Loading...
HomeMy WebLinkAboutPR 18421: EDC KAPRINA FRANK DRIVE AT BUSINESS PARK Interoffice MEMORANDUM To: Mayor, City Council, City Manager From: Floyd Batiste, CEO Date: July 16, 2014 Subject: P. R. No. 18421; Council Meeting of July 22, 2014 ATTACHED IS PROPOSED RESOLUTION 18421 APPROVING AWARD OF CONTRACT BY THE PORT ARTHUR 4A ECONOMIC DEVELOPMENT CORPORATION TO EXCAVATORS & CONSTRUCTORS, LTD. FOR WATER, SANITARY SEWER, PAVING, AND DRAINAGE FACILITIES TO SERVE PROPOSED "KAPRINA FRANK DRIVE" IN THE SPUR 93 BUSINESS PARK P.R. No. 18421 07/15/14 kvm RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY OF PORT ARTHUR SECTION 4A ECONOMIC DEVELOPMENT CORPORATION TO ENTER INTO A CONTRACT WITH EXCAVATORS & CONSTRUCTORS, LTD. OF PORT ARTHUR, TEXAS, FOR WATER, SANITARY SEWER, PAVING AND DRAINAGE FACILITIES TO SERVE PROPOSED "KAPRINA FRANK DRIVE" IN THE SPUR 93 BUSINESS PARK, IN AN AMOUNT NOT TO EXCEED $476,717.95. FUNDING AVAILABLE IN ACCOUNT NO. 120-1429-582.86-00 WHEREAS, on June 18, 2014 the City of Port Arthur received two (2) sealed bids for water, sanitary sewer, paving, drainage facilities and site grading to serve the proposed "Kaprina Frank Drive" project in the Spur 93 Business Park; and WHEREAS, the Board of Directors of the City of Port Arthur Section 4A Economic Development Corporation ("PAEDC") had budgeted $750,000.00 for both the road construction and dirt spreading in the Spur 93 Business Park in fiscal year 2013-2014; and WHEREAS, the bids for both the road construction and dirt spreading together came in at costs exceeding the $750,000 budgeted amount; and WHEREAS, the PAEDC Board of Directors, at their regular Board meeting of July 7, 2014, decided to only complete road construction at this time and not the site grading; and WHEREAS, it was found that Excavators & Constructors, Ltd. of Port Arthur, Texas submitted the lowest responsive total amount bid for Schedule `B" in the amount of$476,717.95 as denoted in the recommendation of award and bid tabulation attached hereto as Exhibit "A"; and WHEREAS, at its July 7, 2014 regular Board meeting, the PAEDC Board of Directors approved the award of a contract to Excavators & Constructors, Ltd. to complete the road construction for "Kaprina Frank Drive" in the Spur 93 Business Park in the amount of $476,717.95. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. That the facts and opinions in the preamble are true and correct. Section 2. That the City Council authorizes the PAEDC to enter into a contract with Excavators & Constructors, Ltd. for road construction for the proposed "Kaprina Frank Drive" in the Spur 93 Business Park in an amount not to exceed amount of$476,717.95, in substantially the same form as attached as Exhibit`B". Section 3. That a copy of the caption of this Resolution be spread upon the Minute of the City Council. READ, ADOPTED AND APPROVED on this day of A.D., 2014, at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers • NOES: Deloris "Bobbie" Prince, Mayor ATTEST: Sherri Bellard, City Secretary #1091484 Page 2 APPROVED: Floyd Batiste, PAEDC CEO APPRO., AS TO FORM: Cir Cool Guy N. Goodson, PAEDC Attorney APPROVED AS TO FORM: 24:e Valecia R. Tize o, City Attorney APPROVED AS TO AVAILABILITY OF FUNDS: , ' 1424(2 - Deborah Echo , Finance tor Shawna Tubbs, Purchasing Manager 41091484 Page 3 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For Construction of WATER, SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING To Serve PROPOSED "KAPRINA FRANK DRIVE" PORT ARTHUR, TEXAS Project No. EDC-180 Contract No. 1 (Non-Federally Funded Project) CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS MAY 2014 TEXAS *• REGISTERED ENGINEERING FIRM F-30 ARCENEAUX & GATES CONSULTING ENGINEERS, INC. Engineers * Surveyors * Planners PORT ARTHUR, TEXAS A BURROW GLOBAL COMPANY A• Ake/ ARCENEAUX GATES CONSULTING ENGINEERS,INC. ADDENDUM NO. 1 June 10,2014 WATER,SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING TO SERVE PROPOSED"KAPRINA FRANK DRIVE" City of Port Arthur Jefferson County, Texas Job No. EDC-180 This document constitutes ADDENDUM NO. 1 to the WATER,SANITARY SEWER,PAVING, DRAINAGE FACILITIES AND SITE GRADING TO SERVE PROPOSED "KAPRINA FRANK DRIVE" issued for bidding by the City of Port Arthur,Jefferson County,Texas. BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THEIR BID FORM. CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS 1. REPLACE"SECTION D"BID with the revised"SECTION D"BID(attached). Changes included in "SECTION D" BID are the descriptions and changes in quantities. Also, an additional bid schedule"Bid Schedule B"was added to Section D. 2. REPLACE sheet H-3B with the revised sheet attached. Change includes the revision to paragraph one in section "E" Materials Testing. CONSTRUCTION PLANS 1. REPLACE PROPOSED GRADING SITE "A" SHEET 6 with the revised PROPOSED GRADING SITE"A"SHEET 6(attached). 2. REPLACE PROPOSED GRADING SITE "D" SHEET 9 with the revised PROPOSED GRADING SITE"D"SHEET 9(attached). 3. REPLACE PLAN AND PROFILE SHEET 11 with the revised PLAN AND PROFILE SHEET 11(attached). ADDENDUM NO. 1,PAGE 1 OF 28 JUNE 11,2014 n • . ARCENEAUX - • . • GATES CONSULTING • .. - •ENGINEERS,INC. . 4. REPLACE PLAN AND PROFILE SHEET 12 with the•revised.PLAN AND PROFILE SHEET . . .12(attached). - 5. . REPLACE PLAN SHEET 17 PAVING DETAILS with the revised PLAN SHEET 17 PAVING DETAILS(attached). NO OTHER CONDITIONS OF THE CONTRACT ARE HEREBY.CHANGED [END OF ADDENDUM NO. 1] _ t • ADDENDUM NO.1,PAGE 2 OF 28 JUNE 11,2014. m„ ''.,a.. SVX31'.V.Nf100NOSIndd3f'NfH121V1210d \i „^,p-� .....— ti V.311S ONIOV2IO 03SOd021d $ le,+v°', ` wqqg ., [•••,s •m.a s>r9 i co - NOI1V210d21001N3Wdol3A30 01WON003 {% I'1= s Y 3 MIND xnvaria�xv ii . NfH121V 1NOd - 3AI2I0)1NV21d VNI&!V)1 * I ! R 11 '1 I I Ipp $ III{ , I I I I 1,1 ; I I,I' 1 g 111 I� 6 -t2e a l '711' 11. ', ft11 1 ■ I I' I {' I i l n dY�! p¢ y§�9{ 1 1 ( I a l'i N G' Y w L.B 'III 11 11 I 1 I `i;I.0 I 8I; II I1` 1 I: { oi11m - bR 1; 1 v 11 Il 1I 11' 1 $- --- ----Co".-- _:_ <✓ _ f9 --..-h- i --i. 1- _-_:----_-__- =----- iii 0111'!1 1 • gr L a II'. I i'l I'l% .",T,'`...._) . "... .V '1, \ ' II t 11\ I'' tt, 1\1: -. :: ,j''• ' s . , , I,i Ii •\ I'.1., ‘,S . ,' I . ..1 V ' 1:7; a1 • • l 111;1x11;( 1 1'. �, _ R i = I lg li1� ,.I. n I I I I i'?-,',11X,!: I\. 1 ---} -...I �o0 1 I;j' I y 1` 8 - E Rl` I_R�] \ \\' " '..--I-.i Q D I W I t tall' vu �J a-,t a I §G'J; € s . . 1 1. `.l l•- ii1 I `j 1 I 1,1.' ' y 7- ' • ;!I' ail 1 a , f 1�,1 \ •' II '2_ -', 1 I � 1 7.•'11' --1 ;-. y°.SI S .._ _ / t;'•' '.\i'' i 1 I :li::• Ii,'I. -1 ! a / 1_ 1 I, 111 1 1 r;-: _r 0, —I III 1{4• , I I I •I. II _I !" �I 41• 1.1:,1 i,1E 1 ', ; :it C7 . '' .I';k I ! .-. • (_' 8 , •;,:.\. f I i !I"ill' • -- r-'I •11';',M\'11 Z _ = P I , 011 ' 1 li•f.i.„ II, -.),..,,,Idip.,;.:, ,-,,A . •" . ,- • •,, ,. 0,$x.b t t t v; 1 'V.1,1.'4 11 1'; –� 'F ;;;I' .. "� -',j i / ', I .n'i '; i -1„ •. ,, , ,g3,e i!4�a g!} .1' /� .I`i �., F _ -...xzu,'',. 1'I. / n ! i• = 1 .. ,,._.E•0-0-0- I 1,, r.,1•1,..... 1‘ \,,:\:.k.,■,4\'"•\,),.. ....„,„. ....__,.., Q......,..,-, :7:. .,.:. . --,„” ' '. ' ' ) • C Beee A ' I:10r);an. y i�_. � .. I 11■ FiliiiliiiiiiC g y 11•.• 'ti A I \ \ t�+. iiliml.Mi ;i . g 1 ,, I - \ t\v` ' \ -\ g .01.... _____,..„--- , . :. ,,, .. ..„ „, , ,N, ! \...4,.-. • ,..• :, • j i y� l Fee 8 8 8 8 \ t\ \ \ it L.'Z.,rye„m Q Cd t 1's 5y y=ekc�:E \ \\- . `,_. \ W ^;.0 / o 1!1 , 1 eeeeeee \ \\\':V'\ ;1 '�/ ..�° a i : 3 gg „a'.5;1 \ \ z C e g ceiS II:e \ I - « as 1aBaaaaa \ � \ I • SYX3I'Anco3 NOS2i3Jd3r'2Jni-u.livi.210d .2-....– a 1"0 ''......,•9q.."'".9 --m–"– ,G,31IS DNION11:30 CIAS0d0Hd 1;:' .11•AN ' .',7,.-, -7,°7.,.: 7 , , a ." a xnrarapav I NOLLV2:10d2100..I.N3INd0-13A30 011NON003 I.' ' 1''''.9.'•.•:` 1,.- SaLVO v xnvatiaaav e ,g. , anKLUV 1210d 11.;... P. BA12:10 NNV2id VNII:IdV)I -6t 8g ? , \ \ . \ 88 % . --"" ---,1--0-41/= 'R • \ 1 ' , \ \ 1 'g 8 8 \ I '\ d g`i ii , . .1 1 .! \ ''..., ■ • '‘ \\\ • • . ' • I '' \ • \ , --- \ , . I , . , •, , . 1 I ' . . • . . . • ; 1' r .1 ‘. . , i : • , . >.' V' . C— ---°''''' • –3----,._.‘ ,-, ' ' I . . ,\ . le R •,,,j , ---- ' \ 7 > ...— re i 0 I \ •1 le2 Vct '. ----:, . k 7', 0•4s2, ---\\' N • % \ / I .......2 % • '''' . . ., . /.' ' •, is \ ',i; i';'.i•li tl is 4 1 1 1 1 . . g , . sl 3▪ ;-s x-.••a.".s a^ \,,,,, . ' < ' e .; 1 ., ; i AiAAAAR Ai a v , 0 ilialp. laai 1 . ( , , / I. . . , ; I • ..- • -:5- •Es t S `-....___:1 r.'' ' / . 1 g • < . -:.% ,,-,, . ...: 7 n''.!PI >, . '..,... . . • -.),/./ . 2iiit `4% 17. 0 Z 12 ;V g 4 <-..1 • ,. i ci, G ov 15 Z *Ct 1 ligid i! , 8 a V t v2, •I'• ,'N ./' . ................,.,_____,,,....__,...,...., ...,................,....,..., ________SVX31',uNnoo NOS1,134dar'anHiav 1H0d 4( ...,,,, ... , ....-i,—,,,,........,....,„...•,..„....,,,.. • 00+9'VlS 0100+0'VlS 3110d'1 Wild sa,i,v5 v xavamaau XWOMSY , 4 NO11\-.210A1001N3INc1013A3C1 OIWON003 4%. iii 7-4.1Y, 5 0 —1 • 8111-1113V 180d I 3AD:10>INVad VNI2AdV)4 4( lz 00+S VIS 3NI1 HOIW1 — —, , I eewew 1 I . I I • j I 1 . I I i I 1 1 X •▪ ^R 2: I I . I . 2 2 ..,I a a a.,2 A E 7.,1 _,_,,i__, ?. I i I - •1 ' i '1, ‘,.1 I I : I 2▪ Z.wg-o2 1 . I 1 . . • — , i•-'I '''"' •I : h i ' . . 1• a 84 ass&a i 1 1 .• i . I I i . ' 1 I! I li. . , ' I . -. . I‘,1\N .' I I ,• ..',' ,.: t : . 2 VE'd2VHE 2. .. 1 1\'1\.14 Y- * __..1".-1 1' >I 8 1.41 . I ill \. - 4 ' • SOilill I t I ' I I I I - I , , hill!! 7 , I - ,.',',: i 1 i 1 .i i§igaaEg R I i I\'‘'',. ■11 . I . I I \‘,....,, :i' 1 ■ i 1 , ` -; 1 g 1 1 1 I I . 1 ,.. I;I.` ■ , 2 I - I 3:\‘s, ' I ii I I i , , : Oil I 1 . .,t.;:4'P,':-. I.' I i t i Mil ' • I , 7,s,,,,.. I I ' I- . P.-§,,e,1-d.- 1 1 , --,-. __].--- o — -- ■ -.. - -----1"7-TrdigtrIgg -7 ■ -1—FI - —, ,tRe,..,,n-. , ' i. 1 ■ 3 ir4ri ..,,.?F.R.m...o'• 1 1 I i 1'`,s\'' I I iliii S'..TCI r-2AR •,, 1 i ----- II I . \\I---Virl'AirKi 5. 1 ';r4,., i 1 , i \,`,.,) ■ . ‘ --L.-"--.",•1•-'0 t I i I i i, \.1 \, `.,..'"A r■ ••• .1_, . 1 :. 1.1>.‘Z 1 I 1 i 1 1 I I . ',.;, r?' .,, ..;■1 5 I .__ I __ . ______g — I • I -g I 4 ! . O ,sli \ •10 i t S 72 l , 1 I !,\.• 1 I ; i I I , . 'N.s I , .. ..,•,, 8 : i 1_------ 1 - i k gi k 1 -1 I 1•\,1 ••`i ? ., I . -,-..,'N i II; 1 ,,, .;1,., T.1. I t v,i t 1 1 I -:. \•.' ' .: a I 1 • A I < V.: I."\i ii'■.'‘i4i i 1 : iHI I 18e,?1".;Z:: i T g' -i'.2 I I \L.,.. • ,• 1 1 . 1 A I. I `•`'`.`,.," 5 „ * I ! ----s 1.' --— ,, -r--- I. 1 1 P• 11 111111b 14§111 1*,. 4 ' 1 .0, Lormwddsam \\:1 I I _. 8a ' •N I 4 —A' ----- 1 i a . - ILL • 1. .i.„..:„.„„ • t _ ,g ‘`‘,,,l' ! - ..6,,.;1 . _ __ __. i 'i. : _.) .sg.:., 3Alaia AOOAM 0141011,1 C------___ ,,,I —- q I:‘,..—_Ii 4,A-----2,•L'. V.Tirr1-77,Alt or, _ 1 I 1\7,,,,,,,, 7 n4. li:,■:■ _ \: • 1 ' ■ 1 I \\ ! :4 1:■■ ' 0:i i 1, i) 42522 I I I I I I 1 l I .4 -81.- -." 'i Pi,,,e'''. 1 1 '' \ I ,:, f",,,T . I I • -- ' I I i . 1 1 '''''' -.• I --- ', I I 1 I ma.U1sd " --Er ITIVA3t-TalV1714,—ATSIT.:-,— 1 C._1 . •—• I>'.1--------,..r.g.,7-riii313—t -5 I q I I I I I i I I I . 81• :.. .i -,....----,,,„..--------,....-.,----- . .. ..—. -•,„ •..- ..,,„ ...-- svx3.1...m.Nnoa NOS2:13d3f Itini-liav D:10d 4714,,, ... .••••••• .......... ,,...., -"" "k'lir't.,:i i■ P .....,,, .a.,, ...,,,,,, sun ?. ,........-...„-..;..,.„ . 09+L.V.1.9 01 00+9 VIS N011040a109 1N3V1c1013A30 011NON003 t''. ilkIN '1 salx° " xnramapgv --1± HnHiay.1.80d ';'%* 1 I ..4 s 1 e ii 4'*;a, ,tis-- 3AINO>INVW NiNRicIVN Y ..1111;;; • ■ • IIPKWVMM! 1 iii I iiii DI . XIIIRMMX i P iginnn 1 /111 • i IltUgliVVR t 0 I i a • • 1/5•,..5,..3 -.0 I cEt10;* 22 e . AR,x iRii i;.1 is a - • : • I • . , • -, . . . . 2,1 E / • . . . 1 I . • I , . , I. I 1 I i i I • . . • • e'', , II : I ; -. 1 • • se . lig, IT—I 1 : 1 t, 131 'f..I gl tl t g I .!...:4I. '-, [ ■ j I • I ....... . . ‘. ... .. .. ,. .... . . I I - ••• - .. c, l-. . ..I. . i ' . ,<•-•-?.„:;,.1 I : I • . "1-.;:g: I : 1 I. <1, '. 1., I I • . , : . i i 1 I I ] 1 '1 1\\ '..S. . • 1 " HI -egiorartt- •• -,-— —— — 1 • . i ! :'.\•s ' I , „,F„,t\tg,t. I , :i 1 . i . , ,--t., . - ,,,q- t 1 ': '.! .. .- -:.• ` .1\\‘' • ••• 1- • • ..-t ... .. . . I , .,. 1 , tl.‘ ,!\*. • I I I. .. ,1.• I ......., .• \ 11 '4111 ' 1 i ii ,. E i ii ...l t- i :: / ■ L:- I • = ---. --r-,. . , 1 : ' • I \s • I I - 1 ----A.:7113171 ..ig2frag 1 i , •.. • I •N..—. .- --,L °:', ,, I., 1 . de.dr, 1 1 I 8 11\\, , . IV ,4r z. - . L , „EgRiiig”• •.-, at 5 • '.1 :: •-•, •4,„ I 1 • ---: ;'----- \Ns t7.- •1/' •—1— 210., -.'-.' 1 1 - E sCfAy• : Elf.' It . g... • , s \\:‘,...-..., ig - 1" 4. E .1,, pzi g • ••• • •• • •• ° tt " :. 5 1111 11 ! N - .:31 t 1.1 ., :■k -i ' 1 I •..-:- I\ • E 1 : ! I i ■: 1 ' . 'I 1 . ... . . I. 1..':-„:,','..• . ...I.. : . ......... . !...... . ,.. . . \,) 155 1 11 'T h ; . 1 I : ' '-'\ lai 1 11 I= . 1 ,■ - . N.,\. . I I. . h g, ■1 i , 1, I i I 1 111 I g_iL i 1 _L i ' . 1 I •,\'''\\N . I 1 g . , . 00.-g-ViS 3N11 HQXVW 741 'ill .0 'pi' ti . t 1 —...---.--------- —,...—.—.... • _—_ '".. ' """` SHX31'AINt100NOS2i3dd3f'21fH12JVlend <_,;..,.4 'C Pa0,,o etl u�o nP W .a,.., ,,,r. ..,�.,.,,o,,...,,.-- SlIV130 ONIAVd �' 1,..:Q:q '3' .' s ,v1'...>ous s.,,Ensuo, �mrarm.1v ''i 4(';i LL salvo>v xava aoav -- NOIiV2iOda001N3Wd013n30OIWON003 1¢-, .." (-B `— 2ifH12JV 160d 'v`.^:- .= ss 3ARf0)INVLfd VNIlidVN El;', 1 i !//I 4F .--I / o i1 =g.fl F y--1 i-''... .FiU ', m.. I ZJ V w f - aI I J — o yo- `i. a, ! L- .I � v' °' 1 ° •_I ,` m r �I W 3R I m ' - a 111 1- 'Il- I, I.. 1_�., F Q i —I 1 F i<fr I L/! .l4\ ,' i = Wig_ /! I I IIn°4 t e< tii Ili 1 _ �NZ re; ▪ ff _ zl • 0rw 'l 0 ..,1 Z j to _ I t' '�.y Z m i azm r , 1 ;p_ -_ .I , I'iI Ill C4 If —Fr,t_ �o 1 - Ili I z i I -: • -otoo �2 �a §� ; r1 , , _ v• �� 9r.r nW Yi �---- 1I,, ' ■( r.2:1 .I m,'a-• arc �� ,�� .._I 4 \I )u w f i /1 1 J ,o I. rv� gN I 1($- ` QI / w w I� i .� R: al -� 11G.� W' it_ . If, Ili 1\ i fl a � o Lii 1u 1 z NI a Uo 97 I a ----.9"t-ill —g I� d Li- 7%E. Ix,: . UI a o j I-, w CG 1 u- « L I.4 / t _� ---- :P I '1 . \ .4. Z; .k- ". \- /! i n 1 \\', ; Cp'3rcx 4 - 1 ,,.y' 41 �; ' % mt� I ------'\�( - —,. of �.: " Pw �N = F i 5 1– w "x ▪ a T ,p_x oaa-oW 0 >, Z c/! ,rc tip : " LL O ; W'a Sr I - J a 0 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS. For Construction of WATER, SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING To Verve PROPOSED "KAPRINA FRANK DRIVE" PORT ARTHUR,TEXAS Project No. EDC-180 ' Contract No. 1 (Non-Federally Funded Project) CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS MAY 2014 w, ' •(E OFNTF tltt .d* , *1 e KEESTAN X.COLE r9 i 114225 �I ltt�i�i scams L 0��`�{, ,a TEXAS "PC REGISTERED ENGINEERING FIRM F-30 ARCENEAUX & GATES CONSULTING ENGINEERS, INC. Engineers * Surveyors * Planners PORT ARTHUR, TEXAS A BURROW GLOBAL COMPANY CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For Construction of WATER, SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING To Serve PROPOSED "KAPRINA FRANK DRIVE" PORT ARTHUR,TEXAS Project No. EDC-180 Contract No. 1 (Non-Federally Funded Project) CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS TABLE OF CONTENTS A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID E. BID BOND F. GENERAL CONDITIONS G. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE H. SUPPLEMENTAL GENERAL CONDITIONS I. PAYMENT BOND J. PERFORMANCE BOND K. NOTICE OF AWARD L. NOTICE TO PROCEED M. INSURANCE N. TECHNICAL SPECIFICATIONS Item No. A2001 - Clearing and Grubbing Page 1 of 2 Item No. A2002 - Site Grading Item No. A3004 - Seeding Item No. A3034 - Storm Water Pollution Prevention Plan (SW3P) Item No. B1001 - Concrete Item No. B3001 - Reinforced Steel Item No. B3005 - Concrete Construction Item No. H1001 - Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings Item No. J1002 - Polyvinyl Chloride (PVC) Sewer Pipe and Fittings Item No. J1003 - Polyvinyl Chloride (PVC) Waterline Pipe (4"-12") Item No. J2001.1 - Construction of Underground Lines Item No. J2003 - Hydrostatic Testing of Pressure Lines Item No. J2005 - Low Pressure Air Test- Sanitary Sewer Lines Item No. J3001 B - Storm Sewer Manholes Item No. J3006 - Cement— Stabilized Sand Backfill Item No. J3009 - Disinfection of Waterline Item No. J3011 - Reinforced Concrete Pipe Item No. J3016 - Inlets Item No J30017 - Fire Hydrants Item No. J3019 - Fiberglass Manhole Item No. J3022 - Resilient Seated Gate Valves 4-Inch Through 36-Inch for Water Distribution Item No. J3024 - Bank Sand Backfill Item No. J3045 - Trench Excavation and Shoring Safety Plan Item No. K3003 - Lime-Stabilized Subgrade Item No. K3007 - Removal of Existing Pavements and Curbs Item No. K3101 - Concrete Pavement Item No. K3109 - Traffic and Zone Marking Paint Item No. K3114 - Concrete Curb and Gutter Item No. K3203 - Roadway Excavation and/or Embankment (Station Grading) O. QUALIFICATION STATEMENT APPENDIX"A" - Form for Request for Time Extension Page 2 of 2 • • • s k ' SECTION A• • CONSTRUCTION ;'CONTRACT -AGREEMENT CONSTRUCTION CONTRACT AGREEMENT [Non-Federally Funded Projects] THIS AGREEMENT, made this day of , 20 , by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER", and , herein acting by and through , hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the construction of WATER, SANITARY SEWER,PAVING,DRAINAGE FACILITIES AND SITE GRADING 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice to Proceed and will complete the same within 150 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of$ , or as shown in the Bid Schedule. 5. The term "CONTRACT DOCUMENTS'means and includes the following: (A) Agreement (B) Advertisement for BIDS (C) Information to BIDDERS (D) BID (E) BID BOND (F) General Conditions (G) Labor Classification and Minimum Wage Decision (H) Supplemental General Conditions (I) Payment Bond (J) Performance Bond (K) Notice of Award (L) Notice to Proceed (M) Insurance (N) Drawings prepared by Arceneaux and Gates Consulting Engineers, Inc., A Burrow Global Company numbered 1 through 24 dated MAY 2014. A-1 (0) Specifications prepared or issued by Arceneaux and Gates Consulting Engineers, Inc., A Burrow Global Company dated MAY 2014. (P) Addenda: No. , dated , 20 No. , dated , 20 No. , dated , 20 • 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. APPROVED IN FORM: OWNER: CITY OF PORT ARTHUR CITY ATTORNEY NAME TITLE CONTRACTOR: BY NAME [SEAL] ADDRESS ATTEST: NAME TITLE [CORPORATE SEAL] ATTEST: NAME: A-2 • • • • • • • • • • t S { , ' .1 1 t SECTION B ADVERTISEMENT `FOR BIDS CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed proposals, addressed to the City of Port Arthur, will be received at the office of the City Secretary, City Hall, until 3:00 p.m. on Wednesday, June 18, 2014 and all bids received will thereafter be opened and read aloud at 3:15 p.m. on Wednesday, June 18, 2014 at City of Port Arthur City Hall, 5th Floor Council Chamber, 444 4th Street, Port Arthur, Texas for the construction of certain public works or furnishings of certain services briefly described as: WATER, SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING to serve Proposed "Kaprina Frank Drive", Contract I. Any bid received after closing time will be returned unopened. A Cashier's check, or Certified Check, payable without recourse to the order of the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas, in an amount not less than five percent (5%) guarantee that, if awarded the Contract, the bidder will promptly enter into a Contract and execute Bond in the forms provided as outlined in the Specifications and instructions to Bidders. Copies of the PLANS AND SPECIFICATIONS and other CONTRACT DOCUMENTS are on file at the following locations: CITY OF PORT ARTHUR Public Works Department or Shawna Tubbs, CPPB,CPPO, Purchasing Manager 444 4TH Street Port Arthur, Texas 77640 ARCENEAUX&GATES CONSULTING ENGINEERS, INC. A BURROW GLOBAL COMPANY 2901 Turtle Creek Drive, Suite 320 Port Arthur, Texas 77642 AGC OF SOUTHEAST TEXAS 5458 Avenue A Beaumont,TX 77705 Please contact the office of Arceneaux & Gates Consulting Engineers, Inc. for instructions on how to obtain copies of the Bid/Contract Documents at: (409)724-7888. The following bonds, each in the amount of one hundred percent (100%) of the Contract price, will be required in accordance with State law as follows: (1) a payment bond for any contract in excess of Fifty Thousand Dollars ($50,000.00); (2) a performance bond for any contract in excess of One Hundred Thousand Dollars ($100,000.00). B-1 Attention is called to the fact that this is a Contract for construction of public works and that there must be paid on same not less than the general prevailing wage rates which have been established by the City of Port Arthur, pursuant to Chapter 2258 of the Texas Government Code, as amended and which are set out in detail in the Contract Documents. The CONTRACTOR shall forfeit as a penalty, to the City of Port Arthur, Sixty Dollars ($60.00) for each laborer, workman or mechanic employed, for each calendar day, or portion thereof, if such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under this Contract. The Davis-Bacon Act* is applicable to this Contract, and the prevailing wage rates established pursuant to said Act are made a part of this Contract. A copy of such current wage schedule is included in the Contract Documents and any applicable change in such wage schedule shall be furnished and Equal Employment Opportunity requirements must be met. CONTRACTOR'S attention is also directed to the equal opportunity requirements of this Contract: Title VI, Sec. 3 and E.O. 11246. This Contract is issued by an organization which qualifies for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise and Use Tax Act as codified in Chapter 151 of the Texas Tax Code. Because of the Amendments to Section 151.311 of the Tax Code made by Section 14.07 of Chapter 5 (House Bill No. 11), 72nd Leg., 1st C.S., Acts 1991 at 188, in order for non-consumable materials and equipment to qualify for resale to the City of Port Arthur, and be exempt from sales tax, the contract and bids must comply with the following requirements. The bid and contract must separately identify: (1) the charges for non-consumable materials and equipment that are permanently incorporated into the project, and (2) charges for skill, labor and consumable materials, tools and equipment that are permanently incorporated into the project. Bidders are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the separated contract procedure. The City of Port Arthur, will issue to the CONTRACTOR a specific exemption certificate for this Contract in order that he does not have to pay taxes on qualifying materials, equipment, or other tangible personal property purchased for and permanently incorporated into City of Port Arthur, realty in performing this Contract. The CONTRACTOR performing this contract must issue to his suppliers an exemption B-2 certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City of Port Arthur. Lump-sum contracts, in which the above referenced charges are not separated, do not qualify for the sales and use tax exemption. Attention is directed to the liquidated damages provision of this Contract (Paragraph No. 51 of the General Conditions) and the fact that rainy weather shall constitute justification for any delay in the time for completion only under certain conditions. This Contract is for a Road Construction project. Each project will be specified by the City of Port Arthur, in a notice to proceed. Successful Bidder shall be required to attend Pre-Construction Conference. BIDDER IS CAUTIONED TO READ ALL CONTRACT DOCUMENTS BEFORE SUBMITTING BID, ESPECIALLY ITEM 18 (PRE-BID CONFERENCE) OF THE INFORMATION TO BIDDERS. All bidders shall be required to attend the Mandatory Pre-Bid Conference on: Thursday, June 5, 2014 at 10:00 am at the City of Port Arthur City Hall, 444 4th Street, 5th Floor Conference Room, Port Arthur, Texas 77640. The City of Port Arthur, reserves the right to reject any and all bids and to waive informalities. City of Port Arthur BY: /s/SHAWNA TUBBS Shawna Tubbs, CPPB, CPPO Purchasing Manager *Davis-Bacon Act is found at 40 U.S.C., §276a et. seq. 1st Advertisement: May 25, 2014 2nd Advertisement: June 1, 2014 B-3 • • • • • • • • • • • • • • • • • O E 1 4 z S CT INFORMATION` TO BIDDERS INFORMATION TO BIDDERS The following instructions are applicable to the Contract, in addition to the requirements set forth in the ADVERTISEMENT FOR BIDS. 1. BID PROCEDURE Bids must be submitted in DUPLICATE upon the prescribed forms, or copies thereof, in sealed envelopes plainly marked. Bids shall be prepared in compliance with the requirements of the ADVERTISEMENT FOR BIDS, these instructions and the instructions printed on the prescribed forms. All blank places on the Proposal form must be filled in as noted, in ink, in both words and figures, with amounts extended and totaled, and no changes shall be made in the phraseology of the forms or of the items mentioned therein. In case of any discrepancy between the written amounts and the figures, the written amounts shall govern. If the Bidder does not bid on optional items (if shown in the Proposal form), "No Bid" shall be entered in the blank spaces therefore. Any bid may be deemed irregular which contains any omission, erasure, alteration, addition, irregularity of any kind or item not called for, or which does not contain prices set opposite to each of the several items in the Proposal form, or in which any of the prices are obviously unbalanced, or which shall in any manner fail to conform to the conditions of the published ADVERTISEMENT FOR BID. The Bidder shall sign his Proposal in the blank area provided therefore. If the bid is made by a partnership or corporation, the name and address of the partnership or corporation shall be shown, together with the name and address of the partners or officers. If the bid is made by a partnership, it must be acknowledged by one of the partners; if made by a corporation, by one of the officers thereof accompanied by Corporate Seal. In order to ensure consideration, the Proposal must be enclosed in a sealed envelope plainly identified by the name of the project and the Contract number, and addressed to the OWNER as prescribed in the Invitation to Bidders. Withdrawal or modifications to bids are effective only if written notice thereof is filed prior to time of bid opening and at the place specified in the Notice to Bidders. A notice of withdrawal or modifications to a bid must be signed by the CONTRACTOR or his designated representative. No withdrawal or modifications shall be accepted after the time for opening of proposals. 2. BID SECURITY AND LIQUIDATED DAMAGES Bids shall be accompanied by a bid guarantee of not less than five percent ( 5%) Check or Cashier's Check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted, the Bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified,the Bidder shall be liable to the OWNER for the difference between the amount C-1 specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two (2) remaining unsuccessful Bidders will be returned; that of the successful Bidder will be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnish Performance and Payment Bonds and required insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER, within said period, of reasons which, in the sole discretion of the OWNER, justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified, the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the Bidder shall be liable to the City of Port Arthur, for any excess cost to the OWNER over his bid amount. Further, the bid guarantee shall be forfeited to the City of Port Arthur, as liquidated damages and Bidder shall be liable to the City of Port Arthur, for an additional amount of five percent(5%) of the bid amount as liquidated damages without limitation. The OWNER, within ten (10) days of receipt of acceptable Performance and Payment Bonds, Insurance Documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER,withdraw his signed Agreement. 3. BONDS The following bonds, each in the amount of one hundred percent (100%) of the Contract price, will be required in accordance with State law as follows: a (1) PAYMENT BOND for any contract in excess of Fifty Thousand Dollars ($50,000.00); and, (2) a PERFORMANCE BOND for any contract in excess of One Hundred Thousand Dollars($100,000.00). 4. 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 reason(s) why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. If Notice to Proceed has not been issued within the ten (10) day period or a period mutually agreed upon, CONTRACTOR may terminate the Contract without liability on the part of either party. C-2 5. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by OWNER. The CONTRACTOR 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 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 (No insurance policy or Certificate of Insurance required below shall contain any aggregate policy year limit unless a specific dollar amount[or specific formula for determining a specific dollar amount] aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or Certificate of Insurance). 1. Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of Port Arthur, City of Port Arthur, its Officers, Agents & Employees). (City and Contractor and all persons providing services shall comply with the workers compensation insurance requirements of Section 406.096 of the Texas Labor Code and 28 TAC Section 110.110, a copy of which is attached hereto and is hereby incorporated by reference.) 2. Commercial General Liability occurrence type insurance. No. "XCU" RESTRICTIONS SHALL BE APPLICABLE. Products/completed operations coverage must be included, and City of Port Arthur, its Officers, Agents, and Employees must be named as an additional Insured. a. Bodily Injury $500,000 single limit per occurrence, or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or, b. Bodily Injury $1,000,000 single limit per occurrence or $1,000,000 each person/$1,000,000 per occurrence for contracts in excess of $100,000; and, c. Property Damage $100,000 per occurrence regardless of Contract amount; and, d. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, e. Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Comprehensive Automobile Liability(including owned, non-owned and hired vehicles coverage). a. Minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided, minimum limits are$300,000 per person, $500,000 per occurrence for bodily injury, and $100,000 per occurrence for property damage. C-3 PREAMBLE TO RULE 110.110 The Texas Worker's Compensation Commission adopts new § 110.10,concerning requirements for governmental entities awarding a contract for a building or construction project, and for persons providing services on a building or construction project for a governmental entity. The new rule is adopted with changes to the proposed text published in the April 26, 1994 issue of the Texas Register (19 TexReg 3131). Subsection (a)(7) and (c)(7) were amended by adding language to further clarify who is covered by the rule. Subsections (c)(7)(F) and (c)(3) were added to clarify that a contractor or subcontractor is representing to the governmental entity that workers' compensation coverage is provided. Subsections (d)(8)(C) and (c)(8)(C) were added to require specific language regarding representations of coverage to be added to contracts to provide services on the project. Subsections (c)(7)(F), and (c)(7)(I)(5), (d)(5), (d)(8)(F), (c)(6), and (c)(8)(F) were amended to reduce the retention period for contractors and other persons providing services on the project from three years to one year. Subsection (g)was changed to state that this rule applies to contract advertised for bid after September 1, 1994, rather than awarded after September 1, 1994. • The Texas Labor Code, §406.096, requires workers' compensation insurance coverage for all persons providing services on a building or construction project for a governmental entity. The commission is aware that this statutory requirement is not being met, and this rule is designed to achieve compliance and to implement a record keeping process which will enable oversight of compliance. The rule does this by placing requirements on the governmental entity and on contractors and other persons providing services on a project. These requirements include coverage, certificates of coverage, posted notices of coverage, and notification of changes in coverage status. The rule does not create any duty or burden on anyone which the law does not establish. The rules defines terms which apply to governmental entity building or construction projects and sets up a clear procedure for governmental entities and contractors that bid for building land construction projects to follow in complying with the requirements of the Texas Labor Code, §406.096. It also defines persons who provide services on a project who are subject to the statutory requirement of coverage, and sets forth their requirements to comply with the statute and the rule. It specifically excludes persons such as food/beverage vendors whose deliveries and labor are not permanently incorporated into the project. The rule puts persons on notice that providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other persons providing services on the project to administrative penalties, civil penalties, or other civil actions. The rule requires a governmental entity to timely obtain certificates of coverage, retain them for the duration of the project plus three years, and provide them to the commission upon request and to others entitled to them by law. It also requires the governmental entity as a prerequisite to awarding a contract, and as part of the contract,to require that the contractor provide coverage and certificates of coverage for the contractor's employees;timely obtain and provide the governmental entity all required certificates of coverage for all persons providing services on the project; retain certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of C-3a coverage of any person providing services on the project; post notices on each project site; and contractually require persons with whom it contracts to do the same, with the certificates of coverage to be provided to the person for whom they are providing services. The rule also sets out the language to be included in bid specifications and in contracts awarded by a governmental entity and the information required to be in the posted notice to employees. It further establishes a method for obtaining the certificates from persons providing services on the project and providing them to the governmental entity. It requires a contractor awarded a building or construction contract to provide workers' compensation coverage to the contractor's employees for the duration of the project; file a certificate of coverage of the contractor's employees with the governmental entity prior to being awarded a contract; obtain and provide to the governmental entity, certificates of coverage from each other person with whom it has contract to provide services on the project, prior to that person beginning work on the project; obtain and provide new certificates of coverage shown on the current certificate ends during the duration of the project; retain all certificates of coverage for the duration of the project and for one year thereafter, notify the governmental entity of material changes in coverage; contractually require each other person with whom it contracts to provide a certificate of coverage; and post notices on each project site. All other persons providing services on a project have the same requirements as a contractor, with the exception of posting notices and with the exception that the certificate of coverage is given to the person for whom they contracted to provide services on the project. The rule uses the term "persons providing services on the project; in lieu of the statutory term "subcontractor because the term "subcontractor" as used in the statue (§406.096) and in this rule is broader than standard industry usage. The use of the different terminology will prevent confusion. The rule does not create any duty or burden on anyone which the law does not establish. The new rule is adopted under the Texas Labor Code, §402.061, which authorizes the commission to adopt rules necessary to administer the Act, and Texas Labor Code, §406.096, which establishes requirements for governmental entities, contractors, and subcontractors ("persons providing services on the project")regarding workers' compensation coverage for workers on public building or construction projects. Rule 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities. (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined the Texas Labor Code, if so defined. (1) Certificate of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement)providing services on a project,for the duration of the project. (2) Building or construction - has the meaning defined in the Texas Labor Code, §406.096(e)(1). C-3b (3) Contractor - A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage - Worker's compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - A written agreement on form TWCC-81, form TWCC-82, form TWCC083, or form TWCC-84, filed with the Texas Workers' Compensation Commission with establishes a relationship between the parties for purposes of the Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project - Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" In §406.096 of the Act) - Includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "Services" includes but is not to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project - Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the Insured who are providing services on the project are covered by workers' compensation coverage, that the coverage if based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. C-3c (c) A governmental entity that enters into a building or construction contract on a project shall: (1) Include in the bid specifications, all the provisions of subsection (d) of this rule, using the language required by paragraph(7)of this subsection; (2) As part of the contracts, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this rule; (3) Obtain from the contractor a certificate of coverage for each person providing services of the project, prior to that person beginning work on the project; (4) Obtain from the contractor a new certificate of coverage showing extension of coverage; (A) Before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project,and (B) No later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) Retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) Provide a copy of the certificates of coverage to the commission upon request and to any person entitle to them by law; and, (7) Use the following language for bid specifications and contracts, without any additional works or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation in Figure 1: (Figures 1) Article . Worker's Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate'). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. C-3d Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.095) includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services"does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401,011(44)for all employees of the contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and, (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage (if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. C-3 e G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. The contractor shall contractually required each person with whom it contracts to provide services on a project, to: (1) Provide coverage, based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements, which means the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project,for the duration of the project; (2) Provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for they duration of the project; (3) Provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage,(f the coverage period shown on the current certificate of coverage and during the duration of the project: (4) Obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period. If the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Note the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;and C-3f (7) Contractually require each person with whom it contracts, to perform as required by paragraphs (1) — (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental (d) A contractor shall: (1) Provide coverage for its employees providing services on a project,for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) Provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) Provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) Obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and, (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period.shown on the current certificate of coverage code during the duration of the project; C-3g (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) Post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may veri)5) current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text in Figure 2 provided by the commission on the sample notice, without any additional works or changes: (Figure 2) REQUIRED WORKER'S COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identf of their employer or status as an employee." "Call the Texas Worker's Compensation Commission at 512-440-3789 to received information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage."and (8) Contractually require each person with whom it contracts to provide services on a project, to: (A) Provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project,for the duration of the project; (B) Provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) Include in all contracts to provide services on the project the language in subsection (o) (3) of this rule; (D) Provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage C-3h period shown on the current certificate of coverage ends during the duration of the project; (E) Obtain from each other person with whom it contracts, and provide to the contractor; (I) a certificate of coverage, prior to the other person beginning work on the project; and (II) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project: (F) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) Note the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;and, (H) Contractually require each person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) Provide coverage for its employees providing services on a project,for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) Provide a certificate of coverage as required by its contract to provide services on the project,prior to beginning work on the project; (3) Have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers'compensation coverage for the duration of the project that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. C-3 i (4) Provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project: (5) Obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) A certificate of coverage, prior to the other person beginning work on the project; and (B) Prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) Note the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provisions of coverage of any person providing services on the project and sent the notice within 10 days after the person knew or should have known of the change; and (8) Contractually require each other person with whom it contracts to: (A) Provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project,for the duration of the project; (B) Provide a certificate of coverage to it prior to that other person beginning work on the project; (C) Include in all contracts to provide services on the project the language in subsection (e)(3) of this rule; (D) Provide, prior to the end of coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project (E) Obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage C-3j period shown on the current certificate of coverage ends during the duration of the contract; (F) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) Note the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) Contractually require each person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to the provided to the person for whom they are providing services. ( If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be sever able. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. Effective Date: September 1, 1994 C-3k 4. Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial General Liability Policy, specifically referring to this Contract by date, job number and location; 5. All-Risk Builder's Risk of the non-reporting type (NOT REQUIRED for paving projects, water and sewer line projects or projects involving lump sum payments). 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 a valid Certificate of Insurance the CERTIFICATE OF INSURANCE form attached to and made a part of the Information To Bidders, and pertaining to the above listed Items 1, 2, 3 and 4; and before commencing any of the work and within the time otherwise specified. CONTRACTOR shall file said completed form with the OWNER. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverages afforded under the policies will not be altered,modified or cancelled unless at least fifteen (15) days prior written notice has been given to the OWNER. CONTRACTOR shall also file with the OWNER valid CERTIFICATE(s) 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 OWNER not more than ten (10) days after execution of this Contract. The original Builder's Risk policy (if required) shall provide for fifteen (15) days written notice of alteration, modification or cancellation and shall be furnished to OWNER. Provided, however, until the Original Policy is issued and furnished to the OWNER a Certified Insurance Binder with the identical notice will be acceptable in place of the original policy, which original policy must be received by the OWNER not later than thirty (30) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER. 6. JOB EXAMINATION Bidder should carefully examine and be familiar with the Plans, Specifications and other Documents and other conditions and matters which can in any way affect the work or the cost thereof. By submitting a bid, the CONTRACTOR acknowledges that he or his qualified representative has visited the job site and investigated and satisfied himself as to: (a) the conditions affecting the work including but not limited of the physical conditions of the site which may bear upon site access, handling and storage of tools and materials, access to water, electric or other utilities or otherwise affect performance of C-4 required activities; (b) the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonably ascertainable from inspection of the site, including exploratory work done by the OWNER or a designated consultant. Failure to do all of he above will not relieve a successful Bidder of the obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the considerations set forth in the bid. Any information shown in the specifications or on the Plans in regard to subsurface data, test borings and similar conditions is to be considered approximate and does not relive the Bidder of the responsibility for its verification. OWNER is not responsible for any failure by the CONTRACTOR to acquaint himself with available information for estimating properly the difficulty or cost of successfully performing the work. The OWNER is not responsible for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER. In conformity with applicable statutes, the OWNER has adopted a labor classification and a minimum wage scale,which is included preceding the Specifications. 