.5 1.050 9.3 0.900 5.6 1.050 9.4 0.870 5.7 1.050 9.5 0.840 5.8 1.050 9.6 0.810 5.9 1.050 9.7 0.780 6.0 1.050 9.8 0.750 6.1 1.048 9.9 0.720 6.2 1.046 >9.9 Remove and replace 6.3 1.044 - - 6.2.1. Payment for Incomplete Placement Lots. Payment adjustments for incomplete placement lots described under Section 341.4.9.3.1.2., "Incomplete Placement Lots,"will be calculated using the average of the placement payment factors from all sublots sampled and sublots where the random location falls in an area shown on the plans as not eligible for in-place air void determination. TXDOT ITEM 341 -45 OF 46 The Solco Group,LLC DENSE GRADED HOT MIX ASPHALT 1 1 San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) If the random sampling plan results in production samples, but not in placement samples, the random core location and placement adjustment factor for the sublot will be determined by applying the placement random number to the length of the sublot placed. If the random sampling plan results in placement samples, but not in production samples, no placement adjustment factor will apply for that sublot placed. A placement payment adjustment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any production samples. 6.2.2. Placement Sublots Subject to Removal and Replacement. If after referee testing the placement payment adjustment factor for any sublot results in a "remove and replace" condition as shown in Table 20, the Engineer will choose the location of two cores to be taken within 3 ft. of the original failing core location. The Contractor must obtain the cores in the presence of the Engineer. The Engineer will take immediate possession of the untrimmed cores and submit the untrimmed cores to the Materials and Tests Division, where they will be trimmed, if necessary, and tested for bulk specific gravity within 10 working days of receipt. The bulk specific gravity of each core from each sublot will be divided by the Engineer's average maximum theoretical specific gravity for the lot. The individual core densities for the sublot will be averaged to determine the new payment adjustment factor of the sublot in question. If the new payment adjustment factor is 0.720 or greater, the new payment adjustment factor will apply to that sublot. If the new payment adjustment factor is less than 0.720, no payment will be made for the sublot. Remove and replace the failing sublot, or the Engineer may allow the sublot to be left in place without payment. The Engineer may also accept the sublot in accordance with Section 5.3.1., "Acceptance of Defective or Unauthorized Work." Replacement material meeting the requirements of this Item will be paid for in accordance with this Section. 6.3. Total Adjusted Pay (TAP) Calculation. TAP will be based on the applicable payment adjustment factors for production and placement for each lot. TAP = (A+B)/2 where: A = Bid price x production lot quantity x average payment adjustment factor for the production lot B = Bid price x placement lot quantity x average payment adjustment factor for the placement lot + (bid price x quantity placed in miscellaneous areas x 1.000) Production lot quantity = Quantity actually placed -quantity left in place without payment Placement lot quantity= Quantity actually placed - quantity left in place without payment-quantity placed in miscellaneous areas TXDOT ITEM 341 -46 OF 46 T trh The Solco Group, LLC DENSE GRADED HOT MIX ASPHALT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) TxDOT Item 354 Planing and Texturing Pavement 1. DESCRIPTION Plane, or plane and texture, existing asphalt concrete pavement, asphalt- stabilized base, or concrete pavement. 2. EQUIPMENT The Engineer may require demonstration of the equipment's capabilities. 2.1. Planing Machine. Use planing machines that: • have a minimum 6-ft. cutting width except for work areas less than 6 ft. wide; • are self-propelled with enough power, traction, and stability to maintain an accurate depth of cut and slope; • can cut in one continuous operation: 4 in. of asphalt concrete pavement, 1 in. of concrete pavement, or a combination of 2 in. of asphalt concrete pavement and 1/2 in. of concrete pavement; • use dual longitudinal controls capable of operating on both sides automatically from any longitudinal grade reference, which includes string line, ski, mobile string line, or matching shoe; • use transverse controls with an automatic system to control cross slope at a given rate; • use integral loading and reclaiming devices to allow cutting, removal, and discharge of the material into a truck in one operation; and • include devices to control dust created by the cutting action. 2.2. Manual System. Use a manual system that can achieve a uniform depth of cut, flush to all inlets, valve covers, manholes, and other appurtenances within the paved area. Use of a manual system is allowed for areas restricted to self- propelled access and for detail pavement removal. 2.3. Sweeper. Use a street sweeper to remove cuttings and debris from the planed or textured pavement unless otherwise approved. Equip the sweeper with a water tank, a dust control spray assembly, both a pick-up and a gutter broom, and a debris hopper. 3. CONSTRUCTION 3.1. Grade Reference. Place grade reference points at maximum intervals of 50 ft. in accordance with Item 5, "Control of the Work,"when required. Use the control points to set the grade reference. Support the grade reference so the maximum deflection does not exceed 1/16 in. between supports. v, The Solco Group, LLC TXDOT ITEM 354 - 1 OF 4 PLANING AND TEXTURING PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 3.2. Planing and Texturing. Vary the speed of the machine to leave a grid or other pattern type with discontinuous longitudinal reach. Remove the pavement surface for the length, depth, and width shown on the typical section and to the established line and grades. Remove pavement to vertical lines adjacent to curbs, gutters, inlets, manholes, or other obstructions. Do not damage appurtenances or underlying pavement. Provide a planed surface that has a uniform textured appearance and riding surface. Surface should be free of gouges, continuous longitudinal grooves, ridges, oil film, and other imperfections of workmanship. Leave a uniform surface of concrete pavement free of asphalt materials when removing an asphalt concrete pavement overlay. Provide a minimum texture depth of not less than 0.05 in. when an overlay on the planed pavement is not required. Stop planing operations when surface texture depth is not sufficient. Never damage armor joints and other appurtenances. Provide a pavement surface that, after planing, has a smooth riding quality and is true to the established line, grade, and cross-section. Provide a pavement surface that does not vary more than 1/8 in. in 10 ft. Evaluate this criterion using a 10-ft. straightedge placed parallel to the centerline of the roadway. Deviations will be measured from the top of the texture. Correct any point in the surface not meeting this requirement. Sweep pavement and gutter. Leave pavement and curb clean. 3.3. Edge Treatments. Slope vertical or near vertical longitudinal faces in the pavement surface for areas under traffic in conformance with the requirements on the plans at the end of the day. Taper transverse faces to provide an acceptable ride. 3.4. Salvaged Materials. The Contractor will retain ownership of planed materials unless otherwise shown on the plans. Stockpile salvaged materials at locations shown on the plans. Prepare the stockpile site by removing vegetation and trash and providing proper drainage. Keep salvaged paving material free of contamination during its removal, transportation, and storage. Place different types or qualities of salvaged asphalt paving material into separate stockpiles. Dispose of unsalvageable material in conformance with applicable federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by the square yard of surface area for each pavement type, including asphalt concrete pavement and concrete pavement. Measurement will be based on the depth shown for each bid item, within the limits shown on the plans, regardless of the number of passes required. Only one bid item for each pavement type will apply to any one location. TRG The Solco Group, LLC TXDOT ITEM 354 -2 OF 4 PLANING AND TEXTURING PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Planing and Texturing Asphalt Concrete Pavement," "Planing and Texturing Concrete Pavement," "Planing Asphalt Concrete Pavement," or"Planing Concrete Pavement" of the depths specified. The planing of concrete pavement to remove all asphalt concrete pavement in accordance with Article 354.3., "Construction," will be subsidiary to the planing of asphalt concrete pavement of the depth shown on the plans. This price is full compensation for removing all material to the depth shown; texturing the pavement surface when texturing is shown in the bid item description; loading, hauling, and unloading; stockpiling or disposing of material; sweeping; tapering or sloping longitudinal or transverse joints in accordance with Section 354.3.3., "Edge Treatments"; and equipment, labor, tools, and incidentals. Demonstration work to receive approval for use of equipment will not be paid for unless work is performed in accordance with the Contract and is accepted. la The Solco Group, LLC TXDOT ITEM 354 -3 OF 4 PLANING AND TEXTURING PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK The Solco Group,LLC TXDOT ITEM 354 -4 OF 4 PLANING AND TEXTURING PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 Tria The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 111 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 To The Solco Group, LLC REINFORCED CONCRETE PAVEMENT 4 San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 AGTXDOT ITEM 360 -6 OF 16 The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 Tiic The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 TO The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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%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 11118 The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 la The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 IgG The Solco Group,LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 TV The Solco Group,LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 la The Solco Group, LLC REINFORCED CONCRETE PAVEMENT u'. San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK TXDOT ITEM 360 - 16 OF 16 To The Solco Group, LLC REINFORCED CONCRETE PAVEMENT San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 f 800 I I 1,000 III 1,350 IV 2,000 V 3,000 Tablc 2 Arch Dire Desk Equivalent Rice- Spam Size Diameter- 4R'J 4 43 13 1/2 22 2 24 15 1/2 26 3 24 4-8 28 1/2 • 4 30 221/2 36-144 6 36 26-518 113 3/1 6 42 31 5/16 1 51-1/8 TgG The Solco Group, LLC TXDOT ITEM 464 - 1 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 7 48 36 58 1/2 8 54 40 65 9 68 45 a0 54 88 Equivalent fie Slaan- - Si.ze Diameter- {+n4 010 4 4-8 4-4 23 2 24 4-9 30 3 2-7 2-2 34 4 30 -4 38 5 33 2-7 42 6 36 29 45 7 39 32 49 8 42 34 53 9 48 38 60 4-0 54 43 68 2.2.2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunncling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking strc;ses. t 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. To The Solco Group, LLC TXDOT ITEM 464 -2 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. trh G The Solco Group, LLC TXDOT ITEM 464 -3 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 thepipe in accordance with Item�l76, " Jacking Borinn nr 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 Dena (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 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. irgss The Solco Group, LLC TXDOT ITEM 464 -4 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 Tolerances Design Grade 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. TfiG The Solco Group, LLC TXDOT ITEM 464 -5 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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." Pipe that will be jacked, bored, or tunneled will be measured in Measurement of spurs, branches, or new connecting pipe will be made from the The Solco Group, LLC TXDOT ITEM 464 -6 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 measured and paid for as required undo' 1tom Ao2 "TreReh_ eo ie.n " or It 403 "Temporary Special r Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400. When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring, or tunneling is required, payment will be made under Item 176. To The Solco Group, LLC TXDOT ITEM 464 -7 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK la The Solco Group, LLC TXDOT ITEM 464 -8 OF 8 REINFORCED CONCRETE PIPE San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 TSG The Solco Group,LLC ITEM 465 - 1 OF 4 JUNCTION BOXES, MANHOLES AND INLETS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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-7305 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 sigG The Solco Group,LLC ITEM 465 - 2 OF 4 JUNCTION BOXES, MANHOLES AND INLETS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) boots, rubber gaskets, or bulk or preformed jointsealant. Take precautions in placing and compacting the backfill to avoid any movement of junction boxes, manholes, and inlets. Remove and replace junction boxes, manholes, and inlets damaged by the Contractor at no expense to the ent (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 WIG The Solco Group, LLC ITEM 465 - 3 OF 4 JUNCTION BOXES, MANHOLES AND INLETS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for as follows: 5.1 . Complete 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. 5.3. Complete Junction Boxes. Payment for junction boxes will be made at the unit price bid for"Junction Box (Complete)" of the type specified. 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 f h "Manhole (Stage II)" of fho typo o cified 5. R Inle4 St ne I Pa ent for I I f Stage I gill he mere of the nit price bird for Bach "Inlet (Stage I)" of thetype specified. �5.7, 1 I fs St II. D ent fo Inlet St 11 ill h_ .. ade at the unit price bid for each "Inlet (Stage II)" of thetype specified. 5.9. Junction Boxes Stage II. Payment for Junction Boxes, Stage II, will be made at the unit price bid for each "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. The Solco Group, LLC ITEM 465 - 4 OF 4 JUNCTION BOXES, MANHOLES AND INLETS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 progresses. Mobilization is calculated on the base bid only and will not be paid for separately on any additive alternate items added to the Contract. 3. PAYMENT For this Item, the adjusted Contract amount will be calculated as the total Contract amount less the lump sum for mobilization. Except for Contracts with callout or emergency work, mobilization will be paid in partial payments as follows: ■ Payment will be made upon presentation of a paid invoice for the payment or performance bonds and required insurance, • Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 10% of the mobilization lump sum or 1%, of the total Contract amount, whichever is less, • 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, TO The Solco Group, LLC TXDOT ITEM 500 - 1 OF 2 MOBILIZATION San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) whichever is less, will be paid. Previous payments under this Item will be 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 follow • Payment will be made upon presentation of a paid invoice for the payment of performance bonds and required insurance, • Mobilization for callout work will be • Mobilization for emergency work will be paid for each emergency work request. The Solco Group, LLC TXDOT ITEM 500 -2 OF 2 1 MOBILIZATION San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 rhG The Solco Group, LLC TXDOT ITEM 502 - 1 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. i h th lans establish pay ito.Y,o for particular work in the TCP, that work will be measured and paid for under pertinent Items. TMAs and TAs will be paid for under Item 505, "Truck Mounted Attenuator(TMA) and Trailer Attenuator(TA)." Portable changeable mescage signs will be paid for the plans. In accordance with Section 7.2.3., "Safety in the project budget to improve the cffectivencsc of traffic handling and enhance 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. WO The Solco Group, LLC TXDOT ITEM 502 -2 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. 41.2. Law Enforcement Personnel. The work performed and materials furnished in rials, supplies, equipment, patrol vehicle, fces, and incidentals necessary to complete the work as directed. 10 The Solco Group, LLC TXDOT ITEM 502 - 3 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK TIIA The Solco Group, LLC TXDOT ITEM 502 -4 OF 4 BARRICADES, SIGNS, AND TRAFFIC HANDLING San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 132, "Riprap," and • Item 556, "Pipe Underdrains." 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with approved hardne's, durability, cleanlinecc, � Types � 7 nd 4 Rock Filter Damn I se 3 to 6 i ate Type 3 Rock Filter Dame I Ise I to 8 in aggregate 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie ,. res for T„ns2-a„d-3-ock-filter dams pe-4 dams require: • e do ble_twisted hexagonal . ..ith � al m sh g of 2 1/2 v 3 1/4 in.; ■ minimum 0.0866 in. steel wire for netting; ■ minimum 0.1063 in. steel wire for selvages and corners; and ■ minimum 0.0866 in. for binding or tic wire. 2.1.3. Tio The Solco Group, LLC TXDOT ITEM 506- 1 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride Recycled and other materials meeting these requirements are allowed if approved. Furnish c ete dance th Item 432 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or othercomparable non erodible material that conforms to the plans. Provide rock the construction of energy discipaters. 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. 2/1.1. Rock Construction Exit. Provide crushed aggregate for long and short term from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials, and organic and injurious matter. Use 4 to 8 in. aggregate for Type 1. I I o 2 + it ate for Tyma3 2.1.2. Timbcr Construction Exit. Furnish No. 2 quality or better railroad tics and to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. 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 2.7. C struction Perimeter Fence 2.7 Dr, t Drn ide o c ball str h+ ood nr ste I r is+hat are at lea 60 in in.,-e-r use nominal m cross se ctio of 1_1/2 x 1 1/5 ' C ish T I shaped steel e s+ ith a minimum weight of 1.25 lb. per foot. 2.7.2. Fence. Provide orange construction fencing as approved. 2.7.3. Fence Wire. Provide 14 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tie wire. The Solco Group, LLC TXDOT ITEM 506-2 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 2.7.4. Flagging. Previde lightly colored flagging that is fade resistant and at least 3/1 in. wide to provide maximum visibility both day and night. • • 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%. wide, and 6 to 8 in. thick. Sieve Size Retained ( by Weigh) Si-eve-Size #4 Maximum 3°/u tt1O0 Minimum 80% #200 Minimum 95% 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. The Solco Group, LLC TXDOT ITEM 506-3 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 2.10. Biodegradable Erosion Control Logs. 2.10.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161. 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 Department's 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 TrhG The Solco Group, LLC TXDOT ITEM 506-4 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 storrnwater 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 Department'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 San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWP3, plans, or TPDES General Permit TXR150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor's operations. Implement additional controls as directed. 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 other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor's option. Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5. Place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire tics, or hog rings for Types 2 and 3, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: 41.e1.1.1. Type 1 (Non Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. Tor.Width At least 2 ft ■ Slopes. No steeper than 2:1. 41.1.1.2. Type 2 (Reinforced). Hcighf At least 18 ed . er ically from o stin net to top of filter dam. least 2 ft. ■ Slopes. No steeper t, ;- 4.4.1.3. Type 3 (Reinforced). ■ Height. At least 36 in. measured vertically from existing ground to top of filter dam. • Top Width At least 2 ft � Slopes Flo steeper than 2:1 The Solco Group, LLC TXDOT ITEM 506-7 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 41.1.1.1. Type 4(Sack Gabiens). Unfold sack spacing for vertical filling. Pull the end lacing rod at one end until tight, wrap around the end, and twist 4 times. Fill with stone at the f+ g end, pull the rod Place the sack flat in a filling trough, fill with stone, connect sides, and secure ends as described above for horizontal filling. contours. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans to the top of the embankment as shown on the plans or as directed. Form the downs or hold down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432,when designated on the plans. �1.1.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment(including compaction of the subgrade) of material to the dimensions shown on the plans unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the 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. foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits width of the exit, or as directed. 4,4.1.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. 1.1.1.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. IFSO The Solco Group, LLC TXDOT ITEM 506-8 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. 1.�.1.2.2. Type 4. Construct as shown on the plans or as directed. 4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 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. acre draincd, or equivalent control measures for drainage locations that serve th In di + rh d an + tim not incl in 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. ,6. C ti 4 C C st + ali J nd Irmote fencing as drown the plans or as directed. 4.1.6.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.1.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot 4.1.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment laden storm water runoff from disturbed areas, cr ate a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at I act the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary IFIG The Solco Group, LLC TXDOT ITEM 506-9 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. Provide equipment with a track undercarriage capable of producing a linear soil Tr4G The Solco Group, LLC TXDOT ITEM 506-10 OF 16 TEMPORARY EROSION,SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) impression measuring a minimum of 12 in. long X 2 to 4 in. wide x 1/2 to 2 in. `-I De at exceed e 12 bts• tk m p ross iinnc Installcontin nr r� o n rac c o ti n track impressions where the 12 in. length impressions arc 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 TIM The Solco Group, LLC TXDOT ITEM 506- 11 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) Site. 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. 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid fo under'Earthwor c(Erosion a �d Sediment Control In Vehicle =€xcavation�vilf 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. 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. 