7. SALES TAX This Contract is issued by an organization which qualifies for exemption pursuant to the provisions of Section 151.209 of the Texas Limited Sales, Excise and Use Tax Act as codified in Chapter 151 of the Texas Tax Code. The CONTRACTOR'S attention is directed to the State of Texas Comptroller of Public Accounts Limited Sales, Excise and Use Tax rules and regulations Rulings regarding Repairmen and Contractors - Reference: Section 151.056 Texas Tax Code which, upon compliance with certain conditions, provides for exemption from this tax of non- consumable materials and equipment permanently incorporated into work done for an exempt organization, and to House Bill 11 amendments to Section 151.311 of the Tax Code (Vernon Supp. 1992) as they relate to separated contracts/bids in order for non- consumable materials and equipment to qualify for resale to the City of Port Arthur, and be exempt from sales tax. Any Bidder may elect to exclude this sales tax from his bid. The bid and contract, however, must separately identify the charges for: (1) non-consumable materials and equipment that are permanently incorporated into the project; and, (2) charges for skill, labor and consumable materials, tools and equipment which are not permanently incorporated into the project. This statement shall be included in and made part of the Contract. CONTRACTORS are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the exemption provisions and the separated Contract procedure. The City will issue a specific exemption certificate for a separated Contract to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and equipment purchased for and permanently incorporated into the City of Port Arthur, project. The CONTRACTOR performing this Contract must issue to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City of Port Arthur,. C-5 The OWNER will make no further allowance for and will make no price adjustment above or below the originally bid unit prices on account of this tax. It shall be the CONTRACTOR'S sole responsibility, if CONTRACTOR has elected to exclude the sales tax from the bid, to comply with the aforementioned Rulings and with any other applicable rules, regulations or laws pertaining to the Texas Limited Sales, Excise and Use Tax which may now or at any time during the performance of this Contract be in effect, and the OWNER shall have no responsibility for any sales or use tax which the CONTRACTOR may be required to pay as a result of CONTRACTOR'S failure or the OWNER'S failure to comply with said rules, regulations or laws, or as the result of the performance of the Contract or any part hereof by the CONTRACTOR. Bidders are cautioned that materials which are not permanently incorporated into the work (Example: Fuel, lubricants, tools, forming materials, etc.) are not eligible for exemption and are not to be included in the statement as "Non-Consumable Materials and Equipment". 8. FINANCIAL STATEMENT AND EXPERIENCE RECORD The Bidder will, upon request by the OWNER, furnish such information and data as OWNER may request to determine ability of the Bidder to perform the work, including, without limitation, a list of all jobs completed in the last 24 months giving name of OWNER, amount of Contract, description of the job, and name of OWNER'S representative who is familiar with the work performed by the CONTRACTOR. 9. INTERPRETATION OF PLANS AND SPECIFICATIONS Bidders desiring further information or further interpretation of the Plans and Specifications must make request for such information in writing to the Architect/Engineer, not later than 96 hours before the bid opening. Answers to all such requests will be given in writing to all qualified Bidders, in Addendum form, and all addenda will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in, or omissions from, the Plans, Specifications or other Contract Documents, or should a Bidder be in doubt as to their meaning, the Bidder should, no later than 96 hours prior to the bid opening, notify the Architect/Engineer in order that a written Addendum if necessary, may be sent to all Bidders prior to submission of the bids. Failure to request such clarification is a waiver to any claim by the Bidder for expense made necessary by reason of later interpretation of the Contract Documents by the OWNER. 10. AWARD OF CONTRACT Unless it elects to reject all bids, the OWNER will award the Contract as promptly as possible consistent with the time required for a thorough analysis of bids submitted. Award will be made on the basis of the greatest advantage to the OWNER, considering all elements of the bid. The right is reserved to reject any or all Proposals and to waive technical defects, as the interest of the OWNER may require. The OWNER can award the C-6 contract to a Bidder whose principal place of business is located in the City of Port Arthur and whose bid is within 5%of the lowest bid price. A Bidder may withdraw his Proposal before the expiration of the time during which a Proposal may be submitted, without prejudice to himself, by submitting a written request for its withdrawal to the officer who holds it. 11. TIME OF COMPLETION Attention is directed to the requirement that each Bidder specify in his Proposal the time in which he will agree to complete the work. The time required for completion of the work will be a consideration in the determination of the successful Bidder. Unless otherwise specified, Bidder must state time in consecutive calendar days, including, but not limited to, all Saturdays, Sundays, and Federal, State and City holidays. 12. SUBSTITUTIONS Where materials or equipment are specified by a trade or brand name, it is not the intention of the OWNER to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. 13. LAWS All applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. 14. EQUAL OPPORTUNITY Bidder agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in the General Conditions. 15. MATERIAL SUPPLIERS AND SUBCONTRACTORS Low bidder shall supply the names and addresses of major material suppliers and Subcontractors when requested to do so by OWNER. 16. RETAINAGE Ten percent(10%) {five percent(5%) if the total contract exceeds Twenty-five Thousand Dollars [$25,000]} of the amount of each periodic progress payment shall be retained by OWNER until final completion and acceptance of all work under the CONTRACT. 17. UNIT PRICES If the Contract may be let on a unit price basis, the Specifications furnished to bidders shall contain approximate quantities estimated upon the best available information, but C-7 the compensation to be paid to the CONTRACTOR shall be based upon the actual quantities constructed or supplied. 18. PRE-BID CONFERENCE A MANDATORY PRE-BID CONFERENCE between the Engineer, Representatives of the City of Port Arthur, Texas and prospective bidders will be held on Thursday, June 5, 2014 at, 10:00 am, at City of Port Arthur City Hall, 444 4tn Street, 5th Floor Conference Room, Port Arthur, TX 77640. The purpose of the MANDATORY PRE-BID CONFERENCE is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Engineer, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the MANDATORY PRE-BID CONFERENCE will be rejected and returned unopened to the Bidder. C-8 SECTION D BID BID TO: City of Port Arthur 444 4th Street City of Port Arthur,Texas 77642 Proposal of (hereinafter called 'BIDDER"), organized and existing under the laws of the State of Texas, doing business as * and acting by and through to the City of Port Arthur, (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of WATER, SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING to Serve PROPOSED "KAPRINA FRANK DRIVE", Contract No. 1 in strict accordance with the Contract Documents, within the time set forth in the Notice to Proceed and at the prices stated below, and Bidder shall enter into Contract for same within the time specified in Contract Documents. By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this Contract on or before a date to be specified in the Notice to Proceed and to fully complete the PROJECT within 150 consecutive calendar days specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as liquidated damages, the sum of$500 for each consecutive calendar day thereafter including,but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Section 51 of the General Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: BIDDER agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: *Insert"a corporation,""a partnership,"or"an individual"as applicable. D-1 ADDENDUM NO. 1,PAGE 3 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount BID SCHEDULE NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. BID SCHEDULE "A" BASE BID ITEMS Mobilization, Bonds, Insurance, Onsite Facilities, Complete in Place. 1. 1 L.S. @ $ $ Per Lump Sum Clearing and Grubbing, Sta. 0+00 through Sta. 7+50, Complete in Place. 2. 7.5 STA. $ $ Per Station Roadway Excavation and/or Embankment (Station Grading), 70 Foot Wide Right-of- way, Complete in Place. 3. 7.5 STA. $ $ Per Station Area"A" Grading, Complete in Place. 4. 1 L.S. $ $ Per Lump Sum Area`B" Grading, Complete in Place. 5. 1 L.S. $ $ Per Lump Sum Area"C" Grading, Complete in Place. 6. 1 L.S. $ $ Per Lump Sum D-2 ADDENDUM NO. 1,PAGE 4 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Area"D" Grading, Complete in Place. 7. 1 • L.S. • $ $ Per Lump Sum Material Testing, Complete in Place. 8. 1 L.S. $ $ Per Lump Sum Lime for. Subgrade Stabilization, Complete in Place. 9. 87 TON $ $ Per Ton Manipulation of Lime and Compaction of Subgrade, When Approved by Engineer, Complete in Place. 10. 3,000 S.Y. $ $ Per Square Yard • 8-Inch Class "P" Reinforced Concrete Pavement, Complete in Place. 11. 2,850 S.Y. $ $ Per Square Yard Demolish and Remove Existing Paving 8- Inch Reinforced Concrete. Complete in Place. 12. 1,075 S.F. $ $ Per Square Foot 6-Inch Upright Concrete Curb, Complete in Place. 13. 1,450 L.F. $ $ Per Linear Foot D-3 ADDENDUM NO.1,PAGE 5 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Demolish and Remove Existing Curb and Gutter, Complete in Place. 14. 71 L.F. $ $ Per Linear Foot Pavement Markings, Including but not limited to Turning Lanes, Stop Bars and Turn Arrows (4-Inch Yellow, 4-Inch White, 12-Inch to 24-Inch White), Sta. 15. 7.5 STA. 0+00 through Sta. 7+50, Complete in Place. $ $ Per Station 5-Foot Wide Concrete Sidewalk. Complete in Place. 16. 700 L.F. @. $ $ Per Linear Foot 5-Foot Wide Concrete Reinforced Sidewalk. Complete in Place. 17. 25 L.F. @ $ $ Per Linear Foot Type 7 TxDOT Concrete Handicap Ramp,Complete in Place. 18. 2 EA. @ $ $ Per Each Design and Submittal of Trench Excavation and Shoring Safety Plan, Complete in Place. 19. 1 L.S. @ $ $ ' Per Lump Sum D-4 ADDENDUM NO.1,PAGE 6 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Trench Safety System for Storm Sewer, All Depth, Complete in Place. 20. 720 L.F. $ $ Per Linear Foot Type "C" Storm Manhole, Complete in Place. 21. 2 EA. $ $ Per Each Storm Manhole Riser, Complete in Place. 22. 1 EA. Per Each $ $ Type"C" Curb Inlet, Complete in Place. 23. 3 EA. Per Each $ $ Type"C2" Inlet, Complete in Place. 24. 1 EA. Per Each $ $ 36-Inch Reinforced Concrete Pipe, C-76, Class III, with required Bedding and Backfill. Complete in Place. 25. 225 L.F. $ $ Per Linear Foot 30-Inch Reinforced Concrete Pipe, C-76, Class III, with required Bedding and Backfill. Complete in Place. 26. 380 L.F. $ $ Per Linear Foot D-5 ADDENDUM NO.1,PAGE 7 OF 28 JUNE 11,2014 • Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 18-Inch Reinforced Concrete Pipe, C-76, Class III, with required Bedding and Backfill. Complete in Place. 27. 100 L.F. @ $ $ Per Linear Foot Sanitary Sewer Manhole,0'-12' Depth. Complete in Place 28. 3 EA. $ $ Per Each 8-Inch, Polyvinyl Chloride (PVC), Sanitary Sewer Pipe, SDR-26, ASTM D-2241 with Required Bedding and Backfill, Complete • 29. 650 L.F. in Place. $ $ Per Linear Foot Trench Safety System for Sanitary Sewer All Depths, Complete in Place. 30. 645 L.F. $ $ Per Linear Foot 8-Inch Polyvinyl Chloride (PVC) Pipe, Class 150, AWWA C-900,All Depths, Including Fittings. Complete in Place 31. 680 L.F. $ $ Per Linear Foot 8-Inch Gate Valve and Box(GV&B). Complete in Place 32. 3 EA. @ $ $ Per Each D-6 ADDENDUM NO. 1,PAGE 8 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Fire Hydrant Assembly, Complete in Place. 33. 1 EA. $ $ Per Each Relocate Existing Fire Hydrant, Complete in Place. 34. 1 EA. $ $ Per Each 2-Inch, Underground Electrical Conduit, Polyvinyl Chloride (PVC), SCH-80, Complete in Place. 35. 555 L.F. $ $ Per Linear Foot Seeding, Complete in Place. 36. 25 AC. Per Acre $ $ Silt Control, Inlet Protection, Complete in Place. 37. 1 L.S. $ $ Per Lump Sum Remove Silt Control, Inlet Protection, Complete in Place. 38. 1 L.S. $ $ Per Lump Sum SUB-TOTAL BASE BID ITEMS $ (BID SCHEDULE "A") D-7 ADDENDUM NO.1,PAGE 9 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words , Price Amount SUPPLEMENTAL ITEMS Extra Reinforcing Steel, Complete in ($0.75)* Place. 39. 500 LB. $ $ Per Pound Extra Class "A" Concrete, Complete in ($150.00)* Place. 40. 10 C.Y. $ $ Per Cubic Yard Extra-Cement Stabilized Sand, Complete ($30.00)* in Place. 41. 10 C.Y. $ $ Per Cubic Yard Vegetative Watering, Complete in Place. ($105.00)* THOUSAND @ 42. 220 GAL $ $ Per Thousand Gallons *Figures in parentheses represent minimum unit prices for Supplemental Items described in Section H, Page H-1A, Paragraph H. SUB-TOTAL BASE BID ITEMS $ (BID SCHEDULE "A") SUB-TOTAL SUPPLEMENTAL ITEMS $ (BID SCHEDULE "A") TOTAL AMOUNT BID $ (BID SCHEDULE "A") D-8 ADDENDUM NO.1,PAGE 10 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount BID SCHEDULE "B" BASE BID ITEMS Mobilization, Bonds, Insurance, Onsite Facilities, Complete in Place. 1. 1 L.S. $ . $ Per Lump Sum Clearing and Grubbing, Sta. 0+00 through Sta. 7+50, Complete in Place. 2. 7.5 STA. $ $ Per Station Roadway Excavation and/or Embankment (Station Grading), 70 Foot Wide Right-of- way, Complete in Place. 3. 7.5 STA. @ Per Station Material Testing, Complete in Place. 4. 1 L.S. $ $ Per Lump Sum Lime for Subgrade Stabilization, Complete in Place. 5. 87 TON $ $ Per Ton D-9 ADDENDUM NO. 1,PAGE 11 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Manipulation of Lime and Compaction of Subgrade, When Approved by Engineer, Complete in Place. 6. 3,000 S.Y. $ $ Per Square Yard 8-Inch Class "P" Reinforced Concrete Pavement, Complete in Place. 7. 2,850 S.Y. $ $ Per Square Yard Demolish and Remove Existing Paving 8- Inch Reinforced Concrete. Complete in Place. 8. 1,075 S.F. Per Square Foot 6-Inch Upright Concrete Curb, Complete in Place. 9. 1,450 L.F. $ $ Per Linear Foot Demolish and Remove Existing Curb and Gutter, Complete in Place. 10. 71 L.F. $ $ Per Linear Foot Pavement Markings, Including but not limited to Turning Lanes, Stop Bars and Turn Arrows (4-Inch Yellow, 4-Inch White, 12-Inch to 24-Inch White), Sta. 7.5 STA. 0+00 through Sta. 7+50, Complete in 11. Place. @ $ $ Per Station D-10 ADDENDUM NO.1,PAGE 12 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 5-Foot Wide Concrete Sidewalk. Complete in Place. 12. 700 L.F. $ $ Per Linear Foot 5-Foot Wide Concrete Reinforced Sidewalk. Complete in Place. 13. 25 L.F. $ $ Per Linear Foot Type 7 TxDOT Concrete Handicap Ramp, Complete in Place. 14. 2 EA. @ $ $ Per Each Design and Submittal of Trench Excavation and Shoring Safety Plan, Complete in Place. 15. 1 L.S. $ $ Per Lump Sum Trench Safety System for Storm Sewer, All Depth, Complete in Place. 16. 720 L.F. $ $ Per Linear Foot Type "C" Storm Manhole, Complete in Place. 17. 2 EA. $ $ Per Each D-11 ADDENDUM NO.1,PAGE 13 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Storm Manhole Riser, Complete in Place. 18. 1 EA. Per Each $ $ Type"C" Curb Inlet, Complete in Place. 19. 3 EA. Per Each $ $ Type "C2"Inlet, Complete in Place. 20. 1 EA. Per Each $ $ 36-Inch Reinforced Concrete Pipe, C-76, Class III, with required Bedding and Backfill. Complete in Place. 21. 225 L.F. $ $ Per Linear Foot 30-Inch Reinforced Concrete Pipe, C-76, Class III, with required Bedding and Backfill. Complete in Place. 22. 380 L.F. $ $ Per Linear Foot 18-Inch Reinforced Concrete Pipe, C-76, Class III, with required Bedding and Backfill. Complete in Place. 23. 100 L.F. $ $ Per Linear Foot Sanitary Sewer Manhole, 0'-12' Depth. Complete in Place 24. 3 EA. $ $ Per Each D-12 ADDENDUM NO.1,PAGE 14 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 8-Inch, Polyvinyl Chloride (PVC), Sanitary Sewer Pipe, SDR-26, ASTM D-2241 with Required Bedding and Backfill, Complete 25. 650 L.F. in Place. $ $ Per Linear Foot Trench Safety.System for Sanitary Sewer All Depths, Complete in Place. 26. 645 L.F. @ $ $ Per Linear Foot 8-Inch Polyvinyl Chloride (PVC)Pipe, Class 150,AWWA C-900,All Depths, Including Fittings. Complete in Place 27. 680 L.F. $ $ Per Linear Foot 8-Inch Gate Valve and Box(GV&B). Complete in Place 28. 3 EA. $ $ Per Each Fire Hydrant Assembly, Complete in Place. 29. 1 EA. $ $ Per Each Relocate Existing Fire Hydrant, Complete in Place. 30. 1 EA. $ $ Per Each D-13 ADDENDUM NO.1,PAGE 15 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 2-Inch, Underground Electrical Conduit, Polyvinyl Chloride (PVC), SCH-80, Complete in Place. 31. 555 L.F. $ $ Per Linear Foot Seeding, Complete in Place. 32. 0.65 AC. Per Acre $ $ Silt Control, Inlet Protection, Complete in Place. 33. 1 L.S. $ $ Per Lump Sum Remove Silt Control, Inlet Protection, Complete in Place. 34. 1 L.S. $ $ Per Lump Sum SUB-TOTAL BASE BID ITEMS $ (BID SCHEDULE "B") D-14 ADDENDUM NO.1,PAGE 16 OF 28 JUNE 11,2014 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount SUPPLEMENTAL ITEMS Extra Reinforcing Steel, Complete in ($0.75)* Place. 35. 500 LB. @ $ $ Per Pound Extra Class "A" Concrete, Complete in ($150.00)* Place. 36. 10 C.Y. @ $ $ Per Cubic Yard Extra-Cement Stabilized Sand, Complete ($30.00)* in Place. 37. 10 C.Y. $ $ Per Cubic Yard Vegetative Watering, Complete in Place. ($105.00)* THOUSAND @ 38. 35 GAL $ $ Per Thousand Gallons *Figures in parentheses represent minimum unit prices for Supplemental Items described in Section H, Page H-1A, Paragraph H. SUB-TOTAL BASE BID ITEMS $ (BID SCHEDULE "B") SUB-TOTAL SUPPLEMENTAL ITEMS $ (BID SCHEDULE "B") TOTAL AMOUNT BID $ (BID SCHEDULE "B") D-15 ADDENDUM NO.1,PAGE 17 OF 28 JUNE 11,2014 STATEMENT FOR SEPARATED CONTRACT COMPLIANCE: TOTAL BASE BID (BID SCHEDULE "A"): Non-consumable material and equipment. (Tax Exempt) $ TOTAL BASE BID (BID SCHEDULE "A"): Skill, labor and consumable material,tools and equipment.(Not Tax Exempt) $ TOTAL BASE BID (BID SCHEDULE "B"): Non-consumable. material and equipment. (Tax Exempt) $ TOTAL BASE BID (BID SCHEDULE "B"): Skill, labor and consumable material,tools and equipment. (Not Tax Exempt) $ D-16 ADDENDUM NO.1,PAGE 18 OF 28 JUNE 11,2014 Unit prices are to be expressed in both words and figures. In case of a discrepancy, the amount shown in words shall govern. The above unit prices shall include all labor, materials, equipment, bailing, shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. In addition, the OWNER reserves the right to award the Contract on the basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID with Substitution(s) and/or Alternates and TOTAL AMOUNT.BID plus any Alternate(s) described above which is most advantageous to the OWNER. The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned BIDDER hereby declares that he agrees to do the work, and that no representations made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the Contractor. Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the formal Contract attached within ten (10) working days and will deliver a Performance and a Payment Bond to insure payment for all labor and materials. The bid security attached, without endorsement, in the sum of no less than five percent (5%) of the amount bid, is to become the property of City of Port Arthur, in the event the contract and bonds are not executed within the time above set forth, as liquidated damages without limitation. Respectfully submitted: (NAME OF CONTRACTOR) (ADDRESS) BY: (TELEPHONE NUMBER) TITLE: (LICENSE NUMBER IF APPLICABLE) DATE: Wednesday,June 18,2014 (SEAL,IF BIDDER IS A CORPORATION) (ATTEST) D-17 ADDENDUM NO 1,PAGE 19 OF 28 JUNE 11,2014 CITY OF PORT ARTHUR EXCEPTION/APPROVED EQUAL REQUEST [Please submit this form for each exception/approved equal] VENDOR: TELEFAX: PROJECT: PAGE: of PARAGRAPH: SUBJECT: REQUEST: Signature CITY OF PORT ARTHUR APPROVED: DISAPPROVED: CLARIFICATION: REMARKS: Signature CITY OF PORT ARTHUR D-18 ADDENDUM NO.1,PAGE 20 OF 28 JUNE 11,2014 BID OPENING DATE: Wednesday, June 18, 2014 CITY OF PORT ARTHUR • INSTRUCTIONS TO BIDDER Bidders are requested to furnish . their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ADDRESS: CITY/STATE/ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS: CITY/STATE/ZIP TAX IDENTIFICATION NUMBER: D-19 . ADDENDUM NO.1,PAGE 21 OF 28 JUNE 11,2014 . AFFIDAVIT (RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL] All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized Officer of the company, whose signature is binding on the Bid Proposal. 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. Further, I agree to pay succeeding debts as they become due during this agreement. 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 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. NAME OF OFFERER: TITLE: ADDRESS: CITY/STATE/ZIP: TELEPHONE NUMBER: SIGNATURE: SUBSCRIBED AND SWORN to before me by the above named on this the day of ,20 . Notary Public in and for the State of Signature My Commission Expires: D-20 ADDENDUM NO.1,PAGE 22 OF 28 JUNE 11,2014 • • • • • • SECTION; E y . . • BID BOND • BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20 . The Condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the NOW,THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as here in stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. E-I IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper Officers, the day and year first set forth above. (L.S.)PRINCIPAL SURETY BY: IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list(Circular 570 as amended) and be authorized to transact business in the state where the project is located. E-2 • LS T .. G ENEA ` CO ENCDITIOION N S F • NUMERICAL INDEX TO GENERAL CONDITIONS TITLE PARAGRAPH Contract and Contract Documents 1 Definitions 2 Termination of Contract for Cause 3 Personnel 4 Reports and Information 5 Records and Audits 6 Findings Confidential 7 Copyright 8 Compliance with Laws 9 Interest of Members of City 10 Interest of Other Local Public Officials 11 Interest of Contractor and Employees 12 Incorporation of Provisions Required by Law 13 Certificates and Permits 14 Guarantee of Work 15 Additional Instructions and Detail Drawings 16 Shop or Setting Drawings 17 Materials, Services and Facilities 18 CONTRACTOR'S Title to Materials 19 Inspection and Testing of Materials 20 "Or Equal" Clause 21 Patents 22 Surveys 23 CONTRACTOR'S Obligations 24 F-i TITLE PARAGRAPH Insurance 25 Special Conditions Pertaining to Hazards, Safety Standards,and Accident Prevention 26 Suspension of Work 27 Safety and Health Regulations for Construction 28 Use and Occupancy Prior to Acceptance by Owner 29 Use of Premises and Removal of Debris 30 Quantities of Estimate 31 Lands and Rights-of-Way 32 Notice and Service Thereof 33 Separate Contract 34 Subcontracting 35 Architect/Engineer's Authority 36 Meaning of Intent 37 Contract Security 38 Additional or Substitute Bond 39 Assignments 40 Mutual Responsibility of CONTRACTORS 41 Acceptance of Final Payment Constitutes Release 42 Payments by Contractor 43 Construction Schedule and Periodic Estimates 44 Payments to Contractor 45 Correction of Work 46 Subsurface Conditions Found Different 47 Claims for Extra Cost 48 Changes in Work 49 Extras 50 Time for Completion and Liquidated Damages 51 F-ii TITLE PARAGRAPH Weather Conditions 52 Protection of Work and Property/Emergency 53 Inspection 54 Superintendence by Contractor 55 Underpayments of Wages or Salaries 56 Employment of Certain Persons Prohibited 57 Employment of Laborers or Mechanics Not Listed in Aforesaid Wage Determination Decision 58 Fringe Benefits Not Expressed as Hourly Wage Rates 59 Posting Wage Determination Decisions and Authorized Wage Deductions 60 Complaints,Proceedings or Testimony by Employees 61 Claims and Disputes Pertaining to Wage Rates 62 Payrolls and Basic Payroll Records of Contractor and Subcontractors 63 Specific Coverage of Certain Types of Work by Employees 64 Ineligible Subcontractors 65 Provisions to be Included in Certain Subcontracts 66 Breach of Foregoing Wage Standards and Rates Provisions 67 Equal Employment Opportunity 68 Civil Rights Act of 1964 69 Conflicting Conditions in Contract Documents 70 Indemnification 71 A.I.A. General Conditions 72 Delays 73 Maintenance of Work 74 Antitrust 75 Federal Labor Standards Provisions 76 Delay, Disruptions or Other Claims 77 F-iii GENERAL. CONDITIONS 1. CONTRACT AND CONTRACT DOCUMENTS The Plans, Specifications and Addenda, enumerated in the Agreement and Paragraph 1 of the Supplemental General Conditions, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The Table of Contents, titles, headings, running headlines and marginal notes contained herein and in said Documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit, or cast light on the interpretation of the provisions to which they refer. 2. DEFINITIONS The following terms, as used in this Contract, are respectively defined as follows: a. "CONTRACTOR": A person, firm or corporation with whom the Contract is made with the OWNER or City of Port Arthur. b. "Subcontractor": A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate Contract or agreement with,the CONTRACTOR. c. "Work on (at) the Project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the CONTRACTOR and any Subcontractor. d. "OWNER": Refers to the City of Port Arthur. e. "CPA": Refers to the City of Port Arthur. f. "ENGINEER": Arceneaux & Gates Consulting Engineers, Inc., A Burrow Global Company, Port Arthur,Texas 3. TERMINATION OF CONTRACT FOR CAUSE If, through any cause,the CONTRACTOR shall fail to fulfill in timely and proper manner his obligations under this Contract, or if the CONTRACTOR shall violate any of the covenants, agreements or stipulations of this Contract, the CITY OF PORT ARTHUR, shall thereupon have the right to terminate this Contract by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least ten (10) days before the effective date of such termination. In such event, all finished or unfinished Documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the CONTRACTOR under this Contract shall, at the option of the CITY OF PORT ARTHUR, become its property and the CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above,the F-1 CONTRACTOR shall not be relieved of liability to the for damages sustained by the CITY OF PORT ARTHUR by virtue of any breach of the Contract by the CONTRACTOR, and the CITY OF PORT ARTHUR may withhold any payments to the CONTRACTOR for the purpose of set-off until such time as the exact amount of damages due the CITY OF PORT ARTHUR from the CONTRACTOR is determined. 4. PERSONNEL a. The CONTRACTOR represents that he has, or will secure at his own expense, all personnel required in performing the work under this Contract. Such personnel shall not be employees of, or have any contractual relationship with, the CITY OF PORT ARTHUR. b. All of the work required hereunder will be performed by the CONTRACTOR, or under his supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. c. None of the work covered by this Contract shall be subcontracted without the prior written approval of the CITY OF PORT ARTHUR. Any work or services subcontracted hereunder shall be specified by written Contract or agreement and shall be subject to each provision of this Contract. 5. REPORTS AND INFORMATION The CONTRACTOR, at such times and in such forms as the CITY OF PORT ARTHUR may require, shall furnish the CITY OF PORT ARTHUR such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Contract, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this Contract. 6. RECORDS AND AUDITS The CONTRACTOR shall maintain accounts and records, including personnel, property and financial records, adequate to identify and account for all costs pertaining to the Contract and such other records as may be deemed necessary by the CITY OF PORT ARTHUR to assure proper accounting for all project funds, both federal and non-federal shares. These records will be made available for audit purposes to the CITY OF PORT ARTHUR or any authorized representative, and will be retained for three (3) years after the expiration of this Contract, unless permission to destroy them is granted by the CITY OF PORT ARTHUR. 7. FINDINGS CONFIDENTIAL All of the reports, information, data, etc., prepared or assembled by the CONTRACTOR under this Contract are confidential, and CONTRACTOR agrees that they shall not be F-2 made available to any individual or organization without the prior written approval of the CITY OF PORT ARTHUR. 8. COPYRIGHT No report, maps or other Documents produced in whole or in part under this Contract shall be the subject of an application for copyright by or on behalf of the CONTRACTOR. 9. COMPLIANCE WITH LAWS The CONTRACTOR shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the Federal, State and local governments relating to performance of the work herein, the protection of adjacent property and the maintenance of passageways, guard fences or other protective facilities. 10. INTEREST OF MEMBERS OF CITY No member of the governing body of the City of Port Arthur, and no other Officer, Employee or Agent of the City of Port Arthur, who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 11. INTEREST OF OTHER LOCAL PUBLIC OFFICIALS No member of the governing body of the locality and no other public official of such locality, who exercises any functions or responsibilities in connection with the planning and carrying out 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. 12. INTEREST OF CONTRACTOR AND EMPLOYEES The CONTRACTOR covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the study area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The CONTRACTOR further covenants that in the performance of this Contract, no person having any such interest shall be employed. 13. 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. F-3 14. CERTIFICATES AND PERMITS Except for required permits issued by OWNER, which shall be issued at no cost to CONTRACTOR, CONTRACTOR shall secure at his own expense from other public authorities all necessary certificates, licenses, approvals and permits required in connection with the work of this Contract or any part thereof, and shall give all notices required by law, ordinance or regulation. CONTRACTOR shall pay all fees and charges incident to the due and lawful prosecution of the work of this Contract, and any extra work performed by him. 15. GUARANTEE OF WORK a. Neither the final certificate of payment, nor any provision in the Contract Documents, nor partial or entire occupancy of the premises by the OWNER shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the CONTRACTOR of liability in respect to any warranties or responsibility for faulty materials or workmanship. The CONTRACTOR guarantees and warrants that all materials and equipment which are to become part of the work shall be new unless otherwise specified, and that all work will be of good quality and free from faults or defects and in accordance with the Contract Documents and of any inspections, tests or approvals required by the Contract Documents, law, ordinance, rules, regulations or orders of any public authority having jurisdiction. The OWNER will give notice of observed defects with reasonable promptness. b. Neither observations by Architect or Engineer nor inspections, tests or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR from his obligations to perform the work in accordance with the requirements of the Contract. c. The provisions of this Paragraph shall be cumulative of, and not in limitation of, the responsibility of CONTRACTOR for defects in the work or materials or damages resulting therefrom as otherwise provided by the law of the State of Texas or this Contract, including, without limitation, the implied warranty of fitness of the work and the implied obligation to perform the work in a good and workmanlike manner. 16. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The CONTRACTOR will be furnished additional instructions and detail drawings as necessary to carry out the work included in the Contract. The additional drawings and instructions thus supplied to the CONTRACTOR will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The CONTRACTOR shall carry out the work in accordance with the additional detail drawings and instructions. The CONTRACTOR and the Architect/Engineer will prepare jointly: (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by the Architect/Engineer in accordance with said schedule; and, (b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from time to time in accordance with the progress of the work. F-4 17. SHOP OR SETTING DRAWINGS The CONTRACTOR shall submit promptly to the Architect/Engineer two (2) copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the CONTRACTOR shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with two (2) corrected copies. If requested by the Architect/Engineer, the CONTRACTOR must furnish additional copies. Regardless of corrections made in, or approval given to, such drawings by the Architect/Engineer, the CONTRACTOR will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Architect/Engineer in writing of any deviations at the time he furnishes such drawings. 18. MATERIALS, SERVICES AND FACILITIES a. It is understood that, except as otherwise specifically stated in the Contract Documents, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendents, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete and deliver the work within the specified time. b. Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the OWNER. 19. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the CONTRACTOR or by any Subcontractor subject to any chattel mortgage or under a conditional sale Contract or other agreement by which an interest is retained by the seller. The CONTRACTOR warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. 20. INSPECTION AND TESTING OF MATERIALS All materials, equipment, etc., used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. F-5 If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and.inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR,the ENGINEER, and the OWNER. 21. "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article or equipment so proposed is, in the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or installed by the CONTRACTOR without the Architect/Engineer's written approval. 22. PATENTS a. The CONTRACTOR shall hold and save the OWNER and its Officers, Agents, Servants and Employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the Contract, including its use by the OWNER, unless otherwise specifically stipulated in the Contract Documents. b. License or Royalty Fees: License and/or royalty fees for the use of a process which is authorized by the OWNER of the project must be reasonable and paid to the holder of the patent, or his authorized licensee, direct by the OWNER and not by or through the CONTRACTOR. c. If the CONTRACTOR uses any design, device or materials covered by letters patent or copyright, he shall provide for such use by suitable agreement with the OWNER of such patented or copyrighted design, device or material. It is mutually agreed and understood that, without exception, the Contract prices shall include all royalties or costs arising from the use of such design, device or materials in any way involved in the work. The CONTRACTOR and/or his Sureties shall indemnify and save F-6 harmless the OWNER of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this Contract, and shall indemnify the OWNER for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 23. SURVEYS Unless otherwise expressly provided for in the Specifications, the OWNER will furnish to the CONTRACTOR all surveys necessary for the execution of the work. 24. CONTRACTOR'S OBLIGATIONS The CONTRACTOR shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said Specifications and in accordance with the Plans and drawings covered by this Contract and any and all supplemental Plans and drawings, and in accordance with the directions of the Architect/Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required. The CONTRACTOR shall observe, comply with and be subject to all terms,conditions, requirements and limitations of the Contract and Specifications, and shall do, carry on and complete the entire work to the satisfaction of the Architect/Engineer and the OWNER. 25. INSURANCE The CONTRACTOR shall not commence work under this Contract until he has obtained all the insurance required herein and such insurance has been approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on this Subcontract until the insurance required of the Subcontractor has been so obtained and approved. (See information to Bidders, Paragraph 5.) 26. SPECIAL CONDITIONS PERTAINING TO HAZARDS, SAFETY STANDARDS,AND ACCIDENT PREVENTION (a) Danger Signals and Safety Devices (Modify as Required): The CONTRACTOR shall make all necessary precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition, sufficient red or warning lights at night, suitable barricades and other devices necessary to protect the public. In case the CONTRACTOR fails or neglects to take such precautions, the OWNER may have such lights and barricades installed and charge the cost of this work to the CONTRACTOR. Such action by the OWNER F-7 does not relieve the CONTRACTOR of any liability incurred under these Specifications or Contract. (b) Use of Explosives: When the use of explosives is necessary for the prosecution of the work, the CONTRACTOR shall observe all local, State and Federal laws in purchasing and handling explosives. The CONTRACTOR shall take all necessary precautions to protect completed work, neighboring property, water lines or other underground structures. Where there is danger to structures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The CONTRACTOR shall notify all OWNER'S of public utility property of the intention to use explosives at least eight (8) hours before blasting is done, close to such property. Any supervision or direction of use of explosives by the Engineer does not in any way reduce the responsibility of the CONTRACTOR or his Surety for damages that may be caused by such use. 27. SUSPENSION OF WORK Should the OWNER be prevented or enjoined from proceeding with work or from authorizing its prosecution either before or after its prosecution, by reason of any litigation,the CONTRACTOR shall not be entitled to make or assert claim for damage by reason of said delay, but time for completion of the work will be extended to such reasonable time as the OWNER may determine will compensate for time lost by such delay with such determination to be set forth in writing. 28. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his Employees under the Contract, the CONTRACTOR shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construction Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The CONTRACTOR alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods, and for any damage which may result from their failure or their improper construction, maintenance or operation. 29. USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER The CONTRACTOR agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the OWNER, provided the OWNER: F-8 a. Secures written consent of the CONTRACTOR except in the event, in the opinion of the Architect/Engineer, the CONTRACTOR is chargeable with unwarranted delay in completing the contract requirements; b. Secures consent of the Surety; c. Secures endorsement from the insurance carrier(s) permitting occupancy of the building or use of the project during the remaining period of construction; or, d. When the project consists of more than one (1) building and one of the buildings is occupied, secures permanent fire and extended coverage insurance, including a permit from the insurance carrier to complete construction. 30. USE OF PREMISES AND REMOVAL OF DEBRIS The CONTRACTOR expressly undertakes at his own expense: a. To take every precaution against injuries to persons or damage to property; b. To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other CONTRACTOR'S; c. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; d. To clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; e. Before final payment to remove all surplus material, false work, temporary structures, including foundations thereof,plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; f. To effect all cutting, fitting or patching of his work required to make the same to conform to the Plans and Specifications and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other CONTRACTOR. 31. QUANTITIES OF ESTIMATE Wherever the estimated quantities of work to be done and materials to be furnished under this Contract are shown in any of the documents including the proposal, they are given for use in comparing bids and the right is especially reserved, except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the OWNER to complete the work contemplated by the Contract, and such increase or diminution shall in no way vitiate this Contract, nor shall any such increase or diminution give cause for claims or liability for damages. F-9 32. LANDS AND RIGHTS-OF-WAY Prior to the start of construction, the OWNER shall obtain all lands and rights-of-way necessary for the carrying out and completion of work to be performed under this CONTRACT. 33. NOTICE AND SERVICE THEREOF Any notice to any CONTRACTOR from the OWNER relative to any part of this Contract shall be in writing and considered delivered and the service thereof completed when said notice is posted, by certified or registered mail, to the said CONTRACTOR at his last given address, or delivered in person to the said CONTRACTOR or his authorized representative on the work. 34. SEPARATE CONTRACT The CONTRACTOR shall coordinate his operations with those of other CONTRACTORS. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The CONTRACTOR, including his Subcontractors, shall keep informed of the progress and the detail work of other CONTRACTORS and shall notify the Architect/Engineer immediately of lack of progress or effective workmanship on the part of other CONTRACTORS. Failure of a CONTRACTOR to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 35. SUBCONTRACTING a. The CONTRACTOR may utilize the services of specialty Subcontractors on those parts of work which, under normal contracting practices, are performed by specialty Subcontractors. b. The CONTRACTOR shall not award any work to any Subcontractor without prior written approval of the OWNER, which approval will not be given until the CONTRACTOR submits to the OWNER a written statement concerning the proposed award to the Subcontractor, which statement shall contain such information as the OWNER may require. c. The CONTRACTOR shall be as fully responsible to the OWNER for the acts or omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. F-10 d. The CONTRACTOR shall cause appropriate provisions to be inserted in all Subcontracts relative to the work to bind Subcontractors to the CONTRACTOR by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of Subcontractors, and to give the CONTRACTOR the same power as regards terminating any Subcontract that the OWNER may exercise over the CONTRACTOR under any provision of the Contract Documents. e. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the OWNER. 36. ARCHITECT /ENGINEER'S AUTHORITY The Architect/Engineer shall give all orders and directions contemplated under this Contract and Specifications, relative to the execution of the work. The Architect/Engineer shall determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this Contract, and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/Engineers estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said Contract or Specifications,the determination or decision of the Architect/Engineer shall be a condition precedent to the right of the CONTRACTOR to receive any money or payment for work under this Contract affected in any manner or to any extent by such question. 37. MEANING OF INTENT The Architect/Engineer shall decide the meaning and intent of any portion of the Specifications and of any Plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the CONTRACTOR, under this Contract and other CONTRACTOR'S, performing work for the OWNER, shall be adjusted and determined by the Architect/Engineer. 38. CONTRACT SECURITY If the Contract amount exceeds Fifty Thousand Dollars [$50,000.00], a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars [$100,000.00], a Performance Bond also shall be furnished, on prescribed forms in the amount of one hundred percent (100%) of the Contract price or in a penal sum not less than that prescribed by State, territorial or local law, as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract and as security for the faithful performance of this Contract. 