1418 The Solco Group, LLC TXDOT ITEM 506- 12 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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; • 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 dist rbed o dill he pair♦ for u nder pertinent Items a nt vertical tacking which is subsidiary. Furnishing and installing pipe for outfalls aosociated 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 e iith this Item and meas gyred as provided inner"Meas irement" will he paint 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 tools nd 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 When the Engineer directs that-thc-ecl (Remove)" and for ock Filter Da+ s (Insta " of the t„pe sr,c �edThiss pric�� em porary Dine Slope Drains. Theme work performed a '�rrd ma Turarrnished 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 VD The Solco Group, LLC TXDOT ITEM 506- 13 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) and disposal, furnishing and operating equipment, labor, tools, and incidentals. drain installation or portions thereof be replaced, payment will be made at the unit bid for "Te poranw Dino Clone Drains" of the size specified e which is f ill compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of th-. sediment trap .will be m red anrd paid for u nder"Earthwork for Erosion and Sediment Control." Rinrapno�r or stone •when ed as an e w did pater or as a stabilized sediment+ a ill hem rend and paid for in ordance e with Item AZ7 "Riprap." 6.3. Temporary Paved Flumes. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid for"Temporary Paved Flume (Install)" or "Temporary Paved Flume (Remove)." This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for "Temporary Paved Flume (Remove)" and "Temporary Paved Flume (Install)." These prices are full ea ,tien for +he ep cement of the avedflume—a or Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." 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 .ork performed anal materials f rnished ordance with this Item and measured as provided under "Measurement" for construction exits needed on right of way acce.s 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 IMO The Solco Group, LLC TXDOT ITEM 506- 14 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) (Remove)" and "Construction Exit (Install)" of the type specified. These prices and for equipment, labor, tools, and incidentals. Construction of sediment traps used in conjunction with the construction exit will 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. �.2. Ma' nnne Earthwork for Ero on and Sedimen♦ Control for Cleaning and Restoring Control M asurcs. The work performed and materials provided to the Engineer. This s f ill compensation for n ation mbankment and ro_grading including removal of accumulated sediment in various erosion control the project; excavation for construction of erosion control features; embankments including furnishing material from approved sources and construction of erosion control features; and equipment, labor, tools, and incidentals. Earthwork needed to remove and obliterate erosion control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.6. Construction Perimeter Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "M asurement" 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 la The Solco Group, LLC TXDOT ITEM 506- 15 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 m rho at+h it i �cti erimeter Fence," 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 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 +allation I \Wen tho r directsthat + sandbag in ,vr,Tte+7��rr�n-�-r�E�^i,�ceT-mrcor portions thereof be replaced, payment will be made at the unit price bid for 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. la The Solco Group, LLC TXDOT ITEM 506- 16 OF 16 TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 The Solco Group, LLC TXDOT ITEM 529 - 1 OF 2 CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) TxDOT Item 531 SIDEWALKS 1. DESCRIPTION Construct hydraulic cement concrete sidewalks, American with Disabilities Act ramps, and steps. 2. MATERIALS Furnish materials conforming to the following: Item 360, "Concrete Pavement" Item 420, "Concrete Substructures" Item 421, "Hydraulic Cement Concrete" Item 440, "Reinforcement for Concrete" Use Class A concrete unless otherwise shown on the plans. Use Grade 8 coarse aggregate for extruded Class A concrete. Use other grades if approved. Use of fibers meeting the requirements of 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 prequalified fibers for concrete. Furnish detectable warning material in accordance with DMS-4350, "Detectable Warning Material." 3. CONSTRUCTION Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Hand-tamp and sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and dispose of existing concrete in accordance with Item 104, "Removing Concrete." Provide a clean surface for concrete placement directly on the surface material or pavement. Furnish and place reinforcing steel in accordance with Item 440 unless fiber reinforced concrete is used. Mix and place concrete in accordance with the pertinent Items. Hand-finishing is allowed for any method of construction. Finish exposed surfaces to a uniform transverse broom finish surface. Curb ramps must include a detectable warning surface and conform to details shown on the plans. Install joints as shown on the plans. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4 in., sidewalk cross slope does not exceed 2%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10% slope. Ensure that the sidewalk depth and reinforcement are not less The Solco Group, LLC ITEM 531 PAGE 1 OF 2 SIDEWALKS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) than the driveway cross-sectional details shown on the plans where a sidewalk crosses a concrete driveway. Use construction methods in conformance with manufacturers' recommendations when installing detectable warning surface. Install detectable warning surface as shown on the plans. Provide finished work with a well-compacted mass, a surface free from voids and honeycomb, and the required true-to-line shape and grade. Cure for at least 72 hr. in accordance with Item 420. 3.1 Conventionally Formed Concrete. Provide pre-molded or board expansion joints of the thickness shown on the plans for sidewalk section lengths greater than 8 ft. but less than 40 ft., unless otherwise directed. Terminate workday production at an expansion joint. 3.2 Extruded or Slipformed Concrete. Provide any additional surface finishing immediately after extrusion or slipforming as required on the plans. Construct joints at locations as shown on the plans or as directed. 4. MEASUREMENT Sidewalks will be measured by the square yard of surface area. Curb ramps will be measured by the square yard of surface area or by each. A curb ramp consists of the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the plans. Steps will be measured by the square yard of horizontal surface area. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for "Concrete Sidewalks" of the depth specified, "Concrete Sidewalk (Steps)," and "Curb Ramps" of the type specified. This price is full compensation for surface preparation of sidewalk foundation; materials; removal and disposal of existing concrete; excavation, hauling, and disposal of excavated material; drilling and doweling into existing concrete curb, sidewalk, and pavement; repair of adjacent street or pavement structure damaged by these operations; and equipment, labor, materials, tools, and incidentals. Sidewalks that cross and are part of the concrete driveways or turnouts will be measured and paid for in accordance with Item 530, "Intersections, Driveways, and Turnouts." The Solco Group, LLC ITEM 531 PAGE 2 OF 2 SIDEWALKS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 TO The Solco Group, LLC TXDOT ITEM 666 - 1 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 The Solco Group, LLC TXDOT ITEM 666 -2 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) • 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; The Solco Group, LLC TXDOT ITEM 666 -3 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) • 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 la The Solco Group, LLC TXDOT ITEM 666 -4 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 AG The Solco Group, LLC TXDOT ITEM 666 -5 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 the base marking to the top of the raised profile marking. 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, 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. WA The Solco Group,LLC TXDOT ITEM 666 -6 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) • 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. 4.5.7. Type Ill All-Weather Markings. Type Ill all-weather markings must meet the following minimum retroreflectivity values for all longitudinal edgeline, centerline, TrhG The Solco Group, LLC TXDOT ITEM 666 -7 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. 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 The Solco Group, LLC TXDOT ITEM 666 -8 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. Restripe at the Contractor's expense if the averages of these measurements fail. Retake portable retroreflectometer measurements of all restriped markings TRG The Solco Group, LLC TXDOT ITEM 666 -9 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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 for"Pavement Sealer" of the size specified; "Pavement Sealer (Call Out)" of the size specified; "Retroreflectorized Pavement Markings" of the type, color, shape, Tip The Solco Group, LLC TXDOT ITEM 666 - 10 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) 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. The Solco Group,LLC TXDOT ITEM 666 - 11 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) THIS PAGE INTENTIONALLY LEFT BLANK la The Solco Group, LLC TXDOT ITEM 666 - 12 OF 12 RETROREFLECTORIZED PAVEMENT MARKINGS San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) TxDOT Item 713 Cleaning and Sealing Joints and Cracks (Concrete Pavement) 1. DESCRIPTION Clean and seal joints and cracks in concrete pavement. 2. MATERIALS Furnish sealant, boards, and backer rods in accordance with DMS-6310, "Joint Sealants and Fillers." The sealant must be Type 4, 5, 7, or 8 unless otherwise shown on the plans or in conformance with specifications. Furnish primer when required by the sealant manufacturer. 3. EQUIPMENT Use equipment in conformance with the sealant manufacturer's recommendations. Furnish equipment capable of placing the sealant, backer rods, and boards as shown on the plans. Furnish equipment capable of removing all foreign material from the concrete joint or the grooved crack. The following equipment is recommended to meet cleaning and sealing requirements: • power concrete saw, • sandblasting equipment, • power router, • high-pressure air, and • sealant dispenser. 4. WORK METHODS Use dimensions for joint details in accordance with Standard Drawing Concrete Paving Details, Joint Seals, unless other dimensions are shown on the plans. Make a groove, follow the cracks to be sealed, and rout the groove approximately 1/2 in. deep x 5/8 in. wide, unless otherwise directed or shown on the plans. The Engineer will select joints and cracks to be cleaned and sealed. Remove all foreign material from the joint or groove reservoir. Clean the joint by sandblasting or other approved methods. If directed, saw joint sides to remove embedded foreign material in the concrete that sandblasting will not remove. Do not place sealant when the concrete pavement is below 55°F or above 90°F. Do not place sealant in a wet or damp joint or groove. Use approved drying method if joints or grooves are sealed within 24 hr. of rain. Apply primer when required by the sealant manufacturer. Blow out joint or groove by high pressure air or other approved methods before placing sealant. Remove and replace sealant when The Solco Group, LCTXDOT ITEM 713 - 1 OF 2,SGCLEANING AND SEALING JOINTS AND CRACKS (CONCRETE PAVEMENT) San Antonio Avenue Rehabilitation and Block Alley Reconstruction City of Port Arthur Contract No: 24-053) placed flush with or above the pavement surface. The various types of joints and cracks are shown in Table 1. Table 1 Types of Joints and Cracks Requirements Joint or Crack Type Requirement Transverse contraction joints Backer rods and sealants Longitudinal contraction joint Sealant Longitudinal construction joint Sealant Expansion joints Boards, backer rods, and sealant Cracks in concrete pavement Sealant 5. MEASUREMENT Joint cleaning and sealing will be measured by the foot of joint cleaned and sealed. Crack cleaning and sealing will be measured by the foot of crack cleaned and sealed. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid for"Joint Sealing and Cleaning" of the type specified, or"Crack Cleaning and Sealing." TgThe Solco Group, LLC TXDOT ITEM 713 - 2 OF 2 GCLEANING AND SEALING JOINTS AND CRACKS (CONCRETE PAVEMENT) 73 HTS, Inc. Consultants Phone: 713-692-83 Iuuui11 ' ' � 416 Pickering Street, Houston, TX 77091 Fax: 713-692-8502 www.htshouston.com Toll Free: 1-800-692-TEST CONSULTANTS Excellence in Engineering, Consulting, Testing and Inspection June 6,2024 The Solco Group,LLC 13100 Wortham Center Drive,3rd Floor. Houston,Texas 77065 Attn: Mr.Simon Karingithi,P.E. Re: Data Report City of Port Arthur San Antonio Avenue Rehabilitation Between Procter Street and 4th Street Port Arthur,Texas HTS Project No.: 24-S-216 Dear Mr.Karingithi: This letter report summarizes our core investigation regarding the proposed project located between Procter Street and 4th Street in Port Arthur,Texas. For the current investigation,4 locations were cored,and sampled on May 16,2024. At each location, the existing pavement was cored,and thickness(or depth)was measured.After the completion of the fieldwork, surface was patched. The pavement thickness at the 4 coring locations is provided in the table below and the core photographs are presented in Appendix C. CORE *CORING COORDINATES PAVEMENT CORE LAYERS LOCATION 1ST 2ND 3RD ID LATTITUDE LONGITUDE LAYER LAYER LAYER San C-1 Antonio 29.869077° 1.75 Inches 3.75 Inches -93.9370580 of Type 4.00 Inches of Seashell of Concrete Base Avenue D Asphalt San 1.00 Inch of 5.50 Inches NA C-2 Antonio 29.868705° -93.936526° Type of Concrete Avenue D Asphalt CONSULTANTS The Solco Group,LLC June 6,2024 Page 2 of 2 CORE *CORING COORDINATES PAVEMENT CORE LAYERS LOCATION isT 2ND 3RD ID LATTITUDE LONGITUDE LAYER LAYER LAYER Between San C-3 Antonio 29.868872° -93.936623° 5.00 Inches NA tiA Avenue and of Concrete Dallas Avenue Between San C-4 Antonio 29.869112° -93.936394° 5.00 Inches NA NA Avenue and of Concrete Dallas Avenue *Note.. The depths, as well as their coordinates, are shown in the table above based on the handheld GPS. Should you have any questions or require additional assistance, please do not hesitate to contact me. Very truly yours, �PZE OF T*•41 I HTS, Inc. Consultants •* • •••�1, • ''•.. 11 * / ••• * Aoki j MD IMRAN HOSSAIN V-a` 142169 i(k.�/ I ran Hossain, P.E. f<<I,'` SS��ENSE Gar -6-24 Jubair Hossain,Ph.D.,P.E. � E`.. Senior Engineer President HTS,Inc. Consultants F-3478 Attachments: Appendix A (Site Location Plan) Appendix B (Coring Location Plan) Appendix C (Coring Report) IH:JH/rg H:120241200-249124-S 216-San Antonio Avenue Rehabilitation- The Solco Group,LLCReport CONSULTANTS ATTACHMENTS CONSULTANTS APPENDIX A SITE VICINITY MAP H CONSULTANTS s Sy�L CgA9� y4SyL@!�S� Fq0 cy f�F '!L @FAG "9L 'v� 4t 4LF JFi! .si0� F �,Z S - Tpy 'c' c ,.. �h �ri'ogTy. _.)4y, 4 4°Aye hA 9� QQ, ,y` ' ALA 4' 4' ��Q_ g yq,� 4' gyp: o r gyO4s>. yf oA`F OAllq S`'''�o s t<� qL� SA Rr5� 04 5 @F4 =A,. LF ti� o,pT "Di,„ ti h .mac .1 4‘ A 4GST AO ,�� AT. rY-7r0 OFO 4' 0 N'O�y LF Si, 4 My 7 .7G�1 ra�� 'c ' y ALF rc' 4 OGI O 4yodc � 'Ks, h4 do �� 4y boy �� Goo h �� � g s°i _ �LF h� qaF a� N. q�F �4 y`. kT'''',„ Nw o., 4. ' x �.° 4:14:S N. 5 4S, x c I k�U LF. y �' O1 F. g44 f afFA 3� '. L qF�R �Va m m <, 4/.4. r, )'''''',.,,,, 6.42 1� �'44. ito f -� LF it oG Qi ye4R O� ' A<F qS �r4gQf1 G4e. is '.4,,,, y08 4,0 HTS, Inc. Consultants City of Port Arthur San Antonio Avenue Rehabilitation Between Procter Street and 4th Street Port Arthur, Texas DRAWN BY: IAT DATE: 06-04-24 SCALE: CHECKED BY: JH DATE: 06-04-24 NTS HTS PROJECT NO:: 24-S-216 APPENDIX: Vicinity Map A APPENDIX B PLAN OF CORINGS CONSULTANTS •, f P ' , r vir ;12 3 '`' _ ��� to :$.< .. ;, ior by ' + * '� s i } t t , d p i. t 7 f }-, • >. - N. "'9F x� f - J° fix, �d '< la 14' � r N. , '4. —ti, Legend *. Geotechnical Corings Included in the Study HTS, Inc. Consultants No. 2 City of Port Arthur 29.869077' 29.868705' San Antonio Avenue Rehabilitation —93.937058' —93.936526' Between Procter Street and 4th Street Port Arthur, Texas No. 3 DRAWN BY: IAT DATE: 06-04-24 SCALE: 29.868872° 29.8691 12' CHECKED BY: JH DATE: os-04-24 NTS HTS PROJECT NO:: 44—S-216 APPENDIX: —93.936623° —93.936394' Coring Locations B APPENDIX C CORING REPORT CONSULTANTS�� CORE PHOTOGRAPHS 4P4;,"›. . r-4; • CORE PICTURES CORE NO. C-1 CORE San Antonio Avenue LOCATION LATITUDE 29.869077° LONGITUDE -93.937058° PAVEMENT CORE LAYERS Core Layer 1st Layer 2nd Layer 3rd Layer Thickness 1.75"Type 4.00" Concrete 3.75" Seashell Base D Asphalt Total Core 9.50" Thickness Surface Material Type 0 Type D Asphalt ❑ PCC Chemically Treated Subgrade ❑ Yes No ❑ Unknown Beneath the Pavement CORE SAMPLES City of Port Arthur-San Antonio Avenue Rehabilitation Between Procter Street and 4th Street CONSULTANTS Port Arthur,Texas HTS Project No. 24-S-216 I PLATE C-1 CORE PHOTOGRAPHS \ . iebt . Ni) _ ..... ,.‘,, _ `1---.' - -:: .—e - *0 ,...„..." ,. ,..,„ A .:4*::* ',"' " * 1". '":411r-''''* CORE PICTURES CORE NO. C-2 CORE LOCATION San Antonio Avenue LATITUDE 29.868705° LONGITUDE -93.936526° PAVEMENT CORE LAYERS Core Layer 1st Layer 2nd Layer 3rd Layer Thickness 1.00"Type D Asphalt 5.50" Concrete NA Total Core Thickness 6.50" Surface Material Type 2Type D Asphalt ❑ PCC Chemically Treated Subgrade ❑Yes Q No ❑ Unknown Beneath the Pavement CORE SAMPLES ,....w- City of Port Arthur-San Antonio Avenue Rehabilitation Between Procter Street and 4th Street CONSULTANTS Port Arthur,Texas HTS Project No. 24-S-216 I PLATE C-2 CORE PHOTOGRAPHS *it CORE PICTURES CORE NO. C-3 CORE Between San Antonio Avenue and Dallas Avenue LOCATION LATITUDE 29.868872° LONGITUDE -93.936623° PAVEMENT CORE LAYERS Core Layer 1st Layer 2nd Layer 3rd Layer Thickness 5.00" Concrete NA NA Total Core 5.00" Thickness Surface Material Type ❑Type D Asphalt El PCC Chemically Treated Subgrade ❑Yes E No ❑ Unknown Beneath the Pavement CORE SAMPLES AH City of Port Arthur-San Antonio Avenue Rehabilitation Between Procter Street and 4th Street CONSULTANTS Port Arthur,Texas HTS Project No. 24-S-216 I PLATE C-3 CORE PHOTOGRAPHS aft. t imp 4.4.4t 11* ak 2. ... 2 Niki tort.; i At • CORE PICTURES CORE NO. C-4 CORE Between San Antonio Avenue and Dallas Avenue LOCATION LATITUDE 29.869112° LONGITUDE -93.936394° PAVEMENT CORE LAYERS Core Layer 1st Layer 2nd Layer 3rd Layer Thickness NA 5.00" Concrete NA Total Core 5.00" Thickness Surface Material ❑Type D Asphalt 0 PCC Type Chemically Treated Subgrade ❑Yes 0 No ❑ Unknown Beneath the Pavement CORE SAMPLES City of Port Arthur-San Antonio Avenue Rehabilitation Between Procter Street and 4th Street CONSULTANTS Port Arthur,Texas HTS Project No. 24-S-216 I PLATE C-4 SECTION E CITY OF PORT ARTHUR BID FORM TO: City of Port Arthur City Secretary 444 4th Street,4th Floor Port Arthur,Texas 77640 Or City of Port Arthur City Secretary P.O.BOX 1089 Port Arthur,Texas 77641 BID FOR: San Antonio Avenue Rehabilitation(Base Bid Schedule No. 1)and Block Alley Reconstruction(Base Bid Schedule No.2) 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: September 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) TOTAL B BID: For all work required by the Bidding Documents (including any and all unit prices designated"Base Bid"the sum of: Five Hundred Sixty Two Thousand Ninety Nine Dollars and Sixty Cents Dollars($ 562,099.60 ) TOTAL DAYS TO COMPLETE: For all work required by the Bidding Documents. 60 Calendar Days NAME OF BIDDER: Texas Materials, A CRH COMPANY ADDRESS OF BIDDER: 12907 US Highway 90 Beaumont, TX 77713 TELEPHONE NO: 409-866-1444 FAX NO: N/A TEXAS CONTRACTOR'S LICENSE NUMBER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: Scott Blanchard TITLE OF AUTHORIZED SIGNATORY OF BIDDER: Assistant Secretary SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER: DATE: December 18, 2024 EMAIL: scott.blanchard@texasmaterials.com THE FOLLOWING ITEMS ARE TO BE INCLUDED WITH THE SUBMISSION OF THIS BID FORM: *The Unit Price Form shall be used if the contract includes unit prices.Otherwise,it is not required and need not be included with the form.The number of unit prices that may be included is not limited and additional sheets may be included if needed. BID SECURITY in the form of a bid bond, certified check or cashier's check attached to and made a part of this bid. ai pi a g 1 a 01 4.0 O, O, O, O, O, O, .5 ZC Za, Z4 ZC ZC Z4 w .. w - w - w W w .. Xj Xj Xj o Xj Xj Xj 'b o W " W W o W E W £ W E crd U E U o U '^ U - v� U '" U � o a cn =" a aa. aa. a. as tf) F . F ,� EHH F F F M -0 a) o c a a a a Cr a. '" a, 0. 4 a., d F_7-, `~ F_ o F_J' o F_ o F-. E-. o G Q Cr U U W W Cii c a. O u" O O �" O a4 O�' O 24 o i Fri - Fi _2 - F. f - Fi s - Fcc ci.. Z z z w z w z w z � W z W z 0W aai n C ab a, a) 4 . .4 a, .4 y 4 a) 4 3 O 30 0 °o •o •o O u y rr U •% t, L' L' L L 40 F�1 C.) f >. CI" '. U Cr >-, C/) }. C/) >+ �+ Qm b o H a F o v F o F_ -o F Mi.r -o m F-� - m F - E- C� F, c zF x Z ,� F+w cn ca cn al Q s dcct c's d Mla Q `V Q Ic, W 7 m fi r^. m m D az = 's.. V o E 0 O 0 a 0 a 0 a O d 0 d F�1 o 0 Ca A/ U Cr G , C.) i; O R N O z •- a cr 0 co Y 9 >, CC C.) -to - s o a -o •a e Q a is = ,pE CrQCZ C Cr 3 �. a) - o d `o co = cL O -0 Z 3 5 a. . a, i C7 >, �e > c, .• N e. h ,O S = Z Z Z d--. 0 Z 3 Q a) U ca Q) > a7 N -VI o tr1 W bA W U W W W o s- k C fw f ( 'tn El.: i n en n L a .k X k ° oE= at = W W W Ci] u Q Cr C O a n a CQ 0 . . Cr Cr Cr Cr . 00. E 0 a s C wo co c c c o cx Cr ce co g co a ra o s.. cz. c Fes- Cr C) ,- a> a> a) '' Cl) a) 7 n > i p �i > M O W L < G:7 Z o O O Q O Q O Q . O - E O O Cr ova •° F NF- aF °� E- a � E- aF aF- aF � E- aF, � F- c° L.. aU.$ O c ° x - 0 aU co aU � n c0 CI U � C aU Q0 °to o ov» �• Q F oX r/' 'LX �' 3X r" 3 - X `/' 3X r" 3X o' C 4, 4, A Z w L A E- A at E_ co = E.., A co E_ A co E- o - FUU Foch A �� — .. vp .. vp �. � vp .. v) �. 3 ao e a o ca aa& Ca & a 0) a a a z z z z z z z z o , o , o, o, o, o , o , oU CAC 4 U U U U 51 FA U z a z z C z c z Z a. z 4 z 0. 44 " W W W -- W LaW W X X X-) X X X X X W m W m W oy W of W v W y W y W y WE WE WE WE WE W E WE W E 0 y c. y © o R y o a a o c a a. o a r a rsi 6 a a c, a o a c)oE E-, E-4 ^ E-, E- 6 E-. E- o H — a N ac x vi .. x a C E-• O E• E� b H H O H o `^ x z zD= N W 0 0 0 ¢ ' z ¢ - ¢ C7 0 ¢ ¢ ¢ I. Z W z W zW Z �W z � W z W z W z W C v .e v v G v v v v v 3 'CS "O. 'O 'O -0 ^o 'II -O C v v v v a. v v v VT) o E-. a F o E• o _ 7 F• o E+ o F• i, CI E--. EE• O �^ F• c:, CO E O C� E- oo m E• o0 0o E. O ]] E-• v Z v z N v z M v z N v z v z ". v z c v z Q 0 O' O d 0 O' 0 O' 0 O' 0 a 0 O' en O' a RI N '++ N R O 7 c s v. �Lp/ R-z �� O as., L 6\ Nup up X) U U s e `- v ,.. cn c- U oo a o ^ y z 42 aai CA �, s s Z Q Z Z O O O O = O c � - o z Z z z z •o = c 74 w wF w w e w n E. w w I.a, k Lc fl Cs, _ cCA LL > k. U .0 0,U a . W v a) > -' U U o -o -o O z }' facrl C7 -o c Q > a U a ea o `" E o Z o O z �; t` z n^ 2 z Z o Z ao. o O iii O a, r- O vr- 0 cc: 0 v) M O M O cM O � � O -o � L E E= r, E= 0� E• Q F F c a, v o •., a. E- a. • H a. a, F- a, k F- a. o E- a cd E- a c, F- a L F- w- �' aG o 0 c O r� f, O a� 0 r� U O a o 0 a; 0 0 a`� � O c U � 0 U 0 c U 2 c 0 c U c U 4- c c oC w 3� X w cX w � X w oX w X w oX w •. X w a, X ° a rA � ° D � Q s � a = � A F- � a U � Q � � A � � 3a zs z e a a o, a a a a z z z z Z Z -. 0 , 0v od o � 0 Z 2 FA V] 4' Vi a Z , z Q. z zC z4. zy z0.. Z0- W ., W . X X X W y W m W y W r W °' W y W F U = W E U z• U g U -- U -- V U a ci voi o a = 0. o a oa a © a. o F o F. v n, o _ F" 00 C F" p F' o _ N �r en en enMcc .•. .fl (+1 N M 44 W U U U a 0�2 0 oa., o Aa., a. a a _ a - F-- j F- _ 6 F, g 6 6 M - tii � ; at w ,4 O O O pu O 4 - � `n - F _ F zW W z aWQ r o Q =d ° _ Qcto — z c' z = ,L z W z z z 6) U A y 6) � c 0 -u L ✓ . % t U J e j. c] >- U V } f >-' b o E. vF- F- — ._ _ 7 N Z '.^. u z M z M v 'Z' n Z r M D M � = = a y 0 o O a D a 0 a O a 0 a O > 0 . d L L+ YLd U O O '4 a a ' a c c U L Q.. C a ,.> Y C y y N _ 3 m o o o `) U Z C �+ A U U > c o ^ _ >, a --� .O ^ .�. OD U cr, cc N MI N \D z i z = z z et z ct Z E Z = Uw w E w � a > w w — W � a u - .. p w. 2 w; ,4 y W L.L.0 Ww ^ L. et o o 6) 00 00 U. s L o o O _, N 6) a) U U L at ° ° 45 E cp ♦+ a+ G. CA .O .O U U ^ ^ -U + N I `n N p U N ^ C �' ao U � ZO U 0 U �p z0 W � 0 O al 0)r o O Utn 1. p p U a �� bAO � CG C ri = 0 Vi � � 0 � � .cnx v. oX w 0XX w ox c Cr A E- Q � � F A __ � a � � a � � m � Q U � 3a • E' .ZE21 ^^_`` ^^mill ^^�'' z z z z o „ o „ tip U U U U U zcat z4 Z . Z z0. zcl, z4. w -- w -- w - 6-1w -- 6.4- E, 'e E- r E- z H z E- a E-. fi X X X X X X W ,, W y W d W y W m W t, W E W F W E W E W E W E U '- C..) - C.) - Ua a Ua � Ua a aa a. c aa. o a o a c a c H N H g EH 6 H c.i E- Ho U U U U U U a a a a a a a a a a a E- o E- c EH E H c E- o E- j _ ✓ N r� 7 n [LLCC77���!! ((S�S�!!�� W W W Q cn �- O Q O cn Q -- O cfl S 0 D Ci. .� Q �Z f Li', / / : zJw zaW zw z � W z6W z6w a -oo -o -oo -o -o -oo 0 r s t t s - :A j- D >. c s j. }}, cn yy. -6 E- -o EH -o H .o H - E- - E» c m E--, oc 63 E- E E. m E- = E- N = E--• o v z N 'u z `V y z N Z ' J Z '^. 9 y Z _ cu F. M nn n'' Cq .r a -'^. Z, a °' a °' a s a s a s a s > z R z r.+ C R 7 a' R 7 U R _ _ C 3 3 3 6) 304 a. > cc R a) U a N Q. N rn N N OO N OO N C O O O O Z.-, ° g 'O z o z '-' z ^ z '.; b C...) 4 F Q F F F '; F 0_ F - I. 2. 60 R O .. - _C 1 ID U CA 2 a O zs C Q Q. au .:1 0. R ct :g.. Tcs - E N E cL M 0-, 3 , C. N - W d 72 CD M 0 ea L O Cl) � O en.CIf O s0 � O N 'C O N ' O Cl) N L. y E cu E- a` , 0 F aa. a E- a C. E- E» —L E- a = E. ,° a � o x Uo Uo a ° o a ° o a � o am= U � � QC� ¢ � � Cl U . a�i0 � C] b a = UE Q < H A < H O ce7 q uE— G OF `o a 3Q 6 CS) a a a a I Z z z z z z z 03 O, 03 O , od 0 Ov U V .V. U U U U Cn '� V] 'L C/] �� � 'y V7 'i C/] �� C/] 'i za. z� z � z0, zm. za. za. w w w w - w w w Xa X-, X X X X X� w ; wd w ; L4t w ; w ; w ; La wE wE wE wE wE wE U � U - U - U - U - U - U •- 0 C. 0. O 4 j 0. p 0. _ Ra. N 4 O F- F- E- N F- C F- O F- M E- ^ cv U U U U U U U a aa. a a o a. a. a F F o F o F- o F- N F o o � - 5 5 M N ^ .. 7 .. .. .i .. w 4. w4. 4. w 4. O OLY O O 0 O 01:4 % _ % = >. = �.N ( -� N vsf N [ >" N V N N > N r Z _ r h U 6. Z w z z w zaw z 6 �w z w z = w ✓ y ,4 1) 2 y 2 v v 2 V C 3 t L L .c L t - 47 cA 3 F -o E- o F- -o E-- o F -o E- = F- 5 F- = E- E F= CC E- o x P , P ✓ z - v z v Z M v z v z - v z ,`P-, v z Mcu M ¢ b ¢ d = Q gi Q a Q ap ❑• d ❑ O' ❑ O' ❑ d ❑ O' ❑ O' ❑ O' ao a+ N r- O cat Q U t Li. CO c CL pC a- O. cd y 7 aci 3 R E c — o O v c U a) .ti > a ,-- CV M a' '7 2 V1 ,O c— v zz z zz °' zz .. z° °z °z = 2 7 7 ¢ 7 uE 7 7 L' 7 > w w on w on w a) w w s w o 1- E- F- c c a. H _ H H F- v O.y W w (1, .= [z. u. tx, w E.), s. as o p Ur. v .. E- p 5 O o C7 y F. o -cs Q C.) et. cc a a c > °-_ -. E- Cp • LLI �z c ci E 4 Y � zo y� O O O -- O � � mNO 10 O � Q Ovp Ha E M� LI v_ a' E- _ C a 1) - o. FF' E- a. u E- - a. "- =-O cc 0 a c -0 ` O ? 0 o0 cc UYp p p p c p pv • pL EbU EA l w �' E- a 2A m CA0 � A Ceo. A � . Ca SECTION F afr �^` Interchange Corporate Center V.A41 Liberty 450 Plymouth Road,Suite 400 Plymouth Meeting, PA 19462-1644 fl ` Mutual,. PH.(610)832-8240 BID BOND Bond Number: KNOW ALL MEN BY THESE PRESENTS,that we Texas Materials Group, Inc. as Principal, (the"Principal"), and LIBERTY MUTUAL INSURANCE COMPANY, a mutual company duly organized under the laws of the Commonwealth of Massachusetts as Surety, (the"Surety"), are held and firmly bound unto City of Port Arthur, Texas as Obligee, (the "Obligee"), in the penal sum of Five Percent of Amount Bid Dollars($5% of Amount Bid), for the payment of which sum well and truly to be made, the Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid for City of Port Arthur, Texas, San Antonio Avenue Rehabilitation and Block Alley Reconstruction NOW, THEREFORE, if the Obligee shall accept the bid of the Principal within the period specified therein, or, if no period be specified,within sixty(60)days after opening, and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference in money not to exceed the penal sum hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. In no event shall the liability hereunder exceed the penal sum hereof. DATED as of this 18th day of December, 2024. Texas Materials Group, Inc. (Seal) ‘ Principal w I NES /ATT ST J// l Ci /` 1 By: ci " Y Name: Scott Blanchard Title: Assistant Secretary LIBERTY MUTUAL INSURANCE COMPANY (Seal) Surety r .---' —� . r.an H-rnandez,Attorney-in-Fact _SS- Rev 10,95 This Power of Attorney limits the acts of those named herein,and they have no authority to or ^ bind the Company except in the manner and to the extent herein stated. VflVe Liberty Liberty Mutual Insurance Company fMutual, The Ohio Casualty Insurance Company Certificate No: 8212064-985881 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Jessica Aldrich;Derek Angel;Scott Blanchard;TJ Brown;Gregory Gunn;Kevin Guy;Juan Hemandez;Kal A.Kincaid;Angela Kvarme;Richard Lee;Ryan Malone; Johnathan Murphy;Ben Wibbenmeyer all of the city of Beaumont state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all bid bonds on behalf of Texas Materials Group,Inc.;Texas Materials,A CRH Company ,and the execution of such bid bonds,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 3rd day of July , 2024 . Liberty Mutual Insurance Company P�tNStr,t, P01 IN$V P %NSugq The Ohio Casualty Insurance Company �� OORPOR4T 46 c ooieOr+4r�y 51cpsPOr+4r tip, West American Insurance Company j. J .. to Q3 `ion r Foci fu ). ;• 1912q o 0 1919 1991 0 O: m o a rnC �d %S•IcHUS`a a y��HAaPs"aa Y:p 4VOiANP'�. By: 41/7.4* c * *d yl * L M * > 'y David M.Carey,Assistant Secretary -6- State of PENNSYLVANIA T La =2 cmCounty of MONTGOMERY ss CO tJ N On this 3rd day of July , 2024 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—I- a- > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0 w a' (3 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. n C1 P PAST 0O p2 Z,F,_,AtoN'ryt,fif Commonwealth of Pennsylvania-Notary Seal Q 4 — ` sy o lr C Teresa Pastella,Notary Public 1A2,/1# ..—-p 0 0 p �` ° OP Z Montgomery County ^2/� C O My commissbn expires March 28,2025 By• ) @C '� ,,4 Commission number 1126044 ?�.vQ��G Member,Pennsylvania 0.ssociatbn of Notaries Pastella,Notary Public p CO m CO u, AA/ rn . 0 c This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual p c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o ai E ai ARTICLE IV-OFFICERS:Section 12.Power of Attorney. oE2 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the o �, President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >p co c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall.0c N • 2 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such •'co o instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the E M Z provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. c co 00 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. co Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, r shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the" Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 18th day of December , 2024 . Pv tNSV� PvjV INs&p , %NSW? J r`OµPOp,4 Q 3°Oe OR4,T�o-t- `Pi0{tPOl�lof0 s , V • 1912 0 0 1919 o s 1991 t 0 - 9S .(:"4, 'y 4.. :).' By: d0�h*us��dL h HAPAPs�aaa Yd., O*0 Renee C.Llewellyn,Assistant Secretary LMS-12890 LMIC OCIC WAIC Multi Co Bid Bond 02/21 SURETY ACKNOWLEDGMENT STATE OF Texas } COUNTY OF Jefferson } SS On this 18th day of December, 2024, before me personally came Juan Hernandez to me known, who, being by me duly sworn, did depose and say that he is an Attorney- In-Fact of LIBERTY MUTUAL INSURANCE COMPANY the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation, that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney-In-Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. I PAULA ROMINE Notary ID#1179575 Notary Public My Commission Expires May 9,2025 SECTION G ONFLICT OF INTEREST QUESTIONNAIRE FORM CIO Fo vendor doing business with local governmental entity This ques• •nnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionn-'re is being filed in accordance with Chapter 176,Local Government Code. by a vendor wi'o Date r,i..eceved has a business .lationship as defined by Section 176.001(1.a) with a local governmental entity and the vendor meets req..'ernents under Section 176.006(a). By law this questiom- e must be filed with the records administrator of the local governmental entity not later than the 7th business d after the date the vendor becomes aware of facts that require the statement to be Sled. See Section 176.1i.`a-1 i. Local Government Code A vendor commits an offense' the vendor knowingly violates Section 176.006. Local Government Code.An offense under this section is a .ssderneanor J Name of vendor who has a tusiness relationship with local governmental entity. N/A J Check this box if you are fili4an update to a previously filed questionnaire. The law requires that you file an updated completed questionnaire wrth th appropriate tiling authorr.y not later than the 7th business day after the date on which you became aware that the origi Ily filed questionnaire was incomplete or inaccurate.) J Name of local government officer about w m the information is being disclosed. N me of Officer ,J Describe each employment or other business rel nship with the local government officer.or a family member of the officer,as described by Section 176.003(aX2)(A), Als escribe any family relationship with the local government officer. Complete subparts A and B for each employment or bus ess relationship described. Attach additional pages to this Form CIO as necessary. �s A. Is the local government officer or a family member of the •flicer receiving or likely to receive taxable income, other than investment income, from the vendor? uYes No B. Is the vendor receiving or likely to receive taxable Income.other than i estment income.from or at the direction of the local government officer or a family member of the officer AND the -•able income is not received from the local governmental entity'? Yes No Describe each employment or business relationship that the vendor named in Section I main '•with a corporation or other business entity with respect to which the local government officer serves as an officer o director. or holds an ownership interest of one percent or more. Check this box if the vendor has given the iocai government officer or a family member of the officer one or .•ore gifts as described •n Section 176 3(a)(2)(B), excluding gifts described in Section 176.003(a-1) J ( December 18, 2024 Siytature of vendor doing business with the governmental entity ale Form provided by Texas Ethics Commission www ethics state tx.us Revised 11102015 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:Hwww.statutes.legis.state.tx.usl DocsJLGihtmiLG.