39. ADDITIONAL OR SUBSTITUTE BOND If at any time the OWNER, for justifiable cause, shall be or become dissatisfied with any Surety or Sureties for the Performance and/or Payment Bonds, the CONTRACTOR shall, within five (5) days after notice from the OWNER to do so, substitute an acceptable bond F-11 (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the OWNER. The premiums on such bond shall be paid by the CONTRACTOR. No further payments shall be deemed due nor shall be made until the new Surety and Sureties shall have furnished such an acceptable bond to the OWNER. 40. ASSIGNMENTS The CONTRACTOR shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the OWNER. In case the CONTRACTOR assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the CONTRACTOR shall be subject to prior claims of all persons, firms and corporations of services rendered or materials supplied for the performance of the work called for in this Contract. 41. MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR or Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR, who shall indemnify and safe harmless the OWNER against any such claim. 42. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The Acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR for all things done or furnished in connection with this work and for every act and neglect of the OWNER and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to release the CONTRACTOR or his Sureties from any obligations under this Contract or the Performance and Payment Bonds. 43. PAYMENTS BY CONTRACTOR The CONTRACTOR shall pay (a) for all transportation and utility services no later than the thirty (30)calendar days from the date of submission to the City of Port Arthur, (b) for all materials, tools and other expendable equipment to the extent of ninety percent(90%) cost thereof, no later than the 20th day of the calendar month following that in which such materials, tools and equipment are delivered at the site of the project, and the balance of the cost thereof, no later than the 30th day following the completion of that part of the work in or on which such materials, tools and equipment are incorporated or used; and (c) to each of his Subcontractors, no later than the 5th day following each payment to the CONTRACTOR, the respective amounts allowed the CONTRACTOR on account of the work performed by his Subcontractors to the extent of each Subcontractors' interest therein. F-12 44. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the Contract, and before the first partial payment is made, the CONTRACTOR shall deliver to the OWNER an estimated construction progress schedule in form satisfactory to the OWNER, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the CONTRACTOR in accordance with the progress schedule. The CONTRACTOR shall also furnish on forms to be supplied by the OWNER: (a) a detailed estimate giving a complete breakdown of the Contract price; and (b) periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the Contract price. 45. PAYMENTS TO CONTRACTOR a. Not later than the twentieth (20`") day of each calendar month, the OWNER shall make a progress payment to the CONTRACTOR on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this Contract, but to insure the proper performance of the Contract, the OWNER shall retain ten percent (10%) [five percent {5%} if the total contract price exceeds $25,000] of the amount of each estimate until final completion and acceptance of all work covered by this Contract; Provided, that the CONTRACTOR shall submit his estimate no later than the fifth (5th) day of the month. Provided further, that on completion and acceptance of each separate building, public work or other division of the Contract on which the price is stated separately in the Contract, payment may be made in full, including retained percentages thereon, less authorized deductions. The CONTRACTOR is advised that the payment schedule noted in the paragraph is subject to fluctuation due to the City Council's regular schedule of meeting on every other Tuesday. The CONTRACTOR may alter his estimate period such as to give the Engineer ten (10) working days prior to the next scheduled City Council meeting to prepare an estimate of the work completed and submit said estimate for the OWNER'S action. b. In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. c. All material and work covered by partial payments made shall thereupon become the sole property of the OWNER, but this provision shall not be construed as relieving the CONTRACTOR from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work or as a waiver of the right of the OWNER to require the fulfillment of all of the terms of the Contract. F-13 d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof: The CONTRACTOR agrees that he will indemnify and save the OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools and all supplies, including commissary, incurred in the furtherance of the performance of this Contract. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, after having served written notice on the said CONTRACTOR, either pay unpaid bills, of which the OWNER has written notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills of the CONTRACTOR, the OWNER shall be deemed the agent of the CONTRACTOR, and any payment so made by the OWNER shall be considered as a payment made under Contract by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. This provision shall not be construed to give rise to any third party beneficiary rights in claimants. 46. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purposes for which they are used. Should they fail to meet his approval,they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the CONTRACTOR at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the CONTRACTOR hereunder shall be reduced by such amount as in the judgement of the Architect/Engineer shall be equitable. 47. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the CONTRACTOR encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will thereupon promptly investigate the conditions and, if he finds that they materially differ from those shown on the Plans or indicated in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in Paragraph 49 of the General Conditions. F-14 48. CLAIMS FOR EXTRA COST No claim for extra work or cost shall be allowed unless the same was done pursuant to a written order of the Architect/Engineer approved by the OWNER, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of Subparagraph 49(c) of the General Conditions, the CONTRACTOR shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and when requested by the OWNER, give the OWNER access to accounts relating thereto. 49. CHANGES IN WORK No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the OWNER. Charges or credit for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost of: (1) Labor, including foreman; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) .Insurance; (6) Social Security and old age unemployment contributions. To the cost under(c.)there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the work. The fee shall be compensation to cover the cost of supervision,overhead, bond,profit and any other general expenses. 50. EXTRAS Without invalidating the Contract, the OWNER may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the OWNER or its Architect/Engineer, acting officially for the OWNER, and the price is stated in such order. 51. TIME FOR COMPLETION AND LIQUIDATED DAMAGES F-15 It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the "Notice to Proceed". The CONTRACTOR agrees that said work shall be prosecuted regularly, diligently and without interruption at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the time for the completion of the work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said CONTRACTOR shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the OWNER, then the CONTRACTOR does hereby agree, as a part consideration for the awarding of this Contract,to pay to the OWNER the amount specified in the Contract, not as a penalty,but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every consecutive calendar day, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays and that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would in such event sustain, and said amount is agreed to be the amount of damages which the OWNER would sustain and said amount shall be retained from time to time by the OWNER from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, that the CONTRACTOR shall not be charged with any part of liquidated damages or any excess cost when the OWNER determines that any part of liquidated damages was not the fault of the CONTRACTOR and the OWNER determines that the request for extension by the CONTRACTOR is justified and due to: a. Any preference, priority or allocation order duly issued by the government; b. The following unforeseeable causes, namely: acts of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a Contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, earthquakes, hurricanes and tornadoes; and rainy days claimed by the CONTRACTOR; however, rainy days shall be considered only if the CONTRACTOR notifies the Engineer or OWNER on the day the CONTRACTOR claims he cannot work because of rainy weather that day. Failure to so report will eliminate any claim for time extension because of rainy weather on that day. F-16 c. Rainy weather when 60 percent of his work force cannot work for seven (7) hours or more that day because of rainy weather and providing that he has complied with the condition under 51(b). d. Any delays of Subcontractors or suppliers occasioned by any of the causes specified in Subsections (a.) and (b.) of this Article. It is also agreed that for each five (5) regular days of work lost due to any of the foregoing reasons, seven (7) calendar days will be added to the contract time (or 1.4 calendar days added for each one (1) regular day of work lost). Fractional calendar days will be rounded to the nearest whole number of days. Provided, further, that the CONTRACTOR shall, within ten (10) days from the beginning of such delay, unless the OWNER shall grant a further period of time prior to the date of final settlement of the Contract, notify the OWNER, in writing, of the causes of delay, who shall ascertain the facts and extent of the delay and notify the CONTRACTOR within reasonable time of its decision in the matter. Provided, that this provision for liquidated damages shall be cumulative of and not in limitation of any other remedy available to OWNER, including, without limitation, the right to terminate as provided in Paragraph 3 and to recover additional damages for any excess cost in otherwise completing the work. 52. WEATHER CONDITIONS In the event of temporary suspension of work, or during inclement weather, or whenever the Architect/Engineer shall direct, the CONTRACTOR will, and will cause his Subcontractors to, protect carefully his, and their, work and materials against damage or injury from the weather. If, in the opinion of the Architect/Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the CONTRACTOR or any of his Subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the CONTRACTOR. 53. PROTECTION OF WORK AND PROPERTY - EMERGENCY The CONTRACTOR shall at all times safely guard the OWNER'S property from injury or loss in connection with this Contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The CONTRACTOR shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the Contract or by the OWNER, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property and/or safety of life, the CONTRACTOR will be allowed to act, without previous instructions from the Architect/Engineer, in a diligent manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the CONTRACTOR due to such extra work shall be promptly submitted to the Architect/Engineer for approval. F-17 Where the CONTRACTOR has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property,he shall act as instructed or authorized by the Architect/Engineer. The amount of reimbursement claimed by the CONTRACTOR on account of any emergency action shall be determined in the manner provided in Paragraph 49 of the General Conditions. 54. INSPECTION The authorized representatives and agents of the OWNER shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. 55. SUPERINTENDENCE BY CONTRACTOR At the site of the work,the CONTRACTOR shall employ a construction superintendent or foreman who shall have full authority to act for the CONTRACTOR. It is understood that such representative shall be acceptable to the Architect/Engineer and shall be one who can be continued in the capacity for the particular job involved unless he ceases to be on the CONTRACTOR'S payroll. 56. UNDERPAYMENTS OF WAGES OR SALARIES In case of underpayment of wages by the CONTRACTOR or by any Subcontractor to laborers or mechanics employed by the CONTRACTOR or Subcontractor upon the work covered by the Contract, the OWNER, in addition to such other rights as may be afforded it under this Contract, shall withhold from the CONTRACTOR, out of any payments due the CONTRACTOR, so much thereof as the OWNER may consider necessary to pay such laborers or mechanics the full amount of wages required by this Contract. The amount so withheld may be disbursed by the OWNER for and on account of the CONTRACTOR or the Subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to Plans, funds or programs for any type of fringe benefit prescribed in the applicable wage determination. 57. EMPLOYMENT OF CERTAIN PERSONS PROHIBITED No person under the age of sixteen (16) years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 58. EMPLOYMENT OF LABORERS OR MECHANICS NOT LISTED IN AFORESAID WAGE DETERMINATION DECISION Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract will be classified or reclassified conformably to the wage determination by the OWNER. F-18 59. FRINGE BENEFITS NOT EXPRESSED AS HOURLY WAGE RATES The OWNER shall require, whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the CONTRACTOR is obligated to pay cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. 60. POSTING WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE DEDUCTIONS The applicable wage poster and the applicable wage determination decisions, with respect to the various classification of laborers and mechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, in accordance with the provisions of this Contract, to be made from wages actually earned by persons so employed or to be employed in such classifications, shall be posted at appropriate conspicuous points at the site of the work. 61. COMPLAINTS, PROCEEDINGS OR TESTIMONY BY EMPLOYEES No laborer or mechanic to whom the wage, salary or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the CONTRACTOR or any Subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. 62. CLAIMS AND DISPUTES PERTAINING TO WAGE RATES Claims and disputes pertaining to wage rates or to classifications of laborers and mechanics employed upon the work covered by this Contract shall be promptly reported by the CONTRACTOR in writing to the OWNER for referral by the latter. 63. PAYROLLS AND BASIC PAYROLL RECORDS OF CONTRACTOR AND SUBCONTRACTORS The CONTRACTOR and each Subcontractor shall prepare his payrolls on forms satisfactory to and in accordance with instructions to be furnished by the OWNER. The payrolls and basic payroll records of the CONTRACTOR and each Subcontractor covering all laborers and mechanics employed upon the work covered by this Contract shall be maintained during the course of the work and preserved for a period of three (3) years thereafter. Such payrolls and basic payroll records shall contain the name and address of each employee, his correct classification, rate of pay (including rates of contributions or costs anticipated of the types described in Section 1 (b) (2) of the Davis- Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. The CONTRACTOR and each Subcontractor shall make his employment records, with respect to persons employed by him upon the work covered by this Contract, available for inspection by authorized representatives of the OWNER. Such representative shall be permitted to interview employees of the CONTRACTOR of any Subcontractors during working hours on the job. F-19 64. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BY EMPLOYEES The transporting of material and supplies to or from the site of the project or program to which the Contract pertains by the employees of the CONTRACTOR or of any Subcontractor and the manufacturing or furnishing of materials, articles, supplies or equipment on the site of the project or program to which this Contract pertains by persons employed by the CONTRACTOR or by an Subcontractor, shall, for the purposes of this Contract, and without limiting the generality of the foregoing provisions of this Contract, shall be deemed to be work to which the wage provisions of this Contract are applicable. 65. INELIGIBLE SUBCONTRACTORS The CONTRACTOR shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted without the OWNER'S prior written approval of the Subcontractor. 66. PROVISIONS TO BE INCLUDED IN CERTAIN SUBCONTRACTS The CONTRACTOR shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provisions which are consistent with these wage provisions and also a clause requiring the Subcontractors to include such provisions in any lower tier Subcontractors which they may enter into, together with a clause requiring such insertion in any further Subcontracts that may in turn be made. 67. BREACH OF FOREGOING WAGE STANDARDS AND RATES PROVISIONS In addition to the causes for termination of this Contract as herein elsewhere set forth,the OWNER reserves the right to terminate this Contract if the CONTRACTOR or any Subcontractor, whose Subcontractor covers any of the work covered by this Contract, shall breach any of these wage standards and rates provisions. 68. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Contract,the CONTRACTOR agrees as follows: (a) The CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The CONTRACTOR shall take affirmative action to ensure that applicants for employment are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places available to employees and applicant for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. F-20 (b) The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race, religion, sex, color or national origin. (c) The CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other Contract or understanding, a notice to be provided advising the labor union or workers representative of the CONTRACTOR'S commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The CONTRACTOR will comply with all provisions of Executive Order No. 1 1246 of September 24, 1965, and of the rules and regulations and relevant orders of the Secretary of Labor. (e) The CONTRACTOR will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (f) In the event of the CONTRACTOR'S noncompliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations or orders, this Contract may be cancelled, terminated or suspended in whole or in part, and the CONTRACTOR may be declared ineligible for further government Contracts or federally-assisted construction Contracts, in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor or as otherwise provided by law. (g) The CONTRACTOR will include the provisions or Paragraphs (a) through (g) in every Subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or purchase order as the Department of Housing and Urban Development may direct as a means of enforcing such provisions, including sanctions for non-compliance: provided, however, that in the event the CONTRACTOR becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction by the Department of Housing and Urban Development, the CONTRACTOR may request the United States to enter into litigation to protect the interests of the United States. 69. CIVIL RIGHTS ACT OF 1964 Under Chapter 106 of the Civil Practice & Remedies Code of the Revised Civil Statues of Texas, no person shall, on the ground of race, color, national origin, sex, age or F-21 handicap, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity of the City. 70. CONFLICTING CONDITIONS IN CONTRACT DOCUMENTS The Contract Documents are complementary and what is called for by one shall be as binding as if called for by all. In case of a conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement (including General Conditions), Performance Bond, Payment Bond, special Bonds (if any), Proposal, Special Conditions (including Information to Bidders), Advertisements for Bids, Detailed Drawings, Technical Specifications, General Drawings (Plans) and Supplemental General Conditions. 71. INDEMNIFICATION The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits, judgements, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit,judgement, cost or expense: (a) Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and, (b) Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by anyone of them for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. 72. A.I.A. GENERAL CONDITIONS The General Conditions of the Contract for Construction, A.I.A. Document A201, 1987 Edition, as amended by current edition, of the American Institute of Architects, consisting of fourteen (14) Articles, Pages numbered 1 through 19, is hereby made a part of the Contract Documents of this project. Such A.I.A. General Conditions are cumulative to these General Conditions, but where any provision of said A.I.A. General Conditions are inconsistent or in conflict with these General Conditions,then these General Conditions shall prevail. F-22 All references to arbitration in said A.I.A. General Conditions are deleted and of no force and effect for purposes of this Contract. Further, Subdivisions 2.2.3 and 2.2.4 of said A.I.A. General Conditions are deleted and of no force and effect for purposes of this Contract. Article 1.3 (Ownership and Use of Documents) of the A.I.A. General Conditions is hereby deleted. 73. DELAYS The CONTRACTOR shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY to provide information or material, if any, which is to be furnished by the City of Port Arthur, When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City of Port Arthur, to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City of Port Arthur; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. 74. MAINTENANCE OF WORK lf, after approval of final payment and prior to expiration of one (1) year after date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special guarantee required by the Contract Documents, and work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by CONTRACTOR. The provisions of this paragraph shall not limit the obligation of CONTRACTOR under Paragraph 15 (Guarantee of Work) in any respect whatsoever, including the time period of such Guarantee of Work provision in Paragraph 15 as will arise under the laws of the State of Texas and such Paragraph 15 and without regard to the provisions of this Paragraph (Maintenance of Work), nor shall this Paragraph (Maintenance of Work) be construed to establish any period of limitations for any cause of action against CONTRACTOR under the obligations of Paragraph 15. 75. ANTITRUST F-23 CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arises under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). 76. FEDERAL LABOR STANDARDS PROVISIONS F-24 Federal Labor Standards Provisions U.S.Department of Housing and Urban Development Applicability The Project or Program to which the construction work not listed in the wage determination and which is to be covered by his contract pertains is being assisted by the employed under the contract shall be classified in United States of America and the following Federal Labor conformance with the wage determination. HUD shall Standards Provisions are included in this Contract pursuant approve an additional to the provisions applicable to such Federal assistance. classification and wage rate and fringe benefits therefore only when the following criteria have been met: A. 1.(i)Minimum Wages. All laborers and mechanics employed or working upon the site of the work (1) The work to be performed by the classification (or under the United States Housing Act of 1937 or under requested is not performed by a classification in the wage the Housing Act of 1949 in the construction or determination;and development of the project), will be paid unconditionally and not less often than once a week, and without (2) The classification is utilized in the area by the subsequent deduction or rebate on any account(except such construction industry;and payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act. (29 CFR (3) The proposed wage rate,including any bona fide Part 3), the full amount of wages and bona fide fringe fringe benefits,bears a reasonable relationship to the wage benefits (or cash equivalents thereof @ due at time of rates contained in the wage determination. payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is (b) If the contractor and the laborers and mechanics to be attached hereto and made a part thereof, regardless of any employed in the classification (if known), or their contractual relationship which may be alleged to exist representatives, and HUD or its designee agree on the between the contractor and such laborers and mechanics. classification and wage rate (including the amount Contributions made or costs reasonably anticipated for designated for fringe benefits where appropriate), a report bona fide fringe benefits under Section 1(b)(2) of the of the action taken shall be sent by HUD or its designee to Davis-Bacon Act on behalf of laborers or mechanics are the Administrator of the Wage and Hour Division, considered wages paid to such laborers or mechanics, Employment Standards Administration,U.S.Department of subject to the provisions of 29 CFR-5.5(a)(1)(iv); also, Labor,Washington,D.C.20210. The Administrator,or an regular contributions made or costs incurred for more than authorized representative, will approve, modify, or a weekly period (but not less often than quarterly) under disapprove every additional classification action within 30 plans, funds, or programs, which cover the particular days of receipt and so advise HUD or its designee or will weekly period, are deemed to be constructively made or notify HUD or its designee within the 30-day period that incurred during such weekly period. additional time is necessary. (Approved by the Office of Management and Budget under OMB control number Such laborers and mechanics shall be paid the appropriate 1215-0140.) wage rate and fringe benefits on the wage determination for the classification of work actually performed without (c) In the event the contractor,the laborers or mechanics regard to skill,except as provided in 29 CFR Part 5.5(a)(4). to be employed in the classification or their representatives, Laborers or mechanics performing work in more than one and HUD or its designee do not agree on the proposed classification may be compensated at the rate specified for classification and wage rate (including the amount each classification for the time actually worked therein: designated for fringe benefits,where appropriate), HUD or Provided,that the employer's payroll records accurately set its designee shall refer the questions,including the views of forth the time spent in each classification in which work is all interested parties and the recommendation of HUD or its performed. The wage determination (including any designee, to the Administrator for determination. The additional classification and wage rates conformed under Administrator,or an authorized representative, will issue a 29 CFR Part 5.5(a)(1)(ii)and the Davis-Bacon poster(WH- determination within 30 days of receipt and so advise HUD 1321)shall be or its designee or will notify HUD or its designee within posted at all times by the contractor and its sub-contractors at the site of the work in a prominent and the 30 day period that additional time is necessary. accessible, place where it can be easily seen by the (Approved by the Office of Management and Budget under workers. OMB Control Number 1215-0140.) (II) (a) Any class of laborers or mechanics which is (d) The Wage rate(including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) F-25 or (c) of this paragraph, shall be paid to all workers records relating thereto shall be maintained by the performing work in the classification under this contract contractor during the course of the work preserved for a from the first day on which work is performed in the period of three years thereafter for all laborers and classification. mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing (III) Whenever the minimum wage rate prescribed Act. Of 1949, in the construction or development of the In the contract for a class of laborers or mechanics includes project). Such records shall contain the name,address,and a fringe benefit which is not expressed as an hourly rate, social security number of each such worker, his or her the contractor shall either pay the benefit as stated in the correct classification,hourly rates of wages paid(including wage determination or shall pay another bona fide fringe rates of contribution or costs anticipated for bona fide benefit or an hourly cash equivalent thereof. fringe benefits or cash equivalents thereof of the types described in Section (b)(2)(B) of the Davis-bacon Act), (iv) If the contractor does not make payments to a daily and weekly number of hours worked, deductions trustee or other third person,the contractor may consider as made and actual wages paid. Whenever the Secretary of part of the wages of any laborer or mechanic the amount of Labor has found under 29 CFR 5.5(a)(l)(iv)that the wages any costs reasonably anticipated in providing bona fide of any laborer or mechanic include the amount of any fringe benefits under a plan or program,Provided,That the costs reasonably anticipated in providing benefits under a Secretary of Labor has found, upon the written request of plan or program described in Section I(b)(2)(B) of the the contractor, that the applicable standards of the Davis Davis-Bacon Act, the contractor shall maintain records Bacon Act have been met. The Secretary of Labor may which show that the commitment to provide such benefits require the contractor to set aside in a separate account is enforceable, that the plan or program is financially assets for the meeting of obligations under the plan or responsible, and that the plan or program has been program. (Approved by the Office of Management and communicated in writing to the laborers or mechanics Budget under OMB Control Number 1215-0140.) affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. 2. Withholding. HUD or its designee shall upon its own Contractors employing apprentices or trainees under action or upon written request of an authorized approved programs shall maintain written evidence of the representative of the Department of Labor withhold or registration of apprenticeship programs and certification of cause to be withheld from the contractor under this contract trainee programs, the registration of the apprentices and or any other Federal contract with the same prime trainees, and the ratios and wage rates described in the contractor,or any other Federally-assisted contract subject applicable programs. (Approved by the Office of to Davis-Bacon prevailing wage requirements, which is Management and Budget under OMB Control Numbers held by the same prime contractor so much of the accrued 1215-0140 and 121500017.) payments or advances as may be considered necessary to pay laborers and mechanics,including apprentices,trainees (ii) (a) The contractor shall submit weekly for each week and helpers, employed by the contractor or any in which any contract work is performed a copy of all subcontractor the full amount of wages required by the payrolls to HUD or its designee if the agency is a party to contractor in the event of failure to pay any laborer or the contract, but if the agency is not such a party, the mechanic, including any apprentice, trainee or helper, contractor will submit the payrolls to the applicant sponsor, employed or working on the site of the work(or under the or owner, as the case may be, for transmission to HUD or United States Housing Act of 1937 or under the Housing its designee. The payrolls submitted shall set out accrately Act of 1949 in the construction or development of the and completely all of the information required to be project), all or part of the wages required by the contract, maintained under 29 CFR Part 5.5(a)(3)(I). This HUD or its designee may, after written notice to the information may be submitted in any form desired. contractor,sponsor,applicant,or owner,take such action as Optional Form WH-347 is available for this purpose and may be necessary to cause the suspension of any further may be purchased from the Superintendent of Documents payment, advance, or guarantee of funds until such (Federal Stock Number 029-005-00014-1), U.S. violations have ceased. HUD or its designee may, after Government Printing Office,Washington,DC.20402. The written notice to the contractor, disburse such amounts prime contractor is responsible for the submission of copies withheld for and on account of the contractor or of payrolls by all subcontractors. (Approved by the Office subcontractor to the respective employees to whom they are of Management and Budget under OMB Control Number due. The Comptroller General shall make such 1215-0149.) disbursements in the case of direct Davis-Bacon Act contracts. (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or 3. (i) Payrolls and basic records. Payrolls and basic F-26 subcontractor or his or her agent who pays or supervises the program registered with the U.S. Department of Labor, payment of the persons employed under the contract and Employment and Training Administration, Bureau of shall certify the following: Apprenticeship and Training,or with a State apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary (1) That the payroll for the payroll period contains the employment as an apprentice in such an apprenticeship information required to be maintained under 29 CFR Part program,who is not individually registered in the program, 5.5(a)(3)(i) and that such information is correct and but who has been certified by the Bureau of Apprenticeship complete; and Training or a State Apprenticeship Agency (where appropriate)to be eligible for probationary employment as (2) That each laborer or mechanic(including each helper, an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall apprentice, and trainee) employed on the contract during not be greater than the ratio permitted to the contractor as the payroll period has been paid the full weekly wages to the entire work force under the registered program. Any earned,without rebate,either directly or indirectly,and that worker listed on a payroll at an apprentice wage rate,who no deductions have been made either directly or indirectly is not registered or otherwise employed as stated above, from the full wages earned, other than permissible shall be paid not less than the applicable wage rate on the deductions as set forth in 29 CFR Part 3; wage determination for the classification of work actually performed. In addition,any apprentice performing work on the job site in excess of the ratio permitted under the (3) That each laborer or mechanic has been paid not less registered program shall be paid not less than than the applicable wage rates and fringe benefits or cash the applicable wage rate on the wage determination for the equivalents for the classification of work performed, as actually performed. Where a contractor is performing specified in the applicable wage determination incorporated construction on a project in a locality other than that in into the contract. which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered © The weekly submission of a properly executed program shall be observed. Every apprentice must be paid certification set forth on the reverse side of Optional Form at not less than the rate specified in the registered program WH-347 shall satisfy the requirement for submission of the for the apprentice's level of progress expressed as a "Statement of Compliance" required by paragraph percentage of the journeymen hourly rate specified in A.3.(ii)(b)of this section. benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,the wage determination for (d) The falsification of any of the above certifications the applicable classification. If the Administrator may subject the contractor or subcontractor to civil or determines that a different practice prevails for the criminal prosecution under Section 1001 of Title 18 and applicable apprentice classification,fringes shall be paid in Section 231 of Title 31 of the United States Code. accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of (iii) The contractor or subcontractor shall make the an apprenticeship program,the contractor will no longer be records required under paragraph A.3.(I) of this section permitted to utilize apprentices at less than the applicable available for inspection, copying, or transcription by predetermined rate for the work performed until an authorized representatives of HUD or its designee or the acceptable program is approved. Department of Labor,and shall permit such representatives to interview employees during working hours on the job. If (ii) Trainees. Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined the contractor or subcontractor fails to submit the required rate for the work performed unless they are employed records or to make them available, HUD or its designee pursuant to and individually registered in a program which may, after written notice to the contractor, sponsor, has received prior approval, evidenced by formal applicant or owner,take such action as may be necessary to certification by the U.S.Department of Labor,Employment cause the suspension of any further payment advance, or and Training Administration. The ratio of trainees to guarantee of funds. Furthermore failure to submit the journeymen on the job site shall not be greater than required records upon request or to make such records permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not available maybe grounds for debarment action pursuant to less than the rate specified in the approved program for the 29 CFR Part 5.12. trainee's level of progress,expressed as a percentage of the journeyman hourly rate specified in the applicable wage (Apprentices and Trainees. determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If (4) Apprentices. Apprentices will be permitted to work at the trainee program does not mention fringe benefits, less than the predetermined rate for the work they trainees shall be paid the full amount of fringe benefits performed when they are employed pursuant to and listed on the wage determination unless the Administrator individually registered in a bona fide apprenticeship of the Wage and Hour Division determines that there is an F-27 apprenticeship program associated with the corresponding 10. (i) Certification of'Eligibility. By entering into this journeyman wage rate on the wage determination which contract the contractor certifies that neither it (nor he or provides for less than full fringe benefits for apprentices. she) nor any person or firm who has an interest in the Any employee listed on the payroll at a trainee rte who is contractor's firm is a person or firm ineligible to be not registered and participating in a training plan approved by the Employment and Training Administration shall be awarded Government contracts by virtue of Section 3(a)of paid not less than the applicable wage rate on the wage the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be determination for the work actually performed. In addition, awarded HUD contracts or participate in HUD programs any trainee performing work on the job site in excess of the pursuant to 24 CFR Part 24. ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage (ii) No part of this contract shall be subcontracted determination for the work actually performed. In the event the Employment and Training Administration to or firm ineligible for award of a Government contract by withdraws approval of a training program the contractor virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR will no longer be permitted to utilize trainees at less than 5.12(a)(1) or to be awarded HUD contracts or participate the applicable predetermined rate for the work performed in HUD programs pursuant to 24 CFR Part 24. until an acceptable program is approved. (ii) Equal employment opportunity.The utilization of (iii) The penalty for making false statements is prescribed apprentices, trainees and journeymen under this part shall in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, be in conformity with the equal employment requirements U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C. of Executive Order 11246, as amended, and 29 CFR Part "Federal Housing Administration transaction",provides in 30. in part: "Whoever, for the purpose of. . . influencing in 5. Compliance with Copeland Act requirements. The any way the action of such Administration makes, contractor shall comply with the requirements of 29 CFR utters or publishers any statement knowing the same to be Part 3 which are incorporated by reference in this contract. false.....shall be fined not more than$5,000 or imprisoned not more than two years,or both" 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 11. Complaints,Proceedings,or Testimony by 5.5(a)(l)through(10)and such other clauses as HUD or its Employees. No laborer or mechanic to whom the wage, designee may be appropriate instructions require,and also a salary, or other labor standards provisions of this Contract clause requiring the subcontractors to include these clauses are applicable shall be discharged or in any other manner in any lower tier subcontracts. The prime contractor shall discriminated against by the Contractor or any be responsible for the compliance by any subcontractor or subcontractor because such employee has filed any lower tier subcontractor with all the contract clauses in 29 complaint or instituted or caused to be instituted any CFR Part 5.5. proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards 7. Contract termination; debarment. A breach of the applicable under this Contract to his employer. contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a B. Contract Work Hours and Safety Standards Act. As contractor and a subcontractor as provided in 29 CFR 5.12. used in this paragraph the terms "laborers" and "mechanics"include watchmen and guards. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the (1) Overtime requirements. No contractor or sub- Davis-Bacon and Related Acts contained in 29 CFR Parts contractor contracting for any part of the contract work 1, 3, and 5 are herein incorporated by reference in this which may require or involve the employment of laborers contract. or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed 9. Disputes concerning labor standards. Disputes arising on such work to work in excess of eight hours in such work out of the labor standards provisions of this contract shall week unless such laborer or mechanic receives not be subject to the general disputes clauses of this compensation at a rate of pay for all hours worked in contract. Such disputes shall be resolved in accordance excess of eight hours in any calendar day or in excess of with the procedures of the Department of Labor set forth in forty hours in such workweek,whichever is greater. 29 CFR Parts 5, 6,and 7. Disputes within the meaning of this clause include disputes between the contractor(or any (2) Violation;liability for unpaid wages;liquidated of its subcontractors) and HUD or its designee, the U.S. damages. In the event of any violation of the clause set Department of Labor, or the employees or their forth in subparagraph (1) of this paragraph, the contractor representatives. and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and F-28 subcontractor shall be liable to the United States (in the insert in any subcontracts the clauses set forth in case of work done under contract for the District of subparagraph (1) through (4) of this paragraph and also a Columbia or a territory, to such District or to such clause requiring the subcontractors to include these clauses territory), for liquidated damages. Such liquidated in any lower tier subcontracts. The prime contractor shall damages shall be computed with respect to each individual be responsible for compliance by any subcontractor or laborer or mechanic, including watchmen and guards, owner tier subcontractor with the clauses set forth in employed in violation of the clause set forth in subparagraphs(1)through(4)of this paragraph. subparagraph(1) of this paragraph, in the sum of$10 for each calendar day on which such individual was required or C. Health and Safety permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of (1) No laborer or mechanic shall be required to work in the overtime wages required by the clause set forth in sub surroundings or under working conditions which are paragraph(1)of this paragraph. unsanitary,hazardous,or dangerous to his health and safety as determined under construction safety and health (3) Withholding for unpaid wages and liquidated standards promulgated by the Secretary of Labor by damages. HUD or its designee shall upon its own action or regulation. upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, (2) The Contractor shall comply with all regulations from any moneys payable on account of work performed issued by the Secretary of Labor pursuant to Title 29 Part by the contractor or subcontractor under any such contract 1926(formerly part 1518)and failure to comply may result or any other Federal contract with the same prime contract, in imposition of sanctions pursuant to the Contract Work or any other Federally-assisted contract subject to the Hours and Safety Standards Act. (Public Law 91-54, 83 Contract Work Hours and Safety Standards Act which is Stat 96). held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such (3) The Contractor shall include the provisions of this contractor or subcontractor for unpaid wages and liquidated Article in every subcontract so that such provisions will be damages as provided in the clause set forth in paragraph(2) binding on each subcontractor. The Contractor shall take of this paragraph. such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of (4) Subcontracts. The contractor or subcontractor shall Labor shall direct as a means of enforcing such provisions. 77. DELAY, DISRUPTION OR OTHER CLAIMS Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the Port Arthur Economic Development Corporation, and to the ENGINEER promptly (but in no case later than ten [10] calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the Port Arthur Economic Development Corporation, and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. F-29 SECTION G LABOR CLASSIFICATION AND MINIMUM WAGE SCALE LABOR CLASSIFICATION AND MINIMUM WAGE SCALE A. GENERAL. Article 5159a of the Revised Civil Statutes of Texas, passed by the 43rd Legislature Acts of 1933, Page 91, Chapter 45, provides that any government subdivision shall ascertain the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic and shall specify in the call for bids and in the Contract the prevailing rate of per diem wages which shall be paid for each craft type of workman. This Article further provides that the CONTRACTOR shall forfeit, as a penalty, to the City, County, or State, or other political subdivision, Ten Dollars ($10.00) per day for each laborer, or workman, or mechanic who is not paid the stipulated wage for the type of work performed by him as set up on the wage scale. The OWNER is authorized to withhold from the CONTRACTOR, after full investigation by the awarding body, the amount of this penalty in any payment that might be claimed by the CONTRACTOR or Subcontractor. The Act makes the CONTRACTOR responsible for the acts of the Subcontractor in this respect. The Article likewise requires that the CONTRACTOR and Subcontractor keep an accurate record of the names and occupations of all persons employed by him and show the actual per diem wages paid to each worker, and these records are open to the inspection of the OWNER. B. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE: Attached hereto. G-1 • LABOR CLASSIFICATION AND MINIMUM WAGE SCALE General Decision Number: TX140056 01/03/2014 TX56 Superseded General Decision Number: TX20130056 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) . Modification Number Publication Date 0 01/03/2014 * 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, G-2 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. 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) (ii) ) . G-3 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can G-4 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 Regional Office for the area in which the survey was conducted because those Regional Offices have 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 G-5 SECTION H SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTAL GENERAL CONDITIONS - PART A A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL SPECIFICATIONS is entitled: WATER, SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING, Job No. EDC-180, Contract No.1. B. DESCRIPTION OF WORK. Contractor shall furnish all materials, appliances, tools, equipment, transportation, services, and all labor and superintendence necessary for the construction of work as described in these TECHNICAL SPECIFICATIONS, and as shown on the PLANS. Work, in general, consists of construction of a WATER, SANITARY SEWER, PAVING, DRAINAGE FACILITIES AND SITE GRADING. The completed installation shall not lack any part which can be reasonably implied as necessary to its proper functioning or any subsidiary item which is customarily furnished, and the Contractor shall deliver the installation to the OWNER in operating condition. C. PLANS. Sheet No.Title 1 Cover Sheet 2 Legend and Construction Notes 3 Legend and Construction Notes 4 Project Layout 5 Sidewalk Layout 6 Proposed Grading Site "A" 7 Proposed Grading Site"B" 8 Proposed Grading Site "C" 9 Proposed Grading Site "D" 10 Drainage Plan and Calculations 11 Plan & Profile STA. 0+00 to STA. 5+00 12 Plan &Profile STA. 5+00 to STA. 7+50 13 Striping Plan 14 SW3P Plan STA. 0+00 to STA. 7+50 15 SW3P Details 16 SW3P Index 17 Paving Details 18 Storm Sewer Details 19 Electrical, Water and Sanitary Sewer Details 20-23 TXDoT Details 24 City of Port Arthur Storm Sewer Details D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS listed in Paragraph C. above, is included in items of BID for which unit prices are shown, and these prices shall be basis of payment. H-1A E. OTHER CONTRACTS. Other construction may be underway concurrently in this area. Contractor shall afford utility companies and other Contractors reasonable opportunity for introduction and storage of their material and execution of their work. All work under this Contract must be properly connected and coordinated with that constructed by others. F. SEQUENCE OF WORK. City of Port Arthur reserves the right to schedule sequence of construction. G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow describe general requirements. When necessary, Special Provisions are inserted to describe additional requirements applicable to this Contract. Special Provisions are to be used in conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item,the requirements as set forth in the Special Provisions shall govern. H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have been established for Supplemental Items shown in SECTION D - BID. The Contractor may not bid a unit price less than the minimum value; however, he may increase the minimum unit price. If no entry is made in the spaces provided,the minimum unit prices shown shall apply. These items are included to facilitate payment for charges and alterations that may be required to complete work. The actual work as provided by the GENERAL and SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on PLANS is described in BID items other than Supplemental Pay Items. When work covered by Supplemental Items is requested by the Contractor and approved by the Engineer, payment will be based on the quantity actually constructed and Unit Prices bid in BID. I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked with red pencil to show as-built dimensions and location of all work constructed. J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments consisting of right-of-way markers and horizontal and vertical control monuments in the vicinity of the project. All monuments destroyed during construction shall be replaced by the Owner and the Contractor shall pay all costs involved in restaking. H-2A SUPPLEMENTAL GENERAL CONDITIONS - PART B A. TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined type and include incomplete sentences. The omission of words or phrases such as "Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS", "according to PLANS", "a", "an", "the", and "all", are intentional. Omitted words or phrases shall be supplied by inference in same matter as they are when a "note" occurs on PLANS. 2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall provide all items, articles, materials, operation or methods listed, mentioned, or scheduled either on PLANS or specified herein, or both, including all labor, materials, equipment, and incidentals necessary or required for their completion. 3. Whenever the words "approved", "satisfactory", "designated", "submitted", "observed", or similar words or phrases are used, it shall be assumed that the word "Engineer" follows the verb as the object of the clause, such as "approved by Engineer". 4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's installation directions shall mean the latest edition thereof. 5. Referenced to technical society, organization, or body is made in TECHNICAL SPECIFICATIONS in accordance with following abbreviations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials AWWA American Waterworks Association FS Federal Specifications PCA Portland Cement Association IEEE Institute of Electrical and Electronic Engineers NEC National Electric Code UL Underwriters' Laboratories AISI American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association AWS American Welding Society PCI Prestressed Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute (Formerly ASA) H-IB 6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and materials in comprehensive manner, and only pertinent portions of these items apply. B. LANDS FOR WORK. Owner provides, as indicated on PLANS, land upon which work is to be done, rights-of-way for access to same, and such other lands which are designated for use by Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations,temporary construction facilities, or for storage of materials. C. LINES AND GRADES. From benchmarks and horizontal control references established by Engineer, stake out work, establish elevations, and assume responsibility for correctness of installation as to location and grade. Engineer will establish benchmarks and references for horizontal control on various projects as follows: 1. One Structure at Site. Benchmark and reference hubs at two corners of structure. 2. Two or More Structures. Benchmark and base line at site. 3. Sewer Lines. Benchmarks at intervals not exceeding 2,000 feet and reference hubs at manholes and on line at intervals not exceeding 200 feet. 4. Waterlines. Reference hubs at turns in line, valves, and fire hydrants, and benchmarks at intervals not exceeding 2,000 feet. 5. Pavements and Ditches. Reference hubs on centerline or one right-of-way line at the P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet. Benchmarks at intervals not exceeding 2,000 feet. 6. Engineer will set stakes one time only. Contractor must satisfy himself, before commencing work, as to meaning or correctness of all stakes or marks, and no claim will be entertained for or on account of any alleged inaccuracies, or for alterations subsequently rendered necessary on account of such alleged inaccuracies, unless Contractor notifies Engineer in writing before commencing to work thereon. Contractor is to protect stakes and pay all costs involved in any restaking. Stakes, as described above, will be furnished as required by Contractor within 48 hours after written notification to Engineer by Contractor on stake-out request forms provided by Engineer. Contractor to have a representative on job at time field party begins work. D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision. H-2B E. MATERIALS TESTING. All materials, equipment, etc., used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR,the ENGINEER, and the OWNER. F. VARIATIONS DUE TO EQUIPMENT. Foundations, structural supports, electrical work, and piping shown on PLANS for items of equipment may be changed if necessary to accommodate equipment furnished. Every effort has been made to design foundations, structural supports, electrical work, and piping to that no changes will be necessary; however, exact dimensions and size of subject foundations and structural supports and exact electrical and piping installations cannot be finally determined until various items of equipment are purchased and manufacturer's certified shop drawings are secured. Make changes, after prior consultation with Engineer, at no cost to Owner. If substitute items of equipment are authorized which vary materially from those shown on PLANS, prepare equipment data and detailed drawings covering necessary modifications and submit to Engineer for approval. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking modifications. H-3B ADDENDUM NO.1,PAGE 23 OF 28 JUNE 11,2014 G. ALTERNATE DESIGNS. If alternate design features are proposed for convenience of Contractor, submit design calculations and detail drawings covering proposed changes and related modifications of Contract PLANS to Engineer for review. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking such designs. H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings, schedules, and data sheets covering items of construction and equipment listed below: 1. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment, including valves and sluice gates. 7. Electrical equipment, including instruments. S. Special items, as directed. Contractor will check and approve shop drawings for compliance with requirements of Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessary corrections or revisions. if Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. 1. Contractor to be responsible for obtaining installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. Submit three (3) copies of each complete manual to the Engineer within ninety (90) days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. 2. Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install,test, and start up equipment. H-4B 3. Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. 4. The manual is to contain the following: (a) An 8'/2-inch x 11-inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. (b) A separate 8'/2-inch x 11-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation, operation,adjustment, and maintenance. J. COST BREAKDOWN. Within fifteen (15) days after execution of Contract, submit, in acceptable form, schedule showing subdivision of Contract into various items of permanent construction, stating quantities and prices, as basis for computing value to Owner of permanent usable parts of facility to be paid for on monthly estimates. No payment will be made to Contractor until such schedule has been submitted and approved. K. PROGRESS SCHEDULE. Within fifteen (15) days after execution of Contract, submit in acceptable form, anticipated progress schedule covering work to be performed. L. GUARANTEES. Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Surety. M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction to keep them reasonably neat and free of trash, rubbish, and other debris. In clean-up operations, remove from sites of work and from public and private property, temporary structures, rubbish, and waste materials. Dispose of excavated materials beyond that needed to bring site to elevations shown. During final clean-up, any road constructed by Contractor for access to construction site to be leveled and ruts filled so that natural surface drainage is not hindered. N. MATERIALS AND EQUIPMENT. Incorporate into work only new materials and equipment of domestic manufacture unless otherwise designated. Store these materials and equipment in manner to protect them from damages. Manner of protection subject to H-5B specific approval of Engineer. Pipe, fittings, equipment, and other serviceable materials found on site of work, or dismantled by reason of construction, remain property of Owner. Remove and deliver materials to Owner at designated points. Pay, at prevailing market price, for usable materials that are damaged through negligence. O. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other underground structures. Determine location of these installations in way of construction by referring to available records, consulting appropriate municipal departments and utility owners, and by making necessary exploration and excavations. P. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES. Whenever existing utilities, not indicated on PLANS, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with owners of utilities. Owner will not be liable for damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of work. Q. PROTECTION AND REPLACEMENT OF PROPERTY. Where necessary to take down fences, signs, or other obstructions, replace in their original condition and restore damaged property or make satisfactory restitution, at no cost to Owner. R. INTERRUPTION OF UTILITY SERVICES. Operate no valve or other control on existing systems. Exercise care in performing work so as not to interrupt service. Locate and uncover existing utilities ahead of heavy excavation equipment. At house connections, either lift trenching machine over lines or cut and reconnect with minimum interruption of service, as approved. S. PROTECTIVE MEASURES. Where construction creates hazard to traffic or public safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same when no longer necessary. T. USE OF STREETS. 1. Remove, as soon as practicable, accumulated rubbish and open each block for public use. Use of any portion of street shall not constitute acceptance of any portion of work. Backfill and shape trenches across street intersections or driveways for safe traffic at night or, where permitted, span open trenches with wooden mats or bridges to permit traffic flow. When driveways are cut, immediate placement of mats for ingress or egress of vehicles may be directed if undue hardship to property owner would otherwise result. I-1-6B 2. Except where approved otherwise, do not hinder or inconvenience travel on streets or intersecting alleys for more than two blocks at any one time. Whenever street is closed, place properly worded sign announcing fact to public, with proper barricades at nearest street corners, on both sides of obstruction. Leave no street or driveway blocked at night. 3. When street is closed, notify Fire Department and Police Department 4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. H-7B SECTION PAYMENT BOND PAYMENT BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON THAT we , of the City of Port Arthur of , County of , and State of , as Principal, and , as Surety, authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the City of Port Arthur, Port Arthur Texas, and to all Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other claimant, as their interest may appear, all of whom shall have the right to sue upon their bond, in the penal sum of Dollars ($ ), lawful currency of the United States of America, for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally and firmly by these presents: The condition of this Bond is such that, whereas, the above bounden Principal as prime contractor has on the day of , 20_, entered into a formal contract with the City of Port Arthur for , 20 which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statutes, as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each such claimant, then this obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the Contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such change, extension of time, addition or modification. 1-1 IN WITNESS WHEREOF, the said Principal has caused these presents to be executed, and the said surety has caused these presents to be executed, each by its duly authorized agent and officer, and its corporate seal to be affixed at on this the day of , A.D.,20____ CONTRACTOR ATTEST: BY: TITLE: SURETY ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in Texas. 1-2 SECTION J PERFORMANCE BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER, dated the day of 2000, a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. Provided, that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. J- PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original,this the day of , 20_. ATTEST: Principal BY: (s) (Principal) Secretary [SEAL] (Witness as to Principal) (Address) Address Surety ATTEST: BY: Witness as to Surety Attorney-in-Fact Address Address NOTE: DATE OF BOND must not be prior to date of Contract. IF CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. J-2 SECTION K NOTICE OF AWARD (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "NOTICE OF AWARD"HERE NOTICE_ TO PROCEED (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "NOTICE TO PROCEED"HERE s • • F - SECTION `M INSURANCE'. • (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "INSURANCE DOCUMENTS" HERE z S ON N • • • • • • • • • • • • • • • • $.., TECHNICAL'SPECIFICATIONS • • 10/13/2005 ITEM NO. A2001 —CLEARING AND GRUBBING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Remove and dispose of trees, stumps, brush, roots, logs, vegetation, rubbish, and other objectionable matter from project area. Project area is defined as all easements and that portion of street rights-of-way necessary to allow construction of the facilities proposed in this Contract, including those areas needed for disposal of excess excavated material. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS Not required for this Item. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. Clear and grub trees, stumps, brush, roots, logs, vegetation, and rubbish within project area except trees, shrubs, and other landscape features designated to remain, and protect same against damage and trim when necessary. Clear stump holes of refuse and loose earth;backfill and compact to density of surrounding ground. B. On embankment areas, remove stumps, roots, and objectionable materials to a depth of one foot below existing natural ground surface. C. Dispose of all refuse from clearing operation off site. Obtain required permits from various governmental agencies involved. Bury no refuse on Owner's property. On areas other than embankment, remove stumps and roots to depth of two feet below natural ground. D. For pavement construction, strip grasses to a depth 2-inches below existing grade and spoil off site. 3.02 MEASUREMENT AND PAYMENT A. No separate pay for work performed under this Item except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. A2001 - 1/2 10/13/2005 B. Proposal will indicate if clearing and grubbing is a pay item. If so, measure by acre or lump sum as indicated in PROPOSAL. C. Pay for"Clearing and Grubbing" at Contract price bid as measured. Such payment to be full compensation for work as described herein. A2001 - 2/2 8/03/2004 ITEM NO.A2002 - SITE GRADING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Within the limits indicated, or in areas where existing grade is altered, strip existing topsoil to 6-inch depth and stockpile in approved areas for subsequent replacement. Remove and dispose of all vegetation, roots,and waste material. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS 2.01 MATERIALS Fill: Use approved excess excavation or borrow material. Borrow from approved source, excavate, and clean up borrow area. Reuse of material stripped from borrow site is not allowed unless specifically indicated on PLANS. PART 3 - EXECUTION 3.01 GENERAL Maintain surface drainage on site during construction. 3.02 CONSTRUCTION A. Fill Under Structures and Roads: Place dirt fill in 8-inch maximum layers (loose measure) and compact at or near optimum moisture to at least 95 percent AASHTO Standard T-99-74 density. Place fill to subgrade elevation without addition of topsoil. Where fill to subgrade elevation is less than 6 inches, scarify existing ground to a depth of 6 inches and compact as specified herein. B. Site Fill: Place approved fill within 4 inches of finish grade shown on all areas not covered by structures or roads. Fill in 10-inch maximum layers (loose measured) and compact at or near optimum moisture to at least 90 percent AASHTO Standard T-99-74 density, unless otherwise shown on PLANS. A2002 - 1/2 8/03/2004 C. Topsoil: Place topsoil over areas within limits shown on PLANS. After substantial completion of construction, grade site 4 inches lower than finished grade on all unpaved areas. Clear ground surface of all foreign materials, then place 4 inches of topsoil to bring site to smooth finished grade indicated. D. Waste: Waste stripped materials from within limits indicated. Spread waste material over designated area, dress by blading, and slope to provide drainage. E. Final Cleanup: Level washes, ruts, depressions, and mounds to give areas smooth finish. 3.03 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for work of which this is a component part. A2002 - 2/2 08/03/2004 • ITEM NO. A3004—SEEDING PART 1 —GENERAL 1.01 DESCRIPTION A. Scope: Seeding and fertilizing of areas not covered by structures, sidewalks, or roads within the project area. Project area is indicated on PLANS or by Special Provision. When shown on PLANS, provide soil retention protection. PART 2—PRODUCTS 2.01 MATERIALS A. Seeds: Conform to requirements of U.S. Department of Agriculture Rules and Regulations as set forth in Federal Seed Act and Texas Seed Law. Use seed, which has been treated with an approved fungicide. Container labels to show purity and germination, and name and type of seed. Planting date,type, and rate of application as follows. Rate of Application Type in Pounds per Acre Planting Date 1. Unhulled Bermuda Grass 20 January 1 to April 1 2. Hulled Bermuda Grass 12 April 1 to October 1 3. Mix Bermuda and Rye in Following Proportions: October 1 to January 1 Unhulled Bermuda Grass 12 Rye Grass (Gulf) 200 B. Fertilizer: Use pellet or granular fertilizer with analysis of 16 percent nitrogen, 20 percent phosphoric acid, and zero percent potash (or 10-10-5) unless otherwise required. Determine percent by methods of Association of Official Agricultural Chemists. Container labels to show analysis. Powdered or caked fertilizer not permitted. C. Straw Mulch: Use straw of oat or rice stems, prairie grass, bermuda grass, or other approved straw. Do not use straw containing Johnson grass or other noxious weeds and foreign materials. D. Fiber Mat: Fiber mat to consist of machine-produced mat or wood fibers, with consistent thickness throughout blanket. Use blanket with topside of netted twisted A3004 - 1/3 08/03/2004 kraft paper having high wet strength, or biodegradable extruded plastic mesh. Use blanket of weight from 0.7 pound per square yard to 1.0 pound per square yard. E. Paper Mesh: Use paper mesh consisting of knitted construction of yarn with uniform openings interwoven with strips of biodegradable paper, furnished in rolls with suitable protection for outdoor storage. Use paper mesh of weight from 0.2 pound per square yard to approximately 0.5 pound per square yard. F. Wire Staples: As recommended by fiber mat or paper mesh manufacturer. PART 3—EXECUTION 3.01 CONSTRUCTION METHODS A. GENERAL Fertilizing and Seeding: After area(s) to receive fertilizing and seeding has been completed to lines, grades, and sections shown on PLANS, apply fertilizer at uniform average rate of 500 pounds per acre. Thoroughly mix upper 3-inches of topsoil with fertilizer until a uniform mixture of fertilizer and topsoil is obtained. Sprinkle areas to be seeded with water, using fine spray to avoid washing or erosion of soil. Broadcast seed with sowing equipment at rate specified above, using care to obtain uniform distribution. After broadcasting, lightly rake seeds into soil to a depth not to exceed 1/2-inch. Complete seeding by rolling with roller developing 15 to 25 pounds per inch of tread. Keep seeded areas moist for a period of ten (10) days immediately following placement. When watering seeded areas, use fine spray to percent erosion of seeds or soil. Reseed any areas damaged by erosion. Do not apply seeds when weather is too windy or other adverse conditions exist. B. Straw Mulch Soil Retention Blanket 1. Fertilizing and Seeding: After ditch or slope has been completed to lines, grades, and cross-sections shown on PLANS, apply fertilizer and seed as per"A." above. When seed and fertilizer are to be distributed as water slurry, mixture to be applied within thirty (30) minutes after all components are placed in equipment. 2. Mulch Application: Immediately upon completion of planting of seed and fertilizing, spray straw mulch uniformly over the area at the rate of 11/2 to 2 tons of hay or 21/2 tons of straw per acre. Equip mulching machine to inject asphaltic material into straw uniformly as it leaves the equipment, at the rate of 0.05 to 0.10 gallon of asphalt per square yard of mulched area. When watering seeded areas, use fine spray to prevent erosion for any reason. Mulching operation to follow seeding and fertilizing immediately in continuous operation. C. Fiber Mat or Paper Mesh Soil Retention Blanket 1. Fertilizing and Seeding: See"B.1"above. A3004 - 2/3 08/03/2004 2. Fiber Mat or Paper Mesh Installation: Place fiber mat or paper mesh within 24- hours after seeding operations have been completed. Prior to placing, clear area to be covered of all rocks or clods over 11/2-inches in diameter and all sticks or other foreign material which will prevent close contact of the blanket with the soil. Area to be smooth and free of ruts or other depressions. a. If, as a result of a rain, prepared seedbed becomes crusted or eroded, or if eroded places, ruts, or depressions exist for any reason, rework soil until smooth and reseed such areas. After area has been properly prepared, lay fiber mat or paper mesh flat, smooth, and loosely, without stretching or crimping material. b. Apply materials with lengths running parallel to the flow of water. Where more than one width is required, butt or overlap edges as required by manufacturer. c. Hold material in place by means of wire staple driven into soil at 90° angle to surface. Staple material along each edge and in grid pattern with minimum 3-foot centers each way as recommended by manufacturer. In ditches and on slopes,provide additional stapling as recommended by manufacturer. 3.02 MEASUREMENT AND PAYMENT A. Fertilizing and Seeding: Measure by the acre or lump sum as indicated in PROPOSAL. Payment for work under this Item will be made at Contract price for "Seeding", which price to be full compensation for all fertilizer, seed, equipment, materials, and labor necessary for fertilizing and seeding. B. Straw Mulch Seeding: Measure by the square yard as indicated in the PROPOSAL. Payment for work under this Item to be made at the Contract price for "Straw Mulch Seeding", which price to be full compensation for all fertilizer, seed, straw mulch, equipment, materials and labor necessary for fertilizing and seeding. C. Fiber Mat Seeding: Measure by the square yard as indicated in the PROPOSAL. Payment for work under this Item to be made at the Contract price for "Fiber Mat Seeding", which price to be full compensation for all fertilizer, seed, fiber mat, equipment, materials, and labor necessary for fertilizing and seeding. D. Paper Mesh Seeding: Measure by the square yard as indicated in the PROPOSAL. Payment for work under this Item to be made at the Contract price for "Paper Mesh Seeding", which price to be full compensation for all fertilizer, seed, paper mesh, equipment, materials, and labor necessary for fertilizing and seeding. A3004- 3/3 Std. 03/04/2009 ITEM NO. A3034 - STORM WATER POLLUTION PREVENTION PLAN (SW3P) PART 1 - GENERAL 1.01 DESCRIPTION A. Section Includes: 1. A draft of the Storm Water Pollution Prevention Plan to use as a general guideline to meet new TCEQ Standards. 2. Specifications pertaining to the structural systems and pollution prevention systems to be used to meet the guidelines. 3. Details of the structural systems to be used to meet the TCEQ requirements. B. References 1. Clean Water Act of 1972 establishing the National Pollution Discharge Elimination System(NPDES). 2. Texas Commission Environmental Quality General Permit TXR150000. 3. Section 26.040, Texas Water Code - General Permits 4. 40 CFR 122.2 Federal Definitions Applicable to NPDES Program. 5. 40 CFR 122.26 Federal Rules Applicable to Storm Water Permits. 6. 40 CFR 122.28 Federal Rules Applicable to State NPDES General Permits 7. Chapter 205,Title 30,Texas Administrative Code—General Permits for Waste Discharges. 8. Section 305.44, Title 30, Texas Administrative Code—Signatories to Reports, Application for Permit or Post-closure Order. 9. Section 305.128,Title 30, Texas Administrative Code—Signatories to Reports, Permit Characteristics and Conditions Rule. C. Related Work Specified Elsewhere 1. Embankment- Item No. A2004 2. Channel Excavation- Item No. A2009 1.02 QUALITY ASSURANCE/QUALIFICATIONS It is the intent of the information provided in this section to be used as the general guidelines of the storm water pollution prevention plan for this project to establish a minimum basis of compliance for bid purposes. However, it is the responsibility of the Contractor and all Subcontractors to meet all of the requirements of the law, regardless of the information provided herein. The plan to which the Contractor certifies compliance shall be the Contractor's plan and no responsibility for the information contained in this section or shown on the plans shall be construed as the Owner's or Engineer's responsibility. Contractor is responsible for filing Notice of Intent. A3034 - 1/2 Std. 03/04/2009 1.03 PLAN The Site Grading Plan supplements the information contained within this section. PART 2 -PRODUCTS Not required for this item. PART 3 - EXECUTION The following information is the basis for the Storm Water Pollution Prevention Plan: Storm Water Pollution Prevention Plan for Proposed "Kaprina Frank Drive" A3034 - 2/2 10/13/2005 ITEM NO. B 1001 - CONCRETE PART 1 - GENERAL 1.01 DESCRIPTION Scope This Item governs for materials used; for storing and handling of materials; and for proportioning and mixing of concrete for reinforced concrete pavement, and all reinforced concrete precast and cast-in-place structures. 1. Contractor assumes responsibility for cost and design of proper concrete mixture. A. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Furnish laboratory reports showing proportions and materials selected will produce laboratory-mixed concrete of specified quality and having strengths 20 percent higher than 28-day strength specified, at maximum slump and maximum air content specified. B. Owner to select testing laboratory, conforming ASTM E329, to make tests throughout concrete operations. When requested by Owner, Engineer or his representative will monitor tests and review results. 1.03 SUBMITTALS A. Samples 1. Furnish material samples to approved testing laboratory for review and testing. 2. Provide sufficient quantities for testing and determining mixes to produce concrete class specified. B. Mix Designs 1. Submit mix designs for each different concrete strength and for each different aggregate. 2. Secure confirmation of laboratory tests on proposed mix designs prior to submittal. 3. Use only approved mix designs. 4. Make required tests of mix as called for elsewhere in this specification under "Tests." C. Reports: Provide certified mill reports on cement and sieve analysis on aggregate. D. Tests 1. Make moisture tests of aggregate to ensure proper batching and proportioning. 2. Provide and maintain curing facilities conforming to ASTM C31. B l 001 - 1/8 10/13/2005 3. For Structural Concrete: a. Perform sufficient number of tests to maintain check on quality. b. Conduct tests as per test procedures (ASTM C31 and C39 for Compression Test). c. When Portland cement concrete other than high-early-strength concrete is used,test minimum of two (2) standard 6-inch by 12-inch cylinders at 7 days and minimum of two(2) 6-inch by 12-inch cylinders at 28 days, for each 50 yards of concrete placed or each structure, whichever is less. d. When high-early-strength concrete is used, test minimum of two (2) standard 6-inch by 12-inch cylinders at 3 days and minimum of two (2) 6- inch by 12-inch cylinders at 7 days for each 50 cubic yards of concrete placed or for each structure,whichever is less. Minimum strengths normally required at 7 and 28 days will be required at 3 and 7 days, respectively. 4. For paving concrete,test pavement work as required by PLANS and/or as follows: a. Make one beam for each 1,000 square yards of pavement, or part thereof, for each day's pour and/or one beam on each street. b. Size of beams as required by ASTM C31. c. Core sampling in accordance with requirements of Special Provision. d. If requirements not established by Special Provision, make one core for each 1,000 linear feet or pavement, or one core for each 2,500 square yards of pavement, or at least one core for each street,whichever is lease in area. e. Fill core hole with non-shrinking grout at no additional cost to Owner. f. Test core for compressive strength and for thickness. 5. For air entrainment,make two tests, in accordance with ASTM C138 or C173, for each day's placing. 6. Make slump tests periodically in accordance with ASTM C143. E. Specimen handling 1. Mark test specimens clearly in a definite sequence. 2. Transport and store specimens to prevent damage. 3. Provide insulated shed for storage of cylinders and beams. 4. Provide records identifying each cylinder with locations from which specimens were taken. 5. Cure specimens under laboratory conditions, except that for a possibility of surrounding air temperature falling below 40o F, additional specimens to be cured under job conditions may be required. F. Failure to Meet Specifications 1. Concrete failing to meet specifications will be rejected. 2. Should a 3-day (high-early cement)or 7-day(normal cement)test fail to meet established strength requirements,extended curing or resumed curing may be required. B1001 - 2/8 10/13/2005 3. Contractor to strength structures or replace portions thereof which fail to meet established strength requirements, at Contractor's expense. 4. Test cores,when required,to be in accordance with procedures of ASTM C42 at no additional cost to Owner. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Cement 1. Store in weathertight enclosure and protect against dampness,contamination, and warehouse set. 2. Use only one supply source for each aggregate stockpile. B. Aggregates 1. Stockpile to prevent excessive segregation,or contamination with other materials or other sizes of aggregates. 2. Use only one supply source for each aggregate stockpile. C. Admixtures 1. Store to prevent contamination, evaporation, or damage. 2. Protect liquid admixtures from freezing or harmful temperature ranges. 3. Agitate emulsions prior to use. PART 2—PRODUCTS 2.01 MATERIALS A. Concrete: Ready-mix concrete conforming to ATSM C94 or site-mixed concrete(dry weight 145-150 pounds per cubic foot). 1. Cements a. ASTM C150, Type I. b. ASTM Specifications for weight variations and length of storage. c. Use no caked cement. d. Deliver in bags for site-mixed concrete. e. Use only one brand of cement in any one structure. f. Cement for Class "P"concrete may be delivered in bulk if method of handling is approved. 2. Admixtures a. Air-entraining admixtures in accordance with ASTM C260. b. Water-reducing and retarding admixtures in accordance with ASTM C494, Type A, or Type D admixture, modified as follows 1) Bleeding water no greater than bleeding water of ASTM C494 reference concrete when tested as per ASTM C232. 2) Increase durability, decrease permeability, and increase resistance to surface scaling, when compared to ASTM C494 reference concrete. 3) No chlorides or alkalis added during manufacture of admixture. B1001 - 3/8 10/13/2005 c. High range water-reducing admixture (superplasticizer) in accordance with ASTM C494,Type F or Type G modified as follows: 1) Superplasticized concrete to be nonsegregating, have little bleeding, and have physical properties similar to low water-cement ratio concrete. 2) Admixture composed of a synthesized suffocated polymer to be added to the concrete mixer with gauge water at the central batch plant. 3) Use only one liquid admixture to achieve the superplasticized concrete, except where air entrainment is desired, in which case, air entraining admixture to be compatible with superplasticizer admixture. 4) Treated concrete must be capable or maintaining superplastic state in excess of two hours. 5) Dosage as recommended by the manufacturer. d. Additional Requirements 1) Manufacturer to provide proof of successful field use of water- reducing and retarding admixture from recognized laboratories and other authorities. 2) Manufacturer to provide local representative and warehouse facilities, when requested by Owner. 3) Provide qualified concrete technician to assist in concrete mix design, if required. 4) If required, Contractor to acquire approved commercial laboratory testing at no cost to Owner to furnish certification of compliance with this specification. 5) Water reducing a retarding admixtures used in Class A and Class K concrete only, unless other wise specified. 6) Use manufacturer's published recommended dosage for optimum results as minimum requirements. Engineer may vary dosage after analysis of results of local commercial laboratory tests using materials from sources assigned by Contractors. 7) Dispensing and mixing equipment and procedures at batch plant are subject to approval. 3. Coarse Aggregate a. Durable particles of gravel, crushed gravel, crushed blast furnace slag, • crushed stone, or combination thereof, conforming to ASTM C33. b. Use clean, durable particles, free from frozen materials,clay, salt, alkali, vegetable matter, or other coating, which would adversely affect strength of concrete or bonding of aggregate to cement paste. 1) Non-Prestressed Concrete aggregate size from No. 4 to 1 'A-inch. 2) Prestressed Concrete aggregate size from No. 4 to 1-inch. c. The maximum size coarse aggregate to be as indicated above or no greater than three-fourths of the minimum clear spacing between parallel reinforcing bars or prestressing tendons, whichever is smaller. 4. Fine Aggregate B1001 - 4/8 10/13/2005 a. Natural sand as per ASTM C33. b. Fineness modulus between 2.4 and 2.9. 5. Water a. Free from oils, acids, alkalis, organic mater or other deleterious substances, and not containing more than 1,000 parts per million of sulphates. b. Testing not required from municipal supplies approved by Texas Commission on Environmental Quality (TCEQ),but from other sources water will be sampled and tested, at no additional cost to Owner, before use. 6. Slump a. Test method as per ASTM C143. b. As indicated in Classification Table. 7. Mix Proportioning a. As per Classification Table, based on maximum water-cement ratio and minimum strength requirements, with limits set on minimum cement content. b. Increase cement content above minimum or use approved admixtures, without additional cost to Owner, if type, gradation, or sizes of aggregate being supplied gives concrete mixture not meeting strength and workability requirements. 8. Coring Materials: Per Item "Concrete Structures." B. Nonshrink Grout: Grout to have moderate fluidity and to conform to Corps of Engineers Specification CRD-C 621-82B. B1001 - 5/8 10/13/2005 CLASSIFICATION TABLE Max.Water Content(" Min.Comp. Pounds of Gallons of Min.Cement Per Strength(psi) Water/Lb. Water/Bag C.Y(2) Slump Range Total Air Content Class-Type 7-Day 28-Day Cement Cement Lbs. B9gs (m.) (/o) A-Structural 2000 3000 0.55 6.25 494 525 21/2 to 4%: 21/2 to 41/2 Asp-Structural(3) 2000 3000 0.50 5.65 423 4.50 7 to 10(4) 3 to 5 B-Slope 1 200 2000 0.75 8.50 400 4.25 21/2 to 4 21/2 Protection C-Pipe Blocking --- 1500 0.97 11.00 282 3.00 3 to 5 3 to 6 D-Seal Slab --- --- --- --- 376 4.00 6 to 8 As needed E-Monolithic 2000 3000 0.55 6.25 564 6.00 4 to 6 3 to 5 Sewer _ _ F-Prestressed(5) --- 5000 0.51 5.75 635 6.75 2 to 3 As needed G-Prestressed(51 --- 6000 0.49 5.50 658 7.00 2 to 3 As needed K-Structural(`) 2800 4000 0.50 5.65 564 6.00 31/2 to 5 21/2 to 41/2 Kw-Structural(3) 2800 4000 0.45 5.00 470 5.00 7 to 10(") 3 to 5 P-Paving 6-Inch (R) 1800 2800 0.66 7.50 423 4.50 3 to 5 21/2 to 41/2 450(') P-Paving 7-Inch (e) 2000 3000 0.66 7.50 470 5.00 3 to 5 21/2 to 4/2 500°1 • P-Paving 8-Inch (R) 2000 3000 0.66 7.50 470 5.00 3 to 5 21/2 to 41/2 550(') *All slump Ranges+ V2-Inch Tolerance (1) Include in maximum water,free water in aggregate minus absorption of aggregate based on a 30-minute absorption period. (2) For concrete placed under water,minimum cement per cubic yard shall be 611 pounds (6.5 bags). (3) Asp and Ksp to contain approved High Range Water Reducing(HRWR)Admixture. (4) Maximum 2-Inch slump before addition of HRWR Admixture. (5) For prestressed concrete,water-reducing admixture may be used as needed. (6) Use approved water-reducing and retarding admixture. (7) Minimum flexural strength at 7 days. (8) Slump range 1-Inch to 3-Inch when slip form method of construction used. B1001 - 6/8 10/13/2005 PART 3 —EXECUTION 3.01 MIXING CONCRETE A. General 1. Ready mixed and in accordance with requirements of current ACI Building Codes. 2. Postpone or delay work during adverse weather conditions. 3. Protect dry batch material so that it reaches mixer in a dry condition. 4. Use batch mixer having approved and positive water control, and measuring device for all materials. 5. Continue mixing to ensure uniform distribution of materials, but not less than 11/2 minutes after all materials have been introduced into mixer drum. 6. Rotate drum at peripheral speed recommended by mixer manufacturer. 7. Mix and deliver as per ASTM C94. a. Add mixing water at plant. b. Mix concrete in quantities required for immediate use,and discharge at job site within one hour after introduction of cement to aggregate. If Contractor can prove that concrete consistency measured by slump will not be reduced by more than 2-inches when superplasticized concrete is used,time interval between mixing and placing may be extended to a maximum of 90 minutes or to a period in which slump loss will not exceed 2-inches. c. Begin mixing operation within 30 minutes after cement and aggregates intermingled. d. Ready-mixed concrete producer to furnish delivery tickets indicating: 1) Delivery date and time dispatched. 2) Name and location of project. 3) Name of contractor. 4) Name of ready mixed concrete producer. 5) Truck number. 6) Number of cubic yards of concrete in load. 7) Class of concrete. 8) Cement content in bags per cubic yard of concrete. 9) Amount of admixture in concrete, if any. 10) Number of gallons of water in mixture. 11) Air content. 8. Job mix concrete in approved type mixer, and do not load beyond manufacturer's rated capacity. a. Normal Weight Concrete 1) Mix batches of one cubic yard or less for minimum of 11/2 minutes after materials are placed in mixer. 2) Increasing mixing time 15 seconds for each half yard increased over on cubic yard batch. b. Maintain positive batch control equipment to within one percent(1%) accuracy. B1001 - 7/8 10/13/2005 c. Clean, maintain, and operate equipment so as to thoroughly mix material as required. d. Hand mixing permitted for small placements only, or in emergencies, as authorized. e. Hand-mixed batches not to exceed a two-bag in volume. 9. Do not mix when air temperature is at or below 40 deg. F (taken in the shade away from artificial heat) and falling, or if likely to fall below 40 deg.F in next 24 hours. 10. To produce concrete with minimum temperature of 50 deg. F, heat aggregate and/or water uniformly as follows: 1) Water temperature not to exceed 180 deg. F, and/or aggregate temperature not to exceed 150 deg.F. 2) Heat mass of aggregate uniformly. 3) Temperature of aggregates and water to be between 50 deg. F and 85 deg. F before introduction of cement. 3.02 INSTALLATION In accordance with other applicable TECHNICAL SPECIFICATIONS. 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item,except as indicated below. Include cost of same in contract price bid for work of which this is a component part. B. Measure "Extra Concrete," when approved by Engineer,by cubic yard of concrete of class ordered, complete in place. Pay for"Extra Concrete unit price bid per cubic yard for classes of"Extra Concrete" used B1001 - 8/8 10/13/2005 ITEM NO. B3001 -REINFORCING STEEL PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work 1. This Item governs for furnishing and placing of reinforcing steel, deformed and smooth. 2. Furnish chairs, ties, splicing devices, and other reinforcing accessories required to complete the work. 1.02 QUALITY ASSURANCE A. General: Conform to approved shop drawings and to ACI Manual of Practice for Detailing Reinforced Concrete Structures. B. Submittals 1. Submit shop drawings indicating location,placement, sizes, and bending. 2. When welding is required, furnish report of chemical analysis, showing percentages of carbon, manganese, phosphorus, and sulfur. C. Tests: Submit certified copy of mill certificates of compliance with requirements herein specified. 1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver to job site free from dirt, loose scale and rust, paint, oil, or other foreign material. B. Storage: Store above surface of ground upon platforms, skids or other supports, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust. C. Handling: Handle so as not to sustain crimping, bending, or warping before and during placement. B3001 - 1/4 08/03/2004 PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Steel 1. Deformed,conforming to ASTM A615, Grade 60. 2. Welded wire fabric conforming to ASTM A185. 3. Cold drawn steel wire conforming to ASTM A82. 4. Spiral reinforcement to be smooth (not deformed) bars or wire complying with ASTM A82. 5. Submit information on mechanical splicing devices,couplers, and all other reinforcing accessories. B. General Requirements 1. Nominal size, area, and theoretical weight in accordance with Table 1, ASTM A615 supplementary requirement. 2. Bending a. Bend in shop, cold,true to shapes indicated on PLANS. b. Irregularities in bending are cause for rejection. c. Detail bars in accordance with ACI 315. d. Inside diameter of bar bends, in terms of nominal bar diameter (d) of bar which is bent, in accordance with ACI 315. 3. Fabrication tolerances in accordance with ACI 315. 4. Splices a. Except where shown, not permitted without prior written approval. b. Not permitted in main reinforcement at points of maximum stress. c. When not indicated on PLANS, but permitted with prior written approval, subject to the following: 1. Not larger than#8 bars. 2. Not permitted in bars 30 feet or less in length, except vertical. 3. Distance center-to-center not less than 30 feet, and no individual bar length less than 10 feet. 4. Maintain specified concrete cover and tie bars together securely. 5. Stagger main bar splices in adjacent bars minimum of two splice lengths. d. Lap Splices 1. See General Notes in PLANS for standard bar lap lengths. 2. Lap bars so that both bars will be in the same plane parallel with the nearest concrete surface. e. Welding Splices 1. Procedures and electrodes as specified in AWS D12.1. B3001 - 2/4 08/03/2004 2. For bars No. 6 and smaller, use lap weld splices with fillet weld equal to one-half bar diameter on each side for four inches in length. 3. For bars No. 7 and larger, use butt weld splices in accordance with Figure 3.5, AWS D12.1 4. Prepare ends for butt-welding in the field, and deliver bars of sufficient length to permit this practice. f. All splices, whether lap, weld, mechanical,or coupler,to develop full strength of bar. PART 3 -EXECUTION 3.01 INSTALLATION A. Place reinforcing steel in positions indicated by PLANS and approved shop drawings. 1. Dimensions shown are to centers of bars, unless otherwise noted. 2. Hold bars securely in place with tie wires and other approved means during placing of concrete. a. In plans of steel parallel to nearest surface of concrete, bars not to vary from PLAN placement by more than one-twelfth of spacing between bars. b. In plans of steel perpendicular to nearest surface of concrete,bars not to vary from PLAN placement by more than one-quarter inch. 3. Do not use looped wire bar ties ("pig tails"). 4. Do not tack weld reinforcing. 5. Space steel required distance from forms by approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved precast mortar or concrete blocks. a. For approval of plastic spacers, provide samples of plastic, which show no indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. b. Cast precast block, maximum 2-1/2 inches square, to thickness required for proper reinforcement clearance from forms. 6. Use hot-dipped galvanized metal or plastic chairs to support all reinforcing steel. Except for use with pavement steel, chairs need not be galvanized. 7. Use heavy bolster to support bottom layer of reinforcing in abutment caps, bent caps, and other beams. 8. In bridge deck slab, use two rows of supports for bottom layer of reinforcing parallel to beams for each by between beams. Use high chairs to support top layer. 9. Clean all mortar, mud, dirt, etc. from reinforcement before placing concrete. B3001 - 3/4 08/03/2004 10. Protect exposed steel from corrosion. 11. Placement of steel to be inspected before concrete is placed. 3.02 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, except as indicated below. Include cost of same in Contract unit prices bid for items of which this work is a component part. B. Measure "Extra Reinforcing Steel," when approved by Engineer, by pound of calculated weight of steel actually placed. Pay for "Extra Reinforcing Steel" at Contract unit prices bid per pound of"Extra Reinforcing Steel" used. B3001 -4/4 ITEM NO. B3005—CONCRETE CONSTRUCTION PART I - GENERAL 1.01 DESCRIPTION A. Scope of Work 1. Construction of concrete structures, except concrete pavement. 2. Contractor assumes responsibility for design of concrete. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE Make test specimens to maintain check on concrete strength throughout job. 1.03 SUBMITTALS Submit designs for strength. PART 2-PRODUCTS 2.01 MATERIALS A. Concrete: Ready mixed conforming to ASTM C94 or site mixed. 1. Cement a. ASTM C150, Type I. b. Use no caked cement. c. Deliver in bags for site-mixed concrete. d. Use only one brand of cement in any one structure. 2. Water: Free from oils, acids, alkalis, organic matter, salts, or other deleterious substances. 3. Coarse Aggregate a. Per ASTM C33. b. Maximum size 1 '/2 inch. 4. Fine Aggregate: Natural sand conforming to ASTM C33. 5. Admixtures: Air-entraining admixtures in accordance with ASTM C260. 6. Classification: B3005 - 1/5 Class Type Min.28-day Max.Water Min. Cement Consistency Air Content Compressive Content per (bags per cu. Range in (%) Strength (lbs. bag of Cement yard) Slump(in.) per sq.in.) (gal.) A Structural 3,000 6.25 5.25 21/2 to 41/2 21/2 to 41/2 B Slope 2,000 8.50 4.25 2'/2 to 4 21/2 Protection Pipe 1,500 11.0 3.0 3 to 5 3 to 6 Blocking D Seal Slab - - 4.0 6 to 8 as needed Include in maximum water, free water in aggregate minus absorption of aggregate based on a thirty-minute absorption period. B. Reinforcing Steel: 1. Bars a. Per ASTM C150, Type I. b. Grade 40 or Grade 60 (deformed). 2. Welded Wire Fabric: Per ASTM A185. C. Expansion Joint: Preformed rubber or cork conforming to ASTM D1752. D. Curing Material: 1. Water: Free from oils, acids, alkalis, organic matter, salts, or other deleterious substances. 2. Cotton Mats: Filling material of cotton "bat" (min. 12 oz. per sq. yd.) with unsized cloth covering(min. 6 oz.per sq.yd.) E. Timber: Seasoned, of good quality and free from loose or unsound knots, knot holes, twists, shakes, or decay. F. Non-shrink Grout: Premixed grout which is non-metallic, non-corrosive and non- staining; containing specially selected silica sands, cement, shrinkage compensating agents,plasticizing and water reducing agents. 1. Conform to requirements of Corps of Engineers CRD-CR621-82B. 2. Yield of 0.9 cubic foot to 1.0 cubic foot per 100 pounds. 3. Mixing water per 100 pounds. a. Stiff: 2 gallons b. Plastic: 21/4 gallons c. Flowable: 2'/2 gallons 4. Minimum 28-day compressive strength of 8,000 psi. 5. Maintain grout temperature during placement between 50°F and 90°F. G. Polyethelene Film for Permanent Moisture Barrier: Minimum thickness .006 inch (six Mils) and high impact-strength rating. B3005 - 2/5 H. Concrete Bonding Agent: "Daraweld-C" as manufactured by W.R. Grace and Co., or "Bond Crete-S" as manufactured by Burke Concrete Accessories, Inc. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Forms 1. Timber: Mortar tight; smooth surface; true to line and grade and adequately braced. 2. Provide plywood or masonite surfaces for concrete faces to be rub finished. B. Mixing Concrete 1. Mix and deliver in accordance with ASTM C94. 2. Clean and maintain equipment for good operation. 3. Job-mix concrete in approved type mixer for minimum of 1'/2 minutes for 1 cubic yard batch.Add 15 seconds for each half yard increase over 1 cubic yard batch. 4. Do not mix when air temperature is 40°F and falling. C. Placing Concrete 1. General Requirements: a. Give notice before placement. b. Place in daylight hours. c. Discharge within one(1)hour after start of mixing. 2. Handling and Transporting: a. Use method to prevent segregation. b. Use buckets, chutes, buggies, pipes, or troughs. c. Protect against sun and wind, to prevent loss of slump and workability. d. Use of aluminum equipment not permitted. 3. Depositing: a. Continuous horizontal layers 12 inches thick. b. Limit free fall to 5 feet. c. Use tremies for free fall over 5 feet. d. Minimum temperature of all concrete at time of placement to be not less than 50°F. e. Concrete temperature at time of placement not to exceed 85°F, plus a maximum tolerance of 5°F. f. Use retarding agent for air temperatures above 85°F. g. Provide thermometer for temperature verification. h. Concrete work varying from requirements specified will be rejected. D. Curing Concrete 1. Cure for six consecutive curing days, except for high-early-strength concrete. 2. Cure high-early-strength concrete for three consecutive curing days. B3005 - 3/5 3. "Curing Day" is a calendar day whose temperature is above 50°F for at least 19 hours. E. Form Removal 1. Remove forms under slabs, beams, or girders after seven days. 2. Remove all other forms after two days. F. Patching Concrete: Patch honeycomb and tie holes. G. Defective Work: Repair or replace at Contractor's expense immediately after form removal. H. Slab Finish: Wood float, or steel trowel as designated on PLANS. I. Rub-Finished Surfaces 1. Rub-finish exposed vertical and battered surfaces from 6 inches below final ground line of low water to top. 2. No rubbing required for structures extending 12 inches or less above ground or water. 3. Provide two rubbings: a. First with No. 16 carborundum stone. b. Second with No. 30 carborundum stone. 4. Finish to provide clean, smooth, uniform surface. J. Grout: One part Portland cement to two parts sand, by weight. K. Construction Joints: As shown or as approved. L. Reinforcing Steel 1. Bend,clean, place and tie in accordance with ACI Standards. 2. Splice bars only at locations shown on PLANS. 3. Lap bars in accordance with table shown on "Concrete Standards" sheet or as indicated or noted on drawings. M. Cleanup: Clean area from time to time during construction and clean area completely after completion of work. 3.02 MEASUREMENT AND PAYMENT A. No separate payment for work performed under this Item except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. B. "Extra Concrete", when approved by Engineer, to be measured by cubic yard of concrete, complete in place. Pay to be at Contract unit Price per cubic yard for classes of"Extra Concrete" used. B3005 - 4/5 C. "Extra Reinforcing Steel", when approved by Engineer, to be measured by pound of calculated weight of steel actually place. Pay to be at Contract unit price per pound of "Extra Reinforcing Steel" used. END OF ITEM B3005 - 5/5 Std. 08/03/2004 ITEM NO. H 1001 - DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Includes piping 3 inches and larger for buried and exposed systems. B. Work Specified Elsewhere 1. PLANS show pipe class, thickness class,type joints, and service pressure for flanged joints. 2. Coating: Item C3001 —"Painting and Protective Coating". 3. Other related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Certification 1. Pipe used in domestic water distribution systems to have Underwriters' label and be acceptable to local and state authorities without penalty. 2. Furnish, when requester, affidavit of compliance in accordance with ANSI/AWWA C151/A21.51 for pipe 6 inches and larger; AWWA C1111 AND Federal Specification WW-P-421D for single gasket, push-on type joint. 1.03 SUBMITTALS Submit the following in accordance with Contract Documents. A. Detailed dimensioned fabrication and installation drawings for piping,fittings, and specials. B. Affidavit of compliance as per QUALITY ASSURANCE. C. Sworn statement that inspection and all tests have been made and meet the requirements of AWWA C151. D. Certified test reports for flanged pipe in quadruplicate for shop testing required as per paragraph 2.01 D.2. 1.04 PRODCUT DELIVERY, STORAGE,AND HANDLING A. Use hoists, slings, skids, or other means to avoid damage. Piping not to be dumped. Any damaged, chipped, or cracked casting to be replaced at Contractor's expense. H1001 - 1/3 B. Protect flange surface and threads at all times and keep interiors free of all foreign matter. PART 2 - PRODUCTS 2.01 MATERIALS A. General: Fabrication dimensions and accuracy of fabrication are responsibility of Contractor. B. Pipe 1. Ductile Iron: Per ANSI/AWWA C151/A2151. 2. Thickness Class As shown on PLANS and minimum for flanged pipe per ANSI/AWWA C 150/A21.50. C. Fittings,Flanges, and Joint Material 1. Fittings: Per ANSI/AWWA C 110/A21.10. 2. Flanges: ANSI/AWWA C115/A21.15. Use ductile flanges on ductile pipe and cast iron flanges on cast iron pipe. 3. Nonflanged Joint Material a. Rubber Gaskets for Water and Sewage Service: Per ANSI/AWWA C111/A21.11. b. Rubber Gaskets for Diffused Air Systems (10 psi and 190 deg. F Service): Use MIL-R-83248 fluoroelastomer such as Dupont's Viton or 3M's Fluorel. D. Flanged Pipe 1. Shop thread, machine tight, and face in machine shop equipped for this type work and conforming to the requirements of ANSI/AWWA C1115/A21.15. 2. Shop test, hydrostatically, each flanged pipe piece at 75 psig for pump suction pipe and at 150 psig for pump discharge piping. E. Gaskets 1. For water and sewage, use rubber gasket conforming to Appendix to ANSI/AWWA C 111/A21.11. 2. For air service, use 1/16-inch full-face asbestos gaskets, factory cut. F. Bolts and Nuts. ASA B16.1; use studs with nuts on each end for pipe sizes 54- inch and larger. 1. Aboveground: Black Steel. 2. Underground: Cadmium plated. 2.02 COATING AND LINING A. Exterior Coating 1. Buried Pipe and Fitting: Bituminous coated, not less than 1 mil thick. Wrap pipe and fittings with polyethylene film 8 mils thick in accordance with ANSI/AWWA C105/A21.5. H1001 -2/3 2. Exposed Pipe and Fittings: Prime and paint as per Item C3001 "Painting and Protective Coating". B. Interior Lining 1. Air Service: Bituminous coated,not less than 1 mil thick. 2. Water Service: Cement mortar lined per ANSI/AWWA C104/A21.4. 3. Sewage Service: a. Cement mortar lined in accordance with ANSI/AWWA C104/A21.4. b. Bituminous coated, not less than 1 mil thick, and conforming to all appropriate requirements for seal coat in AWWA C104. c. Polyethylene lined with 40 mils thickness nominal (35 mils minimum). Lining to be a blend of High-Density and Low- Density polyethylene powders complying with ASTM D1248. C. Wrap underground ductile iron piping and all fittings with polyethylene film in accordance with ANSI/AWWA C105/A21.5. 2.03 FLEXIBLE COUPLINGS Dresser: Long Sleeve unless shown otherwise, Style 38; equivalent by Smith-Blair or Baker. Harness when required for thrust restraint. 2.04 WALL PIPES Unless otherwise shown on PLANS, wall pipes to be cast or ductile iron with an intermediate wall collar. End connections to be shown on PLANS. PART 3 - EXECUTION 3.01 INSTALLATION As per applicable Item. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for work of which this is a component part. H1001 -3/3 10/13/2005 ITEM NO. J1002- POLYVINYL CHLORIDE(PVC) SEWER PIPE AND FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish Polyvinyl Chloride (PVC) Pressure Rated Pipe and fittings of size(s) shown on PLANS for use in sanitary sewer construction. B. Related Work Specified Elsewhere: Item J2001 - "Construction of Underground Lines." 1.02 QUALITY ASSURANCE TESTS: Sewer pipe shall be tested in accordance with Item J2005 - "Low Pressure Air Test- Sanitary Sewer Lines." PART 2—PRODUCTS 2.01 MATERIALS A. Pipe and Fittings 1. Pipe and fittings shall be made of PVC having a cell classification of 1245B (PVC 1120)per ASTM-D-1 784. 2. Pipe and fittings shall conform to the requirements of ASTM-D-2241 Standard Specification for "Polyvinyl Chloride (PVC) Pressure-Rated Pipe (SDR 26 - Class 160)", and shall be furnished with integral bell gasketed joints. B. Lubricant: Lubricant used for assembly to have no detrimental effect on gasket or pipe and to be used in accordance with pipe manufacturer's recommendations. PART 3 - EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 - "Construction of Underground Lines." B. Joining: Assembly of joints to be per manufacturer's recommendation. J1002 - 1/2 10/13/2005 C. Connections to Manholes and Other Rigid Structures: Manhole couplings corresponding to size of sewer pipe to be cast directly into a rigid structure such as a manhole or manhole base. Manufactured fittings and adapters may be used for prefabricated manholes. D. Deflection Tests:All pipe to be satisfactorily tested for deflection by pulling a mandrel through the pipe no earlier than THIRTY (30) DAYS after backfilling is complete. Mandrel to have an outside diameter equal to 95% of the original inside diameter of pipe being tested. Mandrel to be pulled by hand line. Should mandrel meet any resistance, Contractor may clean the pipe and repeat test. Any pipe not meeting this test to be removed and replaced at Contractor's expense. 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 - "Construction of Underground Lines." J1002 -2/2 Std. 10/13/2005 ITEM NO.J1003 - POLYVINYL CHLORIDE(PVC) WATERLINE PIPE(4"-12") PART I GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish Polyvinyl Chloride(PVC)Pressure Pipe of size(s)shown on PLANS for use in water supply and distribution systems. B. Related Work Specified Elsewhere: Item J2001 "Construction of Underground Lines." 1.02 QUALITY ASSURANCE Tests: Waterline shall be tested in accordance with Item J2003 - "Hydrostatic Testing of Pressure Lines." PART 2-PRODUCTS 2.01 MATERIALS A. Pipe: Pipe shall be made of PVC plastic meeting the requirements AWWA C-900, "Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. through 12 in. for Water". All pipe and related products shall conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI. All Pipe shall bear the National Sanitation Foundation Seal of Approval. 1. 4-inch through 6-inch pipe shall be Class 200. 2. 8-inch through 12-inch pipe shall be Class 150. B. Lubricant: Lubricant used for assembly to have no detrimental effect on gasket or pipe and to be used in accordance with pipe manufacturer's recommendations. PART 3 -EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 "Construction of Underground Lines." B. Joining: Use elastic gasket joints, providing a watertight seal. Assembly of joints to be per manufacturer's recommendation. 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 "Construction of Underground Lines." J1003 - 1/1 10/13/2005 ITEM NO. J2001 - CONSTRUCTION OF UNDERGROUND LINES PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnish all plant, labor, equipment, supplies, supervision and tools, and perform all operations required for construction of underground lines. B. Related Work Specified Elsewhere: Item J2002 "Well Point System", Item J2003 "Hydrostatic Testing of pressure Lines", Item J3003 "Timber Ordered Left in Trench", Item J3006 "Cement-Stabilized Sand Backfill, Item J3024 "Bank Sand Backfill", and Item J3045 "Trench Excavation and Shoring Safety Plan." 1.02 QUALITY ASSURANCE A. Field Observation: Pipe installed in the permanent work to be placed in the presence of Engineer or his authorized representative. B. Testing of Gravity Sanitary Sewer Line: Leak tests of gravity sewer lines to be per Item J2005 "Low Pressure Air Test-Sanitary Sewer Lines." C. Testing of Pressure Lines: To be tested per Item J2003, "Hydrostatic Testing of Pressures Lines." 1.03 METHODS OF CONSTRUCTION A. Control of Work: Contractor shall be responsible for the control of his work. Engineer reserves the right to verify this control. Contractor may use laser equipment for control. B. For Lines Laid on Grade: Lay and maintain pipe to required lines and grades with specials at required locations, and with joints centered and spigots "home." Lay all lines on grade from downstream to upstream or as directed by Engineer. C. For Lines not Laid to Grade: Lay and maintain pipe and fittings to alignment shown on PLANS. Minimum cover(measured from top of pipe) at street intersection, 5 feet; minimum cover below flow line of drainage ditches, 1 foot 6 inches; minimum cover at other locations, 3 feet 6 inches. Vary depth uniformly to maintain required clearances and depths shown on PLANS. J2001 - 1/7 10/13/2005 PART 2 - EXECUTION 2.01 EXCAVATION AND TRENCH PREPARATION A. General: Excavate trench to alignment and depth required. Brace trench and drain as required so work may be accomplished safely and efficiently. All excavations shall be in accordance with Item J3045 "Trench Excavation and Shoring Safety Plan." B. Width of Trench for Pipe Less than 30-inch: Minimum width of outside barrel of pipe plus 12 inches, maximum width of outside barrel of pipe plus 18 inches. For pipes 30- inch and larger, minimum width of outside barrel of pipe plus 24 inches. Excavate and maintain sides of trench vertical for 2 feet above pipe. Above this level,trench may be gently sloped back. Protect existing pavements or utilities as necessary. C. Pipe Foundation: For ordinary bedding, excavate pipe trench to even grade and shape to closely fit lower part of pipe exterior for width of at least 50 percent of pipe breadth to provide uniform bearing for entire length of pipe and provide depressions for bell ends of each pipe. Excavate to grade required for shell, aggregate, or other special bedding. D. Correcting Faulty Grade: Correct any portion of trench excavated below grade with approved material. E. Bell Holes: Provide bell holes of ample dimensions to permit proper jointing. F. Braced and Sheeted Trenches: Sheet and brace all excavations in excess of 5 feet depth to prevent caving. Increase trench width as required and leave sheeting in place until pipe has been laid and backfill compacted to depth of 2 feet over pipe. Sheet and brace in accordance with Item J3045 "Trench Excavation and Shoring Safety Plan." G. Care of Surface Material for Reuse: Keep surface material approved for reuse separate from general excavation material. H. Manner Stockpiling Excavated Material: Stockpile excavated material so as not to endanger work or cause interference with public street and driveways. Keep drainage channel clear or provide other satisfactory means of drainage. I. Open Trench: Engineer may limit amount of trench opened or partially open at any time in advance of completed pipe laying operation,and amount of trench left unfilled. Open not more than 100 feet of trench on any street at one time. Keep streets open where possible. J. Disposition of Defective Materials: Remove rejected backfill materials from excavation operations and dispose of off job site at Contractor's expense. J2001 -2/7 10/13/2005 K. When requested by Contractor and approved by the Engineer to dewater sewer trench because of groundwater conditions, install, operate, and maintain adequate well point systems in accordance with Item J2002 "Well Point Systems." 2.02 PIPE HANDLING A. Handling and Storage: Unload pipe, fittings, and other accessories at point of delivery: haul to and distribute at site of project. Load and unload materials by use of hoists, skids, or other approved means to avoid damage. Distribute for convenient laying and to cause minimum inconvenience to public. B. Inspection: Before lowering and while suspended, inspect pipe for defects. Inspect rigid pipe tapping with light hammer to detect cracks. C. Pipe Kept Clean: Remove foreign matter from pipe and keep clean by approved means during and after laying. 2.03 PIPE LAYING A. Unsuitable Conditions for Laying Pipe: Lay no pipe in water or when trench condition or weather is unsuitable for such work unless specifically approved by Engineer. B. Nonpressure Concrete and Vitrified Clay Pipe: Nonpressure concrete and vitrified clay pipe shall be installed with Class"A" beddings shown in this item. Lay pipe with ends abutting and true to line and grade. Fit and lay pipe to form smooth and uniform invert. Clean sockets prior to lowering into trench. Commence laying of pipe at lowest point so that spigot ends point in direction of flow. C. Ductile Iron Pipe: Lay ductile iron pipe using either "Ordinary" bedding Class "A" bedding where specified on PLANS and described in this item, with bell ends facing direction of laying. D. PVC and ABS Piping: 1. Sanitary Sewer Construction - PVC and ABS pipe shall be installed using Class"C"Bedding as shown in this item. 2. Waterline Construction - PVC pipe shall be installed using Class "B" Bedding as shown in this item. E. Other Pipe: Lay other types of pipe in accordance with applicable provisions of this or other TECHNICAL SPECIFICATIONS. F. Cutting Pipe: Cut cast or ductile iron pipe with wheel-type cutters or cold chisel. Flame cutting of cast iron pipe not allowed. Make cuts in a neat and workmanlike J2001 -3/7 10/13/2005 manner without damage to pipe and so as to leave a smooth end at right angles to axis of pipe. Field cutting of PVC and A.B.S. type resin pipe to be per pipe manufacturer's recommendations. G. Temporary Plug: When pipe laying operation is halted, seal open end of pipe with temporary plug. Plug to remain in place until pipe laying operation commences again. 2.04 PLUGGING DEAD ENDS Insert standard plug into bells of all dead ends of pipe. 2.05 CONCRETE BLOCKING Thrust blocking to be used for pressure pipelines at bends, tees, points where reducers or changes in pipe diameter occurs, fire hydrants or flushing valves, and all plugged openings. Use Class "C" concrete having compressive strength not less than 1,500 pounds per square inch. Place blocking against solid ground, with area of bearing of pipe and on ground in each instance as required. Place blocking so that pipe and fitting joints will be accessible for repair. For gravity pipelines, use Class "C" concrete minimum of 6 inches on all sides of pipe for encasing, embedding, or blocking where indicated. Use all materials, including aggregate, cement, and water, and mix and place concrete in accordance with applicable concrete item. 2.06 BACKFILLING A. Time of Backfilling: As soon as practicable after completion of laying and jointing pipe, backfill trench. Trench to be completely backfilled to a point not more than 100 feet behind pipe laying operation. B. Materials: Trenches to be backfilled with select material from the sewer trench excavation, or obtained from other sources, free from stones which will interfere with compaction and free of large lumps which will not break down readily under compaction. Do not use material excavated in large lumps or which cannot be easily broken down or which cannot be spread in loose layers. Materials excavated by trenching machine will generally be suitable for use as backfill. 1. Bank sand backfill, where designated on PLANS, to be in accordance with Item J3024 "Bank Sand Backfill." 2. Cement-stabilized sand, where designated on PLANS, to be in accordance with Item J3006 "Cement-Stabilized Sand Backfill." C. Backfill Procedure at Pipe Zone: In pipe zone, when designated on PLANS, use bank sand, cement stabilized sand or select backfill material, free from rocks and rock fragments, and deposit in trench simultaneously on both sides of pipe for full width of J2001 -4/7 10/13/2005 trench and to elevation of 12 inches above the top of barrel of pipe. Moisten if necessary, tamp in thin (approximately 4-inch) layers, and thoroughly compact under and on each side of pipe to provide solid backing against external surface of pipe. Walking or working on completed pipeline, except as necessary in tamping or backfilling, not permitted until trench has been backfilled at least 12 inches over top of pipe. Backfill to be compacted to 95 percent in accordance with ASTM D698. Approximate optimum moisture content to be maintained during compaction. D. Backfill Procedure Above Pipe Zone: Place backfill above previously defined pipe zone in accordance with following applicable procedure. 1. For trench through or within 5 feet of existing, proposed or future asphaltic concrete, concrete, asphalt-topped concrete, flexible base with asphalt topping, shell or gravel surfaces either public or private roads, streets or driveways, place cement-stabilized sand backfill above pipe zone in approximate 12 inch layers. Thoroughly compact each 12" layer with a vibratory compactor or roller prior to placing additional layers of cement stabilized said. Bring compacted backfill up to bottom of pavement subgrade 2. For trench located in areas other than those previously stated, and not designated for improvement, place select backfill above pipe zone in 6 to 8 inch layers at near or optimum moisture and thoroughly compact to a density of 90 percent of the maximum in accordance with ASTM D698. E. Rock and Rock Fragment Exclusion: Allow no rock or rock fragment in backfill for at least one foot above top of pipe and allow no stone larger than 8 inches in its greatest dimension in backfill. F. Deficiency of Backfill: Supply any deficiency in quantity of materials for backfilling trenches or for filling depressions caused by settlement. 2.07 RESTORATION OF SURFACES Replace or repair sidewalks, driveway culverts, inlets, curbing, gutters, shrubbery, trees, fences, sod, and other like obstructions removed or disturbed, to condition equivalent to that existing prior to commencement of this work. Use concrete having compressive strength in 28 days of not less than 3,000 pounds per square inch in the replacement of curbing, gutters, inlets, and sidewalk. Use reasonable care in removal and replacement of shrubbery and trees designated to be replaced at original locations. Where at all possible, ditch alignment will be such as to minimize this work. Where tree or shrub deemed sufficiently valuable to save is encountered in excavation, ball in burlap, set aside in wet sand or puddling pit and later reset as required. Contractor not held responsible for subsequent care of plant. Restoration of asphalt-topped flexible base and concrete streets as specified under other items of TECHNICAL SPECIFICATIONS or PLANS. J2001 - 5/7 10/13/2005 2.08 CLEAN-UP Remove from site of work, and from public and private property, temporary structures, rubbish, and waste materials, including excess excavated materials. Dispose of surplus earth as shown on PLANS. Complete cleanup not greater than 500 feet behind pipe laying operation. Pipe-laying operation to be suspended temporarily if complete clean up is further behind than 500 feet. 2.09 MEASUREMENT AND PAYMENT A. For Gravity Pipelines: Measure by linear foot from center of manhole to center of manhole to center of manhole, exclusive of pipe installed in tunnel or augered hole construction, special structures, or other special sections, along pipe of size and at depth installed. Measure depth at manholes, at intervals not to exceed 50 feet between manholes, and at breaks in profile of natural ground from flow line of pipe to natural ground surface over center or pipe. Pay for gravity pipelines, furnished, installed, and measured as stated, at Contract unit prices bid for size and depth measured. B. For Pressure Pipelines: Measure by linear foot from center line of fitting to center line of fitting, exclusive of pipe installed in tunnel construction, special structures, or other special sections, along pipe of size and type installed. If depth of cut is shown on PROPOSAL, measure depth at intervals not to exceed 50 feet and at breaks in profile of natural ground from flow line of pipe to natural ground surface over center of pipe. If depth of cut is not shown on PROPOSAL, no consideration made for depth at which pipe is installed. Pay for pressure pipelines, furnished, installed and measured as stated, at Contract unit prices bid for size and type (and depth, if shown of PROPOSAL)measured. C. Concrete Blocking: No separate payment for concrete used for blocking, backing, encasement,or embedding. D. Rock Excavation: No separate payment for rock excavation when rock is encountered in trenching operation. E. Concrete Curbs, Gutters, and Sidewalks: Measured concrete used in repairing curbs, gutters, and sidewalks by cubic yard in place. Pay for concrete used in repairing curbs, gutters, and sidewalks, measured as stated in Contract unit prices bid for "Extra Concrete" of class installed. F. Street and Driveway Surfacing: As per applicable Item of TECHNICAL SPECIFICATIONS or PLANS. J2001 -6/7 10/13/2005 G. Restoration of Other Surfaces: No compensation for restoration of surfaces, other than those specifically shown above. H. Bedding and Backfill: No separate payment for bedding and backfill called for under Paragraph 2.06. I. Cement-Stabilized Sand and Bank Sand Backfill: No separate payment for Cement- stabilized Sand and Bank Sand Backfill called for under Paragraph 2.06. J2001 - 7/7 10/13/2005 ITEM-NO. J2003 - HYDROSTATIC TESTING OF PRESSURE LINES PART l GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnish and perform all operations in connection with hydrostatic testing of pressure lines. B. Time of Testing: After pipe has been laid and backfilled, except prior to replacement of pavement, newly laid pipe to be subjected to hydrostatic testing described herein. PART 2 PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Test Pressure: Any Section being tested, apply pressure such that, at highest point in section, pressure to be 125 pounds per square inch or pressure specified by Special Provision to Item. B. Permissible Leakage: Leakage not to exceed that determined from the following formula: NDVP L= 7400 Where L=Allowable leakage in gallons per hour. N=Number of rubber gasket joints or rubber seat valves. D =Nominal diameter of pipe valve,in inches. P=Test pressure during leakage test in pounds per square inch. C. Leakage Defined: Leakage is quantity of water supplied into newly laid pipe, or any valved section thereto, necessary to maintain specified leakage test pressure after pipe has been filled with water and air expelled and the specified test pressure has been applied. J2003 - 1/2 10/13/2005 D. Duration of Pressure Test: Exposed joints to be tested for not less than 2 hours with no allowable leakage. Covered joints to be tested for a minimum of 6 hours. If leakage at the end of the 6-hour period exceeds the allowable by less than 18 additional hours. PART 3 EXECUTION 3.01 TESTING A. Procedure: Fill each valved section of pipe slowly with water and apply specified test pressure, measured at point of highest elevation, by means of pump connected to pipe. Furnish pump, pipe connections, and necessary apparatus, gauge and, meters. Furnish necessary labor and assistance for conducting test,all subject to approval by Engineer. B. Expelling Air Before Test: Before applying specified test pressure, expel air form pipe. To accomplish, make taps in pipe, if necessary, at points of highest elevation. On completion of tests, taps to be tightly plugged with brass fittings. C Examining Under Pressure: At intervals during test, inspect route of pipe to disclose leakage greater than that specified; located and repair defective joints or defective pipe until test proves that leakage is within specified allowance. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract prices for items of which this work is a component. J2003 -2/2 Std. 10/13/2005 ITEM NO. J2005 - LOW PRESSURE AIR TEST- SANITARY SEWER LINES PART 1 —GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish all labor, materials, tools and equipment, and perform all operations in connection with low pressure testing on completed sanitary sewer lines. B. Time of Testing: After gravity sanitary sewer line has been laid and backfilled, but prior to replacement of pavement, subject line to low pressure air test. Test shall be performed using equipment and procedure specified herein. C. Contractor's Responsibility: Take such precautions as required to prevent damage to lines and appurtenances being tested. Repair any damage resulting from test at Contractor's expense. All testing to be completed in the presence of the Engineer. PART 2—PRODUCTS 2.01 PERFORMANCE AND MINIMUM DESIGN REQUIREMENTS A. Equipment 1. Pneumatic plugs shall have a sealing length equal to greater than diameter of pipe tested. 2. Pneumatic plugs shall resist internal test pressures without requiring external bracing or blocking. 3. One of the pneumatic plugs shall have inlet tap or other provision for connecting air supply to introduce low pressure air into the line for testing. 4. All air used shall pass through a single control panel. a. From control panel to pneumatic plugs for inflation. b. From control panel to a sealed line for introducing low pressure air. c. From sealed line to control panel for continuous monitoring air pressure in sealed line. 5. Air supply system shall have necessary valves and gauges to control rate at which air enters test section and for reading test results. 6. Pressure gauges shall have minimum graduations of 0.1 psi and an accuracy of plus or minus 0.4 psi. J2005 - 1/4 Std. 10/13/2005 PART 3 - EXECUTION 3.01 PRETESTING PROCEDURES A. Determination of Groundwater Level: In areas where groundwater is known to exist, prior to conducting any tests, Contractor shall provide for determining groundwater level by installing standpipe(s) as described in Item J2009 "Exfiltration Test of Gravity Lines." Immediately prior to performing test the ground water back pressure shall be determined by measuring the height (in feet) of water over invert of pipe. Height shall be divided by 2.3 feet to establish the pounds (psi) of back pressure to be added to all readings. B. Preparations of Sewer Lines 1. Flush and clean sewer line prior to testing thus serving to wet pipe surface as well as removing any debris. 2. Plug all pipe outlets to resist test pressure. 3.02 TESTING PROCEDURES A. Procedures to be as follows: 1. All pneumatic plugs to be seal-tested before being used in test installation. One length of pipe shall be laid on ground and sealed at both ends with pneumatic plugs to be checked. Air shall be introduced into pneumatic plugs to be checked. Air shall be introduced into pneumatic plugs to 25 psig. The sealed pipe shall be pressurized to 5 psig. Plugs shall hold against this pressure without external bracing. 2. Safety precautions shall be carefully observed by Contractor during air testing, recognizing damages from plugs blowing out. No one shall be allowed in manholes during test. 3. Place pneumatic plugs in line at each manhole and inflate to 25 psig. Introduce low-pressure air into sealed line until internal air pressure reaches a pressure of 4 psig plus the average groundwater back pressure. Allow two minutes for internal air pressure to stabilize. 4. When internal air pressure has stabilized and is at or above the test pressure (3.5 psig minimum plus groundwater back pressure), commence test. Disconnect air hose from control panel to air supply. Record pressure drop for test period (see 3.02.A.5). If pressure drops more than 1.0 psig during test period, line is presumed to have failed. Test may be discontinued when prescribed test time has been reached even though 1.0 psig drop has not occurred. 5. For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop 3.5 pounds per square inch gauge shall be computed from the following equation: J2005 -2/4 Std. 10/13/2005 T = 0.0850 (D) (K)/(Q) where T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419 (D) (L), but not less than 1.0 D = average inside diameter in inches. L = length of line in feet of same pipe size being tested. Q = rate of loss, 0.0015 cubic feet per minute per square for internal shall be used. Since a K value of less than 1.0 shall not be used,there are minimum testing times for each pipe diameter as follows: Pipe Diameter Min.Time Length for Time for Min.Time Longer Length (inches) (sec.) (feet) (sec.) 6 340 398 0.855 (L) 8 454 298 1.520 (L) 10 567 239 2.374 (L) 12 680 199 3.419 (L) 15 850 159 5.342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17.309 (L) 30 1700 80 21.369 (L) 33 1870 72 25.856 (L) For sections of pipe, which have an average inside diameter less than 36 inches, the following option is available. The test may be stopped if no pressure loss has occurred during the first 25% of the calculated testing time. If any pressure loss or leakage has occurred during the first 25% of the testing period, then the test shall continue for the entire test duration as outlined above or until failure. J2005 - 3/4 Std. 10/13/2005 Lines with a 36-inch average inside diameter and larger may be air tested at each joint. If an air test is used, a visual inspection of the line between the joints shall be performed immediately after the air test. The minimum time during a joint test,regardless of pipe size, shall be 20 seconds. B. Retest. Sanitary sewers failing to meet requirements of low pressure air test to be tested again after Contractor has located and remedied defects causing failure. No sanitary sewer to be accepted until the limits of test procedures are satisfied. 3.03 MEASUREMENT AND PAYMENT No separate measurement and payment for work performed under this Item. Include cost of same in Contract unit price bid for Item of which work is component. J2005 -4/4 Std. 08/03/2004 ITEM NO.J3001 B- STORM SEWER MANHOLES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: This item governs for construction of reinforced concrete manholes for storm sewer lines. B. Work Specified Elsewhere: 1. Reinforcing Steel: Item No. B3001 - "Reinforcing Steel." 2. Concrete: Item No.B1001 - "Concrete." 3. Sewer Pipe and Fitting: See applicable Item for type used, or as shown on PLANS. PART 2-PRODUCTS 2.01 MATERIALS A. Cast Iron. ASTM A-48, Class No. 20 grey cast iron. Make cast iron manhole frames and covers to dimensions shown on detail drawings. Castings shall be free from sand, blow holes or other defects. Machine bearing surfaces of frames and covers to obtain even bearing. Cast wording"Storm Sewer"on cover. B. Mortar. ASTM C-270,Type M using Portland Cement. C. Aggregate for Mortar. ASTM C-144. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. Construct manholes on concrete foundations of shape and size indicated on PLANS. Construct to line and grade and at locations shown on PLANS or as directed by Engineer. Terminate storm sewer pipes and leads such that ends of pipe protrude inside of manhole. Cut pipe ends flush with inside of manhole and point up irregularities with mortar. B. Backfill all manhole excavations located within 5 feet of existing or future pavement with cement-stabilized sand to a point one (1) foot below top of pavement or natural ground, whichever is higher. For manholes located in other areas, backfill with trench excavated material. Compact layers in 12-inch lifts to a density equal to that J3001B 1/3 Std. 08/03/2004 of the surrounding soil. 3.02 MEASUREMENT AND PAYMENT A. Measure "Standard Storm Sewer Manholes" per each being 0'-8' in depth. Measure "Extra Depth on Standard Storm Sewer Manhole per foot over 8 foot depth. B. Pay for "Standard Storm Sewer Manhole" at Contract unit price per each. When indicated in the PROPOSAL, pay for "Extra Depth on Standard Storm Sewer Manhole" at Contract unit price per foot. J3001B - 2/3 Std. 08/03/2004 i iii • MANHOLE FRAME AND COVER ,4" 22" j ,, ,oa,,,aaa,,,aaaa,,,aaaaaaaao„aaa, , •4--�- 4 20 ,z' I�`, 30” SECTION SHOWING MANHOLE FRAME AND COVER STANDARD MANHOLE CASTING N.T.S. MANHOLE FRAME & COVER NEENAH FOUNDRY COMPANY NONTRAFFIC - R-1711-B HEAVY USE - R-1711-A END OF ITEM J3001 B - 3/3 10/13/2005 ITEM NO. J3006- CEMENT- STABILIZED SAND BACKFILL PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the furnishing and installation of Cement-Stabilized Sand Backfill as shown on PLANS or as indicated in other items of the TECHNICAL SPECIFICATIONS. B. Related Work Specified Elsewhere: Per Item No. J2001 - "Construction of Underground Lines" for compaction requirements for sanitary sewers, storm sewers, and waterlines. PART 2 - PRODUCTS 20.1 MATERIALS A. Aggregate: Use sand containing deleterious materials not to exceed the following requirements, by weight. Material removed by decantation 5.0% Clay lumps 0.5% Other deleterious substances such as coal, shale, coated grains of soft flaky particles 2.0% Gradation Requirements: Retained on 3/8-inch sieve 0% Retained on '/4-inch sieve 0%- 5% Retained on 20-mesh sieve 15% - 50% Retained on 100-mesh sieve 80%- 100% Color test ASTM C40 -Color not darker than standard color. B. Cement: ASTM C150 -Type I. C. Water: Fresh and clean. J3006 - 1/2 11/18/03 PART 3 - EXECUTION 3.01 MIXING Use minimum of 1-1/2 sacks of cement per cubic yard of mixture. Use amount of water required to provide mix suitable for mechanical hand tamping and mix in approved mixer. Stamp tickets at plant with time of loading. Material not in place within one and one-half hours after loading of that has obtained an initial set will be rejected and removed from the site. 3.02 PLACING Place around abutment, wingwalls, structures, inlets, and manholes where indicated only after they have cured at least four days. Place around fiberglass manholes as specified in Item No. J3019 - "Fiberglass Manholes". Place in 4-inch layers and compact each layer with approved power-driven hand tampers. Place in pipe trenches as specified in Item No. J2001 -"Construction of Underground Lines." 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item. Include cost of same in Contract price bid for items of which this work is a component part. B. "Extra Cement-Stabilized Sand Backfill," when approved by Engineer, to be measured by cubic yard compacted in place. Pay for "Extra Cement-Stabilized Sand Backfill" at Contract unit price bid. J3006 -2/2 10/13/2005 ITEM NO. J3009 - DISINFECTION OF WATERLINE PART 1 - GENERAL 1.01 SCOPE Disinfection: Disinfection of new waterlines on initial fill of pipe, including connections to existing sections of work where required. 1.02 QUALITY ASSURANCE A. Standard Specifications: AWWA C-651 shall be utilized for the controlling specifications for disinfections of the water system. B. Bacterial Analysis 1. The City having jurisdictional authority shall be given the opportunity to have a representative present when the samples are taken for bacteriological analysis. Twenty-four hours notice shall be given to the City's Water and Sewer Department prior to taking samples. 2. Following disinfections and flushing, make bacteriological analysis to check effectiveness of disinfections. Methods of bacteriological analysis are as specified in the Standard Methods for Examination of Water and Wastewater by the American Public Health Association latest edition. No main placed in service or accepted until water samples approved by Texas or accepted until water samples approved by Texas Department of Health. The owner shall have a representative present when the samples are taken fo'r bacteriological analysis. Twenty-four hours notice shall be given to the Owner prior to taking samples. PART 2 - PRODUCTS Chlorination agents to be chlorine gas-water mixture or calcium hypo chlorite in water per AWWA C651. J3009 - 1/2 Std. 11/18/03 PART 3 - EXECUTION 3.01 APPLICATION A. General: Furnish pump, pipe connections, and necessary apparatus, gauges, and meters. Furnish necessary labor, assistance, and chlorinating agent for disinfection. B. Application Procedure: Apply chlorinating agent in water through suitable solution feed device. Place solution feed device at or near beginning point from which line is being filled. Inject through corporation cock tapped in horizontal axis pf newly laid pipe. Slowly fill section to be sterilized, and proportion rate of application of chlorinating agent to rate of water entering lien so that chlorine dose applied to water is at least 50 mg/1. Retain chlorine treated water in line until completion of hydrostatic testing but not less than 24 hours. Following chlorination, flush treated water from lines until replacement water has chlorine content not more than 0.1 mg/1 in excess of residual water from supplying line, and in any event not more than 0.2 mg/1 total. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract unit price for other items of which this work is a component. J3009 -2/2 Std. 02/01/2005 ITEM NO.J3011 -REINFORCED CONCRETE PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Furnish labor, materials, equipment, supplies, supervision, and tools. Perform operations with the furnishing and jointing or reinforced concrete pipe. B. Reference Standards: Reinforced concrete pipe and jointing to meet requirements as specified under ASTM C76, ASTM C443, and Federal Specifications SS-S-210A- 84 as listed hereinafter. C. Related Work Specified Elsewhere: Item No. J2001 - "Construction of Underground Lines" or as called for on PLANS or specified elsewhere in this or other Technical Specifications PART 2-PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Reinforced Concrete Pipe 1. Conform to ASTM C76 of class as shown on PLANS 2. Pipe 'Wye" and "Tee" Fittings: Same class as adjacent joint of pipe and conforming to ASTM C76. Use bell end of branch opening on "Wye" and "Tee"fittings. 3. Pipe: Pipe to be manufactured using machined metal rings forms of heavy design to ensure accurate and concentric joints. Rings to remain on pipe sufficient period of time after manufacture so as to hold true design dimension. Planes at ends of pipe to be perpendicular to longitudinal axis with opposite sides of pipe not to vary in length more than 3/16 inch. Variance of annular space between inside of bell and outside of spigot at gasket seat not more than 1/16 inch. Each joint of pipe to be checked at plant; ship only joints of pipe meeting these TECHNICAL SPECIFICATIONS. B. Jointing Material 1. General: See PLANS for type joint material except where used as sanitary sewer. 2. Rubber Gasket: Required for sanitary sewers. As specified under ASTM C443. Use lubricants of flax soap or equal. Mineral lubricants not permitted. 3. Preformed Plastic Gasket: Use for storm sewers only. Use RAM-NEK J3011 - 1/3 Std. 02/01/2005 Preformed Plastic Gasket meeting requirements of Federal Specifications SS-S-210A-7-2-84,"Sealing Compound Preformed Plastic for Pipe Joints" Type 1, Rope Form,and meeting the following requirements. Use sealing compounds produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler containing no solvents, irritating fumes,or obnoxious odor. Use no compound depending on oxidizing,evaporating,or chemical action for its adhesive or cohesive strength. Supply sealing compound in extruded rope-form of suitable cross-section and of such sizes as to seal joint space when the pipes are laid. Protect sealing compound by a suitable removable two-piece wrapper so that one-half may be removed longitudinally without disturbing the other half to facilitate application of sealing compound. 4. Cold Compound Joint Material: Use for storm sewers only. Use Gulf States No. GS702 or GS722. Use primer of type recommended by compound manufacturer. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. Joint Rubber Gasket 1. Lay pipe sections in trench to true alignment and grade. Take exceptional care in placing pipe and making field joints. Avoid bumping of pipe in trench. 2. Properly lubricated groove end of pipe and rubber gasket with specified lubricants, then stretch gasket over spigot end of pipe and carefully seat in groove. Do not twist, roll, cut, crimp, or otherwise injure gasket or force them out of position curing closure of joints. 3. Pull or push "home" pipe for closure of joint. Correct joint rebound before backfilling of pipe 4. Remove foreign matter or dirt form pipe, and keep clean during and after laying. B. Jointing Preformed Plastic Gasket 1. Brush-apply suitable primer of type recommended by manufacturer of gasket joint sealer to joint surfaces and end surfaces and allow to dry and harden before jointing. Clean and dry surface before primer is applied. 2. Before lying pipe in trench, attach plastic sealer around tapered tongue or spigot end of each pipe joint. Remove paper wrapper from one side only of the two-piece wrapper on gasket and press firmly to clean, dry, pipe joint surface. Do not remove outside wrapper until immediately before pushing pipe into final position. J3011 -2/3 Std. 02/01/2005 3. When pipe is correctly aligned, remove outside wrapper on gasket and pull or push pipe "home" with sufficient force to cause evidence of squeeze-out of gasket material on inside or outside around complete pipe joint circumference. Remove joint material pushed out into interior of pipe joint circumference. Remove joint material pushed out into interior of pope that would tend to obstruct flow. (Pipe to be pushed or pulled "home" in a straight line with all parts of pipe on line and grade at all times). 4. When atmospheric temperature is below 60 degrees F, warm plastic joint seal gasket to above 70 degree F. Apply gasket immediately to pipe joint prior to placing pipe in trench,followed by connecting to previously laid pipe. C. Jointing-Cold Compound Joint Material 1. Bell and Spigot Pipe: Clean and dry inside of pipe bells and outside of spigot ends, and coat completely with joint primer. Allow primer to dry before pipe is laid; pipes 24 inches and larger to be primed at factory. Apply fillet of compound on inside of bell. Shove pipe spigot "home" and firmly caulk a sufficient length of dry twisted jute into compound. Jute to fill one-fourth the bell depth. Fill remaining three- fourths of bell depth leaving no voids. Form a fillet with compound sloping 45 degrees from outer edge of bell to barrel of the inserted pipe. 2. Tongue and Groove Pipe: Clean and dry both ends of pipe, and coat with primer all surfaces that will be in contact with compound. Allow primer to dry before pipe is laid;pipe 24 inches and larger to be primed at factory. After pipe has been set to proper position in trench, apply 1/2-inch-thick layer of compound on groove end of pipe coving two- thirds of joint face around entire circumference. Shove tongue end of pipe "home" to make tight joint. Leave no ridges of compound projecting in pipe barrel. Install band of compound completely around exterior of pipe joint; dig "bell hole" in trench to accommodate band. Band to be at least 3/4 inch thick at center, and taper to pipe approximately 3 inches each side of center. 3.02 MEASUREMENT AND PAYMENT Measurement and payment made in accordance with Item No.J2001 -Construction of Underground lines. J3011 - 3/3 Std. 10/13/2005 ITEM NO. J3016- INLETS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Construction concrete inlets to type, shape, size, line, grade, and location(s) shown on PLANS. B. Related work as specified in Item No. J2001 - "Construction of Underground Lines", Item No. J3011 - "Reinforced Concrete Pipe", Item No. B 1001 - "Concrete", or as called for on PLANS, or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Steel: Grade 60 deformed bars conforming to ASTM A615. B. Cast Iron: Per ASTM A48. Make frames and covers to dimensions indicated on PLANS, free from sand or blow holes or other defects. Machine bearing surfaces of frames and covers to obtain even bearing.. C. Concrete: Ready-mixed concrete conforming to ASTM C94. PART 3 - EXECUTION 3.01 CONSTRUCTION Construct inlets to line and grade at locations shown on PLANS. Cut inlet leads flush with inside face of inlet wall and point up with mortar. Shape invert with grout or mortar as shown on detail drawings in the PLANS. Backfill excavation adjacent to inlet with cement-stabilized sand within 12 inches of proposed finished grade or bottom of pavement .Remainder of fill behind curb to be select material from trenching or other operation or as indicated on the PLANS. Bring tamped backfill to grade and compact to a density of 95 percent of maximum in accordance with ASTM D698. 3.02 MEASUREMENT AND PAYMENT A. Measure "Inlets" per each type indicated in the PROPOSAL and shown on PLANS. The standard depth of"Inlet" is 4.0 feet measured from invert to top of inlet. Measure "Extra Depth on Inlet" per foot of depth or fraction thereof in excess of 4.0 feet as. stated above. B. Pay for"Inlet" at Contract unit price bid for individual type or stage inlet construction. When indicated in the PROPOSAL, pay for "Extra Depth on Inlet" at Contact unit price bid for individual type or stage of inlet construction, complete in place. This J3016 - 1/2 Std. 10/13/2005 payment in addition to payment for standard depth "Inlet" of individual type. Such payment shall be full compensation for all work described herein. J3016 -2/2 Std. 02/18/2009 ITEM NO. J3017 - FIRE HYDRANTS PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnish and install fire hydrant assemblies at locations shown on PLANS. B. Standard Specifications: Conform to the requirements of AWWA C502-73 unless otherwise specified hereinafter. 1.02 QUALITY ASSURANCE Fire hydrants to be American-Darling B-84-B, or approved equal. If required, submit affidavit of compliance in accordance with AWWA C502-73 Section 1. 1.03 PRODUCT DELIVERY STORAGE AND HANDLING In accordance with AWWA C502-73 Section 6. PART 2- PRODUCTS 2.01 DESIGN REQUIREMENTS A. Main Valve Opening: Minimum of 5-1/4 inches. B. Barrel Diameter: Minimum internal diameter of 7-1/4 inches. C. End Opening and Connection: 6-inches with same connections as specified for pipe,valves, and fittings. D. Depth of Bury: Distance from bottom of inlet pipe to "ground-line" or "bury- line", said "ground line" or "bury line" being not less than 22 inches below centerline of steamer nozzle. E. Nozzles: Two 2-1/2 inch hose nozzles and one 5-1/4 inch "STORZ" steamer nozzle or other dimension, which conform to Owner's standard. Hose connection threads to be National Standard. Steamer connection threads to be Owner's standard. F. Operating Nut: Open by turning counterclockwise. Pentagonal shape, 1-1/2 inches from point to flat, not less than 1-1/4 inches depth. Owner's standard to take precedence if different from this requirement. G. Extension Section: Provide extension sections when indicated on PLANS or where required to conform to Paragraph D. above. J3017 - 1/2 Std. 02/18/2009 H. Protection from Traffic Damage: Equip hydrants with a breakable feature on the stem and the barrel at the ground-line. In the event of an impact accident, the hydrant main valve to remain closed with no leakage. I. Lubrication: Provide permanent lubrication around threaded upper end of stem. Use "0" ring seals to prevent lubricant from leaking out of reservoir into interior surfaces of fire hydrant that are in contact with potable water. J. Dry Top Design: Equip hydrant with drain valves which are an integral part of the valve mechanism, which is to be in the open position when the main valve is closed, for the purpose of draining the hydrant barrel. When the main valve is open, these valves are to be closed. L. Color: Furnish with the standard color as requested by the Owner. PART 3 - EXECUTION 3.01 GENERAL Furnish and install valves, fittings, and appurtenances used to complete fire hydrant installation in accordance with applicable provisions of other TECHNICAL SPECIFICATIONS. 3.02 CONSTRUCTION METHODS A. Place fire hydrants at required locations shown on PLANS and in conformity with details as indicated. Install fire hydrants, valves, and valve boxes plumb, and place valve boxes directly over valves after they have been connected. B. Install fire hydrants on concrete bed as indicated, and block between hydrant and vertical wall of trench to prevent it from blowing off line. C. Place ' cubic yard of broken stone or gravel and base of each fire hydrant to ensure drainage of valve when closed. Thoroughly compact gravel and backfill around fire hydrant to surface of natural ground. D. Before installation of any fire hydrant or valve, clean foreign material from interior of valve or barrel of fire hydrant. Tighten stuffing boxes on valves and fire hydrant and open and close them to insure that parts are in good working order. 3.03 MEASUREMENT AND PAYMENT Measure "Fire Hydrant Assemblies" per each assembly at all depths. Measurement shall include swivel/parallel tee, 6" valve, grade lock, hydrant, hydrant extension, and related appurtenances that compose the "Fire Hydrant Assembly" shown on PLANS. Payment for "Fire Hydrant" measured as stated above will be at the contract unit price bid per each. J3017 -2/2 Std. 10/13/2005 ITEM NO. J3019-FIBERGLASS MANHOLE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish and install fiberglass manholes on sanitary sewer lines when approved by Owner. B. Related Work Specified Elsewhere 1. Concrete and reinforcing steel per Item No. B3005 "Concrete Construction". 2. Sewer pipe and fittings per applicable Item No. J1002 "Polyvinyl Chloride (PVC) Sewer Pipe and Fittings" or Item No. H1001 "Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings". 1.02 QUALITY ASSURANCE Fiberglass manholes to be "Fiberglass Flowtite Manholes" by Owens/Corning Fiberglass Corporation or "Fiberglass Reinforced Plastic Manhole" by Armco, or approved equal. 1.03 STORAGE AND HANDLING Do not drop or impact manhole. Manhole to be chocked until installed. If manhole is rolled, insure that ground is smooth and free of rocks, debris, etc. Lift manhole with two slings on spreader bar in horizontal position or by use of 4-inch x 4-inch timber- 33 inches long inserted through top access hole for vertical positioning. PART 2 - PRODUCTS 2.01 MATERIALS Fiberglass manholes to meet, as a minimum, materials requirements as specified by ASTM D3753-79. PART 3 - EXECUTION 3.01 SITE PREPARATION Excavation at manhole location to be wide enough to accommodate slab specified on PLANS and provide working room around manhole. J3019 - 1/3 Std. 10/13/2005 3.02 MANHOLE PREPARATION A. Pipe cutouts to be made in manhole skirt prior to setting manhole in place over pipe in trench. Cutouts to be made using a saber saw or thin blade type saw. Fasten pipe connectors to manhole as shown on detail. Size of cutout is determined as follows: 1. Width to be equal to pipe outside diameter plus 1/2 inch. 2. Height of cutout to be deep enough to ensure that 4 inches of base of manhole will penetrate concrete slab. 3. Height of manhole to be sufficient to insure that manhole, when set in place over pipe, will be below finished grade to allow for final adjustment of chimney and ring and cover. 3.03 MANHOLE INSTALLATION A. With cutouts made, position manhole so that it may be set in place with backhoe or other lifting device. B. Lower manhole in place until top of cutout rests gently upon pipe. C. Connect pipe to manhole by means of molded connectors bonded to the manhole. D. Pour ready-mix concrete to spring line of pipe. E. Plumb manhole and work concrete around manhole and over pipe,forming a tight seal at least 6 inches high. 3.04 BACKFILLING A. Backfill after concrete base has hardened sufficiently to provide rigid support for both manhole and backfill. B. Backfill a minimum of one (1) foot out from fiberglass manhole with cement stabilized sand to a point of 18 inches below finished grade. Cement stabilized sand to be placed in 12-inch layers and thoroughly rodded. The remainder of the fill shall be select backfill from trenching or excavation operation. Foreign objects such as large stones,concrete,clay lumps, etc. over 5 inches in size are not allowed. C. Compact select backfill to a condition equal to or greater that the undisturbed surrounding material. D. Prevent backfill from sliding down bank and do not allow backfill material or equipment to impact manhole during filling. E. Invert Forming and Service Connection: Invert to be formed in accordance with standard procedures. Service connections to be accomplished as specified under Paragraph 3.03 C. 3.05 LATERALS J3019 -2/3 Std. 10/13/2005 In the event that one or more laterals are to be tied into manhole, standard drops are to be used. Cutout and pipe connections are to be the same as specified under Paragraph 3.02 Cutouts to be just large enough to fit pipe through. Same procedure for drop line cutout to be followed. 3.06 FINISHING MANHOLE TO GRADE A. Flat base for chimney to be one foot below finished grade. Construct chimney with precast concrete rings and mortar to bring manhole to finished grade. (Use chimney for ring support.) Bricks are not acceptable. Do not in any case place manhole cover ring directly on fiberglass manhole. Do not load manhole except on flat part of cone. B. When located in easements, finished rim elevation to be set 3 inches above natural ground or finish grade(where indicated) or as shown on Plans. C. For construction of manholes located in street right-of-way, refer to Sanitary Sewer Construction Notes. 3.07 TESTING A. After backfilling procedure is completed,manhole to be tested for leakage as follows: 1. Provide watertight plug on all manhole outlets. 2. Fill manhole with water up to base of chimney. 3. Allow water to stand in manhole for 24 hours. If leakage is detected, Contractor to drain manhole and make repairs as required to maintain the same water level at the base of the chimney for a 24-hour period. 4. Include cost of any repairs in unit price bid for manhole. 3.08 MEASUREMENT AND PAYMENT A. Measurement: Measure "Fiberglass Manhole" per each, being 0'-8' in depth, measured from flow line of manhole to top of manhole casting. Measure "Extra Depth on Fiberglass Manhole" per vertical foot or fraction thereof in excess of 8 foot depth. B. Payment: Pay for "Fiberglass Manhole" measured as stated above shall be at Contract Unit Price indicated per each. Pay for "Extra Depth on Fiberglass Manhole" measured as stated above shall be at Contract Unit Price indicated per foot. J3019 - 3/3 Std. 10/13/2005 ITEM NO. 13022 - RESILIENT SEATED GATE VALVES -4-INCH THROUGH 12- INCH FOR WATER DISTRIBUTION SYSTEMS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install iron-body, bronze-mounted, nonrising stem gate valves which are intended for use in approximate level setting on buried water distribution system pipelines. B. Related Work Specified Elsewhere: As specified in Item No. J2001 - "Construction of Underground Lines, or other related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Valves to be manufactured in accordance with ANSI/AWWA C509 unless otherwise specified hereinafter. B. Valve shall be seat tested at the rated working pressure of 200 psi with no leakage. Shell test of 400 psi shall be applied to body with valve in the open position with no leakage through the metal, flanged joints,or stem seals. C. Valves shall be available with various ends designed for connection to piping specified. Mechanical joints are to be per ANSI/AWWA C111/A21.11 and include MJ accessories. 1.03 PRODUCT DELIVERY STORAGE AND HANDLING In accordance with AWWA C500, Section 31. PART 2 - PRODUCTS GENERAL 2.01 VALVE CONSTRUCTION A. Sealing mechanism shall provide zero leakage at the water working pressure against line flow from either direction and be designed such that no exposed metal seams, edges, screws etc., are within the waterway in the closed position (all rubber surfaces). The rubber covered gate shall not be wedged into a pocket nor slide across the seating surface to obtain tight closure. J3022 - 1/3 Std. 04/26/2005 B. The stem shall be vertical and furnished with dual 0-rings above the stem collar for an inside screw design. Another 0-ring shall be provided underneath the stem collar to seal bearing surfaces from line content. The area between the 0-rings shall be filled with lubricant. Anti-friction washers shall be provided at the stem collar for inside screw design. C. Outside screw and yoke style valves shall have asbestos-free packing with bronze packing gland. Bonnet opening for stem shall be bronze bushed to allow repacking if necessary while valve is in fully open position. D. All internal and external ferrous surfaces of the valve, including the interior of the gate, shall be coated with epoxy. Coating to be applied to castings prior to assembly to insure all exposed area, including bolt holes and flange face surfaces, will be covered. Grade II, III, IV, and XI bronze not permitted where subject to contact by water. E. Inside screw valves may be fitted with bonnet flange for mounting indicator post if desired. Bonnet bolts and glands to be cadmium plated. F. Provide mechanical joint valve ends for use with PVC or ductile iron pipe and flanged valve ends for use with steel pipe or steel cylinder reinforced concrete pipe, unless noted otherwise on PLANS. Pipe size, wall thickness, working pressure, thickness class, or other pertinent information is furnished under applicable pipe specification or notes on PLANS. 2.03 VALVE BOX CONSTRUCTION A. Material: Cast iron,ASTM A 126, Class B. B. Type: Either two-or three-piece, screw type, as required by installation drawings. C. Base: Either round or oval and of proper size to fit valve on which they are installed. D. Height: Provide extension section, if required, so that lid of valve box if flush with surrounding surface. E. Lid: Cast with word"WATER." PART 3 -EXECUTION 3.01 INSTALLATION A. General: Make valve installation in accordance with applicable provisions of other items pertaining to construction of lines and as follows: J3022 -2/3 Std. 04/26/2005 1. Place valves at locations shown on PLANS. Install valves and valve boxes plumb, with valve boxes directly over valve stems. 2. Before installation of valves, clean foreign material from interior of valves. Open and close valves to insure that they are in good working order. Do not backfill valves until tested with lines. Adjust glands with pressure on valve. 3. Install valves on 6-inch thick x 18-inch square precast concrete base. 4. Bolts, nuts, and washers on buried flanged valves to be epoxy coated. 5. Wrap all valves with polyethylene film in accordance with AWWA C105/A21.5. 3.02 MEASUREMENT AND PAYMENT A. Measurement: Measure gate valves with valve boxes ("Gate Valve and Box") and support blocking per each, for each size valve furnished and installed. B. Payment: Pay for gate valves with valve boxes and support blocking, measured as stated,at Contract unit price bid for respective sizes. J3022 -3/3 10/13/2005 ITEM NO. J3024 - BANK SAND BACKFILL PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work. When shown PLANS, furnish and place bank sand backfill in trench excavations above pipe zone as specified in Item No. J2001 - "Construction of Underground Lines", or as required by the Engineer. PART 2 - PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS Materials. Bank sand to be free of organic matter, foreign material and mud balls. Sand to have a minimum Plasticity Index of 7 and with not more than 40 percent passing a No. 200 sieve. PART 3 - EXECUTION 3.01 INSTALLATION Mechanical Tamping. Place bank sand in layers not exceeding 8 inches. Compact with mechanical vibratory tamps to 95 percent of maximum density at approximate optimum moisture content as prescribed by ASTM Designation D698. Water flooding is not permitted. 3.02 MEASUREMENT AND PAYMENT A. Measurement: No separate payment for work performed under this Item, except as indicated below. Include cost of same price bid per linear foot of pipe for which work is a component. B. Payment: "Extra Bank Sand Backfill," when required, will be measured by the cross-section method in its compacted position and paid for at Contract unit price bid per cubic yard. Payment under this bid Item is limited to such additional bank sand backfill not shown on PLANS that may be required. J3024 - 1/1 10/13/2005 ITEM NO.J3045 - TRENCH EXCAVATION AND SHORING SAFETY PLAN PART 1 - GENERAL 1.01 DESCRIPTIONS A. Scope of Work: Furnishing a Trench Excavation and Shoring Safety Plan, including detailed plans and specifications for a trench safety system and requirements for a safety program for the trench system, to be incorporated into the bid documents and the Construction Contract, and all labor and materials for installation, inspection, and maintenance of trench safety system. B. Application: For any trench excavation at a depth of five (5) feet or greater or where shown on PLANS provide trench safety system. Trench safety system is not required when (a) Contractor's geotechnical engineer determines that the trench excavation is to be made in stable rock; or (b) excavations are less than five (5) feet in depth and examination of the ground by a competent person on behalf of the Contractor provides no indication that a cave-in should be expected. Trench safety system shall be in accordance with details shown on Contractor's Trench Excavation and Shoring Safety Plan. 1.02 QUALITY ASSURANCE Trench safety system to meet appropriate requirements established in Occupational Safety and Health Administration (OSHA) Safety & Health Regulations, 29 CFR 1926-621, Subpart P - Excavations, Trenching and Shoring, and OSHA's proposed standards on trenching excavation published in Volume 54, No. 209 of the Federal Register, October 31, 1989. Those standards are incorporated into these specifications by reference. Should the applicable OSHA standards be modified or amended, the more stringent standards shall apply. Contractors working for political subdivisions of the State shall also be governed by Section 2, Chapter 722, Act of the 70th Legislature, Regular Session, 1987 (Article 2378a.6, Vernon's Texas Civil Statutes). 1.03 SUBMITTALS The successful bidder shall provide the Owner with its Trench Excavation and Shoring Safety Plan for Project prior to Award of the Contract. The plan shall incorporate detailed plans and specifications for trench safety system conforming to OSHA standards that accounts for project site conditions, Contractor's trench construction means, methods, techniques or procedures, the relationship of spoil to edge of trench, and Contractor's equipment to be used in construction of project facilities requiring trench system(s). Contractor shall provide a statement signed and sealed by a Registered Professional Engineer licensed in the State of J3045 - 1/5 10/13/2005 Texas stating that the Trench Excavation and Shoring Safety Plan and the detailed plans and specifications for the trench safety system are designed in a good and workmanlike manner and is in conformance with appropriate OSHA standards. Contractor's plan and the detailed plans and specifications for the trench safety system shall be incorporated into the bid documents and the Construction Contract. In determining who is a responsible bidder, the Owner may take into account the safety record of the bidder, or the firm, corporation, partnership of institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution. A political subdivision may require the bidders to attend a pre-bid conference for the purpose of coordinating a geotechnical investigation of the project site by the bidders. In awarding a contract, a political subdivision shall not consider a bid from a bidder who failed to attend a pre-bid conference required by the political subdivision under this section. PART 2- PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENT A. Materials 1. Timber: Trench sheeting materials to be full dimension mixed oak, a minimum of two inches in thickness, solid and sound, free from weakening defects such as loose knots and splits. 2. Steel Sheet Piling: Steel sheet piling shall conform to one of the following specifications: a. ASTM A328. b. ASTM A572, Grade 50. c. ASTM A690. Steel for stringers (wales) and cross braces shall conform to ASTM A588. 3. Steel Trench Boxes: Portable steel trench box shall be constructed of steel conforming to ASTM Specification A-36. Connecting bolts used shall conform to Specification ASTM A-307. Welds to conform to requirements of AWS Specification D1.1. 4. Other Materials: Other materials to be utilized shall conform to applicable ASTM standards. PART 3 - EXECUTION 3.01 GENERAL Trench safety system shall be constructed, installed, and maintained in accordance with the Trench Excavation and Shoring Safety Plan prepared by the Contractor's Registered Professional Engineer. Contractor's negligence in performance of J3045 -2/5 10/13/2005 contract work resulting in any property damage or bodily injury including death or the failure to note exceptions to the trench safety plan by the owner and/or his representatives shall remain the sole responsibility and liability of the contractor. 3.02 INSTALLATION A. Timber Sheeting: Timber sheeting and size of uprights, stringers (wales), and cross bracing to be installed in accordance with Contractor's plan. Place cross braces in true horizontal position, spaced vertically, and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. Cross braces and stringers(wales) to be placed at splices of uprights, in addition to other locations required. B. Steel Sheet Piling: Steel sheet piling of equal or greater strength may be used in lieu of timber trench shoring shown in the OSHA tables (proposed standards). Drive steel sheet piling to a least minimum depth below trench bottom as recommended by Contractor's Registered Professional Engineer providing design. Place cross braces in true horizontal position, spaced vertically and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. C. Trench Boxes: Portable trench box may be used in lieu of timber trench shoring shown in the OSHA tables (proposed standards) and shall be designed to provide equal or greater protection than timber trench shoring shown in the OSHA tables. In cases where top of portable trench box will be below top of trench, the trench must be sloped to the maximum allowable slope forr the soil conditions existing on the Project. In areas where a sloped trench will affect the integrity of existing structures, Contractor to protect structures prior to sloping trench. D. Trench Jacks: When trench jacks are used for cross bracing and/or stringers (wales), the trench jacks shall provide protection greater than or equal to the timber cross bracing shown in the OSHA tables (proposed standards). Trench jacks to be placed at each end of stringers (wales) in addition to other locations required. 3.03 SUPERVISION Provide competent supervisory personnel at each trench while work is in progress to ensure Contractor's methods, procedures, equipment, and materials pertaining • to the safety systems in this Item are sufficient to meet requirements of OSHA Standards. 3.04 MAINTENANCE OF SAFETY SYSTEM J3045 - 3/5 10/13/2005 The safety system shall be maintained in the condition as shown on the Trench Excavation and Shoring Safety Plan as designed by the Contractor's Registered Professional Engineer. The contractor shall take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel shall be immediately removed from the trench excavation area and the safety system repaired. The Contractor shall take all-necessary precautions to ensure no lads, except those provided for in the plan, are imposed upon the trench safety system. 3.05 INSPECTION Contractor shall make daily inspection of trench safety system to ensure that the system meets OSHA requirements. Daily inspection to be made by competent personnel. If evidence of possible cave-ins or slides is apparent, all work in the trench shall cease until necessary precautions have been taken to safeguard personnel entering trench. Contractor to maintain permanent record of daily inspections. 3.06 REMOVAL Bed and backfill pipe to a point at least one (1) foot above top of pipe or other embedded items prior to removal of any portion of trench safety system. Bedding and backfill to be in accordance to other applicable specification items. Backfilling and removal of trench supports shall be in accordance with Contractor's Trench Excavation and Shoring Safety Plan. Removal of trench safety system to be accomplished in such a manner to cause no damage to pipe or other embedded items. Remove no braces or trench supports until all personnel have evacuated the trench. Backfill trench to within five (5) feet of natural ground prior to removal of entire trench safety system. 3.07 FURTHER AMENDMENT TO CONTRACT All modifications to the Contractor's Trench Excavation and Shoring Safety Plan or the detailed plans and specifications necessitated by the site conditions, Contractor's trench construction means, methods, techniques or procedures and Contractor's equipment to be used in construction of project facilities shall be communicated to Owner in writing. All such modifications shall be communicated to Owner in writing. All such modifications shall be signed and sealed by a Registered Professional Engineer licensed in the State of Texas and a statement provided stating that the modified plan and/or the modified detailed plans and specifications for the trench safety system are designed in good and workmanlike manner and is in conformance with appropriate OSHA Standards. Such modifications to Contractor's plans and/or the Contractor's detailed plans and specifications for the trench safety system shall thereafter be incorporated into the Construction Contract. J3045 -4/5 10/13/2005 3.08 MEASUREMENT AND PAYMENT A. Measurement: Measure "Trench Safety System" by linear foot of trench protected. Shoring of trench at manholes and other line structures to be included in the lineal foot cost. B. Payment: Pay for "Trench Safety System" measured as stated and by depth of trench protected as shown on PROPOSAL. Payment shall be full compensation for all work described herein. There shall be no increase in the Contract price because of the incorporation of Contractor's Trench Excavation and Shoring Safety Plan or Contractor's detailed plans and specifications for the trench safety system into the bid documents and the construction Contract. There shall be no increase in the Contract price because of modifications to Contractor's plan and/or the Contractor's detail plans and specifications for the trench safety system, whether or not the result of unforeseen of differing site or soil conditions. C. Pay for "Design of Trench Excavation and Shoring Safety Plan" by lump sum as shown on PROPOSAL. Payment shall be full compensation for all professional services relating to the Contractor's Trench Safety System. J3045 - 5/5 Std. 10/13/2005 ITEM NO. K3003 -LIME-STABILIZED SUBGRADE PART I - GENERAL 1.01 DESCRIPTION A. Scope: Preparation and treatment of subgrade by addition of hydrated lime or lime slurry when plasticity index exceeds 20, mixing and compacting to required lines, grades, and typical sections. Treatment applies to natural ground, cut sections, embankments,or existing subgrade. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 DELIVERY, STORAGE, AND HANDLING A. Store and handle lime in weatherproof containers, bins, or buildings. Protect lime from any dampness or moisture until distribution on subgrade. B. Weigh lime furnished in trucks on approved scales. C. Lime furnished in bags to bear manufacturer's certified weight. Bags varying more than±5 percent from average bag weight may be rejected. PART 2—PRODUCTS 2.01 MATERIALS A. Hydrated Lime: Conforming to requirements of Texas Department of Transportation Standard Specifications for Construction and Maintenance of High ways, Streets and Bridges, 2004 Edition, Item"Lime Treatment(Road-Mixed)". B. Commercial Lime Slurry: Conforming to requirements of Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges,2004 Edition, Item "Lime Treatment(Road-Mixed)". K3003 - 1/3 Std. 10/13/2005 PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS A. Preparation: Prior to placing lime treatment, shape subgrade to elevations indicated on PLANS by scarifying or excavating soil with proper machinery. Correct unstable or loose material at given cross-section depths by removal of such material. Backfill voids with approved select material and compact to indicated grades. B. Placing: Place lime only on areas where mixing operations can be completed in same workday. Spread lime uniformly over subgrade by "dry placing" or "slurry placing" methods described herein. 1. Dry Placing: Spread lime with approved spreader or by bag distribution. Do not spread with maintainer or motor grader. Do not spread lime during windy or other adverse weather conditions. 2. Slurry Placing: Mix lime with water in trucks and place mixture or slurry using approved distributor. Make successive passes over measured section of roadway until proper lime content has been secured. Furnish truck with approved agitator which will keep lime and water uniformly mixed. Do not change grade of slurry without prior approval. C. Mixing: Mixing procedure to be same for either "dry placing" or "slurry placing". Obtain uniform mixture and moisture content. 1. First Mixing: Thoroughly mix soil and lime to required depth, using approved pulver-type road mixer. Mix until homogeneous,friable mixture of lime and soil is obtained, free of clods or lumps. Add water by sprinkling until proper moisture content is obtained, then cure from 1 to 2 days as required. Keep moist during curing period prior to final mix. 2. Final Mixing: Uniformly mix, after proper curing, using approved pulver-type road mixer. Reduce all clods and lumps by pulverization methods such that, when all non-slaking aggregates (sound or firm particles) retained on 3/4-inch sieve are removed, remainder of material meets following requirements when tested dry by laboratory sieves: Percent Minimum Passing 13/4-inch Sieve 100 Minimum Passing 3/4-inch Sieve 85 Hydrated lime exposed to open air for period of 6 hours or more, or to excessive loss due to washing or blowing between time of application and mixing, will not be accepted for payment. 3. Required amount of water necessary to provide optimum moisture to be added uniformly and mixed thoroughly with lime and soil. K3003 -2/3 Std. 10/13/2005 D. Compaction: Begin compaction immediately after final mixing. Maintain moisture content at or near optimum to achieve compaction. Where total compacted thickness is to be greater than 8 inches, spread and compact material in two or more approximately equal layers. Uniformly compact for entire required depth using approved tamping rollers. Compact treated material in such manner that it will not be mixed with underlying subgrade material. Correct all irregularities or weak spots immediately by replacing material and recompacting. Maintain surface in smooth condition until base course is placed. Acquire density of at least 95 percent as determined by AASHTO Standard Method T-99-81. Use pneumatic-type roller for final surface rolling. Moist-cure completed subgrade section for minimum of 4 days before placing pavement. 3.02 MEASUREMENT AND PAYMENT A. Measurement 1. Measure "Compacted Subgrade" of depth specified when stabilized with lime by the square yard of surface area to a point 2 feet beyond back of curb or edge of pavement. 2. Measure manipulation of lime during stabilization of subgrade by the square yard of subgrade actually stabilized. 3. Measure lime as follows: a. Hydrated Lime: Measure by ton of 2,000 pounds, dry weight. b. Commercial Lime Slurry: Measure by ton of 2,000 pounds of lime "dry solids" in slurry. Calculate quantity of lime from required minimum percent solids for grade used. 1) Grade 1: At least 31 percent by weight of slurry and calculate quantity of lime by ton of 2,000 pounds, based on 31 percent lime content. 2) Grade 2: At least 35 percent by weight of slurry and calculate quantity of lime by ton of 2,000 pounds,based on 35 percent lime content. B. Payment 1. Pay for "Compacted Subgrade" at Contract unit price per square yard of compacted subgrade of depth specified. 2. Pay for"Manipulation of Lime for Stabilized Subgrade" at Contract unit price per square yard of manipulation of lime for stabilized subgrade. 3. Pay for "Lime" at Contract unit price per ton of lime used for stabilizing subgrade. 4. In the event that completion of subgrade is delayed or postponed by adverse weather or wet soil conditions, no separate pay will be made to the Contractor to make the subgrade meet specifications. K3003 - 3/3 08/03/2004 ITEM NO, K3007 - REMOVAL OF EXISTING PAVEMENTS AND CURBS PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Remove existing concrete and/or asphalt pavement and concrete curbs as indicated on PLANS. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2—PRODUCTS Not applicable to this Item. PART 3 —EXECUTION 3.01 METHOD OF REMOVAL A. Remove pavements and curbs by methods that will not damage existing underground utilities or existing surface facilities that will remain in service adjacent to work area. In areas where only a portion of existing concrete is to be removed, special care is to be exercised to avoid damage to portions of concrete remaining in place. B. Existing concrete to be cut to the neat lines as shown on PLANS. Existing concrete beyond the established neat lines, which is damaged or destroyed by these removal operations to be replaced at Contractor's expense. C. Provide clean break from existing pavement that will remain in place with a sawed joint. Saw joint along break line with a power driven concrete pavement saw. Cut groove to a minimum depth of 2 inches on concrete surface or 3/4 inch on asphalt surfaces. Break and remove all unwanted pavement and curb. Cut exposed pavement reinforcement to remain in place, as necessary, to provide sufficient length as dowel bars. D. Unless shown on PLANS, excavations for the removal of pavement or curbs to be backfilled to grade with excavated material compacted to a density equal to density of material inside of trench. E. Unless shown on PLANS, all materials removed except inlet frames and grates, manhole frames and covers, and salvageable utility pipe and fittings to become K3007 - 1/2 08/03/2004 property of Contractor. Remove and dispose material at locations off jobsite in such a manner so as not to cause damage to Owner or any individual. 3.02 MEASUREMENT AND PAYMENT A. Unless otherwise indicated, no separate payment for work performed under this Item if noted as such in PLANS. Include cost of same in Contract price for work of which this is a component part. B. When indicated in the PROPOSAL, measure removal of existing pavement and/ or curbs or curbs and gutters as indicated below. Pavement to be made at Contract price bid for the following items as applicable. Such payment to be full compensation for all work described herein, including removal of curbs and/or gutters. 1. Pay for"Removal of Existing Concrete Pavement"at contract price bid per square yard. 2. Pay for "Removal of "Existing Asphalt Pavement" at contract price bid per square yard. 3. Pay for "Removal of Existing Concrete Pavement with Asphalt Overlay" at contract price bid per square yard. 4. Pay for"Removal of Existing Concrete Curb"at contract price bid per linear foot. K3007 -2/2 10/13/2005 ITEM NO. K3101 - CONCRETE PAVEMENT PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work: This Item governs for construction of concrete pavement for roadways, driveways, turnouts, and concrete curbing. Unless specified otherwise in preceding Special Provision or on PLANS, pavement to conform to residential requirements. 1.02 WORK SPECIFIED ELSEWHERE A. Roadway Preparation: Item No. K3203 "Roadway Excavation" or Item No. K3203 "Roadway Excavation and/or Embankment(Station Grading)" B. Concrete: Item No. B1001 "Concrete." C. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." 1.03 QUALITY ASSURANCE A. Submittals: For samples, mix designs, tests, and reports, see Item No. B1001 "Concrete." B. Standard Beam Test: See Item No. B1001 "Concrete." C. Core Samples: One core to be taken for each 1,000 square yards of finished pavement (minimum one core per street). Each core to be tested for thickness and compressive strength. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Item No. B1001 "Concrete." Thickness as shown on PLANS or in Proposal. B. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." Bar size and type as shown on PLANS. C. Expansion Joint Material: To be in accordance with section and location as shown on PLANS. K3101 - 1/10 10/13/2005 1. Fillers a. Premolded I) Asphalt filler board per ASTM D994-71. 2) Premolded joint material per ASTM D1751-73. b. Wood 1) Redwood: Heart, clear; maximum weight per cubic foot when oven dried to constant weight to be 30 pounds. 2) Other materials may be used with prior approval or Engineer. c. Hot poured: Per ASTM D 1190-74. Also to be used in other type of joints as required. Other materials may be used with prior approval of Engineer or as directed on the PLANS. 2. Load Transmission Devices: To be of type and size shown on PLANS. D. Forms 1. Pavement a. Wood Forms: (Used only in residential construction) to be 2X material, free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Use precautionary methods to prevent leakage of mortar through of under side forms. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of completed pavement. b. Metal Forms: Use metal forms approved shape and section. Preferred depth of form to be equal to required edge thickness of pavement. Forms with depths greater or less than 1 inch of pavement thickness, may be used. Forms with less depth than pavement thickness to be brought to required depth by securely attaching wooden planks of approved section and size to bottom of form. Use forms section at least 10 feet in length, and provide for staking in position with not less than 3 pins. Use forms of adequate strength to withstand machine loads without visible springing or settlement. Use forms free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of the completed pavement. Use flexible or curved forms of wood or metal of proper radius for curves of 200-foot radius or less. 2. Curbs a. Wood or Metal: Wood or metal curb forms to be of approved section, straight and free of warp. Outside curb forms to have a depth at least '/2-inch K3101 -2/10 10/13/2005 greater than height of curb. Rigidly attach inside curb forms (if required) to outside forms. b. Machine Laid: Equipment to conform to the requirements as specified under Paragraph 3.01 CONSTRUCTION. Use flexible or curved forms of wood or metal of proper radius for curves but not to exceed radius recommended by curb machine manufacturer. E. Metal or Plastic Supports: Supports for reinforcing steel to be either metal or plastic of approved shape and size, and spacing to conform to details shown on PLANS. F. Materials for Curing 1. Burlap: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 2. Cotton Mats: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 3. Waterproof Paper: Per ASTM C 171-69. 4. Membrane Curing Compounds: Conform to ASTM C309-74. 5. White or clear Polyethylene Sheeting: Sheet having thickness not less than 4 mils (.004 inch). G. Grouting 1. Material and mixtures for grouting curb dowels. a. Proportion by weight. b. One part Portland cement,Type I or Type II. c. One part clean, sharp sand. d. Seven-tenths part nonshrinking grout aggregate. e. No more than 5-1/2 gals. water per sack cement. 2. Other: Use mixture by weight of one part Portland cement and two parts sand for general purposes. If space to be grouted is less than one inch and is impossible to tamp grout use one-to-one mix. Where space to be filled with grout is large, use original concrete mixture. Use stiff mixture for grout to be tamped, produced by prolonged mixing. To obtain stiff grout, mix mortar using amount of water required to thoroughly mix ingredients, then continue mixing without additional water until grout is stiff enough to be compacted by tamping when placed. For grouting block outs for embedded pipes and similar items, use grout K3101 -3/10 10/13/2005 to which 5 pounds of nonshrinking grout aggregate per sack of cement has been added. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Subgrade: Excavate, shape, and compact subgrade to grades, sections and densities shown on PLANS. Maintain drainage of subgrade at all times. Test subgrade section with an approved template, operated and maintained by Contractor. Wet down subgrade sufficiently in advance of placing pavement. No pavers, batch trucks, or other equipment to be permitted between forms during paving operations. B. Wood and Steel Forms 1. Setting: Set forms on compacted subgrade, cut true to grade so that entire form section is supported by subgrade. Stake metal form sections with at least 3 pins per section, with a pin on each side of every joint. Adequately stake wood form sections to prevent bows in form and to keep form sections to grade. Join form sections to prevent displacement. Clean and oil forms with form oil each time they are used. Set forms to line and grade for at least 200 feet ahead of mixer. Check conformity of alignment and grade immediately prior to placing concrete. 2. Removal: Leave forms in place for at least 12 hours. Remove forms without injury to concrete. Immediately repair damage resulting from form removal. Point up all exposed honeycomb areas with approved mortar. As soon as curb forms are removed, backfill behind curbs with approved material and compact to 90 percent Standard Proctor density. C. Slip Forms: Equipment to be provided with traveling side forms of sufficient dimensions, shape and strength to support concrete laterally for sufficient length of time during placement to produce pavement of required cross-section. Concrete to be distributed uniformly into final position by slip form paver, and horizontal deviation in alignment of edges not to exceed 1-1/4 inches form established alignment. D. Concrete Placing and Handling 1. Wood and Steel Forms a. Deposit concrete on subgrade in such manner as to require as little rehandling as possible. Use shovels for hand spreading of concrete. Use of rakes will not be permitted. Place concrete in a rapid, continuous operation. b. Consolidate all concrete placed for pavement by an approved mechanical vibratory unit designed to vibrate the concrete internally. Use vibratory K3101 - 4/10 10/13/2005 member equipped with synchronized vibratory units to extend across pavement practically to, but not to come in contact with side forms. Space separate vibratory units at sufficiently close intervals to provide uniform vibration and consolidation to entire width of pavement. Mount mechanically operated vibrators in such manner as not to come in contact with forms or reinforcement, and not to interfere with transverse or longitudinal joints. c. Furnish hand-manipulated mechanical vibrators in number of required for proper consolidation of concrete along forms, at joints, an in areas not covered by mechanically controlled vibrators. 2. Slip Forms a. Concrete, for full paving width, to be effectively consolidated by internal vibration, with transverse vibrating units or with a series of longitudinal vibrating units. Internal vibration to mean vibration by means of vibrating units loaded within the specified thickness of pavements section and at a minimum distance ahead of screed equal to pavement thickness. b. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavements to be equipped with protective pads on crawler tracks or rubber-tired wheels, offset to run a sufficient distance from edge of pavement to avoid breaking or cracking pavement edge. c. After concrete has been given a preliminary finish by finishing devices incorporated in the slip-form paving equipment, surface of the fresh concrete to be checked with a straightedge to tolerances and finish required. 3. Wood or Metal Formed Curb: Curbing may be poured monolithic with pavement or may be added to pavement surface at a latter time. Place curb dowel bars while pavement is plastic. Provide expansion joint or contraction joint in curb opposite each expansion joint or contraction joint in pavement and at each curb inlet. Use same expansion joint material as used in pavement. Cut weakened plane joints with an approved grooving tool opposite each joint in pavement, as required. Apply finish coat of mortar on exposed surfaces of curb. Mortar is composed of one part Portland cement and two parts sand. Apply mortar with a template or "mule" conforming to plan curb dimensions. Steel trowel finish all exposed surfaces of curb and brush to a smooth, uniform surface. 4. Machine-Laid Curb a. Lay curbs by an extrusion-type machine. Immediately prior to placing of the curb,thoroughly clean the previously approved foundation. b. Grade and alignment for top of curb to be as shown on PLANS. The forming tube of the extrusion machine to be readily adjustable vertically 1(3101 - 5/10 10/13/2005 during the forward motion of the machine, to provide required variable motion of the machine, to provide required variable height of curb necessary to conform to the established grade line. c. Feed concrete into machine in such a manner and at such consistency that the finished curb will present a well-compacted mass with a surface free from voids and honeycomb and true to established shape, line, and grade. d. Perform any additional surface finishing's specified and/or required immediately after extrusion. Construct joints as specified or as shown on PLANS. 5. Placing Concrete in Cold Weather: Minimum ambient air temperature at time of concrete placement to be not less than 50 deg. F. a. Maintain temperature of concrete placed on or in the ground above 40 deg. F. for a period of 72 hours from time of placement. b. Protect concrete against freezing during curing period in accordance with Portland Cement Association"Design and Control of Concrete Mixtures." c. Protect concrete from temperatures below 40 deg. F. until it has cured for a minimum of three days at 70 deg. F. or five days at 50 deg. F. Remove and replace at Contractor's expense, all concrete not meeting this requirement. d. Protection may consist of additional covering, insulated forms, artificial heating, or other means approved by Engineer. 6. Placing Concrete in Hot Weather: When air temperature is above 90 deg. F. use approved retarding agent in all exposed concrete. a. Reinforcing steel and other surfaces in contact with concrete, to be cooled to below 90 deg. F. by means of water spray or other approved methods. b. Concrete temperature prior to placement not to exceed 85 deg. F., plus a maximum tolerance of 5 deg. F. Concrete above this maximum will be rejected. c. Reduce concrete temperature at time of placement to satisfy maximum allowable temperature by one or more of the following: (1) Addition of cold water with a subsequent addition of cement to maintain proper water-cement ratio. Tanks or trucks used for storing or transporting water to be insulated or painted white. Mechanical refrigeration may be used to reduce water temperatures. K3101 - 6/10 10/13/2005 (2) Addition of crushed, shaved, or shipped ice directly into the mixer with a subsequent addition of cement to maintain proper water- cement ratio. Continue mixing until ice is completely melted. (3) Other approved methods. E. Finishing 1. Nonresidential Pavements: Finish concrete pavement by power-driven transverse finishing machines and longitudinal finishing machines. Provide transverse finishing machine with two screeds accurately adjusted to crown of pavement. Ride transverse finishing machine on forms, so designed and operated as to strike off and consolidate concrete. Make at least two trips over each area, or more if necessary. Provide longitudinal finishing machine with a longitudinal float not less than 10 feet in length, adjusted to a true plane. Ride longitudinal finishing on forms, so designed and operated as to finish pavement to required grade. Equip finishing machines with rubber tires to roll on concrete pavement. Just before concrete becomes nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt of two- or four-ply construction, not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 2. Residential Pavements: Concrete pavement may be finished by machine or by hand. If by machine, see Paragraph E.1. above. If finished by hand, thoroughly vibrate concrete around reinforcement and embedded fixtures. Tamp concrete with a tamping template make of 4-inch by 10-inch lumber, or equivalent metal section, at least 2 feet longer than width of pavement,to conform to crown section of pavement. If wood-tamping template is used, it is to have a steel face not less 3/8 inch in thickness. Strike off concrete with a strike-off screed made of 4-inch by 10-inch lumber or equivalent metal section at least 2 feet longer than width of pavement and conforming to crown section of pavement. Move strike-off screed forward with combined transverse and longitudinal motion in direction work is progressing, maintaining screed in contact with forms, and maintaining slight excess of materials in front of cutting edge. Use a longitudinal float not less than 10 feet in length to level surface. Prior to concrete becoming nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt or two- or four-ply construction not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 3. Slip Form: If this method of construction is used, all requirements of this TECHNICAL SPECIFICATION in regard to subgrade and pavement depth, alignment, consolidation, finishing, workmanship, etc. to be met. Equip "slip form paver"with longitudinal transangular finishing float adjustable to crown and K3101 - 7/10 10/13/2005 grade. Extend float across the pavement almost to the side form and/or the edge of slab. F. Surface Tests 1. Test entire surface before initial set and correct irregularities or undulations to bring surface within requirements of following test, then finish. 2. Place approved 10-foot straight edge parallel to center of roadway so as to bridge any depressions and touch all high spots. Ordinates measured from face of straight edge to surface of pavement not to exceed 1/16 inch per foot from nearest point of contact, and in any case maximum ordinate to 10-foot straight edge to be no greater than 1/8 inch. G. Joints: Place joints of types shown on PLANS at required locations and at spacing shown. 1. Construction Joints: Place transverse construction joint when necessary to stop concrete placement for period of more than 30 minutes. Length of slab to be not less than 10 feet from nearest joint of complete slab. If closer than 10 feet from nearest joint of complete slab. If closer than 10 feet, Contractor to remove concrete from between forms back to nearest normal join and place construction joint bulkhead. Use longitudinal keyed construction joints at pavement edges where required. 2. Expansion Joints: Place expansion joint at radius points of curb returns for cross-street intersections, or as shown on PLANS. Do not use boards less than 6 feet in length. When pavements are 24 feet or less in width, use not more than two lengths of board. Secure pieces to form straight joint. Shape board filler accurately to cross-section of concrete slab. Use premolded joint filler, accurately shaped, in curb section. Load transmission devices to be of type and size shown on PLANS. Use joint sealing compound as required. 3. Contraction Joints: Make straight and place at spacing shown on PLANS. Place asphalt-coated smooth dowels accurately and normal to joint. Tool edges of groove and seal with joint sealing compound. 4. Longitudinal Weakened Plane Joints: Form longitudinal weakened plane joint by an approved continuous metal shield or asphalt impregnated felt strip placed continuously behind longitudinal float by a machine of the flex plane type. H. Protection and Curing: Following requirements apply on alternate methods of curing. Cover concrete with burlap or cotton mats, when concrete has hardened sufficiently to prevent marring of surfaces, and keep wet continuously for 72 hours. Apply curing compound immediately after free water has disappeared and at rate specified. Keep polyethylene sheets or membrane curing film in place and intact for five days, in lieu of 72 hours wet curing. Cure concrete curbs and gutters to prevent checking while setting. After each day's run, barricade street. No wheeling will be K3101 - 8/10 10/13/2005 allowed on concrete during curing period. Do not open pavement to traffic until concrete is at least 10 days old. Clean off pavement and seal joints before opening pavement to any traffic. Polyethylene sheeting will be kept on the job site at all times to cover and protect pavement during adverse weather conditions. Concrete surface, which is still in a plastic state, shall be protected from adverse rainfall conditions so as not to impair the quality of the pavement surface. 1. Removal and replacement of Deficient Concrete: REMOVE AND REPLACE with pavement of specified thickness. Length of pavement to be removed shall be to the nearest existing joint (Type A, C, or E) in both directions. Width of pavement to be removed shall be from the centerline of pavement to edge of pavement. Contractor shall saw completely through existing reinforcing steel at said joints, except at expansion joints. Prior to replacement of deficient concrete pavement, Contractor shall drill and dowel concrete pavement for 5/8-inch diameter reinforcing rods 30 inches long on 24 inch centers as shown on plans for TYPE E construction joint. 3.02 MEASUREMENT AND PAYMENT A. Measurement: "Concrete Pavement to be measured by square yard of surface area of completed and accepted pavement of thickness designated. Measurement to be made from back to back of curb. "Monolithic Concrete Curb and Gutter," "Concrete Curb," "Temporary Concrete Curb," and "Mountable Concrete Curb" of height designated will be measured by linear foot. "Driveway Turnout"will be measured by the square yard of surface area of completed and accepted turnout. B. Payment 1. Adjustment of payment for acceptable pavement and replacement of faulty pavement to be in accordance with the following: a. Thickness of pavement to be determined by measurement of cores taken prior to final acceptance, at such points as Engineer may select. 6-inch diameter cores taken at rate of at least one core per each 1,000 square yards of pavement. These initial cores to be paid for by owner. b. Pavement of thickness within '/4-inch of designated thickness to be considered of satisfactory thickness,and to be paid for at Contract unit price. c. Pavement of thickness less than thickness designated by more than 1/4-inch, but less than '/2-inch, to be considered of deficient thickness, and adjusted unit price to be used in payment. This price shall be one-half of the Contract unit price. Length of area of such deficient thickness to be determined by additional cores in each direction until cores are obtained which measure designated thickness. Width of such area to be entire width of pavement within length thus determined. 2. Payment will not be made for pavement which is deficient in thickness by 1/2-inch or more. Length of area of such unsatisfactory thickness to be determined by additional cores taken at intervals of 10 feet along length of pavement in each direction until cores are obtained which have designated thickness less '/2-inch. Width of such area to be entire width of pavement within length of such area to be K3101 -9/10 10/13/2005 determined. If deficiency in thickness is not more than 3/4-inch, Contractor may leave such pavement in place, relinquishing thereby any claim for compensation incurred in its construction. If deficiency in thickness is 3/4-inch or more remove, dispose and replace with pavement of specified thickness as described in paragraph 3.01. 3. No additional payment over Contract unit price to be made for pavement of thickness exceeding that required by PLANS. 4. Additional 6-inch diameter cores required determining areas of deficient thickness to be paid for by Contractor. 5. "Concrete Curb"to be paid for at Contract unit price. K3101 - 10/10 08/03/2004 ITEM NO. K3109 - TRAFFIC AND ZONE MARKING PAINT PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: This Item governs for pavement marking for roadways, crosswalks,parking lots,and other locations shown on PLANS. B. Work Specified Elsewhere: Striping location, color of paint, and length and width of stripe to be as shown on PLANS. PART 2 - PRODUCTS 2.01 MARKING PAINT Manufacturer: Mobil 18-W-7 white, 18-Y-7 yellow; Pittsburgh 11-3 white, 11-4 yellow. PART 3 - EXECUTION 3.01 MARKING APPLICATION A. Surface Preparation: Surfaces to be thoroughly dry and free from dirt, loose paint, oil, grease,or other contaminants. Remove dust or dirt by scrubbing brush or hosing. Paint only in dry weather. B. Application: Use brush, marking machine, roller, conventional or airless spray equipment. Spray equipment to be clean and free of all other previous paint and solvent to ensure proper application. Paint to be applied per paint manufacturer's recommendations with a minimum of 2.0 dry mil thickness. Traffic to not be allowed on striping until paint is completely dry. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices for items of which this work is a component part. K3109 - 1/1 10/13/2005 ITEM NO. K3114 - CONCRETE CURB AND GUTTER PART 1 - GENERAL 1.01 DESCRIPTION Furnish and install concrete curb and gutter, of cross section shown on PLANS, with or without reinforcing steel on an approved subgrade or foundation in accordance with lines and grades indicated on PLANS PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Per Item"Concrete" or Concrete Construction" Class"A". B. Reinforcing Steel: Billet-steel bars, in accordance with ASTM A615-70, Grade 40, unless otherwise specified. C. Premolded Expansion Joint Filler: In accordance with ASTM D1752-67, Type II, unless otherwise specified. D. Membrane Curing Compound: Resin base compound, in accordance with ASTM C309-74, Type I with light red tint of fugitive dye or Type II,white pigmented. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. Subgrade or Foundation: Excavate, shape and compact to line, grade, cross section and densities shown on PLANS. Maintain drainage of subgrade or foundation at all times. Test subgrade or foundation with approved template operated and maintained by Contractor. If dry, subgrade to be sprinkled lightly immediately prior to concrete being placed thereon. B Formed Curb and Gutter 1. Setting Forms: Set forms on compacted subgrade or foundation. Outside forms tobe of wood or metal, straight, free of warp and of depth equal to curb and gutter. Forms to be securely staked to line and grade and maintained in true position furing placement of concrete. Inside forms to be of such design to provide curb K3114 - 1/3 10/13/2005 required and to be rigidly attached to outside forms. Mule of proper size and shape may be used in lieu of inside curb forms. 2. Concrete Placement a. Deposit concrete on compacted subgrade or foundation in such manner as to require as little rehandling as possible. b. Curb and gutter to be poured in sections of the lengths indicated on the PLANS. Each section to be separated by premolded joint of cross section specified for curb and gutter and of thickness indicated on PLANS. c. After concrete has been struck off and after it has become sufficiently set, expose surface to be thoroughly worked with wooden float. Exposed edges to be rounded by use of edging tool to radius shown on PLANS. 3. Removing Forms: Leave forms in place for at least 12 hours. Remove without injury to concrete. Point up all exposed honeycombed areas with approved mortar. C. Extruded Curb and Gutter 1. Construct curb and gutter with standard extrusion machine. 2. Maintain top of curb grade from guideline set by Contractor from established survey marks. Unless otherwise specified, top of curb grade to parallel finished roadway surface grade or foundation grade. Continually check top of curb grade by means of gage or pointer attached to machine in such manner that comparison can be made between curb and guideline. 3. Curb and gutter outline to strictly conform to details shown on PLANS. Extruder to be readily adjustable vertically during forward motion of machine to provide required variable height of curb necessary to conform to established gradeline or curb dimensions, gutter depressions, etc. 4. Feed approved mix into machine in such a manner and at such constancy that finished curb and gutter will present well compacted mass with surface free from voids and honeycomb and true to established shape, line, and grade. 5. Perform additional surface finishing specified immediately after extrusion. Construct specified joints to details shown on PLANS D. Expansion Joints: Place expansion joints of material specified where curb and gutter abuts drives, inlets, or other structures, at all curb returns and in all cases, at intervals not exceeding 40 feet in length. E. Mortar Finish: When required on PLANS, surface of curb to plastered with mortar consisting of one part Portland cement and two parts fine aggregate. Mortar to be applied with template made to conform to curb and gutter dimensions as shown on PLANS. All exposed surfaces of curb and gutter to be brushed to smooth uniform surface. K3114 -2/3 10/13/2005 F. Curing: Cure completed curb and gutter with specified membrane curing compound applied in accordance with manufacturer's recommendations. Apply membrane curing compound immediately after completion of all surface finishing and expansion joint installation. G. Backfill: Area behind curb and gutter to be backfilled to full height of concrete tamped and sloped as shown on PLANS. 3.02 Measurement and Payment A. Measure concrete curb and gutter by the linear foot of completed and accepted curb and gutter, complete in place and classified by size or type as indicated on PLANS. B. Pay for work performed and materials furnished as prescribed by this Item and measured as provided above at Contract unit price for "Concrete Curb and Gutter: of the type and size specified, which price to be full compensation for cleaning the subgrade or foundation, furnishing and applying curing compounds, mortar, adhesives, or other material; furnishing and placing reinforcing steel, if required, for placing joints in proper position, and for all manipulations, labor,equipment, appliances,tools, traffic provisions, and incidentals necessary to complete the work. K3114 - 3/3 Std. 08/03/2004 ITEM NO. K3203 - ROADWAY EXCAVATION AND/OR EMBANKMENT (STATION GRADING) PART 1 - GENERAL 1.01 DESCRIPTION This Item governs for required excavation of material and/or embankment construction within limits of road right-of-ways, except for excavation or embankment otherwise classified. Includes excavation, stripping, handling, filling, compaction, disposal, and satisfactory manipulation of excavated materials to required lines, grades, and cross sections. PART 2—PRODUCTS No products required. PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS A. Excavation 1. Excavate and grade project within required limits. 2. Utilize suitable excavated materials in constructing required roadway sections. 3. Remove unsuitable soil and replace with satisfactory select material. Dispose of unsuitable or excess material as indicated on PLANS or in Special Provision. 4. Use care in excavating to finished grade. 5. Fill areas cut below designated grade with select material and compact at Contractor's expense. 6. Salvage and stockpile select topsoil where required by PLANS. 7. Shape and compact subgrade to at least 95 percent AASHTO T-99 density before placing base or pavement thereon. Unless otherwise specified, make one density thereon. Unless otherwise specified, make one density test per 300 linear feet of compacted subgrade. 8. Keep areas within limits of project properly drained. B. Embankment 1. Place embankment on properly cleared and prepared areas. 2. Use suitable materials from excavation, borrow, or other designated or approved sources. 3. Use materials free from vegetation, roots, and debris. 4. Scarify or roughen existing sloped areas receiving new embankment. K3203 - 1/3 Std. 08/03/2004 5. Construct embankments across entire fill area. Layers not to exceed 8 inches in thickness prior to compaction. Each layer of fill to be uniform as to material, moisture,and density before compaction, 6. Compact to required density by blading, rolling, and sprinkling. Use mechanical tamps to obtain required density in inaccessible areas. 7. Place embankment at or near optimum moisture and compact to at least 95 percent AASHTO Standard Method T-99-74 density. 8. Unless specified otherwise, make at least one density test per 300 linear feet of embankment. 3.02 MEASUREMENT AND PAYMENT A. Measurement 1. Roadway Excavations and/or Embankment(Station Grading) a. Measure by the station (100 linear feet)along centerline of pavement. b. Where streets intersect, measurement to be from point of intersection of centerlines. c. Measure divided street sections along centerline of each pavement section. No separate measurement for crossovers or left-turn lanes. d. Measure streets ending with cul-de-sacs along centerline of pavement, from centerline of intersecting street to center point of cul-de-sac. 2. Extra Roadway Excavation a. When necessitated by approved field grade change, measure by cubic yard of material measured in its original position, excavated, and disposed of. b. Where approved field grade change lowers or raises proposal PLAN grades, "Extra Roadway Excavation" will be measured from top of original subgrade as per PLAN grades to top of finished new subgrade. c. Width of subgrade to conform to typical sections in PLANS. 3. Extra Roadway Embankment a. When necessitated by approved field grade change, measure by cubic yard of compacted, in-place material. b. Where approved field grade change lowers or raised proposed PLAN grades in fill section, "Extra Roadway Embankment" will be measured from top of original embankment per PLAN grades to top finished new embankment. c. Top width of embankment to conform to typical sections in PLANS. 4. Compacted Subgrade(Including Stripping): Measure by square yard of approved surface area compacted to required depth. B. Payment 1. Pay for "Roadway Excavation and/or Embankment (Station Grading)," "Extra Roadway Excavation," "Extra Roadway Embankment," and "Compacted Subgrade," measured as provided above, at Contract unit price, which price to be full compensation for furnishing all materials, equipment, labor, tools, and K3203 - 2/3 Std. 08/03/2004 incidentals necessary to excavate, fill, and dispose of excess material. All required tests to be paid for by Owner; any retests to be paid for by Contractor. 2. Where approved field grade change reduces or increases amount of cut or fill, a deduction from or addition to the amount paid for "Roadway Excavation and/or Embankment (Station Grading)" will be made. Deduction or addition will be based on unit price bid for "Extra Roadway Embankment" as applicable. Unsuitable subgrade material ordered removed by Engineer to be paid for at the Contract unit price bid per cubic yard for "Extra Roadway Excavation"; replacement with approved, select material to be paid for at the Contract unit price bid for"Extra Roadway Embankment." K3203 -3/3 SECTION 0 QUALIFICATION STATEMENT QUALIFICATION STATEMENT SUBMITTED TO BY [Corporation,Co-Partnership,An Individual] PRINCIPAL OFFICE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. How many years has your organization been in business as a general contractor under your present business name: 2. How many years'experience in this type of construction work has your organization had? (a) As a general contractor (b) As a sub-contractor 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner 0-1 4. Have you ever failed to complete any work awarded to you? If so,where and why? 5. In what manner have you inspected this proposed work? Explain in detail. 6. Explain your plan or layout for performing the proposed work: 7. The work, if awarded to you,will have the personal supervision of whom? (a) For administrative management? (b) For resident construction superintendence? (c) What experience in this type of work is enjoyed by the superintendent designated under(b) above? 0-2 8. What portions of the work do you intend to sub-let? 9. What equipment do you own that is available for the proposed work? Description,Size Years of Present Qty. Item Capacity,Etc. Condition Service Location 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? 0-3 11. List the construction projects your organization has underway on this date: Contract Class of Percent Name and Address of Owner Amount Work Complete or Contracting Officer Dated at this day of , 20_. BY: TITLE: 0-4 APPENDIX «A„ FORM FOR ,REQUEST `FOR TIME EXTENSION REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: MONTH OF: 20 NAME OF PROJECT: CONTRACTOR: TO: CITY OF PORT ARTHUR PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR, TEXAS 77641-1089 ATTENTION: Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified (circle dates actually lost; do not include days not normally worked, such as Saturdays, Sundays, or holidays): 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 DAYS LOST ( ) - 5 X 7 = CALENDAR DAYS REQUESTED Reason(s)for Request: [Name of Contractor] BY: ****************************************************************************** Approved for extension of calendar days. Disapproved. Date: , 2014 CITY OF PORT ARTHUR BY: Distribution: Original: Executive Director Copy: Engineer Contractor 1/1 1 0 m `'J � Am S1 > D 9-c I:'1 i ; O zII� A m zz S 0 m I �� lC Z 0 m , V O z > rnf_ 10° D m W r m o Xm -110 rn 20 z , z p 073 0 0 C1(cIoJ0 C s N x ;o C mD A � p � < \ ''C'■•,..R....t1-, N...._ M 0 NI ao: � o tD W'''a wy m Z w o X O * X M 1 N0 y r 0t A o p o r m o ° mm 9b_m 2 i— NNiDO F11 ;',2,,i:> m X D V O O v 000 or;z ,. Z 7-1 g) co ' Z r 00CZ by Am m O mm O naigg NlD 1 m CO p Zy O °° rmmf�ttm y� y O qE > > OOr,,2.0.,;r 2Z H z N N m > o D~O< A N a N iO°O m ° Ti m §11 _ 71 a� O F m D y „4, _ • > . 1 1 • A : UPE22Mmun , , .:. A' ' 1 a -- ..„ ; , 6 , F . % • , ., ‹, - C1114.0;g1 - i • .4 !- ! R• R A - ,,, , 6!.- 6 ' 1--4. • • ,f; `<',-- cr1 ,-- -, g ,3,; 0 —i r i I . t, , p A i V is,•:•,; --I ,„ i i I .-=,,'".7.,'..7P. I' RI .o.• i, l'''', 2 ' 4 :f, 6' ?., T, Il 0 0 ? z 0-...: 1' f.z A- 1 • .,;' ,_ § . ; • °• ,;' F, 9, C i : Z ,;;.,pi-i:.,.:0-2g2=;--F,99, ,„r= g. i ). --• i E• i. :2 n. . • •▪.7'. ..--V.3T-3- 7'I.F.f. —1 ;- . ' ' Z' 6 2. t --T1 AX:5,1I'5" z' 0 ' I '' Z -n ---,.. ... > o _ 0 CO 2 ? 2 ”' g . g ., ,, , U 'V xi -0 S. ., • F, ,, _ , 0 rn 1F2-g.- 111E";" --i F ,^7,A 1'4 6 I 5 • = ''' m z 71 ■-^ 6 G , rn 1 rd d.,3•VPIE5EF:§6 % ?..-. 2 0 . c i iia.A= EIEEL,-E=59.4 .. - -I- 0 4 m TA'f- 2 „ _ .,. R:2 '• -'• 5 '-' VI :c[11 1._ L, z " * ilf F,' g 2 0 '..; 6 --,, •,1 I I g 0 g- - A• p, ' . 1 0 A P o i f124.141i'M24',1i2g t , _1,: 1 0 ',Id' ie E. q -0 s ' 5 P. t' g Z (s) ° i 0 61 p:11 m . 4 „I i § - 5 . 2 51 g A I m -1 ' q" t'll Id " i i z ; 1 G -`4 I 1 6 8 I•I' ,7' .,"I ,'• g. .. A 1. '''' F ,a. 2 s . n ,n.m i m , o 41 8-$. ° i& . • ' 1 .1 ' 3' ' V m t x .• , As- 21 -, - r' .-., p i 1 A'? .9 Q. 1 -11 -''.1 8 9 1 I :2- E 1. -..- ',1 x ,r,I 2 p r po, r pill will 1 . . n , . T . ! . 1111Rhilli 1 il i■ g.! if . gi g qing 4ag at E2, 1 0 i' g 11 ik ii , 1 11 , 5 5 11 li q 2• , 1116- iiiIIIIIIiiii 8, , 1 g; ti--1.--tf---1 g 1 , 1 111111111 ,- 1 1 Ciiiiig 1111,E1 I littkilli 1 I '-'- ; • 6sz " , I5' 555 ' 55555Ap. I 5 ...[„ • ,,g6 i• r : li ; ; ; ; ; ; ; ; ii• ; ; ; ip -g : A Ag i.$ 1 'A 'a 'a 'a 'a Olqi 'd ,a•6 , . 1 ,,,.. C 1 Lt. egEggil, ggEI 5 1 ,,,''' ii , ' 4 " 2- " " II 1; ; i 8888A: 888S881 1 ; ; 8 8 V 8 8 . saavossa 4 I IF VP Alii pi wil iiii Tipp n . iil lii pi 51 liti ii! 0 IN AI 4. A 1 I I I I 1 IP 111:1 Hi tA hP IP ii WI ; I I I'd 114 HA ;I :1111 ill Pel Ili; ' 1 1 I .> -,...■•■I !...,, KAPRINA FRANK DRIVE-PORT ARTHUR ECONOMIC DEVELOPMENT CORPORATION I Va..g- LA..,d, rog , t I ARCENEAUX ARCENEAUX & GATES & CmmItingEngineers.inc. -:'' . l'. :.71 LEGEND AND CONSTRUCTION NOTES .:, _. GATES ....". 2':."Y". .'''...r.' :,- ,..Vo.. :•.: r.: :• >,..,‘------------ PORT ARTHUR,JEFFERSON COUNTY,TEXAS ..,,, ,,._.,,,,, ,„,„,., ,,, i,,,,,,,,,, ,,,, • s 9. ,' =�P P' =�''' a - - = A= = m - r N ass pmt ,F mm 4 z aszN__°mn <" ". �=mn .n� � �� �„ io £ a� 3 ��^"3>ng°r m�"o°��a�m�, Ar:� `dz § 7' _a ° ^- N121„;G: °i,Fi,R m Ti oa n° i r cN °'§ �,FnNio!s22oozn,mn.1�2� °damg t?3,x- m2§ °�sziz rob mo"z� "'^ > o°m a ='c g lapa!H�.mn vm gr 4p7.5 `g8L " a <�` z 2fm��'S��°^s���� M i F 2 om % $�9 2>° § iJ N ! z4 a mp Xg? - - c F as s 3 izAs'am�37,S -a° o=9,8°,92 IA.= 'Ti -x° z �n mom== Hz s °n ��m�>m" _< $•c mmm,--mmir° m =mm= my o °9 i n' '� m"bcm - a°�"1! ° � g '' 9, ,a pbm °� >cmz'? Q�m,°<.'� m p°mm°mozr. Sflasp� ° _ - _<e "_ =€ n>" el% p'" = A. -i2 � �" N° 9,o 4� s'z- -o < o., =m,-°�°a ,mza'silg° ''% - m SI �a „, ., 22on aoo mRr° z.� �"�Sm,mgm=�'o�m� 1�m 8 '�3'"5�-'2o 9i°> i.`°9, of '2h, N i'ais =��u2` €"4 o9,.35A9 „m 2:N 3 : =� sr= _ � s °_ z� =?a a %° -_- 2-2.8 3 :-i° p - t% °z °a °A 'a - °� 'A x'26-2aa - > U. a'0 '_" € , �: - _ Qa4"-,'a 4 1 T - - 92 's q* A zg,`o° ms 2_ 8 m ire 'fi Ti n 3 & °,o '' < > = o ° e§ - Na s_' 0_ " m a A g aYa .m . - ° -N " n i r ` a ct n�om a' cn m €;; - _ _ ? ' ' . °zzsn £ao n,n mFs EA0 cg2azgo2,n,no� ➢=Cb°nzc .m' z °n°°]>_i >-Fm "E `A cz c a =z4° Eb 42,g8i'S m >32EI� 8 9 a;a 5F -TO =gD _ < ° -Ai° TmERm g " m;sg.,m°z y c� �> n8o � . rgp arOm- _ c - a z s "iPA 1'1114. �l :X "n 8 A � °oU" g ' gA� $iop 0s' 1 aoP2W 51 1=P ;a _ auzN !ni0o28z 'eicaga'?m n V XF a 8pc v 2-AI I �S9 � osprrn> O nsm7.,4, H' kz ,-p'LC =_ ..=ce> 4 = °° mam-m � wi> ^ 9,r 8 H62E't Fmmit.n O O :°.09, oN° ri<. '8,7s 0°= ' = Oan m. c ? z oo2 P �° zm I4A^ 9, '-omo cm � 'Fm -8.44n a;aa mzy> Fa5 e z° Qam0< 0Ob 2 m p K N! ?IOit_ zv nlp a81 m i° -Ase ; .8 am H m i Ta m g^ °0mo>.vm" � o ,0Fm m "C_ -- gpin rQ >r2;ga iNm jb m ?; O m °1r,141> _ ^3 : mO1E� 3Fm°i^IA4,—m°iae zm ,%,2 ;epo k:-- _- =!:- m Iiit- oim IN Nue n3T 9,m m 9,_, i iZiaaa0n,° °,o,� , -i7 9,- 0„,, ,, &,. Abg . -mo35 _` e r� 2a° 0 Sr 0` 4!g= "m O °zi! i4 4 v 2o omQi02 H i! $oo 3• az , :°2'8R 1 1,0T, z' 9, a,4 O ° - > J° ° cox 8om OE;*-A a y= Sa Es o g ° 'Oil ! :1, ' °R? F t A 30a u l m °=^ -_' ° g..gF ^ t; §o = e, o 9,g 9,- m, 2a^£ f : " ag L b^ n '� z z U51 -c goo, . F " a 7 R; c N 3; y�c - iz 9, m 00 ma g6,7,--2 v . ° m rz ; Fc 5 - z " S; " m iFp n . m_ Aaron £ °gym>_���' �� C 8� � aAL>n9noa nZp zaa^J,,,'' F zi°zmmmZi-'-�=i m°- ,E me ,,c i �A-34 n', Otis ^n N z $m ' - "4,2g1'2026121.2;i = - _° a -mil4ag ' m- N„°o, sm>.°°m m °2` m m"a ° - 4A."^1"by:277 i ��" z ZpB=,s^� �g�=-'m ��mr? � �,^•°O-a°m: n o °fir iz �'�°zf8�"F``-z ff��l� N� _ > -'°£°"m �'" ��mmmQm; m°° -, - fiF �°�2 mm °�" 8s$z � g a -i z p, A gmmxahasoam ° z 9,n 2 :F1 =' °"° 8 m_°�3zc'z° - pi"'-y 9,o _ for€°-°m� z�>_��N= 4 c>n H �8x c� gb"�''" °� -m a 7 `pi- o;=3 f�:oi m l eNr2z q= R�m�ima ❑ z"m i; £og cow °; + S' = °3� '-1> a z .M,in raAsa�^ - m0'2N*=. En-mNA.,m 1a> `_: 8 -2�88 nz ac ;1'0E-1=K t9, 74. c1 m4S „yImOO" r4m° 'a 4;10e.'2 n g.42 oc< °"2 Ps °9,z-° a£ i 020;2i4 m ., ° ° ° 5 8a$ " NT €='v°"° i' s£' 4 s 4 6z a m°cz m m Pa `8 =4���° _m SP'FIE. mc!^ z4zm �� `"`�jpO",'�mb'� b >Rc i„° com ,a �=m�,Tx_r F __ "° y8z 'gym °_= n°> m �Em i_9, F 2g”- °ii=so�� egli 520.4521-22 ;r;>� mn�om�^ -o„_mz� m�mz .Q1�°�9 ,'",o;zTg=q lmtp�1g�^� wmmix�� "� FJ o b �gA °: 5>,n-__,!W F�mm'4my� !knegi; Sr°m;�E�5 �,9'p£ cmA_SZ 9,'^ '4AVA/.per WW2,4 R:4 _ VZ,,g3i A z - _l ;A �. C £ Z g 9 m rr m rmv�m� F aap �mm F loh 8N , t to ° nlz e -434 _ nznmmamai ;4114 4 2LOm ny mN2 Zg a o ' n c 2'L `n ny Nam 4n=45'N: 4 -Oi"n>Se AP, .-'a zziz F c s a s 6 o A a " 9, KAPRINA FRANK DRIVE-PORT ARTHUR . j 0 di=Gi ECONOMIC DEVELOPMENT CORPORATION I W ARCENEAUX & GATES ;;:;'£ GA SS °° ^R °° "=aN ;' LEGEND AND CONSTRUCTION NOTES , ,.-..._, ..- caTES c^gn.°ry ,:,.... r„9,° , ,.z ,. -c. ,•• PORT ARTHUR,JEFFERSON COUNTY,TEXAS ! I ' 17,gg ? - = 1 pQQ a o N m r4. - 1 i g- $ m 3 i { 8€ (.7' y s l y 3 ¢ Iz _ 4 I I f x sIeim r m P L Ijml o • -- Cl)Ti rn m .,'G;``-" -� _ `�•a ""0"'" RICHARD WYCOFF DRIVE ° j 02 i ;. JADE AVENUE ¢ \ I\, _ ■ / _ \jf 1 \ _ • , ml I m �3i �1 A � jl 11 = 4 Iz, I }_ i ! j %> I p co MORRIS CARTER DRIVE I1 m I ti l l I z N 1 >I I \. ° \' — L RIDG ,J vI A I I .." <' yid y6ODyS� I Im ., \ ��d51 ° I. 1, * KAPRINA FRANK DRIVE I I _ 2m w.°"7,`• !':;R PORT ARTHUR ARCENEAUX & GATES ''A r=�as:1" ECONOMIC DEVELOPMENT CORPORATION , I I 41.! ancsx&aAUx Consulting Engineers.In Egg ,s ,' PROJECT LAYOUT GATES M aA Burrow Gbeal Campo, 5 ii'`yy`: Sj..�= .<� .. .c...�,••>.. .'.,`.a.,. * `��-.---- PORT ARTHUR,JEFFERSON COUNTY,TEXAS ,„_ rxrr.• .. • - I- IiIi lig! ,I It IIII =119 V 5! ii 1;11 I 1 i Ai I i . 2 . 21 4 II I I • t ' , -7-1 Ili§1 2 . !I : I I ! i • ! -4 - i I !I • ii 11 , 1g 1 !I I I , • : t • ' .1 , ! ' .. • I I r`-'4 1 I • • ! I ! , 1 4 P, •! • I ; t ! i I., §1g§ y _,L...z2r•-.4,._c—'-_-,=-'—if-ly.'-,--- g ! —-,--. — ; , 7 i ' ee:SI,C.NATER 2,2 __, __•__ — —.'.4 —] e" E ' —21C141ROVVedOFF65.2 ,l-- I-- - -- --. 12` . llk,elleC.STOR.SEWER — .....— =._.e. .._— , . . ---(...:!.1------ • „ ' l'1:-1 . ; ■ -.R.C.U.l-e,'l.., • • , i 1','.,1:,,,!;; i ; •, 1 1 I;•,•:J.:O• , ; !::, FIRT4 _ ! ....-.:•A§ ; , . 251 . i - i 1:'•:L! , I ; . I Li g 0 I :!.!II•:f:I, • I 1 1 •,-,,t • I i ; -I 0 1 I -II74 I s I I ' i 1 „,_ 1 . 5., H -i! k ": , 1,54 9i I I,:,:!•,,I I', I I I ; q,r:.: I '-•.4 I• I I :'. i 1 ••••:••1 I I I ! . 4., _ I W, z I ,-J ,• ' , , g •--II I • • .! 1,; I T.•••4 ;II I ! • = 1 If):• I, -- 1 -1! I 1—T-----,.' .I'i ,-1 A! I .g..!•II I_41 j''',•• I , IF,..i::!i J.,..i.I •,.F.,:;; I •;!!' •1T4 I I iF• _ 1 •1 1 i g CI • •■• •I 'I.1. 1 - I I •. 1 --. , ,I,,t!.- • I , I i •.,::.5 ,, • , : , • ! ,,,,I1 ; i !, , -i --•-. li ILE.1 ' I I ! - I •I::/'..Ii : , ' : I . i , ,:,:•; ,, ! : . ' ' 'f-;.fl ' 1 • : , , .,.•:-.1:, : : L ', • i :165: 1 • 1 , L .: I •I':11I',.1 , 1 ‘ . ', -,:d:',1 : : s • \ • 0 --.*--Z—e--mw . . .1 * KAPRINA FRANK DRIVE I I PORT ARTHUR I (#): 1 i ••'4.Zt,•„;•!II :III.;• ' 1 ECONOMIC DEVELOPMENT CORPORATION ny ARCENEAUX & GATES APA , 41:42 ii -v11.'..%:‘', ARCEPA— Consulting Engineers,Inc. 52 Zi ;!, 'NO',"2 1,'1", .:1 SIDEWALK LAYOUT 1 ny 2C! -1■• X;."4ttLS..i--' PORT ARTHUR,JEFFERSON COUNTY,TEXAS ,...• .,,,.:. I:,,,„.• ... I,...,, ...,.: \ , \ \ , \ ikl":.g 2 2 di ,,:. \ , \ - c■al i i i',.i g ; 1 .1•4:2i it 2 2. II 2 1 . i-7 , • - \ \ ,...\ i \ \ \ \ ' iII:;,-.2“.:ig „ 20 tIgli i •/ ; - \\ '\.\\ .,•,, \ .-- . •!o ,r- ....\\,\ ,\ \ \,, '.. ... 0 i ilg'1.1 al„P,5 -gn • . ' ^Id , \• i'c...• .0,: \ i `v,. ... ,',7' ,-,,-,, ,,,, ''.''•'' I'7. \ 3 3 3.4 2 4, :.; 0' F.F,;10000 : II ! 1 -"/ -Fit:.,,..,!"..,...'--- ..„1.\\■A. .\..' \ 1 i •••• gi c 8 A I 1 . ' , •. ..-- •• v, ` N '. \ i ifg.0;.iliA '1 A 4 3 11 ii iiii il^-14Ig 2 1* . Tri N\ . . 4000000!mh.\__ .: .. N-L:-.1-.. 0_..... • ,,..:ii....:-'„,....,:.t\\.,,;.1.,,_i':,.,,..7,,-..,\_%'..,.\-:,:;:.,,,,::...\:.....\.,,,..„, Ili M ill 11. I i2 .L \ . • . \.,_ . , 1 , I • A ,,i2 g I „.....'' ,____,: ,c".--'-'---- -'"------"'----7- '''' .C.111P11Y/1,ot.■ / A .'',: i ‘' -81-A .1 8 818 n c 8 l'2;11 1 , , - 2.0 - tE,•,,47 ,L-n4PP-1,1r/ l• v.\ ' s, ....Tv -.T, 2I.,../` .1\• 1\ -. , ' i.•1 ' ,,,," ......----------/..-Ac'. -Ill :0 co K A , . \ ;•IP.i 2 c 2 . .4 , Il d... ..4.,.!:..... r::, ,„, ..._._..,,........../;,g______.---i._L,d' ________.„--' 4/ ..J.,\ ,,, \ PP, 7 _ . 7,", ic „,‘,,. --: , > ,, . /AG' ,-.' ■ \i/ -(Ki•••,:.:',, -g.., '`z= / -../.....----- ,,‘, j./ ...-- '\ 'v.- ‘ ., g I iiiiii,g LL '-1 '24 '// --',..---' :',„, --- --- ..,,' ) „,,, Fir, , , I__i... ;1 .-I. / /..V'' „, cf,, -,' ... •\ 1 •••\.:.,•,,, 'I 11. ,.= „,. --->______-------- - .. II! • \ ;1. 1 k'", \ gl: .!..ill,:I t-'3 313 li ..-0.- , , -. ' '1 I.•'. 1 , . ___..„..:--,-- -=•_-_. -il_..__ „,„----/ • 5 (1 ' V i VT' i $',,, i i'l g i 1 . .3 i i , , i•m .- , ! ai3.33331333- 4. I : !,-1!!!:EF.F.3 ,; .'---I f 4.-,...-/5,---.-,7./.,.-..,_-,-,,-.7-- -...c".1.,-:-.-,-_---,-,z..-2:--as,..:.....\•, _ _______ ,:._.., 'Ly: : 1...,..I:1-. i '' .' .' .'-'1 I /• . • „._ :•,.. . :.-...-1-,2--1,_-,,■,4,--,..--_--2,.;-:'4 =.: i' ! . ti , I C-•. 1:: ,' i 3 I i ' ikr :r';';•• 0 ...........,§i 1 i;r4 iii !.i 2 .., g i.:,,,•,:ir:,-.;•:.,-.-,4,;-_ :1---;..-1--: :---..--.7-,., ----;..------,----,.---,--- - •. .,,..,... ,-:\ .,\ I 8 • i ,--- .! , Eg ,'ti . 3 a' • . .-i ' •1:I'Ili-- •'/ '-•-'-• I. ,-",--"-' ,?-- 'I,..,::, :.'.... -:'-7: • ",':'-, :\''..:\".'. . ;..H i - , 33 33i333g i • ,1-•-. ,, 1 / I. ./,' ,t. ., / .. .,,„ i . .....-... ,...,••.!:: .:4 '.•-#--/-3-, 1 .: i ' ,,'•I -, a'a'a a.a a a'a.a g L.__.! ,!1, •••••_11-=...1',-/,it -' TO • 'e-.-1 I':' 2 9 2,1 I, , . .:Lvf,:---_:,-,;---, „,, : - r--. j, .1 ,, ! -'-',-.--•:;;•.-: _a 'i,•,• 1:,':1:'•./.•-.V :r, 1('! ''''''..'::;-;,•ei";...ta,,'--,77'-==---; :''...-:'..-.-2-2;-'- d'ii..14 : - •••-t if'"(jc.1 ':'1 ........:3.,... A , i 9",I. .- i,-, i.'•'';'.",.,,I; I • ' -•--,I,:i•c,,..•1-;,:-.1. 1,./..11/1 ...f,..4.. ,. ., L__,__L_______-----...:-_-_-..-----7---- ty,i r_! II..\.,,,,, :i:1 .._ ..!,' ;Hi.,,, 1..•i ,,, ,.i 1.;:.,, 1.7v.V- .. : .,..:..„7-7,.. .. 77' ' " -- ,31.::•.I' - ::. y ,,:...,,,' -,.....,1,•••,0- ;,§ 3,,,,, .. , : • -i'ct" -0•-'1' , •‘• \ ' ; F., •, , , I,‘,!.,VI: I':I., ittk, el.-;I' •••,:rlIg ":, ' - • b'N •-.. r '•'•• \ ; I 0 i.,I . ''''' • -.-,11!1;Y:111;( ;•I'..rj•.•-r!,(riVI:r,‘';'•';'''';'i."'±r ___=__'___L_:_ 1'34. ;•. I ri-1:1 ',r,1. ,'..., '2 `",, • , • ;* . ,.. I', ';,I.,(..1,1::1,';' x'.•,-..,'J, , r;V;:'‘'.i,'H-';'' ..-------- ''':::'I - ' 1 14! 'III - '; .--AAII•k.i. :I; 1,:'•;,■• '-',I; \••;','V:Ai;,;,' . ..___., ..---,, . ., . . ----- , 8 I .71.0. ' ''•1 --10 1 i:;I:,4,', .t,\i'..,'.-1...• '.,'I.')i..'*-,A ; -• ./ '., 1,:,.: 3- g I', ,!:,1"sil ..-I; > 0 -- -•'1. -\V.--7`.•'.'"'Y..) .\\''\j'iNi ,;(' .. F i r-::: 'iC.,1,,, f'1-.Ii.:3 1,,":q-';'7-4.-;:-7Yr...-4,'--,'-')-,I : •-.--; . ...-. •',Ii -1;,.-A,0, \"±-.41.•kW,s-k,,---..--.,,ztV.',.;.-I::,i , ' \ \ > -',N ■ -'•. `',,'',. :-.":',If,':',T,'MI!, I II,: cr•? .3..,,i 4:4 !:::, 1 .rt.0.i M . I, ' .; ..,!'t,;`';1 '■ \../AI:.71,,,,,,,,I.:..,..1...•;.i:; CO 0. ?a.--, l'Ii, 1,-,:.',11 1• . CD ; ..-• ,-' 1 !,. '■. ...1 1 1 -7'^::•,'::' -1 U7 , ,., la: > ' ,`Ft i ,'1,1 1 1 :::`:,'!.; ,'-•\'' t I 1. '' i t.. 't e._':', ' - --- - - figi A, 74--p.1,..: , , t=.Z 71 ,. • 1.-R g,2- - ; --1 '•.'...'1,,',I • ' I'l S' /'''11 •.•rli••I I • '.0 A,,.,.-2-.:1-0/2 i,.-., `-,:''-:--;.1 7 in . .. . '' 1''' 4 4 1'''''.1 i i'..f 1"..,i • itl'i t■-• / • ,' l.. I-,.',„ I • ,, '.t ig.ti'g!if . 1•1t., ss j ,1r1 ( .k:■ I !- :--- I •'' 1 .•1 1 l'1.M1 111''11 1 , IA x N 1 1.'1,. 1 ! 1.! •I l''' 'i:''''h 1 1' ;-? ■:1;1 1, I • . ..\''' .. . ..■,1 ,' 1. 1 iC 8 • li, '\,i , ; : , 1_ „..,/ V. 1 ,.//I / / 1,., I ..,Jr. . . I •‘, li, I \I,, , .1 I '-21.., ',' ; \'''.. 'I ,•- I f'',••;-:>-,r.;',.'''')// / /',1/ /" i 1: f ,!!o - C.,!i ,1-,,•i'll • - .. .1\ • , at ..■ 1 ',.. ,", ' k,,.I ', , . '.. , /...-- 7.,--- _ -__4.?. ..., - k, 1:Th‘'''q--..,, it . I •(-1 1'1'1 '•I. ._- ' '1 •.1' 'RICHARD WYCOFF-DRIVE -• -1'.''---- ' !■:g1.0 '1'''''6 '. - !:-'''- F. r ,s i I . 1 1 I i .. e 1 , • I ' ,I i I, :1 1 ! ! PI ZI° '' 1 -#. ''' ' I 'I • ' • I 1 , . , ■ i Ti 2g. m! - : . ! • I I' ' . • I : II ` II 8 1 , • • , * KAPRINA FRANK DRIVE i PORT ARTHUR ■ I ., I 1 6_ .i. 0..17 --1=11 .1.1:•!, ECONOMIC DEVELOPMENT CORPORATION „.. ARCENEAUX & GATES -"g,-7--, .,..:if -it,:*-.0 IARc -- Consulting Engineers.Inc. F,f7,' PROPOSED GRADING SITE'A' V '..:1:0'. ‘.\\''‘'': -.-!-1.- PORT ARTHUR,JEFFERSON COUNTY,TEXAS -,.: ...•.,,,e,...—....,,,,e.,-- ,...,..,...,e..........,.......,.....................,............-.... , , • . . . . , . 't • i .. , 1 • . • ?ii_ _ • • # I'•!;. ti T,, ;:.• ; i ! 1• : ; ', 1 •x I?... ; —I : -: ', 1 I.', -. I • 1 i $ 1 g i: ii i A§ 0 •11 I • , 1 I .... , 1 • , 0 ;51 4 i . : -Ic i §' illi _sil . ' ....... 1' • .. • 1 , , . . , . . • . I -- ---1------------ MORRIS CARTER DRIVE .,• ; ; , •2 ---,--• ''',,,,-"'"---------!----7---------------ri'z-....•--,--- -;,..,-----, . ..-•:..-._74-_727,.....:t;:• ..4\ , P.Irlil ----7-- .':!::_1:!--7-•---4--,•----7,--1-------- ,..----::-----=:4,-. • ../ - .• , S8EgS2 • ..,; .;.f ._, ,, .. , ,. I. ; ••• !,.. ,- / ,.... _• iiiEi•i16 2. ; • 7.;,, / i i i . , 1 .• ,;;' f • ., • ilgtAll'illi • 'a.. !.i..ig g13 1 . , ' .; . ; .; i ,, ..; / . I ' . : i • "e/ . . . n • . • . ;•1 t '..'i;''1',:g!41g ,..*; / , • . • . ., , . .. •; . . :.i;I: :.&;" 5. , ('''' . \ ..17: .., 7 :- 7 ?.,__---------- ., .• .. .• • , i I : ,.? • . . •' / ., • . • ..1 > ; '. • I ' '.if. i •.. /1 7 . . • • • ' ..../ • .o. . / ( , . / , .; : . . . II > / , . 7 • . . . • • ; . , i •••• ;'i.:i ■: ..., / / 1;„..._... m . , I • . i . I I • '1•1 ' .• . ' ,; •.•.•, . '., ' S' 7. i • i ' ,. ,1: , I ' X :';' : .• : • ", . i•1-1.' I/ / .' d : , 1 ' , 1 :'.. 1 • r • • . . ' \ '• &-'...•-'.,; , . • . I .:, , , . . • . , .: , , i • i , , i . . , , , • !, ./ . 1 , ..... j ..: , . , . ..,.._. : , „ • i , I .• •I: i . , / .. •• \ : • '• , '• 'i ,. '1'4_4'1 . l i . . i . , _ • / , , . \ : ; • _.. 1 1I !•H / : I / • -, , , • , . . . i . • . , ,, ,! i . i •:: : i i . . \ 1 - ti : !: ;•. L i , • . • • . • . I : 1 .• '; '.-•.i. ' ' `'• : . • , ii : r7-' . , \ . . . . •-•-•.....--_ •' - ,' ,' -! ,i l .- ,•. . _ ELDRIDGE DRIVE . ------- , ------.. • 1 ; - ;', !'I r. : ! ..•-• • , . • : i , ! 1 : • !,. ' , .1 i ' . , , il • I i / I I g , • i ' 0 i 2'; El I I ; t I ; 'Ii 1,• I 1 :. I' I I • i I ' '11 , ..,, 8 I . ! : I '`)7' - • i .. 1 ! • 1 0:r.,1;Ti . : kt _ 0 c> , I ; 1 P•-<53 i ; . • . , I r------, , . • , ! . • II 1 ;7•,., ;14', i : 1 :irrt-1 I 1 . . • • , -,;;.2-:;• ,..‘,s;I ,,, ; I : ..12. • : i . . '—rf.,,II ”` ' . • , ! 11 ii L 5 . , 1 .• i • , . - ! e • , , I • 'J , 1 1A-4 16 12 I 1 g • I' ' , 1 i I ' •1 ' i ■ ' -•1'1' ''' - : ,, ;• i . ■ • 1 ', Si, 711I■ 9 z .....- ! ii ' I', : g . ' , li .. • . KAPRINA FRANK DRIVE • E o l',.V.,,4 IV ',,,6 PORT ARTHUR ARCENEAUX ARCENEAUX & GATES ,..,..-M??; 'Y%L.7.-::•:'1 i'l',4„,..:1'2% ECONOMIC DEVELOPMENT CORPORATION I gc Consulting Engineers,Luc. .1 fg' '-1 ;',,It0„i 1 I i I<Ai :4 GATES susloser. Surveyors manners ;.1.F4 .:•.•?, . q-,;12 121 4:Y PROPOSED GRADING SITE'B' :1 otos. ,,,,,„...,....,•.,,n.1„..„, A escrow Grote,Comp.,' .11 5 .s.,,, ,iiAl,.;.it...- A,,. ; , ,,,,---- PORT ARTHUR,JEFFERSON COUNTY,TEXAS '' '''''' I.•,.,.- 'T., . , 11 gk .#. " . .. ... . • g- ,13. E 5 ,0 .., , ., . ..!- . . . . AK,..E .... Ag, ..., s= O' .--- .. ! .. ... ',..:. • :.',.. • 7" ki 4 \ a I .... . . • .., ,• -,::'. . ....... ., .. . ,...,' 1• ' / • ,,....----v-..."-- / ; --..,..:' .N /------- -... ......, •; ii51,;:iik5 . - e ,.... / ' • ili ig'ill II E i 2, • i 1 ' \ 1-- -•.1 ir ,./.,-<, i .. / .. . . g g 1 1110 II E.P.P. .;t11,ta 11 ..t'a8 3i.sallo ,11 / . ,... riaguia'a,p. 31 v --------- . // 'N:.......-2. -:. .,,..- . . .. • . -4 t. 2..E,8 8 $1811 1 ..- ,,,,, • Z---- ,.1 . ,...., .44' • : // e / ./' . • .. - .,,k -4; .• 0: , / 7/ .. 1 .. / /'.,r• / / . . 7 •.; ,..,. . / / 7'. -= .. i .T'',' , • 4; p- .;• ,. . . , • . / / /,/ N,..., :1 •.I v.4, T3 , , ... / '' ''142, 11 . 4. / i ,• ■ ,-.64. 5 N,,.-: ." ' 1 /. . ..„... ..._—_—......,. .. 1•.: i', ..\-.7.,' ' , 1• '1: A , .. iX. _...... j .. ....--.. . _ „ - _---- ----- .. sr'. 1..-i; :: ,:-..,! , • ' . . 1•,'1 k•••' --• V, „' en • in. ua. .It■— a0 ..... .-.•. 6. V:•I 4,1 ; K. 1 il 1. 1 i i'L• 1 .1 i. , • . . • 1 0 I . Pri 0 I 1 crl i 5 z -L 1 . . I --: -..1 I T 3S ... 2> • FA .. . 0. ,7,a IA • ..A ..,, ■P .. E H.'74 n ,. .•.-3 t., 5N 4 g * KAPRINA FRANK DRIVE i •1 " z,,...--Z;Fr=1; :.■ PORT ARTHUR ' ECONOMIC DEVELOPMENT CORPORATION AR,ENTaux ARCENEAUX & GATES zip, . kill r iti* & Consulting Engineers Inc .n—P ..., t,4"4,'"xi :.; GATES gngineers sur■eyor. PI■mer; ....,!A ..., ,....,,,:4N1;,1 .v..• PROPOSED GRADING SITE'C' ■ I ! st7.;.=-"" PORT ARTHUR,JEFFERSON COUNTY,TEXAS oi cm O i N \ D A! e e g II N.! •_ 4 uNi f1; a fi•:',/ ,..7 j / N \ \ ale 2 f';= e I Isle I. i < , 1: ' EEk::la p k k k:klk k a l 1 d � Y;.8 8 b B I@ C s -� �� /..� \ �' Y YL 11 81.1.. / /\ \ �.. I '"'°' : • / /(. 1 I f(.418 all;48 f k8 aS 8 Y4 l}• _ ; \ \ i Y' . . ,,,,,iii n.: 1 N \1 y.ep_; o ' < i�J. 11' ..•, A 1 - E• • i • • // �` ' • • • • • . 0fn . 03 x 6 Z Y i §g a; s' * KAPRINA FRANK DRIVE ® 3a ,„r;;=' ?.,,„ PORT ARTHUR AECENEAUX ARCENEAUX & GATES zm I'="3"= ECONOMIC DEVELOPMENT CORPORATION & Consulting Engm« Inc. oH ;r ,,--4 !FI .. PROPOSED GRADING SITE GATES g°Aso.row croe<i COMP.„/.. = ` y``p •; . v I 'j,..'' M....L, - °`"' E' \ PORT ARTHUR,JEFFERSON COUNTY,TEXAS "" ---- ,.. ---- . . :',,. . . .... ------ -.. -.. •• --, ------------- -,- , --- --- __-- \ b CiE 1 \ \ . .. .., , • . .. A 6 g§ al x Zi .2 \ t iR1 /1 \ . . . . A 3. i 21 I ._..- . \ . • 1 . : -— • . 1 1 , . . ;;;;;;;;- .".,' II / II II II 1.,., . ass8assa'! i --- — ------------------- it '''''l snsntsen. n n . II II II ..•. II II •'1: II II ... II II ., II . II II t: snexans. ', II II . .. I I 1— -- --7:ft II II 0 § IS:1111:°!, ti 33° lililli :, tii ti'.....,I F- 3 CO :i '.1 r I 1 Ei l'-':,• > m 1% :4 i'3. i t''.- cn Gat IGGa ° _ I 0 1,• i:::....; 1,, , ....,-;•:1 r ,,,, :: t'.■..ii ;; o G E. t TISTSUNG 8 I II I • II il I ;;F.;I F F Zf 1 i t',1 is.° ". . .n .2, '' 1 i Z,'A c° -•' ; ;;"4 53 II •.I.!.: /i II ., -\ - i II I -- ...---- ---- =. --- — -- ---- -- ---- --- --- 4 7= 7----- 71--T.' --.--7.-_- --- -- ---1..L_I_-- -- --- =-- --- = - -- -- — -- —, SAItIO AJOOMA OLO/H01171 --1 - .---'7--7- 71: -- -- — -- — --- --- .., ---- I : • . n • a a * , KAPRINA FRANK DRIVE "7,'N :6.: .'1';'i, PORT ARTHUR ' I ARCESEAk us Ajot.C.E,,,NE,thA,UXE.o.&..,G,A.TEthS -,1 2. ,,,t Obit=12 1*J„, ECONOMIC DEVELOPMENT CORPORATION GATES .ut‘uuunl sun, ' I Cn= „„.„..,, _. A&wow Global Company M3 ,' \ZO.1°•.4• i RI ..4.-' DRAINAGE PLAN AND CALCULATIONS ' I ,...\.`esi,C",:qf."-- .....,- PORT ARTHUR,JEFFERSON COUNTY,TEXAS '' ."-'' SVX31'elaNnoo NOS83d.d3r'):InFaav 1.210d ---"`,‘ •r•." t.. lt 4111 It%,,,41r,s',0 11... 5-Ir. ....,,t ..■,.....s ...q.v. SELLVD 00+9 1VIS 01 00+0 ALLS 311A0Ud"S'NYld :: ■,,,,11,4 :.,1,',0,3 .; gig "at 111-..11,uU,M1Insuo3 V NOWild0d2:100 IN30,1d013A3G OIVION003 c,11..17.‘1,11 E 1.11,, ,,," salvo 4, XIIVaN3011V xnraraotry • I , r.... I: .:;•.■g•S g 5 ei I , rmiav.I.80d ''';`■:.:1,: ='" \ ■=55 . I i I 3A1UCI>INItali VNIUdYA It ? >, .• i.*'': S''' 111rd: !-1g .''1• . . E 8 :8•'; 8- i 1.1/'-4.:0--k--7■.- :, 1.1 I.! 00+S ifIS 3N1-1 HaLVIN 9, 3.1 • r 11 , ---x-T - -: • I 2 d g.§111.1g.g Pig I I 1 i -, : ••=i'i ss\;•• ilW1255. 11 I 1 . I,‘•:..,\ 1 11 1 : ,,, 1 I ..•1,\•,• `i .• ' • • IXHIP;11ii 1 : 1 I ' . : ,\.‘,...■1 I r , 1 • . 211141W, , . • I 'Il 1 7 . ' \,.\ ;.; I i li 1;=2 i i I ' °:'I I ; • , im:;...1 !.,s:• N\• , \ i : • —" "•—"—''''••••-"••••""" ••••••: -•••• . • E i _ 1 ', - 1 rri5 : • • .1A,458888 . . '- 1 , I „ \\\‘‘ I . . 112222217.12 I 0 • 1 - \ 2 I X .. , . ' , > I I ' I1.' \ '• •••;••` • 1 . -2:0. 2 ti I a 11X ! 1 1-'' ,'‘‘,.\, - l• i E egeeRma ; F, .; I . ' i 1 \•:.\\\;:i g '; I 6 f,1 1 1 1 • ' X IP, ! 1 1;1,5 1 -.! ...,,::. . 1 \'''' ' \•., . E I I 1 12.1zgz.R5 1 .i 5 1 1 : E . . ii. _Isg.siss I '- I : : - 1 ........................... r..,.;..........,....... ... . ... . ........• ••..•..••• • • .• •• •. : .. \. • z! k : E15 5 5:5 5,5 5 < 1 ' . 5 155555155 it . • ' 1\,\,,ii • ' tI'114 % I . \'`i • :•• . X ill Ili ti - ' :;1;;;:88 i.',,r:;,,n El I ' . , if\\\\■ ': 1 ' 1 \\ ., ' ' •• •-••--••••: - .•.......•.••• Pli:. '• .1. , - \\\' . I :. : • • !sisias !g d'e e. 2 0§1,17!'"13 I . ' \... . . . . • t ;;;;; T-.._ I s?, ..1:,:::::::: 1 • , : i:N\\:, : I 1::1 • ,,,,,, .07GC1•L MI - '' • =-71-c, ' 1 , 1,-..%.1-r ' i',9'-::1:1 •,. • : 1 .8 F. , , • : 13,1 el.A.3aq t t t W I - • ' '\ ! 1 li.. N, 14 : ,_1 JOTS■17 L.§: i t ilk.t • 1'rg. viIrs : , 1- .1 1>.'1---(, .C.6.13 li.17■ CI - E. 1 r re : : . . . •. .. ,. • • . \N 1 ' Vt11--:-10,1T-t "• A , E g ! i ."A!g 1 1 P I • ! Y.\' '! I g I I \ ..1■01.4 n1,1 • -. . ." 7'"5"?' 1 ' ' ':I fi I -,,,L.:e. ' 1 • I - -' ' I . ii\.', N, :1,,,\\ :,:-...\\.,„; -I 81 : 1.3i I 1 I 7 %!'ig:- • 1 I-7. .. .1 • .. 1 1 ,.•::'•••• 1.cl-a 11 1 :„.5 I r., g , „1,,, :, , . ! ,:\\>:..-: I : • s.:-.,, : I '5" : I i , ! •X • , ,•••,-..• i : 1 I t , . „ • 1 1 , ct s i.,- --- • 6 = ...,111‘.\•■-'1'. 1 I , : a, 1 • 1-J I : • c.... I-I 1-.,-,,,/,.. 6 • ,- : - \-4 • N".., '-g, I • l •, :::••••-•-g • . 3 • 1-•.:.I: s 1 1 * I I 1 11 I 3 -1 . - - 2 g'1 •'-\s i 1 • ! i 1\..,\,:.•N, .., 1 II 111 111 1 . .' 1 1 : 1 i 1 g • .1 1Z 1,\\\......,.. I I I NN' gr I ■!,\;•;.; 1, 1 il : ' \\\.• .7. .■,1 1 1 i • • "11 i 1 i li 1=°4;'. I ■,' '!1'.' ;i'' 1 r\‘'':•\....i i; 1 I 1 . .... ..•........ ..:.... . . -, r- se •,.,>. I g •:( P...:, 0 i I; I ii 1i1g '1e1.11111 '1 :'• Ft2: ! •,.': \' . 1 • !. ! H h w_,,.., r.ssi 1 ; •,22d t 1 I ::.".,.....,,,,;:l ;. ..1.'..-;,1:-I . ',-s,, t g§i1,1 1 ' :..'-:\;,'. J,' !•;• 'a i! i. 7 -''•-i:41 1 •''' l g 1 15E°.:§- , :' • .\ ! . (:=-•/,7,-! ' fI °I l'•I ' ': 1 !I ll, 1 I I : _ i g ,, x ' urn Ms, 1'51 _5 4 , i,,,.5, v.,.....-.-1.'1'1 , 1• ■ 11-. , •.,,,(---' WINO._ . l , ‹jH 5:;%:i7v-ft• 1/.111111 . 1 • •- •. -• - •• . 711166101‘11‘41111 U. I i • ,' k■":_.' ta-.015020.1 1,0(‘ ' =........ :,., $ 'e,- i.t.=;•.'-'•2: 2.1'•i•'',2• 1 . : i - . : i - ----jt -• _ .,...‘;:.. . : .-.. - ' —1—'-- v . • .z 1'.‘\‘'• ,a..,..: 1 2AI20 dA00AM 08)11-1012 1 : r'';.;. 1 - --::ej - 1... \-,:,,,'.21777;.;\- --,_ I — II :88:4 t ,I., ;;g 41 .. :,:: 1, ' : I g0?-7, §- ....g,,i„i: ;,,;: I•Pt1.t..:2 ' ' \ k', g -- ------.. ,. .,,, — '8 • I . ,. . . 'i g °2 '27' L ,,.. ■ 1 '. . ■11' 'fi,"0, tl .i:, -gg " ' ..,..c., . .• E,•=5, • ---i. - •--- ——•------— _ .... ._.,- _____ .,...,. ...... ••_AIM-- EV, - 1 I I .. . ... , ; . Vg5 I ti T 21 ------ -------------- 12- l'A • 1-‘ I• ,,t, • • I 1 ! ill . 1 ! ! 811 ; 2 • I ' : ! . 01 I- n....gmer,;.14. ::,:::1 — --••••• ---• • ______.E.S.i____7,4 lik7,7:7LIEM:i.__ . rtEr 3a13! 2, . • . , ,I.o.,,i I E, ...•- .,. - I • i ' . p..04_ '.7___'______!:'• _ ,,!;,,. i' • • . . . \ ms ■ P.' ., ' ;••.•••..••,• • , . --- ••L ---51,--F• - m • -'' • . . .`; ' .----7"---4---'-'2+-..1,g--- -7--... , -=•,. • , •,•-..,§,:i,-,.____ R I ! '117'T.L .,..•‘;`,-....' is'-.8'.•''..,1„. 0,.• i, P fesgs:'0%.7.1rai. ' N RICHARD+WYCOFF DRIVE I .‘ , ,‘,..,. , _ 34.FA IP.EA.1-> ' : I •1 • 17...P, :- I • S Y' • .I, •1 ' E... ''.. E...,E . •• -... e • i `A.: °-.°0."`::; . 1 11111M.- " I .12-1>- '...-•;:-L--•-••• •....;;',t..= -- , , • i • 1.....-, . IAEA.AMPS, •-•'• “-I' - I I i'S L ----• l'l'''."•'• H ■',..,; V-"; '44.Tvel ' .I 1 - \ L I 1 I \, i li',',1 -,i, . i 1 .-• ! H v'T.,.,,t ';illoriltlEll 1 1 n gli fi....F:- 2:iflgitiiiii ............. . \ ' . I. ........ . i • -4"I' z.13 IA 1 AI ' :1 FA I ' ,. ‘:..:• 1 ' .:'''7.;gill l'S..1 : r411' 1 ,,,.,7F-.,,t:.12 hil! I 1 ii! 1 II 1 ,,„.I, " ''''' ' • \ :1 :I. , .,..<•. } t, 1.\\...\..,s.,I,... • : i -47 ',A A:1 1 II • :, 1 1 I . 1 li , ;1 1 i lin •• , , _ , 1. 1H, 1 ▪ :;- —..• 91 1 1 it , i, :g ,,,• ,......‘. • ,.., N.',, , - • - ''''''''' '-.. .; . -',.... ,, 3 .:.........7:1_,•,,..:'I ' '''. . A. .. .I'\\\,\..,'.i ...L.'''...... i; • I i ' q\'-,,.1q?, cr, . . I P-- I I I il" , , . i.., ft _1 ! . 1:..••„.,•,.‘.„., 1 .., ,-., , Ef..„,•XN-1 • 1 2,-9...\.'., i i 1 I -12 • ' " " , . . ,...77,N. , • . , „,,, . l> ! 1 ' 'E,X-71" I 1 1 ,/ . :i.,\\,:.';,1 I '" I19 I I •-•• :•\`‘, „, , . : 18 .\\..'.,\\II : I • ,`''''- ,,,c-ea,.,,...E1 \ • 1 1 % I! • , !. , .-gtr.„°I ,,.. IP I . :1'' 2°. . F, ; i i ,' I \ >''' ..- ... STA APAAP ' • I •3'r. ...t...0 , 1, EP'n.o.-.s.or i.../ / ' • TYPE.C.CMS VAC • I ' . \\ \\I ' . I . ' I iti0.1i1; . i 1 llI:„E 1 . . i!,,PPPPoLl i. .. ..,..,.....,, i- gf2T,4%. .._IL.=- -------. I , =P1009,;!-.. I I; • lEiEjElE!;11 1 !\\\,! :•••••`.‘ I . 1 ,,.,,a O' ,',' i ..74‘,Irni1V' ig ,MIMI i 1 .12 '',;.'7F:j I ' ;ii! : ' i , \\••'••-.-:••--..•-,•••.. i g"••''1 ' II P'4iII'llrlY.Igi , \•‘ 'I. . i I , g , ,.•.?, ,-.:...-.1 1 , , .ir. . 11 1 r8,--Thi•il idrii I I !ii Li'. 1..c,•:..N*F.1 . 1 1 I \‘ s..t • I i ! I ! Eci 01,,FEIF,1 • . , I I 1 P 1 510..7:17! '+‘.‘.\\'••A i , • I " I I •L_ 1.• 1 Z . . . I I '331 !iltildEldsigiii I 1 ;.-11 li Iflq0.101i1 I .1 I ' 1 . ,,,,, I ; 1 1 .! ,,..,,In I i i...\\,. , ITI,IgIyitIll, ',_ :. '_.''.. . .. .__. ... : • F,. it : 11.11,11PAEI g . k- ,t ' „ •. ', -, - ' ' I 1 El l' ,AI I. 1, ;z19C4IE EI=121"I ! • .• I f, : = L,!, .2\\•i ' ;------1 _ !„..\\\■ I •.• • tl I ! _ \ _ ,, . - I i : I i ! ' 4 III ! , : i Vgl •••••-..... • , 1 ,--• N\ .!... ' ■ I ' I Ig 11, , • IIIRILIFAII • ‘,,c•\.,\ I I! 1 I . I • • I \ I , . I i•sigigl.:.124,1 i \.::'.: •■•.' i i 1 1 I i sil s'HuASISp,,, ' ' 1 I NN\' ' , , 1 . I I '1 1 itlEitapltki°! 1 1 l'i ILniEd00! i . I ■ , • ! . : N\s;...' :.■ ! 1 I I I I t I j :; il • ; ili , 1 I 1„ 1 1 t I ' I I 1 f. 1.•i5 0518i:.:151r:11 ; I'g. \ •iE,,, ; i ._ _ '-''— 8 2 I I 1 li 1! ! Llm '11 g 1 1- '4 0. rg. MATCH LINE STA.5+00 i-'' I l-,'!! i I I I I I ! ---.. .t---(11)--4•MC 3,1 3 trg 3 g'• 5 88 esii l: ,,Fs R p OG 0 * KAPRINA FRANK DRIVE I i PORT ARTHUR V" !I're:7r-i4I , ECONOMIC DEVELOPMENT CORPORATION '• I I —'' ARCENEAUX ARCENEAUX & GATES 2=■,..A.I t-.. 41.,-,r.iti.V.C._;Af, Consulting Engineers,inc. .i-P, ■,.. WS:A LI ii.l'-k :..1 ...?7,-,:: PLAN&PROFILE STA.0+00 TO STA.5+00 y''',"'-' -''''''' ' - '- ''''•-"''', A SUrrow GOMM SOETPAM 17 '`••.s..,.(1.+6",,P : „ ;;-...:',/" * '-`, .,; ...... PORT ARTHUR,JEFFERSON COUNTY,TEXAS ,..„.. ,..,..,. ,.., ,... ,„.., A MATCH LINE STA.5+00 .8 ' : i!\ 1 ;\•‘:;\• 1 . , • 1 . • \\.\;I \I I • I 1 1, , I ; 1 1 1,•, 1•— ;1•;—I..........-— ; ........I--- ; . • 5 'I ' I ' I • ' Is..\\'•!' ' ; C.1 I i `:°,1E1 i : ; : 1 : 12 '\'!'-'•\\ I I > 2I; I . ' ' I' : \\:.\.1 i ' I • g , 0, . I t I 1 ,,:•',:\: m . 1,....1. i • A.N.,,,,,':i•• • •• .................-, , ,. Ild , • , i. , : . I : 5 I I'' :I:• 1 .N ' I I • . ! ! q ; ;g_,„::\,:. N \ • * i I .14 , a • \' .. .5.: i II::- r ; t ,.• . '1, . .- 1 - ' ! . 1 1 . ! , .mmP5■1 9 i ' ty io pi rr ',., .'• I Xi / rzIYAWIW--\\ I • I . 1\1 WREL.glor \ . , P FRObtrOtTdArt i , 1:.. "-,,i ' -" immr . RIM EL..104.3. ■ ,1 I 1 , 1 . i .5' .!:, ' ! • -.o.q.4 A ,•: . .•i . •• 1 :X.,''.s..;''',..\\'1',■••!'..",. "'"' •• › !I.•.••,• 1•;' ••.- ;i,'1 !',.i ,-ati12=3e.',,:.eT-•:.. 1 e'. F. - 2 9' \ i 1 • i' .` ...... .il I. I i i ;rn'T'f'77,,,m1 T. I , '-■ ■ ' N\ - w■ A 7..mal-79 75.Ai ' , I I z"Itil , . . ,•::'..''f'=r.,,tM,,. '• . , z,,i,A,A1 , . ' . ;••-•.,••••\` ' - ' > ' 1 . ! :ligZ., . , \ / . . . i ,„„,im•.E: . . NN,\;. • . 1 ; i 1"'d.:. :13 /li 1 ; • . ....4_,I ,S* , • i •- I I, ;r;-;;‘5,:',1 -1.'s 1,,,. I§ ..- I . ' II ' ■.' ..,i.. • IR 12- 1°': ik k - • ' ! , • I "' •''''' i ' i 2-'. • :, i • i ; , , •N I I I I ■ I I i I I q Fg 1 E4 4 4, ;1 s Ag I p 0 :;,,, !!1:1-41 I iElak1§121,..1§11 ii IA ,-. 1 S o WililiiilzdE 1 i iz,II: i rk101-00-1 ilided r41:5.16';,.!;1,,AJ 1 lialI MilliiiiillIc 1 rl.71,,InITHI,,i i 1 II [-,.,,I.H.i,i,1,11 !II ' 1 kiiily,m,.1 , 1 111 1E1Ek111110.01 Eiiiff6li =.' gl !!Ill I 4 14101t1 1 !•-.1g1 1,..eitgivi.!512, rniVililt 3i51 . IHIC010.F'1 1 • kL,_Li LL 1 ,F1, l'ITITITV! , ! . • i , 1 iIpki05,15'1 Hqi41,..!N -i 1 t * KAPRINA FRANK DRIVE : ..4-05.Tipm.,„. PORT ARTHUR ef ! ! , _.,..•• AmENEAux ARCENEAUX thace.GATES li Iti 1,94.4, ECONOMIC DEVELOPMENT CORPORATION GATES 1` 1.1.2;m; kl . rSVIgi—'..-ri PLAN 8`PROFILE STA.5+00 TO STA.7+50 ,.:,i';`_,.:"''''''!'''""',::,... • Jr, 17 '' "":\'C'4'41"'Is"="1--- PORT ARTHUR,JEFFERSON COUNTY,TEXAS :...": .„ ,..s- ..: * \ .... . . . . • . . 1 ' MATCH LINE STA.5,00 • ' ' — —.-- . e I 1 1 . -•'-- .- - - --- -1-- i - g ,3 • -..-4 ' E ,._ i...--:', , 2 . ; 1 , 5 ■..... , . • _ 2 M I 1 X li.; •. . . . eh- I , • P I I I ' /-- \ , 5 v •,., :,...-,3%,„, (..r), , I:I i 1 i \ ',. `,. ' i 1•1,i1 --. i • , k-,,,1 Q , . , • • * 1 ■ Q--'''\-',D/ . ' I • I, -. I I i. , 1 - : I II • 1 , ., 1 II .. ._ . . ifti .z1 ' I 1 1 • , . , , • I I i ', : , Ili i 1 , 1111011 I . , . . . il illiliiil 1 I g IT 1 i I , A r i 1 • . 1 I h I I I I'I l'" .,- • 1 1 5.I , i ,?! 1 . 1111U1 11 1 i : I r2A S .4•0-tItt! ' m • , . 1 i ' 1 lil-ry \N--,,,......_ • • . 1 it 11 1 ,zi. 1 i 11 i 1 , r.1 1 , 1 1 ill i,odi 1 . I, - . . • * i , 1 i \i' • .••• , i. 1 :, III 1 ' ■ 1 • i • ,, , 0: - 1 1 • .$4 0 i , • 1 i F., , • ; \11 1 li 1 • .,.. . ■ ' I 1 ,* 1 „ 1 g , • I i 1 , .... ' 1 i111 1-,- ', 1 1 • 11 1 II.• \i 1 . , ' I ! '.• . I ' • 1 1 1 1 •, .: I 1 \ il 1 ; . ^ t 1 \ \ 1 MATCH LINE STA.5+00 . . i ' . V: •"'"----Z--1:5—AINC a 1 KAPRINA FRANK DRIVE , tg, '', - ; , PORT ARTHUR - 1 • ,..-...,„ i •,, ECONOMIC DEVELOPMENT CORPORATION AECENEAUX & GATES 1,'A A , 2-‘4%;:t,,t.iEl*...;; ARCENEk— C011.1ting Engineers,.Inc. t g E,, .,:., z•9tr.,,..7,ti 1 r I ',:,.„:',' STRIPING PLAN GATES .(s.$4:1"1:"`'-':' PORT ''._ ORT ARTHUR,JEFFERSON COUNTY,TEXAS „ . "--- - ' . I ' , 1 MATCH LINE STA.5+00 ...7., __ ° ---.0.-----.--- -- • ' . ' \ ' \1 . 1 - 12 • I , • i . 1°,. _ • ; ; • • --I- L__ __ -4 _... _ _ _ . . . • A, i , 5.. 40•11 . i '.-'.‘. . III ! , iviy. -.1g, — I MOW - E › • +00•11 ' 1Z'Pi ii ' " 11.344 j I I . I ' ' 1 P 111011 I II ,/ -.' - S , • ' I , . 1 i . 1 • K ;i1 • 1 m, ; 9:E4 . • 1 Hi I 1 ii i • 1 I di I ki . , II •1 I I • 1 : 4gii■ .141„ I li il3 •f: • 1 , I I • II r.:51 il 1 iii . • I ; 1 1 . • ; 1 1 I I I I• 1 I ar:::7-1r1 ' ■ .. I \1;111 _El ._I.;•r) I 11Y.Iti 1 . i Pr.,., . i 1 • ' 5 ; • _ I p K.,,,,,,,..............._ qt il; ...., . E • I , •. 1 : ! I • - 1 • - • I , • . I 1 1 i IF , 4. \ ... : , .:e'i •Hi lii;. I II 1 .1).. . ii ! i • 10 - 1 z • . '• I ! • 'Img: - Ti I; '01 : I 1 ■,9 1 11 g 1 I I ... I • . " i .. , • \ I , 1 • I ; "I 1 II I I • ," IIII ' 1 1 • ..-il ii \ aa , . ! '4 1 • ' 1 1 1 1 1 jr II I • ; . 11 1 I i I 7 1 \ 11 I ; I I , • 1 . MATCH LINE STA.5+00 . E I ■ * KAPRINA FRANK DRIVE I • I ; ;•,;;;, \,•,--;e1.1-;;‘>,,, PORT ARTHuR ;a II g liT°1-7•4*-igi .1, ECONOMIC DEVELOPMENT CORPORATION ..r=•;- .„.., ARCENEAUX & GATES ".^rg c. -elfill.4 iii*. ARGENE"- co wnit ing Engineers,Inc. 6 .,• y•,;;Aton 1 l, 47." SW3P STA.0+00 TO STA.7+50 • I I ,—.:.. I ....•• GATES PORT ARTHUR,JEFFERSON COUNTY,TEXAS ••,.., „.•,, I! ,..■ , . g',, g :,m !! g!=.1 11 1,,!!7 9 11*-' . I •• . T.; , 1 !I Z E„ \ — g F iAi moras•ir 1=, IIIIIWN _ ....... i—I agralFAMIff/ il-, , : "• f? AMMIWarlirff , '1 u •i t73 .4 1! 11"-{ i'? s' ■ . • ;■M F•1; ,A.....-..,_ l'K ::3' '. ■ \‘.■Aall.j.ragr—Alr..../EVAIMIMIr 11 a' jgria,,,,ariair'=■,/, =ti t. 11..-i -I !!0 I, ....d...N ,,N■raw..-.. il Z -a ---/ '.1, ',• , II> . .,& \.... 1,R Z 1 , 5 to,,,— '■•----'1, : ..CO': 11 X s, , -,li > ..-• li 0 < N m K 0 '-.37 I'— z. .-6 r .1g „ ........- 2 6” -S.' il Z 73 i 1, 711rrt _—.- ,.,, 4 7 . - •.°' 10 'ThZ 4 .7„.. ...... .,,•.. , -2: .:f.- . linq.):.--- ......--.7---•_.---- -- -• -,--..-1.--------`,A, i .._... .....„. F..- 0 i --\• _.. 1 \ ' i r .I,Z 1...-' . -- g Z 11 !I OD - • -- , 0 7 g;;W liF M gf.:P0,- -"-51:1§ 2 .1z 21 m ill i?II 7 9."5 ITI i: :I •5. P 11 1,cn 1 1 /I s... 4,." c„..• : -oo ....,. .: , ,....] . . 170 .'..s = 7,23 0 IIP i 0•'- -.1 1 1-4•=s17-',,te--,' .4'•"141,. . i 11C .8.1 t 4.:3-I 1 t7 t• 11-1 4=-,1; ' -,, ''n't*.I'" - Vor.... 1,, ' ic •• c . .sr iP; ,Witir..--- g. E AWN - t ;Ia/ . 1f 1.-1 •; = 'F.1, -v 2 ? I, iF .' ..;-%. 'm „k g .!.; ;40— ..sk-..•..; i! ,,ii*iir . -.. - ; , '-t-ss-tt 4 "At iti-1 , • ,6*..,,Arv- al.....tv. .,• .. 1 .i l'__,— a i ?,:t •i i , , •,A44.,Alf., • ' 1 ":" 11--‘ ' * Z g 5. ,-' 'l'IP i .jiar&M.Iiit. .!■ i 73 : 3 p... 'ow , Iii m rt . 11 --•9; - 2=k V2 fi c 0 14!iF- `-',ISF. ilF,Ii .7, .:TU 11;1 "I" ,..F, =2.3 r- .1 ; el .§..=_...;:,,v8 il Z 11 `,4'I: 1'1i F. i 17.• F1 li Cl) - i =. . P • ,-.‘" ',5;i li 71 ::-,.? -.."-, i Er , A g 1 1.• 5. •I':.s•r= tgr'l • r,g- / A =E I . . - li .11 5 --.,:::::-,1,,.,,,,-;._,-,,,-1-i,., ,i / ..71 / ! n ,--, 1 , ",-..: E, `1E 11'. • .14 'r•=. ......1' r 4, • * KAPRINA FRANK DRIVE , , _--,n,,,, _-eti„:!,::,...■■, PORT ARTHUR ' ECONOMIC DEVELOPMENT CORPORATION :i ......, ARCENEAUX & GATES ^g P . k;.T.:!1-„;11)4,.4 - 1 E Co ti giner I ARCENEAn^ nsulng nes,Inc. .4 5 g ,:, :.4;•;„-.1;,:f„:::-.-,.:,,,1 SW3P DETAILS GATES Engineers roc•s/un, ,l..... ‘1,'0, i■i„ 7.• .7;'. 1E1 4*.45 7''"`" z., .4.,.. *.= ' . PORT ARTHUR JEFFERSON COUNTY,TEXAS A' m I X D Ig y i '' o " 4 7' o A 2.1;6 r r o n ooR P $ § 17 P P ! ° 2 z ° z g a C -Q ° N F 5 N ° ,#, n n Iv' S c0y .E .E ° o i . 9 A g gm ° I a s 1 S r C I - £ m Ig _ _ ° F pm = ' 1cT oa I ' m = ° a15I s11,'m A ' ''Z'' IJ I i _ m R° a o y E c k 3 p1 n o I% ;n u I Pi Ic- N _ # $ 91 1 i N A _ .7; - Ig a o 2. o � - I, ' elo a $ N ID °I� z £ = gc i S S yIc S _ _ .t $ 5 $ 0= y F, 5 m Im = I :0,1! I° c g I' :8 a II II $, i ° >z N PI § Ton ,^ PE Ig 5 I8 I° L.2 a . - hzi, ° N9' oz o VI' 8 0 L- c,:l 1:_,____J- iTh' 11 F 7 _ I 1„ z 1 'o .. - n .E m c ° A o ° m z 9 I R C rq; I ° o 1 E ° x 1. ; I v x !II, Fr __o=E.§. Idlx 11 %II � � � �'�'� � � " Ix Ix = � � ix � E -3 0 i ;ill l 0 3 u 3 s' 6 ° -1 ^�z r5 'Z ^� M z ; m $ ' '+ ? - v m Avon zy z i E ° F Sr I1 z '� _ o f m c. - _-.P, ,' a � 8 P 1' Z . A M.7 �, z I� m c a c. I N �„ o Roato^ f K !Oil -1 - 9 l i N C ;50 ° - 2 IIF _3 „ m N c 4 z ° -8 3 4 m ° I• P m�c 3 - °°o R r O \ g n $ j Nom ,�I i�1 3c i A 9.4 -,--Ti, A O 3 n - rc .110 N 1 m 3A - is ° 0 -r Z m -0 1 II> 1 Z _R3e, 3 O A a ; T IJI n I Iy I Io I—.1 F °a a a °-t5 i' r -i S z - 5 I I I°I I I I -a I I I I 'i_ IZ IIO I .18 2 0 3 03 _ _ O N 8 ° I KS o l� 1° tn'l ° 5 N i g i ii _ I- o - - r O - - i o N z --6- _ z D (I'11 a o ;q N IZ i s m IJIL I 6 O _ a _ F 4 N y v, ~ - 3 8° _ - m - - z g n 8 S = °R 9., - . _ 3 l':'-i. 1E1 2 0 3 c= „ . 3 -p gb u=�=N= -- - o� 21'11111- iii- o B -_ _ g - __ _-°i II 'I -A4' 5' ;,11.K. "= - o r - 0 e� _9 "o o „3 11---z-,1. 1 g8F 1,1'12 5 _ - ° e'- .33 0 0= - o 77-°--E- - - $°0 -- - - crz 33,0 :---'- 1"i i'Ill= a-_c r 3 °' _ IID'i Gg �a8 cR` a oie Se$`^� R oIs"__ '1- 5,-1?-.1'g.'° - - c 033 F i n m$ _ 30 o al.o RAE:: - . 6, o . _ _- __ _ 3 _ !Ti KAPRINA FRANK DRIVE PORT ARTHUR ` o ECONOMIC DEVELOPMENT CORPORATION . ARCENEAUX & GATES ��m Sy :9y SW3P INDEX I ` ARCENEAUX consulting Entf ..oen, ° �i 'y9am ,• o.. •-.•`•.. GATES eo�A Bu ur..>er. o; '\ye a ...t r. umow G,:::7,,Z: may ` ..c.,`` ,l��!__- PORT ARTHUR,JEFFERSON CO UNTY,TEXAS _„ _- ,_ .._. _ ... . - ,-. . .-,,.c .,'.'•_•:" toF3r,2 .-atc0.-•-•-•c••••= 14 :.:2bLP.:.2*foc!„F.17. IT -1..,•-•an.\,nEr-'- , 5' , ---- 1,',:z'e,-i•3:74.-," . i> 15' IV ,9: 5't-i•-•:',"5-i3.2it i , . 1— I I ! i -,,---k-i-e,,,, • , I-0 • . , ti I,. 10 55.7r„ ,/,,':•'.-:;,, ,.,•.\.\'•*:.••'i "- I . ___..1"' '. IZ ■ i i , , ■,.. 1 , ___„/„.___,. . ::z.T.kri.,4,..;‘,4ip ,-..,....,,,2..\1„, ..,-. .-,,.s i o --0-, 2,-3.A=0 -,.,....".,,,\!..-.:•• 10 I 1[ , 11 1 ; i.. !• i I '/3 , It !Z '' ' . , i ' g I 1:77/71 10 pgls_lle:.;:-.-^- , '/' ■1'.-\'.'‘ '',,,‘ ' 10 I ---t=- . 2 I 1 I I 1: , Ir- 1 I r!..--. 1 :m - . „„ , , , x. • , , --t 1 ' ! I 1 ' _t._-•__a :> t ".1 '_____-!,.„, :-I S.F...',I.T.', .'";'''',. '',/....'.//, '''' '" k . :. 0 ,z i ..1-i m -..„..0 ,,,,.. ,., , ,•,\, ., N.,... „,..-_. 1 ., •,,,•:•,,E ,...,,, _ .....„,„......, ,,,,, > K-:___.7_-_ „. , • ,, •••,... , , ,:„. . .„/ •:„.../... ...,-. .. .1. --.„ ,m , 1_ • N, •< .. 5 tt.t.•_-----;_„„..- (r.:1 z cn i,!=t:t-::I'7 1.',t;1',: :• 7:03.,IS '1. Z'. ;i.!.zr.-t _1 1,L__•,•J,-•,.•_....,i,1_ .4t.4-=.:yA;-.:•,..r:t-::-t: !,11!Cc,6-i.5 n)1 ,2r-::1,S:.!1.;-9'14.I....!.,.-t,E.-,.,5,g...-1,.•;.:-,it::-.-7-,.-.",,,-.-3;,7...,•-:G In:'-"-'',-: /;•,-...://,::..:"..-:.:/.!,/.:.../'.> ./%..:-i2 33 C S //,".„'...,".2•!'.•s. , ‘/.\./'\,:,.•. ''S • --!'!' ''''''''''3 •'';'''/..'',..1. '' =, . 8.!.., .'' f..-;•=--2 -----'--------- -- -- s, 7,.'5.. ■. . 1 E I\ S ..".2 . ■ s• . ,.. 1 1 ! ... I I 2 ;—. - ---- --;•11--1 3 1 • !, : : CONC.SIDEWALK 1 i • ■ . 1 1 , I il iv,' `-: : .-----J, . ' .' I -' . ' - .".., ' ' ).' 1 ,m 1 1 , 10: ■-•-, ) , ., . . 12 I ' ' ■ 1 t , i ,d la P. b., I ,' '1 , , IT! ■ ' 1 ' Ico ^ & 9 '11 ., : .. !: iX.'c t.., i i r:-•-• ,0 i ,.1 ,,.e;.,.'' 1>I M k . .• ', i I, ;.i , . . . - Im 1 1 , , _ . . . 0 1 : .• I 0 a...., ' ■''''. '',. I ' I • 1 t ,.-..,-:..i ' i*I, !III Mil' k' ID 1 1 -..' ^. ' m - -,"-jr •1. i ri ; . Itt 1-ci■ 1 ii. . . = ,, . , • ' I.- • '- / •A - '1 Im I I z i Ir;I________L--, ' ,Z: 1:7(411HT11. ; i• 1/ . . '› C.": • " I I ' ! 1 : -otnni-..•..==-',=I"*. --' it :* -\ I 1 = lm ',-:-r tt / 5.,-.! / I P.', rt-7i / IE --:.i0—Fcls'574'. .' ,-.:2•n I o.0.g:',t i';.,';:r.,;'n. I i' 1.;•,..„.„.1_ C 0 •)it),-:."--:`'IE I ',---1-= -"I 1 L z • I; 1 .fr,.. ..,.. : . I I 1 I 0•22..1„- i.-, b-70 :33r4,1 11 2 ' . _ I'.;- '2 c Ez-,7:;;-5' ,, . . . , 1;1 7- -.1 1 I 1 t Co 0< ..- . , lz .!,--it:t5RE : a- ___L_ '.1 !.-__...,__. 01,Z ---'.----'1 c-t r-(*) ' ;• ' ,--:=•,-;E....7 i ', • m, • '1 ?„, x 2 .,.._, '.., _ , ., > . g! I i ., ,.t, t'-• ; 1 I •. I .T.s -', E: 1 I i ' ; 71'2'.4 t=.:•-t• 2 t.t.. :-,rrlii9,4!1,i 1t„,.',1—:--r1 0 c.5 Z'p.0<2 1, .;.P.*::H L..,--41 i!!I Ii-.!1_i L!.,_,..•„_....-,_=_i'1•t1 1_.'tE1..„.,1 I,,=!,j,1.1■,I i■1:i'!i 1 f—,../_'FFFPf',7 4,•. --•,.'.-,I I 1-._.'.!.'-/;;'-i,-,.'_''',.t■'_,•-•”,•..1i 1,I:i.'•I,(1,;. _,-.._../_ !;:”8F:-7..-1.;:F 8.I• dF'3;S'-:,'I,I 7-_5z02,11l,-"-n`13,.1.,.1 i0pE::.it:-F:.'2,:T.‘;,.!a.,',..14'.'3<,t, !1 Hi-1 I, =' : i 1 _t....1 T.,,-1---.-ff—.;;-., 1-.-7 z- Q --,f=i M--,'—.„-:.-.•,--.-;4 S::,—•c."-,.:1 5--'i.7:-_".r>::..;;.."I. t;'-i'5A',-,,. •• i...:. .•:1:::,1:. .•.• .. ', _1-■,!•- '.= •,, ,•-... •.. .: !.' ,•. .•.. • . , i ! -,i9,:i Z%-- -••=--,,... .--',h'..,:;"',"...2 , Elnan,. i • • .,- I tg 1 1 R2._-i •-,,,,.. .- ,z,„ ,:_- ,,,..,•-,. • -- .- •c, •,,-," IF, _-1. - , • , • V I •V 1 c!..-,a / 1 ..7..i 1 ..' , R.,..,- • 7, , . / , • ;*.z. 1 :=.i' ! .. . i . , 1 , , • .., * ,.., „. , KAPRINA FRANK DRIVE PORT ARTHUR .,• , \._... : 1 I • ECONOMIC DEVELOPMENT CORPORATION , I ■ . ,, ARCENEAUX & GATES T II •:4;:t Fs 111*.',54 ABCE'F•A`'... ConsUlting Engineers,Inc. z- F s M.A.VI 1 i ..,..1 PAVING DETAILS GATES engineers Surveyors Manner. T..‘g .<, ....,,t?... ...?„- AM:now Giese!Company • PORT ARTHUR,JEFFERSON COUNTY:TEXAS ,. „„, - '•-•-'. . ._. 1 • / I s yr 1 - ' r9, -- - fr, t, ——1 : 1 r:1• ' E , - . :,.. .4 ,,:. , , , • , ,,, Q , , ' 1 • ?., i 1 1- Iji 1,,i II-- 1; I/ - .- ' i • -' ,.: - . 1 1,,VI_ !-■ I / ,1 ,, A F. •-.7----, 47 -,i, .., 1 ! ' I• ' i -'''''' 1 F, Rim g Ty,..c..,.. -. ( ill li - •'.11- .gr. Iutviii4 j15.44: ' •-•'-i 'I; ' i'F;IC) '1I ; .,- ... • .'1....l'..:1 11 1 I g, i ..,' •': 1g i-n , 7.,•5.9 111 11 1' g1, II ,-n I 1••.!•2 ,..,_ :I .. /---- , •• . I;;-:,•i -0 i; .; :.,, 1 '.cn ; .g°;,- 1 i 1 . • 11 • . I • • 1. • .g:-1, g g- M ,.., 1.0-,.... -0 = •st I • ,,. . :i. 11 !, '., • .1,11 - Ii • 111 I ' ' ' I . I !-- . ,,. .1 611---i,+6 §'il cl EIS' ': •`1, ;.°. g i • . -gg.-1,1 -1-1-1-. 1 11 1: 19° .-.,5,1 4 ; 3 i .! 9., IC' ;g 'fil I I I ' •. h-1.; '- 1.--';,, I,it. ',..; k i 0 3 E. g, -. ,,, -;';• I 'I r'141-,1 ••z 1 F..... ,i !... ..i..:.-:.1 .L____11 t IiiK, ': I 1 :70 a a . 8 1! :.I `6•,. 4igi i "11 ,..i i,1 1 1•••••. .1.'d...i - '." = --'-' I. ; bl.gF .VIVP.:—L V-1 i ..1g1 I-1 ''' i ;14 .1 1 '1-1 -11 IP 11 P.!1 '11 • 1g. -...i,;-il 'a=ii'.!1------"--' n I . ' I• - .1....'i.1 a. •— , . I \ \IP 1 /' , ._. •I../ '•• : 1,.0.1.1 1 /24...1 — ■ , •im..1 5 L. •:_i \ [..-,.-\.-:::,J-1 1' . „.:• • c...„..,.1 g ; , ! Ierl 61 0 .-,.. > Co -4 2 ,---8A \ ( T, "----L_r-- i . A ■ , 1 1_ _z ;• 1° ' i K__.) I .5. i. --e..2. 9 1 . 1,..____'N'hl•---ic. ti-4 i, ' , I ( \ 11, ! ri., ', 'i'i,i .g. I • 1 v 1 , . , .11•11 , ';'11 , 111-1--.;17:17-g• 1F-- ' -g• .--•-111k17-"Fl 1 1• g . .-..1.... .■—■•■•• , , s '71 I' • , ,,,,• . 1 . =. 1.' .. 0: 1=,, I,;.••• ':, 1 ■li li , - . E 2 l'i 1 1y .1 . '/ . ' - ', . • jij • IE I 1 '1.. -. A , ; r-...■ '''•-/H!:.is I: 1...' i.k - I • 1 0 (44\ 1,: 1 ' // 1 'i 1 ., .. .. . . . , .,, 1 ,, ,. 1 , . ,,,, t17 -1 !• 11 1 1 i F ,, . .1 17 1 , „--------1„1, „_• , , , • 1 c11 5 '. E ' -1 1 I i it ! :■ ,5 ,V L t 11 :1 I .= . ,.. (7 ,-717--- • • ' -,L4 i .-7. '1 1.1 • 1 .1 7. 1 1 /1 1\,. _ 171 ;• -- ---„, C / , 1.,..,..„___:__,...., ■ i • IM . 1 F; i i I ■ F., -: i I• Id '.1 2 1 -1- 1 11.1 1 , / • __J_ I. .1 ..s..- i • •P' lo I. ;1 P, .2i 1 i 0 / 1 tr- ( ,-ri 1 1 -i ,1:, • , ,1-1 I ;1 ; ! 173 lu) g i 1Cn i: :I . 1 -I !c.i) IM / i o , _ •-• 1 I 4 z-,_.- z i 1 sx ; '. II ."-----1 0 rT, im ,-, i ' !0 1 I\ i 1 .. --: 1;., 10 ;,1 2 1 '. 1.1 0€ I> I i \- 1, — , 1—i I 1 1. 1 1-------, , . > - :. , , _ _ 10 ,.. 3, K =--. 2 2' Z t L. ,., 1 ' -- .- 0,7-.t.: ,----_-., ' •'.1 i.1'-'-'F !, '..•'''; '-'•' -.;,.•'-.•7---7,•:=".:--'•'•--Z• -';', 1-- \ \ L. _L, 1, \ \ \ \ ;e•-• I N.;.:,--_ ..; : .,,r-, , ,,,, .-,.•..••;_ _-:. :L. ■ . • \ A 1 :.7= ',=F, ==', -7'== r' , -''‘: . 7,--,;5 ,7- 1 ?.% g •,,,., F,', \= =:= C. 2 ..;3 i T'-'.'L.'';:' '''7Z-, '•-..7.'.Z, S+ = ".,!,-;!,..'4.. :;,.. F4 ,2 . >. , 2 1 8 9 \ ROW g 'o . r.;r .57. :='.= '- ' 'X i R g 'i:=_'. P •- -•-, F Z ....?.g- r..- .-..-.- • * i F •,:,,,,,.•-•v .+5; ,,.7.. ,K,. ,..'•7.•,,,, 7.: •• I F:-,=1:5-, ?‘ ,.i, '..t.7_,p. ,'- * KAPRINA FRANK DRIVE _._: :. ‘ PORT ARTHUR ,b) - •, - ARCENEAUX ARCENEAUX 8 GATES ECONOMIC DEVELOPMENT CORPORATION —1 Co • I I GATES '":;`,7ra::::::, ..:::::,°" i:%. ''::Z Ve04.„.E;...e'L- ,.:. „ — ;— •. ,, * TEXAS PORT ARTHUR,JEFFERSON COUNTY, ,... ,- . • ' A . a 4 I 1,1 / /• , ROW ROW II, •. : . .• !• • • • • • il . . • . r '.---; \-;"'. ■ ; .112, ,I. ., lz , .111 / . , . .. .. • . , 1 1 t2;2g.i 64, Erg, I . •• . . • I I I 1 . 1 _17 , '••\ . ' • ' I •I A , 9 , 1 (/il 'I Sq'TI oF 58 '2 z :, 1. / I I ----------i--'' I I .•- . I ..__.,,,,,,,-. °r-V,l'i '''' 1E il g', h ,,g17,-„. w,7,, r,:,' R... -5 ; I . . .. • . • I I I l• \ t9,B3 °5 T A6 1 E A li c, r 1 ir, _i___4__ I 1 ' . 1. I 1 \ II P-! - ,t z,cn. ; . - . : •' ' \ 11 il 152 Z . k MI1 7<1 L ..1 l'' 5V:4'••:=:,g -.q..f.gil!= .-1 II' 1.; I g 7=8 or um -I t II _•-.,22-..4,e4s I'4,-.4.-,.I.,,,. ..1,0 I III I.- 4; 4.,:, I• :I.- ,=I'„F'. 0 o i;' ),-, o 0, , , o :' A li 1 • ''''" .3A...: 2 z,r■ . rcli i 1, E' ,',j 4 II 7 ?2.I• 1 ., ;,:It 6: C 1 5 1 8 ; - 2 .a',...,„?„4.B ---i i r „..•;.. : z ., 1 E . .,::, g II i 81 i z . ..-, . I I, A .o," \ \2 CO II iC • \ I\ .. . , I ' -13 ii • . • I.•----r I I • o j-j \ . - I • - • . - • j ■ 1 1 ii 4 .--'-'.., ij / I, I\--___.I'-'-// I I ' • •. . - I ROW I- I t-- 4. MEET LICK • la -. -. I 114', :1 ...; . . - ' ------- ,''''' 5 • 0.0.0. 01 _°' I 9 ;, •1 g g , i • :' 3;49 • li 0 - 1 , 'di i mt_2_, _. • . ,-,1, -,-.:-= „E-,T,, • ' :',55 li '' 10 - . CO ,,,E.4``' ''17‘ ......‹-- `';'i' p., -;•,-'2.;-',-i2.2g?,4 1-.2. ;Z- -JA A rog i ; 'I: e•t.';.i.:A g --.' c 4 ,..- , s? .5... 1:1 t, Ti:,•tc•,.,.f.: 9-11 lit ?....t .,..,-.,,'; r: •E F_,-- 2 - -,:i-E,i:ft ,...,..,._0„..,-, -,g . . ■". '84 8-- .--.','-' ; - sill'. •• "" E7i,°g:, -. T.:g =•_F,„ r.,...r: t - ,.. _. U&;:A,' , 8= 'II SE. • HPi gR- ...20 ■ i I 1 al-, E:,E4 a-7, 11'8'E / NI= EligrE'Af-,'-E" 11 2 I I , ,..I • ) I-0 !..= ,_,,, t vr44,. . , IP- 8E, >c,...1.1,11 12.-MAX..i 21 I - . ',..,... ■ r— 1 l '• g§i 1 / , (2': .• . 41: 1 /. 4.4 °I• 1 F.i g !, 1 1 \ ---. !-L, ' - - -----. o-f.,lo i'6 I. 7 I c>-_,-/- — -g: m I, ..--, . i: - • -,, i: ,jj,....1 . J 1 ,J . . IC) ,J IJ. , i f; ,', , ',, \ ..• E..- ./2*,,,,,. .0 k. 77 '-'1 iv i '-'/i. ,_.—..--- ; .,.•i i ,-■.s ••-',-.. ',..i: E - :70 •.> \ /// l ',. / 1 ■..,. 5, F=. 1 -..-..:,_...,J Tr :Z \ / / •g \ la) I. '' I 30—I II i \ > )-4. .0 21 . •. .,-,, 7, Wi> Z 'co •=1 c : • , • • . - Ic.n (6( .-i ',1 i ,A ,--- ..,,,,i Ito '— I i - = , .0) : 4- " ------, i'l-‹- ,..----------:.■----i..------. !. 00 I.., ,-, ,„f SEY;. -n . 1* ,- .---'------ i .,i i a,,g, ,m ---L- • - I;' 1— '. ,...„...--------- ( ,—, -,1,:b • ,---■ t. .- -, 11 ; -,., i :4=5— :X `..,. .,:, / ----,s, "'• g '0 •.;7., En 422-, 41•F;,, IK •''-' I'.., 7 ,'.--------=....... ,,......., r-,i_ I ,o,'&I ■,-- ,2^, "--1 I ( • •\ E * r_. ,L,•.;". -;•• 4i ' .. ".q.-1:n 'rn o- ... 1 : ', • oc i 'p.2. ;= ::;...-•,F, 4 .1,,...7,, ' 0 p i,... , . g g E- =.':" Es4,., ; - ', 1. '''Er..' Li 1 541 "-,4:-I•i=".• 1'2 t .1 1 •A 0., 25.: Eia 1 , 1 •,: --7-E- ., 5 i I :!-' =:. >7. .1._.•::,=' z--.A .a.;-; •'• 2 , 2,' 'A" 5 47,,•TERE'41,3;',E.4'5',404 ••..,•'AZ,:m-,,z, t.'..: * ..,........,„,, KAPRINA FRANK DRIVE \ 1 I J • 2 .../illAr•'....N PORT ARTHUR ..:- ECONOMIC DEVELOPMENT CORPORATION ' I ' ARCENEAUX & GATES -.,nAi .1'..!7.:iii*:4 ' I ARcENEAUX Inc. E i'- c', ;Ili"...Z irt .7 Consulting E o is .. .,...s„,. . . ELECTRICAL WATER SANITARY SEWER DETAILS I=1--•,..,'":..,....6:::47.,"' PORT ARTHUR,JEFFERSON COUNTY,TEXAS ,„ „j_, LEVELS OISPLR e0 DISCLAIMER: The use of this standard is governed by The•Texos Engineering Practice NW.. Act.,No worranty of any kind i6 de by 7000T for any purpose'whatsoever. TAM assumes responsibility for the conversion of this stondord to .p■■■■■■p0■■■ other formats no for incorrect results or°delugesnresulting from its use. E N 09 _ o _ g g 90 j _ $ ti zv O F U a 5. /.•'• K •O o m -o O m m mai iy E -a `8x ro m a r e ° A a c s s. , a n \ s.—rn \O o m ��a fmAya.s. _r °a; e z _ 1 aD \3� - ./ c a Jm z a yT.�ssotu ;y=;:. '° 'o c c -_� ''�°Qa` CD 5§. J Z �' -Oda\\� J n �\ A F O „ N - i n �� o 7 °r u ��ek -. a z m a np. J _ N § -. $i / ''': 5' --I O -c O0 q y '9 O S a -0 m Ca, a 't a , ' O E' m Lh 98 z o o ' H \ jt If' r� / K> j u, .0.. F:. .'a x `'Awl.., r \ O N oJ� Z A a AA ax n yrF c ® nu I I I^ n g ii • 0 `�,._ m \ -F g n° ° , O G _ aJ� .�_ mlx Z ,§u rc`'� \),I� a _a n _n° i� •u _ oo mm N-H IJ O c o a n, o c� 3 c ,, x a,i C L 4,- 7 ' il, \ .°7 2 ;‘ 13 r_. ::,...,...,r,,,.... ,i ,A4,\ m . . i,JN N °r \g1.2�`� < fiVi a-o Oag y §3 yO` .0 fit,to GN vG a �• . m O9 Q V N 4 J ,3 tV gg is) a C gg, I a to 0 M O J Q r'4. J C N x J N J i mON O K H so o� m -E..' mg O go° i °�' aDD ° v6 ..m 96 O ° o m z B m »�ioz T _ruw` • 33 ¢g, oa 33 N _ p" m �?xa c2 n N 9� Sa¢g: ;,P,3 m ra r 3A•i Y g N '� a 1 0 m !% _ "..I C. m Landing ^: 2 1' \\VS, / P. r s uaw ' gm mn Q8 �� • /• � / �„ 0 vi en r n = ;3a / SO' 9 K§S — erNS .t22 R S F O_�o v ...� O mg`n° aS- 11 m p ? n xnQ o N I [ A s LEPELS DISPUTED DISC MESe ���{S��W•MU•� me u ra ty o sronaorn is governey ey me•Texas purioser 00 Proctioe ��\��� 0000. os worrano of ony kin0 is or t Dy Otter for Ony his 500 vngtetever. Otter o s Or for inc r e ty for the conversion ee this efran it to w�����O���O� orner ro�mots or ror incorrecr reswrs or aomoges resin ring from Its use. Pi D p pomc arc : ; N.' a+ a v N N41' N° O J33.O ° O 2" ii N {_3•N N-Ja • a° p(OI YGfI O NO C OMO 6 Od7 rl II N 00093 ,0000 NE•-•O ~pp° D _0 m0^R-n-rp Q0J 000 -, -el p C? D O- Ov DJa 330 E; Ga a] m NN 0 Cf ° 11 IOpJ 6 �N CJym 1D 0 E A AN°�00N 020 J;£ o O N0p j II °O IN r:::: ON ] EO O NYOM OJM — C, - . m-°. mo-i! m°°Q p as ii =im°aoDm CDC, O�� On� O Oµ ,O] •4 y + N00N ] J] Jw-•J �] ~�• Q�•M]Nmµ �•O Nu°J Z O 73,1:7.:. 410 ;Rn 1 - JiHig O O 0M N O J 6n - °� 0 N +0 mJ Jp3 O° 0°00 D°J n 0N.a ''-::1 { D in n ;.t0; 000µ ON p� NC mµn lO rt�C- O I ♦ ryµ N OJ'i a fl1 f 7• NC-• Oo=E nui N D P Ooo o =o :0 0o c mJ 1°n 1pOCm°=o. a c n 0 c _ o o" gilg gag c., ig cm !HEIR. mg � \ °°-"co NmN mom E 72 �� _=q O o ]_ N D °og- m93o '- E.°. •' moDaEv��OC -o Z a - 0;10 O]a ! For 00 o O.cFJJ00 g 1 " Cn O DM-•O •]A +c a0 S ? �C o °m a]+ 00 9 £D3 ,i O v 4O°on i °?, .a A ° og 'Non co°p 4mt Dpm N� a-.<] y•1 E,.;, s'_ A Ii y 18 a 7 m'm»°v °8m1 'm- Da° E m 00 222 ,7J °O j° 0 0% x 6 a O ag .0 O A 0 A 0.-,1.. + azt o° B; : R8 °° N'O O n 70 v N oo 510 a g 232 0" mn_ 00 2. ;°3 8° v oA 4 J A n jj -4 -03 a m m f a m 3 �y m f-71 C z' o" o� -1.0 z D 4 min. O-• 0 0 V1 mi— a on Ii: -min. O Pedestr ion°Opoo Pedest i o O oaooa D a gryooa; f j 000 0 0 direction O-t `qT"s'� N O-F �j ooboo co O baaatr 'r. < D 11m O O 1 oaao.o o f a O"b ,POOOP- ° ' '' P.7 mr.fTl n�+ CAM ORboo 'C'a 6:00...O.: 37 0.. ... .0.,,„. 90, -•■ -I.-1. 9°Z xi oS §3 co ' �'.v CCD-1 x] ml°E om° { vm ° ]m Z D g m ° am °.,l mo DN oo'O- NE i°o I .- _ ] m � co "V' .cE vEo W j vm om o]0 7 0, m 111 EL _° p O C 10_$ Q E;F> . 00 'C-)0 vI I 1._ m2 v -1 _c Dx ?x °°" �°u, 226 fin' oa,ic x <tf r N°mm Omi_ ° v o °< �°p 030 my FE. °mm H �_ u_.N Qnn 11;':, �°c ° lit Dom p7aN m ao .n Ea J-• ooi -mPm o i m 7 k.-7i o4 •o°n_. a) x o 000 p I mN J° mmmD moa z° m°% ad oc 1 a 95 N °mma MJ o°m '1 am c'� -c D mW nia ~ol o' ,m- -°-E o µo a al mv0 03 3 C �_N tiOp O °O �Q om + 3 - m° H�M ��E-' < o - oOCN - , 0 N J a o O C p m -• ] ° Qo3 £ J p >•N n� Jn� p-p p o D_>' o m_ p _ n X033 ] w 0. i'-= a~ J N •a[ N O O O' J J N ]0 4 µ0 F 0 N 9 E 0 0 51.1 a £R D GG F71t% G. N 15 I v°i 0 N o n i]N 3 N N 0 ' l w 0. x N v 1 N`x C lD E Y `o-- N '5 qnq 2-12 _e= °c_g nng3 T.: N 4m .- Fmmn :?339 Cat 1D J +D o o° t3 n om n °m rl;n v Nmc N mo° 3 JO50 na C,CA O E Om a ' P°P Y 7 ANC-' :...:E O f E 505' -E O N J O ;1 O N . - ma. O^ hh p - P ag8 9n02 oo `,t sr—R N F° gN° , CO ll'1I�pI -- n ,^o C- °3 pa4D " °. as 0840 _ P9'a o ,45 °m Z O 1 m \ a 89" p n c N 0 ezm O i° Dm3 0. -.O n Fpp g %p' iy O2• m V, m 40 g N' o 57 0 'It'° ,pO o0 ♦J =52,7 n°7 Jn 0° i 8020 CB N n m •.� R ° 9 w gm ° m° 5 !Ai m� 0 o5 Dco 5 `xo ` n,3.,°pil 2H, _, --4 Z c m+ 0 m E 0 0 v o <m 04 , a s pvp N- °°'0 p3v N e ¢ U D m n 'oO b. a C 3 p0 - C J 0i0 -O N o3 _.0 N -.g DN 0 m P.T. Z R - a3 ,7F o o _ E3 Ag 7,_ nmpo 4; -- _� v mzr sg : ' 23 8 oa8 34 `-'0 ,_. Na D a ;xrm °o 1 — ' O 1 °n 4 m .Ny g am oy msl 5 me ] O > z n a m" ° cpo 0 3 Fo �3 nD N ENO` ' CJI = O 9- 00 J 0 £ - -(0 a3 n2 Dyo• N pg .Da mE000 Do J m N p- 8 p 4 n0 µ ' m ," @� om' m K° o m of N mn i _ cy n m °E 4 z N H % p m; n o Ngo mN m1 N on - o E°o m-Ea, ,. m 3 E j 4 ]0 O p 1 po nl n �N 3 m N ° �`0 N LEYELS OISPL&tEO DISCLAIMER: •OWNERS The use of this standard is governed TyDthe;Texas Engineering Practice Act.. No warranty of any kind is mode by any this lard wsuctsoever. /1/OMIMMI TxDOT assle responsibility for the conversion of this standard to MINI MINMMMMM• Other formats no for Incorrect results or domoges resulting from its use. o'o n Pi °j m m %m OpJ o e'o+J ym' O . F 4 / i o 4 46 - A < o A m• g / O M /o o z.,^ \ 8 Z O 0 a �-1 S .Om D m N�4 S 48 CE Z7 O m E m< RV?. / MI 7•o 411, \\4# S S x "• JGO \mo N.`-•003 m J 0 anm —oIn z-+ ooy 5' SIDEWALK ox :-i__- 72.22 c ,u 53" 0 n 4' MIN. AT m a�z °von PROTECTED ZONE `. -� OBSTRUCTION ° D n- m z°o n °0'/"� mod .\`\ �4 r -t m cam;• m D =2}� ,/ ;o_o '\••1 .:._ \,;I �c.n TO X ,! o J oay z m o�, a.°g4 .,� o_n r-------1 s 00 \� oc =_r_— a _.1 I cam I1. 1C 2°\D So -I a Frn° n�n AoX Aa m f') �� c no C m i�x°cm .-1 * Nm t^ a\� v IV Zm - co^ .T.. ' C) s0 m Z n O _ f1 N C Z mT.c tom s > -mm -♦ 4' MIN. AT —i--i ° m Oa zr, c CSJ OBSTRUCTION I 'o Oo a DTI M 1 z m o T; v tll x� m 5' SIDEWALK °mc °,= - o z • m Onm037 ~ON�Jo .m. No >27" O� 1, 6"00 i.". p . oc-°J�i T. 3§ HM m ax o5 m3R = `-o�° ( o Rya ;a Rggw`m8- 1 0; A ;m m°oaomo 'I� x go� R mo' °:m ° o -" oao 48 < ° -.mcJ R it a" 8a8 - S if ' R rn C Boo n o ,9E.,-.y H 2g- Q i^ ,� rip) VASS° billb-1-- ..o3 Re 3a ' - Sm Sn o8'o g9 D� 0000� 2 4m 3 -;"goR o - s< 0-3 EC o aJ co o m P- ooan+ —_1 41, 3 _5= 4gmai5 -. m n Z o f ^ n = 5� 3 hi m4 m m +°im S o r°'''.3 - 8 Qoi P& 0 E. ` D �, a o55 n3o $ }a o D.-. x5 Za E" m J I., m0 cZ-1 fr 9 m a 99.£53°" o . S 2 «m S g • "-fig$ m lTI� o�m 0 27" MAX =3 8 50395 g 8 0 5 83 8 $ cn ;� o -`gµ■ NM s +SSmg3 _ �1 ° v -o ff °-� 'ai10 ` PHONE 8: a a °402. m 1 a sg 5 a "" ;n a o 0 5 — 1 D Z 3 R o3,$:-. Nn I'— oR 8 i-1°- 3 'ia'- 2 Y r TI 'a 3 a o —� 21 o f -4:i g __ F C7 iR. 5m° 2' .Agt 8 g -y — 3D °c°+o - •8 m305 = Sm m .r. H m° ° a ZO 9 x -. -i '° 15.0 p o FT! % o 1 a N • EVELS OISCLLim DISCLAIMER: D=111111111Mrn•11.111•11 Tne use of this stondord is governed by the'Texas Engineering Practice • et'. No warranty of any kind is marls Dy TnCOT for y purpose whatsoever. TxDOT fsstmes no esoonsiri lit)/ the a of this standard to Nom other formats or for incorrect results or conversion resulting from Its use. a a-1 N tri ■ S N O T. O F D O m r N Z O ` D N C A O m zn 0 t r m c' N D O co n Z^ NE n F7,'i K t m ;c z z z z m — -�0�'.'t z I 7O7 °rn i�0.. �s cn N -� rn n I 21 tn3II .� 9D� I —., o nm m ,ca r Z �aa o °z NA 21 l I mi as r azx 1 v an zz I* md m * no O nA Z F.,E r = 9 L r N_ I LA r i�0�� rr- x O O 0 C // s c D Am a I_ D � . N n r \ Pi' 1 O O 0 a m O a F o -n r A a ., x ;m ra zr VI . -n r x a c"; i _ f— C�'" ® O m; i O = NItlMSSOtlJ +` C rr'l '7"L/ir . , mV1 2'OO Co' \ --7- -- -- 4 + I Vi Z f m Z x ••m A® zx D m m N ° N Om C O o Z N o m n D m r' x H Ox , u v O F ° CD -- 122 a0 -O d; 8, IT7 `II m m m° , cs_b WI a.m 1T1 v r- n —I� »,d"- 3» fig§ — In �2` - E� 'pat -» 5,s 1-74 —I ° -V z §x o C.,:7 o zD 'e 2 ^Aw y P N r o $ R° a ig ril E9 o a t : D Z N `j..' ` m -.- - H — E O 4 a m ° Z ` F N 'mr n = r'• 444 R cl#D $o — n m c «■ E = 4 0 % m o o� 'RB F k b F, m ` a$ D c e e i1.4�L R . K r N '1 C z ° -- —> a so C s Ln • 7 ! %i ii •,,Ig ii g 1,?p ap g2 2 H E5 i4 ! A ; ; . i ,_, I A, !Aiot:7.7!!!•,',.:',5,:g..4Vii. bRiiii i A • i -. ;-, - s A E:5 E. dP. t'i '.-X 5,, X.• ' I lei ! A % ! 1 --- _:: It 1 t', X:,',..' X r;22r, 'r.12. tt § I •I 11'; --, I., 1 ; 22 •y. . ...„ 21 ; '..! , .,_ 2 , i ;E!.;i i: 4•ii 1 ; ! 157, :Z; -4:-.;: 11_74-- 1 it 4: al t i '":-' ! '; h!t ; I 1 , ...ii_J ,__; Lii ---- 1 ' 1 P';'• '1',i ki:t1 i E i:q ; 1-1 -y, L.., jp !..".j.&\_.......„..,/ :: r_j .,.,,i ',,. .—r. I, --1 j. 4:-....Jf ■- ''''' • -0 !ra .ra g 177 lc; ; ., • t - -:= g,E.! -a ;1!% ;;;; : 1 A 4-42: '''R , . Xs PI ,: i I ID ? j I E ; E. ; . ; . ' ". 16 ,! ,. • ' a; a a 2,'? g 4 :.'! 5.: ; ! I> ; _4.'1 I 'F; i I r..:ii i t 7: ;: 2 ;" ; .-!' ' Z ii 1 X.§ § 2 4 1.i. 3 ; i g• E X 'P ' ! ! ' 7:ji ''. - ; ; 5 F, t 4 i i•P J ir.... : i t.,.,,j, :1.4 •.V.,.. 1.• ? .''..; '' 'jj,,j jjL:j.:17;s..1:i.1::C".,:jsj,j,jj,j.;'1;,_'._jr1 j,7.:.,1:jil jj.jjj,i;; lc! 7'1,-J•J. il ... 1 31 > , .i,iggimulial: ! r71. 1 „ ' • 1 Z. g g -7.P. ; , . , '• . • -1 ! F,C1 ; 0 ! \ . , —I 3ri. 1 '—'1. g i j• -' li. I Eld lr,-. ■F.Ta Inir"1111111,-J--.' -- ; -LL!!;;I 1->t-A W.!: ! J IT!, .1.:4,;:7' t is..",i ;.--.4. il 173= 41c> ;z ,1,!, .-. Nig:.1---;, ' ',!, 2-- .! • , !'1,i ;=-■ z 1111DA ; 2:2J. 2 s zr) I P!GI .. . .■•..-, i,,,z,,,,,,,,:. ./(1,1------.....---'7 ol. I do ,,,- ... • ,,, - .R'a'a ''''' 1><8 Mii.._.:—' : 11" ' ' '' Fi R 1 ,.Isl. 0 . , 1 1; ; 1' ,• ; gi 1 gi s ''''' rs ,0 \ = ; •, .1 ., , , -....-- • , 23 I -1 rn f,E ) 4! -!.. 1 --- i : a-„, k.0 g it • '1:t , : • ,.,. i i . .1 ■ i N.4 , ,..„,.._ ,rp 2-- •;I ..,----,---1.- A . . ' • . .:..,......, ' :„,.,... .1 1 I 11■ 1/4*„.„,,,,,...,-- •.',..,...4a,..-.SritA -ii ., I. -----, .- ---\ ; q 1 i i: , I g.-. .'. ., , o -ii ,.... .,,, ,n . : 1:,-. ,.. . g ---! t • ' 1 N; . .,1 41 i II, i , 1 ,t ;\; !•;:-.! ! !:1-i 11; -1 & " — • I2 ; `-r--1. -t .x ----- XI - 11 N2 , , ; I 1 , ' 1 ,T-, 4 7":,• ,..: 5 g; 6 14 !1 7 I 1 I .IZ - -• ,2 . 'I • . -I- - j 1,_:- : &D 5 414 :•,t...0;7 a/7 • L ;---!, ._: 4;;; i• ii ii • 4, E447, ', I4 ! Iz-;16 !!:::,: :.:•:;... .:i_ ,..; i L7 i - ;L14':. \1,..,,V3,:s511%"'.ii•Ir '!, ;q 1 ic>nr N 1'1. . "„,,,,,,.., 1 Z 4 1 I I; l' - .ifi 1 1 4'4 42 I i\ 6. ; ,,.. ',1,-,2- '41 & r- ; ( `1, ■ :II '..1 . . i 4 ., ;--- tor li. , g.;,1 i.,____,,h %! t e, 3 , ... 41 0 2, I i-,..,9 --r!.. ',......-/ ,: i ,.: A : 1/4-1 zi :;• 'II :ij i ' .I' 1 .: I '. 1 / ■._( : - - _, , __--,. !!! , \(._ , • eel ., :0 1. " ' ': e. .2r. 1,... ! t '. I - \ -'-'7! ,.. • • , ,r. _ = , •I ,. . ! (-7 '4,4 ; 1 EP r. ; !::: .i : : • , 2 i.A -■-.-- 1- 'Ii'll ; : IT g 111 ' '1-:: -; • • ...- :12=!:i N 1 : :1-.--; j-L-- Ei ' 1 i I 1 1 t . 'c- • I . 1 ,, , a • , '"" • '' • 'I -‘,:','isii;(,;-1,g1 '''..i ' I I (-,----7... ;•.! .;1.—• I •----": 44-4-2&;•,„..g!it !:14 I al', ` 1 5,11 I '.;•. i 1 I ! 70 i !.'-.:r--s , ; - - ' , tc■-', i ,,,Q 1 I \-'-'•'(: ■ ''.:---i■ i i ",; ••••,..•-•*.,..-i'•-•,, 1 1 1 •,:--- ,r . . . 0 I ! 1 .---.S • . i 1 i 1 i I t-' I •:, • ' p--- -" : : 1..T, ,„ I ....,1 _!..-- 1 , pit f& ., . f.,1 id ; . ,.. , . It i ■ i,..21 . ,, 1 ri -- . . =--,i I - r : i 1,-, !;L:2,r,: cr21 1 I I 1 1 x7 ,I., -7 .i l'..j, 1, 7.1 'Zicc-) .i.3:, , f ,-.,• .•?,.! , 11 i5 ij,-----,--..„-, b ._ : .-'14-0, 1. :0- r,.,.c.._d__ A- ! 1 I j Z j ,,,,1 \s , '" R i 1'7_14 . ' s r I- -, 7— : , pa IC In 1 73 L : ! ' 1 O 1 IX )) '0 li ' 1 :ot.7. / .-r, • 1 !I 964; J I 1 I •r'nv ii .•,.„ ..21--1' • i. I 1,;)c2 ..,...:::,:., ,,/ I (i' . t;•:.:; • r ) . 111-01(- 14/4 Ilill ' (r'4:a 1! Fi , 1 ,.. ..::-..„,,,,.., , 8.--, ,N.i! 1:<...., 4 :,,,,-7-, 1 : : .E ! i , I IL.-A-------.-.,- , , vir_r4 , •••,,.,:•:',.:" , !-...-t , ,,,, i_i: :r1„,tnc: '•!: 1 : Pri !, ■ : ' 1-'---' : '> ; ; 1, ' :!-: •a -1- . -0r, J •r T,..,I m NI . , j pl 1! : 0: 1'''.' ! .zr- :1 1 '-,;:-.>, t • ; ,..!. ,.• , —; q : :- 2, ',-.12- 2.". c, 10 ;1 , 11 ,. • : :,..r■ ; 0 1: N .1-:;3 .: ..P ,:,,1 6"--! m I I 1 : 1 22 : , 1 .".•:::::::', : 1 0 eI >, , •I': , ! : : 2 „g Rs i:. - . ; . I; ! (f) !,, , . • ' I--