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)M)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if. (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income. that exceeds$2.500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; a- (ii) the local governmental entity is considering entering Into a contract with the vendor:. (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendo•has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire it the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity.or a family member of the officer.described by Section 176.003(a)(2)(A): (2) has given a local government officer of that local governmental entity.or a family member of the officer,,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application.response to a request for proposals or bids. correspondence, or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer.or a family member of the officer.described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www ethics state tx us Revised 11.3020/5 SECTION H tkATA Document A312TM - 2010 Payment Bond CONTRACTOR: SURETY: (Name.legal slaters and address) (Name,legal.wands and principal place of business) This document has important legal consequences.Consultation with an attorney is encouraged with OWNER: respect to its completion or (Nance,legal.status anti address) modification. Any singular reference to Contractor,Surety.Owner or other party shall be considered plural where applicable CONSTRUCtION CONTRACT Date: Amount: Description: !Name and location) BOND Date: (Not earlier than t'onstrla•fian t'ann net nuts) Amount: Modifications to this Bond: 0 None 0 See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Cuipuruie Seal) Company: (C'urpfwate Seal) Signature: Signature: NaMe Name and Title: and T itle: (Any additional signatures appear on the last page alibis Pa4nnenl Bond) (FOR INFORMATION ONLY Name.address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (.d rehilt'c 1. Engineer or other pctr/i.) AIA Document A312"—2010 Payment Bond,Copyright D 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA` (DID Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAe 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 copyrght violations of ALA Contract Documents.e-mail The American institute of Architects'legal counsel.copyr/ghtiaaia org. 0111110 §1 The Contractor and Surety.jointly and severally,hind themselves.their heirs,executors,administrators,successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance ol'the Construction Contract,which is incorporated herein by retcrence,subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and hoick harmless the Owner front claims,demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished Ibr 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 for whom the labor was done or performed,within ninety(00)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 Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim. stating the amounts that are undisputed and the basis for challenging any amounts that are disputed:and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations tinder Section 7.1 or Section 7.2 shall not he 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 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to he due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good faith by the Surety. • §9 Amounts owed by the Owner to the Contractor Linde•the Construction Contract shall he 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 of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. Mot ALA Oocument A312'—2010 Payment Bond.Copyright©2010 by The American Institute or Architects. ''All rights reserved.WARNING:This AIA Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA"Document,or Z 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 wolatons of AIA Contract Documents.e-mail The American institute of Architects'legal counsel,copyrightgaiaorg §10 The Surety shall not he liable to the Owner,Claimants or others fur obligations of the Contractor that arc unrelated to the Construction Contract. the Owner shall not he liable for the payment of any costs or expenses of any Claimant under this Bond,and strait 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 of competent jurisdiction in the state in which the project that is the subject or 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 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract.whichever of(I)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall 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 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. §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 he made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name or the Claimant: .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy oldie agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract: .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment fur 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 or the Claim: .7 the total amount of previous payments received by the Claimant:and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished us of the date of the Claim. §16.2 Claimant An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor,materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water.gas,power,light,heat,oil, gasoline,telephone service or rental equipment used in the Construction Contract.architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor.materials or equipment were furnished. §16.3 Construction Contract. Hie agreement between the Owner and C'ontractor identified on the cover page. including all Contract Documents and all changes made to the agreement and the Contract Documents. (nit. AlA Document A312'"'—2010 Payment Bond.Copyright t>2010 by The American institute of Architect.All rights reserved.WARNING:This AM' Document is protected by U.S.Copyright Law and International Treaties,Unauthorized reproduction or distribution of this AlA"Document,or 3 any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To report copyright violations of AIA Contract Documents,e-mail The American institute of Architects'legal counsel,copyrightea,a org §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 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. §18 Modifications to this bond arc as follows: (.S/xrce is provided below.for additional signatures(dadded perches, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (C'orporate,Sea/) Company: (C'arporcrteSeal/ Signature: Signature: Name and Title: Name and Title: Address Address Init. AIA Document A312"-2010 Payment Bond.Copyright®2010 by The American Institute of Architects.All rights reserved.WARNING.This Me 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'legal counsel,copyright@aia.org SECTION I Ac R CERTIFICATE OF LIABILITY INSURANCE DATE(MM DDIWVV) 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 NAMEACT PHONE FAX(AiC. (A/C,No.Eat: -... No1, E-MAIL INSURERS)AFFORDING COVERAGE .. NAIC 0 _ . INSURER A: INSURED INSURER B: INSURER C: INSURERD__,__ _. INSURERE: 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 !NM' ADDL'SUBR' POLICYEFF I POLICYEXP [ - LTR TYPE OF INSURANCE INSR VMVD POLICYNUMBER (MMIDO/YYYY) (MMIDO/YYYY)t LIMITS GENERAL UABILITY I EACH OCCURRENCE DAMAGE IURhNThU COMMERCIAL GENERAL LIABILTY PREMISES(Ea occurrence) S _ CLAIMS-MADE I OCCUR MED EXP(Any one person) S PERSONAL&ADV INJURY S GENERAL AGGREGATE S .GERI_AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S POLICY f 1 dECT 11 LOC f AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO .BODILY INJURY(Per person) S ALL OWNED SCHEDULE BODILY INJURY(Per acodent) S _AUTOS DAUTOS PROPERTY DAMAGE _ HIRED AUTOS I AUTOS (Per accident) 1 S UMBRELLALIAB OCCUR EACH OCCURRENCE S EXCESS LAB CLAIMS-MADE AGGREGATE S DED RETENTIONS S WORKERS COMPENSATION WC STATU- I IOTH- AND EMPLOYERS'UABIUTY Y l R TORY LIMITS I ER ANY PROPRIETORIPARTNERIEXECUTNE E.L.EACH ACCIDENT S OFFICER/IMMBER EXCLUDED? NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S It yes.describe under DESCRIPTION OF OPERATIONS betow 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 {_' AIA Document A312TM - 2010 Performance Bond CONTRACTOR. SURETY: (Name,legal status and address) (Name.legal slaters and principal place of business) This document has important legal consequences.Consultation with an attorney is encouraged with OWNER: respect to its completion or (Name,legal slams and address) modification. Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. CONSTRUCTION CONTRACT Date: Amount: Description: (Name and location) BOND Date: (Not earlier than Construction Contract Dale) Amount: Modifications to'.his Bond: 0 None 0 Sec Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Sault Company: Wawa/wk.Seal) Signature: Signature: Name Name and Title: and Title: (Any additional signatures appear on the last page of this Performance Bond) (FOR INFORMATION ONLY Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect. Engineer or other party:) Init. AlA Document A312w—2010 Performance Bond.Copyright®2010 by The American Institute of Architeds.All rights reserved.WARNING This AIA`Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA'Document, or any portion of it,may result in severe civil and criminal penalties:and will be prosecuted to the maxDnurn extent possible tinder the law.To report copyright violaters of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel.copynght©aia.org. 0611 to §1 The Contmc: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 if the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond.except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance.l f the 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 (In)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 ti.ir 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 tlx: amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor aid with reasonable promptness under the circumstances: .1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the honer,or 2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall he deemed to he in default on this Bond seven days 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 Owner.lithe Surety proceeds as provided in Section 5.4.and the Owner refuses the payment or the Surety has denied liability,in whole or in part.without further notice the Owner shall be entitled to enforce any remedy available to the Owner. fait AIA Document A312'"'-2010 Performance Bond.Copyright 38 2010 oy The American Institute of Architects.All rights reserved.WARNING:This ALA'Document is protected by U.S Cupynght 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 Contract Documents,a-mad The American Institute of Architects'legal Counsel.copyright@aia.crg. §7 lithe Surety elects to act under Section 5.1.5.2 or 5.3.then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not he greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of-defective work and completion of the Construction Contract; .2 additional legal.design professional and delay costs resulting from the Contractor's Default,and malting 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-performance of the Contractor. §8 lithe Surety elects to act under Section 5.1.5.3 or 5.4.the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators.successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts.purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years alter a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.lithe provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety.the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be 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.The 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 pertbrm and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term('ono-actor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Init. MA Document A312"'—2010 Performance Bond.Copyright Y22010 by The American Institute of Architects.All rights resolved WARNING:This AIA'Document Is protected by U.S.Copyright Law and International Treaties Unauthorized reproduction or distribution of this Ale Document, 3 or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyrigntOalaorg §16 Modifications to this bond arc as follows: (Space is provided helm,far additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (C'otporate Seal) Company: (C'oq rate Seal) Signature: Signature: Name and'title: Name and Title: Address Address Init. AtA Document A312'"'-2010 Performance Bond.Copyright 0 2010 by The American institute of Architects.All rights reserved.WARNING:This AIA Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AtAeDocument, 4 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 AIA Contract Documents,e-mail The American institute of Architects legal counsel.copyrigtttl aia.org. SECTION K House Bill 89 Verification Scott Blanchard (Person name), the undersigned representative (hereafter referred to as "Representative") of Texas Materials,A CRH COMPANY _ (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. Y � e SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 18th day of December 2024 Noiiikidlir Milan oar Ilhe ' •�R`•os PAULA ROMINE =°�J0.0� Notary ID#1179575 (2, I ore My CoMay 9mmission2025 Expires , I Notary Public SECTION L NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Scott Blanchard Title: Assistant Secretary Company: Texas Materials,A CRH COMPANY Date: December 18, 2024 Scott SUBSCRIBED and sworn to before me the undersigned authority byBlanchard the 18th of, December on behalf of said bidder. 2024 /' l*AY pV PAUl.A ROMINE Notary Public in a 'd for the -44�� Notary ID#1179575 State of Texas 4'4 My Commission Expires May 9, 2025 My commission expires: May 9,2025 iy SECTION M IFF AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Texas Materials,A CRH COMPANY December 18,2024 Firm /meeAlv isy) Date FL Assistant Secretary Authorized Signature Title Scott Blanchard 409-866-1444 Name (please print) Telephone scott.blanchard@texasmaterials.com Email STATE: Texas COUNTY: Jefferson SUBSCRIBED AND SWORN to before me by the above named Scott Blanchard on this the 18th day of December 20 24 ' ;_ PAULA ROMINE °4 �R Notary ID#1179575 ( Notary Public ;,��. My Commission Expires 0 °'`� May 9, 2025 RET RT OF THE BID PROPOSAL SECTION N SB 252 CHAPTER 2252 CERTIFICATION Scott Blanchard , the undersigned and representative Of Texas Materials,A CRH COMPANY (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051,Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran,Sudan or any Foreign Terrorist Organization,I will immediately notify the City of Port Arthur Purchasing Department. Scott Blanchard Name of Comp Representative(Print) Signature of Company Representative December 18,2024 Date SECTION 0 WAIVER AND INDEMNIFICATION Each Proposer/Offeror must sign this waiver and indemnification clause to be considered for evaluation. By submitting a proposal, each Proposer agrees to waive any claim it has, or may have, against the Owner, the Architect/Engineer, and their respective employees, arising out of or in any way connected with the administration, evaluation or recommendation of any proposal; requirements under the contract documents; acceptance or rejection of any proposals; and award of any contract. This waiver is to be construed as broadly as possible and includes any and all causes of action the Proposer may now have, or that may arise in the future, that relate to the proposal process or the award of a contract, against the Owner and or Architect/Engineer for their action(s), or inaction(s) including, but not limited to, causes of action for negligence, sole negligence, intentional tort, violation of a state or federal statute,violation of the state or federal constitution, injunctive relief, quo warranto proceeding, declaratory judgement and any other request for relief, whether at law or in equity. If a claim is brought against the Owner and/or Architect/Engineer by Proposer or anyone else as a result of Proposer's proposal, Proposer agrees to indemnify Owner and/or Architect/Engineer for any and all money damages, attorney's fees, cost of suit, or any claim for damages that are measured in dollars and cents. Further, Proposer agrees to indemnify and pay all expenses incurred in defending such litigation, including but not limited to, attorney's fees, cost of court, expert witness fees and expenses, hourly cost of Owner's and/or Architect's/Engineer's employee's time spent on the suit,whether directly or indirectly related to the litigation, and any cost or expense incurred by, directly or indirectly, Owner and/or the Architect/Engineer as long as such cost can be measured in dollars and cents. This paragraph is intended by the parties to meet the "Express Negligence Rule"as set out in the Texas Supreme Court opinion of Ethyl Corp. v. Daniel Construction Co., 725 SW2d 705 (Tex. 1987). The parties to this contract stipulate that the consideration for this paragraph is sufficient and confess its adequacy herein. The undersigned represents that this Proposal is made in good faith,without fraud, collusion or connection of any kind with any other Offeror of the same work; that they are competing in their own interest and in their own behalf,without connection or obligation to any undisclosed person; that no other person has any interest in regard to all conditions pertaining to the proposal and in regard to the place where it is to be submitted; that they have made their own examination of the request for proposal and from it have made this proposal_ Firm Name: Texas Materials,A CRH COMPANY 1 Date: December 18,2024 Address 12907 US Highway ,Beau ,T s 77713 Legal Signature: Scott Blanchard,Assistant secretary Type/Print Name and Position with Offeror: SECTION P THURMAN BILL BARTIE,MAYOR \ RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of ", SHERRI BELLARD,TRMC COUNCIL MEMBERS: ,.1 CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD u r t r thur ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. DBE DOCUMENT By signing this document the contractor is acknowledging that a participation will be provided in this contract. If a subcontractor is required to meet that goal,the following will be done to make a good faith effort to hire a minority business (DBE). 1. Solicitation Lists.Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F .R. § 200.321 (b)(1 ). 2. Solicitations. Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.32 1 (b)(2). 3. Dividing Requirements. Must divide total requirements,when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules,where the requirement permits,which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §200.321 (b)(4). 5. Obtaining Assistance.Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 2 C.F.R. § 200.321(b)(5). 5coi1" /1 G/�n/'l1AQD C/i SECTION Q ear W Y)j A Document G704''' - 2000 Certificate of Substantial Completion PROJECT:(Name and address) PROJECT NUMBER: OWNER❑ CONTRACT FOR: ARCHITECT 0 CONTRACT DATE: CONTRACTOR 0 TO OWNER:(Name and addrecce) TO CONTRACTOR:(Name and address) FIELD 0 OTHER 0 PROJECT OR PORTION OF THE PROJECT DESIGNATED FOR PARTIAL OCCUPANCY OR USE SHALL INCLUDE: The Work performed under this Contract has been reviewed and found,to the Architect's best knowledge,information and belief,to be substantially complete.Substantial Completion is the stage in the progress of the Work when the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use.The date of Substantial Completion of the Project or portion designated above is the date of issuance established by this Certificate,which is also the date of commencement of applicable warranties required by the Contract Documents,except as stated below: ARCHITECT BY DATE OF ISSUANCE A list of items to be completed or corrected is attached hereto.The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.Unless otherwise agreed to in writing,the date of commencement of warranties for items on the attached list will he the date of issuance of the final Certificate of Payment or the date of final payment. Cost estimate of Work that is incomplete or defective: S The Contractor will complete or correct the Work on the list of items attached hereto within ( )days from the above date of Substantial Completion. CONTRACTOR BY DATE The Owner accepts the Work or designated portion as substantially complete and will assume full possession at (time)on (date). OWNER BY DATE The responsibilities of the Owner and Contractor for security,maintenance,heat,utilities,damage to the Work and insurance shall be as follows: (Note:Owner's and Contractor's legal and insurance crner»el should determine eml review insurance requirements and coverage.) AIA Document G704 r"—2000.Copyright Cii 1983,1979,1992 and 2000 by The American institute or Architects.All rights reserved WARNING:This IA" Document is protected by U 5 Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document. or any portion of it,may result in severe civil and criminal penalties.and will he prosecuted to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(101 copes of this document when compieted To report copyright violations of AlA Contract Documents.e-rtlait The Amencar Insteuto of Architects'legal coun.t:O.copyright@ala.org. SECTION R = ' - Document G705TM - 2001 List of Subcontractors PROJECT:(Name and address) DATE: TO ARCHITECT:(Name and address) ARCHITECT'S PROJECT NUMBER: FROM CONTRACTOR:(Name and Address) CONTRACTOR'S PROJECT NUMBER: (List Subcontractors and others proposed to be employed on the above Project as required by the bidding documents.) Work/Firm Name Address/Phone Superintendent AIA Document G706T°—2001(formerly G805'—2001).Copyrights 2001 by The American Institute of Architects.All rights reserved.WARNING This AIA`Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purchasers are permitted to reproduce ten(10)copies of this document when completed To report Copyright violations of AIA Contract Documents,e- mail The American Institute of Architects'legal counsel.copyrightiaiaorg. IY;,,,,,,,,,, SECTION S STATUTORY LIEN WAIVER FORMS 1. SUMMARY A. Document Includes:Applicability and use of statutory Waiver and Release of Lien forms promulgated by the Legislature of the State of Texas for construction projects in Texas. 2. STATUTORY REGULATIONS A. Texas Property Code, Chapter 53, Subchapter L, Sections 53.281 thru 53.287(includes the standard forms attached herewith immediately following this section): 1. Form 1: Conditional Waiver for Progress Payments(Page 2) 2. Form 2 Unconditional Waiver for Prcgress Payments(Page 3) 3. Form 3 Conditional Waiver for Final Payments (Page 4) 4. Form 4: Unconditional Waiver for Final Payments(Page 5) 3. SELECTION AND USE OF WAIVER AND RELEASE OF LIEN FORMS A. Based on answers to the following questions,use the applicable form for the occasion: 1. Is the payment a progress payment(partial, not final),or a final payment? 2. Is the release unconditional(for a payment already received),or conditional(given in anticipation of a payment not yet received)? B. Submit the applicable form, properly executed(filled out, signed and dated)and notarized,on each occasion required(see other portions of the Contract Documents, including but not necessarily limited to the related requirements documents cited above). C. The wording of these forms is prescribed by the State of Texas Questions regarding their use, execution, etc. should be directed to user's own attorney experienced in construction or lien law. This document is not to be interpreted as rendering legal advice. D. Even if the Contract Documents do not explicitly require submittal of Waivers and Releases of Liens for every payment(for example,omitting them for monthly progress payments), the Owner reserves the right,at its sole discretion,to require applicable Waivers and Releases of Liens, executed and notarized, for any or all payments. Page 1 CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT Project Job No. On receipt by the signer of this document of a check from (maker of check) in the sum of $ payable to (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right,any claim for payment,and any rights under any similar ordinance, rule,or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of (owner) located at (location)to the following extent: (job description). This release covers a progress payment for all labor,services, equipment, or materials furnished to the property or to (person with whom signer contracted) as indicated in the attached statement(s)or progress payment request(s), except for unpaid retention,pending modifications and changes,or other items furnished. Before any recipient of this document relies on this document,the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project in regard to the attached statement(s)or progress payment request(s). Date (Company rame) By (Signature) (Title) NOTE: Section 53.281(b)(2),Texas Property Code,requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable,see Section 121.008 in Chapter 121. Click here to go there. Page 2 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT Project Job No. The signer of this document has been paid and has received a progress payment in the sum of$ for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) on the property of (owner) located at (location)to the following extent: (job description). The signer therefore waives and releases any mechanic's lien right,any right arising from a payment bond that complies with a state or federal statute,any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the above referenced project to the following extent_ This release covers a progress payment for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted)as indicated in the attached statement(s)or progress payment request(s), except for unpaid retention, pending modifications and changes,or other items furnished. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project in regard to the attached statement(s)or progress payment request(s). Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2), Texas Property Code, requires that the above form be notarized. See Chapter 121, Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable, see Section 121.008 in Chapter 121 Click here to go there. Page 3 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Job No. On receipt by the signer of this document of a check from (maker of check) in the sum of $ payable to (payee or payees of check)and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right,any right arising from a payment bond that complies with a state or federal statute,any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of (owner) located at (location) to the following extent. (job description). This release covers the final payment to the signer for all labor,services, equipment,or materials furnished to the property or to (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signers laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release. Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2), Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable,see Section 121 008 in Chapter 121. Click here to go there. Page 4 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid,use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Job No The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) on the property of (owner) located at (location) to the following extent (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right,any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2),Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice& Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable,see Section 121.008 in Chapter 121. Click here to go there Page 5 SECTION T 1 tv AI Document G702TM' - 1992 Application and Certificate for Payment TO OWNER: PROJECT: APPLICATION NO: Distribution to: PERIOD TO: OWNER 0 CONTRACT FOR: ARCHITECT 0 FROM CONTRACTOR: VIA ARCHITECT: CONTRACT DATE: CONTRACTOR 0 PROJECT NOS: FIELD 0 OTHER ❑ CONTRACTOR'S APPLICATION FOR PAYMENT The undersigned Contractor ccnities that to the best of the Contractor's knowledge.information :lppiicatlon is made Mr payment.as shuns below,in connection with the Contract. and belief the Rork cowered try this Application for Pay mcnt has been completed in accordance with the Contract Documents.that all amounts have been paid by the Contractor for Work for AIA Document G703r".Continuation SbceL is attached which previous Certificates for Payment were issued and payments received from the Owner.and 1.ORIGINAL CONTRACT SUM S that current payment shown herein is now due. 2.NET CHANGE BY CHANGE ORDERS S CONTRACTOR: 3.CONTRACT SUM TO DATE il.ine l.2t S By: Date: 4.TOTAL COMPLETED&STORED TO DATE(Column G on G7031 S State of: 5.RETAINAGE: County of: a. 4o of Completed Rork Subscribed and sworn to before (Columns D--Eon G703) S me this day of b. %of Stored Material IColtam F on G7031 S Notary Public: Ms commission expires: Total Retainagc(Lines Sa-iir or Total in Column l ooG7031...... S 6.TOTAL EARNED LESS RETAINAGE s ARCHITECT'S CERTIFICATE FOR PAYMENT 'Lute t nrinrrs Line?!Mali In accordance with the Contract Documents.based on on-site observations and the data comprising 7.LESS PREVIOUS CERTIFICATES FOR PAYMENT 5 this application.the Architect certifies to the Owner that to the best of the Architects knowledge. tramprior Cerrilicmel information and belief the Work has progressed as indicated. the quality of the Work is in 'Liar 6 accordance with the Contract Documents. and the Contractor is entitled to pup went of the 8.CURRENT PAYMENT DUE .__I j AMOUNT CERTIFIED. 9.BALANCE TO FINISH,INCLUDING RETANAGE AMOUNT CERTIFIED S 'Line 3 minus Line 6/ S /:l aitc'h explanation if amount certified differs from the amount applied.Initial all figures on this .application and on the Continuation Shen that are changed to conform with the amount certified.., CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS ARCHITECT: Total changes approved in previous months by Owner 5 S By: Date: Total approved this month S S This Certificate is not negotiable.The AMOUNT CERTIFIED is payable only to the Contractor TOTAL, S S named herein.Issuance.payment and acceptance of payment are without prejudice to an)rights of NET CHANGES by Change Order S the Owner or Contractor under this Contract. CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. AlA Document G702"'—1992.Copyright 01953 1963,1985.1971 1978 1983 and 1992 by The American Institute of Architects.Ad rights reserved.WARNING:This AIA'Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this AlA'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 taw.Purchasers are permitted to reproduce ten(113)copes of this document oiler,completed.To report copyright violations of AIA Contract Documents_e-mall The American Institute of Architects'legal • counsel.copyright@ aia.org. m¢"•.cw *AIA Document G703°' - 1992 Continuation Sheet A I Document 67O2r l992.Applicat ran and Certificate to,Pan moat.or G7S2TM-2009. APPLICATION NO: Application and Ccrtilicate for Pay mcnt.Construction\tanager as Adviser Edition. APPLICATION DATE: containing Contractor's signed certification is attached. In tabulations Felony amounts are in US dollars. PERIOD T0: I've Column I on Contracts where variable retainage for line items may apply. ARCHITECTS PROJECT NO: 1 WORK COMPLETED AlA IbRI.ALS TOTAL BALANCE ro ITEM SCIIEDEUED PRESENTLY COMPLETED AND RETAINAGE DESCRIPTION Or WORK FRO\I PREVIOUS rims!' NO VALUE ApPLICATRI\� THIS PERIOD STORED SRIRE:U TO DATE d:��C') of-variable rare) Oaf nrpw E.) (D.F,-Fit rC'-Ill GRAND TOTAL CAUTION:You should sign an onginal AlA Contract Document,on which this text appears:n RED.An original assures that changes will not he obscured AIA Document G703.-199t.CopynghtC 1963.1965.1966.1967 1973 1978.1983 and 1992 by The American Institute of Architects.All rights reserved.WARNING:This AIA'Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or oletnbucon of this Ale Document,or any portion of n.may result In severe civil and criminal penalties,and wie be prosecuted to the maximum extant Possible under the law.Purchasers an permitted to reproduce ten(10)scales of tie document when completed To report oopytigM violations or MA Contract Documents.e-mail The American Inatilute of ArctuteCa'legal counsel.wPyrlNtOs®.txg. SECTION U CHILD SUPPORT CERTIFICATION TEXAS FAMILY CODE,SECTION 231.006 INELIGIBILITY TO RECEIVE STATE GRANTS,LOANS OR RECEIVE PAYMENT ON STATE CONTRACTS A child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is a sole proprietor,partner,shareholder,or owner with an interest of at least 25 percent is not eligible to receive payments from state funds under a contract to provide property,materials or services,or receive a state-funded grant or loan until: 1. All arrearages have been paid; 2. The obligor is in compliance with a written repayment agreement or court order as to any existing delinquency;or 3. A court-ordered exemption has been granted. CERTIFICATION STATEMENT Under Section 231.006,Family Code,the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledge that this contract may be terminated and payment may be withheld if this certification is inaccurate. I, the undersigned,hereby certify that I am in compliance with the Texas Family Code, Section 231.006. AGREED TO BY: CONTRACTOR Texas /144T Zi'AG5 By: �/ 'l � 2s, Name: Se /'jGgNe�//�,eD Title: Date: I I I I SECTION V Bid Protests. (1) Notice of Protest. A vendor wishing to protest any aspect of the procurement process must do so in writing and submit to the Purchasing Manager. The written protest should include, at a minimum: • Both the name and address of the protestor, as well as the vendor they represent, if different. • The name of the bid being protested. • A statement of the grounds for protest and any supporting documentation. A protest may be submitted to the Purchasing Manager no later than five (5) working days after award. (2) Staff Review. A protest must be in writing and supported by sufficient information in order to be considered. A decision and response to the protest will be prepared by the Purchasing Manager or his designee, in consultation with the department and the City Attorney,within fifteen(15)days of receipt of the protest. Within the fifteen(15)day time period, the City will: • Allow for informal conference on the merits of the protest with all interested parties. • Allow for reconsideration if data becomes available that was not previously known, or if there has been an error of law or regulation. • Render a decision supporting or canceling the award, such decision shall be in the form of a staff recommendation. (3) Appeals. If the protesting vendor does not agree with staff recommendation,they may appeal to the City Council by contacting the City Secretary. Staff recommendations will be made available for public review prior to consideration by the City Council. Reporting of Anticompetitive Practices. When for any reason collusion or other anticompetitive practices are suspected among any bidders or offerors, a notice of the relevant facts shall be transmitted to the Attorney General. Retention of Procurement Records. All procurement records shall be retained and disposed of in accordance with records retention guidelines and schedules approved by the City Council. All procurement records must be made available to the City Secretary in order to remain in compliance with the City's Records Retention Schedule. SECTION W "General Decision Number: TX20240038 01/05/2024 Superseded General Decision Number: TX20230038 State: Texas Construction Type: Highway Counties: Austin, Brazoria, Chambers, Fort Bend, Galveston, Hardin, Harris, Jefferson, Liberty, Montgomery, Orange, San Jacinto and Waller Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). If the contract is entered Executive Order 14026 into on or after January 30, generally applies to the 2022, or the contract is contract. renewed or extended (e.g., an . The contractor must pay option is exercised) on or all covered workers at after January 30, 2022: least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2024. If the contract was awarded on . Executive Order 13658 or between January 1, 2015 and generally applies to the January 29, 2022, and the contract. contract is not renewed or . The contractor must pay all extended on or after January covered workers at least 30, 2022: $12.90 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 SUTX2011-013 08/10/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving and Structures) $ 12.98 ** ELECTRICIAN $ 27.11 FORM BUILDER/FORM SETTER Paving & Curb $ 12.34 ** Structures $ 12.23 ** LABORER Asphalt Raker $ 12.36 ** Flagger $ 10.33 ** Laborer, Common $ 11.02 ** Laborer, Utility $ 11.73 ** Pipelayer $ 12.12 ** Work Zone Barricade Servicer $ 11.67 ** PAINTER (Structures) $ 18.62 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.06 ** Asphalt Paving Machine $ 14.32 ** Broom or Sweeper $ 12.68 ** Concrete Pavement Finishing Machine $ 13.07 ** Concrete Paving, Curing, Float, Texturing Machine $ 11.71 ** Concrete Saw $ 13.99 ** Crane, Hydraulic 80 Tons or less $ 13.86 ** Crane, Lattice boom 80 tons or less $ 14.97 ** Crane, Lattice boom over 80 Tons $ 15.80 ** Crawler Tractor $ 13.68 ** Excavator, 50,000 pounds or less $ 12.71 ** Excavator, Over 50,000 pounds $ 14.53 ** Foundation Drill, Crawler Mounted $ 17.43 Foundation Drill, Truck Mounted $ 15.89 ** Front End Loader 3 CY or Less $ 13.32 ** Front End Loader, Over 3 CY $ 13.17 ** Loader/Backhoe $ 14.29 ** Mechanic $ 16.96 ** Milling Machine $ 13.53 ** Motor Grader, Fine Grade $ 15.69 ** Motor Grader, Rough $ 14.23 ** Off Road Hauler $ 14.60 ** Pavement Marking Machine $ 11.18 ** Piledriver $ 14.95 ** Roller, Asphalt $ 11.95 ** Roller, Other $ 11.57 ** Scraper $ 13.47 ** Spreader Box $ 13.58 ** Servicer $ 13.97 ** Steel Worker Reinforcing Steel $ 15.15 ** Structural Steel Welder $ 12.85 ** Structural Steel $ 14.39 ** TRUCK DRIVER Low Boy Float $ 16.03 ** Single Axle $ 11.46 ** Single or Tandem Axle Dump $ 11.48 ** Tandem Axle Tractor w/Semi Trailer $ 12.27 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION"