Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPR 23483: AGREEMENT WITH BDS CONSTRUCTORS, LLC, DBA MK CONSTRUCTORS, LLC, STREETSCAPE IMPROVEMENTS PROJECT Ciry of —
u r t r t It tt� �
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: January 5, 2024
To: The Honorable Mayor and City Council
Through: Ron Burton, City Manager
From: John Cannatella, PE, Capital Project Engineer
RE: PR 23483: Authorizing the City Manager to enter into an agreement with BDS Constructors,
LLC, dba MK Constructors, LLC, of Vidor, Texas, for the Woodworth Boulevard Streetscape
Improvements Project from Lakeshore Drive to State Highway 87 (Gulfway Drive). Funding
available from Capital Account No. 307-21-053-8517-00-10-000. Project ST4014.
Introduction:
The intent of this Agenda Item is to seek the Port Arthur City Council's approval for the City Manager to execute an
agreement with BDS Constructors, LLC, dba MK Constructors, LLC, of Vidor, Texas, for the Woodworth Streetscape
Improvements Project from Lakeshore Drive to State Highway 87 (Gulfway Drive)for$13,426,347.92.
Background:
Woodworth Boulevard has been nominated for improvements and beautification for its primary entryway from Memorial
Boulevard into downtown Port Arthur. Pursuant to Resolution 21-542, approved by the Port Arthur City Council on
December 20, 2021, $3,000,000.00 was allocated for the design, engineering, and construction for improvements to
Woodworth Boulevard from Lakeshore Drive to State Highway 87(Gulfway Drive).
Pursuant to Resolution 22-284,approved by the City Council on June 21,2022,the City Manager was authorized to enter
into an agreement with Arceneaux, Wilson & Cole, LLC (AWC) of Port Arthur, Texas, to provide professional
engineering services associated with the reconstruction of Woodworth Boulevard from Lakeshore Drive to Gulfway Drive
(Highway 87) for $383,410. Subsequentially, AWC provided construction budgets and renderings of the Woodworth
Boulevard Project, and it was determined that the original$3,000,000.00 allocated under Resolution 21- 542 would only
be sufficient to repair and rehabilitate the project successfully from Lakeshore Drive to 7th Street. Staff identified
$14,945,286.00 available from Total Unallocated Funds from years 1-5 Street Allocations, of which$4,200,000.00 was
assigned to the project. Resolution No.23-149,approved by Council,requested that the City Manager amend Resolution
No. 21-542 to reflect the addition of$4,200,000.00 to the Woodworth Boulevard Streetscapes Improvements Project for
the total budgeted project amount of$7,200,000.00.
Arceneaux, Wilson, and Cole finalized engineering and design plans that were bid out through the competitive bidding
process. The Purchasing Department advertised for interested parties to bid on the project on September 20, 2023 and
September 27, 2023 under Bid No. P23-073. On November 8, 2023,the City received and opened two (2) sealed bids
for the Woodworth Boulevard Streetscape Improvement Project from BDS Constructors,LLC,dba MK Constructors,
LLC,of Vidor, Texas and Allco,LLC, of Beaumont,Texas. After review by the Engineering Department and staff, it
"Remember,we are here to serve the Citizens of Port Arthur"
444 4'b Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294
S:\Engineering\PUBLIC WORKS\PW-ENGINEERING\C.I.P.PROJECTS\Year 2024\WOODWORTH BLVD PROJECT\Agenda\Agenda Memo MK CONST Award W00DWORTH.docx
was determined that BDS Constructors, LLC, dba MK Constructors, LLC, of Vidor, Texas, was the lowest
responsible bidder for the amount of$13,426,347.92.
Budget Impact:
Funds are available in the Street Capital Fund Account: 307-21-053-8517-00-10-000. Project No. ST4014.
Recommendation:
It is recommended that the City of Port Arthur's City Council approve PR 23483 authorizing the City Manager to execute
an agreement with BDS Constructors, LLC, dba MK Constructors, LLC, of Vidor, Texas, for the Woodworth
Boulevard Streetscape Improvements Project from Lakeshore Boulevard to State Highway 87(Gulfway Drive)
for the amount of$13,426,347.92.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
PR 23483
1/5/2023 mje
Page 1 of 4
RESOLUTION NO.
A RESOLUTION AWARDING A BID AND AUTHORIZING THE CITY
MANAGER TO ENTER INTO AN AGREEMENT WITH BDS
CONSTRUCTORS, LLC, DBA MK CONSTRUCTORS, LLC, OF VIDOR,
TEXAS, FOR THE WOODWORTH BOULEVARD STREETSCAPE
IMPROVEMENTS PROJECT FROM LAKESHORE DRIVE TO STATE
HIGHWAY 87 (GULFWAY DRIVE) FOR $13,426,347.92. FUNDING
CONTINGENT UPON PENDING BUDGET AMENDMENT PO NO. 7224.
FUNDS WILL BE PLACED IN CAPITAL IMPROVEMENTS PROJECT
ACCOUNT 307-21-053-8517-00-10-000. PROJECT NO. ST4014.
WHEREAS, the Port Arthur City Council believes that the improvement of infrastructure
along Woodworth Boulevard between Lakeshore Drive and State Highway 87 (Gulfway Drive)
will increase the opportunity for investment and expand economic development in the City of
Port Arthur; and,
WHEREAS, pursuant to Resolution No. 21-542, City Council authorized the allocation of
$3,000,000.00 for the engineering, design, and construction of improvements to Woodworth
Boulevard from Lakeshore Drive to State Highway 87 (Gulfway Drive); and,
WHEREAS, Total Unallocated Funds from years 1-5 of the Street Program in the
amount of $14,945,286.00, were identified; and,
WHEREAS, pursuant to Resolution No. 23-149, City Council approved amending
Resolution No. 21-542 to reflect the addition of $4,200,000.00 to the Woodworth Project from
the Total Unallocated Funds creating at total improvements budget of $7,200,000.00; and,
WHEREAS, pursuant to Resolution 22-284, City Council authorized the City Manager to
enter into an agreement with Arceneaux, Wilson, & Cole, LLC (AWC) of Port Arthur, Texas, to
PR 23483
1/5/2023 mje
Page 2 of 4
provide professional engineering, planning, design services, and drawings for the Woodworth
Boulevard Project; and,
WHEREAS, the City of Port Arthur publicized its Invitation to Bid on the Woodworth
Boulevard Streetscapes Improvements Project for interested parties on September 20, 2023
and September 27, 2023, under Bid Number P23-073; and,
WHEREAS, a total of two bids were received and opened on November 8, 2023 from
BDS Constructors, LLC, dba MK Constructors, LLC, of Vidor, Texas, and Allco, LLC, of
Beaumont, Texas, a copy of the Bid Tabulation is attached hereto as Exhibit A; and,
WHEREAS, the Purchasing Department, the Public Works staff, and AWC, determined
that BDS Constructors, LLC, dba MK Constructors, LLC, of Vidor, Texas, was the lowest
responsible bidder for the amount of $13,426,347.92 and a time of completion of 591 calendar
days, see Exhibit A; and,
WHEREAS, approval of PR23483 awarding the Woodworth Boulevard Streetscapes
Improvements Project to BDS Constructors, LLC, dba MK Constructors, LLC, of Vidor, Texas, is
herein deemed an appropriate action; now therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the City Manager is authorized to enter into a contract with BDS Constructors,
LLC, dba MK Constructors, LLC, of Vidor, Texas, for the Woodworth Boulevard Streetscapes
Improvements Project from Lakeshore Drive to State Highway 87 (Gulfway Drive) for the
amount of $13,426,347.92 and completion in 591 calendar days in substantially the same form
PR 23483
1/5/2023 mje
Page 3 of 4
as attached hereto, see Exhibit B; that is contingent upon approval of a budget amendment
(P0#7224); and,
THAT, a copy of the Resolution shall be spread upon the Minutes of the City Council.
READ, ADOPTED AND APPROVED this the day of , A.D.,
2024, at a of the City Council of the City of Port Arthur, Texas, by the
following vote: Ayes: Mayor:
Councilmembers:
Noes:
Thurman Bill Bartle
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION
Val Ti o, Esq. Ron Burton, CPM
City Attorney City Manager
PR 23483
1/5/2023 mje
Page 4 of 4
APPROVED AS TO AVALIABILITY OF FUNDS:
booctceif
Lynn Boswell
Finance Director
John C n Ila, PE
Capital roject Engineer
tit`A
Clifton illiams, CPPB
Purchasing Manager
8
MEMORANDUM
To: Mayor and City Council 07
From: Val Tizeno, City Attorney
Date: January 29, 2024
Re: P.R. #23483 and P.O. #7224
I am writing with regard to two items on the January 30, 2024 agenda.
P.O. Number 7224 refers to an appropriation ordinance amending the budget
and authorizing an increase in various funds. Specifically, it authorizes an
increase in the capital improvement fund by $14,200,000. This appropriation
has been requested to accompany P.R. Number 23483, authorizing an
agreement in the amount $13,426,347.92 to MK Constructors for the
Woodworth Blvd Streetscape Improvements from Lakeshore Drive to State Hwy
87 (Gulfway Drive).
Pursuant to Section 2-31(e ) of the Code of Ordinances:
"No item can be placed on the agenda for action that: (i) obligates funds
that have not been specifically budgeted or funding will be proposed by a
budget amendment at the council meeting..."
Therefore, P.R. 23483 cannot be considered prior to the passage of a
budget amendment at the January 30, 2024 meeting. In the event there is any
item listed in the budget amendment ordinance that is not acceptable to the
City Council, an additional amendment will be necessary in order to move
forward with any remaining items.
It is the understanding of this department that the funding source for
P.O. 7224 has been stated to consist of money from past certificates of
obligation that have not been spent. According to 271.045 of the Texas Local
Government Code "a certificate of obligation is a debt instrument issued by a
city to " 1. Pay for the construction of a public work, 2. Purchase materials,
supplies, equipment and machinery, buildings, land and rights-of way for
1 I Page
authorized needs and purposes, and 3. Pay contractual obligations for
professional services."
Attached hereto is a copy of Article III of the authorization provision in
the closing documents. This particular provision states that the obligations to
be incurred are for the purpose of"the construction of public works, more
specifically, the construction, reconstruction of City streets and other street
related improvements, including but not limited to drainage and sidewalks on
such street projects, and any items related thereto.
A question has arisen regarding the applicability of the language in the
Article III to the scope of work set forth in P.R. 23483. Specifically, the
provisions regarding use of funds for other street related improvements or any
items related thereto has been questioned. It is the position of the legal
department that the City must conduct adequate due diligence regarding this
issue. It is further recommended that documentation be provided substantiate
the use of funds from the certificate of obligation to show that the proposed
project precisely meet the standards set forth in the authorization documents.
If you have any questions or concerns, I will be available to further
discuss this matter.
2 I Page
Section 2 02 Interest and Sinking Fund.
(a) The City hereby establishes special funds or accounts to be designated
"City of Port Arthur. Texas, Combination Tax and Revenue Certificates of Obligation,
Series 2022" Interest and Sinking Fund" (the "Interest and Sinking Fund"). said funds to
be maintained at an official depository bank of the City separate and apart from all other
funds and accounts of the City.
(b) Money on deposit in or required by this Ordinance to be deposited to the
interest and Sinking Fund shall be used solely for the purpose of paying the interest on
and principal of the Certificates when and as due and payable in accordance with their
terms and this Ordinance.
Section 2.03 Pledge of Revenues.
The Surplus Revenues to be derived from the operation of the System in an amount not
to exceed Ten Thousand Dollars ($10,000) are hereby pledged to the payment of the principal
of and interest on the Certificates as the same come due; provided, however, that such pledge
is and shall be junior and subordinate in all respects to the pledge of the Surplus Revenues to
the payment of all outstanding obligations of the City and any obligation of the City, whether
authorized heretofore or hereafter. which the City designates as having a pledge senior to the
pledge of the Surplus Revenues to the payment of the Certificates. The City also reserves the
right to issue, for any lawful purpose at any time, in one or more installments, bonds, certificates
of obligation and other obligations of any kind payable in whole or in part from the Surplus
Revenues, secured by a pledge of the Surplus Revenues that may be prior and superior in right
to, on a parity with or junior and subordinate to the pledge of Surplus Revenues securing the
Certificates.
ARTICLE III.
AUTHORIZATION; GENERAL TERMS AND PROVISIONS REGARDING THE
CERTIFICATES
Section 3.01 Authorization.
(a) The City's certificates of obligation to be designated "City of Port Arthur,
Texas, Combination Tax and Revenue Certificates of Obligation, Series 2022," are
hereby authorized to be issued and delivered in accordance with the Constitution and
laws of the State of Texas, specifically §271.041,063, Local Government Code, V.T.C.A,
as amended, and principal amount of $10,000,000 for the purpose of paying contractual
obligations to be incurred for the following purposes, to wit: (1) ;the construction of public
works, more specifically, the construction, reconstruction, of City streets and other street
related improvements including but not limited to drainage and sidewalks on such street
projects, and any items relaed thereto]; (2) payment of contractual obligations for
professional services incurred in connection with item (1); and (3) payment of the costs
incurred in connection with the issuance of the Certificates.
(b) The issuance of the Certificates is hereby authorized under and in
accordance with the provisions hereof, the officers of the City are each hereby
authorized to execute, attest, and affix the City's seal to the Certificates and to deliver
A-6
M1762(54828 v3
EXHIBIT A
/
ARCENEAUX WILSON&COLE
-!q,neerinq I iurveyfnq t pfpnnlnq
November 13, 2023
Mr. John Canatella, PE
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
RE: RECOMMENDATION OF AWARD
Woodworth Blvd. Streetscape Improvements
AWC Job No.: CPA-1100
Dear Mr. Canatella,
On November 8, 2023, the City of Port Arthur received two (2) sealed bids for
Woodworth Blvd. Streetscape Improvements project in Port Arthur, Texas.
The bids were opened and read aloud during the public bid opening. Each
sealed bid had a Total Amount Bid for four separate bid schedules for the
project, along with alternates.We have attached a copy of the bid summary for
your review. It is our recommendation that the City of Port Arthur awards the
project based on Bid Schedule "A" along with Alternate Items to construct a new
concrete roadway based on the bid submitted by BDS Constructors, LLC dba
MK Constructors of Vidor, Texas, in the amount of$13,426,347.92. A copy of the
Bid Tabulation is enclosed for your information.
On behalf of the City of Port Arthur,Arceneaux Wilson & Cole LLC (AWC) has
evaluated the bid documentation for each submitted bid. All Bid Packages were
submitted with the required contents and acknowledged receipt of Addenda
No. 1, 2 & 3. No substitutions were submitted.
Based on our past experience,we recommend that the City of Port Arthur award
the contract for Woodworth Blvd. Streetscape Improvements to BDS
409.724.788E
3120 Central Mall Dive
Port Arthur TX 77642 Engineering Surveying
awceng.com
Alk. am=
'AI 1 III
Constructors, LLC dba MK Constructors on the basis of the lowest responsive
Total Amount Bid Schedule "A" along with Alternates in the amount of
$13,426,347.92.
If you have any questions or require additional information, please don't hesitate
to contact me by email at Joe.Wilson@awceng.com or by phone at 409-724-
7888.
Sincerely,
ARCENEAUX WILSON & COLE LLC
Joe M. W' s n, Jr., PE
Presiders
BID TABULATION SUMMARY
b.
WOODWORTH BLVD.STREETSCAPE IMPROVEMENTS
ARCFNFAUX WILSOiN&COL F CITY OF PORT ARTHUR
BIDS OPENED: November 8, 2023 at 3:15 P.M.
MK CONSTRUCTORS,LLC. ALLCO,LLC.
VIDOR,TX BEAUMONT,TX
BID SCHEDULE"A"SUMMARY(Gulfway Dr to Lakeshore Dr)
TOTAL AMOUNT BID(BASE BID ITEMS) $ 12,006,571.19 $ 14,398,338.00
CALENDAR DAYS(BASE BID ITEMS) 523 750
TOTAL AMOUNT BID(BASE BID+ALT. ITEMS) $ 13,426,347.92 $ 18,791,258.84
CALENDAR DAYS(BASE BID+ALT. ITEMS) 591 870
BID SCHEDULE"B"SUMMARY(11th St to Lakeshore Dr)
TOTAL AMOUNT BID(BASE BID ITEMS) $ 9,201,011.66 $ 10,862,814.25
CALENDAR DAYS(BASE BID ITEMS) 381 600
TOTAL AMOUNT BID(BASE BID+ALT. ITEMS) $ 10,030,170.70 $ 13,645,168.89
CALENDAR DAYS(BASE BID+ALT. ITEMS) 473 720
BID SCHEDULE"C"SUMMARY(7th St to Lakeshore Dr)
TOTAL AMOUNT BID(BASE BID ITEMS) $ 5,397,655.17 $ 6,891,048.25
CALENDAR DAYS(BASE BID ITEMS) 252 480
TOTAL AMOUNT BID(BASE BID+ALT. ITEMS) $ 5,514,987.04 $ 7,843,024.31
CALENDAR DAYS(BASE BID+ALT. ITEMS) 258 600
BID SCHEDULE"D"SUMMARY(Procter St to Lakeshore Dr)
TOTAL AMOUNT BID(BASE BID ITEMS) $ 2,568,656.81 $ 3,753,988.75
j CALENDAR DAYS(BASE BID ITEMS) 128 365
TOTAL AMOUNT BID(BASE BID+ALT. ITEMS) $ 2,355,022.99 $ 3,763,524.93
CALENDAR DAYS(BASE BID+ALT.ITEMS) 128 420
Math Error
ARCENEAUX WILSON & COLE LLC
TEXAS REGISTERED ENGINEERING FIRM -r. F TF\h1
* 16194 * 5• � �� • 10
0I� .
*• 1
JOE M.WILSON,JR.
I#0•• 92067 •io•e
JOE WILSON, JR. PE ,114Fi•4icENst?...+‘
11/13/2023
BID TABULATION •
01 cnNic WOODWORTH BLVD.STREETSCAPE IMPROVEMENTS
BID SCHEDULE"A"-Gulfway Dr to Lakeshore Dr
ARCENEAUX WI_SON&COLE
CITY OF PORT ARTHUR
BIDS OPENED:November 8,2023 at 3:15 P.M.
MK CONSTRUCTORS,LLC. ALLCO,LLC.
VIDOR,TX BEAUMONT,TX
Bid
Item Base Bid Items Qty. Unit Price Amount Unit Price Amount
G1 MOBILIZATION 1 $ 600,505.00 $ 600,505.00 $ 704,000.00 $ 704,000.00
Li TREE REMOVAL 1 $ 17,100.00 $ 17,100.00 $ 26,000.00 $ 26,000.00
L2 41/2"-5"CAL.SHADE TREE 99 $ 1,710.00 $ 169,290.00 $ 1,950.00 S 193,050.00
L3 10'-12'HT CAL.ORNAMENTAL TREES 107 $ 1,710.00 $ 182,970.00 $ 1,407.00 $ 150,549.00
L4 PALM TREE(11'TO 12'CLEAR TRUNK) 56 $ 2,394.00 $ 134,064.00 $ 3,953.00 $ 221,368.00
L5 5-GAL SHRUBS 29 $ 383.00 $ 11,107.00 $ 105.00 $ 3,045.00
L6 3-GAL SHRUBS 68 $ 99.00 $ 6,732.00 $ 85.00 $ 5,780.00
L7 1-GAL SHRUBS 4,321 $ 40.00 $ 172,840.00 $ 50.00 $ 216,050.00
L8 30 GAL SHRUB(EA.) 13 $ 541.00 $ 7,033.00 $ 675.00 $ 8,775.00
L9 ST AUGUSTINE SOD 10,145 $ 6.50 $ 65,942.50 $ 5.00 $ 50,725.00
L10 TOPSOIL,2"DEPTH SOD AREAS 471 $ 74.00 $ 34,854.00 $ 40.00 $ 18,840.00
L11 PLANT MIX(6"DEPTH)PLANTING BEDS 254 $ 120.00 $ 30,480.00 $ 79.00 $ 20,066.00
ORGANIC BARK MULCH,3"DEPTH PLANTER
L12 AREAS 139 $ 143.00 $ 19,877.00 $ 139.00 $ 19,321.00
L13 TREE STAKING(PER TREE) 618 $ 42.00 $ 25,956.00 $ 36.00 $ 22,248.00
L14 FIBER FABRIC(IN PLANTING BEDS) 13,742 $ 0.42 $ 5,771.64 $ 2.00 $ 27,484.00
L15 BENCHES 5 $ 5,141.00 $ 25,705.00 $ 3,500.00 $ 17,500.00
L16 TRASH CANS 5 $ 3,604.00 $ 18,020.00 $ 2,826.00 $ 14,130.00
PROS-06-PRS40 SPRAY BODY WITH MP
11 ROTATOR NOZZLE 1,158 $ 85.00 $ 98,430.00 $ 16.00 $ 18,528.00
PROS-06 SPRAY BODY WITH MSBN BUBBLER
12 NOZZLE 431 $ 114.00 $ 49,134.00 $ 22.00 $ 9,482.00
WATTS 007 DOUBLE CHECK BACKFLOW DEVICE
13 (2") 2 $ 9,690.00 $ 19,380.00 $ 3,300.00 $ 6,600.00
14 SUPERIOR 3300 MASTER VALVE(2") 2 $ 3,420.00 $ 6,840.00 $ 3,300.00 $ 6,600.00
15 FLOW SENSOR 2 $ 1,140.00 $ 2,280.00 $ 3,300.00 $ 6,600.00
16 IRRIGATION CONTROLLER(A2C-75D-SS) 1 $ 3,420.00 $ 3,420.00 $ 8,800.00 $ 8,800.00
17 SOLAR-SYNC WEATHER SENSOR 1 $ 228.00 $ 228.00 $ 2,750.00 $ 2,750.00
18 ICV REMOTE CONTROL VALVE(1") 8 $ 855.00 $ 6,840.00 $ 1,100.00 $ 8,800.00
19 ICV REMOTE CONTROL VALVE(1.51 26 $ 1,026.00 $ 26,676.00 $ 1,400.00 $ 36,400.00
PO ICV REMOTE CONTROL VALVE(2") 2 $ 1,140.00 $ 2,280.00 $ 1,600.00 $ 3,200.00
NETAFIM DRIP CONTROL ZONE KIT
111 (LVCZS8010075-LF) 2 $ 912.00 $ 1,824.00 $ 1,300.00 S 2,600.00
NETAFIM DRIP CONTROL ZONE KIT(LVCZ10075-
112 HFHP) 8 $ 912.00 $ 7,296.00 $ 1,400.00 $ 11,200.00
113 NETAFIM DRIP CONTROL ZONE KIT(LVCZ150HP) 12 $ 1,140.00 $ 13,680.00 $ 1,900.00 $ 22,800.00
114 QUICK COUPLER VALVE 2 $ 342.00 $ 684.00 $ 1,075.00 $ 2,150.00
115 SCH 80 BALL VALVE(1") 18 $ 114.00 $ 2,052.00 $ 550.00 $ 9,900.00
116 SCH 80 BALL VALVE(1.5") 38 $ 114.00 $ 4,332.00 $ 800.00 $ 30,400.00
117 SCH 80 BALL VALVE(2") 2 $ 228.00 $ 456.00 $ 2,300.00 $ 4,600.00
118 SCH 80 BALL VALVE(3") 4 $ 285.00 $ 1,140.00 $ 2,400.00 $ 9,600.00
119 RESILIENT WEDGE GATE VALVE(4") 3 $ 1,710.00 $ 5,130.00 $ 2,600.00 $ 7,800.00
120 NETAFIM DRIPLINE(TLHCVXR7-18) 9,570 $ 2.85 $ 27,274.50 $ 5.50 $ 52,635.00
121 NETAFIM DRIPLINE(TLHCVXR5-12) 29,802 $ 2.85 $ 84,935.70 $ 5.50 $ 163,911.00
122 NETAFIM AIR RELIEF VALVE 22 $ 114.00 $ 2,508.00 $ 270.00 $ 5,940.00
123 NETAFIM FLUSH VALVE 22 $ 114.00 $ 2,508.00 $ 270.00 $ 5,940.00
124 DRIP OPERATION INDICATOR 22 $ 114.00 $ 2,508.00 $ 110.00 $ 2,420.00
125 SCH-80 IRRIGATION SLEEVE(4") 4,354 $ 15.00 $ 65,310.00 $ 15.00 $ , 65,310.00
126 CLASS 200 IRRIGATION SLEEVE(6") 605 $ 18.00 $ 10,890.00 S 18.00 $ 10,890.00
127 CLASS 200 IRRIGATION SLEEVE(8") 841 $ 22.00 $ 18,502.00 $ 33.00 $ 27,753.00
128 SCH-80 IRRIGATION MAINLINE(3") 2,281 $ 42.00 $ 95,802.00 $ 16.00 $ 36,496.00
129 SCH-80 IRRIGATION MAINLINE(4") 3,464 $ 45.00 $ 155,880.00 $ 21.00 $ 72,744.00
130 SCH-80 IRRIGATION LATERAL(1/2"-2.5") 32,700 $ 10.00 $ 327,000.00 $ 4.25 $ 138,975.00
131 ICD DECODER 62 $ 257.00 $ 15,934.00 $ 401.00 $ 24,862.00
132 14 AWG JACKETED 2-WIRE CABLE 6,210 $ 5.00 $ 31,050.00 $ 21.00 $ 130,410.00
El 2"SCH 40 PVC CONDUIT 16,584 $ 17.00 $ 281,928.00 $ 12.50 $ 207,300.00
E2 3/4"SCH 40 PVC CONDUIT 480 $ 21.00 $ 10,080.00 $ 11.00 $ 5,280.00
c BID TABULATION
me aux WOODWORTH BLVD.STREETSCAPE IMPROVEMENTS
BID SCHEDULE"A"-Gulfway Dr to Lakeshore Dr
Amy .RC.NEAUX WILSON&COLE
CITY OF PORT ARTHUR
BIDS OPENED:November 8,2023 at 3:15 P.M.
MK CONSTRUCTORS,LLC. ALLCO,LLC.
VIDOR,TX BEAUMONT,TX
E3 2"-36"LONG RADIUS SCH 40 ELBOW 174 $ 85.00 $ 14,790.00 $ 88.00 $ 15,312.00
E4 3/4"SCH 40 ELBOW 61 $ 29.00 $ 1,769.00 $ 38.00 S 2,318.00
E6 "S2"BOLLARD LIGHT 20 $ 2,364.00 $ 47,280.00 $ 2,100.00 $ 42,000.00
E7 "S3"IN-GROUND WELL LIGHT 168 $ 2,270.00 $ 381,360.00 $ 1,900.00 $ 319,200.00
E8 LIGHT JUNCTION BOX 26 $ 2,177.00 $ 56,602.00 $ 1,215.00 $ 31,590.00
E9 PAVILION 2'LINEAR LIGHT 4 $ 1,449.00 $ 5,796.00 $ 1,365.00 $ 5,460.00
E10 ELECTRIC SWITCH RACK AND EQUIPMENT 1 $ 14,492.00 $ 14,492.00 $ 33,000.00 $ 33,000.00
C1 CLEARING AND GRUBBING 55 $ 171.00 $ 9,405.00 $ 4,000.00 $ 220,000.00
C2 REMOVE CONC(SIDEWALKS) 2,862 $ 12.00 $ 34,344.00 $ 35.00 $ 100,170.00
C3 REMOVE CONC(DRIVEWAYS) 1,862 $ 27.00 $ 50,274.00 $ 75.00 $ 139,650.00
C4 REMOVE CONC(CURB) 7,931 $ 12.00 $ 95,172.00 $ 16.00 $ 126,896.00
C5 REMOVE ASPHALT/BASE(DRIVEWAYS) 48 $ 34.00 $ 1,632.00 $ 80.00 $ 3,840.00
REMOVE CONCRETE FOR BRICK PAVER
C6 CROSSING 2,257 $ 34.00 $ 76,738.00 $ 32.00 $ 72,224.00
REMOVE CONCRETE ROADWAY(W/CURB)(UP
C7 TO 8") 9,763 $ 12.00 $ 117,156.00 $ 23.00 $ 224,549.00
EXCAVATION FOR CROSSWALKS IN MEDIAN(UP
C8 TO 8.5"DEPTH) 647 $ 10.00 $ 6,470.00 $ 17.00 $ 10,999.00
MILL/DISPOSE EXISTING ASPHALT PAVEMENT(3-
C9 INCHES) 40,845 $ 3.53 $ 144,182.85 $ 7.00 $ 285,915.00
C10 EMBANKMENT(BACKFILL IN MEDIAN AREA) 2,802 $ 26.00 $ 72,852.00 $ 72.00 $ 201,744.00
SITE GRADING(MEDIAN AREA AND ROADWAY
C11 TO ROW) 55 $ 2,035.00 $ 111,925.00 $ 2,300.00 $ 126,500.00
LIME FOR SUBGRADE STABILIZATION
C12 (HYDRATED LIME)(SLURRY) 130 $ 410.00 $ 53,300.00 $ 420.00 $ 54,600.00
C13 LIME TREATMENT SUBGRADE(8-INCH) 4,500 $ 9.00 $ 40,500.00 $ 45.00 $ 202,500.00
HOT-MIX ASPHALT(TYPE D)(DRIVING
C14 SURFACE)(1.5") 2,844 $ 273.00 $ 776,412.00 $ 186.00 $ 528,984.00
C15 HOT-MIX ASPHALT(TYPE F)(LEVEL UP)(1.5") 2,561 $ 283.00 $ 724,763.00 $ 193.00 $ 494,273.00
C16 CONCRETE PAVEMENT(CLASS P)(8") 3,362 $ 108.00 $ 363,096.00 $ 145.00 $ 487,490.00
FULL DEPTH CONCRETE REPAIRS(8"CONCRETE
C17 WITH REMOVE/REPLACE 8"SUBGRADE) 1,685 $ 233.00 $ 392,605.00 $ 220.00 $ 370,700.00
CONCRETE BIKE/WALK(4")(WITH 2"SAND
C18 CUSHION) 9,174 $ 93.00 $ 853,182.00 $ 95.00 $ 871,530.00
BRICK PAVER SECTION AT MEDIAN(WITH 2"
C19 SAND CUSHION) 775 $ 226.00 $ 175,150.00 $ 120.00 $ 93,000.00
CONCRETE SECTION UNDER BRICK PAVER AT
C20 MEDIAN(4") 900 $ 91.00 $ 81,900.00 $ 120.00 $ 108,000.00
BRICK PAVER SECTION IN CONCRETE
C21 PAVEMENT(WITH 2"SAND CUSHION) 2,177 $ 226.00 $ 492,002.00 $ 115.00 $ 250,355.00
CONCRETE SECTION UNDER BRICK PAVERS IN
C22 PAVEMENT(8") 2,991 $ 114.00 $ 340,974.00 $ 152.00 $ 454,632.00
UPRIGHT CONCRETE CURB FOR MEDIAN
C23 CROSSWALKS(6") 2,583 $ 7.00 $ 18,081.00 $ 18.00 $ 46,494.00
C24 UPRIGHT CONCRETE CURB(FLUME)(6") 107 $ 6.00 $ 642.00 $ 41.00 $ 4,387.00
CONCRETE CURB AND GUTTER SECTION(24"
C25 WIDE) 18,635 $ 45.00 $ 838,575.00 $ 96.00 $ 1,788,960.00
CONCRETE LAYDOWN CURB WITH GUTTER
C26 SECTION(24"WIDE) 1,420 $ 45.00 $ 63,900.00 $ 92.00 $ 130,640.00
C27 ADA ACCESSIBLE RAMPS 112 $ 1,368.00 $ 153,216.00 $ 4,950.00 $ 554,400.00
C28 CONCRETE WHEEL STOPS 32 $ 290.00 $ 9,280.00 $ 320.00 $ 10,240.00
C29 CONCRETE DRIVEWAYS 2,105 $ 146.00 $ 307,330.00 $ 155.00 $ 326,275.00
C30 REMOVE STRUCTURE(INLET) 12 $ 570.00 $ 6,840.00 $ 3,000.00 $ 36,000.00
C31 REMOVE STRUCTURE(PIPE)(18") 628 $ 6.00 $ 3,768.00 $ 42.00 $ 26,376.00
C32 REMOVE STRUCTURE(PIPE)(15") 8 $ 22.00 $ 176.00 $ 42.00 $ 336.00
C33 REMOVE STRUCTURE(PIPE)(12") 10 $ 22.00 $ 220.00 $ 42.00 $ 420.00
C34 TYPE C CURB INLET 13 $ 6,446.00 $ 83,798.00 $ 8,380.00 $ 108,940.00
C35 MODIFIED CURB INLET(STAGE 1) 21 $ 5,163.00 $ 108,423.00 $ 14,380.00 $ 301,980.00
__ BID TABULATION
CliNC WOODWORTH BLVD.STREETSCAPE IMPROVEMENTS
BID SCHEDULE"A"-Gulfway Dr to Lakeshore Dr
-RC NE,UX WILSON&COLE
'' CITY OF PORT ARTHUR
BIDS OPENED:November 8,2023 at 3:15 P.M.
MK CONSTRUCTORS,LLC. ALLCO,LLC.
VIDOR,TX BEAUMONT,TX
C36 MODIFIED MANHOLE(STAGE 1) 2 $ 5,605.00 $ 11,210.00 $ 15,380.00 S 30,760.00
CONCRETE FLUME(GUTTER TO CURB INLET)
C37 (6") 42 $ 91.00 $ 3,822.00 $ 281.00 $ 11,802.00
C38 RC PIPE(CLASS III)(18") 36 $ 203.00 $ 7,308.00 $ 500.00 $ 18,000.00
C39 RC PIPE(CLASS III)(24") 833 S 132.00 $ 109,956.00 $ 545.00 $ 453,985.00
C40 HP STORM PIPE(TY S)(18") 1,572 $ 104.00 $ 163,488.00 $ 351.00 $ 551,772.00
C41 DUCTILE IRON DOME GRATE INLET(18"DIA) 21 $ 4,200.00 $ 88,200.00 $ 2,500.00 $ 52,500.00
C42 EROSION CONTROL LOGS(INSTALL) 97 $ 51.00 $ 4,947.00 $ 164.00 $ 15,908.00
C43 EROSION CONTROL LOGS(REMOVE) 97 $ 17.00 $ 1,649.00 $ 42.00 $ 4,074.00
C44 GRADE/RESHAPE EXISTING DITCH SECTION 72 $ 21.00 $ 1,512.00 $ 36.00 S 2,592.00
C45 HYDROMULCH SEEDING 3 $ 4,446.00 $ 13,338.00 $ 3,000.00 $ 9,000.00
RELOCATE EXISTING WATER LINE(6")
C46 (CONFLICTS) 5 $ 6,644.00 $ 33,220.00 $ 6,000.00 $ 30,000.00
RELOCATE EXISTING WATER LINE(12")
C47 (CONFLICTS) 1 $ 11,546.00 $ 11,546.00 $ 11,500.00 $ 11,500.00
C48 ADJUST MANHOLE RIM 3 $ 1,006.00 $ 3,018.00 $ 850.00 $ 2,550.00
CONCRETE PEDESTAL WITH LEDGE BRICK
C49 PAVERS 87 $ 2,850.00 $ 247,950.00 $ 2,615.00 $ 227,505.00
C50 BARRICADES,SIGNS AND TRAFFIC CONTROL 1 $ 67,379.00 $ 67,379.00 $ 250,000.00 $ 250,000.00
C51 PAVEMENT MARKINGS 1 $ 74,453.00 S 74,453.00 $ 40,000.00 $ 40,000.00
SET NEW FOUDNATION FOR HISTORICAL
C52 MARKER 1 $ 1,219.00 $ 1,219.00 $ 20,000.00 $ 20,000.00
C53 RELOCATE/REPLACE SIGNS 1 $ 11,400.00 $ 11,400.00 $ 18,000.00 $ 18,000.00
INSTALL DECORATIVE ELECTRICAL COVER NEAR
C54 PAVILION 1 $ 36,000.00 $ 36,000.00 $ 18,000.00 $ 18,000.00
INSTALL NEW 24'PAVILION(INCLUDING 6"
REINFORCED CONCRETE SLAB)(ELECTRICAL
ITEMS INSIDE PAVILION)(FOUNDATION
C55 DESIGN/INSTALLATION) 1 $ 257,484.00 $ 257,484.00 $ 295,000.00 $ 295,000.00
REMOVE TRAFFIC SIGNAL(W/SINGLE MAST
C56 ARM)(UP TO FOUNDATION AND BASE) 4 $ 8,550.00 $ 34,200.00 $ 3,600.00 $ 14,400.00
REMOVE TRAFFIC SIGNAL(W/DUAL MAST ARM)
C57 (UP TO FOUNDATION AND BASE) 2 $ 10,830.00 $ 21,660.00 $ 7,000.00 $ 14,000.00
INSTALL SIGNAL POLE AM(S)1 ARM(44')
C58 (DECORATIVE HAPCO AUBREY BASE BLACK) 2 $ 103,170.00 $ 206,340.00 $ 29,000.00 $ 58,000.00
INSTALL SIGNAL POLE AM(S)1 ARM(32')(1
VERTICAL VEHICLE SIGNAL ON POLE)
C59 (DECORATIVE HAPCO AUBREY BASE BLACK) 2 $ 103,170.00 $ 206,340.00 $ 25,000.00 $ 50,000.00
INSTALL SIGNAL POLE AM(S)2 ARMS(44')(32')(1
VERTICAL VEHICLE SIGNAL ON POLE)
C60 (DECORATIVE HAPCO AUBREY BASE BLACK) 2 $ 122,550.00 $ 245,100.00 $ 41,000.00 $ 82,000.00
C61 VEHICLE SIGNAL SECTION(12")(LED)(GREEN) 18 $ 1,140.00 $ 20,520.00 $ 300.00 $ 5,400.00
VEHICLE SIGNAL SECTION(12")(LED)(GREEN
C62 ARROW) 4 $ 1,140.00 S 4,560.00 $ 300.00 $ 1,200.00
C63 VEHICLE SIGNAL SECTION(12")(LED)(YELLOW) 22 $ 1,140.00 $ 25,080.00 $ 300.00 $ 6,600.00
•
C64 VEHICLE SIGNAL SECTION(12")(LED)(RED) 28 $ 1,140.00 $ 31,920.00 $ 300.00 $ 8,400.00
C65 BACKPLATE(12")(3 SECTIONS) 16 $ 855.00 $ 13,680.00 $ 154.00 $ 2,464.00
C66 BACKPLATE(12")(4 SECTIONS) 2 S 866.00 $ 1,732.00 $ 240.00 S 480.00
BACKPLATE(12")(4 SECTIONS)(POLE MOUNT
C67 VERTICAL) 4 $ 877.00 $ 3,508.00 $ 240.00 $ 960.00
SUB-TOTAL BASE BID ITEMS $ 12,006,571.19 $ 14,398,338.00
(11111k BID TABULATION
SI CIVIC WOODWORTH BLVD.STREETSCAPE IMPROVEMENTS
BID SCHEDULE"A"-Gulfway Dr to Lakeshore Dr
AirAlf ARCENEAUX WILSON&COLE
CITY OF PORT ARTHUR
BIDS OPENED:November 8,2023 at 3:15 P.M.
MK CONSTRUCTORS,LLC. ALLCO,LLC.
VIDOR,TX BEAUMONT,TX
Bid
Item Alternate Bid Items Qty. Unit Price Amount Unit Price Amount
C4 DEDUCT REMOVE CONC(CURB) (7,931) $ 12.00 $ (95,172.00) $ 16.00 $ (126,896.00)
DEDUCT REMOVE CONCRETE FOR BRICK PAVER
C6 CROSSING (2,257) $ 34.00 $ (76,738.00) $ 32.00 $ (72,224.00)
DEDUCT REMOVE CONCRETE ROADWAY
C7 (W/CURB)(UP TO 8") (9,763) $ 12.00 $ (117,156.00) $ 23.00 $ (224,549.00)
DEDUCT MILL/DISPOSE EXISTING ASPHALT
C9 PAVEMENT(3-INCHES) (40,845) $ 3.53 $ (144,182.85) $ 7.00 $ (285,915.00)
DEDUCT LIME FOR SUBGRADE STABILIZATION
C12 (HYDRATED LIME)(SLURRY) (130) $ 410.00 $ (53,300.00) $ 420.00 $ (54,600.00)
ADD LIME FOR SUBGRADE STABILIZATION
C12A (HYDRATED LIME)(SLURRY) 1,170 $ 410.00 $ 479,700.00 $ 420.00 $ 491,400.00
C13 DEDUCT LIME TREATMENT SUBGRADE(8-INCH) (4,500) $ 9.00 $ (40,500.00) $ 45.00 $ (202,500.00)
C13A ADD LIME TREATMENT SUBGRADE(8-INCH) 40,394 $ 9.00 $ 363,546.00 $ 45.00 $ 1,817,730.00
DEDUCT HOT-MIX ASPHALT(TYPE D)(DRIVING
C14 SURFACE)(1.5") (2,844) $ 273.00 $ (776,412.00) $ 186.00 $ (528,984.00)
DEDUCT HOT-MIX ASPHALT(TYPE F)(LEVEL UP)
C15 (1.5") (2,561) $ 283.00 $ (724,763.00) $ 193.00 $ (494,273.00)
C16 DEDUCT CONCRETE PAVEMENT(CLASS P)(8") (3,362) $ 108.00 $ (363,096.00) $ 145.00 $ (487,490.00)
C16A ADD CONCRETE PAVEMENT(CLASS P)(8") 38,166 $ 105.00 $ 4,007,430.00 $ 140.24 $ 5,352,399.84
DEDUCT FULL DEPTH CONCRETE REPAIRS(8"
CONCRETE WITH REMOVE/REPLACE 8"
C17 SUBGRADE) (1,685) $ 233.00 $ (392,605.00) $ 220.00 $ (370,700.00)
DEDUCT CONCRETE SECTION UNDER BRICK
C22 PAVERS IN PAVEMENT(8") (2,991) $ 114.00 $ (340,974.00) $ 152.00 $ (454,632.00)
DEDUCT CONCRETE CURB AND GUTTER
C25 SECTION(24"WIDE) (18,635) $ 45.00 $ (838,575.00) $ 96.00 $ (1,788,960.00)
DEDUCT CONCRETE LAYDOWN CURB WITH
C26 GUTTER SECTION(24"WIDE) (1,420) $ 45.00 $ (63,900.00) $ 92.00 $ (130,640.00)
C68 ADD DEMO EXISTING ROADWAY(16"DEPTH) 42,067 $ 11.19 $ 470,729.73 $ 33.10 $ 1,392,417.70
C69 ADD UPRIGHT CONCRETE CURB(6") 18,635 $ 6.27 $ 116,841.45 $ 25.70 S 478,919.50
C70 ADD LAYDOWN CONCRETE CURB 1,420 $ 6.27 $ 8,903.40 $ 58.04 S 82,416.80
SUB-TOTAL ALTERNATE ITEMS $ 1,419,776.73 $ 4,392,920.84
Math Error
TOTAL AMOUNT BID(BASE BID ITEMS)-BID SCHEDULE"A" $ 12,006,571.19 $ 14,398,338.00
CALENDAR DAYS(BASE BID ITEMS)-BID SCHEDULE"A" 523 750
TOTAL AMOUNT BID(BASE BID+ALT.ITEMS)-BID SCHEDULE
"A" $ 13,426,347.92 $ 18,791,258.84
CALENDAR DAYS(BASE BID+ALT.ITEMS)- BID SCHEDULE"A" 591 870
EXHIBIT B
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
For Construction of
WOODWORTH BOULEVARD STREETSCAPE
IMPROVEMENTS
To Serve
The CITY OF PORT ARTHUR
PORT ARTHUR,TEXAS
Project No. CPA-1100
Contract No. 1
(Non-Federally Funded Project)
CITY OF PORT ARTHUR
Jefferson COUNTY, TEXAS
JUNE 2023
i� 11 of T�•k1'
i*. %\ .* 11
/ JOE M. WILSON, JR. /
,Il��+o, 92067 .,���
IliV./cENst°G.•`4�
(1-: __ -6.-- ------
07/10/2023
TEXAS
i
REGISTERED ENGINEERING FIRM
F-16194
ARCENEAUX WILSON & COLE LLC
Engineering * Surveying * Planning
PORT ARTHUR, TEXAS
THURMAN BILL BARTIE,MAYOR RONALD BURTON
TIFFANY HAMILTON,MAYOR PRO TEM CITY MANAGER
COUNCIL MEMBERS: SHERRI BELLARD,TRMC
WILLIE BAE LEWIS City Qf CITY SECRETARY
DONEANE BECKCOM
HAROLD L.DOUCET,SR VAL TIZENO
THOMAS KINLAW III CITY ATTORNEY
DONALD FRANK,SR. o r t r t h u +
SEPTEMBER 21, 2023
INVITATION TO BID
WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time,Wednesday,October 11,2023. (The clock located in the City Secretary's office
will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday,
October 11, 2023 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are
invited to attend.
MARK ENVELOPE: P23-073
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams@portarthurtx.gov
l
The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and
Specifications are for your convenience in submitting bids for the enclosed referenced services for
the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
GtAl aMts-
Clifton Williams
Purchasing Manager
i t
I ij✓,,.
city r -CITY OF PORT ARTHUR,TEXAS
r t - ADDENDUM NO. ONE (1)
texas
October 5,2023
BID FOR: WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
BID#23-073
The following clarifications, amendments, deletions, additions,revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter stated
and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard
Time,Wednesday,October 25,2023 (The clock located in the City Secretary's office will be the official
time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, October 11, 2023, in the City
Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Cli`r9 Williams
Purchasing Manager
4.4ccrimhott- \\\r\\a"
Signature of Proposer Date
Company Vendor Name
t r
-CITY OF PORT ARTHUR,TEXAS
Cul il 0
.- ADDENDUM NO.TWO(2)
,�r� rttrtir
7>xra
October 23, 2023
BID FOR: WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
BID#23-073
The following clarifications, amendments, deletions, additions,revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter stated
and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard
Time, Wednesday, November 1, 2023 (The clock located in the City Secretary's office will be the
official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday,November 1, 2023, in
the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Cli`t%r Williams
Purchasing Manager
t AfAlLteAV0411-
W\
ature of Proposer Date
S p ( • ac—
61:0c_VIU _CCfrESICKLaaV
Company Vendor Name
City of -CITY OF PORT ARTHUR,TEXAS
ADDENDUM NO. THREE (3)
ort rthur
Texas
October 24, 2023
BID FOR: WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
BID #23-073
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter stated
and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. Attached is the clarifications and answers to questions.
2. Attached is Revised Contract Agreement(section A).
3. Attached is the revised Bid Sheet(Section D).
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Clift e Williams
Purchasing Manager
* At44 StfAAjalt "11\ 13
Signature o Proposer Date
C—
Company Vendor Name
-CITY OF PORT ARTHUR,TEXAS
ADDENDUM NO. FOUR(4)
2 fUlu�
re
l/Li
October 30,2023
BID FOR: WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
BID#23-073
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter stated
and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
•
1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard
Time,Wednesday,November 8,2023(The clock located in the City Secretary's office will be the official
time.) All bids received will be read aloud at 3:15 p.m. on Wednesday,November 8,2023, in the City
Council Chambers, City Hall, 5th Floor,Port Arthur,TX. You are invited to attend.
If you have any questions, please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
e a
ffe( 2��c�m,�
ClifWn Williams
Purchasing Manager
/e""i/St4Al2"74-
Signature ofro Date
Proposer S
Company Vendor Name
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
For Construction of
WOODWORTH BOULEVARD STREETSCAPE
IMPROVEMENTS
To Serve
The CITY OF PORT ARTHUR
PORT ARTHUR,TEXAS
Project No.CPA-1100
Contract No. 1
(Non-Federally Funded Project)
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
Item No. A2002 - Site Grading
Item No. A2004 - Embankment
Item No.A2226 - Excavation and Backfill for Structures
Item No. A2229 - Backfill Materials
Item No. A3002 - Compacted Sand Fill Under Structures
Item No.A3007 - Removing Old Structures
Page 1 of 2
Item No. A3030 - Hydro Mulch Seeding
Item No. B1001 - Concrete
Item No. B3001 - Reinforcing Steel
Item No. H1001 - Ductile Iron Pipe and Fittings
Item No. J1003 - Polyvinyl Chloride (PVC) Water Line Pipe (4-inch - 12-inch)
Item No. J2001.1 - Construction of Underground Lines
Item No. J2003 - Hydrostatic Testing of Pressure Lines
Item No. J3001B - Storm Sewer Manholes
Item No. J3006 - Cement Stabilized Sand Backfill
Item No. J3009 - Disinfection of Water Line
Item No. J3011 - Reinforced Concrete Pipe
Item No. J3016 - Inlets
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. K3031 - Concrete Pavement
Item No. K3109 - Traffic and Zone Marking Paint
Item No. K3303 - Hot Mix Asphaltic Concrete Surfacing
TxDOT SS No. 4122 - Plastic Pipe
Special Provision Item No. J3045 - Trench Excavation and Shoring Safety Plan
Item No. 10 73 46 - Prefabricated Site Shelters
Item No. 32 13 73 - Landscape Joint Sealers
Item No. 02 4113 - Landscape Demolition
Item No. 12 93 00 - Site Furnishings
Item No. 31 22 00 - Landscape Grading
Item No. 32 01 90 - Tree Protection
Item No. 32 13 13 - Concrete Paving
Item No. 3213 16 - Integrally Colored Concrete
Item No. 32 14 16 - Clay Brick Pavers
Item No. 32 93 00 - Landscape
Geotechnical Report No. 22241
O. QUALIFICATION STATEMENT
APPENDICES
APPENDIX "A" - Form for Request for Time Extension
Page 2 of 2
SECTION A
STANDARD FORM OF AGREEMENT FOR OWNER-CONTRACTOR
CONTRACT FOR
WOODWORTH BOULEVARD STREETSCAPES IMPROVEMENTS PROJECT
THIS CONSTRUCTION AGREEMENT, made this day of
, A.D. 2024, by and between the City of Port Arthur, a municipal corporation
organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and
BDS CONSTRUCTORS, LLC, dba MK CONSTRUCTORS, LLC, of Vidor, Texas, herein acting
by and through President, 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 Woodworth Boulevard
Streetscapes Improvements Project.
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
591 calendar days as specified in the Notice to Proceed and TxDOT specification items
1-9 specifically section 8.3.1.4, excluding, 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 or by written permission of the Engineer.
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 $13,426,347.92 , or as
shown in the Bid Schedule.
5. The term "CONTRACT DOCUMENTS" means and includes the following:
(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) Roadway Repair Bond
(L) Maintenance Bond
(M) Notice of Award
(N) Notice to Proceed
(0) Insurance
(P) Specifications
(Q) House Bill 89 Verification
(R) Non-Collusion Affidavit
(S) Affidavit
A-1
(T) SB 252 Chapter 2252 Certification
(U) Federal Clauses
(V) Child Support Certification
Addenda:
No. 1 , dated October 5, 2023.
No. 2 , dated October 23, 2023.
No. 3 , dated October 24, 2023.
No. 4 , dated October 30, 2023
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.
OWNER:
City of Port Arthur
BY:
CONTRACTOR: NAME: Ron Burton
TITLE: City Manager
BDS CONSTRUCTORS, LLC dba
MK CONSTRUCTOR, LLC
BY:
NAME: Kenneth Stewart - President
ADDRESS: PO Box 1208
Vidor, Texas 77670
Signed on the day of , 2024.
ATTEST:
City Secretary
NAME:
A-2
SECTION B
ADVERTISEMENT AND INVITATION FOR BIDS
CITY OF PORT ARTHUR, TEXAS
ADVERTISEMENT FOR BIDS
Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the
City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m.,
Wednesday, October 11, 2023 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on
Wednesday, October 11, 2023 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for
certain services briefly described as:
WOODWORTH BLVD STREETSCAPE IMPROVEMENTS—
Bids received after the deadline stated above, regardless of method of delivery, will not be considered and
returned unopened.
Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street,
City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the
City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.corn.
NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURDAY, SEPTEMBER 28, 2023
AT 10:00 A.M. AT THE CITY HALL 5TH FLOOR COUNCIL CHAMBERS LOCATED AT 444 4TH
STREET, PORT ARTHUR, TEXAS
Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a
contract to a company that is in arrears in its obligations to the City.
.` ,rL Gt)
Cli'!n Williams
Purchasing Manager
FIRST PUBLICATION: September 20, 2023
SECOND PUBLICATION: September 27, 2023
SECTION C
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
C-1
between the amount 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, ►nsurance 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, Arceneaux
Wilson & Cole LLC, 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 and Arceneaux Wilson & Cole LLC, 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.
C-3
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-4
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)(1)(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
C-3a
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; 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.
C-3b
(2) Building or construction - has the meaning defined in the Texas Labor
Code, §406.096(e)(I).
(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-89, 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 contractors/persons 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.
(9) 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.
C-3e
F. The contractor shall retain all required certificates of coverage for
the duration of the project and for one year thereafter.
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
verify coverage and report lack of coverage.
The contractor shall contractually required each person with whom it
contracts to provide services on a project, to:
(�) 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,(if 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;
C-3f
(6) Notify 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
(7) Contractually require each person with whom it contracts, to
perform as required by paragraphs (9) - (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 commissions 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:
(i) 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
C-3g
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;
(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 70 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 verify 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 99 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 identify 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;
C-3h
(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 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) Notify 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,shalt
(9) 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
C-3i
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.
(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) Notify 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
C-3j
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 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) Notify 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.
(f) 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, 7994
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 required activities;
C-4
(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.
C-6
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. SUBST►TUTIONS
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°%o) {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
C-7
information, but 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, September 28, 2023 at, 10:00 AM, at 5th Floor Council Chambers, 444
4th Street, Port Arthur, Texas.
The purpose of the NON 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.
C-8
SECTION D
BID
BID
TO: CITY OF PORT ARTHUR
444 4th Street
Port 1)-1 , exas acw us
Proposal � ... ereinafter called "BID ER"), or anized and
existing under the laws of the State of Texas, doing business as * . , 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 WOODWORTH BOULEVARD STREETSCAPE
IMPROVEMENTS 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 ****
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 54 of the General Conditions.
****Calendar Day Total will be inserted once the Bid Schedule Option is selected****
Enclosed is bid security as required.
BIDDER acknowledges receipt of the following ADDENDUM:
- 101- 93
*Insert"a corporation," "a partnership," or "an individual" as applicable.
BIDDER agrees to perform all the work described in the Contract Documents for the
following unit prices or lump sum:
D-1 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE "A"
GULFWAY DR. TO LAKESHORE DR.
GENERAL BASE BID ITEMS
Mobilization, Complete in Place.
© X ' ANAL _ Cat td
G1. 1 L.S. -Jr•
Per Lump Sum
SUBTOTAL GENERAL BASE BID ITEMS $ �U©y���
CIVIL BASE BID ITEMS
Clearing and Grubbing, Complete in I
Place.
Cl. akii \UULUICt 55 STA. @ � $ $Q� �'��
Per Station
Remove Conc (Sidewalks), Complete
in Place.
C2. 2,862 S.Y. @ $ 12r $ _
Per Square Yard
Remove Conc (Driveways),
Complete in Place.
© akkiZriTh
C3. 1,862 S.Y. $
Per Square Yard
Remove Conc (Curb), Complete in
Pla&YW
e.C4. 7,931 L.F. @ 12 a6 ' 27
Per Linear Feet
D-2 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Remove Asphalt/Base (Driveways),
Complete.inn,Place.
C5. 48 S.Y. $ $
Per Square Yard
Remove Conc for Brick Paver
Crossing, Complete in Place.
Co. %11*k haSSU
2,257 S.Y. $ $
Per Square Yard
Remove Conc Roadway Including
Curb, Up to 8" Depth, Complete in
Place.
C7. 9,763 S.Y. @ $ 12 $`►`-
Per Square Yard
Excavation for Crosswalks in
Median, Up to 8.5" Depth,
Complete in Place.
C8. 647 S.Y. @
Per Square Yard
Mill/Dispose Existing Asphalt
Pavement, 3" Depth, Complete in
Place.
46
C9. 40,845 S.Y. @ `��\ n n^ $ -553 $ 144 1992
Skh'll LIt
Per Square Yard
D-3 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Embankment for Backfill in Median
Area, Complete in Place.
@ 63Z-11 $2l� `i 52�
C10. 2,802 C.Y. $ 2.9�
Per Cubic Yard
Site Grading in Median Area and
Roadway to ROW limits, Complete
in Place. Q
C11. 55 STA. $ 21035_ $1t�/�2
Per Station
Lime for Subgrades Stabilization,
Hydrated Lime Slurry, Complete in
Pla e.
C12. 130 TON © $ 4\O $ W.Y .
,1 ►
Per Ton
Lime Treatment Subgrade, 8"
Depth, Complete in Place.
C13. 4,500 S.Y. $ �► $404SCO
Per Square Yard
Hot-Mix Asphalt, Type D Driving
Surface, 1.5" Depth, Complete in
Place. tL
C14. 2,844 TON @ $ 2113" r )$ .k
Per Ton
D-4 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Hot-Mix Asphalt, Type F Level Up,
1.5" Depth, Complete in Place.@ ‘(‘NiZCS.kla
C15. 2,561 TON
n .W.a...... 2D
` $ 3- $ 1n 24j.n
` G3
Per Ton
Concrete Pavement, Class P, 8"
Depth, Complete in Place
C16. 3,362 S.Y. a iy)-1- $ , $
i
Per Square Yard
Full Depth Conc Repairs, 8"
Concrete Including Remove/
Replace 8" Stabilized
Subgrade/Base, As Needed per $ 233j s
City Approval, Complete in Place.
C17. 1,685 S.Y. @ 0 J
`-Alk- 4U-D--,
Per Square Yard
Concrete Bike/Walk, 4" Concrete
With 2" Sand, Complete in Place.
L0 (]� w
C18. 9,174 S.Y. © $ "1 r $%43,%2►t
Per Square Yard
Brick Pavers Section at Median
Areas, With 2" Sand, Complete in
Place.
�\ $ 22 $MaY.
C19. 775 S.Y. c 1
Per Square Yard
D-5 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Section Under Brick
Pavers at Median Areas, 4" Depth,
Complete in Place.r n _ q
C20. 900 S.Y. @ W cu— $ $ a_LO
Per Square Yard
Brick Pavers Section at Pavement
Areas, With 2" Sand, Complete in
Place. nnAA $ ZL+LQ � $
C21. 2,177 S.Y. @ t 492A2
AkS,M13p--ta\6
Per Square Yard
Concrete Section Under Brick
Pavers at Pavement Areas, 8"
Depth, Co plete in Place.
C22. 2,991 S.Y.
$114 $
Per Square Yard
Upright Concrete Curb for Median
Crosswalks, 6" Height, Complete in
Place.
C23. 2,583 L.F. $ S__' _____
Per Linear Foot
Upright Concrete Curb for Flume, 6"
Height, Complete in Place.
C24. 107 L.F. $ $ 1D42-
Per Linear Foot
D-6 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Curb and Gutter Section,
24" Wide, Including 12" Cement
Stabilized Sand per Plans,
Complete in Place. , $ '45 $ Cj�j
C25. 18,635 L.F. g
Per Linear Foot
Concrete Laydown Curb and
Gutter Section 24" Wide, Including
12" Cement Stabilized Sand per
C26. 1,420 L.F. Plans, Complete 'n Place., $ �}t ska
Per Linear Foot
ADA Accessible Ramps, Including
Warning Strip, Complete in Place.
C27. 112 EA. CINILM6b.b
$ � ; $ 153,24
-kt'k\41 §.(4
Per Each
Concrete Wheel Stops, Complete
in Place.
C28. 32 EA. @,Y,Ah-�Vik—\ $ -qr22/)--
$
Per Each
Concrete Driveways, 4"-6"
Residential or Commercial, Class A
3000 PSI Concrete, Complete in
Place. $ $
C29. 2,105 S.Y. @
Per Square Yard
D-7 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Removes Structure (Inlet),
Completecc in Place.
C30. 12 EA. r $ 5()C) $6$$4 .
Per Each
Removes Structure (Pipe) (18"),
Complete in Place.
C31. 628 L.F. @ � $ $
Per Linear Feet
Removes Structure (Pipe) (15"),
Complete in Place.
C32. 8 L.F. @ * $ 22..- $ krIlo•.
Per Linear Feet
Removes Structure (Pipe) (12"),
Co plete in Place.
t� ..
C33. 10 L.F. @ $ 22 $ 210
Per Linear Feet
Type C Curb Inlet, Including All
Backfill and Excavation, Complete
in Place.
C34. 13 EA. © $6t " $C7
Per Each
D-8 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Modified Curb Inlet (Stage 1),
Including All Backfill and
} \,�
Excaavation, Complete in Place.
©a 1 C35. 21 EA. A`1^'' `Ci $5A3 — '
Izs\O\ sx\ON9.6 ,
Per Each
Modified Manhole (Stage 1),
Including All Backfill and
Excavation, Complete in Place. _
C36. 2 EA. C� V *mot 1S.fl � , $ $\,t\c
scs.A\issmi\s.‘s. I
Per Each
Concrete Flume, Gutter to Curb
Inlet, 6" Thickness, Complete in
Place. -
C37. 42 S.Y. ©a ‘ . � q( $ ' $3 _
Per Square Yard
RC Pipe (Class III) (18"), Including
All Backfill and Excavation,
Complete i Place.
C38. 36 L.F. © SJ-w �n I $ CO3' $9,3(2)
4\W,- -)
Per Linear Foot
RC Pipe (Class III) (24"), Including
All Backfill and Excavation,
Complete 'n Place. $ 132 $
C39. 833 L.F. ©
I
Per Each
D-9 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
HP Storm Pipe (TY S) (18"),
Including All Backfill and
Excavation, Complete in Place. �( r1 ��
C40. 1,572 L.F. �1 $ _"'�— �$103 `�
9"f\-
Per Linear Foot
Ductile Iron Dome Grate Inlet, 18"
Diameter, Including All Fittings,
Backfill and Excavation, Complete �('� N�
in Place. $ tom' $/� &
C41. 21 EA. @ �'
Per Each
Erosion Control Logs (Install),
Corn lete in Place.
C42. 97 EA. © CK0 $ 5V $ 91-11'
Per Each
Erosion Control Logs (Remove),
Complete in Place.
C43. 97 EA. @ $ $
Per Each
Grade/Reshape Existing Ditch
Section to Drain, Complete in
Place. �(� ` r�_
C44. 72 L.F. © l� ( �"J $ 21 $ \�S1G
Per Linear Foot
D-10 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Hydro-mulch Seeding, Complete in
Place.
C45. 3 AC. i� �1..Y1c.SVX.Q $ ,,, $
Per Acre
Relocate Existing Water Line for 6"
Size, C-900 PVC, Class 200,
Including All Fittings, Backfill and
Excavation, Complete in Place. $1t4 - $ �j3,22o�
C46. 5 EA. @ =WI
g'n% ach ,
ala
011
Relocate Existing Water Line for
12" Size, C-900 PVC, Class 200,
Including All Fittings, Backfill and
Exca ation, Complete in Place. $ $\1 0_
C47. 1 EA. @ `�`
Per Eac
Adjust Manhole Rim, As Needed,
Complete in Place.
CQL-4Mtthaltd
C48. 3 EA. @ $ Vjap±m $
to
Per Each
Concrete Pedestal for Decorative
Street Lights with Ledge Brick
Pavers, Including Concrete
Foundation omplete in Pl.ce. $�7 _ $ 2141`
C49. 87 EA. @ IA. �
it ,iltit _���
Per Each
D-11 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Barricades, Sign and Traffic
Control, Complete in Place. /� /�/�/�
C50. 1 L.S. C�r $�� /1 V �' $
��C1i�V.AC�� � J—T
Per Lump Sum
Pavement Markings Per Plan,
Complete in Place.
• _ $i llin t, ; 6 $C51. 1 L.S. egaf+ 'i
If 11 •
"er • p Sum
Set New Foundation for Historical
Marker, Relocate Aurora Historical
Marker in New Concrete Base,
P Complet n `acce. $ �21(1 " $ 1�2�CJ
C52. 1 EA. C� ��1 CUICA
Wen
Per Each
Relocate/Replace Signs, As
Needed During Construction,
Completen in Place. tt�
C53. 1 L.S. © �� em ` $\, ,," 3 $
\793,1l. N.NA&NSO---
Per Lump Sum
Install Decorative Electrical Cover
Near Pavilion, Include Concrete
Base and All Structural
Components, Complete in Place. $ � _ $
C54. 1 L.S.
Per Lump Sum
D-12 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Install New 24' Pavilion Including 6"
Reinforced Concrete Slab,
Electrical Items Inside Pavilion,
Concrete Foundation Design per $QS0A91WCAN
C55. 1 L.S. Manufac urer, Complete in Rlace.
ttl4r4 14 .1V At4
94't &
Remove Traffic Signal Single
Mast Arm, Up to Foundation and
Base, Complete in Place.
C56. 4 EA. @ $(6 $ ' A)9M•
Per Each
Remove Traffic Signal With Dual
Mast Arms, Up to Foundation and
Base, Complete in Place.
C57. 2 EA. $ $2‘1144._
' 1(\i-)N40-ci
Per Each
Install Signal Pole AM(S) 1 ARM
(44') (Decorative Harpo Aubrey
Base - Black), Complete in Place.
C58. 2 EA. @® -,1 Q, Sti � $u.x05.\-/
Per Each
Install Signal Pole AM(S) 1 ARM
(32') (1 Vertical Vehicle Signal on
Pole) (Decorative Hapco Aubrey
C59. 2 EA. Base - Black), Complete in Place. $ � �Q $ 1 4,0
@ OCR R v
Per Each
• D-13 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Install Signal Pole AM(S) 2 ARM
(44') (32') (1 Vertical Vehicle Signal
on Pole) (Decorative Hapco Aubrey
C60. 2 EA. Base - Black), Complete in Place. $ 122, E $ lobs'
cN.°131111-
er
Vehicle Signal Section (12") (LED)
(Green), Complete in Place.
C61.C61. 18 EA. @ .0e1Q �`'�'' u
Per Each
Vehicle Signal Section (12") (LED)
(Green Arrow), Complete in Place.
C62. 4 EA. @ �.� 11-kr('`hd at) $ 1,14o $ ,`Ji _,�
tekll
Per Each
Vehicle Signal Section (12") (LED)
lo
(Yellow), Complete in Place.
© `-�
C63. 22 EA. 1 StU,, $ $2J O "
Per Each
Vehicle Signal Section (12") (LED)
(Red), Complete in Place.
C64. 28 EA. ' kii , t _!1 $ 14 f $ 3 0'
Per Each
Black Plate (12") (3 Sections),
Com lete in P ce.
•
Per Each
D-14 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Black Plate (12") (4 Sections),
Complete in Place.C66. 2 EA. @ t NNA\ Q
$ )410 $ lig3� "
Per Each
Black Plate (12") (4 Sections) (Pole
Mount Vertical), Complete in Place.
� M
C67. 4 EA. @ $ ' P 1 S 35Y6-
1
Per Each
SUBTOTAL CIVIL BASE BID ITEMS $ %fib' 1O '12't4$s
LANDSCAPING BASE BID ITEMS
Tree Removal, Complete in Place.
L1. 1 L.S. _ $‘CIJ $ 10/1C ...
Per Lump Sum 7��
4 1/2" -5" Cal. Shade Tree,
Complete in Place.
L2. 99 EA. @
$ � 110 $11„Q
Per Each
10'-12' HT Cal. Ornamental Trees,
Complete�� �iin�� `.'uPlace.
C� `H L"
L3. 107 EA. COltd $ $ Z�Q
� � -
Per Each
D-15 Addendum No. 3
October 24, 2023
Approx. Description of Item with Unit
Qty. Unit Unit Price Written in Words Price Amount
Palm Tree (11' to 12'Clear Trunk),
Complete in Place.
L4. 56 EA. @
cAlvaiLV $ 21.51_41' $NPerk--
Per Each
5-Gal Shrubs, Complete in Place.
WIPSaki
L5. 29 EA. AAkcICLL $ 3Q 3 $ ---
Per Each O
3-Gal Shrubs, Complete in Place.
@ � WOLd
L6. 68 EA. $
Per Each
1-Gal Shrubs, Complete in Place.
@ �t�
L7. 4,321 EA. $ tO, $,�2'O►
Per Each "T
30-Gal Shrub (EA.), Complete in
Pla e.
L8. 13 EA. @
$ 541 " $ 1,c223
P Each
ST Augustine Sod, Complete in
Place.
L9. 10,145 S.Y. @ $ 50 $ DE 042.
S uare Yard
D-16 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Topsoil, 2" Depth Sod Areas,
Complete in Place.
L10. 471 C.Y. @ 1 'XNAMU $ t` —
Per Cubic Yard
Plant Mix (6" Depth) Planting Beds, ,
Complete in Place.
L11. 254 C.Y. @ $ \2.�CiM6 " $3)__._ 't
_L-1 -A
Per Cubic Yard
Organic Bark Mulch, 3" Depth
Planter Are s, Complete in Place.
L12. 139 C.Y. @ $ r43 $ _Lrl"
er Cubic Yard
Trees Staking (Per Tree), Complete
in Place. 11
L13. 618 EA. @ VO‘dtktU3 $ Z $ G5��
Per Each
Fiber Fabric (In Planting Beds),
Complete in Place.
L14. 13,742 S.F. © �42
kiLlitilc0Q0 $ $ ,(II1
Per Square Foot
Benches,� Complete i(nPllaaccei �-J ll
@-� 134— '�1 WPClSW Da)L15. 5 EA. $ 5W — $eZ_5__
Per Each ,
D-17 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Trs, Complete in Place.
%; •\\Mil1/44—VIWC91\6, CIO
L16. 5 EA. ..
$
Per Each
SUBTOTAL LANDSCAPING BASE BID $ "[2r1 r142
1
IRRIGATION BASE BID ITEMS
Pros-06-PRS40 Spray Body with MP
RotatorQ� Nozzle, Complete in Place.
11. 1,158 EA. @ akCZ —
Per Each
Pros-06 Spray Body with MSBN
Bubbler Nozzle, Complete in Place.
12. 431 EA. $ 11�— $ - 1,,M
Per Each
Watts 007 Double Check Backflow
Device (2"), Complete in Place.
13. 2 EA. © ile $ �`1)C.
Per Each
Superior 3300 Master Valve (2"),
Complete in Place. '
14. 2 EA. $(j_4 $ 0;c0AD
t_rit?p
er Each
D-18 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Flow Sensor, Complete in Place.
15. 2 EA. $ LI "_ $
Per Each
Irrigation Controller (A2C-75D-SS),
Complete in Place.
POW LILL! $ 44207 $ ,1-12.6"
I r Each
Solar-Sync Weather Sensor,
Complete in lace. rr
17. 1 EA. @ $ Z $ 2
Per Each
ICV Remote Control Valve (1"),
Complete i Place.
18. 8 EA. © $ SCf_ $
r ach
ICV Remote Control Valve (1.5"),
Complete in Place. e�
19. 26 EA. $ nr'i $ Zl/\i.i
Per Each
ICV Remote Control Valve (2"),
Complete in Place.
110. 2 EA. @
$ 1 .1 _ $
Per Each
D-19 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Netafim Drip Control Zone Kit
(LVCZS8010075-LF), Complete in
Place.
111. 2 EA. ©WsuL $ �2 _ $�
Per Each
Netafim Drip Control Zone Kit
(LVCZ10075-HFHP), Complete in
Place. _
112. 8 EA. © da $ c12_ $R
N!�
Per Each
Netafim Drip Control Zone Kit
(LVCZ150HP), Complete in Place.
113. 12 EA. @ CittusvuThOVCcistil $ ti 140 $13 ;l —P
Per Each
Quick Coupler Valve, Complete in
Place.
114. 2 EA. @ �nQQ- $ 342-- $_loc/44
r Each
SCH 80 Ball Valve (1"), Complete in
Place.
115. 18 EA. @ $ 1 � $ %052:
L
Each
SCH 80 Ball Valve (1.5"), Complete
in Place.
116. 38 EA. @ $ 114
Each
D-20 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SCH 80 Ball Valve (2"), Complete in
Place.
117. 2 EA. @
ikkWYk\-k 19r)4". $ $
Per Each
SCH 80 Ball Valve (3"), Complete in
Place.
118. 4 EA. @ - t t _ `_kr $ 2gS' $__ o
Per ach
Resilient Wedge Gate Valve (4"),
Complete in Place.
119. 3 EA. @ $ 010 f" $ 5,1a)
Per Each
Netafim Dripline (TLHCVXR7-18),
Complete in Place. OACP ea��6
120. 9,570 L.F. @ $ 2 $ Zn cZrM
Per Linear oot
Netafim Dripline (TLHCVXR5-12),
Complete in Place.
121. 29,802 L.F.
$ 2 GJ�W
$ °13
Per Linear Foot
Netafim Air Relief Valve, Complete
in Place
122. 22 EA. @ .
0341s\CiNid
m $ 114 - $ 2,5i%
Per Each
D-21 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Netafim Flush Valve, Complete in
Place.
123. 22 EA. @ 1.A\AA INA $ 11 $M
Vkcklrum
Per Each
Drip Operation Indicator, Complete
in Place.�
124. 22 EA. @CI1 - $ W,i $ tL,[ '
P r Each
SCH-80 Irrigation Sleeve (4"),
Corn I to in Place.
125. 4,354 L.F. "�� ° 1 4...
$ `S $15 3l0"
Per Linear Foot
Class 200 Irrigation Sleeve (6"),
Complete in Place.
126. 605 L.F. © GC`J•. Y\k_ur f $ v6 ... $ O cy-
Per Linear Foot
Class 200 Irrigation Sleeve (8"),
Complete` in Place.�
127. 841 L.F. © OY �:. - 1"�' $ 22 " $ rcQ
- -7
Per Linear Foot
SCH-80 Irrigation Mainline (3"),
Complete in Pl
128. 2,281 L.F. @ FULIki, $"15 CJ:2:2.
Per Linear Foot I 1
D-22 Addendum No. 3
October 24, 2023
1
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SCH-80 Irrigation Mainline (4"),
Complete in Place.
129. 3,464 L.F. @ V-C1 $ $_52,,92D-1.
Per Linear Foot
SCH-80 Irrigation Mainline (1/2"-2.5"),
Complete in Place. t
130. 32,700 L.F. © $ $ WI/WY-
Per Linear Foot
ICD Decoder, Complete in Place.
131. 62 EA. $ 251 $NG "'L'-'.
er Each
14 AWG Jacketed 2-Wire Cable,
Complete' te' in Place.
132. 6,210 L.F. © c' t
$ $'61,C
Per Linear Foot
SUBTOTAL IRRIGATION BASE BID ITEMS $ \ 6312,2U1 20
ELECTRICAL BASE BID ITEMS
2" SCH 40 PVC Conduit, Complete in
Place.
El. 16,584 L.F. R $ $
$�...
Per Linear Foot
D-23 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
3/4" SCH 40 PVC Conduit, Complete
in Place.
E2. 480 L.F. @ TO) $ tf 1 $
Per Linear Foot
2"-36" Long Radius SCH 40 Elbow,
Complete in PI ce.
E3. 174 EA. © $ ___ $
Per Each
3/4" SCH 40 Elbow, Complete in
Place.
E4. 61 EA. @‘ikS --' Lis ^L $ $
Per Each
"S2" Bollard Light, Complete in Place.
E6. 20 EA. $ $14 5 -1
Per Each ' �b� '
"S3" In-Ground Well Light
, Complete in Place.
E7. 168 EA. @ $ 2
j91M., $Sits{ 0 }�
Per Each
Light Junction Box, Complete in
Place.
E8. 26 EA. @ `. --
Per Each abOn
D-24 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Pavilion 2' Linear Light, Complete in
Place.
E9. 4 EA. $ ;i ce-+ - $ ___
Per Each
Electric Switch Rack and Equipment,
Complete in Place. /� �(� �(�
E10. 1 EA. @ �".�y".'""� $ L— $ ,
Ituiduka
4R12-f
r Each
SUBTOTAL ELECTRICAL BASE BID ITEMS $ �7, , t4 1
TOTAL AMOUNT BID (ALL BASE BID ITEMS)
FOR BID SCHEDULE "A" n \.q
�
(GULFWAY DR TO LAKESHORE DR) $ V ,QOS, Cam'n 1,
D-25 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ALTERNATE BID ITEMS FOR BID SCHEDULE "A"
ALTERNATE BID ITEMS
DEDUCT Remove Conc (Curb),
Complete in Place.
C4. 7,931 L.F. @657/0
$ �
,(#
C�
Per Linear Feet
DEDUCT Remove Conc for Brick
Paver Crossing, Complete in Place.
C6. 2,257 S.Y. @ 'k.A `
Per Square Yard "
DEDUCT Remove Conc Roadway
Including Curb, Up to 8" Depth,
Complete in Place.
C7. 9,763 S.Y. © .ClikA) $62.�) 6n/A s
Per Square Yard d,IrtJ1C}
DEDUCT Mill/Dispose Existing
Asphalt Pavement, 3" Depth,
Corn•lete in Place.
C9. 40,845 S.Y. ©a ti 1;� $(ss-1) , 6_44,s2s-5-)
Per Square Yard CL1611-C-
DEDUCT Lime for Subgrades
Stabilization, Hydrated Lime Slurry,
Complete in lace.
C12. 130 TON @ Falk , 014 (53,3to-)
1-Qrn
Per Ton
D-26 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ADD Lime for Subgrades
Stabilization, Hydrated Lime Slurry,
Complete in Place.
C12A. 1,170 TON © $ 410 $
4n
Per Ton Odd—
DEDUCT Lime Treatment
Subgrade, 8" Depth, Complete in
Place.
C13. 4,500 S.Y. g NCt-v $
Per Square Yard Cad UC
ADD Lime Treatment Subgrade, 8"
Depth, Complete in Place.
C13A. 40,394 S.Y. © $ .» $
Per Square Yard oaci
DEDUCT Hot-Mix Asphalt, Type D
Driving Surface, 1.5" Depth,
Complete in Place.
C14. 2,844 TON C \I1 WARI .l (120n3 &04412-
at_s41+-0ANID
Per Ton
DEDUCT Hot-Mix Asphalt, Type F
Level Up, 1.5" Depth, Complete in
Place. (2_5:3
C15. 2,561 TON @ .. 6O
4\aLi 1-111B.)
Per Ton
D-2-7 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
DEDUCT Concrete Pavement, Class
P, 8" Depth, Complete in Place.
c� \RiactUCt C16. 3,362 S.Y. qak--
Per Square Yard
ADD Concrete Pavement, Class P,
8" Depth, Complete in Place.
C16A. 38,166 S.Y. @VUS3Vdt&id
$ 10S $ k
Per Square Yard 04 _
DEDUCT Full Depth Conc Repairs,
8" Concrete Including Remove/
Replace 8" Stabilized
Subgrade/Base, As Needed per $ 233' 22 1COB
City Approv I, Complete in Place.
C17. 1,685 S.Y.
14\k-a
Per Square Yard C sL i..
DEDUCT Concrete Section Under
Brick Pavers at Pavement Areas, 8"
Depth, C mplete in Place.
C22. 2,991 S.Y. C
1tA
MP-Q-Cf\er)
Per Square Yard 6j/11W
DEDUCT Concrete Curb and
Gutter Section, 24" Wide, Including
12" Cement Stabilized Sand per
Pla s, Comp to in Place. (14S+ 6.1761515
C25. 18,635 L.F.
Per Linear Foot cCj—
D-28 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
DEDUCT Concrete Laydown Curb
and Gutter Section 24" Wide,
Including 12" Cement Stabilized
C26. 1,420 L.F. Sand per Plans, Complete in Place. (k6"
Per Linear Foot 6 6.1-ta"
ADD Demo Existing Roadway
Including Asphalt, Concrete, Subgrade,
Up to 16" Depth, Complete in Place. tat n$
C68. 42,067 S.Y. Cad L $ ` $
qCV2
eA•kU
Per Square Yard nod
ADD Upright Concrete Curb, 6"
Height, Complete in Place.
C69. 18,635 L.F. $ $
\\101244� 4 S
Per Linear Foot ____
ADD Laydown Concrete Curb,
Complete in Place.
C70. 1,420 L.F. @ $ b $
Per Linear eet add
SUBTOTAL ALTERNATE BID ITEMS $ i,i}I00 1' 41'5
TOTAL AMOUNT BID (BASE W/ALTERNATE ITEMS)
FOR BID SCHEDULE "A" qa
(GULFWAY DR TO LAKESHORE DR) $ 16,425J ‘A-1
D-29 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE "B"
THOMAS BLVD. TO LAKESHORE DR.
GENERAL BASE BID ITEMS
Mobilization, Complete in Place.
@ Div C 1, Nc t-ed si K j
G1. 1 L.S. on& $ L>'ty I I $%1/000
Per Lump Sum
SUBTOTAL GENERAL BASE BID ITEMS $ 5 , i OD°°°
CIVIL BASE BID ITEMS
Clearing and Grubbing, Complete in
Place. M
C1. 38 STA. @ b jle `luild` $ $ LAM
Per Station
Remove Conc (Sidewalks), Complete
in Place.
C2. 2,218 S.Y. @ $ , �p $ n Ci til ip�
Per Square Yard
Remove Conc (Driveways),
Complete in Place.
@ e.V2>+(�
C3. 1,041 S.Y. $ (19`cn° $ S I b ri ob
Per Square Yard
Remove Conc (Curb), Complete in
Place.
C4. 4,696 L.F. ' '�
@ e.l Ye. $ J , $ 5 L A59.°c
Per Linear Feet
D-30 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Remove Conc for Brick Paver
I Crossing, Complete in Place.
C6. 1,689 S.Y. $ •D° $ 51 LW.
o
Per Square Yard
Remove Conc Roadway Including
Curb, Up to 8" Depth, Complete in
Place.
C7. 7,938 S.Y. © +Wt•`V2, $ 12 P° $g5251i
o
Per Square Yard
Excavation for Crosswalks in
Median, Up to 8.5" Depth,
Complete in Place.
C8. 455 S.Y. © $ 1 .cu $ 1455D°
Per Square Yard
Mill/Dispose Existing Asphalt
Pavement, 3" Depth, Complete in
Place. S 22
C9. 28,528 S.Y. ©a ` \(\rt $ O.'3 $\Onba $y
Per Square Yard
Embankment for Backfill in Median
Area, Complete in Place.
C10. 2,001 C.Y. C�`r"t,�eN �'t1� DO
$ 1L9. $521)260°
Per Cubic Yard
D-31 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Site Grading in Median Area and
Roadway to ROW limits, Complete
in Place.C11. 38 STA. © -I'to O- \ bo,: (1 c\AAtt- f'� - $a b °° $7733b r)r)
�ve-
Per Station
Lime for Subgrades Stabilization,
Hydrated Lime Slurry, Complete in
Place.
C12. 130 TON ©a $ 1410 ob �$62)3h Do
\\
Per Ton
Lime Treatment Subgrade, 8"
Depth, Complete in Place.
C13. 4,500 S.Y. $ q ou $1-lb P°
Per Square Yard
Hot-Mix Asphalt, Type D Driving
Surface, 1.5" Depth, Complete in
Place.
C14. 1,957 TON @ Lt L viivtCA $ack.E0 $s? I .(00
c;d IC�rS G,�a �T1
Per Ton
Hot-Mix Asphalt, Type F Level Up,
1.5" Depth, Complete in Place.
ktil h-'Q..& l�iqv. �,4rtit
C15. 1,674 TON $2,4%94v $ g883; .(m pg
CAC �CtLS ,mil r1 Sx C.t�l�
Per Ton
D-3? Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Pavement, Class P, 8"
Depth, Complete in Place.
C16. 3,362 S.Y.
Per Square Yard
Full Depth Conc Repairs, 8"
Concrete Including Remove/
Replace 8" Stabilized
Subgrade/Base, As Needed per $ aS917 $Ant)2Ooo
City Approval, Complete in Place.
C17. 1,160 S.Y.
Per Square Yard
Concrete Bike/Walk, 4" Concrete
With 2" Sand, Complete in Place.
@ ;1 'e,P.C18. 6,498 S.Y. $ (IS�D $101)LI2 VADD
Per Square Yard
Brick Pavers Section at Median
Areas, With 2" Sand, Complete in
Place. nnn
C19. 583 S.Y. @"\'l�J b 1Rk-t dv�$ i 0° $,�1t-�FJS
Per Square Yard
Concrete Section Under Brick
Pavers at Median Areas, 4" Depth,
Complete in Place.
C20. 675 S.Y. @ n\�ek 0i)te" $ �bD $411-125b. °
Per Square Yard
D-33 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Brick Pavers Section at Pavement
Areas, With 2" Sand, Complete in
Place.
C21. 1,609 S.Y. g ��\\Wl6. $ 1_52 OD $ &9S1 a14�o
Per Square Yard
Concrete Section Under Brick
Pavers at Pavement Areas, 8"
Depth, Complete in Place.
C22. 2,220 S.Y. © one-\nwc>c'\s-tc, $ 1114 °O $ . tAD(3°
p u*e_ev(
Per Square Yard
Upright Concrete Curb for Median
Crosswalks, 6" Height, Complete in
Place.
C23. 1,131 L.F. @ ��vex� $ '7.bc) $ 9G}i7,OD
Per Linear Foot
Upright Concrete Curb for Flume, 6"
Height, Complete in Place.
C24. 60 L.F. @ $ Ov $ 3Leb cv
Per Linear Foot
Concrete Curb and Gutter Section,
24" Wide, Including 12" Cement
Stabilized Sand per Plans,
Complete in Place. $ y,5 00 $ rsnt-ingo90
C25. 12,772 L.F. C© cum l ,
46,
Per Linear Foot
D-34 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Laydown Curb and
Gutter Section 24" Wide, Including
12" Cement Stabilized Sand per
C26. 1,420 L.F. Plans, Complete in Place. $ 'Mr $ 6?qpp Qb
Per Linear Foot
ADA Accessible Ramps, Including
Warning Strip, Complete in Place.
C27. 80 EA.
C� ore, �1nou�0ric��c e - $ 1MAM). $1n1 4 DV
h & .ck
Per Each
Concrete Wheel Stops, Complete
in Place.C28. 32 EA. �l�x\c c erg $ ���' sn\ t cm
Per Each
Concrete Driveways, 4"-6"
Residential or Commercial, Class A
• 3000 PSI Concrete, Complete in
Place. $ 1u19 0O $‘2D.C139 O
C29. 1,253 S.Y. © p()t-
L
Per Square Yard
Removes Structure (Inlet),
Complete in Place.
C30. 11 EA. �Y��lUN1C C� $ r" $ Pb
Per Each
D-35 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Removes Structure (Pipe) (18"),
Complete in Place.
C31. 628 L.F. © $ Lc oD $ ay)LA o0
Per Linear Feet
Removes Structure (Pipe) (15"),
Complete in Place.
C32. 8 L.F. © }10�Y1A'�-�1�+7 D $ 9 $ u bD
Per Linear Feet
Removes Structure (Pipe) (12"),
Complete in Place.
C33. 10 L.F.
Per Linear Feet
Type C Curb Inlet, Including All
Backfill and Excavation, Complete
in Place.
C34. 12 EA. ©a s\x N►A 1 'A Tom. $Li,�gL,no $nu152 po
,N.cncv-tei
Per Each
Modified Curb Inlet (Stage 1),
Including All Backfill and
Excavation, Complete in Place.
C35. 6 EA. ©a rw (\(, c t 1*, $51,L¢`)jbb $ OU"% I .
Per Each
D-36 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Modified Manhole (Stage 1),
Including All Backfill and
Excavation, Complete in Place.
C36. 1 EA. ©a \Y�. r b1)s et`!X'� k $5 6b5o° $5605°O
\Akki6-rtA. V‘i
Per Each
Concrete Flume, Gutter to Curb
Inlet, 6" Thickness, Complete in
Place.
C37. 22 S.Y. © code, $ D11�o $abOk�D
Per Square Yard
RC Pipe (Class III) (24"), Including
All Backfill and Excavation,
Complete in Place.
C39. 833 L.F. @ \N-LI C\JC $ 12 9-�0 $\na5L °
Per Each
HP Storm Pipe (TY S) (18"),
Including All Backfill and
Excavation, Complete in Place.
C4O. 1,572 L.F. © �Cl� hWnC\C-t''� $ \���O $\UMW.°
Per Linear Foot
Ductile Iron Dome Grate Inlet, 18"
Diameter, Including All Fittings,
Backfill and Excavation, Complete
in Place. $1-0,00°' $ %1a0b°°
C41. 21 EA. ©�l7U•s- -Vokx \ 0
Per Each
D-37 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Erosion Control Logs (Install),
Complete in Place.
C42. 76 EA. $ ��© $ S9 U.
Per Each
Erosion Control Logs (Remove),
Complete in Place.
Per Each
Hydro-mulch Seeding, Complete in
Place.
C45. 2 AC. @r1-ov,S' ovalC\
�t'rnx�t' $IAyuL.c.° $ 9s ►as.,?o
\ntayN6s-tAVi-A-16- Nk-
Per Acre
Relocate Existing Water Line for 6"
Size, C-900 PVC, Class 200,
Including All Fittings, Backfill and
Excavation, Complete in Place. $ L U/4 °u $3% pen
C46. 5 EA. @ aS14.\-\\00•UlneCt- k
Per Each
Relocate Existing Water Line for
12" Size, C-900 PVC, Class 200,
Including All Fittings, Backfill and
Excavation, Complete in Place. $\\51-I1.a°0 $115'-1L bD
C47. 1 EA. ©t\titN>ov.Sci..
p Per Each
D-38 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Adjust Manhole Rim, As Needed,
Complete in Place.
C� OC>e, houN).)C 9..
C48. 3 EA. $ \I)U9ot' $ St IS o0
Per Each
Concrete Pedestal for Decorative
Street Lights with Ledge Brick
Pavers, Including Concrete
Foundation, Complete in Place. $aS,5p O' $ME5b°O
C49. 63 EA. A-to \,
Per Each
Barricades, Sign and Traffic
Control, Complete in Place.
C50. 1 L.S. $GO/ .)OO $ (,O, CCU
Per Lump Sum
Pavement Markings Per Plan,
Complete in Place.
C51. 1 L.S. $ ot� $1.4.11llbF5b
Per Lump Sum
Set New Foundation for Historical
Marker, Relocate Aurora Historical
Marker in New Concrete Base,
Complete in
Place. ` $ `a,\Ol oo $ 1�1p1 O�
C52. 1 EA. @One, /-1lptl)(1iC'/� \-ko D
N\v \ArtA N\\:ot.N- e)n
Per Each
D-39 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Relocate/Replace Signs, As
Needed During Construction,
Complete"in Place.
C53. 1 L.S. @ ��C�v�'�1 �i�. ��5 e, . $ I I Pi00 $ i,)14 Dorms
Per Lump Sum
Install Decorative Electrical Cover
Near Pavilion, Include Concrete
Base and All Structural
Components, Complete in Place. $ ooc» $ 3(0 Cock
C54. 1 L.S.
Per Lump Sum
Install New 24' Pavilion Including 6"
Reinforced Concrete Slab,
Electrical Items Inside Pavilion,
Concrete Foundation Design per $�5`�L�$LtO° $WILI%4O°
C55. 1 L.S. Manufacturer, Complete in Place.
Ch o`-ntx)c.\--t,A Qj\VT, %ity-N
Pe ump Sum
Remove Traffic Signal With Single
Mast Arm, Up to Foundation and
Base, Complete in Place.
C56. 4 EA. @ $ 8 5Sc $ Z
, Dva.
vt lAkiAck<eA f-tj
Per Each
Remove Traffic Signal With Dual
Mast Arms, Up to Foundation and
Base, Complete in Place. t
C57. 2 EA. @ 1e,v, � $ I0/ V;0 w $ Zip(Apo
e+c)1A.1 pL
Per Each
D-40 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Install Signal Pole AM(S) 1 ARM
(44') (Decorative Harpo Aubrey
Base - Black), Complete in Place.C58. 2 EA. @ti,,L1,,.,u ht.( $tALfin°
" $ 200o
GDA IL iikkAv,cirtot R,:Gt
Per Each
Install Signal Pole AM(S) 1 ARM
(32') (1 Vertical Vehicle Signal on
Pole) (Decorative Hapco Aubrey
C59. 2 EA. Base - Black), Complete in Place. $ (� lit D`'� $ Ecx
@ h-LAA vc� -�'i.t✓z�
Per Each
Install Signal Pole AM(S) 2 ARM
(44') (32') (1 Vertical Vehicle Signal
on Pole) (Decorative Hapco Aubrey
C6O. 2 EA. Base - Black), Complete in Place. $ 12Z,556' $ ioo°._
4tAk kA.4,41 d I-tet/t 1 I-t
(AAA, 1`r(/
Per Each (t
Vehicle Signal Section (12") (LED)
(Green), Complete in Place. ,J
C61. 18 EA. @ 0 \ALr;.A-1 lAA,vv';ti
.-'
POY
Pe'(Each
' Vehicle Signal Section (12") (LED)
(Green Arrow), Complete in Place.
C62. 4 EA. @ `3GVA � - Jr
VkAVarc_.& $ i I�v
Per Each
D-41 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Vehicle Signal Section (12") (LED)
(Yellow), ` `'`
Complete� t in Place.
T
C63. 22 EA. © C .Q '" ..L,.91 $ l 1 v vQ $ 2-5t OW.4
Per Each
Vehicle Signal Section (12") (LED)
(Red), Complete in Place.
C64. 28 EA. © ,.,.A. 6 $ 1( 1 U 0" $ � Z&""
kt...valfrirk KJ)
Per Each
Black Plate (12") (3 Sections),
Complete in Place.
C65. 16 EA. © �?I �/l L`^Lka)V'e_c( %1 qSSv ;a
Per Each
Black Plate (12") (4 Sections),
Complete in Place. 1
C66. 2 EA. C� e\(,4t -1�'u,+rr e,� $ to(ecv
5x ) &x
Per Each
Black Plate (12") (4 Sections) (Pole
Mount Vertical), Complete in Place.
C67. 4 EA. © 'e
Per Eac
SUBTOTAL CIVIL BASE BID ITEMS $ Col -1"�1 ��� ` g
D-42 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
LANDSCAPING BASE BID ITEMS
Tree Removal, Complete in Place.
�e vex TeX--hov x16,
L1. 1 L.S. ptlZ' $\'\bt)t° $TI»t9°
Per Lump Sum
4 1/2" -5" Cal. Shade Tree,
Complete in Place.
L2. 76 EA. © 011t_,\-‘0C)t,C1.)0� SP_ThYI $ csci $,aw:iac:
hv.c t.6..}tC1
Per Each
10'-12' HT Cal. Ornamental Trees,
Complete in Place.
L3. 63 EA. © U e 1 (>
Per Each
Palm Tree (11' to 12'Clear Trunk),
Complete in Place.
L4. 42 EA. ©*l,30 $ a���� $\ODrOLI2) o
l Per Each `)
5-Gal Shrubs, Complete in Place.
L5. 9 EA. $ 29Z?t) $
Per Each
3-Gal Shrubs, Complete in Place.
L6. 68 EA. $ nac $ Ln32 bo
Per Each �1
D-43 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
1-Gal Shrubs, Complete in Place.
L7. 2,544 EA. $ L\b D $ lo`960oo
Per Each
30-Gal Shrub (EA.), Complete in
Place 4
L8. 13 EA. @ �► � `��-L1. $ c5 l. O $ mro
Per Each
ST Augustine Sod, Complete in
Place.
L9. 7,747 S.Y. @ C `\Q.C- h \.�L ��,� 5p
V �, $ t�. $5D355.50
Per Square Yard
Topsoil, 2" Depth Sod Areas,
Complete in Place.
L10. 337 C.Y. @ Se--V� Vr — $ 0O $ nl-Ap,npp
Per Cubic Yard
Plant Mix (6" Depth) Planting Beds,
Complete in Place.
L11. 162 C.Y. @ O'(le. Il\).)(lC �� $ \ :`)° $ \°11-V-V
Per Cubic rd
Organic Bark Mulch, 3" Depth
Planter Areas, Complete in Place.
L12. 93 C.Y. @ O`nP - ^ Vt- $ IAbo $%D-51COD
Per Cubic Yard
D-44 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Trees Staking (Per Tree), Complete
in Place.
L13. 426 EA. @l am"4WD $ 141 oD $
Per Each
Fiber Fabric (In Planting Beds),
Complete in Place.
L14. 8,759 S.F. @ IL PXt) 042C, `1 $ .u�. $SUIS �$
Per Square Foot
Benches, Complete in Place.
L15. 5 EA. \-\vo \c\rer, �D
$,5b5.
Per Each
Trash Cans, Complete in Place.
@a Ir\(�®lpU�a
` �x
L16. 5 EA. 1l C e�1 $ SLAVA?v $,ttoG,U�v
Per Each
SUBTOTAL LANDSCAPING BASE BID $ V I-, . C, ,3Q, V�
IRRIGATION BASE BID ITEMS
Pros-06-PRS40 Spray Body with MP
Rotator Nozzle, Complete in Place.
11. 855 EA. © t k o1Y\-/M— V IN $ .s5 =4=. $'9:.,05°0
Per Each
D-45 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Pros-06 Spray Body with MSBN
Bubbler Nozzle, Complete in Place.
12. 308 EA. © Qilt �f ll�X�C C $ 11 L1 0D $ 35112,
e
Per Each
Watts 007 Double Check Backflow
Device (2"), Complete in`Place.
13. 2 EA. @ S)\fiL 3\AOthSOSIO,
Inc\ � ��n s qtQq D°° s tg ado�o
Per Each
Superior 3300 Master Valve (2"),
Complete in Place.
14. 2 EA. @ c $ 244ocb.°° $ )D9itb O�
hb.)4-\ .cecA - 3
Per Each
Flow Sensor, Complete in Place.
OnE' ANDUzS0. 1c bi>e .
15. 2 EA. hV.X1c�Ct& \j5.,. � $ \V\ Pp $ dd.d
Per Each
Irrigation Controller (A2C-75D-SS),
Complete in Place.
16. 1 EA. © TANcet.-%OubilX $81-1z9
D
Per Each
Solar-Sync Weather Sensor,
Complete in Place.
17. 1 EA. @ � ).�� �0l1.0(>C}C -C\)- $ pp $ & o0
evc• titA
Per Each
D-46 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ICV Remote Control Valve (1"),
Complete in Place.
`
18. 7 EA. © ��Ov�\ `IlVJC16C�C� $ 2,55 0O $5q4Mob
k \ie -
Per Each
ICV Remote Control Valve (1.5"),
Complete in Place.
19. 19 EA. © bnP, Wbv,30L7 $ Ib D,Z9 bb $ 1q -q4©t7
Per Each
ICV Remote Control Valve (2"),
Complete in Place.
110. 2 EA. g 0l1 ./"\AD u\YIY6I
Per Each l>
Netafim Drip Control Zone Kit
(LVCZS8010075-LF), Complete in
Place. _ t�
111. 2 EA. © �l\' \i ll�_ync\ce,A $ �I�d bO $ OD
Per Each
Netafim Drip Control Zone Kit
(LVCZ10075-HFHP), Complete in
Place.
112. 6 EA. @\11t1P, \C\O•n6S-10- $ Dk\2r $ 3L V2°D
Per Each
Netafim Drip Control Zone Kit
(LVCZ150HP), Complete in Place.
113. 8 EA. © O'(le_AN101.StC \ Oi�� $ WAD b. v $ Cl lib
Per Each
D-47 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Quick Coupler Valve, Complete in
Place.
114. 2 EA. © 4'\re-t- hC�(' $ `oL°. $ USIA°°
Per Each
SCH 80 Ball Valve (1"), Complete in
Place.
115. 15 EA. © ryilt,`nwnore $ WA p°
Per Each
SCH 80 Ball Valve (1.5"), Complete
in Place. `, n
116. 27 EA. @ One', , 1 `tknC3 .C� $ 11A pfl $ibl1(2)�p
Per Each
SCH 80 Ball Valve (2"), Complete in
Place.
117. 2 EA. @ �wD \f1W(l6fk,A $ po
Per Each
SCH 80 Ball Valve (3"), Complete in
Place.
118. 4 EA. @ o $S5 9v 1 $ \\yt)bc7
t Q " \ \1
Per Each
Resilient Wedge Gate Valve (4"),
Complete in Place.
119. 3 EA. @ Ir\f\OV1/4&QXX\ t�t.1(1 $ \� \T) bb $ �3bOo
h as A
Per Each
D-48 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Netafim Dripline (TLHCVXR7-18),
Complete in Place.
120. 6,153 L.F. @ }VD WAci $ a$5 $� 15 36.n
eAo(kr•-} - ‘4vt_,
Per Linear Foot
Netafim Dripline (TLHCVXR5-12),
Complete in Place.
121. 20,061 L.F. @ .\- 3t c\&MCCCS t-• $ .95 , $5n\T)3
Per _inear Foot
Netafim Air Relief Valve, Complete
in Place.122. 16 EA. @one.. \11WnCC Z\ $ 11 y $ ,n � \ pp
v
,x e r f b
Per Each
Netafim Flush Valve, Complete in
Place. \
123. 16 EA. © b'(l e,\nV\X C)M 11 Ou $`(0-0°
Per Each
Drip Operation Indicator, Complete
in Place.
124. 16 EA. @ 41)e. `i\k S,YIC:.? $ .op $,gALA .po
Per Each
SCH-80 Irrigation Sleeve (4"),
Complete in Place.
125. 2,848 L.F. $ ,� Olt $1--a9 rl bov
Per Linear Foot
D-49 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Class 200 Irrigation Sleeve (6"), I
Complete in Place.
126. 206 L.F. e,\ \-.4e In $ ,S o $ YD$oo
Per Linear Foot
Class 200 Irrigation Sleeve (8"),
' Complete in Place.
127. 772 L.F. C� �'V.1�(l�"t-S-�1�L7 $ $1tA$1-IO°
Per Linear Foot
SCH-80 Irrigation Mainline (3"),
Complete in Place.
128. 940 L.F. @ be -\"--a- r O $ pp $ 3gygo°o
Per Linear Foot
SCH-80 Irrigation Mainline (4"),
Complete in Place.
129. 3,279 L.F. © bt-,V t-y \ \V t $ '"15 by $\i-M5S5p'
Per Linear Foot
SCH-80 Irrigation Mainline (1/2"-2.5"),
Complete in Place.
130. 23,697 L.F. © t-A-) $ pp $ n?)tinibpp
•
Per Linear Foot
ICD Decoder, Complete in Place.
r .
131. 48 EA. b } $ oc5� $ i.cMlen7.
Per Each
D-50 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
14 AWG Jacketed 2-Wire Cable,
Complete in Place.
132. 4,579 L.F. © \�` $ D� $
Per Linear Foot
SUBTOTAL IRRIGATION BASE BID ITEMS $ C1 13 V
ELECTRICAL BASE BID ITEMS
2" SCH 40 PVC Conduit, Complete in
Place.
El. 12,116 L.F. @ Se'Y.ej e.,eX) $ \\1 pU $ t1D5illeD
Per Linear Foot
3/4" SCH 40 PVC Conduit, Complete
in Place.
E2. 335 L.F. C© �wP_XNA- I>Y>P , $ PI) $ n pp
Per Linear Foot
2"-36" Long Radius SCH 40 Elbow,
Complete in Place.
E3. 117 EA. © \C /� ``\Y� $ ° $ Diet
Per Each
3/4" SCH 40 Elbow, Complete in
Place.
E4. 47 EA. © i„��1� `��
Per Each
D-51 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
"S2" Bollard Light, Complete in Place.
@+W D A"\NJLA S(LYr\ "/AKStt,
E6. 20 EA. \nloxx\c-ea Vt-xfs- $ M24 $ D,SD
Per Each
"S3" In-Ground Well Light
, Complete
\iin_Place. \\ �
E7. 125 EA. �"WO '�Ill?`A /� "�W17 $ arm OO $as?j +W,P
\nuf&tc S��ean�
Per Each
Light Junction Box, Complete in
Place. ``
E8. 19 EA. © O�' OV,50.x1G o ot_
Per Each L.)
Pavilion 2' Linear Light, Complete in
Place. \\
E9. 4 EA. © \'�Ov.SCOCC \Jj. $ tLMC DO
Per Each
Electric Switch Rack and Equipment,
Complete in Place. \\
E10. 1 EA. g
Per Each
00
SUBTOTAL ELECTRICAL BASE BID ITEMS $ / CQ Ce
TOTAL AMOUNT BID (ALL BASE BID ITEMS)
FOR BID SCHEDULE "B" t r1`
(THOMAS BLVD TO LAKESHORE DR) $ � t i 01 (40 le
D-52 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ALTERNATE BID ITEMS FOR BID SCHEDULE "B"
ALTERNATE BID ITEMS
I DEDUCT Remove Conc (Curb),
Complete in Place.
C4. 4,696 L.F. © LA-�e-`\re' J LIA2±_ °$ $L5 352
Per Linear Feet
DEDUCT Remove Conc for Brick
Paver Crossing, Complete in Place.
C6. 1,689 S.Y. © (.1t-\\NC-Ir1/6 ''IL)1/4,C-\) $LSy pp (5iLia6_Tit7
Per Square Yard
DEDUCT Remove Conc Roadway
Including Curb, Up to 8" Depth,
Complete in Place.
C7. 7,938 S.Y. © L\--kte-__Vit) $0a2n $ q �o0�
Per Square Yard
DEDUCT Mill/Dispose Existing
Asphalt Pavement, 3" Depth,
Complete in ac Q.Place. ,,`
C9. 28,528 S.Y. (NANA-et.C\Dllnc), $ (_35S $ 1b�`1b3��
V 0-w -k- P. e)r* .
Per Square Yard
DEDUCT Lime for Subgrades
Stabilization, Hydrated Lime Slurry,
Co plete in Place.
C12. 130 TON ©a �Ov.�` `III� C $CuWb �D.S k533bbD°�
Per Ton ,
D-53 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ADD Lime for Subgrades
Stabilization, Hydrated Lime Slurry,
Complete in Place.
C12A. 809 TON © Vltnc\ vfl $ LI M °° $ 33\U\t °
Per Ton
DEDUCT Lime Treatment
Subgrade, 8" Depth, Complete in
Place.
C13. 4,500 S.Y. @ \-)IT) $�� c) k4b5bb )
J
Per Square Yard
ADD Lime Treatment Subgrade, 8"
Depth, Complete in Place.
C13A. 27,928 S.Y. @ '6\S)e. $ D1 1,0 $ a,5\359.°�
Per Square Yard
DEDUCT Hot-Mix Asphalt, Type D
Driving Surface, 1.5" Depth,
Complete in Place.
C14. 1,957 TON ©( 'o iru-4-6tr-e—A 6A $t2-le6. (,51,12TcAls( (
6 118 Cif )4 ("5)
Per Ton
DEDUCT Hot-Mix Asphalt, Type F
Level Up, 1.5" Depth, Complete in
PI e.
C15. 1,674 TON @4O- $ Zo`�LJ
v )
Per Ton
D-54 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
DEDUCT Concrete Pavement, Class
P, 8" Depth, Complete in Place.
C16. 3,362 S.Y. $ _a' �' tSt6tP 19
6.
Per Square Yard
ADD Concrete Pavement, Class P,
8" Depth, Complete in Place.
C16A. 26,351 S.Y. O'tle �� � �� V $ �QjD $ a`11t,132155•
Per Square Yard
DEDUCT Full Depth Conc Repairs,
8" Concrete Including Remove/
Replace 8" Stabilized
Subgrade/Base, As Needed per 41.Sr1-7.
$CdfU,Z��OD�
City Approval, Complete in Place.
C17. 1,160 S.Y. A"Wt) \nwn ctC.
AANA
Per Square Yard
DEDUCT Concrete Section Under
Brick Pavers at Pavement Areas, 8"
Depth, Complete in Place.
C22. 2,220 S.Y. ti)`() -\, ncVe,C $LWit°D)
bar--ems
Per Square Yard
DEDUCT Concrete Curb and
Gutter Section, 24" Wide, Including
12" Cement Stabilized Sand per
Plans, Complete in Place. $ 00 01-
c)ubDC>\
C25. 12,772 L.F. @ � -�- �Yt,
Per Linear Foot
D-55 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
DEDUCT Concrete Laydown Curb
and Gutter Section 24" Wide,
Including 12" Cement Stabilized
C26. 1,420 L.F. Sand per Plans, Complete in Place. $ y5 b.DI �nnt>0. �
ot--}1 V).
Per Linear Foot
ADD Demo Existing Roadway
Including Asphalt, Concrete, Subgrade,
Up to 16" Depth, Complete in Place.
C68. 29,372 S.Y. t_->f c\So\Vis5 (cr ck s It . 1q $S2S699,.k.PS
tl�rle��e� Ce)n-k-S
Per Square Yard
ADD Upright Concrete Curb, 6"
Height, Complete in Place.
c� fix Doti\cs c y c'
C69. 12,772 L.F. very\- -Sew C � $ d $ S�b��
Per Linear Foot
ADD Laydown Concrete Curb,
Complete in Place.
C70. 1,420 L.F. © "S\X 6,p\\ awk $ L , a.‘1 $ onus yD
Per Linear Feet
SUBTOTAL ALTERNATE BID ITEMS $
TOTAL AMOUNT BID (BASE W/ALTERNATE ITEMS)
FOR BID SCHEDULE "B" 11
(THOMAS BLVD TO LAKESHORE DR) $ GOB WO 11-0 • 10
D-56 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE "C"
7TH ST. TO LAKESHORE DR.
GENERAL BASE BID ITEMS
Mobilization, Complete in Place.
@ a\UNSt.j\\SAIAMA-
G1. 1 L.S. 6.+\/6
Per Lump Sum
SUBTOTAL GENERAL BASE BID ITEMS $
CIVIL BASE BID ITEMS
Clearing and Grubbing, Complete in
Place.
Cl. 19 STA. c@ MIL VLI,L tidi�'c_c Se ✓l $ 11' „- $
ovLc
Per Station
Remove Conc (Sidewalks), Complete
in Place.
C2. 1,677 S.Y. @ ��``�t` $ 1 Z $ t
2 /Z'-I .il
Per Square Yard
Remove Conc (Driveways),
Complete in Place.
C3. 326 S.Y. @ �� �
$
Per Square Yard
Remove Conc (Curb), Complete in
Place.
C4. 1,779 L.F. @1
$ IZ $ Li , 3y8
Per Linear Feet
D-57 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Remove Conc for Brick Paver
Crossing, Complete in Place.
C6. 874 S.Y. Chi( cW $ 3-1 $ 2q 1l(ems
Per Square Yard
Remove Conc Roadway Including
Curb, Up to 8" Depth, Complete in
Place.
C7. 6,240 S.Y. $ 12' S ILOS()
0.
Per Square Yard
Excavation for Crosswalks in
Median, Up to 8.5" Depth,
Complete in Place.
00
C8. 175 S.Y. ©a }Q�i $ CO $I- 5v
Per Square Yard
Mill/Dispose Existing Asphalt
Pavement, 3" Depth, Complete in
Place.
C9. 13,962 S.Y. ©-}Vt.(C 6tt,tLA'S CLA $ j,53 $ 119
44trt C. C.Z - t S
Per Square Yard
Embankment for Backfill in Median
Area, Complete in Place.
C1 O. 1,123 C.Y. �l� $ Z� $ 2q 1 u
Per Cubic Yard
D-58 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Site Grading in Median Area and
Roadway to ROW limits, Complete
in Place.
C11. 19 STA. © -u-o 1-t.t �sC1 1".11 $ 7o3 Sry $ 3€& 0S
Per Station
Lime for Subgrades Stabilization,
Hydrated Lime Slurry, Complete in
Place.
C12. 130 TON © .. �u v-1-C �e /$ `"1( 0�� $ 553, c)L
Per Ton
Lime Treatment Subgrade, 8"
Depth, Complete in Place.
C13. 4,500 S.Y. $ q $
Per Square Yard
Hot-Mix Asphalt, Type D Driving
Surface, 1.5" Depth, Complete in
Place.
„ L�,
C14. 941 TON © LV -"\-6r-C-CLtllt $ 2611
6 vte
Per Ton
Hot-Mix Asphalt, Type F Level Up,
1.5" Depth, Complete in Place.
C15. 657 TON @ .e kU.+2( ►� �-�l $ 31- °' $ Z
614) 5-to-en
Per Ton
j I
D-59 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Pavement, Class P, 8"
Depth,F�n Co m�p, ll e/t�e in Place.
@ (DAL VNAY '� c\ e.l Ili c3 w
C16. 3,362 S.Y. $ to i $ 3(.031 t9��
Per Square Yard
Full Depth Conc Repairs, 8"
Concrete Including Remove/
Replace 8" Stabilized
Subgrade/Base, As Needed per $ 753 $ �3� oi-t
City Approval, Complete in Place.
C17. 558 S.Y.
Per Square Yard
Concrete Bike/Walk, 4" Concrete
With 2" Sand, Complete in Place.
C18. 3,887 S.Y. 3 $ ,� $ �(�� (-1(11
Per Square Yard
Brick Pavers Section at Median
Areas, With 2" Sand, Complete in
Place.
,,�
C19. 302 S.Y. @ 4-1 -° to d+--e k {-t,�✓l y $ iZ(o ju $_____
Per Square Yard
Concrete Section Under Brick
Pavers at Median Areas, 4" Depth,
Complete in Place. Q oo
C2O. 350 S.Y. (1 (2)1 $ "t $3Ii4So
Per Square Yard
D-60 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Brick Pavers Section at Pavement
Areas, With 2" Sand, Complete in
Place.
co
so
C21. 794 S.Y. @+WO LAA-v J -ecl � +�i 1z t $ ZZe $
1x
Per Square Yard
Concrete Section Under Brick
Pavers at Pavement Areas, 8"
Depth, Complete in Place.
C22. 1,059 S.Y. @ A clv•Ci $ $ ri -10
Per Square Yard
Upright Concrete Curb for Median
Crosswalks, 6" Height, Complete in
Place.
C23. 468 L.F. @ dre- n.
Per Linear Foot
Upright Concrete Curb for Flume, b"
Height,Complete in Place.
C24. 49 L.F. @
$
Per Linear Foot
Concrete Curb and Gutter Section,
24" Wide, Including 12" Cement
Stabilized Sand per Plans,
Complete in Place. $ Se'D $ ZI ie
C25. 6,031 L.F. @
Per Linear Foot
D-61 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Laydown Curb and
Gutter Section 24" Wide, Including
12" Cement Stabilized Sand per
Plans, Complete in Place. " GL
C26. 1,420 L.F. p $ $ �3 9t�®
Per Linear Foot
ADA Accessible Ramps, Including
Warning Strip, Complete in Pla ,
C27. 40 EA. C� d V-�...�0.,, .�d� ;� $ t3(o') S L
$ 1 1-21
Per Each
Concrete Wheel Stops, Complete
in Place.
O � G d J
C28. 32 EA. vv Cf.� Ul c. $ ,e2 0 $ -1 Z$D
Per Each
Concrete Driveways, 4"-6"
Residential or Commercial, Class A
3000 PSI Concrete, Complete in
Place.
C29. 586 S.Y. $ )� $Q,S5si,
@ I l
Per Square Yard
Removes Structure (Inlet),
Complete in Place.
C30. 11 EA. Ok
$ $ (Z
Per Each
D-62 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Removes Structure (Pipe) (18"),
Complete in Place.
C31. 628 L.F. @ Si
Per Linear Feet
Removes Structure (Pipe) (15"),
Complete in Place.
C32. 8 L.F. 'wC $ $ (o "
Per Linear Feet
Removes Structure (Pipe) (12"),
Complete in Place.
C33. 10 L.F. © � v '�'t,Ul7 $ 2-2W $ 2_20
Per Linear Feet
Type C Curb Inlet, Including All
Backfill and Excavation, Complete
in Place.
C34. 12 EA. ©a 51N: -(AN.ADLkSCL�A rc-e_ $ P3L4(tv $
Per Each
Modified Curb Inlet (Stage 1),
Including All Backfill and
Excavation, Complete in Place.
`"a
C35. 5 EA. bvt, $ I b $ 2S,S i5
Per Each
•
D-63 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Modified Manhole (Stage 1),
Including All Backfill and
Excavation, Complete in Place.
C36. 1 EA. @k,_. 4.-i .i.Se� $ JS( - $ S(2 o5�.
a x t ttY-c-c.\
Per Each
Concrete Flume, Gutter to Curb
Inlet, 6" Thickness, Complete in
Place.
C37. 17 S.Y. @ r1 tV�Q l')vt.� $ q $ i a3
Per Square Yard
RC Pipe (Class III) (24"), Including
All Backfill and Excavation,
Complete in Place.
C39. 833 L.F. 6 Ct..+-‘d,,,-c..cl $ 132. $ toci,67S(0"
Pe ri CYl \vt ctt/ }-
HP Storm Pipe (TY S) (18"),
Including All Backfill and
Excavation, Complete in Place.
C40. 1,151 L.F. ©( U v t Ptv-r ' -/OM~ $ ; "
Per Linear Foot
Ductile Iron Dome Grate Inlet, 18"
Diameter, Including All Fittings,
Backfill and Excavation, Complete
in Place. $ LILW"' $ / G
C41. 16 EA. @ LAY' i;i k.0 k . ,v o
WOA-4-tom
Per Each
D-64 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Erosion Control Logs (Install),
Complete in Place.
C42. 43 EA. $ 5 J $ 7 j 4$ 60
Per Each
Erosion Control Logs (Remove),
Complete in Place.
C43. 43 EA. $ t 1- $
Per Each
Hydro-mulch Seeding, Complete in
Place.
C45. 1 AC. @yR $ ta4L2\tukAve.,t2k 6vk%)S. \,C
$ W
Per Acre
Relocate Existing Water Line for 6"
Size, C-900 PVC, Class 200,
Including All Fittings, Backfill and
Excavation, Complete in Place. $ $ ‘66 °°
C46. 4 EA. ga 6iy- 66(
t'UNN. +rtA. v
Per Each
Relocate Existing Water Line for
12" Size, C-900 PVC, Class 200,
Including All Fittings, Backfill and
Excavation, Complete in Place. $ It 61 .6"' $ lit Stitoc°
C47. 1 EA. @ ei,ettel 4AsO- -FIL►c-
1A.k47 6,\lc,
Per Each
D-65 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Adjust Manhole Rim, As Needed,
Complete in Place.
C48. 3 EA. Sl $ 1I LSO° $g pl q.""
Per Each
Concrete Pedestal for Decorative
Street Lights with Ledge Brick
Pavers, Including Concrete
Foundation, Complete in Place. $ ZaSO" $ 'II, Zj°i
C49. 32 EA. @ AAdO a eA L e>ic-
\$\.1/4„ R
Per Each
Barricades, Sign and Traffic
Control, Complete in Place.
C5O. 1 L.S. © \ w~ ,
s.14=..
Per Lump Sum
Pavement Markings Per Plan,
Complete in Place.
C51. 1 L.S.
Per Lump Sum
Set New Foundation for Historical
Marker, Relocate Aurora Historical
Marker in New Concrete Base,
Complete in Place. $ f 2O $ 11214
C52. 1 EA. @ _ ..t, scA
1u (na,VtdL � IE1 lv�-Z�-c e+.1
Per Each
D-66 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Relocate/Replace Signs, As
Needed During Construction,
Complete in Place.
C53. 1 L.S. )sma $ ���. $_V\W
Per Lump Sum
Install Decorative Electrical Cover
Near Pavilion, Include Concrete
Base and All Structural
Components,
ComOaktau21
pleetein Place. $ i�' $Via _
C54. 1 L.S.
Per Lump Sum
Install New 24' Pavilion Including 6"
Reinforced Concrete Slab,
Electrical Items Inside Pavilion,
Concrete Foundation Design per $17..1. 4eL.i $� eLt�'
C55. 1 L.S. Manufacturer, Complete in Place.
e- k;C n
Per Lump Sum
Remove Traffic Signal With Dual
Mast Arms, Up to Foundation and
Base, Complete in Place.
C57. 2 EA. @ $10155 $_2 H
Per Each
Install Signal Pole AM(S) 2 ARM
(44') (32') (1 Vertical Vehicle Signal
on Pole) (Decorative Hapco Aubrey
Base - Black), Complete in Place. $ w2, r$
C60. 2 EA. @
Per Each 11� t •
D-67 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Vehicle Signal Section (12") (LED)
(Green), Complete in Place.
C61. 8 EA. © � $ $ 4)12.6
S..T\CNCk •Ck ):S(*1
Per Each
Vehicle Signal Section (12") (LED)
(Green Arrow),�Coymppleete in Place.
C62. 2 EA. © \ `��"rC"" $ 2
CVI.C\ .11W\CUU-13 'tL—\ $ 1A0l7_6.
Per Each
Vehicle Signal Section (12") (LED)
(Yellow), Complete in Place.
C63. 10 EA. $ ‘146
1
Per Each
Vehicle Signal Section (12") (LED)
(Red), Complete in Place.
C64. 12 EA. @ $ , $ 1O
Per Each
Black Plate (12") (3 Sections),
Complete in Place.
C65. 8 EA. 0 ar-
jt__
Per Each
Black Plate (12") (4 Sections) (Pole
Mou t Vertic I), Complete in Place.
C67. 2 EA. g $ 4 (1 \ $
Per Each
$4
SUBTOTAL CIVIL BASE BID ITEMS $ J)DJ"J,
D-68 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
LANDSCAPING BASE BID ITEMS
Tree Removal, Complete in Place.
L1. 1 L.S. ©vL in..k.int1 •-cA $ 1 i- ,a Oc $ 1 j/b o cj°
Per Lump Sum
4 1/2" -5" Cal. Shade Tree,
Complete in Place.
L2. 49 EA. @GiIl_ L SF3..w21 t-t-f'v
ln,uv fee\ 1-�;.� 1r 1 o t $ �'3, i c) '
Per Each
10'-12' HT Cal. Ornamental Trees,
Complete in Place.
L3. 42 EA. © t -K:kso,ifi k eh $ 11-1 $1-181.0"
I A Air fA v\
Per Each
Palm Tree (11' to 12'Clear Trunk),
Complete in Place.
L4. 24 EA. © t1.30 ;\v-6
c
Per Each
5-Gal Shrubs, Complete in Place.
©
L5. 29 EA. $ $ l 1 1 1 1 01oo
Per Each
3-Gal Shrubs, Complete in Place.
1N.A 1n-C tE lk-L Q
L6. 68 EA. $
Per Each
D-69 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
1-Gal Shrubs, Complete in Place.
L7. 1,166 EA. $ LI0U, $ 414
Per Each
30-Gal Shrub (EA.), Complete in
Place.
L8. 13 EA. © aru . $ 50 $ 4, 033"�
Per Each
ST Augustine Sod, Complete in
Place.
L9. 5,047 S.Y. @ \\vs oink
C. oks $ Cp:so $ 121 9(26. 0
Per Square Yard
Topsoil, 2" Depth Sod Areas,
Complete in Place.
L10. 187 C.Y. @ '' $ LI " $
Per Cubic Yard
Plant Mix (6" Depth) Planting Beds,
Complete in Place.
L11. 91 C.Y. @ � - dr-CD� i $ \ZOc' $10, 9ze
Per Cubic Yard
Organic Bark Mulch, 3" Depth
Planter Areas, Complete in Place.
L12. 57 C.Y. ©a bv1-4_ iekx e4 r'P Porki $ 1 13 "' $ R 16 °
Per Cubic Yard
D-70 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Trees Staking (Per Tree), Complete
in Place.
L13. 271 EA. @ RY 4 �` 05 3 2
Per Each
Fiber Fabric (In Planting Beds),
Complete in Place.
L14. 4,913 S.F. @— t' COI k0.(5 &-''�-. $ d•4 Z $ (23 y
v.
Per Square Foot
Benches, Complete in Place.
@tAvci
L15. 5 EA. ktkaruk Pb v ir J b $ 5, 1 LI I 174 1 $LSI/DS w
Per Each
Trash Cans, Complete in Place.
© AA"Ye e he SCE
L16. 5 EA.
,X y $S1kt2ai-C' $ l LOZ,0
Per Each
a
SUBTOTAL LANDSCAPING BASE BID $ I-MA �id�"t
IRRIGATION BASE BID ITEMS
Pros-06-PRS40 Spray Body with MP
Rotator Nozzle, Complete in Place.
11. 594 EA. @ eAV- `'t- $ t` o" $ yg ow
< �c 1
Per Each
I
D-71 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Pros-06 Spray Body with MSBN
Bubbler Nozzle, Complete in Place.
12. 198 EA. © ` Iel&-�.v &v-c_n $ I 00 $ ,2�5#7.
Per Each
Watts 007 Double Check Backflow
Device (2"), Complete in Place.
13. 1 EA. @ ��
K A, r- n ►n�,��-( $ e °�� $
Per Each
Superior 3300 Master Valve (2"),
Complete in ,Place.
v-t
14. 1 EA. © +\. 7"A`�' t
Per Each
Flow Sensor, Complete in Place.
15. 1 EA. kkA \pie..c $ L 14 0 e°' $ 11 1--(°`a
Per Each
Irrigation Controller (A2C-75D-SS),
Complete_ in Place.16. 1 EA. T"�f� `e t_ +-LA $ S`T� $ c7c,a
PDwr � )
Per Each
Solar-Sync Weather Sensor,
Complete in Place.
17. 1 EA. © 1'wO Lac $ �2`c� $ Z�B n
Per Each
D-72 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ICV Remote Control Valve (1"),
Complete in Place.
18. 1 EA. @ 17S S�o $ BSS
c;%UL
Per Each
ICV Remote Control Valve (1.5"),
Complete in Place.
19. 13 EA. ©Nkk���ti-t SCc✓��
Si>o $ !D $ [S 33 S r�
Per Each
ICV Remote Control Valve (2"),
Complete in Place.
110. 2 EA. @ �.�� $ 1 �[ $ �Zdc a
'
DAL vac -tc
Per Each
Netafim Drip Control Zone Kit
(LVCZS8010075-LF), Complete in
Place.
111. 1 EA. ©q y.l tA-c_ $ q (2 $
Per Each
Netafim Drip Control Zone Kit
(LVCZ10075-HFHP), Complete in
Place. `_ v�
112. 4 EA. © (V1.� kutivAr- $ 2 $
Per Each
Netafim Drip Control Zone Kit
(LVCZ150HP), Complete in Place.
113. 2 EA. ©O $ i 0 $
Per Each
D-73 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Quick Coupler Valve, Complete in
Place.
114. 1 EA.
$ $ 3uZ
Per Each
SCH 80 Ball Valve (1"), Complete in
Place.
115. 6 EA. 1/,1,`e $ i , $ Gob
Per Each
SCH 80 Ball Valve (1.5"), Complete
in Place.
116. 15 EA. © Cam- LU..- ' X
$ -i $ i- c
Per Each
SCH 80 Ball Valve (2"), Complete in
Place.
117. 2 EA. @ Li7 (A- ie c01-e-t C\ $
Per Each
SCH 80 Ball Valve (3"), Complete in
Place.
118. 2 EA. © VtJ i c 0i51 L tr� •"
Per Each
Resilient Wedge Gate Valve (4"),
Complete in Place.
119. 1 EA. © cL� - Y,L,(\V\ $ t
v,. C $ I e
kcArc \ re V t
Per Each
D-74 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Netafim Dripline (TLHCVXR7-18),
Complete in Place.
120. 3,444 L.F. @ h,L d'4/5 a.vo 2 OAS
c.49 $ $
Per Linear Foot
Netafim Dripline (TLHCVXR5-12),
Complete in Place.
121. 6,447 L.F. @ hti) \ kU(S
Per Linear Foot
Netafim Air Relief Valve, Complete
in Place.
122. 7 EA. © $ I t a' $
Per Each
Netafim Flush Valve, Complete in
Place.
123. 7 EA. © . 1 C r
$ �� $
Per Each
Drip Operation Indicator, Complete
in Place.
124. 7 EA. @ $ t + , $ s ce
Per Each
SCH-80 Irrigation Sleeve (4"),
Complete in Place.
125. 1,328 L.F. 4A-e--e-vk $ 16c° $
(_L
Per Linear Foot
D-75 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
i I
Class 200 Irrigation Sleeve (6"),
Complete in Place.
126. 157 L.F. e_A!A 1A, $ _y,
Per Linear Foot
Class 200 Irrigation Sleeve (8"),
Complete in Place.
127. 345 L.F. © >rti0 ` 51()c�
Per Linear Foot
SCH-80 Irrigation Mainline (3"),
Complete in Place.
128. 855 L.F. g $ Z ° $ 35 iC;to
Per Linear Foot
SCH-80 Irrigation Mainline (4"),
Com fete in Place.
129. 1,416 L.F. C© ; "1 — $ $
Per Linear Foot
SCH-80 Irrigation Mainline (1/2"-2.5"),
Complete in Place.
130. 14,301 L.F. © � N
$ to $ 143,0 o�'
Per Linear Foot
ICD Decoder, Complete in Place.
©
131. 25 EA.
Per Ea
D-76 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
14 AWG Jacketed 2-Wire Cable,
Complete in Place.
132. 2,459 L.F. @ W $ '
Per Linear Foot
SUBTOTAL IRRIGATION BASE BID ITEMS $ 41424 O2u 6
3
ELECTRICAL BASE BID ITEMS
2" SCH 40 PVC Conduit, Complete in
Place.
El. 6,471 L.F. @ v- $
Per Linear Foot
3/4" SCH 40 PVC Conduit, Complete
in Place.
E2. 161 L.F. @ �ti�--� $ St `°
Per Linear Foot
2"-36" Long Radius SCH 40 Elbow,
Complete in Place.
E3. 61 EA. @ eA cr, $ CES c' $ 51 a,C
Per Each
3/4" SCH 40 Elbow, Complete in
Place.
E4. 28 EA. @ It AO*,
$ 2_9 r $ Ul Z G'
Per Each
D-77 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
"S2" Bollard Light, Complete in Place.
E6. 20 EA. VwfvV-c-ck oc $ 3 'j t'� $ LInZO
Per Each
"S3" In-Ground Well Light
, Complete in Place.
Per Each
Light Junction Box, Complete in
Place.
E8. 9 EA. ©
�e ue h Sty-24,
$ 141" $ t 1 Si
Per Each
Pavilion 2' Linear Light, Complete in
Place.
E9. 4 EA. @cloki_ $ ,`7 $ (v 4
rvi�"�
Per Each
Electric Switch Rack and Equipment,
Complete in Place.'
E10. 1 EA. @ i`k-e H "`�,�
T 'L'` `"we'd , r.
Per Each
SUBTOTAL ELECTRICAL BASE BID ITEMS $ `"`O I)Q —
TOTAL AMOUNT BID (ALL BASE BID ITEMS)
FOR BID SCHEDULE "C" n
(7TH ST TO LAKESHORE DR) $ J�51` 'j tc•5S
D-78 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ALTERNATE BID ITEMS FOR BID SCHEDULE "C"
ALTERNATE BID ITEMS
DEDUCT Remove Conc (Curb),
Complete in Place.
C4. 1,779 L.F. "� Av-e-
$ '") $(2-113i-i 61)
Per Linear Feet
DEDUCT Remove Conc for Brick
Paver Crossing, Complete in Place.
C6. 874 S.Y. @ Y ✓� �21
Per Square Yard
DEDUCT Remove Conc Roadway
Including Curb, Up to 8" Depth,
CompleteOtoe-Iv--e)
in Place.
C7. 6,240 S.Y. © .
Per Square Yard
DEDUCT Mill/Dispose Existing
Asphalt Pavement, 3" Depth,
Complete in Place.
C9. 13,962 S.Y. @ -Q-1/1 re_e_ CtrA tifv-5 Ci $ ?
ce.v,,$)
Per Square Yard
DEDUCT Lime for Subgrades
Stabilization, Hydrated Lime Slurry,
Complete in Place.
C12. 130 TON ©( L. ►� �,�.vtL�r�ta�, - -
$ L D
Per Ton
D-79 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ADD Lime for Subgrades
Stabilization, Hydrated Lime Slurry,
Complete in Place. t;,
C12A. 395 TON © VVLA $ $liatTe
Per Ton
DEDUCT Lime Treatment
Subgrade, 8" Depth, Complete in
Place.
C13. 4,500 S.Y. @ ,x�
v�i v1t. $ (9 .()� $L` I O0
C J
Per Square Yard
ADD Lime Treatment Subgrade, 8"
Depth, Complete in Place.
C13A. 13,637 S.Y. $ $ 122133 y�
Per Square Yard
DEDUCT Hot-Mix Asphalt, Type D
Driving Surface, 1.5" Depth,
Complete in Place.
•
C14. 941 TON CAL=d $(1A9_,_S-3.1
Per Ton JJJIJ
DEDUCT Hot-Mix Asphalt, Type F
Level Up, 1.5" Depth, Complete in
Pla e.
C15. 657 TON @ $ $ 72 16n-J
Y Lc
Per Ton
D-80 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
DEDUCT Concrete Pavement, Class
P, 8" Depth, Complete in Place.
© (tyk.1 in.uvvoi v-t...QA
C16. 3,362 S.Y. $ 6 '� $ 5b3 0
-6 T'A'A--
Per Square Yard
ADD Concrete Pavement, Class P,
8" Depth, Complete in Place.
C16A. 12,809 S.Y. © � �� $ J S v• $ 1 34i-11t �S�
1
Per Square Yard
DEDUCT Full Depth Conc Repairs,
8" Concrete Including Remove/
Replace 8" Stabilized
Subgrade/Base, As Needed per $ 'L'3? ) $(130)ei
Cit Approval, Complete in Place.
C17. 558 S.Y. © _ter
Per Square Yard
DEDUCT Concrete Section Under
Brick Pavers at Pavement Areas, 8"
De th, Complete in Place. {.) , ,
C22. 1,059 S.Y. © c LEA y- \ $t a) $ � (n,)
--m1/4.v ✓L)
Per Square Yard
DEDUCT Concrete Curb and
Gutter Section, 24" Wide, Including
12" Cement Stabilized Sand per
Pla s, Complete in lace. $ 1"6 $ °1
C25. 6,031 L.F. g . Dt kJ v_t_
Per Linear Foot
D-81 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
DEDUCT Concrete Laydown Curb
and Gutter Section 24" Wide,
Including 12" Cement Stabilized
San er Plans, Co plete in Place. ' t
C26. 1,420 L.F. $ `1� $ �3����
g fw-c
Per Linear Foot
ADD Demo Existing Roadway
Including Asphalt, Concrete, Subgrade,
Up to 16" Depth, Complete in Place.
C68. 14,384 S.Y. g $ I I . (g $ I([2CO 5L ,
Kt vkv (IAA,Vs
Per Square Yard
ADD Upright Concrete Curb, 6"
Height, Complete in Place.
&C C)R (AA
C69. 6,031 L.F. $ Z' $ 37-e )1'1,
Per Linear Foot
ADD Laydown Concrete Curb,
Complete in Place.
C70. 1,420 L.F. © 5 ekiict-s C $ (9r11- $ Lt
e G v Q'_✓t.t"3 u3,
Per Linear Feet
SUBTOTAL ALTERNATE BID ITEMS $ 1 1_ I ( J 1 (?) .
TOTAL AMOUNT BID (BASE W/ALTERNATE ITEMS)
FOR BID SCHEDULE "C" "CCLA
C , ` [�
(7TH ST TO LAKESHORE DR) $ 5, J1 � `94
D-82 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE "D"
PROCTOR ST. TO LAKESHORE DR.
GENERAL BASE BID ITEMS
Mobilization, Complete in Place.
©OkF. v-c Si c
G1. 1 L.S. $ l'3lc-tdc $t 631 �
Per Lump Sum
,f7
SUBTOTAL GENERAL BASE BID ITEMS $ 1 Li C.00
CIVIL BASE BID ITEMS
Clearing and Grubbing, Complete in
Place.
C1. 8 STA. 0 ft 4' �(l�C� $ n �. $
aiAltH �� �,^ 1 a
Per Station
Remove Conc (Sidewalks), Complete
in Place.
C2. 791 S.Y. © , 5 2^ {L..
Per Square Yard
Remove Conc (Driveways),
Complete in Place.
©
C3. 58 S.Y. $
Per Square Yard
D-83 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Remove Conc for Brick Paver
Crossing, Complete in Place.
C6. 169 S.Y. @ Ut 51..) $
Per Square Yard
Remove Conc Roadway Including
Curb, Up to 8" Depth, Complete in
Place.
C7. 5,040 S.Y. @ _LA $ 12' $, 10,4fifY.
Per Square Yard
Excavation for Crosswalks in
Median, Up to 8.5" Depth,
Complete in Place.
C8. 26 S.Y. © - $ \O $ 12.1DU-
j Per Square Yard
Mill/Dispose Existing Asphalt
Pavement, 3" Depth, Complete in
Place.
C9. 4,843 S.Y. © $
Per Square Yard
Embankment for Backfill in Median
Ar a, Complete in Place.
C10. 572 C.Y. $ LI.D� $
Per Cubic Yard
D-84 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Site Grading in Median Area and
Roadway to ROW limits, Complete
in Place.
C11. 8 STA.
$ 2 off! &AI:-
�aVIld �
Per Station
Lime for Subgrades Stabilization,
Hydrated Lime Slurry, Complete in
Place.
C12. 130 TON @ $ L+10 ! $ 53 '
Per Ton
Lime Treatment Subgrade, 8"
Depth, Complete in Place.
@
C13. 4,500 S.Y. $ $*I
Per Square Yard I
I Hot-Mix Asphalt, Type D Driving
Surface, 1.5" Depth, Complete in
Place.
C14. 284 TON @ L ‘N)-1.ACtiMel
$ ` - * $\��!
EGini-
Per Ton
Concrete Pavement, Class P, 8"
Depth, Complete in Place.@ kg S\v �y
C16. 3,362 S.Y. � $ 1 vD- $ N6JC96:14
Per Square Yard
i
D-85 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Bike/Walk, 4" Concrete
With 2" Sand, Complete in Place.
C18. 2,079 S.Y. © , $ $ VAS.5fl
Per Square Yard
Brick Pavers Section at Median
Areas, With 2" Sand, Complete in
Place.
$ �2to' $ 33 �1
C19. 149 S.Y. CC 11
\L
Per Square Yard
Concrete Section Under Brick
Pavers at Median Areas, 4" Depth,
Complete in Place.
C2O. 170 S.Y. @ V/nkJ\ $ $ �'J1-r10--
Per Square Yard
Brick Pavers Section at Pavement
Areas, With 2" Sand, Complete in
PlacAULtlii\CW41_
e. �.�,� ���C21. 185 S.Y. $ ��c $4i19 \c
Per Square Yard
Concrete Section Under Brick
Pavers at Pavement Areas, 8"
Depth, Co plete in Place An
C22. 240 S.Y. $ 114 $ L^ i, I Per Square Yard
D-86 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Upright Concrete Curb for Median
Crosswalks, 6" Height, Complete in
Place.
C23. 138 L.F. $
Per Linear Foot
Concrete Curb and Gutter Section,
24" Wide, Including 12" Cement
Stabilized Sand per Plans,
Complete
in PI ce. $ $‘4t5c1 °.
C25. 3,331 L.F. © c le ci% `rL
Per Linear Foot
ADA Accessible Ramps, Including
Warning Strip, Complete in Place.
C27. 12 EA. g C�- =%•D\ctuzia)kei $1, % $
Pei$aNn
ac
Concrete Wheel Stops, Complete
in Place.
C28. 32 EA. $ 2-q0' $ c
Per Each
Concrete Driveways, 4"-6"
Residential or Commercial, Class A
3000 PSI Concrete, Complete in
Place. $ NIC)±6_ $ 1000
C29. 100 S.Y.
Per Square Yard
D-87 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Removes Structure (Inlet),
Complete in Place.
C30. 4 EA.
c� $ 610"' $ ,
Per Each
Removes Structure (Pipe) (18"),
Complete in Place.
ei .
C31. 628 L.F. © Y— $
Per Linear Feet
Removes Structure (Pipe) (15"),
Complete in Place. `
C32. 8 L.F. @ $ 22- $ \(\ Q
Per Linear Feet
Removes Structure (Pipe) (12"),
Complete in Placee..
C33. 10 L.F. &�v� j'�`'`�,/�
$ 2 2 $ 220
Per Linear Feet
Type C Curb Inlet, Including All
Backfill and Excavation, Complete
in Place.
C34. 6 EA. Ca�����Irl L« JIB.] $1013K V-- $
5141V-
Th
D-88 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Modified Manhole (Stage 1),
Including All Backfill and
Excavation, Complete in Place.
C36. 1 EA. @ c1S-$2-r1(SU tle: $51LOOS 611tAa .
Per Each
RC Pipe (Class III) (24"), Including
All Backfill and Excavation,
Complete 'n Place. �
C39. 833 L.F. @U\L $ 132' $\`(`"(►0 t.A
Per Each
Erosion Control Logs (Install),
Complete in Place. l
F4
A -\
C42. 8 EA. © U CJr $
Per Each
Erosion Control Logs (Remove),
Complete in Place.
C43. 8 EA. $ \' 1
Per Each
Hydro-mulch Seeding, Complete in
Place.
@ ,-11 id 4
C45. 1 AC. $
r 3
Per Acre
D-89 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Adjust Manhole Rim, As Needed,
Complete in Place.
C48. 1 EA. $ I $
Per Each
Concrete Pedestal for Decorative
Street Lights with Ledge Brick
Pavers, Including Concrete
Foundation, Complete in Place. $
C49. 12 EA. @
P ach
Barricades, Sign and Traffic
Control, Complete in Place.
©'T�
0_ " IA-i-Se---c' ,n
C5O. 1 L.S. $ (�1 $
Per Lump Sum
Pavement Markings Per Plan,
Complete in Place.
C51. 1 L.S. $ 71 $10AZ_
Per Lu 'mp Sum
Set New Foundation for Historical
Marker, Relocate Aurora Historical
Marker in New Concrete Base,
Complete in Place. $ 11 21Q— $ 2°►
C52. 1 EA. ©
Per Each
D-90 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Relocate/Replace Signs, As
Needed During Construction,
Complete in Place.
C53. 1 L.S. © Pc<r $ U, 0t)°• $ 1,1 /C)t
Per Lump Sum
Install Decorative Electrical Cover
Near Pavilion, Include Concrete
Base and All Structural
Components, Complete in Place. $ 3t9 $ 3(4300''�'
C54. 1 L.S. b
Per Lump Sum
Install New 24' Pavilion Including 6"
Reinforced Concrete Slab,
Electrical Items Inside Pavilion,
Concrete Foundation Design per $29)1L4 $ 2Cj1
,N
C55. 1 L.S. Manufacturer, Complete in Place.
Peij� um as
V
SUBTOTAL CIVIL BASE BID ITEMS $ , 11S,
LANDSCAPING BASE BID ITEMS
Tree Removal, Complete in Place.
L1. 1 L.S. c n $NM:"
Per Lump Sum
D-91 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
4 1/2" -5" Cal. Shade Tree,
Complete in Place.
L2. 33 EA. 4 - ACi
$
cS9►ASY1n Per Each
10'-12' HT Cal. Ornamental Trees,
Complete in Place.
L3. 18 EA. © Cla..
$ \J f $�C
Per Each
Palm Tree (11' to 12'Clear Trunk),
Complete in Place. ��, ����
L4. 15 EA. +t a—) $ �- '$ 7J •-
� — q
Per Each
5-Gal Shrubs, Complete in Place.
©
L5. 29 EA. $ 3p $ 1`.1p�
Per Each DJ2
3-Gal Shrubs, Complete in Place.
Per Each
1-Gal Shrubs, Complete in Place.
ROSO
L7. 297 EA. $ $1 .-
Per Each
D-92 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
30-Gal Shrub (EA.), Complete in
Place.
L8. 13 EA. @ C $ �, r, 1 $W
Per Each
ST Augustine Sod, Complete in
Place.
L9. 2,474 S.Y. @ V...)t4ts....1/4.1t
$ 95�" $, OlL
Per Square Yard
Topsoil, 2" Depth Sod Areas,
Complete in Place.
L10. 44 C.Y. $14" $3,2
Per Cubic Yard
Plant Mix (6" Depth) Planting Beds,
Complete in Place.
L11. 54 C.Y. @ - $ 12C $1,044aZr
Per Cubic Ya d
Organic Bark Mulch, 3" Depth
Planteryy�� ��Ar as, Complete in Place.
L12. 39 C.Y. @v��. $ �2 — $ 5_
9(1-i.4
er Cubic Yard
Trees Staking (Per Tree), Complete
in Place.
L13. 112 EA. @RY6-41U%-‘)
Per Each
D-93 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Fiber Fabric (In Planting Beds),
Complete in Place.
L14. 2,036 S.F. © $ .42 $ rr Goa
F�or kte C: `rJ J
Per Square Foot
Benches, Complete in Place.
L15. 5 EA. 'ry $ 5141 $ n G5(1�'
Per Each at)
Trash Cans, Complete in Place.
© �S\1 'ld
L16. 5 EA. 3 ip3.313 $ ` f
Per Each
SUBTOTAL LANDSCAPING BASE BID $ 2$S I , 12_
IRRIGATION BASE BID ITEMS
Pros-06-PRS40 Spray Body with MP
Ro ator Nozzle Complete in Place.
11. 332 EA. © 9r $ G $J nina
Per Each
Pros-06 Spray Body with MSBN
Bubbler� Nozzle, Complete in Place.
n
?CM-g-ilrO
Per Each
D-94 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Watts 007 Double Check Backflow
Device (2"), Complete in Place.
13. 1 EA. @ k\\SUL4111MACk $ (l
�- )
Per Each
Superior 3300 Master Valve (2"),
Complete in Place.
14. 1 EA. @� --
$ _ $ 5420
er Eac\(hUltriS
Flow Sensor, Complete in Place.
etieNtk
qUnaILCi
15. 1 EA. .R ` $ ! t`tc $ \1t40
Per Each
Irrigation Controller (A2C-75D-SS),
Complete i Place.
16. 1 EA. $34n0
Per Each •
Solar-Sync Weather Sensor,
Complete *n Place.
17. 1 EA. @
- 001\-\` 4 b'gY --\ $ 22S
Per Each
ICV Remote Control Valve (1.5"),
Complete in Place.
19. 10 EA. @ $ $\14 _
Per Each
D-95 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Netafim Drip Control Zone Kit
(LVCZ10075-HFHP), Complete in
Place.
112. 2 EA. @ i(y $ 2 $
Per Each
Quick Coupler Valve, Complete in
Place.
114. 1 EA. Z\Ntel $ n r $ S "
Per Each
SCH 80 Ball Valve (1"), Complete in
Place.
115. 2 EA. @ $ „4 •- $
Pe ach
SCH 80 Ball Valve (1.5"), Complete
in Place.
Per ach
SCH 80 Ball Valve (3"), Complete in
Place.
118. 2 EA. @ $ 235 r $ 5q0"
Per Each
Resilient Wedge Gate Valve (4"),
Complete in Place.
119. 1 EA. @CIa $ $ 1T0�
wol Nik6Asd 3lyn
Per Each
D-96 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Netafim Dripline (TLHCVXR7-18),
Complete in Place.
120. 1,395 L.F. @ , l 1 ' 1 $ L.t) $ �G
• r ,t • C. J
Per Linear Foot
Netafim Dripline (TLHCVXR5-12),
Complete in Place.
121. 279 L.F. © �. $ $ ��5
21, 6V
Per Linear Foot
Netafim Air Relief Valve, Complete
in Place.
122. 2 EA. i� - $ 1
14 $ v al)"
-r Each
Netafim Flush Valve, Complete in
Place.
123. 2 EA. @ $ 114 $ n
er Each
Drip Operation Indicator, Complete
in Place.
124. 2 EA. @ $ '14 $ 22
er Each
SCH-80 Irrigation Sleeve (4"),
Com lete in Place.
125. 399 L.F. (Inn
$ $Via ..
Per Linear Foot
D-97 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Class 200 Irrigation Sleeve (6"),
Complete in Place.
126. 90 L.F. C� C10g1M $ ` $ i 2
Per Linear Foot
Class 200 Irrigation Sleeve (8"),
Complete in Place. `
127. 46 L.F. 0 � 1L'-C $ 2,2 $_Q12_
Per Linear Foot
SCH-80 Irrigation Mainline (3"),
Complete in Place.
128. 750 L.F. @ 7' $
Per Linear Foot
SCH-80 Irrigation Mainline (4"),
Complete in Place. ,
129. 202 L.F. CiCk $ CJ $
Per Linear Foot
SCH-80 Irrigation Mainline (1/2"-2.5"),
Complete in Place.
130. 6,265 L.F. @
Per Linear Foot
ICD Decoder, Complete in Place.
131. 14 EA. $ 2S1 $
Per ach
D-98 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
14 AWG Jacketed 2-Wire Cable,
Complete in Place.
132. 1,057 L.F. $ 5 ^ $52`65"
Per Linear Foot
SUBTOTAL IRRIGATION BASE BID ITEMS $ 16161 i 5SB .GO
ELECTRICAL BASE BID ITEMS
2" SCH 40 PVC Conduit, Complete in
Place.
El. 3,055 L.F. &tyzn.Lu_rn $ 1'1 $
Per Linear Foot
3/4" SCH 40 PVC Conduit, Complete
in Place. (Si
E2. 70 L.F. C� �1 $ n , $
L.
Per Linear Foot
2"-36" Long Radius SCH 40 Elbow,
Complete in Pla e.
E3. 32 EA.
� $ sS'' $ 2,(120''
Per Each
3/4" SCH 40 Elbow, Complete in
Place.E4. 17 EA. © _Q k��y IV : zq
Per Each
D-99 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
"S2" Bollard Light, Complete in Place.
E6. 20 EA. $ •l�,,,L� $4117
;�IC1(�
Per EachL
"S3" In-Ground Well Light
, Complete in Place.E7. 45 EA. @ \t)` at(c/
a 6lC ll 4 $ o : s1_02
Per Each
Light Junction Box, Complete in
Place.
E8. 4 EA. • w _i 1 _ A „ $21` 1` 1 $
Ca_ WW1
Per Eac411
Pavilion 2' Linear Light, Complete in
Place.
'Wan'rn n
er Each; iVJ N►-
Electric Switc Rack and Equipment,
Co lete in Place. lJ�d
E10. 1 EA. @ $4,442_7. $ ' 2
er Each
SUBTOTAL ELECTRICAL BASE BID ITEMS $ ZS Sciv . ( 0
TOTAL AMOUNT BID (ALL BASE BID ITEMS)
FOR BID SCHEDULE "D"
(PROCTOR ST TO LAKESHORE DR) $ ` .J 5c'a, USA; • g(
D-100 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ALTERNATE BID ITEMS FOR BID SCHEDULE "D"
ALTERNATE BID ITEMS
DEDUCT Remove Conc for Brick
Paver Crossing, Complete in Place.
Co. 169 S.Y. `-�"" ` ' $ 12 $ Z /32 0
dntl.�t#
Per Square Yard
DEDUCT Remove Conc Roadway
Including Curb, Up to 8" Depth,
Complete in Place.
C7. 5,040 S.Y. ©a &S Cy2.—) ( i )
Per Square Yard daLkm
DEDUCT Mill/Dispose Existing
Asphalt Pavement, 3" Depth,
Complete in Place. 53 �`Q�G,
C9. 4,843 S.Y. $ $�
Per Square Yard
DEDUCT Hot-Mix Asphalt, Type D
Driving Surface, 1.5" Depth,
Complete in Place. ff J
C14. 284 TON �'ll(�G� v�(�rCLt Rr� $� � ° > $00t,�tZ•D40
pigV1A-
Per Ton
DEDUCT Concrete Pavement, Class
P, 8" Depth, Complete in Place.
C16. 3,362 S.Y. ( c )n
nk—
Per Square Yard dt uC
D-101 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
ADD Concrete Pavement, Class P,
8" Depth, Complete in Place.
C16A. 4,102 S.Y. $ 105 $` _
Per Square Yard add..
DEDUCT Concrete Section Under
Brick Pavers at Pavement Areas, 8"
Depth, Complete in Place.
c� ( - --) 02,1, ~�
C22. 240 S.Y. V�C.�
Per Square Yard &dig 4-
DEDUCT Concrete Curb and
Gutter Section, 24" Wide, Including
12" Cement Stabilized Sand per
Plans, Complete in Place. (\ c&)
C25. 3,331 L.F. g
Per Linear Foot C .kC
ADD Demo Existing Roadway
Including Asphalt, Concrete, Subgrade,
Up to 16" Depth, Complete in Place. 1q
C68. 5,040 S.Y. @ d. $ $ 5t413)*
O9m Q ith
Per Square Yard
ADD Upright Concrete Curb, 6"
Hei t, Complet in Place.
C69. 3,331 L.F. jjakik $ $ �____ j
Per Linear Foot
D-102 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUBTOTAL ALTERNATE BID ITEMSliS j j ' EZ
TOTAL AMOUNT BID (BASE W/ALTERNATE ITEMS)
FOR BID SCHEDULE "D"
(PROCTOR ST TO LAKESHORE DR) $ Z-( I5 SI { 2. 2_,
D-103 Addendum No. 3
October 24, 2023
1
ti
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SUMMARY FOR AMOUNT BID AND CALENDAR DAYS TO
COMPLETE:
BID SCHEDULE "A" (Gulfway Dr to Lakeshore Dr)
n �9
Total Amount Bid(Base Bid) $
Total Calendar Days (Base Bid)
Total Amount Bid(Base Bid+Alternate Items) $ OLTI
Total Calendar Days(Base Bid+Alternate Items) \
BID SCHEDULE "B" (Thomas Blvd to Lakeshore Dr)
Total Amount Bid(Base Bid) $ C i2.31/ c\\ t3
Total Calendar Days(Base Bid) 3 01
Total Amount Bid(Base Bid+Alternate Items) $ \o, C-60, \ 1Q-10
Total Calendar Days(Base Bid+Alternate Items) U"rl J
BID SCHEDULE "C" (7th St to Lakeshore Dr)
Total Amount Bid(Base Bid) $
5, to SS Al
Total Calendar Days(Base Bid) 2 5 2.
�
Total Amount Bid(Base Bid+Alternate Items) $ 5,5\ J 4 9)'
Total Calendar Days(Base Bid+Alternate Items) 2.B%
D-104 Addendum No. 3
October 24, 2023
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE "D" (Proctor St to Lakeshore Dr)
G �y
Total Amount Bid(Base Bid) $ L�J D) UB LO V
Total Calendar Days(Base Bid) ,2-%
Total Amount Bid(Base Bid f Alternate Items) $ G) 3 55 02.
Total Calendar Days (Base Bid+Alternate Items) I G.
D-105 Addendum No. 3
October 24, 2023
SUBSTITUTIONS
1. No Bid
(Add) (Deduct) $
2. No Bid
(Add) (Deduct) $
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) or 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 THE CITY OF PORT ARTHUR, TEXAS, in the
event the contract and bonds are not executed within the time above set forth, as
liquidated damages without limitation.
Respectfully submitted: 2x 120S
(NAME OF CONTRACTOR` C- (ADDRESS) C:ICYL ,nnlor1O
BY: OvIl 140q 11 Log -ocsq
(TELEPHONE NUMBER)
PtTITLE:(- ��
G3 2 (LICE E NUMBER I ABLE)
DATE: „ I D)
(SEAL,IF BIDDER IS A CORPORATION) (ATTEST)
D-106
Addendum No. 3
October 24, 2023
CITY OF PORT ARTHUR
EXCEPTION /APPROVED EQUAL REQUEST
[Please submit this form for each exception/approved equal]
VENDOR: TELEFAX:
PROJECT:
PAGE: of PARAGRAPH:
SUBJECT:
\11
REQUEST:
Signature
FOR CITY OF PORT ARTHUR USE ONLY
APPROVED: DISAPPROVED: CLARIFICATION:
REMARKS:
Signature
CITY OF PORT ARTHUR REP
D-107
Addendum No. 3
October 24, 2023
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer
of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay
succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts
prior to execution of this agreement. I further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an
agreement for the payment of said debts. I further agree to pay succeeding debts as they become due.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
STATE:
COUNTY:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of , 20
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
SECTION E
BID BOND
f I
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned,
BDS Constructors, LLC dba M K Constructors
as Principal, and
Hartford Fire Insurance Company as Surety, are
hereby held and firmly bound unto the City of Port Arthur as
OWNER in the penal sum of
-5%- Five Percent of Amount Bid for the
payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, successors and assigns.
Signed, this 25 day of October , 20 23 . The
Condition of the above obligation is such that whereas the Principal
has submitted to
the City of Port Arthur a certain BID,
attached hereto and hereby made a part hereof to enter
into a Contract in writing, for the
WOODWORTH BOULEVARD STREETSCAPE IMPROVEMENTS
Project No. CPA-1100
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.
E-1
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.
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.
BDS //Constructors,,,� LLC dba M K Constructors
/&vs.4 �. Sr-on/St (L.S.) PRINCIPAL
Hartford Fire Insurance Company
SURETY
BY:
Douglas N. McElveen, Attorney-in-Fact
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
Direct Inquiries/Claims to:
THE HARTFORD
POWER OF ATTORNEY BOND,T-11
One Hartford Plaza
Hartford,Connecticut 06155
Bond.Claimsthehartford.com
call:888-266-3488 or fax:860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MCELVEEN INSURANCE LLC
Agency Code: 4 3-4 8 3 9 2 8
X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut
X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana
X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint,
up to the amount of Unlimited :
Christine Baker, Douglas N. McElveen, Amanda McElveen, Kathy Peters, Benjamin Dennis
Stine of LAKE CHARLES, Louisiana
their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant
Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
rr, �'fT ,�fr ., 'w �..
•
.7.0;77-1
8
,\..„:_,:_ . ..+ ' 1 * 4
,/ j=,. ,,,1 f ••ueM i 1 Ds ;�1. a j 914, z 4. I 9t 4 i#
/ gyp.,/.(-/'111° ��Q.w"`l/ `/ XL/Litt
t
Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President
STATE OF FLORIDA
ss. Lake Mary
COUNTY OF SEMINOLE
On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that
(s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which
executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals;
that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority.
..,-.AY'...‘. cit4,44........c..„1/4
-'T<' '&`
� ' Jessica Ciccone
yr p�a ' My Commission HH 122280
Expires June 20.2025
I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies,which is still in full force effective as of October 25, 2 023 .
Signed and sealed in Lake Mary, Florida.
"`11 r) iF .. ::. tY1114 1. li• { 12 t i-
1% i _ .i 1. .,..r:.1i '\r, a•7 �N1MM{ ip79 1.�1a74/fi -i_ iv!, •i
,��;/� l
/� ?9 --(Q
Keith D. Dozois,Assistant Vice President
SECTION F
GENERAL CONDITIONS
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. "CITY": Refers to the CITY OF PORT ARTHUR.
f. "ENGINEER": Arceneaux Wilson & Cole LLC, 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 CONTRACTOR shall not be relieved
of liability to the for damages sustained by the CITY OF PORT ARTHUR by virtue
F-1
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 made available to any individual or organization without
the prior written approval of the CITY OF PORT ARTHUR.
F-2
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.
14. CERTIFICATES AND PERMITS
F-3
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;
F-4
each such schedule to be subject to change from time to time in accordance
with the progress of the work.
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-
F-5
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.
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.
F-6
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 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):
F-7
The CONTRACTOR shall make all necessary precautions to guard against
damages to property and injury to persons. He shall put up and maintain in
good condition, sufficient red or warning lights at night, suitable barricades
and other devices necessary to protect the public. In case the
CONTRACTOR fails or neglects to take such precautions, the OWNER may
have such lights and barricades installed and charge the cost of this work to
the CONTRACTOR. Such action by the OWNER does not relieve the
CONTRACTOR of any liability incurred under these Specifications or
Contract.
(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.
F-8
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:
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
F-9
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.
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.
F-10
c. The CONTRACTOR shall be as fully responsible to the OWNER for the acts or
omissions of his Subcontractors, and of persons either directly or indirectly
employed by them, as he is for the acts and omissions of persons directly
employed by him.
d. The CONTRACTOR shall cause appropriate provisions to be inserted in all
Subcontracts relative to the work to bind Subcontractors to the
CONTRACTOR by the terms of the General Conditions and other Contract
Documents insofar as applicable to the work of Subcontractors, and to give
the CONTRACTOR the same power as regards terminating any Subcontract
that the OWNER may exercise over the CONTRACTOR under 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.
F-11
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 (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
F-12
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.
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 thirty (30) calendar days from the date of submission to
the CITY OF PORT ARTHUR, the OWNER shall make a progress payment to
the CONTRACTOR on the basis of a duly certified and approved estimate of
the work performed during the preceding calendar month under this
Contract, but to insure the proper performance of the Contract, the OWNER
shall retain Ten percent (10%) [five percent {5%} if the total contract price
exceeds $25,000] of the amount 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 the second and forth Mondays of each month. 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.
F-13
c. All material and work covered by partial payments made shall thereupon
become the sole property of the OWNER, but this provision shall not be
construed as relieving the CONTRACTOR from the sole responsibility for the
care and protection of materials and work upon which payments have been
made or the restoration of any damaged work or as a waiver of the right of
the OWNER to require the fulfillment of all of the terms of the Contract.
d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof:
The CONTRACTOR agrees that he will indemnify and save the OWNER
harmless from all claims growing out of the lawful demands of
Subcontractors, laborers, workmen, mechanics, materialmen and furnishers
of machinery and parts thereof, equipment, power tools and all supplies,
including commissary, incurred in the furtherance of the performance of this
Contract. The CONTRACTOR shall, at the OWNER'S request, furnish
satisfactory evidence that all obligations of the nature hereinabove
designated have been paid, discharged or waived. If the CONTRACTOR fails
to do so, then the OWNER may, after having served written notice on the
said CONTRACTOR, either pay unpaid bills, of which the OWNER has written
notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a
sum of money deemed reasonably sufficient to pay any and all such lawful
claims until satisfactory evidence is furnished that all liabilities have been
fully discharged whereupon payment to the CONTRACTOR shall be resumed,
in accordance with the terms of this Contract, but in no event shall the
provisions of this sentence be construed to impose any obligations upon the
OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills
of the CONTRACTOR, the OWNER shall be deemed the agent of the
CONTRACTOR, and any payment so made by the OWNER shall be
considered as a payment made under Contract by the OWNER to the
CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for
any such payments made in good faith. This provision shall not be construed
to give rise to any third party beneficiary rights in claimants.
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
F-14
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.
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
F-15
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
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 ensure 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:
F-16
a. Any preference, priority or allocation order duly issued by the government;
b. The following unforeseeable causes, namely: acts of the public enemy, acts
of the OWNER, acts of another CONTRACTOR in the performance of a
Contract with the OWNER, fires, floods, epidemics, quarantine restrictions,
strikes, freight embargoes, earthquakes, hurricanes and tornadoes; and rainy
days claimed by the CONTRACTOR; however, rainy days shall be considered
only if the CONTRACTOR notifies the Engineer or OWNER on the day the
CONTRACTOR claims he cannot work because of rainy weather that day.
Failure to so report will eliminate any claim for time extension because of
rainy weather on that day.
c. Rainy weather when 60 percent of his work force cannot work for seven (7)
hours or more that day because of rainy weather and providing that he has
complied with the condition under 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
F-17
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.
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
F-18
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.
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.
F-19
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.
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
F-20
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.
(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.
11246 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.
F-21
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 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.
F-22
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.
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. D E LAYS
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
If, after approval of final payment and prior to expiration of one (1) year after
date of Substantial Completion or such longer period as may be prescribed by
F-23
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
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 is performed. The wage determination
work covered by his contract pertains is being (including any additional classification and wage
assisted by the United States of America and the rates conformed under 29 CFR Part 5.5(a)(1)(ii)
following Federal Labor Standards Provisions are and the Davis-Bacon poster (WH-1321) shall be
included in this Contract pursuant to the posted at all times by the contractor and its sub-
provisions applicable to such Federal assistance. contractors at the site of the work in a prominent
and accessible, place where it can be easily seen
A. 1. (i) Minimum Wages. All laborers and by the workers.
mechanics employed or working upon the site of
the work(or under the United States Housing Act (II) (a) Any class of laborers or mechanics
of 1937 or under the Housing Act of 1949 in the which is
construction or development of the project), will not listed in the wage determination and which is
be paid unconditionally and not less often than to be employed under the contract shall be
once a week, and without subsequent deduction classified in conformance with the wage
or rebate on any account (except such payroll determination. HUD shall approve an additional
deductions as are permitted by regulations classification and wage rate and fringe benefits
issued by the Secretary of Labor under the therefore only when the following criteria have
Copeland Act. (29 CFR Part 3),the full amount of been met:
wages and bona fide fringe benefits (or cash
equivalents thereof © due at time of payment (1) The work to be performed by the
computed at rates not less than those contained classification
in the wage determination of the Secretary of requested is not performed by a classification in
Labor which is attached hereto and made a part the wage determination;and
thereof, regardless of any contractual
relationship which may be alleged to exist (2) The classification is utilized in the area by the
between the contractor and such laborers and construction industry;and
mechanics. Contributions made or costs
reasonably anticipated for bona fide fringe (3) The proposed wage rate, including any bona
benefits under Section 1(b)(2) of the fide
Bacon Act on behalf of laborers or mechanics are Davis-
fringe benefits,bears a reasonable relationship to
considered wages paid to such laborers or the wage rates contained in the wage
mechanics, subject to the provisions of 29 CFR- determination.
5.5(a)(1)(iv); also, regular contributions made or
(b) If the contractor and the laborers and
mechanics incurred for more than a weekly period (but to be
not less often than quarterly) under plans,funds, employed in the classification (if known), or their
or programs, which cover the particular weekly representatives, and HUD or its designee agree
period, are deemed to be constructively made or on the classification and wage rate (including the
incurred during such weekly period. amount designated for fringe benefits where
appropriate),a report of the action taken shall be
Such laborers and mechanics shall be paid the sent by HUD or its designee to the Administrator
appropriate wage rate and fringe benefits on the of the Wage and Hour Division, Employment
wage determination for the classification of work Standards Administration, U.S. Department of
actually performed without regard to skill,except Labor , Washington, D.C. 20210. The
as provided in 29 CFR Part 5.5(a)(4). Laborers or Administrator, or an authorized representative,
mechanics performing work in more than one will approve, modify, or disapprove every
classification may be compensated at the rate additional classification action within 30 days of
specified for each classification for the time receipt and so advise HUD or its designee or will
actually worked therein: Provided, that the notify HUD or its designee within the 30-day
employer's payroll records accurately set forth period that additional time is necessary.
the time spent in each classification in which (Approved by the Office of Management and
F-25
Budget under OMB control number 1215-0140.)
2. Withholding. HUD or its designee shall upon
(c) In the event the contractor, the laborers or its own
mechanics action or upon written request of an authorized
to be employed in the classification or their representative of the Department of Labor
representatives, and HUD or its designee do not withhold or cause to be withheld from the
agree on the proposed classification and wage contractor under this contract or any other
rate (including the amount designated for fringe Federal contract with the same prime contractor,
benefits,where appropriate),HUD or its designee or any other Federally-assisted contract subject
shall refer the questions,including the views of all to Davis-Bacon prevailing wage requirements,
interested parties and the recommendation of which is held by the same prime contractor so
HUD or its designee, to the Administrator for much of the accrued payments or advances as
determination. The Administrator, or an may be considered necessary to pay laborers and
authorized representative, will issue a mechanics, including apprentices, trainees and
determination within 30 days of receipt and so helpers, employed by the contractor or any
advise HUD or its designee or will notify HUD or subcontractor the full amount of wages required
its designee within the 30-day period that by the contractor in the event of failure to pay
additional time is necessary. (Approved by the any laborer or mechanic, including any
Office of Management and Budget under OMB apprentice, trainee or helper, employed or
Control Number 1215-0140.) working on the site of the work (or under the
United States Housing Act of 1937 or under the
(d) The Wage rate (including fringe benefits Housing Act of 1949 in the construction or
where development of the project), all or part of the
appropriate) determined pursuant to wages required by the contract, HUD or its
subparagraphs (1)(b) or (c) of this paragraph, designee may, after written notice to the
shall be paid to all workers performing work in contractor, sponsor, applicant, or owner, take
the classification under this contract from the such action as may be necessary to cause the
first day on which work is performed in the suspension of any further payment, advance, or
classification. guarantee of funds until such violations have
ceased. HUD or its designee may, after written
(III) Whenever the minimum wage rate notice to the contractor, disburse such amounts
prescribed withheld for and on account of the contractor or
In the contract for a class of laborers or subcontractor to the respective employees to
mechanics includes whom they are due. The Comptroller General
a fringe benefit which is not expressed as an shall make such disbursements in the case of
hourly rate, the contractor shall either pay the direct Davis Bacon Act contracts.
benefit as stated in the wage determination or
shall pay another bona fide fringe benefit or an
3. (i) Payrolls and basic records. Payrolls and
hourly cash equivalent thereof. basic records relating thereto shall be maintained
(iv) If the contractor does not make by the contractor during the course of the work
payments to a preserved for a period of three years thereafter
trustee or other third person,the contractor may for all laborers and mechanics working at the site
consider as part of the wages of any laborer or of the work (or under the United States Housing
mechanic the amount of any costs reasonably Act of 1937, or under the Housing Act. Of 1949, in
anticipated in providing bona fide fringe benefits the construction or development of the project).
under a plan or program, Provided, That the Such records shall contain the name,address,and
Secretary of Labor has found, upon the written social security number of each such worker, his or
request of the contractor, that the applicable her correct classification, hourly rates of wages
standards of the Davis Bacon Act have been met. paid (including rates of contribution or costs
The Secretary of Labor may require the anticipated for bona fide fringe benefits or cash
contractor to set aside in a separate account equivalents thereof of the types described in
assets for the meeting of obligations under the Section (b)(2)(B) of the Davis bacon Act), daily
plan or program. (Approved by the Office of and weekly number of hours worked, deductions
Management and Budget under OMB Control made and actual wages paid. Whenever the
Number 1215-0140.) Secretary of Labor has found under 29 CFR 5.5
(a)(1)(iv) that the wages of any laborer or
F-26
mechanic include the amount of any costs that such information is correct and complete;
reasonably anticipated in providing benefits
under a plan or program described in Section (2) That each laborer or mechanic (including
1(b)(2)(B) of the Davis-Bacon Act,the contractor each helper, apprentice, and trainee) employed
shall maintain records which show that the on the contract during the payroll period has
commitment to provide such benefits is been paid the full weekly wages earned, without
enforceable, that the plan or program is rebate, either directly or indirectly, and that no
financially responsible, and that the plan or deductions have been made either directly or
program has been communicated in writing to indirectly from the full wages earned, other than
the laborers or mechanics affected, and records permissible deductions as set forth in 29 CFR
which show the costs anticipated or the actual Part 3;
cost incurred in providing such benefits.
Contractors employing apprentices or trainees (3) That each laborer or mechanic has been
under approved programs shall maintain written paid not less than the applicable wage rates and
evidence of the registration of apprenticeship fringe benefits or cash equivalents for the
programs and certification of trainee programs, classification of work performed, as specified in
the registration of the apprentices and trainees, the applicable wage determination incorporated
and the ratios and wage rates described in the into the contract.
applicable programs. (Approved by the Office of
Management and Budget under OMB Control © The weekly submission of a properly
Numbers 1215-0140 and 121500017.) executed certification set forth on the reverse
side of Optional Form WH-347 shall satisfy the
(ii) (a) The contractor shall submit weekly for requirement for submission of the "Statement of
each week in which any contract work is Compliance" required by paragraph A.3.(ii)(b) of
performed a copy of all payrolls to HUD or its this section.
designee if the agency is a party to the contract,
but if the agency is not such a party, the (d) The falsification of any of the above
contractor will submit the payrolls to the certifications may subject the contractor or
applicant sponsor, or owner, as the case may be, subcontractor to civil or criminal prosecution
for transmission to HUD or its designee. The under Section 1001 of Title 18 and Section 231 of
payrolls submitted shall set out accrately and Title 31 of the United States Code.
completely all of the information required to be
maintained under 29 CFR Part 5.5(a)(3)(I). This (iii) The contractor or subcontractor shall make
information may be submitted in any form the records required under paragraph A.3.(I) of
desired. Optional Form WH-347 is available for this section available for inspection, copying, or
this purpose and may be purchased from the transcription by authorized representatives of
Superintendent of Documents (Federal Stock HUD or its designee or the Department of Labor,
Number 029-005-00014-1), U.S. Government and shall permit such representatives to
Printing Office, Washington, DC. 20402. The interview employees during working hours on the
prime contractor is responsible for the job. If the contractor or subcontractor fails to
submission of copies of payrolls by all submit the required records or to make them
subcontractors. (Approved by the Office of available, HUD or its designee may, after written
Management and Budget under OMB Control notice to the contractor, sponsor, applicant or
Number 1215-0149.) owner, take such action as may be necessary to
cause the suspension of any further payment
(b) Each payroll submitted shall be advance, or guarantee of funds. Furthermore
accompanied by a "Statement of Compliance," failure to submit the required records upon
signed by the contractor or subcontractor or his request or to make such records available maybe
or her agent who pays or supervises the payment grounds for debarment action pursuant to 29
of the persons employed under the contract and CFR Part 5.12.
shall certify the following:
(Apprentices and Trainees.
(1) That the payroll for the payroll period
contains the information required to be (4) Apprentices. Apprentices will be permitted
maintained under 29 CFR Part 5.5(a)(3)(i) and to work at
F-27
less than the predetermined rate for the work (ii) Trainees. Except as provided in 29 CFR 5.16,
they performed when they are employed trainees will not be permitted to work at less than
pursuant to and individually registered in a bona the predetermined rate for the work performed
fide apprenticeship program registered with the unless they are employed pursuant to and
U.S. Department of Labor, Employment and individually registered in a program which has
Training Administration, Bureau of received prior approval, evidenced by formal
Apprenticeship and Training, or with a State certification by the U.S. Department of Labor,
apprenticeship Agency recognized by the Employment and Training Administration. The
Bureau, or if a person is employed in his or her ratio of trainees to journeymen on the job site
first 90 days of probationary employment as an shall not be greater than permitted under the
apprentice in such an apprenticeship program, plan approved by the Employment and Training
who is not individually registered in the program, Administration. Every trainee must be paid at
but who has been certified by the Bureau of not less than the rate specified in the approved
Apprenticeship and Training or a State program for the trainee's level of progress,
Apprenticeship Agency (where appropriate) to expressed as a percentage of the journeyman
be eligible for probationary employment as an hourly rate specified in the applicable wage
apprentice. The allowable ratio of apprentices to determination. Trainees shall be paid fringe
journeymen on the job site in any craft benefits in accordance with the provisions of the
classification shall not be greater than the ratio trainee program. If the trainee program does not
permitted to the contractor as to the entire work mention fringe benefits, trainees shall be paid
force under the registered program. Any worker the full amount of fringe benefits listed on the
listed on a payroll at an apprentice wage rate, wage determination unless the Administrator of
who is not registered or otherwise employed as the Wage and Hour Division determines that
stated above, shall be paid not less than the there is an apprenticeship program associated
applicable wage rate on the wage determination with the corresponding journeyman wage rate on
for the classification of work actually performed. the wage determination which provides for less
In addition, any apprentice performing work on than full fringe benefits for apprentices. Any
the job site in excess of the ratio permitted employee listed on the payroll at a trainee rte
under the registered program shall be paid not who is not registered and participating in a
less than training plan approved by the Employment and
the applicable wage rate on the wage Training Administration shall be paid not less than
determination for the actually performed. the applicable wage rate on the wage
Where a contractor is performing construction determination for the work actually performed.
on a project in a locality other than that in which In addition, any trainee performing work on the
its program is registered, the ratios and wage job site in excess of the ratio permitted under
rates (expressed in percentages of the the registered program shall be paid not less
journeyman's hourly rate) specified in the than the applicable wage rate on the wage
contractor's or subcontractor's registered determination for the work actually performed.
program shall be observed. Every apprentice In the event the Employment and Training
must be paid at not less than the rate specified in Administration withdraws approval of a training
the registered program for the apprentice's level program the contractor will no longer be
of progress expressed as a percentage of the permitted to utilize trainees at less than the
journeymen hourly rate specified in benefits in applicable predetermined rate for the work
accordance with the provisions of the performed until an acceptable program is
apprenticeship program. If the apprenticeship approved.
program does not specify fringe benefits, the (ii) Equal employment opportunity. The
wage determination for the applicable utilization of
classification. If the Administrator determines apprentices,trainees and journeymen under this
that a different practice prevails for the
applicable apprentice classification, fringes shall part shall be in conformity with the equal
be paid in accordance with the determination. In employment requirements of Executive Order
the event the Bureau of Apprenticeship and 11246,as amended,and 29 CFR Part 30.
Training, or a State Apprenticeship Agency 5. Compliance with Copeland Act requirements.
recognized by the Bureau,withdraws approval of The contractor shall comply with the
an apprenticeship program,the contractor will no requirements of 29 CFR Part 3 which are
longer be permitted to utilize apprentices at less incorporated by reference in this contract.
than the applicable predetermined rate for the
work performed until an acceptable program is 6. Subcontracts. The contractor or
approved. subcontractor will
insert in any subcontracts the clauses contained
in 29 CFR 5.5(a)(1) through (10) and such other
F-28
clauses as HUD or its designee may be 1001. Additionally, U.S. Criminal Code, Section 1
appropriate instructions require,and also a clause 01 0, Title 18, U.S.C. "Federal Housing
requiring the subcontractors to include these Administration transaction", provides in in part:
clauses in any lower tier subcontracts. The prime "Whoever, for the purpose of . . . influencing in
contractor shall be responsible for the any way the action of such
compliance by any subcontractor or lower tier Administration......makes, utters or publishers any
subcontractor with all the contract clauses in 29 statement knowing the same to be false shall
CFR Part 5.5. be fined not more than $5,000 or imprisoned not
more than two years,or both."
7. Contract termination; debarment. A breach
of the contract clauses in 29 CFR 5.5 may be 11. Complaints,Proceedings,or Testimony by
grounds for termination of the contract and for Employees. No laborer or mechanic to whom the
debarment as a contractor and a subcontractor wage, salary, or other labor standards provisions
as provided in 29 CFR 5.12. of this Contract are applicable shall be
discharged or in any other manner discriminated
8. Compliance with Davis-Bacon and Related against by the Contractor or any subcontractor
Act because such employee has filed any complaint
Requirements. All rulings and interpretations of or instituted or caused to be instituted any
the Davis-Bacon and Related Acts contained in proceeding or has testified or is about to testify
29 CFR Parts 1, 3, and 5 are herein incorporated in any proceeding under or relating to the labor
by reference in this contract. standards applicable under this Contract to his
employer.
9. Disputes concerning labor standards.
Disputes arising out of the labor standards B. Contract Work Hours and Safety Standards
provisions of this contract shall not be subject to Act. As
the general disputes clauses of this contract. used in this paragraph the terms "laborers" and
Such disputes shall be resolved in accordance "mechanics"include watchmen and guards.
with the procedures of the Department of Labor
set forth in 29 CFR Parts 5, 6, and 7. Disputes (1) Overtime requirements. No contractor or
within the meaning of this clause include sub-contractor contracting for any part of the
disputes between the contractor (or any of its contract work which may require or involve the
subcontractors) and HUD or its designee,the U.S. employment of laborers or mechanics shall
Department of Labor, or the employees or their require or permit any such laborer or mechanic in
representatives. any work week in which he or she is employed on
such work to work in excess of eight hours in such
10. (i) Certification of Eligibility. By entering work week unless such laborer or mechanic
into this receives compensation at a rate of pay for all
contract the contractor certifies that neither it hours worked in excess of eight hours in any
(nor he or she) nor any person or firm who has an calendar day or in excess of forty hours in such
interest in the contractor's firm is a person or firm workweek,whichever is greater.
ineligible to be awarded Government contracts
by virtue of Section 3(a) of the Davis-Bacon Act (2) Violation; liability for unpaid wages;
or 29 CFR 5.12(a)(1) or to be awarded HUD liquidated
contracts or participate in HUD programs damages. In the event of any violation of the
pursuant to 24 CFR Part 24. clause set forth in subparagraph (1) of this
paragraph,the contractor and any subcontractor
(ii) No part of this contract shall be responsible therefor shall be liable for the unpaid
subcontracted wages. In addition, such contractor and
to or firm ineligible for award of a Government subcontractor shall be liable to the United States
contract by virtue of Section 3(a) of the Davis- (in the case of work done under contract for the
Bacon Act or 29 CFR 5.12(a)(1) or to be awarded District of Columbia or a territory,to such District
HUD contracts or participate in HUD programs or to such territory), for liquidated damages.
pursuant to 24 CFR Part 24. Such liquidated damages shall be computed with
respect to each individual laborer or mechanic,
(iii) The penalty for making false statements is including watchmen and guards, employed in
prescribed in the U.S. Criminal Code, 18 U.S.C. violation of the clause set forth in subparagraph
F-29
(1) of this paragraph, in the sum of $10 for each shall be responsible for compliance by any
calendar day on which such individual was subcontractor or owner tier subcontractor with
required or permitted to work in excess of eight the clauses set forth in subparagraphs (1)
hours or in excess of the standard workweek of through (4)of this paragraph.
forty hours without payment of the overtime
wages required by the clause set forth in sub C. Health and Safety
paragraph (1)of this paragraph.
(1) No laborer or mechanic shall be required to
(3) Withholding for unpaid wages and work in
liquidated surroundings or under working conditions which
damages. HUD or its designee shall upon its own are unsanitary, hazardous, or dangerous to his
action or upon written request of an authorized health and safety as determined under
representative of the Department of Labor construction safety and health standards
withhold or cause to be withheld, from any promulgated by the Secretary of Labor by
moneys payable on account of work performed regulation.
by the contractor or subcontractor under any
such contract or any other Federal contract with (2) The Contractor shall comply with all
the same prime contract, or any other Federally- regulations issued by the Secretary of Labor
assisted contract subject to the Contract Work pursuant to Title 29 Part 1926 (formerly part
Hours and Safety Standards Act which is held by 1518) and failure to comply may result in
the same prime contractor such sums as may be imposition of sanctions pursuant to the Contract
determined to be necessary to satisfy any Work Hours and Safety Standards Act. (Public
liabilities of such contractor or subcontractor for Law 91-54,83 Stat 96).
unpaid wages and liquidated damages as
provided in the clause set forth in paragraph (2) (3) The Contractor shall include the provisions
of this paragraph. of this Article in every subcontract so that such
provisions will be binding on each subcontractor.
(4) Subcontracts. The contractor or The Contractor shall take such action with
subcontractor shall insert in any subcontracts the respect to any subcontract as the Secretary of
clauses set forth in subparagraph (1) through (4) Housing and Urban Development or the
of this paragraph and also a clause requiring the Secretary of Labor shall direct as a means of
subcontractors to include these clauses in any enforcing such provisions.
lower tier subcontracts. The prime contractor
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 CITY OF PORT ARTHUR, and to the
ENGINEER promptly (but in no case later than ten [10] calendar days) after the
occurrence of the event giving rise to the claim and stating the general nature of
the claim. Within ten (10) calendar days of delivering said notice, the
CONTRACTOR shall deliver to the CITY OF PORT ARTHUR, and to the ENGINEER
notice of the amount of the claim and specific and detailed support
documentation and data on the impact claimed. Further, the CONTRACTOR
shall furnish on a continuing basis all of the documents that in any way are
purported to support the damages, costs, expenses and impact of the claim
event. The CONTRACTOR'S failure to fully comply with any of these
requirements with respect to any claim shall constitute a complete and final
waiver of said claim.
F-30
4
4
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
"General Decision Number: TX20200053 01/03/2020
Superseded General Decision Number: TX20190053
State: Texas
Construction Type: Heavy
Counties: Hardin, Jefferson and Orange Counties in Texas.
HEAVY CONSTRUCTION PROJECTS (Including Water and Sewer Lines
and Excluding Industrial and Processing Plants, and Refineries)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.80 for calendar year 2020 applies to all contracts
subject to the Davis-Bacon Act for which the contract is awarded
(and any solicitation was issued) on or after January 1, 2015.
If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage
determination at least $10.80 per hour (or the applicable
wage rate listed on this wage determination, if it is higher)
for all hours spent performing on the contract in calendar
year 2020. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least
the wage rate determined through the conformance process set
forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,
if it is higher than the conformed wage rate). The EO minimum
wage rate will be adjusted annually. Please note that
this EO applies to the above-mentioned types of contracts
entered into by the federal government that are subject
to the Davis-Bacon Act itself, but it does not apply
to contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60) . Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2020
* ELEC0479-003 10/01/2018
Rates Fringes
ELECTRICIAN $ 28.95 12.71
SUTX2000-002 02/11/2000
Rates Fringes
Carpenters:
Form Building/Form Setting $ 13.15
G-2
All Other Work $ 13.56
Concrete Finisher $ 13.50
Laborers:
Common $ 7.41
Pipelayer $ 8.29
Painters:
Spray and Brush $ 12.07
PILEDRIVERMAN $ 13.65
PLUMBER $ 18.28 4.69
Power equipment operators:
Backhoe $ 15.55 1.89
Bulldozer $ 15.00
Crane $ 13.77
Front End Loader $ 10.63
Trackhoe $ 15.60
Truck drivers:
Dump $ 10.00
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
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 a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
G-4
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
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
G-5
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-6
SECTION H
SUPPLEMENTAL GENERAL CONDITIONS
SUPPLEMENTAL GENERAL CONDITIONS - PART A
A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL
SPECIFICATIONS is entitled: WOODWORTH BOULEVARD STREETSCAPE
IMPROVEMENTS, Job No. CPA-1100, 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 WOODWORTH BOULEVARD
STREETSCAPE IMPROVEMENTS. 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
C-1 Cover Sheet
C-2 to C-3 Legend and Construction Notes
C-4 Quantity and Estimate Summary
C-5 Civil Summary
C-6 Landscaping, Irrigation, and Electrical Summary
C-7 Existing Typical Cross Sections
C-8 Proposed Typical Cross Sections
C-9 to C-14 Topographical Survey
C-15 to C-20 Demolition Plan
C-21 to C-31 Utility Plan and Profiles
C-32 to C-42 Paving Plan and Profiles
C-43 Paving Point Information Tables
C-44 Traffic Control Plan - Northbound
C-45 Traffic Control Plan - Southbound
C-46 Traffic Signal Plan
C-47 to C-52 Storm Water Pollution Prevention Plans
C-53 to C-58 Striping Plans
C-59 to C-60 Paving Details
C-61 Utility Details
C-62 to C-65 TxDOT Temporary Erosion Control Measures
C-66 TxDOT Treatment for Various Edge Conditions
C-67 TxDOT Concrete Joint Seal Details
C-68 to C-71 TxDOT Pedestrian Facilities Curb Ramps
C-72 to C-74 TxDOT Striping Details
C-75 to C-76 TxDOT Concrete Repair Details
C-77 to C-84 TxDOT Traffic Control Standards
C-85 to C-93 TxDOT Traffic Signal Standards
H-lA
Sheet No. Title
L-1 Overall Landscape Construction Plan
L-2 to L-6 Enlarged Landscape Construction Plans
L-7 to L-8 Landscape Construction Details
L-9 Overall Landscape Planting Plan
L-10 to L-17 Enlarged Landscape Planting Plans
L-18 Overall Landscape Demolition Plans
L-19 to L-26 Enlarged Tree Demolition Plans
I-1 Irrigation Notes and Legend
1-2 to 1-9 Irrigation Plan - Turf
1-10 to 1-17 Irrigation Plan -Trees and Planting
1-18 to 1-21 Irrigation Details
A-1 Pavilion Details
A-2 Decorative Details
E-1 Electrical General Notes
E-2 to E-8 Lighting Plan
E-9 Electrical Equipment 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.
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
H-2A
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-3A
SUPPLEMENTAL GENERAL CONDITIONS - PART B
A. TECHNICAL SPECIFICATIONS
1. 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
AC/ 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
/PCEA Insulated Power Cable Engineers Association
NEMA National Electrical Manufacturers Association
AWS American Welding Society
PCI Prestressed Concrete Institute
A/SC American Institute of Steel Construction
ANSI American National Standards Institute (Formerly ASA)
6. Some TECHNICAL SPECIFICATIONS items cover construction requirements
and materials in comprehensive manner, and only pertinent portions of
these items apply.
H-1B
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.
E. MATERIALS TESTING.
All materials, equipment, etc., per scope of work, 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.
H-2B
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.
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
H-3B
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.
8. 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.
3. Each manual to be bound in a folder and labeled to identify the contents
and project to which it applies.
H-4B
4. The manual is to contain the following:
(a) An 81/2-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 81/2-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 specific approval of Engineer. Pipe, fittings, equipment,
and other serviceable materials found on site of work, or dismantled by reason of
H-5B
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.
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
H-6B
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 I
PAYMENT BOND
PAYMENT BOND
STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF JEFFERSON
THAT we , of the
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, 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
J-1
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.
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.
J-2
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-3
SECTION K
NOTICE OF AWARD
NOTICE OF AWARD
DATED:
TO:
ADDRESS:
PROJECT OWNER: CITY OF PORT ARTHUR
OWNER'S CONTRACT NO.:
CONTRACT FOR CONSTRUCTION OF: WOODWORTH BLVD STREETSCAPE
IMPROVEMENTS
*******************************************************************************
You are notified that your Bid dated Wednesday, Month Date , Year for the
above Contract has been considered. You are the apparent Successful Bidder and have been
awarded a contract for
The WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
The Contract Price of your contract is Amount ( ).
Work to be performed under this contract is to be completed within calendar days.
6 copies of each of the proposed Contract Documents (except Drawings) accompany this
Notice of Award.
6 sets of Working Documents (Contract Documents, Technical Specifications and Drawings)
will be delivered separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) Calendar days of
the date of this Notice of Award, that is by , or by the first working day
thereafter.
1. You must deliver to the ENGINEER 6 fully executed counterparts of the Agreement
including all the Contract Documents and Certifications included with the Contract
Documents.
2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified
in the Advertisement for Bids, General Conditions and Supplemental Conditions.
3. You must deliver to the ENGINEER 2 original Certificates of Insurance, naming the
Owner (City of Port Arthur) and their respective agents and employees, to be expressly
named as additional insureds, in accordance with the General Conditions.
NOTICE OF AWARD
1/2
Contraction Firm
Page 2
Failure to comply with these conditions within the time specified will entitle OWNER to
consider your bid in default, to annul this Notice of Award, and to declare your Bid Security
forfeited.
Within fifteen (15) calendar days after you comply with the above conditions, OWNER will
return to you two (2) fully signed counterparts of the Agreement with the Contract Documents
attached.
OWNER: City of Port Arthur, TEXAS
BY:
TITLE:
ACCEPTANCE OF AWARD:
CONTRACTOR:
BY:
TITLE:
DATE:
2/2
SECTION L
NOTICE TO PROCEED
NOTICE TO PROCEED
DATED:
TO:
ADDRESS:
PROJECT OWNER: City of Port Arthur
OWNER'S CONTRACT NO.
CONTRACT FOR: WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
************************************************************************************************
****
Work to be performed under this contract is to be completed within calendar days.
You are notified that the Contract Times under the above contract will commence to run on
. By that date, you are to start performing your obligations under the Contract Documents.
The date of Final Completion will be
Before you may start any Work at the site, Section C, Paragraph 5 of the Contract
Documents provides that you must deliver to the OWNER Certificates of Insurance which you are
required to purchase and maintain in accordance with the Contract Documents.
(OwnerlEngineer)
BY:
(Authorized Signature)
(Title)
ACCEPTANCE OF NOTICE TO PROCEED:
(Contractor)
BY:
(Title)
(Date)
SECTION M
INSURANCE
® DATE (MM/DD/YYYY)
AFRO CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
CONTACT
PRODUCER NAME:
PHONE FAX(A/C,
(A/C.No.Extl: Nol:
E-MAIL
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC N
INSURER A:
INSURED INSURER B:
INSURER C:
INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDLTYPE OF INSURANCE INSR WSU DR POLICY NUMBER (MPM/DD//YYYY) (Y EFF MM/DD/YYYY) LIMITS
Y EXP
LTR INSR WVD
GENERAL LIABILITY EACH OCCURRENCE $
DAMAGE TO RENTED
COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $
CLAIMS-MADE OCCUR MED EXP(Any one person) $
PERSONAL 8 ADV INJURY $
GENERAL AGGREGATE $
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $
POLICY PF0 LOC $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Ea accident) $
ANY AUTO BODILY INJURY(Per person) $
ALL OWNED SCHEDULE AUTOS D AUTOS BODILY INJURY(Per accident) $
PROPERTY
HIRED AUTOS NON-OWNED (Per accident)DAMAGE
AUTOS
$
UMBRELLALIAB OCCUR EACH OCCURRENCE $
EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED RETENTION$ $
WORKERS COMPENSATION WC STATU- OTH-
AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER
ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ _
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD
SECTION 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
2.01 MATERIALS
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.
A2002 - 1/2
10/13/2005
Include cost of same in Contract price bid for work of which this is a component part.
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.
A2002 - 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. A2004—EMBANKMENT
PART 1 —GENERAL
1.01 SCOPE OF WORK
Placing and compacting approved materials to required lines, grades, and cross-
sections as shown on PLANS.
PART 2—PRODUCTS
2.01 GENERAL
As called for in other Items of TECHNICAL SPECIFICATIONS or as shown on
PLANS.
PART 3 —EXECUTION
3.01 CONSTRUCTION METHODS
A. Prior to levee construction, the subgrade below the proposed embankment should be
stripped of all vegetation, topsoil and other objectionable materials to a minimum
depth of 12-inches. All major root systems should be removed and roots larger than
one-half inch in diameter should be grubbed. All stumpholes should be backfilled
with clay soils and compacted as indicated below.
B. Place embankment on properly cleared and prepared areas. Use suitable materials
from excavation, borrow, or other designated or approved sources. Use material free
from vegetation, roots, and debris. Construct embankments or fills in successive
horizontal layers, extending across entire fill area. Fill material to be placed in
horizontal layers of depths compatible to material being placed and type of equipment
to be used. No layer spread for compaction to exceed 8-inches of compacted
thickness. Each layer of fill to be uniform as to material, moisture, and density before
compaction.
C. Each lift should be placed, bladed to proper elevation, disked to break down large soil
clods, moisture-conditioned as necessary and compacted. Use mechanical tamps to
obtain required density in inaccessible areas. Unless otherwise specified, the
embankment soils should be compacted at or above optimum moisture to a minimum
dry density of 95 percent as determined by ASTM D-698. Preferably, a sheepsfoot
compactor should be used to insure good inter-lift bonding. The exposed surface of
each lift should be scarified about 2-inches prior to placement and compaction of
A2004 - 1/2
08/03/2004
subsequent lifts to insure adequate bonding between lifts. Make at least one (1)
density test per 500 cubic yards of embankment.
D. Materials used for embankment shall conform to requirements outlined in Item No.
A2003 — Structural Excavation and Backfill, or other prior approved designated
sources.
3.02 MEASUREMENT AND PAYMENT
A. Unless otherwise indicated, no separate payment for work performed under this Item,
including testing. Include cost of same in Contract prices bid for items of which this
work is a component. When indicated in PROPOSAL as pay item, measure
Embankment by cubic yard volume based on average end areas and actual lengths
placed. Measurement to be made from prepared ground elevation to finished top and
side slopes. Embankment to be paid for at Contract unit price. Price paid for
embankment to be full compensation for all items of work described herein, including
testing.
A2004 - 2/2
.mayF •...r.-a .;.....; .. .. ..... .. _:;
04-16-2021
ITEM NO. A2226—EXCAVATION AND BACKFILL FOR STRUCTURES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Excavation,backfilling, and compaction of backfill for structures.
1.2 UNIT PRICES
A. No payment will be made for structural excavation and backfill under this Section.
Include payment in unit price or lump sum for applicable bid item.
1.3 DEFINITIONS
A. Unsuitable Material: Unsuitable soil materials are the following:
1. Materials that are classified as ML, CL-ML, MH, PT, OH and OL according
to ASTM D 2487.
2. Materials that cannot be compacted to the required density due to gradation,
plasticity, or moisture content.
3. Materials that contain large clods, aggregates, stones greater than 4 inches in
any dimension, debris, vegetation, waste or any other deleterious materials.
4. Materials that are contaminated with hydrocarbons or other chemical
contaminants.
B. Suitable Material: Suitable soil materials are those meeting specification
requirements. Unsuitable soils meeting specification requirements for suitable soils
after treatment with lime or cement shall be considered suitable, unless otherwise
indicated.
C. Select Material: Material as defined in Item No. A2229 - Backfill Materials.
D. Backfill: Select material meeting specified quality requirements, placed and
compacted under controlled conditions around structures.
E. Foundation Backfill Materials: Natural soil or manufactured aggregate meeting Class
I requirements and geotextile filter fabrics, as required, to control drainage and
material separation. Foundation backfill material is placed and compacted as backfill
where needed to provide stable support for the structure foundation base. Foundation
backfill materials may include concrete fill and seal slabs.
A2226 - 1 /9
04-16-2021
F. Foundation Base: For foundation base material, use crushed aggregate with filter
fabric, as required, cement stabilized sand, or concrete seal slab. The foundation base
provides a smooth, level working surface for the construction of the concrete
foundation.
G. Foundation Subgrade: Foundation subgrade is the surface of the natural soil which
has been excavated and prepared to support the foundation base or foundation
backfill, where needed.
H. Ground Water Control Systems: Installations external to the excavation such as well
points, educators, or deep wells. Ground water control includes dewatering to lower
the ground water, intercepting seepage which would otherwise emerge from the side
or bottom of the excavation, and depressurization to prevent failure or heaving of the
excavation bottom. Refer to Section 01563 - Control of Ground Water and Surface
Water.
I. Surface Water Control: Diversion and drainage of surface water runoff and rain
water away from the excavation. Remove rain water and surface water which
accidentally enters the excavation as a part of excavation drainage.
J. Excavation Drainage: Removal of surface and seepage water in the excavation by
sump pumping and using French drains surrounding the foundation to intercept the
water.
K. Over-Excavation and Backfill: Excavation of subgrade soils with unsatisfactory
bearing capacity or composed of otherwise unsuitable materials below the foundation
as shown on Drawings, and backfilled with foundation backfill material.
L. Shoring System: A structure that supports the sides of an excavation to maintain
stable soil conditions and prevent cave-ins.
1.4 SUBMITTALS
A. Submittals shall conform to requirements of all sections and provisions of these
regulations.
B. Submit a work plan for excavation and backfill for each structure with complete
written description which identifies details of the proposed method of construction
and the sequence of operations for construction relative to excavation and backfill
activities. The descriptions, with supporting illustrations, shall be sufficiently detailed
to demonstrate to the Owner's Representative that the procedures meet the
requirements of the Specifications and Drawings.
C. Submit excavation safety system plan.
A2226 - 2 /9
04-16-2021
1. The excavation safety system plan shall be in accordance with applicable
OSHA requirements for all excavations.
2. The excavation safety system plan shall be in accordance with the
requirements of Item No. J3045 - Trench Excavation and Shoring Safety Plan,
for all excavations that fall under State and Federal trench safety laws.
D. Submit backfill material sources and product quality information in accordance with
requirements of Item No. A2229 - Backfill Materials.
1.5 TESTS
A. Testing and analysis of backfill materials for soil classification and compaction
during construction will be performed by an independent laboratory provided by the
Owner.
B. Contractor shall perform embedment and backfill material source qualification testing
in accordance with requirements of Item No. A2229- Backfill Materials.
PART 2 - PRODUCTS
2.1 EQUIPMENT
A. Perform excavation with equipment suitable for achieving the requirements of this
Specification.
B. Use equipment which will produce the degree of compaction specified. Backfill
within 3 feet of walls shall be compacted with hand-operated equipment. Do not use
equipment weighing more than 10,000 pounds closer to walls than a horizontal
distance equal to the depth of the fill at that time. Use hand operated power
compaction equipment where use of heavier equipment is impractical or restricted
due to weight limitations.
2.2 MATERIAL CLASSIFICATIONS
A. Backfill materials shall conform to the classifications and product descriptions of
Item No. A2229 - Backfill Materials. The classification or product description for
backfill applications shall be as shown on the Drawings and as specified.
A2226 - 3 /9
04/16/2021
PART 3 - EXECUTION
3.1 PREPARATION
A. Conduct an inspection to determine condition of existing structures and other
permanent installations.
B. Set up necessary street detours and barricades in preparation for excavation if
construction will affect traffic. Maintain barricades and warning devices at all times
for streets and intersections where work is in progress, or where affected by the
Work, and is considered hazardous to traffic movements.
C. Perform work in accordance with OSHA standards. Employ an excavation safety
system as specified in Item No. J3045 - Trench Excavation and Shoring Safety Plan
for excavations over 5 feet deep.
D. Install and operate necessary dewatering and surface water control measures as
required for performance of backfilling operations.
3.2 PROTECTION
A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside
of grading limits and within the grading limits as designated on the Drawings.
B. Protect and support above-grade and below-grade utilities which are to remain.
C. Restore damaged permanent facilities to pre-construction conditions unless
replacement or abandonment of facilities is indicated on the Drawings.
D. Prevent erosion of excavations and backfill. Do not allow water to pond in
excavations.
E. Maintain excavation and backfill areas until start of subsequent work. Repair and
recompact slides, washouts, settlements, or areas with loss of density at no additional
cost to the Owner.
3.3 EXCAVATION
A. Perform excavation work so that the underground structure can be installed to depths
and alignments shown on Drawings. Use caution during excavation work to avoid
Disturbing surrounding ground and existing facilities and improvements. Keep
excavation to the absolute minimum necessary. No additional payment will be made
for excess excavation not authorized by Owner's Representative.
04/16/2021
B. Upon discovery of unknown utilities, badly deteriorated utilities not designated for
removal, or concealed conditions, discontinue work. Notify Owner's Representative
and obtain instructions before proceeding in such areas.
C. Immediately notify the agency or company owning any line which is damaged,
broken or disturbed. Obtain approval from Owner's Representative and agency for
any repairs or relocations, either temporary or permanent.
D. Avoid settlement of surrounding soil due to equipment operations, excavation
procedures, vibration, dewatering, or other construction methods.
E. Provide surface drainage during construction to protect work and to avoid nuisance to
adjoining property. Where required, provide proper dewatering and piezometric
pressure control during construction.
F. Conduct hauling operations so that trucks and other vehicles do not violate the City's
Stormwater Protection Ordinance. Verify that truck beds are sufficiently tight and
loaded in such a manner that material will not spill onto streets. Promptly clear away
any dirt, mud, or other materials that spill onto streets or are deposited onto streets by
vehicle tires.
G. Maintain permanent benchmarks, monumentation, and other reference points. Unless
otherwise directed, replace those which are damaged or destroyed by the Work.
H. Provide sheeting, shoring, and bracing where required to safely complete the Work,
to prevent excavation from extending beyond limits indicated on Drawings, and to
protect the Work and adjacent structures or improvements. Sheeting, shoring, and
bracing used to protect workmen and the public shall conform to requirements of
Item No. J3045- Trench Excavation and Shoring Safety Plan.
I. Prevent voids from forming outside of sheeting. Immediately fill voids with grout,
concrete fill, cement stabilized sand, or other material approved by Owner's
Representative.
J. After completion of the structure, remove sheeting, shoring, and bracing unless
Owner's Representative has approved in writing that such temporary structures may
remain. Remove sheeting, shoring and bracing in such a manner as to maintain safety
during backfilling operations and to prevent damage to the Work and adjacent
structures or improvements.
K. Immediately fill and compact voids left or caused by removal of sheeting with cement
stabilized sand or material approved by Owner's Representative.
A2226 - 5/9
04/16/2021
3.4 HANDLING EXCAVATED MATERIALS
A. Classify excavated materials. Place material which is suitable for use as backfill in
orderly piles at a sufficient distance from excavation to prevent slides or cave-ins.
B. Provide additional backfill material in accordance with requirements of Item No.
A2229 - Backfill Materials, if adequate quantities of suitable material are not
available from excavation and trenching operations at the site.
3.5 DEWATERING
A. Maintain the ground water surface a minimum of two feet below the bottom of the
foundation base.
B. Maintain ground water control as directed until the structure is sufficiently complete
to provide the required weight to resist hydrostatic uplift with a minimum safety
factor of 1.2.
3.6 FOUNDATION EXCAVATION
A. Notify Owner's Representative at least 48 hours prior to planned completion of
foundation excavations. Do not place the foundation base until the excavation is
accepted by the Owner's Representative.
B. Excavate to elevations shown on Drawings, as needed to provide space for the
foundation base, forming a level undisturbed surface, free of mud or soft material.
Remove pockets of soft or otherwise unstable soils and replace with foundation
backfill material or a material as directed by the Owner's Representative. Prior to
placing material over it, recompact the subgrade, scarifying, as needed, to 95 percent
of the maximum Standard Proctor Density according to ASTM D 698. If the
specified level of compaction cannot be achieved, moisture condition the subgrade
and recompact until 95 percent is achieved, over-excavate to provide a minimum
layer of 24 inches of foundation backfill material, or other means acceptable to the
Owner's Representative.
C. Fill unauthorized excessive excavation with foundation backfill material or other
material as directed by the Owner's Representative.
D. Protect open excavations from rainfall, runoff, freezing groundwater, or excessive
drying so as to maintain foundation subgrade in a satisfactory, undisturbed condition.
Keep excavations free of standing water and completely free of water during concrete
placement.
A2226 - 6/9
04/16/2021
E. Soils which become unsuitable due to inadequate dewatering or other causes, after
initial excavation to the required subgrade, shall be removed and replaced with
foundation backfill material, as directed by Owner's Representative, at no additional
cost to the Owner.
F. Place foundation base, or foundation backfill material, where needed, over the
subgrade on same day that excavation is completed to final grade. Where base of
excavations are left open for longer periods, protect them with a seal slab or cement-
stabilized sand.
G. All crushed aggregate, and other free draining Class I materials, shall have a
geotextile filter fabric separating it from native soils or select material backfill. The
fabric shall overlap a minimum of 12 inches beyond where another material stops
contact with the soil.
H. Crushed aggregate, and other Class I materials, shall be placed in uniform layers of 8-
inch maximum thickness. Compaction shall be by means of at least two passes of a
vibratory compactor.
3.7 FOUNDATION BASE
A. After the subgrade is properly prepared, including the placement of foundation
backfill where needed, the foundation base shall be placed. The foundation base shall
consist of a 12-inch layer of crushed aggregate or cement stabilized sand.
Alternately, a 4-inch minimum seal slab may be placed. The foundation base shall
extend a minimum of 12 inches beyond the edge of the structure foundation. Refer to
the project plans and comply with actual design requirement when more stringent
than stated herein.
B. Where the foundation base and foundation backfill are of the same material, both can
be placed in one operation.
3.8 BACKFILL
A. Complete backfill to surface of natural ground or to lines and grades shown on
Drawings. Use existing material that qualifies as select material, unless indicated
otherwise. Deposit backfill in uniform layers and compact each layer as specified.
B. Do not place backfill against concrete walls or similar structures until laboratory test
breaks indicate that the concrete has reached a minimum of 85 percent of the
specified compressive strength. Where walls are supported by slabs or intermediate
walls, do not begin backfill operations until the slab or intermediate walls have been
placed and concrete has attained sufficient strength.
C. Remove concrete forms before starting backfill and remove shoring and bracing as
work progresses.
A2226 - 7/9
04/16/2021
D. Maintain fill material at no less than 2 percent below nor more than 2 percent above
optimum moisture content. Place fill material in uniform 8-inch maximum loose
layers. Compaction of fill shall be to at least 95 percent of the maximum Standard
Proctor Density according to ASTM D 698 under paved areas. Compact to at least 90
percent around structures below unpaved areas.
E. Where backfill is placed against a sloped excavation surface, run compaction
equipment across the boundary of the cut slope and backfill to form a compacted
slope surface for placement of the next layer of backfill.
F. Place backfill using cement-stabilized sand in accordance with Item No. J3006 -
Cement Stabilized Sand.
3.9 FIELD QUALITY CONTROL
A. Tests will be performed initially on minimum of three different samples of each
material type for plasticity characteristics, in accordance with ASTM D 4318, and for
gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional
classification tests will be performed whenever there is a noticeable change in
material gradation or plasticity.
B. In-place density tests of compacted subgrade and backfill will be performed
according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the
following frequencies and conditions:
1. A minimum of one test for every 100 cubic yards of compacted backfill
material.
2. A minimum three density tests for each full work shift.
3. Density tests will be performed in all placement areas.
4. The number of tests will be increased if inspection determines that soil types
or moisture contents are not uniform or if compacting effort is variable and
not considered sufficient to attain uniform density.
C. At least three tests for moisture-density relationships will be initially performed for
each type of backfill material in accordance with ASTM D 698. Additional moisture-
density relationship tests will be performed whenever there is a noticeable change in
material gradation or plasticity.
D. If tests indicate work does not meet specified compaction requirements, recondition,
recompact, and retest at Contractor's expense.
A2226 - 8/9
Wr
04/16/2021
3.10 DISPOSAL OF EXCESS MATERIAL
A. Unless directed otherwise disposal of all excess material shall be at the contractors
expense.
END OF SECTION
A2226- 9/9
04/16/2021
ITEM NO. A2229—BACKFILL MATERIALS
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Material Classifications
B. Utility Backfill Materials
1. Concrete sand.
2. Gem sand.
3. Pea gravel.
4. Crushed stone.
5. Crushed concrete.
6. Bank run sand.
7. Select backfill.
8. Random backfill.
C. Material handling and quality control requirements.
1.2 UNIT PRICES
A. No payment will be made for backfill material unless specifically listed in the
Proposal Form. Include payment in unit price for applicable utility installation.
B. Measurement for backfill material, when included as a separate pay item, is on a
cubic yard basis for material placed and compacted within theoretical trench width
limits and thickness of material according to Drawing details.
1.3 DEFINITION
A. Backfill: Suitable material meeting specified quality requirements for the designated
application as embedment or trench zone backfill.
B. Embedment: Material placed under controlled conditions within the embedment zone
extending vertically upward from top of foundation to an elevation 12 inches above
A2229 - 1/9
04/16/2021
top of pipe, and including pipe bedding, haunching and initial backfill.
C. Trench Zone Backfill: Material meeting specified quality requirements and placed
under controlled conditions in the trench zone from top of embedment zone to base
course in paved areas or to the surface grading material in unpaved areas.
D. Foundation: Either suitable soil of the trench bottom or material placed as backfill of
over-excavation for removal and replacement of unsuitable or otherwise unstable
soils.
E. Source: A source selected by the Contractor for supply of embedment or trench zone
backfill material. A selected source may be the project excavation, off-site borrow
pits, commercial borrow pits, or sand and aggregate production or manufacturing
plants.
1.4 SUBMITTALS
A. Conform to requirements of all sections and provisions of these specifications.
B. Submit a description of source, material classification and product description,
production method, and application of backfill materials.
C. Submit test results for samples of off-site backfill materials to comply with Paragraph
3.03, Material Quality Control.
D. Identify off-site sources for backfill materials at least 14 days ahead of intended use
so that the Owner's Representative may obtain samples for verification testing.
E. Before stockpiling materials, submit a copy of temporary easement or approval from
landowner for stockpiling backfill material on private property.
1.5 TESTS
A. Perform tests of sources for backfill material in accordance with Paragraph 3.03A of
this section.
B. Verification tests of backfill materials may be performed by the Owner and in
accordance with Paragraph 3.03B of this section.
C. Random fill obtained from the Project excavation as source is exempt from
prequalification requirements by Contractor, but must be inspected for unacceptable
materials based on ASTM D 2488.
A2229 - 2/9
04/16/2021
PART 2 - PRODUCTS
2.1 MATERIAL CLASSIFICATIONS
A. Materials for backfill shall be classified for the purpose of quality control in
accordance with the Unified Soil Classification Symbols as defined in ASTM D
2487. Material use and application is defined in utility installation specifications and
Drawings either by class, as described in Paragraph 2.O1B, or by product descriptions,
as given in Paragraph 2.02 of this section.
B. Class Designations Based on Laboratory Testing:
1. Class I: Well graded sands and gravels, gravel-sand mixtures, crushed well
graded rock, little or no fines (GW, SW)
a. Plasticity Index: Nonplastic
b. Gradation: D60/Dio- greater than 4 percent. Amount passing No. 200
Sieve - less than or equal to 5 percent
2 Class II: Poorly graded gravels and sands, silty sands and gravels, little to
moderate fines (GM, GP, SP, SM)
a. Plasticity Index: Nonplastic to 4
b. Gradation (GP, SP): Amount passing No. 200 Sieve - less than 5
percent
c. Gradation (GM, SM): Amount passing No. 200 Sieve -between 12
percent and 50 percent
3. Class III: Clayey gravels and sands, poorly graded mixtures of sand, gravel,
and clay (GC, SC)
a. Plasticity Index: greater than 7
b. Gradation: Amount passing No. 200 Sieve -between 12 percent and
50 percent.
4. Class IV: Lean clays(CL)
a. Plasticity Index: greater than 7
b. Liquid Limit: less than 50
c. Gradation: Amount passing No. 200 Sieve - greater than 50 percent
d. Inorganic
A2229 - 3/9
04/16/2021
5. Use soils with dual class designation according to ASTM D 2487 according to
the more restrictive class.
2.2 PRODUCT DESCRIPTIONS
A. Soils classified as silt (ML), silty clay (CL - ML with PI of 4 to 7), elastic silt (MH),
organic clay and organic silt (OL, OH), and organic matter(PT) are not acceptable as
backfill materials. These soils may be used for site grading and restoration in
unimproved areas as approved by Owner's Representative. Soils classified as fat clay
(CH) may be used as backfill materials where allowed by the applicable backfill
installation specification.
B. Provide backfill material that is free of stones greater than 3 inches, free of roots,
waste, debris, trash, organic material, unstable material, non-soil matter, hydrocarbon
or other contamination, conforming to the following limits for deleterious materials:
1. Clay lumps: Less than 0.5 percent for Class I, and less than 2.0 percent for
Class II,when tested in accordance with ASTM C 142.
2 Lightweight pieces: Less than 5 percent when tested in accordance with
ASTM C 123.
3. Organic impurities: No color darker than standard color when tested in
accordance with ASTM C 40.
C. Manufactured materials may be substituted for natural soil or rock products where
indicated in the product specification, and approved by Owner's Representative,
provided that the physical property criteria are determined to be satisfactory by
testing.
D. Bank Run Sand: Durable bank run sand classified as SP, SW, or SM by the Unified
Soil Classification System (ASTM D 2487) meeting the following requirements.
1. Less than 15 percent passing the number 200 sieve when tested in accordance
with ASTM C 136. The amount of clay lumps or balls not exceeding 2
percent.
2 Material passing the number 40 sieve shall meet the following requirements
when tested in accordance with ASTM D 4318:
a. Liquid limit not exceeding 25.
b. Plasticity index not exceeding 7.
E. Concrete Sand: Natural sand, manufactured sand, or a combination of natural and
manufactured sand conforming to the requirements of ASTM C 33 and graded within
the following limits when tested in accordance with ASTM C 136:
A2229 -4/9
04/16/2021
Sieve Percent Passing
3/8" 100
No. 4 95 to 100
No. 8 80 to 100
No. 16 50 to 85
No. 30 25 to 60
No. 50 10 to 30
No. 100 2 to 10
F. Gem Sand: Sand conforming to the requirements of ASTM C 33 for course
aggregates specified for number 8 size and graded within the following limits when
tested in accordance with ASTM C 136:
Sieve Percent Passing
3/8" 95 to 100
No. 4 60 to 80
No. 8 15 to 40
G. Pea Gravel: Durable particles composed of small, smooth, rounded stones or pebbles
and graded within the following limits when tested in accordance with ASTM C 136:
Sieve Percent Passing
2" 100
3/8" 85 to 100
No. 4 10 to 30
No. 8 0 to 10
NO. 16 0to5
H. Crushed Aggregates: All crushed aggregates consist of durable particles
obtained from an approved source and meeting the following requirements:
A2229 - 5/9
04/16/2021
1. All materials of one product delivered for the same construction activity from
a single source.
2. Non-plastic fines.
3. Los Angeles abrasion test wear not exceeding 40 percent when tested in
accordance with ASTM C 131.
4. Gradations, as determined in accordance with TEX-110-E.
Percent Passing by Weight for Pipe Embedment
Sieve By Ranges of Nominal Pipes Sizes
>15" 15" —8" <8"
1" 95- 100 100 -
3/4" 60—90 90— 100 100
1/2" 25-60 - 90-100
3/8" - 20-55 40-70
No. 4 0-5 0-10 0- 15
No. 8 - 0-5 0-5
5. Crushed stone: Produced from oversize quarried aggregate, sized by crushing
from a naturally occurring single source. Crushed gravel or uncrushed gravel
are not acceptable materials for utility embedment.
6. Crushed Concrete: Crushed concrete is an acceptable substitute for crushed
stone as utility backfill. Gradation and quality control test requirements are
the same as crushed stone. Provide crushed concrete produced from normal
weight concrete of uniform quality; containing particles of aggregate and
cement material, free from other substances such as asphalt, base course
material, reinforcing steel fragments, soil, debris, or deteriorated concrete
fragments.
I. Select Backfill: Class III clayey gravel or sand or Class IV lean clay with a plasticity
index between 7 and 20 or clayey soils treated with lime.
J. Random Backfill: Any suitable soil or mixture of soils within Classes I, II, III and
IV; or fat clay (CH) where allowed by the applicable backfill installation
A2229 - 6/9
04/16/2021
specification. Refer to Item No. A2003 — Structural Excavation and Backfill for
Structures.
K. Cement Stabilized Sand: Conform to requirements of Item No. J3006 - Cement
Stabilized Sand.
L. Concrete Backfill: Conform to Class B concrete as specified in Item No. B1001 -
Concrete.
PART 3 - EXECUTION
3.1 SOURCES
A. Use of material encountered in the trench excavations is acceptable, provided
applicable specification requirements are satisfied. If excavation material is not
acceptable,provide from other source.
B. Obtain approval for each material source by the Owner's Representative before
delivery is started. If sources previously approved do not produce uniform and
satisfactory products, furnish materials from other approved sources. All materials
may be subjected to inspection or additional verification testing after delivery.
Materials which do not meet the requirements of the specifications will be rejected.
Do not use material which, after approval, has become unsuitable for use due to
segregation, mixing with other materials, or by contamination. Once a material is
approved by the Owner's Representative, expense for sampling and testing required
to change to a different material will be credited to the Owner through a change order.
C. Bank run sand, select backfill, and random backfill, if available in the Project
excavation, may be obtained by selective excavation and acceptance testing. Obtain
additional quantities of these materials and other materials required to complete the
work from off-site sources.
D. The Owner does not represent or guarantee that any soil found in the excavation work
will be suitable and acceptable as backfill material.
3.2 MATERIAL HANDLING
A. When backfill material is obtained from either a commercial or non-commercial
borrow pit, have that pit opened to expose the vertical faces of the various strata of
acceptable material to be used. Excavate the material by vertical cuts extending
through the exposed strata to achieve uniformity in the product.
B. Establish temporary stockpile locations for practical material handling and control,
and verification testing by the Owner's Representative in advance of final placement.
Obtain approval from landowner for storage of backfill material on adjacent private
property.
A2229 - 7/9
04/16/2021
C. When stockpiling backfill material near the Project site, use appropriate covers to
eliminate blowing of materials into adjacent areas and prevent runoff containing
sediments from entering the drainage system.
D. Place stockpiles in layers to avoid segregation of processed materials. Load material
by making successive vertical cuts through entire depth of stockpile.
3.3 MATERIAL QUALITY CONTROL
A. Ensure that material selected, produced and delivered to the Project meets applicable
specifications and is of sufficient uniform properties to allow practical construction
and quality control. Responsibilities include:
1. Source or Supplier Qualification. Perform testing, or obtain representative
tests by suppliers, for selection of material sources and products. Provide test
results for a minimum of three samples for each source and material type.
Test samples of processed materials from current production representing
material to be delivered. Tests shall verify that the materials meet
specification requirements. Repeat qualification test procedures each time the
source characteristic changes or there is a planned change in source location
or supplier. Qualification tests shall include, as applicable:
a. Gradation. Complete sieve analyses shall be reported regardless of the
specified control sieves. The range of sieves shall be from the largest
particle through the No. 200 sieve.
b. Plasticity
c. Los Angeles abrasion
d. Clay lumps
e. Light weight pieces
f. Organic impurities
2. Production Testing. Establish a program to provide assurance that backfill
materials delivered from the sources and placed in the Work meet applicable
specification requirements. Report results to the Owner's Representative.
3. Assist the Owner's Representative in obtaining material samples for
verification testing at the source or at the production plant.
4. Notify the Owner's Representative in the field when non-conforming material
is detected.
A2229 - 8/9
04/16/2021
B. Quality Control
1. The Owner's Representative may sample and test backfill at:
a. Sources including borrow pits, production plants and Contractor's
designated off-site stockpiles.
b. On-site stockpiles.
c. Materials placed in the Work.
2. The may Owner's Representative resample material at any stage of work or
location if changes in characteristics are apparent.
3. The Owner's Representative will notify Contractor at the Project site about
non-conforming materials and will, as appropriate, resample materials to
verify results.
C. Tolerances
The following tolerances apply to production quality control testing.
1. Embedment Material and Select Backfill: The Owner's Representative may
accept material provided that not more than one out of the most recent five
consecutive tests is out of the specification limits for:
a. Gradation: Not more than 5 percentage points on any individual sieve.
b. Plasticity: Not more than 2 percentage points.
2. Trench Zone Backfill Material: Except for select and random backfill, the
Owner's Representative may accept the material provided that not more than
one out of the most recent three consecutive tests is out of the specification
limits for:
a. Gradation: Not more than 8 percentage points on any individual sieve.
b. Plasticity: Not more than 5 percentage points.
3. Select and Random Backfill: No quantified tolerances. Remove non-
conforming material identifiable by visual-manual procedure.
END OF SECTION
A2229 - 9/9
Std. 08/03/2004
ITEM NO. A3002—COMPACTED SAND FILL UNDER STRUCTURES
PART 1 —GENERAL
1.01 DESCRIPTION
A. Scope: Furnish, place, and compact sand fill under structures within limits shown on
PLANS.
PART 2—PRODUCTS
2.01 MATERIALS
A. Clean sand or clean bank sand free from clay and clay lumps, shale, loam, organic
matter, excessive amounts of salt, and other deleterious materials. Sand with
maximum Plasticity Index of 7 and with not more than 40 percent passing a No. 200
sieve. Water, if used to aid compaction, to be clean and fresh.
PART 3 —EXECUTION
3.01 INSTALLATION
A. Construction: Excavate or strip to depth as indicated on PLANS or as directed by
Engineer. Compact subgrade to minimum dry density of 95 percent of maximum in
accordance with ASTM D698-78 by making several passes with flat-wheeled or
vibratory roller to uniformly dense soils and to ensure that localized weak and
compressible zones are not present. Shape surface to receive sand fill as shown on
PLANS. Place in 8-inch maximum lifts, measured loose, and compact with
pneumatic-tired or vibratory roller. In confined areas, compact with mechanical tamps.
Compact soils at or near optimum moisture content to a minimum dry density of 95
percent of maximum in accordance with ASTM D698-78. "Waterflooding" to obtain
required compaction not permitted. After compacting, shape surface area to grade
indicated. Make at least one (1) density test per lift.
3.02 MEASUREMENT AND PAYMENT
A. No separate payment for work performed under this Item, including density testing,
except as indicated below. Include cost of same in Contract price bid for work of
which this is a component part.
B. "Extra Compacted Sand Fill", when authorized, to be measured by 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 compacted sand fill as may be required in
excess of amount shown on PLANS.
A3002 - 1/1
01/17/2011
ITEM NO. A3007—REMOVING OLD STRUCTURES
PART 1 —GENERAL
1.01 DESCRIPTION
Remove and dispose of old structures, or portions of old structures, as shown on
PLANS, and include all excavation and backfill to complete the removal hereinafter
described.
PART 2—PRODUCTS
Not applicable to this Item.
PART 3 —EXECUTION
3.01 METHOD OF REMOVAL
A. Culverts or Sewers: Unless otherwise shown on PLANS, remove pipe and
appurtenances by careful excavation of all dirt on top and sides in such a manner that
pipe will not be damaged.
B. Concrete Structures: Remove concrete structures or concrete portions of structures in
sizes not larger than one cubic foot.
1. Concrete portions of structures below the permanent ground line, which will not
interfere in any manner with the proposed construction, may be left in place, but
removal to be carried at least 2-feet below the permanent ground line and nearly
squared off Cut off reinforcement close to the concrete.
C. Steel Structures: Dismantle steel structures or steel portions of structures in sections as
determined by Engineer. Sections to be of such weight and dimensions as to permit
convenient handling, hauling, and storing if material is to be reused or salvaged.
Remove rivets and bolts connecting steel railing members, steel beams of beam spans,
and steel stringers of truss spans by cutting the heads with a "cold cut", and punching
or drilling from the hole, or by such other method as will not injure members for reuse
if material is to be reused or salvaged, and will meet approval of the Engineer.
Removal of rivets and bolts from connections of truss members, bracing members, and
other similar members in the structure not required unless specifically called for on the
PLANS or Special Provisions, and Contractor to have the option of dismantling these
members by flame-cutting the members immediately adjacent to the connections.
Flame-cutting not permitted, however, when shown on PLANS or when Special
Provision calls for the structure unit to be salvaged in such a manner as to permit re-
A3007 - 1/3
01/17/2011
erection. In such case, carefully matchmark all members with paint in accordance
with diagram furnished by Engineer prior to dismantling, and remove all rivets and
bolts from the connections in the manner specified in the first portion of this
paragraph.
D. Timber Structures: Remove timber structures or timber portions of structures in such
manner as to damage the timber as little as possible for further use. Remove all bolts
and nails from such lumber as deemed salvable by Engineer.
1. Unless otherwise shown on PLANS, Contractor may remove entirely, or cut off
timber piles at a point not less than 2-feet below ground line.
E. Brick or Stone Structures: Remove brick or stone structures or stone portions of
structures in sizes not larger than one cubic foot.
1. Portions of such structures below the permanent ground line, which will not in
any manner interfere with the proposed construction, may be left in place, but
removal to be carried at least 2-feet below the permanent ground line, and neatly
squared off.
F. Trees, Shrubs and Landscaping: Remove and dispose of all trees, shrubs and
landscaping associated with site or as shown on plans. Trees, shrubs and landscaping
to remain shall be protected during demolition. Trees, shrubs and landscaping shown
to be relocated or to be removed shall be relocated or removed as directed on the
plans.
3.02 SALVAGE
A. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable
for reuse, and all structural steel to be carefully placed in neat piles at convenient
loading points which will not interfere with traffic or construction. Unless designated
points shown on PLANS, all other materials deemed salvable by the Owner to be
removed by Contractor and neatly piled at convenient loading points on site at no cost
to Owner. All of these materials to be the property of Owner.
1. I-beams, stringers, etc., specified to be dismantled without damage for reuse, and
all steel members matchmarked and dismantled for reuse, to be blocked off the
ground in an upright position to protect the members against further damage.
2. Materials, other than structural steel, deemed non-salvable become the property of
the Contractor, to be moved off the site by Contractor, and disposed of in a
satisfactory manner.
3. Where temporary structure is necessary for a detour adjacent to the present
structure, Contractor will be permitted to use the material in the old structure for
the detour structure, but he is to dismantle and stack, or dispose of material as
required above, as soon as new structure is complete.
3.03 BACKFILL
A3007 - 2/3
01/17/2011
A. Backfill all excavation made in connection with this Item, and all openings below
natural ground line caused by removal of old structures or portions thereof, to the level
of original ground line, unless otherwise shown on PLANS.
1. Place that portion of the backfill which will support any portion of the structure,
roadbed, or embankment as required for placing structural backfill and
embankment. In places inaccessible to blading and rolling equipment, use
mechanical or hand tamps, or rammers to obtain the required density comparable
with adjacent undisturbed material.
3.04 MEASUREMENT AND PAYMENT
Measurement and Payment: Work prescribed for in this item for culverts & sewers
shall be on a linear foot basis. Any work involving structures shall be on a per each
basis.
A3007 - 3/3
Pr
01/17/2011
ITEM NO. A3030—HYDRO-MULCH SEEDING
PART 1 —GENERAL
1.01 DESCRIPTION
A. Scope: The work covered by this Item consists of furnishing all plant, labor, materials,
equipment, supplies, supervision, and tools, and performing all work necessary for
topsoiling, smoothing, seeding, fertilizing, watering, maintenance, and clean-up of all
areas disturbed during construction, all in accordance with the drawings and
TECHNICAL SPECIFICATIONS.
B. General: The hydro-mulch seeding operations, together with all other necessary related
work, to conform to the requirements specified in this Item. The area to be hydro-
mulch seeded to be noted on PLANS.
PART 2—PRODUCTS
2.01 MATERIALS
A. Seed: All seed must meet the requirements of U.S. Department of Agriculture Rules
and Regulations as set forth in Federal Seed Act and Texas Seed Law. Type of seed,
purity and germination requirements, rate of application, and planting dates are as
follows:
APPLICATION RATE POUNDS
TYPE PER ACRE PLANTING DATE
1. Hulled Common Bermuda Grass
98/88 40
Unhulled Common Bermuda Grass January 1 to April 15
98/88 40
Annual Rye Grass (Gulf) 50
2. Hulled Common Bermuda Grass
98/88 40 April 15 to October 1
3. Hulled Common Bermuda Grass
98/88 40
Unhulled Common Bermuda Grass October 1 to January 1
98/88 40
Annual Rye Grass (Gulf) 30
A3030 - 1/2
01/17/2011
B. Fertilizer: Fertilizer to be water soluble with analysis of 10 percent nitrogen, 20
percent phosphoric acid, and 10 percent potash. Rate of application to be 750 pounds
per acre except during the periods of April 15 through September 1, when the rate to
be reduced to 600 pounds per acre.
C. Mulch: Mulch to be virgin wood cellulose fiber made from whole wood chips. Within
the fiber mulch material, at least 20 percent of the fibers will be 10.7 mm in length and
0.27 mm in diameter. Rate of application to be 2,000 pounds per acre. Soil stabilizers
such as Terra Type III (or approved equal) to be applied at a rate of 40 pounds per acre
on side slopes and "Terra Tack I" (or approved equal) to be applied at a rate of 40
pounds per acre in the flatter, upper portions of channel areas.
PART 3 —EXECUTION
3.01 MAINTENANCE
The hydro-mulch seeding to be adequately watered until established. Any areas
damaged by erosion or areas that do not have acceptable turfing to be reseeded.
3.02 MEASUREMENT AND PAYMENT
Measure by acre as indicated in PROPOSAL. Payment for work under this Item will
be made at Contract price for "Hydro-Mulch Seeding", which price to be full
compensation for all fertilizer, seed, equipment, materials, and labor necessary for
fertilizing and seeding.
A3030 - 2/2
8/4/14
ITEM NO. B1001 - 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.
3. For Structural Concrete:
B 1001 - 1/8
8/4/14
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 C 173, 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.
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.
B1001 - 2/8
8/4/14
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 C 150, 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.
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.
B1001 - 3/8
8/4/14
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 1-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
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 1001 - 4/8
8/4/14
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 C 143.
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.
C. Pumpable Flowable Backfill:
1. Mix#94564FFP: (Per Knife River—An MDU Resources Company)
a. Sand 2450#/CY ASTM C-33
b. Cement 94#/CY ASTM C-150
c. Fly Ash 564#/CY ASTM C-618
d. Eucon Air-40 5 oz/CY ASTM C-680
e. Water 49 gal/CY Municipal
B 1001 - 5/8
8/4/14
CLASSIFICATION TABLE
Max.Water Content(')
Min.Comp. Pounds of Gallons of Min.Cement Per
Strength(psi) Water/Lb. Water/Bag C.Y(z) Slump R*nge Total Air Content
Class-Type 7-Day I 28-Day Cement Cement Lbs. Bags (tn.) (%)
A-Structural 2000 3000 0.55 6.25 494 5.25 21/2 to 41/2 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 1200 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(5) --- 6000 0.49 5.50 658 7.00 2 to 3 As needed
K-Structural(°) 2800 4000 0.50 5.65 564 6.00 3%z to 5 2%z to 4%z
Ksp-Structural(3) 2800 4000 0.45 5.00 470 5.00 7 to 10(4) 3 to 5
P Paving 6-Inch 1800 2800 0.66 7.50 423 4.50 3 to 5 2/2 to 41/2
(8)
450(7)
P Paving 7-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 21/2 to 41/2
(8)
500(')
P Paving 8-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 21/2 to 41/2
(8)
550(7)
*All slump Ranges+'/z-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.
B 1001 - 6/8
8/4/14
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 1 Y2
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 1 Y2 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.
c. Clean, maintain, and operate equipment so as to thoroughly mix material
as required.
B 1001 - 7/8
8/4/14
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
B 1001 - 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
Std. 08/03/2004
ITEM NO. H1001 - DUCTILE IRON PIPE AND FITTINGS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Ductile iron pipe and fittings for water mains, wastewater force mains, and
gravity sanitary sewers.
1.02 UNIT PRICES
A. No separate payment will be made for ductile iron pipe and fittings under this
Section. Include cost in unit price for water mains, force mains, gravity sanitary
sewers, and storm sewers.
1.03 SUBMITTALS
A. Conform to requirements of all sections and provisions of these specifications.
B. Submit shop drawings showing design of new pipe and fittings indicating
alignment and grade, laying dimensions, fabrication, fitting, flange, and special
details. Show station numbers for pipe and fittings corresponding to Drawings.
Production of pipe and fittings prior to review by the Owner's Representative is at
Contractor's risk.
1.04 QUALITY CONTROL
A. Provide manufacturer's certifications that all ductile iron pipe and fittings meet
provisions of this Section and have been hydrostatically tested at factory and meet
requirements of ANSI A21.51.
B. Provide certifications that all pipe joints have been tested and meet requirements
of ANSI A21.11.
PART 2 - PRODUCTS
2.01 DUCTILE IRON PIPE
A. Ductile iron pipe barrels: ANSI A21.15, ANSI A21.50 or ANSI A21.51; bear
mark of Underwriters' Laboratories approval; pressure classes as shown on the
Drawings and/or Bid Proposal.
B. Provide pipe sections in standard lengths, not less that 18 feet long, except for
special fittings and closure sections as indicated on shop drawings and/or Bid
Proposal.
2.02 JOINTS
H1001 - 1/3
A. Joint types: ANSI A21.11 push-on; ANSI A21.11 mechanical joint; or ANSI
A21.15 flanged end. Provide push-on joints unless otherwise indicated on the
Drawings or required by these specifications. For bolted joints, bolts shall
conform to requirements of AWWA C 111.
B. Where restrained joints for buried service are required by Drawings, provide
Series 1100 (MEGALUG)by EBAA Iron Inc., or equal.
C. Threaded or grooved type joints which reduce pipe wall thickness below
minimum required are not acceptable.
D. Provide for restrained joints designed to meet test pressures required under
Section 02676 — Hydrostatic Testing of Pipelines or Section 02731 — Sanitary
Sewage Force Mains, as applicable.
E. Where ductile iron water main is cathodically protected from corrosion, bond
rubber gasketed joints as shown on Drawings to provide electrical continuity
along entire pipeline, except where insulating flanges are required by Drawings.
2.03 GASKETS:
A. Furnish, when no contaminant is identified, plan rubber (SBR) gasket material; for
flanged joints 1/8-inch thick gasket in accordance with ANSI A21.15.
B. Pipes to be installed in potentially contaminated areas, especially where free product
is found near the elevation of the proposed pipeline, shall have the following gasket
materials for the noted contaminants:
Contaminant Gasket Material Required
Petroleum (diesel, gasoline) Nitrile Rubber
Other contaminants As recommended by the pipe manufacturer
2.04 FITTINGS
A. Use fittings of same size as pipe. Reducers are not permitted to facilitate an off-size
fitting. Reducing bushings are also prohibited. Make reductions in piping size by
reducing fittings. Line and coat fittings as specified for pipe they serve.
B. Push-on Fittings will not be allowed.
C. Flanged Fittings: ANSI A21.10; ANSI B16.1 cast or ductile iron. Flanges: ANSI
B16.1, Class 125; pressure rated at 250 psig.
D. Mechanical Joint Fittings: ANSI A21.10 (AWWA C110); pressure rated at 250 psi.
E. Ductile Iron Compact Fittings for Water Mains: ANSI A21.53 (AWWA C153); 4-
inch through 12-inch diameter; fusion bonded epoxy-lined or cement-mortar lining;
conform to requirements of Section 02630—Polyethylene Wrap.
H1001 -2/3
2.05 COATINGS AND LININGS
A. Water Main Interiors: ANSI A21.4, cement lined with seal coat.
B. Sanitary Sewer and Force Main Interiors:
1. Preparation: Commercial blast cleaning conforming to SSPC-SP6.
2. Linear thickness: Nominal 40 mils, minimum 35 mils, for pipe barrel interior;
minimum 6-10 mils at gasket groove and outside spigot end to 6-inches back
from end.
3. Testing: ASTM G62, Method B for voids and holidays; provide written
certification.
4. Acceptable Lining Materials:
a. Virgin polyethylene conforming to ASTM D1248, with inert fillers and
carbon black to resist ultraviolet degradation during storage heat
bonded to interior surface of pipe and fittings; APolyline by American
Cast Iron Pipe Company; or equal.
b. Polyurethane: Corro-pipe II by Madison Chemicals.
c. Ceramic Epoxy: Protecto-401 by Enduron Protective Coatings.
C. Sanitary Sewer Point Repair Pipe: For pipes which will be lined with high density
polyethylene liner pipe or cured-in-place liner, provide cement-lined with seal coat in
accordance with ANSI A21.4. For pipes which will not be provided with named liner,
provide pipe as specified in Paragraph 2.05B.
D. Exterior:
1. Water Lines
a. Auger Holes: Conform to requirements of Section 02629-Polyurethane
Coatings on Steel or Ductile Iron Pipe.
b. Above Ground(or Exposed): Conform to the following:
Provide a 3-coat epoxy/polyurethane coating system as designated below.
Surface Preparation SSPC SP10
Near White Blast Clean
2.0 to 3.0 mils surface profile
Prime Coat ACRO 4422 Inhibitive Epoxy
2.0 to 4.0 mils DFT Primer, or approved equal
Intermediate Coat ACRO 4460 Chemical Resistant
4.0 to 6.0 mils DFT Epoxy, or approved equal
Finish Coat ACRO 4428 Polyurethane,
1.5 to 2.0 mils DFT Or approved equal
c. Total Minimum allowable dry film thickness for system: 10 mils.
d. All materials shall be from same manufacturer.
e. Color of paint shall be in accordance with the City's standard.
H1001 - 3/3
2. Sanitary Sewers: Prime coat and outside asphaltic coating conforming to ANSI
A21.10, ANSI A21.15, or ANSI A21.51 for pipe and fittings in open cut
excavation and in casings.
E. Polyethylene Wrap: For buried water lines and sanitary sewers, including point
repairs, provide polyethylene wrap unless otherwise specified or shown. Provide
Polyethylene Wrap for all buried ductile iron pipe, including polyurethane coated
pipe. Conform to requirements of Section 02630—Polyethylene Wrap.
F. For flanged joints in buried service, provide petrolatum wrapping system, Denso, or
equal, for the complete joint and all alloy steel fasteners. Alternatively, provide bolts
made of Type 304 Stainless Steel.
G. Pipe to be installed in potentially contaminated areas shall have coatings and linings
recommended by the manufacturer as resistant to the contaminants.
2.06 MANUFACTURES
A. Pre-approved manufactures of ductile iron are American Cast Iron Pipe Co.,
McWane Cast Iron Pipe Co., and U.S. Pipe and Foundry Co.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Conform to installation requirements of Section 02664 — Water Mains, 02730 — Gravity
Sanitary Sewers, and 02731 — Sanitary Sewage Force Mains, except as modified in this
Section.
B. Install in accordance with AWWA C600 and manufacturer's recommendations.
C. Install all ductile iron pipe in polyethylene wrap, unless cathodic protection is provided.
Do not use polyethylene wrap with a cathodic protection system.
D. Holiday Testing
1. Polyurethane: Conform to requirements of Section 02629 — Polyurethane
Coatings for Steel or Ductile Iron Pipe.
2. Fusion Bonded Epoxy: Conform to requirements for new fittings in ANSI
A21.16.
3.02 GRADE
A. Unless otherwise specified on Drawings, install ductile iron pipe for water service to
clear utility lines with following minimum cover:
Diameter Depth of Cover
(Inches) (Feet)
16 and 24 5
H 1001 - 4/3
12 and smaller 3.5
3.03 FIELD REPAIR OF COATINGS
A. Polyurethane: Conform to requirements of Section 02629—Polyurethane Coatings for
Steel or Ductile Iron Pipe.
B. Fusion Bonded Epoxy: Conform to requirements for new fittings in ANSI A21.16.
END OF SECTION
H 1001 - 5/3
Std. 10/13/2005
ITEM NO. J1003 -POLYVINYL CHLORIDE(PVC)WATERLINE PIPE(4"-12")
PART 1 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.
PART 2 -EXECUTION
J2001 - 1/7
10/13/2005
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: Payment for Sidewalks shall be by the square
yard or linear foot. Concrete Curbs and Gutters shall be paid by linear foot. 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 stand 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
06/27/2013
ITEM-NO. J2003 - HYDROSTATIC TESTING OF PRESSURE LINES
PART 1 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:
ND\/P
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.
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 25 percent, test to continue for not less than 18 additional hours.
J2003 - 1/2
06/27/2013
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. 08/03/2004
ITEM NO. J300 1 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. B 1001 - "Concrete."
3. Storm Sewer Pipe and Fittings: 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
of the surrounding soil.
J3001B - 1/2
Std. 08/03/2004
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 - 2/2
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
for 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 PIPE
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.
3. When pipe is correctly aligned, remove outside wrapper on gasket and pull or
J3011 - 2/3
Std. 02/01/2005
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
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 for 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.
J3045 - 3/5
10/13/2005
3.04 MAINTENANCE OF SAFETY SYSTEM
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
J3045 - 4/5
10/13/2005
and specifications for the trench safety system shall thereafter be incorporated
into the Construction Contract.
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 1 - 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 Highways, Streets and
Bridges, 2014 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, 2014 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
F
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. B 1001 "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
1) 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 D1190-74. 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 C171-69.
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
to which 5 pounds of nonshrinking grout aggregate per sack of cement has been
added.
K3101 - 3/10
10/13/2005
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
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
K3101 - 4/10
10/13/2005
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
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.
K3101 - 5/10
10/13/2005
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.
(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
K3101 - 6/10
10/13/2005
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
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.
K3101 - 7/10
10/13/2005
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
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.
K3101 - 8/10
PIF
10/13/2005
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 1/4-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 Y2-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 Y2-inch.
Width of such area to be entire width of pavement within length of such area to be
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.
K3101 - 9/10
10/13/2005
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
Std. 10/13/2005
ITEM NO. K3303 - HOT-MIX ASPHALTIC CONCRETE SURFACING
PART 1 - GENERAL
1.01 DESCRIPTION
Extent of Work: This Item governs for hot-mix asphaltic concrete surfacing consisting
of a base course, a level-up course, a surface course, or any combination of these
courses; each course composed of a compacted mixture of aggregate and asphalt
cement and constructed on an approved subgrade, a sub-base course, a base course, or
in case of a bridge, on prepared floor slab. Construct in accordance with these
specifications and in conformity with lines, grades, compacted thickness, and typical
cross-sections shown on PLANS or described in preceding Special Provision.
1.02 QUALITY ASSURANCE
A. Laboratory density and stability of mixture, when designed and tested in accordance
with these specifications and the Texas Department of Transportation Standard
Specifications for Construction of Highways, Streets and Bridges, 2014 Edition, to be
as follows:
Density, Percent Stability, Value
Min. Max. Optimum At least 35
94.5 97.5 96
B. Provide, at Contractor's expense, laboratory facilities equal to those used at stationary
commercial asphalt concrete plants approved by the Engineer.
Furnish, operate, and maintain templates, straight edges, scales, and other weighing
and measuring devices necessary for proper construction and checking of work.
C. Place set of standard platform truck scales at plant and provide with a suitable weight
office adjacent to scales for use of truck weigher. Scales must be accurate to within 4
pounds per 1,000 pounds total load.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Mineral Aggregate: Composed of a coarse aggregate, a fine aggregate, and a mineral
filler, and if approved by Engineer, a suitable mineral admixture which may include
reclaimed asphalt pavement (RAP). Exact proportion of admixture, if approved, to be
determined by Engineer. Submit samples of coarse aggregate, fine aggregate, and
mineral filler and test in accordance with prescribed methods. Approval of both
materials and source of supply must be obtained prior to delivery of any material.
B. Coarse Aggregate: Consists of slag, limestone, or a mixture thereof as hereinafter
specified, of uniform quality throughout and free from dirt, organic, or other injurious
matter occurring either freely in material or as a coating on aggregate. Abrasion of
K3303 - 1/7
Std. 10/13/2005
slag or limestone from which coarse aggregate is made of not more than 35 when
subjected to Los Angeles Abrasion Test.
C. Fine Aggregate: Consists of sand or a combination of sand and stone, or slag
screenings. Sand composed of sound, durable stone particles, free from loam or other
injurious foreign matter. Screenings of same or similar materials as specified for
coarse aggregate. Sand or combination of sand and screenings to meet the following
requirements when tested by standard laboratory methods:
Percent by Weight
Passing a No. 3/8 Sieve 100%
Passing a No. 10 Sieve 70-100%
Passing a No. 200 Sieve 0-15%
The plasticity index of that part of the fine aggregate passing the No. 40 sieve to be not
more than 6.
D. Mineral Filler: Consists of thoroughly dry stone dust, Portland cement, lime, flyash
or other mineral dust approved by the Engineer. The material shall be free from
foreign matter. Meet the following grading requirements when tested by standard
laboratory methods:
Percent by Weight or Volume
Passing a No. 30 Sieve 95-100%
Passing a No. 80 Sieve -not less than 75%
Passing a No. 200 Sieve -not less than 55%
E. Asphalt: Grade of asphalt as designated by Engineer. If more than one type of
asphaltic concrete mixture is specified for project, only one grade of asphalt will be
required for all types of mixtures.
1. Asphaltic materials, including tack coat, to meet requirements of the Item,
"Asphalt, Oils and Emulsions", of the Texas Department of Transportation
Standard Specifications for Construction of Highways, Streets and Bridges, 2014
Edition.
F. Paving Mixture: To consist of a uniform mixture of coarse aggregate, fine aggregate,
asphaltic material, and mineral filler, if required.
1. Grading of each constituent such as to produce, when properly proportioned, a
mixture conforming to limitations for grading for type specified. Exact
proportions of each constituent producing total aggregate within these limits to be
as directed, and to conform to the requirements of Article 340.3, "Paving
Mixtures", of the Texas Department of Transportation Standard Specifications for
Construction of Highways, Streets and Bridges, 2014 Edition.
K3303 - 2/7
Std. 10/13/2005
2.02 PROPORTIONING AND MIXING
A. Proportions of various materials entering into asphaltic mixture as directed and in
accordance with these specifications. Engineer, or his authorized representative, to
have access at any time to all parts of paving plant. Use satisfactory equipment and
construction methods as hereinafter specified.
B. Store or stockpile separately various sizes of mineral aggregate as received. Feed
various sizes of mineral aggregate to dryer by means of mechanical device that will
give a uniform and constant feed of each size incorporated to control temperature and
grading of mineral aggregate.
C. Dry mineral aggregate in such manner that finer particles will not escape with furnace
gases. Heat aggregate in a suitable apparatus which provides continuous agitation
during heating. Provide efficient and positive control of temperature so that aggregate
is not damaged and mixture produced has a temperature between 250° F and 375° F.
Provide recording thermometer which will record temperature of aggregate as it leaves
dryer. Equip recording thermometer with a double-pen in order to record both
temperature of rock and temperature of asphalt incorporated in batch. Record
temperatures on 24-hour charts. Furnish dryer or dryers of sufficient size to dry and
heat amount of aggregate required to keep plant in continuous operation.
D. Bin sizes and screening capacity sufficient to screen and store amount of aggregate
required to properly operate plant and keep plant in continuous operation at full
capacity. Bins to contain sizes of aggregate as specified in Article 340.4,
"Equipment", Subarticle, "Screening and Proportioning", of the Texas Department of
Transportation Standard Specifications for Construction of Highways, Streets and
Bridges, 2014 Edition.
1. Provide bins with tight cut-off gates so that there is no leakage of mineral
aggregate or mineral filler into weigh box.
2. Weigh box for mineral aggregate of sufficient capacity to hold a complete batch
of aggregate and mineral filler without wasting or leveling by hand, and so
designed with opening in top that, if in charging, an excess of one size of mineral
aggregate is introduced into box, it may be removed by operator.
3. Provide weigh box with a close fitting and quick operating cut-off gate so that
there is no leakage of mineral aggregate into mixer.
E. Scales: Scales for weighing mineral aggregate and asphaltic material shall equal the
weighing equipment used at stationary commercial asphaltic concrete plants as
approved by the Engineer.
1. Scales of multi-beam type to have sufficient weighing beams to weight each grade
of aggregate separately and also filter dust separately.
2. Furnish scales with tare beam for balancing.
K3303 - 3/7
Std. 10/13/2005
3. Equip beam scales with a tell-tale dial indicator of springless dial type indicating
over and under load of at least 50 pounds. Scales that are not accurate within 4
pounds per 1,000 pounds net load will be considered unsatisfactory.
4. In case vibration of plant interferes with accurate weighing, insulate scales
satisfactorily against shock or vibration.
F. Provide ample asphalt cement storage to meet requirements of Plans. Heat asphalt
cement in storage by steam coils, absolutely tight to prevent leakage of moisture into
asphalt. Temperature of steam for heating not in excess of 400° F. No direct fire
heating of asphalt permitted. Agitation of asphalt with steam or air not permitted.
1. Provide steam heating system of type and capacity as to insure maintaining
asphalt cement at a uniform draw-off temperature at asphalt cement bucket of
between 275° F to 375° F. Maintain temperature with an efficient and positive
control of heat at all times. Any asphalt cement heated above 375° F, either
before or during mixing with mineral aggregate, will be rejected.
2. Use quick cut-off type draw-off valve at asphalt cement bucket that will not leak
any asphalt into bucket after required weight of asphalt cement has been drawn.
Asphalt supply line of circulating type, and equipped with recording thermometer
indicating temperature of asphalt at draw-off valve. Recording thermometer may
be combined with recording thermometer used in recording temperature of
aggregate by using a double-pen recorder.
3. Asphalt cement weigh bucket of type from which asphalt will flow into mixer for
approximately full width of mixer so as not to deposit asphalt cement in one place
in mixer. Scales for weighing asphaltic cement of springless dial type arranged
for quick adjustment at zero to provide for change in tare. Provide pointer to
indicate weight of asphalt cement required in one batch.
G. Mixer of twin-pug-mill type and capacity of not less than 3,000 pounds in single
batch. Number and position of blades such as to give a uniform and complete
circulation of batch in mixer from center to four ends of mixer arms and back to
center. Mixers which tend to segregate mineral aggregate or fail to secure thorough
and uniform mixing with asphalt cement and filler dust will not be used.
Determination of thorough and uniform mixing will be made by mixing standard batch
for required time and then dumping batch and taking samples from different parts of
batch. Samples will be tested by extraction test and must show that batch is uniform
throughout, or otherwise mixer will be rejected.
1. Provide mixers with an automatic time lock on discharge gates of mixer and
weight box and lock for a period of 45 seconds after all of mineral aggregate has
been introduced into mixer.
2. When discharged, mixture to have a temperature of 300° F to 375° F.
3. Dump door or doors of mixer to be tight to dry mineral aggregate or dust so that
there is no spilling from pug mill.
K3303 - 4/7
Std. 10/13/2005
4. In introducing batch into mixer, introduce mineral aggregate first, then thoroughly
mix for a period of five to ten seconds before asphaltic cement is added.
5. Continue mixing for required time, or longer if necessary, to produce a mixture of
uniform consistency.
PART 3 - EXECUTION
3.01 CONSTRUCTION METHODS
A. General
1. Construct pavement on previously completed and approved subgrade, base,
existing pavement, bituminous surface or in case of a bridge, on prepared floor
slab.
2. Place no asphaltic mixture or tack coat when air temperature is below 50° F and is
falling. Asphaltic mixture or tack coat may be placed after air temperature is
above 40° F and is rising, provided temperature is taken in shade away from
artificial heat. Place no asphaltic mixture or tack coat when weather conditions,
in opinion of Engineer, are unsuitable.
B. Tack Coat: Thoroughly clean surface of base or surface of concrete bridge, as
applicable, by brooming with wire brushes before asphaltic surface mixture is laid.
When tack coat is shown, or if directed, give base an application of cut-back asphalt
applied as directed with an approved sprayer and at rate not to exceed 0.05 gallon
residual asphalt per square yard of surface. Cut-back asphalt as specified under Article
2.01, Paragraph E, or made by combining 50 percent of asphaltic material as specified
and 50 percent gasoline.
C. Laying Materials
1. Haul asphaltic concrete mixture, heated and prepared as specified, to site of work
in tight vehicles previously cleaned of all foreign materials and, if considered
necessary, covered with canvas of sufficient size to protect entire load. Arrange
dispatching of vehicle so that all material delivered may be placed and receive its
initial rolling in daylight. Lay mixture only on an approved base course, which
has been tack coated as previously specified and free from all foreign materials.
Paint contact surfaces of curbs and structures and all joints with thin uniform
coating of cut-back or emulsified asphalt as required for tack coating. Lay
mixture at temperature of 250° F to 375° F and spread and compact, using an
approved finishing machine. Use finishing machine capable of producing
finished surface that conforms to required typical sections and surface tests.
Areas not accessible for finishing machine may be hand spread and shaped when
approved.
K3303 - 5/7
Std. 10/13/2005
2. Use approved finishing machine of screeding and troweling type. If necessary,
use forms adequate to control lateral thrust due to rolling. If a finishing machine
designed to run on forms is used, operate it on header curb, steel forms, or rigid
steel faced forms approved by Engineer. Set forms to line and grade.
3. Oil or saturated solution of hydrated lime may be used for lubricating shovels and
trucks to facilitate handling of asphaltic materials. Use of an excessive amount of
either material is not permitted.
4. Adjacent to flush curbs, gutters, liners, and structures, finish mix uniformly high
so that when compacted it will be slightly above edge of curb or flush structure.
5. When Plans require application of a non-skid surface of asphaltic concrete
pavement, spread Type "B", Type "C", Type "D" or Type "E" mix, as specified,
so that after lightly rolling, it has a finished thickness of approximately 3/8 inch
less than completed thickness of pavement shown. After this course has been
laid, spread mixture specified as Type "F" with sufficient thickness so that, after
receiving ultimate compression, compacted pavement complies with requirements
of typical cross-sections shown,but in no case will weight of Type "F"mixture be
less than 35 pounds nor more than 50 pounds per square yard of surfacing.
6. While still hot, and as soon as it will bear roller without undue displacement or
hair cracking, compress surface thoroughly and uniformly with an acceptable
power-driven 3-wheel roller weighing not less than 10 tons. Weight on two rear
wheels of roller obtained by power-driven tandem roller weighing not less than
eight tons.
a. Start rolling longitudinally at sides and proceed toward center of pavement,
overlapping on successive trips by at least one-half of width of rear wheels.
Alternate trips of roller to be slightly different in length. If necessary, subject
pavement to diagonal rolling in each direction with tandem roller; second
diagonal crossing lines of first. If width of pavement permits, roll at right
angles to center line.
b. Continue rolling until no further compression can be obtained and roller
marks are eliminated, and at rate of not more than 20 tons of mixture per
hour for each roller used.
c. Motion of roller to be slow enough to avoid displacement of hot mixture.
Correct any displacement occurring as a result of reversing direction of
roller, or any other cause, by use of rakes and of fresh mixture where
required. Roller must not stand on completed pavement which has not
cooled to normal atmospheric temperature. To prevent adhesion of surfacing
mixture to roller, keep wheels moistened with water; but an excess of water
will not be permitted.
7. Along curbs, headers, and similar structures, and at places not accessible to roller,
or in such positions as will not allow thorough compaction with roller, compact
mixture thoroughly with lightly oiled tamps.
K3303 - 6/7
Std. 10/13/2005
8. Surface of pavement after compression to be smooth and true and conform to line,
grade and typical cross-sections shown. No deviation in excess of 1/8 inch per
foot from nearest point of contact when surface is tested with a standard 10-foot
straight-edge laid parallel to center line of roadway. Maximum ordinate measured
from face of straight-edge not in excess of 1/4 inch at any point. Immediately
correct any areas of surface not meeting these requirements.
a. Roll mixtures until course is unyielding and true to established grade and
cross-section.
9. Place surface course as nearly continuous as possible. Allow roller to pass over
unprotected end of freshly laid mixture only when laying of course is
discontinued for such length of time as to permit mixture to become chilled. In
such cases, when work is resumed, material laid must be either cut back so as to
produce a slightly beveled edge for full thickness of course or make a suitable lap
joint.
a. Remove old material which has been cut away and lay new mix against fresh
cut. If desired, a stout rope may be stretched across pavement where joint is
to be made. When work is resumed, cut materials laid back to rope. Remove
altogether with surplus material, and lay fresh mix against joint thus formed.
b. Hot smoothing irons may be used for sealing joints, but in such cases,
exercise extreme care to avoid burning surface.
10. Except in an emergency, or where shown, open no portion of finished wearing
course to traffic until twelve hours after completion of rolling.
3.02 MEASUREMENT AND PAYMENT
•
A. Measurement: Measure work covered by this Item by ton of 2,000 pounds.
Measurement by weight will be made on truck scales as previously specified.
1. Records will be kept on tare load, total load, and net load of asphaltic concrete for
each load of same.
2. Measure cut-back or emulsified asphalt used in tack coat by gallon of material
actually used on street for this purpose. Measurement taken at point of delivery
on street.
B. Payment: This Item, measured as provided above, will be paid for at unit contract
price bid per ton as set forth in PLANS and PROPOSAL for "Hot Mix Asphaltic
Concrete Surfacing", which price will be full compensation for quarrying, furnishing
all materials, for all heating, mixing, hauling, placing asphaltic mixture, rolling and
finishing, for all labor, tools, equipment, and incidentals necessary to complete the
work, except work and materials involved in application of tack coats.
1. Work and materials incident to application of tack coats performed and measured
as prescribed above will be paid for at contract unit price bid per gallon for"Tack
Coat', which price will be full compensation for preparation of existing base
course or pavement, furnishing all materials, all hauling, heating, manipulation,
and for all labor, tools, equipment, and incidentals necessary to satisfactorily
apply tack coats.
K3303 - 7/7
4122
Special Specification 4122 *®
Texas nt
Thermoplastic Pipe � to
of Transportation
1. DESCRIPTION
Furnish and install thermoplastic pipe for constructing thermoplastic pipe culverts. Provide pipes of the sizes,
types,design,and dimensions shown on the plans including the connections and joints to new or existing
pipes,sewer,manholes, inlets,headwalls, and other appurtenances as required to complete the work.
2. MATERIALS
Furnish materials in accordance with the following:
• Item 400,"Excavation and Backfill for Structures,"
• Item 401,"Flowable Backfill,"and
• Item 467,"Safety End Treatment."
Unless otherwise specified on the plans or in this Item,provide thermoplastic pipe and joint fittings that
conform to the following:
2.1. High Density Polyethylene(HDPE)Pipe.
2.1.1. General. Provide high density polyethylene pipe and fittings meeting the requirements in AASHTO M 294.
2.1.2. Raw Materials. Provide HDPE pipes and fittings manufactured from virgin polyethylene(PE)compounds,
conforming to the requirements of cell class 335400C as defined and described in ASTM D 3350,except that
the maximum allowable carbon black content is 4%. Use PE compound meeting the environmental stress
crack resistance according to the NCLS test set forth in AASHTO M 294.
2.1.3. Designation of Type. For HDPE pipes used in gravity flow drainage applications, use Type S(outer
corrugated wall with smooth inner liner)or Type D(inner and outer smooth walls braced circumferentially or
spirally with projections or ribs).
2.1.4. Section Properties.The minimum wall thickness of the inner walls of Type S pipe and inner the outer walls
of Type D pipe is specified in Section 7.2.2 of AASHTO M 294.The pipe stiffness at 5%deflection,when
determined in accordance with ASTM D 2412, is specified in Section 7.4 of AASHTO M 294.
2.2. Polyvinyl Chloride(PVC)Pipe.
2.2.1. General. Provide polyvinyl chloride pipes and fittings meeting the requirements of ASTM F 949.
2.2.2. Raw Materials. Provide PVC pipes and fittings manufactured from PVC compounds which conform to the
requirements of cell class 12454as defined and described in ASTM D 1784.
2.2.3. Section Properties.The minimum wall thickness is specified in ASTM F 949,Table 1.The pipe stiffness at
5%deflection,when determined in accordance with ASTM D 2412, is specified in ASTM D 2412,Table 1.
Ensure the manufacturer performs the appropriate test procedures on representative samples of each type of
pipe furnished,and verifies that the pipe complies with the specifications. Submit a certificate of compliance
to the Engineer for review and approval. Provide a certificate including the following information:
manufacturing plant,date of manufacture, pipe unit mass,material distribution, pipe dimensions,water inlet
area, pipe stiffness, pipe flattening, brittleness,ASTM resin cell classification,and workmanship.
1 -5 08-18
Statewide
4122
2.3. Polypropylene Pipe.
2.3.1. General. Provide polypropylene pipe and fittings meeting the requirements of AASHTO M330.
2.3.2. Raw Materials. Provide polypropylene compounds used to manufacture the pipe and fittings that meet the
minimum properties in Section 6.1.1 of AASHTO M330. .
2.3.3. Designation Type: For polypropylene pipes used in gravity flow drainage applications use Type S(outer
corrugated wall with smooth inner liner)or Type D(inner and outer smooth walls braced circumferentially or
spirally with protections or ribs).
2.3.4. Section Properties. Provide the minimum wall thickness of the inner walls for Type S pipe and both the
inner and outer walls of Type D pipe that meet the requirements in Section 7.2.2 of AASHTO M330. The
pipe stiffness at 5%deflection will meet the requirements in Section 7.4 of AASHTO M330.
2.4. Testing: Ensure the manufacturer performs the appropriate test procedures on representative samples of
each type of pipe furnished,and verifies that the pipe complies with the specifications. Submit a certificate of
compliance to the Engineer for review and approval. Provide a certificate including the following information:
manufacturing plant,date of manufacture, pipe unit mass,material distribution, pipe dimensions,water inlet
area,pipe stiffness,pipe flattening, brittleness,ASTM resin cell classification,and workmanship.
2.5. Inspection.The quality of materials,the process of manufacture, and the finished pipe will be subject to
inspection and approval by the Engineer at the manufacturing plant. In addition,the finished pipe will be
subject to further random inspection by the Engineer at the project site before and during installation.
2.6. Marking. Furnish pipe clearly marked at maximum 12 ft. intervals and clearly mark fittings and couplings as
follows:
• manufacturer's name or trade mark,
• nominal size,
• specification designation(e.g.AASHTO M 294,ASTM F 949,AASHTO M330),
• plant designation code,and
• date of manufacture.
2.7. Joints. Install the joints so that the connection of the pipe sections forms a continuous line free from
irregularities in the flow line.
Suitable joints are the following:
• Integral Bell and Spigot. Ensure the bell overlaps a minimum of 2 corrugations of the spigot end when
fully engaged. Ensure the spigot end has an 0-ring gasket that meets ASTM F 477.
• Exterior Bell and Spigot. Fully weld the bell to the exterior of the pipe and overlap the spigot end so that
the flow lines and ends match when fully engaged. Provide the spigot end with an 0-ring gasket that
meets ASTM F 477.
Joint type definitions are the following:
• Soiltight Joints.Joints meeting the soiltightness definition in accordance with AASHTO Standard
Specifications for Highway Bridges, Section 26.4.2.4.
• Watertight Joints.Joints meeting the requirements of ASTM D 3212.
If no joint type is specified, provide a watertight joint.
2-5 08-18
Statewide
4122
3. END SECTIONS
For pipe installations beneath and adjacent to roadways, provide Type II Precast Safety End Treatments.
For cross drainage structures use TxDOT's PSET-SC standard and for parallel drainage structures use
TxDOT's PSET-SP standard.
4. CONSTRUCTION
Construct the pipe at locations shown on the plans or as directed. Only trench installation of thermoplastic
pipe will be permitted.
4.1. Excavation. Excavate in accordance with Item 400,"Excavation and Backfill for Structures."
Provide enough trench width for the pipe installation and to ensure enough working room to properly and
safely place and compact materials placed under haunches of the pipe and other embedment materials.
Provide a space between the pipe and trench wall that is greater than that of the compaction equipment used
in the pipe zone.
When using Type I backfill,the minimum allowable trench width is the pipe outside diameter plus 12 in.
When using Type II or Type III backfill,the minimum allowable trench width is specified in Table 2.
Table 2
Minimum Trench Width
Nominal Pipe Diameter(in.) Minimum Trench Width(in.)
18 39
24 48
30 57
36 66
42 75
4.2. Installing Pipe in Embankment. If any portion of the pipe projects above the existing ground level, construct
an embankment as shown on the plans or as directed,for a minimum distance outside each side of the pipe
location of 5 times the diameter and to a minimum elevation of 2 ft.above the top of the pipe. Next,excavate
the trench to a width as specified in Section 4.1. In areas with a high water table, install the thermoplastic
pipe in accordance with the manufacturer's recommendations to prevent pipe floatation.
4.3. Shaping and Bedding. Bed the pipe in a foundation of compacted cohesionless material,such as sand,
crushed stone,or pea gravel,with a maximum allowable size of 3/8 in. Extend this material a minimum of 6
in. below the outermost corrugations or ribs,and carefully and accurately shape it to fit the lowest part of the
pipe exterior for a minimum of 10%of the overall height.When requested by the Engineer,furnish a template
for each size and shape of pipe to be placed for use in checking the shaping of the bedding. Provide a
template consisting of a thin plate or board cut to match the lower half of the cross section of the pipe.
4.4. Handling and Storing Pipe.Store pipe above ground on adequate blocking.Always keep pipe clean and
fully drained during storage. Store the PVC pipe and fittings out of direct sunlight. Handle and store
thermoplastic pipe in accordance with the pipe manufacturer's instructions.Provide proper facilities for
hoisting and lowering the pipe into the trench without damaging the pipe or disturbing the bedding or the
walls of the trench.
4.5. Laying Pipe. Unless otherwise authorized,start laying pipe on the bedding at the outlet end with the
separate sections firmly joined together. Hoist and lower sections of pipe into the trench without damaging
the pipe or disturbing the bedding or the sides of the trench. Remove and re-lay any pipe that is not in
alignment or that shows excessive settlement after laying,at no expense to the Department.
3-5 08-18
Statewide
4122
Lay multiple installation of thermoplastic pipe with the centerlines of the individual barrels parallel. Unless
otherwise shown on the plans, maintain the clear distances between outer surfaces of adjacent pipes shown
in Table 3.
Table 3
Minimum Clear Distance Between Pipes
Nominal Pipe Diameter(in.) Min.Clear Distance Between Pipes(in.)
18 14
24 17
30 20
36 23
42 26
4.6. Reusing Existing Appurtenances.When existing appurtenances are specified on the plans for reuse,
sever the portion to be reused from the existing culvert and move it to the new position previously prepared,
by approved methods.
Provide connections conforming to the requirements for joining sections of pipes as indicated in this
specification or as shown on the plans. Restore any headwalls and any aprons or pipes attached to the
headwall that are damaged during moving operations,to their original condition,at no expense to the
Department.The Contractor has the option to remove and dispose of the existing headwalls and aprons and
construct new headwalls at no expense to the Department,in accordance with the pertinent specifications
and design indicated on the plans or as furnished by the Engineer.
4.7. Sewer Connections and Stub Ends. Make connections of pipe sewer to existing sewers or sewer
appurtenances as shown on the plans or as directed. Mortar or concrete the bottom of the existing
structures, if necessary,to eliminate any drainage pockets created by the new connection.Where the sewer
is connected into existing structures which are to remain in service, restore any damage to the existing
structure resulting from making the connection to the satisfaction of the Engineer. Seal stub ends,for
connections to future work not shown on the plans, by installing watertight plugs into the free end of the pipe.
Include the cost for the above in cost of the pipe.
4.8. Backfilling. Backfill from the pipe bedding up to 1 ft.above the top of the pipe to provide necessary
structural support to the pipe and control pipe deflection.Take care when placing and compacting the backfill
material. Provide uniform backfill material and uniform compacted density throughout the length of the pipe,
to avoid unequal pressure. Use care to ensure proper backfill under the pipe,in the haunch zone.
Provide backfill material meeting the following specifications:
• Type I—Provide backfill consisting of flowable fill in accordance with Item 401,"Flowable Backfill."Place
the flowable backfill across the entire width of the trench and maintain a minimum depth of 12 in.above
the pipe.Wait a minimum of 24 hr. before backfilling the remaining portion of the trench with other
backfill material in accordance with Item 400,"Excavation and Backfill for Structures."
• Type II—Provide backfill consisting of cement stabilized backfill in accordance with Section 400.3.3.4,
"Cement Stabilized Backfill."Place and compact cement stabilized backfill to completely fill any voids.
• Type III—Provide backfill consisting of hard,durable,clean granular material that is free of organic
matter,clay lumps,and other deleterious matter. Provide backfill meeting the gradation requirements
shown in Table 4. Place the backfill material along both sides of the completed structure to a depth of 12
in.above the pipe. Place the backfill in uniform layers a minimum 6 in.deep(loose measurement),wet if
required,and thoroughly compact it between adjacent structures and between the structure and the
sides of the trench. Until a minimum cover of 12 in. is obtained,only hand-operated tamping equipment
will be allowed within vertical planes 2 ft. beyond the horizontal projection of the outside surfaces of the
structure. If using Type III backfill, place filter fabric between the native soil and the backfill. Use filter
fabric conforming to the requirements of DMS-6200, "Filter Fabric,"Type 1.
4-5 08-18
Statewide
4122
Table 4
Gradation Requirements for Type Ill Backfill Material
Sieve Size Percent Retained
(Cumulative)
1 in. 0-5
7/8 in. 0-35
1/2 in. 0-75
3/8 in. 0-95
No.4 35-100
No.10 50-100
No.200 90-100
4.9. Protecting the Pipe. Unless otherwise shown on the plans or permitted in writing,do not use heavy earth-
moving equipment over the structure until a minimum of 4 ft.of permanent or temporary compacted fill is
placed over the top of the structure.
Before adding each new layer of loose backfill material,until a minimum of 12 in.of cover is obtained,an
inspection will be made of the inside periphery of the structure for local or unequal deformation caused by
improper construction methods. Evidence of such will be reason for corrective measures as may be directed.
Remove and replace pipe damaged by the Contractor at no expense to the Department
5. MEASUREMENT
This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along
the flow line, not including safety end treatments.Safety end treatments will be measured in accordance with
Item 467,"Safety End Treatment."Measurement of spurs,branches,or connections to existing pipe will be
made from the intersection of the flow line with the outside surface of the pipe into which it connects.
Where inlets,headwalls,catch basins,manholes,junction chambers,or other structures are included in lines
of pipe,the length of pipe tying into the structure wall will be included for measurement, but no other portion
of the structure length or width will be included.
For multiple pipes,the measured length will be the sum of the lengths of the barrels.
This is a plans quantity measurement Item.The quantity to be paid for is the quantity shown in the proposal
unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will
be made if adjustments of quantities are required.
6. PAYMENT
The work performed and materials furnished in accordance with this Item and measured as provided under
"Measurement"will be paid for at the unit price bid for"Thermoplastic Pipe"of the size and backfill type
specified. This price is full compensation for furnishing,hauling, placing,and joining pipes;connecting to new
or existing structures; moving and reusing headwalls where required; removing and disposing of portions of
existing structures as required;cutting of pipe ends on skew;and labor,tools,equipment,and incidentals.
Excavation,shaping, bedding,and backfill will be paid for in accordance with Item 400,"Excavation and
Backfill for Structures."
Type I backfill will be paid in accordance with Item 401,"Flowable Backfill."
Safety end treatment will be paid for in accordance with Item 467,"Safety End Treatment."
5-5 08-18
Statewide
JOB NO CPA-1100 DATE: JUNE 2023
SPECIAL PROVISION NO. 1
TO
ITEM NO. J3045
1. Delete Paragraph 3.08A and 3.08B and replace with the following:
A. Measurement: There will be no separate measurement of the "Trench Safety
System. "
B. There will be no separate payment for the "Trench Safety System." All costs
associated with the "Trench Safety System"shall be included within the unit price
bid for which it is a component part.
Special Provision No. 1 to Item No. J3045
SECTION 10 73 46
PRE-FABRICATED SITE SHELTERS
PART 1 GENERAL
1.1 SUMMARY
A. Design,fabrication,finishing, and delivery of pre-engineered, factory-fabricated site shelters.
B. Site work related to installation, by Contractor or Owner, including:
1. Unloading and temporary storage, if any.
2. Soil testing, if necessary.
3. Site preparation.
4. Column foundations, rebar, anchor bolts, and anchor embedment.
5. Concrete slab and embedment.
6. Erection.
7. Field touch up painting of factory finishes, if necessary.
C. Site access for delivery vehicles to be provided by Owner.
1.2 SYSTEM DESCRIPTION
A. Manufacturer/Installer/Supplier shall be responsible for the design,certification and installation
of the building components and foundation. Design shall meet or exceed applicable building
codes including but not limited to certification of shelter meeting requirements of Texas
Windstorm Insurance. Contractor shall be responsible for certification by a licensed windstorm
inspector and shall certify completed project by applying for a WPI-8 Windstorm Certificate and
showing_evidence of application prior to release of retainage for the project.
B. Pre-fabricated package shall include structural steel framing members, pre-cut roof panels,trim,
and fasteners.
C. All bolts shall be hidden, concealed inside the steel tubes.
D. Fabricator shall be responsible for providing access for all electrical to be concealed inside of
structural members.All exposed conduit must be approved by Architect prior to installation.
Electrical conduit and devices left exposed shall be removed and reinstalled if they have not been
approved prior to installation.
E. Field labor required to install the pre-fabricated parts. Onsite welding shall not be required or
permitted.
1.3 REFERENCES
A. American Society of Testing Material (ASTM)
1. ASTM A325 -Standard Specification for Structural Bolts, Steel, Heat Treated
SECTION 10 73 46 - 1
2. ASTM A500 -Standard Specification for Cold-Formed Welded and Seamless Carbon Steel
Structural Tubing in Rounds and Shapes
3. ASTM A563 -Standard Specification for Carbons and Alloy Steel Nuts
4. ASTM A572 -Standard Specification for High-Strength Low-Alloy Columbium-Vanadium
Structural Steel
5. ASTM F1554—Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield
Strength
B. American Institute of Steel Construction (AISC)
C. American Welding Society (AWS)
D. Steel Structures Painting Council (SSPC); SSPC-SP10- Near-White Blast Cleaning
E. Leadership in Energy and Environmental Design (LEED)
F. OSHA Standards 29 CFR, Part 1926, Subpart R (Steel Erection), Standard Number 1926.755:
Compliance requires a minimum of four anchor bolts per column.
G. Texas Windstorm Certification, issuance of a WPI-8 certification.
1.4 QUALITY ASSURANCE
A. Designer Qualifications: Design under direct supervision of a Professional Engineer experienced in
design of this type of work and licensed in the State where the Project is located.
B. Manufacturer Qualifications: Company experienced in design and manufacture of shelters of the
type specified, and having the following:
1. Minimum five years of experience in design and fabrication of pre-fabricated steel shelters.
2. Three references of similar shelters completed within the past year.
3. Fabricator membership in American Institute of Steel Construction (AISC), requiring quality
control documentation and procedures. Provide current AISC shop certification upon
request.
4. All welding to be performed to AWS standards by AWS certified welders. Provide welding
certification upon request.
C. Perform the work in accordance with applicable federal, State, and local building and safety codes
and regulations.
1.5 SUBMITTALS
A. Minimum 5 sets of shop drawings, showing all details of construction, including foundation sizes,
reinforcement, and locations.
1. Provide the licensed professional engineer's state stamp or seal on the shop drawings.
2. Provide the licensed professional engineer's state stamp or seal on the structural calculations
and foundation design.
3. Provide the licensed professional engineer's state stamp or seal who is responsible for
application for WPI-8 Windstorm certification.
SECTION 10 73 46-2
B. Selection Samples: For each finish product specified, color charts representing manufacturer's full
range of available colors.
C. Warranty
1. Provide minimum five year frame warranty against manufacturer defects.
2. Provide roofing manufacturer's limited warranty.
1.6 DELIVERY, STORAGE, AND PROTECTION
A. Package factory-finished steel components in foam, cardboard, and stretch wrap to protect the
finish during transit.
B. Shipped knocked down for minimal shipping charges.
C. Deliver products to project site in manufacturer's protective packaging.
D. Follow shelter manufacturer's recommendations and instructions, including those printed on the
shop drawings. To minimize damage during unloading, use only padded forks or non-marring slings.
E. Store products in manufacturer's unopened packaging well off the ground and covered out of
weather until ready for installation.
PART 2 PRODUCTS
2.1 GENERAL
A. Model: TS-OCT24-2T-05-3ROC-SSM-C4: 24' Dia. Steel Two-Tiered Octagon Shelter w/Rails on 3
sides, Overhead Ornamentation, C4 Quad Columns w/Corbels, Standing Seam Metal Roofing&
Cupola, as manufactured by RCP Shelters, Inc.
B. Size and dimensions
1. Shape: octagon
2. Dimensions: 24' diameter- reference preliminary drawings
3. Roof Style: double octagonal hip
4. Roof Pitch: 5:12
5. Eave Height: 1st tier: 7'-6", 2"d tier: 12'-0"
6. Quantity: One (1)
C. Approved Manufacturer:
i. RCP Shelters, Inc.
2. Representative: Ryan Slott, Kraftsman
3. 19535 Haude Road, Spring,TX 77388.
4. Toll Free: 1-800-451-4869
5. Website: www.kraftsmanplay.com
6. Email: rvans@kraftsmanplav•com
SECTION 10 73 46-3
D. Substitutions: Products other than specified must request and receive approval in writing by
addendum at least ten (10) days prior to the bid date. See Instructions to Bidders for further
instructions.
2.2 STEEL STRUCTURAL COMPONENTS
A. Structural Framing: fabricated for field assembly using bolted connections with no welding
required or permitted; cold-formed shapes prohibited.
1. Columns & Beams: ASTM A500 Grade C structural steel tube. The following shapes are
prohibited: I-beams, wide-flange beams, C-channels, Z-shapes.
2. Plates: ASTM A572 Grade 50.
3. Compression Ring: steel plate, ASTM A572 Grade 50.
4. Fasteners
a. Bolts: ASTM A325 high strength bolts.
b. Nuts: ASTM A563 high strength nuts.
5. Column Anchors: ASTM F1554 Grade 36, provided by Contractor or Owner, attached to top
of foundation, recessed below slab on grade.
6. Cap plates: factory bent and field installed with hidden fasteners on hip and ridge beams not
normal to roof so that metal roof deck does not bear structurally on beam corner only
7. Finish: Powder Coat
a. Pre-blast inspection to catch and remove oil, grease, and other coatings impeding
contaminants
b. Steel grit blasted to near white condition in accordance with SSPC-SP10, removing all
oil residue, mil scale, weld spatter, and slag
c. Five stage phosphate wash (includes detergent, phosphate, rust protectant sealant)
d. Epoxy powder coat primer
e. Double topcoat TGIC polyester powder coat; color to be selected from manufacturer's
standard color chart by Owner.
f. Primer plus finish coats shall be 7-12 mils thick
g. All materials inspected to meet 100%coating, proper cure, film thickness, and impact
resistance
h. Wet-coat alternatives shall not be acceptable.
B. Roof System: Kynar finish, Standing seam structural metal roof panels with concealed fasteners.
1. Acceptable Panel Profiles:
a. Medallion-Lok—Kynar finish panels with 1-3/4" high ribs, 12" on center.
2. Panel Gauge: minimum 24-gauge.
3. Panel Width: 11-0".
4. Panel Length: Precut to the length from the eave to the ridge; angles field cut.
5. Panel Orientation: Ribs shall run with the pitch of the roof for proper drainage.
6. Trim: Provide matching roof trim and fasteners.
7. Finish: Factory pre-finished with Kynar 500® paint system; color to be selected by Architect
from standard color chart.
PART 3 EXECUTION
3.1 EXAMINATION
SECTION 10 73 46 -4
A. Verify that site earthwork has been performed as required for satisfactory installation.
3.2 PREPARATION
A. Install footings and column anchors of size, design, and location as specified by shelter
manufacturer on approved shop drawings.
3.3 INSTALLATION
A. Perform installation in accordance with applicable federal, State, and local building and safety
codes.
B. Structural special inspections, if required, are to be arranged and paid for by the Contractor or
Owner.
C. Install shelter in accordance with manufacturer's approved shop drawing and good construction
practices.
D. Install slab in accordance with shelter manufacturer's shop drawings. Slab perimeter dimensions
determined by Owner.
3.4 CLEANING AND PROTECTION
A. Clean installed work to like-new condition.
B. Protect installed products until completion of project.
C. Touch-up, repair, or replace damaged finishes before Substantial Completion. Touch up paint
provided by manufacturer.
END OF SECTION
SECTION 10 73 46-5
SECTION 32 13 73— LANDSCAPE JOINT
SEALERS PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Joint backup materials.
2. Joint sealers.
B. Related Sections:
1. Division 01: Administrative, procedural, and temporary work requirements.
2. Section 32 13 13 - Landscape Concrete Paving
1.2 REFERENCES
A. ASTM International (ASTM):
1. C804 - Standard Practice for Use of Solvent-Release Type Sealants.
2. C920 - Standard Specification for Elastomeric Joint Sealants.
3. C1330 - Standard Specification for Cylindrical Sealant Backing for Use
with Cold Liquid Applied Sealants.
4. C1193-05a Standard Guide for Use of Joint Sealants.
1.3 SUBMITTALS
A. Submittals for Review:
1. Product Data: Indicate sealers, primers, backup materials,
bond breakers,and accessories proposed for use.
2. Samples:
a. 1/2 x 1/2 x 3 inch long joint sealer samples showing available colors.
b. 6 inch long joint backup material samples.
B. Mock-up:
1. Size: As indicated on the drawings for associated materials.
2. Show:
a. Color
3. Locate as directed.
1.4 PROJECT CONDITIONS
A. Do not apply sealers at temperatures below 40 degrees F unless
approved by sealer manufacturer.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Acceptable Manufacturers:
1. BASF Building Systems.
2. Dow Corning Corp.
3. GE Silicones.
4. Pecora Corp.
5. Sika Corp.
6. Tremco, Inc.
B. Substitutions: Under provisions of Division 01.
2.2 MATERIALS
A. Joint Sealer Type 1: Joints in horizontal surfaces subject to pedestrian or vehicular
traffic
1. ASTM C920, Grade P, multiple component polyurethane type, self-
LANDSCAPE JOINT 32 13 73 - 1
leveling and slope grades.
2. Movement capability: Plus or minus 50 percent.
3. Color: To be selected from manufacturer's full color range.
4. Uses: Joints in horizontal surfaces subject to pedestrian or vehicular traffic.
B. Joint Sealer Type 2:
1. ASTM C920, Grade NS, single component silicone type, non sag.
2. Movement capability: Plus or minus 50 percent.
3. Color: To be selected from manufacturer's full color range.
4. Uses: Joints in vertical surfaces.
C. Joint Sealer Type 3:
1. ASTM C920, Grade NS, single component polyurethane type, non
sag,recommended by manufacturer for continuous water immersion.
2. Movement capability: Plus or minus 25 percent.
3. Color: To be selected from manufacturer's full color range.
4. Uses: Joints in water features.
2.3 ACCESSORIES
A. Primers, Bondbreakers, and Solvents: As recommended by sealer manufacturer.
B. Joint Backing:
1. ASTM C1330, closed cell polyethylene foam, preformed round joint
filler, non absorbing, non staining, resilient, compatible with sealer and
primer, recommended by sealer manufacturer for each sealer type.
2. Size: Minimum 1.25 times joint width.
2.4 MIXES
A. Mix multiple component sealers in accordance with manufacturer's instructions.
1. Mix with mechanical mixer; prevent air entrainment and overheating.
2. Continue mixing until color is uniform.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that substrate surfaces are ready to receive work
B. Examine joints for defects that would adversely affect quality of installation.
C. Verify that masonry and concrete have cured 28 days minimum.
D. Verify that joint backing and release tapes are compatible with sealant.
E. Do not proceed until defects ate corrected.
3.2 PREPARATION
A. Remove loose and foreign matter that could impair adhesion. If surface has
been subjectto chemical contamination, contact sealer manufacturer for
recommendation.
B. Clean and prime joints in accordance with manufacturer's instructions.
C. Protect adjacent surfaces with masking tape or protective coverings.
D. Sealer Dimensions:
1. Minimum joint size: 1/4 x 1/4 inch.
2. Joints 1/4 to 1/2 inch wide: Depth equal to width.
3. Joints over 1/2 inch wide: Depth equal to one half of width.
3.3 APPLICATION
A. Apply products in accordance with manufacturer's instructions.
B. Perform installation in accordance with ASTM C804 and ASTM C1193-05a.
C. Install joint backing to maintain required sealer dimensions. Compress
LANDSCAPE JOINT 32 13 73 - 2
backing approximately 25 percent without puncturing skin. Do not twist or
stretch.
D. Use bondbreaker tape where joint backing is not installed.
E. Fill joints full without air pockets, embedded materials, ridges, and sags.
F. Tool sealer to smooth profile.
G. Apply sealer within recommended temperature range. Consult
manufacturer when sealer cannot be applied within these temperature
ranges.
3.4 CLEANING
A. Remove masking tape and protective coverings after sealer has cured.
B. Clean adjacent surfaces.
3.5 PROTECTION OF FINISHED WORK
A. Protect sealants until cured.
END OF SECTION 07 9210
LANDSCAPE JOINT 32 13 73 - 3
SECTION 02 41 13— LANDSCAPE DEMOLITION
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Selective demolition of built site elements.
B. Abandonment and removal of existing utilities and utility structures.
1.02 RELATED SECTIONS
A. Section 01 1100 - Summary: Limitations on Contractor's use of site and premises.
B. Section 01 1100 - Summary: Sequencing and staging requirements.
C. Section 01 1100 - Summary: Description of items to be salvaged or removed for re-use by
Contractor.
D. Section 01 5000 -Temporary Facilities and Controls: Site fences, security, protective barriers,
and waste removal.
E. Section 01 5750 - Temporary Erosion and Sedimentation Control.
F. Section 01 7000 - Execution Requirements: Project conditions; protection of bench marks,
survey control points, and existing construction to remain; reinstallation of removed products.
G. Section 31 2200 - Grading: Topsoil removal.
1.03 REFERENCES
A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition.
B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations;
current edition.
1.04 SUBMITTALS
A. See Section 01 3300 -for submittal procedures.
B. Project Record Documents: Accurately record actual locations of capped and active utilities and
subsurface construction.
1.05 PROJECT CONDITIONS
A. Minimize production of dust due to demolition operations; do not use water if that will result in
ice, flooding, sedimentation of public waterways or storm sewers, or other pollution.
B. Comply with other requirements specified in Section 01 7000.
PART 2 PRODUCTS
2.01 MATERIALS
A. Fill Material: As specified in Section 31 3010 - Fill and Backfill
PART 3 EXECUTION
3.01 SCOPE
A. Remove portions of existing landscaping as shown on plans
B. Fill excavations, open pits, and holes in ground areas generated as result of removals, using
02 41 13 - 1
LANDSCAPE DEMOLITION
specified fill; compact fill as required so that required rough grade elevations do
not subside within one year after completion.
3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS
A. Comply with applicable codes and regulations for demolition operations and
safety of adjacent structures and the public.
1. Obtain required permits.
2. Comply with applicable requirements of NFPA 241.
3. Take precautions to prevent catastrophic or uncontrolled collapse of
structures to be removed; do not allow worker or public access
within range of potential collapse of unstable structures.
4. Provide, erect, and maintain temporary barriers and security devices.
5. Use physical barriers to prevent access to areas that could be hazardous
to workers or the public.
6. Conduct operations to minimize effects on and interference with
adjacentstructures and occupants.
7. Do not close or obstruct roadways or sidewalks without permit.
8. Conduct operations to minimize obstruction of public and private
entrances and exits;do not obstruct required exits at any time; protect
persons using entrances and exits from removal operations.
9. Obtain written permission from owners of adjacent properties when
demolition equipment will traverse, infringe upon or limit access to their
property.
B. Do not begin landscape demolition until receipt of notification to proceed from Owner.
C. Do not begin plant material removal until plantings to be salvaged or relocated have been
removed.
D. Do not begin removal until vegetation to be relocated has been
removed and specified measures have been taken to protect
vegetation to remain.
E. Protect existing structures and other elements that are not to be removed. Reference civil
specifications.
F. If hazardous materials are discovered during removal operations, stop work
and notify Design consultant and Owner; hazardous materials include
regulated asbestos containing materials, lead, PCB's, and mercury.
G. Hazardous Materials: Comply with 29 CFR 1926 and state and local regulations.
H. Partial Removal of Paving and Curbs: Reference civil specifications
3.03 EXISTING UTILITIES
A. Coordinate work with utility companies; notify before starting work and
comply with their requirements; obtain required permits.
B. Protect existing utilities to remain from damage.
C. Do not disrupt public utilities without permit from authority having jurisdiction.
D. Do not close, shut off, or disrupt existing life safety systems that are in use
without at least7 days prior written notification to Owner.
E. Do not close, shut off, or disrupt existing utility branches or take-offs that are
in use without at least 3 days prior written notification to Owner.
F. Locate and mark utilities to remain; mark using highly visible tags or flags, with
02 41 13 -2
LANDSCAPE DEMOLITION
identification of utility type; protect from damage due to subsequent
construction, using substantial barricades if necessary.
1. shall be responsible to notify Texas One Call (800-245-4545) a minimum
of 72 hours prior to initiation of any demolition of excavation activity.
G. Remove exposed piping, valves, meters, equipment, supports, and foundations
of disconnected and abandoned utilities.
1. Note dimensioned locations of underground abandoned items left in
place on record drawings.
3.04 SELECTIVE DEMOLITION FOR ALTERATIONS
A. Drawings showing existing construction and utilities are based on casual field
observation and existing record documents only; casual field observation only;
existing record documents only.
1. Verify that construction and utility arrangements are as shown.
2. Report discrepancies to Civil Engineer before disturbing existing installation.
3. Beginning of demolition work constitutes acceptance of existing conditions.
B. Separate areas in which demolition is being conducted from other areas that are still
occupied.
1. Provide, erect, and maintain temporary dustproof partitions of
construction specified in Section 01 5000.
C. Remove existing work as indicated and as required to accomplish new work.
1. Remove landscape items indicated on drawings.
D. Protect existing work to remain.
1. Repair adjacent construction and finishes damaged during landscape removal work.
2. Patch as specified for patching new work.
3.05 DEBRIS AND WASTE REMOVAL
A. Remove debris,junk, and trash from site.
B. Leave site in clean condition, ready for subsequent work.
C. Clean up spillage and wind-blown debris from public and private lands.
END OF SECTION
02 41 13 - 3
LANDSCAPE DEMOLITION
SECTION 12 93 00—SITE FURNISHINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Park Benches
2. Trash Cans
B. Related Sections:
1. Division 01: Administrative, procedural, and temporary work requirements.
1.2 SUBMITTALS
A. Submittals for Review:
1. Shop Drawings
2. Product Data: Manufacturer's descriptive data.
PART 2 - PRODUCTS
2.1 MANUFACTURED UNITS
A. Bench: 6' black slat, powder coated finish manufactured by Wabash Valley. Model
Estate model # ES520, surface mounted. Distributed by BJ's Parks and Recreation
Products (281)-356-2110 or approved equal.
B. Trash Receptacles: Model #TJ3B43P. 32-gallon, black power coated finish, surface
mounted receptacle with optional side-opening. Distributed by BJ's Parks and
Recreation Products (281)-356-2110 or approved equal.
3
3.1 ACCESSORIES
A. Anchors: Type best suited to application; stainless or corrosion resistant
coated steel with vandal resist heads.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install furnishings in accordance with manufacturer's instructions and
approved Shop Drawings.
B. Set plumb, level, and rigid.
END OF SECTION
SITE FURNISHINGS 12 93 00 - 1
SECTION 31 22 00 - LANDSCAPE GRADING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Cutting and grading of site.
B. Related Sections:
1. Division 01: Administrative, procedural, and temporary work requirements.
PART 1 - PRODUCTS
Not Used
PART 1 - EXECUTION
1.1 CUTTING AND GRADING
A. Excavate subsoil to permit placement of structures, paving, and site
improvement, and from areas to be regraded.
B. Uniformly grade areas to smooth surface at required grades and elevations.
Adjust contours to eliminate water ponding and provide positive drainage.
Make grade changes gradually. Blend slopes into level areas.
C. Leave areas to receive planting bed mix to a depth indicated in Section 32
93 00- Planting below final required grade.
D. Tolerances: Within plus or minus 1 inch of required subgrade eleveation.
1.2 CLEANING
A. Remove surplus materials and those not suitable for reuse from site.
1.3 PROTECTION
A. Protect graded areas from traffic and erosion; keep free of trash and debris.
B. Repair settled, eroded, or rutted areas.
END OF SECTION 31 22 00
LANDSCAPE GRADING 32 22 00 - 1
SECTION 32 01 90.33 - TREE PROTECTION
PART 1: GENERAL
1.1 Section Includes
A. The scope of work includes all labor, materials, tools, equipment, transportation and services
necessary for, and incidental to, performing all operations in connection with protection of existing
trees as shown on the drawings and specified herein.
1. Work will include, but is not limited to
a. Preconstruction evaluation of existing trees
b. Provide tree protection fencing.
c. Provide tree armor.
d. Tree pruning.
e. Maintenance of existing trees for the duration of construction, including watering and
fertilization.
f. Protection fencing and tree armor removal.
g. Clean up and disposal of excess material and debris from tree removal and
maintenance.
1.2 Related Work
A. The requirements of the "General and Supplementary Conditions of the Contract" and Division 1
specification sections will apply to all work of this Section with the same force and effect as
though repeated in full herein.
1. General Scope of Work and Requirements.
2. Landscape Planting: Section 32 93 00.
1.3 References
A. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)
1. ANSI Z60.1-2014: American Standard for Nursery Stock
2. ANSI Z133.1 (current version): American National Standard for Arboricultural Operations—
Safety Requirements
3. ANSI A300 (current version): Tree, Shrub and Other Woody Plant Maintenance Standard
Practices.
1.4 Governing Standards
A. Work procedures will be guided by the current provisions of the American National Standard
Institute. Complete details of the provisions are to be found in the references listed. The two basic
objectives of the pruning operation will include:
1. Hazard Reduction Pruning: Hazard reduction pruning will be completed to remove visible
hazards in a tree. Hazard pruning will consist of one or more of the maintenance pruning
types.
2. Maintenance Pruning: Maintenance pruning will be completed to maintain and improve tree
health and structure and includes hazard reduction pruning.
1.5 Description of Work
A. Contractor will employ a certified Arborist to monitor construction activities that impact trees,
pruning and feeding. Arborist is to be acceptable to the Owner's Representative.
B. Arborist will have the following minimum qualifications:
1. Membership in:
2. TCIA: Tree Care Industry Association
3. ISA: International Society of Arborists
4. Meet state requirements for insurance.
5. Licensed for application and use of pesticides.
6. Bonded.
1.6 Definitions
TREE PROTECTION 32 01 90.33 - 1
A. Diameter breast height (DBH): The average cross-sectional measurement of the trunk of an
existing tree at four and one-half (4-1/2) feet above grade. For multi-trunk species, this
measurement will be based on the measured diameter of the main trunk taken four and one-half
(4-1/2') feet above grade together with one-half (1/2) of the diameter of the remaining trunks
measured at the same height.
B. Root protection zone (RPZ): an area defined by a radius of one foot (1') for each inch of trunk
diameter at breast height (DBH).
C. Dripline: the area directly located under the outer circumference of the tree branches. Typically
indicated as a circle on drawings but may be an irregular shape.
D. Drought: a protracted period of deficient precipitation resulting in extensive damage to plants,
trees, and lawn, resulting in loss.
1.7 Submittals
A. Contractor will be prepared to show receipt, bill of sale, or other documentation as proof of source
for all materials submitted.
B. Contractor will submit:
1. Certification: Copy of Arborist qualifications.
2. Mulch: Label from bag (Supplier's statement of analysis if bulk), and 1-gallon container of
mulch sample.
3. Fertilizer: Label from bag or Supplier's statement of analysis.
4. Tree Armor: Cut sheet of wood and plywood.
5. Irrigation
a. Cut sheet of drip line, valves, filters, air valves, and flush valves.
b. OR
c. Watering schedule if watering will be carried out by hand or truck. Refer to section
3.7 Watering Requirements
1.8 Quality Assurance and Requirements
A. General: Comply with applicable federal, state, county, and local regulations governing,
landscape materials and work.
B. Permits and Fees: The Contractor will obtain and pay for any and all permits and all inspections
as required. Contractor will also be responsible for all fees and costs involved for work.
1. Contractor will comply with City inspector directions with agreement from Landscape
Architect without additional cost to Owner.
C. Ordinances and Regulations: All local, municipal and state laws, rules and regulations governing
or relating to any portion of this work are hereby incorporated into and made a part of these
specifications, and their provisions will be carried out by the contractor. Anything contained in
these specifications will not be construed to conflict with any of the above rules and regulations or
requirements of the same. However, when these specifications and drawings call for or describe
materials, workmanship, or construction of a better quality, higher standard, or larger size than is
required by the above rules and regulations, the provisions of these specifications and drawings
will take precedence.
D. Personnel: Personnel will be supervised by a certified Arborist. Employ only experienced
personnel who are familiar with the required work. Provide adequate supervision by a qualified
foreman with minimum of five years experience.
1.9 Product Delivery, Storage and Handling
A. Deliver packaged materials in containers showing weight, analysis and name of manufacturer.
Protect materials from deterioration during delivery and while stored at site.
1.10 Project Conditions
A. Inspection: Contractor, Arborist and Owner's Representative will review pruning work to be
completed prior to initiating work.
1.11 Schedules
A. The Contractor will begin pruning and tree protection work upon acceptance of the Contract by
the Owner. Arborist will submit a schedule for the work to be performed to the Landscape
Architect for approval.
TREE PROTECTION 32 01 90.33 - 2
1.12 Protection
A. All items required to complete this contract remain the property and responsibility of the
Contractor until final acceptance. Contractor will take adequate precautions to protect all existing
trees scheduled to remain. Cooperate fully with other trades to insure a satisfactory completion.
1.13 Maintenance Service
A. All existing trees to remain within will have (6) inch layer of mulch within the RPZ and tree
protection fencing properly maintained throughout construction work period.
PART 2: PRODUCTS
2.1 Materials
A. Tree Barricade Fencing: Orange fabric or square link construction fencing, four(4)foot
height, high density polyethylene, five (5) to seven (7) year life. Fasten to six (6)foot height
studded T-posts with painted finish for rust protection.
B. Mulch:
1. Mulch will be free of deleterious material and will be stored as to prevent inclusion of
foreign material. Mulch will be double shredded native mulch, manufactured by New
Earth Soils and Compost, San Antonio, TX, 210-661-5180, or approved equal.
2. On-site existing tree mulch: Existing trees that are scheduled to be removed and
removed branches ground/double shredded and debris free may be used in lieu of
manufactured mulch.
C. Tree Wound Paint: Latex-based or commercial paint of standard manufacture specifically
formulated for tree wounds.
D. Fertilizer for Trees: Davey Arbor Green PRO Tree Fertilizer, distributed by Davey Tree, 866-
251-8494, or approved equal.
E. Tree Armor:
1. Wood: SPFA utility grade, 2x4.
2. Plywood: SPFA utility grade, 3/4" thickness.
3. Wire: Annealed steel wire, 16 guage minimum.
F. Irrigation:
1. Trees near the construction area are to be kept watered at a rate of one (1) inch per
week, or as directed by Arborist.
2. Irrigation may be carried out by watering truck, by hand, or by temporary irrigation
system.
3. Drip Irrigation:
a. Rainbird XFS dripline as manufactured by Rainbird Irrigation, Inc., or approved equal.
Contractor will provide all necessary fittings and accessories as required by the
manufacturer for the installation of the product. Drip line will have twelve (12) inches
on center emitters, with 0.9 gph flow rate.
b. Valve: Rainbird pre-assembled valve, filter and pressure regulator control zone kit, or
approved equal.
c. Pressure regulator: Pressure regulator will be low flow for valves less than four and
one-half(4.5) gallons per minute and high flow for valves greater than four and one-
half(4.5) gallons per minute.
d. Air/vacuum relief valve: provide one per zone.
e. Flush valve: provide one per zone.
PART 3: EXECUTION
3.1 Protection for Existing Trees to Remain
A. All existing trees to remain will be protected against damage from construction operations.
Only remove those trees which are explicitly scheduled to be removed per plans. Contractor
will flag trees to remain or to be removed, whichever number is smaller, for review by
Landscape Architect.
B. Trees exposed to construction activity within the dripline or within twenty-five (25)feet of any
TREE PROTECTION 32 01 90.33 - 3
construction activity will have trunks protected with tree armor. See section 3.4 Tree Armor
for requirements.
C. Protect trees that are to remain from the following:
1. Compaction of root area by equipment or material storage; construction materials will not
be stored within tree dripline.
2. No vehicular traffic will occur within the dripline of any tree.
3. Changes in finish grade within the RPZ. The proposed finished grade within the RPZ of
any preserved tree will not be raised or lowered more than three (3) inches. Retaining
methods may be used to protect and/or provide lateral support to the area outside the
RPZ. No soil will be spread, spoiled or otherwise disposed of under tree driplines.
4. Cutting roots by excavating, ditching, etc. Prior to excavation within the tree driplines or
the removal of trees adjacent to other trees that are to remain, make a clean cut between
the disturbed and undisturbed root zones with a rock saw or similar equipment to
minimize root damage.
5. Strangling by tying ropes or guy wires to trunks or large branches.
6. Poisoning by pouring solvents, gas, paint, etc., on or around trees and roots. Dispose of
all chemicals using proper disposal methods.
7. Trunk damage by moving equipment, material storage, nailing or bolting.
8. Damage of branches by improper pruning.
9. Drought from failure to water or by cutting or changing normal drainage pattern past
roots. Contractor will provide means as necessary to ensure positive drainage.
10. Changes of soil pH factor by disposal of lime base materials such as concrete, plaster,
lime treatment at pavement subgrade, etc. When installing concrete adjacent to the root
zone of a tree, use a minimum six (6) millimeter plastic vapor barrier behind the concrete
to prohibit leaching of lime into the soil.
D. Any damage done to existing tree crowns or root systems will be repaired at the direction of
the Arborist to the satisfaction of the Owner, Owner's Representative, or Landscape
Architect. Broken branches will be cut cleanly. Any roots cut will be cut cleanly with a saw or
other approved means.
E. Repairs to trees necessitated by damage caused by Contractor negligence will be completed
at the Contractor's expense. When trees other than those approved for removal are
destroyed, killed, or badly damaged because of construction operations, the contract sum will
be reduced by the value of the tree as determined by using the accepted International
Society of Arboriculture's formula.
3.2 Root Protection Zone
A. Refer to section 1.6 Definitions.
B. No disturbance will occur closer to the tree than one-half the radius of the RPZ.
C. In parking areas, construction may be as close at five (5)feet from the root flares on one (1)
side of trees only, with the use of alternative construction methods as detailed in construction
drawings.
3.3 Tree Protection Fencing
A. All trees to remain are to be protected by tree protection fencing. Fencing will be erected prior
to beginning any clearing, excavation, demolition, grading, or construction activity, and will
remain in place for the duration of construction activities.
B. No material will be stored within tree protection fencing.
C. No construction activities will be carried out within tree protection fencing without prior
approval.
D. Tree protection fencing will be erected at the edge of the dripline (see section 1.6 Definitions).
Where protected tree driplines overlap, place fencing at outermost driplines. In circumstances
where site improvements and construction operations interfere with fencing, fencing may be
located as close as one-half(1/2)the RPZ to the trunk. The minimum distance the barrier will
be erected is five (5)feet from the trunk of tree on one side only (see section 3.2 Root
Protection Zone).
3.4 Tree Armor
A. Trees exposed to construction activity within the dripline or within twenty-five (25)feet of any
TREE PROTECTION 32 01 90.33 -4
construction activity are to have trunks protected with tree armor to a height of eight (8)feet
or to the limits of the lower branching in addition to barricade fencing. Butt 2x4's side to side
completely around trunk. Wire wrap around trees. Do not nail to trees. Maintain armor the
duration of construction operations.
B. Remove one week prior to Substantial Complete walk through.
3.5 Root Protection Zone Impacts
A. Those trees to remain which have encroachment on their RPZ will have the following
maximum allowable impacts:
1. No disturbance of natural grade, e.g. trenching or excavation, can occur closer to the tree
than one-half the radius of the RPZ or within five (5)feet of the tree, whichever is greater.
2. No cut or fill greater than three (3) inches will be located closer to the tree trunk than '/2
the RPZ radius distance.
B. See sections 3.8 Pruning and 3.13 Mulch.
3.6 Arborist's Requirements
A. General:
1. Arborist will survey the condition of existing trees to remain. Document site as necessary.
2. Arborist will install and/or inspect tree protection barriers before the start of demolition
and excavation activities.
3. Arborist will observe excavation of site around existing trees from the start of excavation
until its conclusion. Arborist will direct excavation which occurs near major root systems,
relocation of roots, and installation of tree aeration systems as required to ensure
livability and good health of trees. Arborist will prescribe additional measures or
protection required to provide optimal growth conditions at the construction site.
4. Arborist will make periodic inspections of the construction site for practices that may be
dangerous or damaging to trees scheduled to remain.
5. In all cases, inform Landscape Architect of any problems or conditions affecting the
livability of trees scheduled to remain, and develop a plan to repair damages that has
occurred and prevent further damage.
B. Reports:
1. Arborist will provide a monthly inspection report of the construction site to the Landscape
Architect during the course of construction work.
3.7 Excavation at Existing Trees
A. Any excavation within the dripline of trees will be under the direction of the Arborist. Excavate
within the dripline of trees only where required and when necessary. Arborist will be at site at
all times while excavation is occurring within the dripline.
B. When excavation is required within dripline of trees, hand-excavate to minimize damage to
root systems. Use narrow tine spading forks and comb soil to expose roots. Relocate roots
back into backfill areas wherever possible. If large main lateral roots are encountered, expose
beyond excavation limits as required to bend and relocate without breaking.
C. If root relocation is not practical, clean cut roots using sharp ax approximately three (3)
inches back from new construction. Paint all exposed root cuts with tree paint.
D. Where existing grade is higher than new finish grade, carefully excavate within the dripline to
the new finish grade. Carefully hand excavate an additional eight(8) inches below finish
grade. Use narrow tine spading forks to comb the soil to expose the roots and prune the
exposed root structure as recommended by the Arborist. Keep exposed roots damp by
watering and mulch cover. Treat cut roots as recommended by the Arborist. When pruning
and treatment of the root structure is complete, backfill to finish grade with eight(8) inches of
approved plant mix.
E. Temporarily support and protect roots against damage until permanently relocated and
covered with recommended landscape material.
F. Where trenching is to occur within hitting distance of equipment to tree trunk, install tree
armor per section 3.2 Tree Armor.
G. Where removal of existing trees comes in conflict with existing hardscape/utilities to remain,
the contractor will:
1. Coordinate with utility companies as necessary
TREE PROTECTION 32 01 90.33 - 5
2. Remove existing tree to grade.
3. Expose roots
4. Use chainsaw to cut roots
5. Grind stump eighteen (18) inches below grade
6. Use a trencher two (2)to three (3)feet deep to cut roots if necessary.
3.8 Watering Requirements
A. Trees scheduled to remain will be watered for the duration of construction.
B. Contractor will make him- or herself familiar with current local watering ordinances or
restrictions and will follow said ordinances or restrictions.
C. During construction operations, provide water in a slow drip manner to existing trees. Provide
water to apply equivalent to one (1) inch once per week to deeply soak in over the area within
the dripline of the tree. Spray tree crowns periodically to reduce dust accumulation on the
leaves.
D. During prolonged stages of drought(see section 1.6 Definitions), local agencies may institute
various stages of watering restrictions. During drought, or when local watering restrictions
require, install drip irrigation line (gallons per hour)within the dripline of the trees at grade.
Install required drip valves with filters and pressure regulators with battery operated
controllers. Install six (6) inches of mulch over drip irrigation. Protect valves as required. All
zones of temporary irrigation will contain an isolation ball valve to separate from permanent
irrigation system. See irrigation specifications for additional information.
3.9 Pruning
A. Trees within thirty (30)feet of construction work will be pruned. According to ANSI A300
pruning standards.
B. Pruning will be completed to the satisfaction of the Landscape Architect, Owner, or Owner's
Representative.
C. Pruning will include, but is not limited to, the removal of dead and broken branches,
correction of structural defects, or whenever the following conditions exist:
1. Diseased wood or structurally weak limbs that may cause a safety hazard.
2. Branches that extend over buildings.
3. Branches in front of windows or which obstruct traffic signs or street intersections.
D. Prune trees to provide clearance for emergency vehicles, buses, moving vans and similar
vehicles along streets.
E. Prune trees according to their natural growth characteristics, leaving trees well shaped and
balanced.
F. Remove all ball moss, mistletoe, etc. from all existing trees.
3.10 Tree Crown Pruning
A. Existing trees disturbed by construction may have a maximum of thirty (30) percent of the
viable portion of a tree's crown removed as approved by the Landscape Architect, Owner, or
Owner's Representative.
B. Removal of more than thirty (30) percent of the viable portion of a tree's crown will
necessitate the tree's removal and replacement at the Contractor's expense. Expenses will
include any fines or fees levied by the City for violation of tree preservation requirements, as
well as the cost of replacement tree(s) and associated materials and installation. See section
3.15 Tree Replacement.
3.11 Sterilization: All tools used for tree or root pruning will be sterilized with alcohol between trees.
3.12 Tree Paint: Cuts more than one (1) inch in diameter will be painted with an approved tree wound
paint on all Oak species trees.
3.13 Fertilization of Preserved Trees
A. All existing trees with RPZ encroachment will be fertilized at the direction of the Arborist.
B. Fertilization will be completed prior to construction of permanent improvements adjacent to all
trees, including site fill or paving and trenching operations.
C. Follow manufacturer recommendation for fertilizer application.
TREE PROTECTION 32 01 90.33- 6
D. Area beneath the dripline of the trees will be well-watered after fertilization.
3.14 Mulch
A. Apply a six (6) inch layer of mulch within the RPZ.
1. Where existing trees are grouped, mulch the entire area between trees.
2. Where construction activities or traffic occur within the RPZ, six (6) inches of mulch will
be applied outside of tree protection fencing to protect roots from compaction and other
construction damage.
B. Barring objections from Owner or Owner's Representative, wood from tree removal and
pruning may be ground and shredded for use on-site in place of imported mulch. Mulch will
be less than six (6) inches in length and free of rocks and debris.
3.15 Tree Replacement
A. Where trees have been damaged beyond viability due to contractor negligence, Contractor
will replace trees at his or her expense.
1. More than one (1) replacement tree may be required. The number of replacement trees
will be determined by local tree preservation/replacement ordinances, or by the
Landscape Architect, Owner, or Owner's representative.
3.16 Cleanup: Unless otherwise specified in contract documents, wood and debris will become
property of the Contractor and will be removed from the site. Cost of disposal will be paid by
Contractor.
END OF SECTION
TREE PROTECTION 32 01 90.33- 7
SECTION 32 13 13 - CONCRETE PAVING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Concrete pedestrian paving.
B. Related Sections:
1. Division 01: Administrative, procedural, and temporary work requirements.
1.2 REFERENCES
A. ASTM International (ASTM):
1. A615- Standard Specification for Deformed Billet Steel Bars for Concrete.
2. C33 - Standard Specification for Concrete Aggregates.
3. C94 - Standard Specification for Ready-Mixed Concrete.
4. C150- Standard Specification for Portland Cement.
5. C171 - Standard Specification for Sheet Materials for Curing Concrete.
6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete.
7. C309- Standard Specification for Liquid Membrane-Forming Compounds for Curing
Concrete.
8. C494 - Standard Specification for Chemical Admixtures for Concrete.
9. C618- Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolans for
Use as a Mineral Admixture in Portland Cement Concrete.
10. C1116 - Standard Specification for Fiber-Reinforced Concrete and Shotcrete.
11. D1752-Standard Specification for Preformed Sponge Rubber and Cork Expansion
Joint Fillers for Concrete Paving and Structural Construction.
B. Concrete Reinforcing Steel Institute (CRSI)— Manual of Practice.
1.3 SUBMITTALS
A. Submittals for Review:
1. Concrete Mix Designs:Include:
a. Materials and proportions.
b. Aggregate gradations.
c. Water/cement ratio, design strength, slump, and air content.
d. Type of cement and aggregates.
e. Admixtures.
f. Special requirements.
1.4 QUALITY ASSURANCE
A. Concrete Mix Design:
1. ACI 301, Method 2.
2. Free from admixtures and additives not specifically approved by stain and coloring
admixture manufacturers.
B. Mockup:
1. Size: As indicated in the drawings for each concrete finish.
2. Show: Concrete finishes,joint pattern, and joint profile.
CONCRETE PAVING 32 1313-1
3. Locate where directed.
C. Installer Qualifications: Minimum 5 years documented experience in work of this section.
1.5 DELIVERY, STORAGE AND HANDLING
A. Mix and deliver concrete to project in accordance with ASTM C94.
B. Schedule delivery so that continuity of any pour will not be interrupted for over 15 minutes.
C. Place concrete on site within 90 minutes after proportioning materials at batch plant.
1.6 GENERAL REQUIREMENTS
A. All concrete work shall be true to line and grade as indicated on the drawings. The contractor
shall be responsible for proper drainage, without birdbaths on all concrete paved surfaces.
Any discrepancies or omissions on drawings, or conditions on the site which prevent the
contractor from providing proper drainage shall be brought to the attention of the Landscape
Architect in writing for correction or relief before the work proceeds.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Formwork:
1. Forms: Wood, metal, or glass fiber type that will not adversely affect surface of concrete
and will provide specified surface finish.
2. Form release agent: Nonstaining, wax barrier type.
B. Reinforcement:
1. Reinforcing bars: ASTM A615, deformed, Grade 40 or 60.
2. Dowels: ASTM A615, Grade 60 (420); deformed billet steel bars,unfinished.
3. Dowel sleeves: Speed dowel system, size as required for specified dowel diameter and
length.
4. Welded wire fabric: ASTM A185- Not Permitted
5. Accessories: Include devices necessary for placing, spacing, supporting and fastening
reinforcement.
6. Tie wire: Black annealed steel, 16 gauge minimum.
C. Concrete Materials:
1. Portland cement: ASTM C150, Type I or III as applicable.
2. Aggregates:ASTM C33, clean, hard,durable, and uncoated.
a. Fine: Natural sand free from silt, loam, and clay.
b. Coarse: Crushed, stone, maximum size No. 467.
3. Fly ash: ASTM C618, maximum 2 percent loss on ignition.
4. Admixtures:
a. Water reducing or water reducing/set retarding: ASTM C494.
b. Air entraining: ASTM C260.
D. Curing Materials:
1. Curing compound: ASTM C309, Type 1.
2. Curing paper: ASTM C171, waterproof paper or polyethylene film.
CONCRETE PAVING 32 1313-2
E. Water: Clean and potable, and not detrimental to concrete.
2.2 ACCESSORIES
A. Joint Fillers:
1. Compressible foam type, ASTM D1752,with removable strip to provide recess for joint
sealer.
B. Joint Sealer: As specified in Section 32 13 73 Joint Sealers.
2.1 MIXES
A. Proportions:
1. Proportions of cement, aggregate, and water to attain required plasticity and
compressive strength: In accordance with ACI 301.
2. Add fibrous reinforcing to concrete at time concrete is batched; follow manufacturer's
instructions. Ensure complete distribution.
B. Design concrete to yield following characteristics:
1. Minimum 28 day compressive strength: 3000 PSI.
2. Slump: 3 to 5 inches.
3. Air entrainment: 4 to 6 percent.
4. Fly ash content: Maximum 65 percent by weight of cementitious material in mix.
PART 3 - EXECUTION
3.1 CONSTRUCTION OF FORMS
A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads.
B. Verify gradients and elevations of base are correct.
3.2 SUB-BASE
A. Prepare sub-base in accordance with Soils Engineer's recommendations.
3.3 CONSTRUCTION OF FORMS
A. Set accurately to required grades and alignment.
B. Brace to withstand loads applied during concrete placement.
C. Clean contact and screed surfaces of hardened concrete and foreign materials.
D. Apply form release agent to contact surfaces.
E. Leave in place minimum 12 hours after completion of finishing operation.
CONCRETE PAVING 32 1313-3
F. Provide expansion joints where paving abuts other construction and at maximum spacings
indicated on Drawings.
1. Shape joint filler to concrete cross section and fasten in place. Provide holes for dowel
bars maximum 1/8 inch larger than bar diameter.
2. Use removable strips to provide recess for sealant.
3.4 INSTALLATION OF REINFORCEMENT
A. Install as indicated on the drawings.
B. In accordance with ACI 301 and CRSI Manual.
C. Before placing, clean reinforcing of loose rust, mill scale, dirt, oil, and other materials that
could reduce bonding.
D. Install reinforcing in middle third of flatwork.
E. Stop alternate bars of reinforcing steel at control joint locations.
F. Provide dowels at maximum 12 inches on center at expansion joints; stop reinforcement on
both sides of joint.
3.5 CONCRETE PLACEMENT
A. Place concrete in accordance with requirements of ACI 301.
B. Avoid segregation due to rehandling or flowing.
C. Do not place partially hardened, contaminated, or retempered concrete.
D. Consolidate with mechanical vibrating equipment.
E. Before depositing new concrete on concrete that has set, roughen and clean surface of set
concrete. Wet surfaces just prior to placing new concrete.
F. Place concrete continuously between predetermined expansion and control joints. Do not
interrupt successive placement such that cold joints occur.
G. Strike off flatwork with transverse screed, shaped to provide slope where required, guided by
screeds or side forms. After screeding, float with longitudinal float.
H. Finishes: Reference Drawings for type and location of concrete finishes
I. Saw Cut Control Joints:
1. Provide control joints at maximum spacings as indicated in the drawings.
2. Saw joints within 24 hours after concrete is placed without damaging concrete, uniform
and straight, to width of single blade and depth equal to one quarter of slab thickness.
3. Extend all saw cuts to the end of each concrete panel. Do not overlap cuts into
adjacent concrete panels.
J. Protect concrete from frost damage and rapid drying; use curing paper or curing compound
method.
CONCRETE PAVING 32 1313-4
K. Installation Tolerances: Surfaces true to plane, in longitudinal direction to
required grade, within plus or minus 1/4 inch in 10 feet, noncumulative.
No birdbaths or other surface irregularities will be permitted.
3.6 EXPANSION JOINTS
A. Fill expansion joints with joint sealer as specified in Section 32 13 73 Joint Sealers.
3.7 CLEANING AND PATCHING
A. All projecting fins, bolts, wire, nails, etc., not necessary for the work shall be
removed or cut back one (1") inch from the surface and patched in an
inconspicuous manner.
B. All defects in concrete work shall be corrected, voids shall be chipped to a
depth of at least one (1") inch with the edges perpendicular to the surface
and parallel to form markings. Voids, surface irregularities, or honeycombing
shall be filled by patching or rubbing as directed by the Landscape Architect
and shall be done at the contractor's expense. Concrete surfaces so
repaired shall duplicate the appearance of the unpatched work. Thoroughly
remove residual curing membrane before any patchwork is started.
C. Any defective concrete work, which after corrective patching, rubbing, etc.,
fails to duplicate the appearance of unpatched work and/or conform to the
standards set forth in these specifications shall be removed in its entirety
and replaced at no cost to the Contract.
END OF SECTION
CONCRETE PAVING 32 1313-5
SECTION 32 13 16 - INTEGRALLY COLORED CONCRETE
PART 1 - GENERAL
1.1 SUMMARY
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and Division 1 Specification sections, apply to Work of this Section.
B. Section Includes:
1. Integrally colored concrete Sidewalk.
2. Curing of integrally colored concrete.
C. Related Sections:
1. Division 32 Section "Cast-In-Place Concrete" for general applications of concrete and
coordination of sample submittal [and color selection].
2. Division 32 Section "Joint Sealants"for colored sealant for joints.
1.2 REFERENCES
A. American Concrete Institute (ACI):
1. ACI 302 IR "Recommended Practice for Concrete Floor and Slab Construction."
2. ACI 303.1 "Standard Specification for Cast-In-Place Architectural Concrete."
3. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing of
Concrete."
4. ACI 305R "Recommended Practice for Hot Weather Concreting."
5. ACI 306R "Recommended Practice for Cold Weather Concreting."
B. American Society for Testing and Materials (ASTM):
1. ASTM C309 "Liquid Membrane-Forming Compounds for Curing Concrete."
2. ASTM C494 "Standard Specification for Chemical Admixtures for Concrete."
3. ASTM C979 "Standard Specification for Pigments for Integrally Colored Concrete."
C. American Association of State Highway and Transportation Officials (AASHTO):
1. AASHTO M194 "Chemical Admixtures."
1.3 SUBMITTALS
A. Product Data: Submit manufacturer's complete technical data sheets for the following:
1. Colored admixture.
2. Curing compound.
B. Design Mixes: For each type of integrally colored concrete.
C. Samples for Initial Selection: Manufacturer's color charts showing full range of colors available.
INTEGRALLY COLORED CONCRETE 32 13 16- 1
D. Qualification Data: For firms indicated in the "Quality Assurance" Article, including list of
completed projects.
1.4 QUALITY ASSURANCE
A. Manufacturer Qualifications: Manufacturer with 10 years of experience in the production of
specified products.
B. Installer Qualifications: An installer with 5 years of experience with work of similar scope and
quality.
C. Comply with the requirements of ACI 301.
D. Obtain each specified material from same source and maintain high degree of consistency in
workmanship throughout Project.
E. Notification of manufacturer's authorized representative shall be given at least 1 week before
start of Work.
F. Integrally Colored Concrete Mockups:
1. Provide under provisions of Division 1 Section "Quality Control."
2. At location on Project selected by Landscape Architect], place and finish 8 feet by 10 feet
area.
3. For accurate color, the quantity of concrete mixed to produce the sample should not be
less than 3 cubic yards (or not less than 1/3 the capacity of the mixing drum on the ready-
mix truck) and should always be in full cubic yard increments. Excess material shall be
discarded according to local regulations.
4. Construct sample panel using processes and techniques intended for use on permanent
work, including curing procedures. Include samples of control, construction, and expansion
joints in sample panels. Field sample shall be produced by the individual workers who will
perform the work for the Project.
5. Retain samples of cements, sands, aggregates, and color additives used in mockup for
comparison with materials used in remaining work.
6. Accepted field sample provides visual standard for work of Section.
7. Field sample shall remain through completion of work for use as a quality standard for
finished work.
8. Remove field sample when directed.
1.5 DELIVERY, STORAGE AND HANDLING
A. Colored Admixture: Comply with manufacturer's instructions. Deliver colored admixtures in
original, unopened packaging. Store in dry conditions.
1.6 PROJECT CONDITIONS
A. Integrally Colored Concrete Environmental Requirements:
1. Schedule placement to minimize exposure to wind and hot sun before curing materials are
applied.
INTEGRALLY COLORED CONCRETE 32 13 16- 2
2. Avoid placing concrete if rain, snow, or frost is forecast within 24-hours. Protect fresh
concrete from moisture and freezing.
3. Comply with professional practices described in ACI 305R and ACI 306R.
B. Schedule delivery of concrete to provide consistent mix times from batching until discharge.
Mix times shall meet manufacturer's written recommendations.
1.7 PRE-JOB CONFERENCE
A. One week prior to placement of integrally colored concrete a meeting will be held to discuss the
Project and application materials.
B. It is suggested that the Owner, Landscape Architect, Engineer, General Contractor,
Subcontractor, Ready-Mix Concrete Representative, and a Manufacturer's Representative be
present.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURER
A. Sika Corporation, (800) 800-9900 or approved equal.
2.2 MATERIALS
A. Colored Admixture for Integrally Colored Concrete: CHROMIX® Admixtures for Color-
Conditioned Concrete including CHROMIX P® Admixtures, CHROMIX G® Admixtures, or
CHROMIX L®Admixtures; Sika Corporation.
1. Admixture shall be a colored, water-reducing, admixture containing no calcium chloride with
coloring agents that are lime-proof and ultra-violet resistant.
2. Colored admixture shall conform to the requirements of ACI 303.1, ASTM C979,
ASTM C494 and ASSHTO M194.
3. Raw pigments are not an equivalent and may not be substituted.
B. Curing Compound for Integrally Colored Concrete: Curing compound shall comply with ASTM
C309 and be of same manufacturer as colored admixture, for use with integrally colored
concrete.
Exterior Integrally Colored Concrete: LITHOCHROME® ColorwaxTM; Sika Corporation.. Use to
cure exterior flatwork that will be allowed to cure naturally with only occasional
maintenance.
INTEGRALLY COLORED CONCRETE 32 13 16 - 3
C. Curing and Sealing Compound: SCOFIELD° Cureseal-WTM Semi-gloss and SCOFIELD°
CuresealTM 700 Matte; Sika Corporation. Curing and sealing compound shall comply with ASTM
C309 and be of same manufacturer as colored admixture, for use with integrally colored
concrete.
D. SUBSTITUTIONS: The use of products other than those specified will be considered providing
that the Contractor requests its use in writing within 14-days prior to bid date. This request
shall be accompanied by the following:
1. A certificate of compliance from the material manufacturer stating that proposed products
meet or exceed requirements of this Section, including standards ACI 303.1, ASTM C979,
ASTM C494 and AASHTO M194.
2. Documented proof that proposed materials have a 10-year proven record of performance,
confirmed by at least 5 local projects Landscape Architect can review.
2.3 COLORS
A. Concrete Color[s]:
1. Cement: Color shall be [gray][white].
2. Sand: Color shall be locally available natural sand.
3. Aggregate: Concrete producer's standard aggregate complying with specifications.
4. Colored Admixture: As selected by Landscape Architect from Scofield Color Chart A-312.
B. Concrete Color[s]: Provide cement, sand, aggregate and colored admixture as required to
match Landscape Architect's approved sample from manufacturer's standard colors.
C. Curing Compound: Color to match integrally colored concrete.
2.4 CONCRETE MIX DESIGN
A. Minimum Cement Content: Per manufacturer's recommendations.
B. Slump of concrete shall be consistent throughout Project at 4-inches or less. At no time shall
slump exceed 5-inches. [If super plasticizers or mid-range water reducers are allowed, slump
shall not exceed 8-inches.]
C. Do not add calcium chloride to mix as it causes mottling and surface discoloration.
D. Supplemental admixtures shall not be used unless approved by the manufacturer.
E. Do not add water to the mix in the field.
F. Add colored admixture to concrete mix according to manufacturer's written instructions.
INTEGRALLY COLORED CONCRETE 32 13 16 -4
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install concrete according to requirements of Division 3 Section "Cast-In-Place Concrete."
B. Do not add water to concrete mix in the field.
C. Surfaces shall be finished uniformly with the following finish:
1. Broomed: Pull broom across freshly floated concrete to produce medium texture in straight
lines perpendicular to main line of traffic. Do not dampen brooms.
2. Swirl: Float concrete. Work float flat on surface using pressure in swirling manner to
produce series of uniform arcs and twists. Use aluminum or magnesium float to produce
medium texture.
3. Trowel: Precautions should be taken to ensure that the surface is uniformly troweled so
that it will not be slippery. Do not over-trowel or burnish the surface.
3.2 CURING
A. Integrally Colored Concrete: Apply curing and sealing compound for integrally colored concrete
according to manufacturer's instructions using manufacturer's recommended application
techniques. Apply curing and sealing] compound at consistent time for each pour to maintain
close color consistency.
B. Curing compound shall be same color as the colored concrete and supplied by same
manufacturer of the colored admixture.
C. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively
rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the
National Ready Mixed Concrete Association.
D. Do not cover concrete with plastic sheeting.
3.3 TOLERANCES
A. Minor variations in appearance of integrally colored concrete, which are like natural variations
in color and appearance of uncolored concrete, are acceptable.
3.4 APPLICATORS
A. For a list of qualified contractors, contact your local Scofield representative.
END OF SECTION
INTEGRALLY COLORED CONCRETE 32 13 16 - 5
SECTION 32 14 16 CLAY BRICK PAVERS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specification sections, apply to work of this section.
1.02 WORK INCLUDED
A. Brick installation for light and heavy traffic conditions.
a. Light traffic conditions: Brick pavers around pavilion and Donor Bricks
b. Heavy traffic conditions: Within street crosswalks and median crossings.
B. Reinforcement, anchors, and accessories.
1.03 QUALITY ASSURANCE
A. Use a qualified paving contractor experienced in the installation of similar products.
B. All brick tests shall be performed by an independent certified testing laboratory.
C. All brick tests shall be in accordance with ASTM C67 latest edition.
1.03 SUBMITTALS
A. Submit samples of brick to reflect the full range of color, shades and surface texture of brick
specified.
B. Submit for architect's approval a test report and certificate of conformance for each type and color
of brick specified on contract documents. Test reports shall include:
1. Compressive strength
2. Modulus of Rupture
3. 24-hour cold-water absorption
4. Saturation coefficient
5. Initial rate of absorption
6. Efflorescence
7. Weather classification
8. Paver type
9. Certificate of conformance shall state that brick meets or exceeds applicable ASTM
specifications.
1.06 MOCKUP
A. 4'x 4' sample panel shall be set up at the job site showing the proposed color range, texture, bond,
workmanship and where applicable, mortar.
B. Upon acceptance of the sample panel, a field panel shall be laid out of the actual material to be
used on the job.
C. No brick shall be shipped from the manufacturer to the site until architect's acceptance of the field
panel. Once the first one hundred square feet of the job has been installed and approved, this
Clay Brick Pavers 32 14 16 - 1
SECTION 32 14 16 CLAY BRICK PAVERS
becomes the accepted standard for workmanship, color, and texture. Upon approval, the field panel
may be removed. As soon as the brick samples have been approved, deliver enough brick to the
job site to construct a 6'-0" x 4'-0" sample wall panel, incorporating both metal stud backup and
CMU backup.
1.07 ENVIRONMENTAL CONDITIONS
A. Follow hot weather and cold weather requirements in the masonry code and specifications, TMS
402 and TMS 602.
1.08 DELIVERY, STORAGE AND HANDLING OF MATERIALS
Deliver, store, and handle materials to prevent inclusion of foreign materials and damage by water
or weather. Store packaged materials in their original packages. Damaged or deteriorated materials
shall be removed from the premises.
PART 2- PRODUCTS
2.01 ACCEPTABLE BRICK MANUFACTURERS
A. Product Yankee Hill Brick, Supplier: Acme Brick or approved equal.
B. Dimensions
1. Pedestrian Traffic Paver: 4"x 2-1/4" x 8" Herringbone pattern. Color to be selected by
landscape architect.
2. Heavy Traffic Paver: 4" x 2-5/8" x 8" with beveled Edge. Herringbone pattern. Color to be
selected by landscape architect.
C. The maximum permissible variation on length is 1 /8 in.
D. The maximum permissible variation on width and height is 1 /16 inch.
E. Pedestrian, Donor Paver
1. Conform to ASTM C902 Class SX, Type 1.
2. Minimum compressive strength 8000 psi.
3. Maximum cold-water absorption 8%
4. Maximum saturation coefficient 0.78 (if applicable).
5. Maximum Abrasion Index 0.11
F. Heavy Traffic Brick Heavy Traffic brick
1. Conform to ASTM C 1272 Application PX, Type R or F:
2. Minimum compressive strength, Type F: 8000 psi Type R: 10,000 psi.
3. Minimum breaking load 475 lb./in.
4. Maximum cold-water absorption 6%
5. Minimum thickness 2 5/8 in. 5.
6. Maximum Abrasion Index 0.11
G. Donor Brick: Monogram Arial Upper Case letters. Limited to three lines of text
H. Bedding and Jointing Sand Bedding sand: be washed free from deleterious or foreign
materials, well graded, angular, concrete sand conforming to ASTM C33 with a 3/16 in.
maximum aggregate size.
Clay Brick Pavers 32 14 16 - 2
SECTION 32 14 16 CLAY BRICK PAVERS
I. Joint Sand Stabilizer: Use SUREBOND Joint Stabilizer or equivalent. Joint sand stabilizers
prevent sand erosion and help to maintain interlocking pavement stability.
PART 3—EXECUTION
3.01 EXAMINATION
A. General Contractor shall inspect and certify in writing to Installer that site conditions meet the
following prior to bedding sand and paver installation: When necessary, subgrade should be
drained and protected against flooding and ground water by sub-soil drainage. Sub-soil
drainage, pipe and underground service installation should be completed before beginning base
course or subbase construction.
B. Remove organic, unstable, or unconsolidated material from site. Subgrade compaction to at
least 90% modified Proctor density per ASTM D 1557 for cohesive soils and to at least 95% for
granular soils is recommended. Verify conformance of subgrade preparation, compacted
density, and elevations to specified requirements.
C. Verify geotextile placement in accordance with Project Drawings and specifications. Note: Base
course materials conforming to local Department of Transportation requirements for highway
pavements or ASTM D 2940 are recommended. Verify that base course is compacted to at
least 95% maximum density. Compaction per ASTM D 1557, modified Proctor density, is
recommended for areas subject to heavy vehicular loads. Small compaction equipment such as
tampers are necessary to achieve adequate compaction near curbs, pavement edges,
protrusions or other areas that are not accessible to large compaction equipment.
D. Verify base course conformance to specified requirements. Do not use bedding sand to correct
deficiencies in base course surface.
E. Verify written density test results for soil subgrade and base course.
F. Verify type, location and elevations of edge restraints, concrete collars around drainage inlets.
G. Do not proceed with paver installation until satisfactory subgrade soil and concrete base
conditions are verified by Contractor.
H. Verify concrete base is dry and certified by General Contractor as meeting material,
installation, and grade specifications.
I. Field Measurements: one. Determine actual paver dimensions (including tolerances) and
coordinate with dimensions for pavement areas indicated on Contract Drawings prior to any
pavement installation. Adjust pavement area dimensions to eliminate unnecessary paver
cutting.
3.02 PREPARATION
A. Edge Restraint Preparation: Install edge features and penetrations including curbs, planters,
surrounds and bases prior to placing bedding sand layer.
B. Lay full pavers first. Mix pavers from at least two straps pallets to produce uniform color blends.
[Follow manufacturer's recommendations for color blending.
Clay Brick Pavers 32 14 16 - 3
SECTION 32 14 16 CLAY BRICK PAVERS
C. Place units by hand without using hammers. Provide 1/16 inch to 3/16 inch (2 to 5 mm) wide
joints between pavers.
D, adjust pavers to form straight bond lines and appropriate joint widths. Maximum bond line
variation shall be ± '/2 inch (13 mm) over a 50-foot (15 m) string line. Fill gaps at paved area
edges with cut pavers.
E. Cut pavers at edges as indicated on Contract Drawings with a double blade paver splitter or
wet cut masonry saw.
F. Cut pavers shall be no smaller than one-third of a whole paver except where pattern is to be
maintained and smaller pieces are surrounded by a full paver and field paver border course.
G. Do not permit traffic, including construction equipment, on pavers before initial compaction and
joint filling. Disturbed areas of pavers should be taken up, the sand re-screeded and pavers
relaid.
H. Vibrate pavers into sand using a high frequency/low-amplitude plate compactor capable of
3,000 lb. to 5,000 lb. (13 to 22 kN) at a 75 to 100 Hz frequency. Protect pavers from chipping
during compaction by using a plate compactor with a rubber mat, rubber rollers or other
approved materials placed over pavers. Do not compact within six feet (2 m) of unrestrained
edges. Remove cracked or damaged pavers and replace them with new units.
I. After pavers are fully settled and free from movement simultaneously spread, sweep, and
compact dry jointing sand into joints until they are filled, and sand no longer falls into joints.
J. Protect areas not covered with cut and compacted pavers with waterproof covering overnight.
K. Discontinue laying operations, align, and compact pavers prior to work suspension when
weather conditions are such that pavement performance may be compromised.
L. Verify acceptable setting bed condition before further pavers are laid. If water has entered
bedding sand, remove pavers and saturated bedding sand, install unsaturated sand replace
and compact pavers.
M. Sweep excess sand from pavement when installation is complete. The General Contractor is
responsible for controlling access and finished pavement area use by other trades. Allow
excess joint sand to remain on surface to help protect pavers from damage from other trades.
Sweep excess sand from pavement when directed by Landscape Architect.
N. Apply joint stabilizer.
O. Installer to return to site after one year warranty and add sand to fill joints as needed.
3.03 FIELD QUALITY CONTROL
A. Measure surface tolerances on flat slopes with a rigid straightedge. Finished pavement surface
shall not deviate more than ± 3/8 inch (10 mm)from specified elevations.
Clay Brick Pavers 32 14 16 -4
SECTION 32 14 16 CLAY BRICK PAVERS
B. Check final surface profile for conformance to Project Drawings.
C. Pavement surface elevation shall be flush with adjacent construction.
D. Maximum variation from a specified surface profile shall be ± 3/16 inch (5 mm) in 10 feet.
E. Height difference between adjacent pavers shall not exceed one-eighth inch (3 mm). Note: Use
the article below if needed to specify requirements for cleaning, sealing or sand stabilization.
3.04 CLEANING, SEALING JOINT SAND STABILIZATION
A. Clean, Seal and Apply joint sand stabilization materials between brick pavers in accordance
with manufacturer's written recommendations.
3.05 PROTECTION
A. After work in this Section is complete, the General Contractor shall protect the work from
damage due to subsequent construction activity on site.
END OF SECTION
Clay Brick Pavers 32 14 16- 5
SECTION 32 93 00- LANDSCAPE PLANTING
PART 1: GENERAL
1.1 Section Includes
A. Contractor will provide all labor, materials, supplies, equipment, tools, transportation, and
services; perform all operations to complete installation of landscape planting, complete in
place, as shown and specified on drawings; and guarantee all work.
1. Work will include, but is not limited to
a. Procurement of all applicable licenses, permits, and fees.
b. Location of utility locations prior to construction.
c. Site inspection.
d. Soil preparation and fine grading.
e. Planting of trees, shrubs, and other plants.
f. Installation of sod.
g. Installation of seed.
h. Anchoring or staking of trees.
i. Mulching all trees and plant beds.
j. Installing landscape gravel.
k. Fertilization and pest and disease control for plants.
I. Site cleanup.
m. Maintenance of planting as specified in these specifications or in Contract
documents.
n. Guarantee of all planting.
1.2 Related Sections
A. The requirements of the "General and Supplementary Conditions of the Contract" and
Division 1 specification sections will apply to all work of this Section with the same force and
effect as though repeated in full herein.
B. General Scope of Work and Requirements
C. Site Grading (see Civil specifications)
D. Section 32 01 90.33: Tree Protection
E. Section 32 80 00: Irrigation System
1.3 References
A. American Society for Testing and Materials (ASTM)
1. D5268-13: Topsoil Used for Landscaping Purposes
B. American National Standards Institute (ANSI)
1. ANSI Z60.1-2014: American Standard for Nursery Stock
C. Hortus Third: Concise Dictionary of Plants Cultivated in United States and Canada
D. Tree Case Industry Association (TCIA)
1. ANSI A300P1-2017: Tree Care Operations—Trees, Shrubs and Other Woody Plant
Maintenance Standard Practices (Pruning)
E. Turfgrass Producers International (TPI)
1. 2006 Guideline Specifications to Turfgrass Sodding
F. U.S. Department of Agriculture Rules and Regulations under the Federal Seed Act
G. Texas Seed Law regulations and requirements
1.4 Definitions
A. Ball and burlap (B&B): Plants established in the ground that have been prepared for
transplanting by digging so that the soil immediately around the roots remains undisturbed.
The ball of earth containing the roots of the plant is then bound up in burlap or similar mesh
fabrics.
B. Caliper: The diameter measurement of the stem or trunk of nursery stock. Measurement is
taken six (6) inches above the ground level for field grown stock and form the soil line for
container grown stock, which should be at or near the top of the root flare.
LANDSCAPE PLANTING 32 93 00 - 1
C. Container: A flat, pot, or tub, usually made of plastic or wood, used to grow or hold one or
more plants and which generally prevents the growth of roots beyond its side walls or bottom.
D. PLS: Pure live seed
E. Rootball: The intact ball of earth or growing medium containing the roots of a nursery plant.
F. Root Flare: The area at the base of a plant's stem or trunk where the stem or trunk broadens
to form roots; the area of transition between the root system and the stem of trunk.
G. Weeds: Includes Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush
Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass,
Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut
Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.
1.5 Submittals
A. General Requirements:
1. The Contractor will furnish the articles, equipment, materials, or processes specified by
name in the drawings and specifications. No substitution will be allowed without prior
approval by the Landscape Architect.
2. Submit a complete material list prior to performing any work. Material list will include the
manufacturer and description of all materials to be used and samples as outlined below.
3. Contractor will be prepared to show receipt, bill of sale, or other documentation as proof
of source for all materials submitted, including but not limited to plant materials, soils, soil
amendments, and mulch.
4. Submit qualifications per 1.8 Quality Assurance and Requirements.
5. Submit a schedule of work to be performed.
B. Plant Selection:
1. Submit plant schedule on Contractor letterhead naming quantities and supplier of each
plant species for Landscape Architect's approval.
2. Submit source and guarantee of sod quality.
3. Submit certification of seed and mulching agent.
4. If material is to be approved on-site, tag and maintain plant material as representative
samples. Samples may be used to complete installation, provided they remain tagged
until final acceptance of entire installation.
C. Miscellaneous Materials:
1. Submit for approval one (1) gallon quantities and product information of topsoil, prepared
soil, soil amendment, mulch and gravel.
2. Submit topsoil analysis with recommendations for amendments required to support plant
growth. See paragraph 2.4 Source Quality Control and Tests, D.
3. Submit product information on packaged materials, root anchoring system, fabric,
fertilizer, herbicide and insecticide. Product information must be approved by the
Landscape Architect before use on the project.
4. All samples will be delivered in a box. Clearly mark samples with job name and
Contractor name.
5. Product information may be submitted in electronic format or printed and collated into a
binder. Clearly mark binder with job name and Contractor name.
D. Record Drawings:
1. The Contractor will provide and keep up-to-date an "as-built" set of drawings, which will
be corrected daily and show every change from the original drawings and specifications
and the exact"as-built" locations and sizes of plant material installed. This set of
drawings will be kept on the site and will be used only as a working set.
2. Before the date of the final inspection, the Contractor will transfer all information from the
"as-built" prints to a final set of drawings. All work will be in pen to allow proper printing of
original.
3. On or before the date of the final inspection, the Contractor will deliver the completed
drawings, in hard copy or electronic format as required by contract documents, to the
Owner and Landscape Architect. Delivery of the record drawings will not relieve the
Contractor of the responsibility of furnishing required information that may be omitted
from the prints.
LANDSCAPE PLANTING 32 93 00 -2
E. Maintenance Schedule: Submit a maintenance schedule identifying landscape maintenance
procedures to be performed during construction and throughout the maintenance period. See
section 1.12 Maintenance. The schedule will be typewritten and specify procedures to be
accomplished month by month.
1.6 Substitutions
A. Submit proof to Landscape Architect if plant material is not available 30 days prior to plant
installation. Substitution will be approved by Owner or Landscape Architect by Architect's
Supplemental Instructions.
1.7 Product Delivery, Storage and Handling
A. Deliver plant material to site in containers. Protect plant material from sun-scald and wind
burn during transport to site. Prune only limbs that have broken in transport. Keep plants
watered as required.
B. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not
acceptable. Deliver seed mixture in containers showing percentage of seed mix, year of
production, net weight, date of packaging, and location of packaging.
C. Deliver sod to site on pallets or in "big roll"form. Protect exposed roots from dehydration. Do
not stack for more than 24 hours between time of cutting and time of delivery. Do not deliver
more sod than can be laid within 24 hours.
D. Deliver packaged materials in containers showing weight, analysis and name of
manufacturer. Protect materials from deterioration during delivery and while stored at site.
1.8 Quality Assurance and Requirements
A. Permits and Fees: The Contractor will obtain and pay for all permits and inspections as
required. Contractor will also be responsible for all fees and costs involved for work.
1. Contractor will comply with City inspector directions with agreement from Landscape
Architect without additional cost to Owner.
B. Ordinances and Regulations: All local, municipal and state laws, rules and regulations
governing or relating to any portion of this work are hereby incorporated into and made a part
of these specifications, and their provisions will be carried out by the Contractor. Anything
contained in these specifications will not be construed to conflict with any of the above rules
and regulations or requirements of the same. However, when these specifications and
drawings call for or describe materials, workmanship, or construction of a better quality,
higher standard, or larger size than is required by the above rules and regulations, the
provisions of these specifications and drawings will take precedence.
C. Personnel: Landscape Contractor personnel will be supervised by a certified landscape
professional (TCLA or TCLP-Texas Nursery & Landscape Association). Employ only
experienced installation personnel who are familiar with the required work. Provide adequate
supervision by a qualified foreman.
D. Plant Material: Plant materials will be subject to inspection and approval of Landscape
Architect at place of growth or upon delivery for conformity to specifications. Such approval
will not impair the right of inspection and rejection during progress of the work. Inspection and
tagging of plant material by the Landscape Architect is for design intent only and does not
constitute the Landscape Architects' approval of the plant materials regarding their health and
vigor as specified in Part 2, Section 2.1 Plant Material. The health and vigor of the plant
material is the sole responsibility of the Contractor.
1. General: Comply with applicable federal, state, county, and local regulations governing
landscape materials and work.
2. Any plant material in shock, decline or not meeting specified planting size, height and
caliper will be rejected by the Landscape Architect at any time during the project.
1.9 Project Conditions
A. Site Utilities:
1. Contractor will be responsible for determining locations of all underground utilities prior to
commencement of work.
LANDSCAPE PLANTING 32 93 00 - 3
2. Perform all work in a manner which will avoid damage to utilities, including damage from
heavy equipment or trucks.
3. Hand excavate as required to minimize possibility of damage to underground utilities.
4. Coordinate work with the Irrigation Contractor to prevent damage to underground wire or
pipe located in landscape areas.
5. Contractor will be responsible for repairing any damage to underground utilities caused
by landscape work.
B. Condition of Surfaces: All shrub and groundcover planting areas will be left at finished grade.
C. Water will be provided on site by the Owner. Landscape Contractor will provide hoses and
other watering equipment and labor necessary for work.
1.10 Schedules
A. The Contractor will begin exterior landscape work upon acceptance of the Contract by the
Owner. Landscape Contractor will submit a schedule for the work to be performed to the
Landscape Architect for approval.
1.11 Protections
A. All items required to complete this contract remain the property and responsibility of the
Contractor until final acceptance. Contractor will take adequate precautions to protect all work
and materials from damage. Contractor will cooperate fully with other trades to ensure a
satisfactory completion.
1.12 Maintenance
A. Maintain plant material for three (3) months after final acceptance by Owner.
B. Maintain plant materials upon delivery to job site.
C. Maintain plant materials immediately after placement and until plants are well established and
exhibit a vigorous growing condition.
D. Maintenance to include:
1. Cultivation and weeding plant beds and tree pits.
2. Applying herbicides, insecticides, and fungicides as necessary for weed control of all
areas and plant materials in accordance with manufacturer's instructions. Remedy
damage resulting from use of herbicides.
3. Irrigating sufficiently to saturate root system of all plant materials and to sustain life and
promote growth.
4. Pruning and treatment of pruned areas or other wounds.
5. Applying appropriate chemicals as required to control any disease that may occur during
the maintenance period. Notify Owner and Landscape Architect of any sign of serious
disease.
6. Maintaining tree anchor systems. Tighten straps as necessary.
7. Replacing mulch.
8. Watering, mowing, edging, weeding and fertilizing lawn areas.
1.13 Warranty
A. Contractor will warranty trees for one year after final acceptance.
1. Replace trees which have partially died thereby damaging shape, size or symmetry with
same kind and sizes as originally planted at no additional cost to Owner.
2. Trees may be replaced at the start of next year's planting or digging season at the
direction of Owner or Landscape Architect. In such cases, remove dead trees
immediately.
3. Provide one-year guarantee on replacement trees.
B. Replace dead plant materials and plant materials not in vigorous, thriving condition as soon
as weather permits and on notification by Owner or Landscape Architect.
C. Protect irrigation system and any other piping, conduit, or other work during replacement.
Repair any damage immediately.
D. Warranty excludes replacement of plants because of injury by storm, drought, hail, freeze,
insects or diseases, and other acts of God occurring after final acceptance.
LANDSCAPE PLANTING 32 93 00 -4
PART 2: PRODUCTS
2.1 General
A. All materials and equipment furnished will be free of noxious weeds including.
B. Plants will be in accordance with the latest edition of"American Standard for Nursery Stock"
sponsored by AmericanHort.
C. All plants will have a normal habit of growth and will be sound, healthy, vigorous and free
from insect infestations, plant diseases, sunscalds, fresh abrasions of the bark, excessive
abrasions, shock or other objectionable disfigurements. If sample plants inspected are found
to be defective, the Landscape Architect reserves the right to reject the entire lot or lots of
plants represented by the defective samples. Any plants rendered unsuitable for planting
because of this inspection will be rejected and will be the responsibility of the Contractor and
removed from site.
D. The size of the plants will correspond with that normally expected for species and variety of
commercially available nursery stock or as specified on drawings. The minimum acceptable
size of all plants measured before pruning with the branches in normal position will conform
with the measurements specified on the drawings. Plants larger in size than specified may be
used with no change in contract price.
E. If larger plants than indicated on drawings are approved, the rootball for each plan will be
increased proportionally.
F. Under no conditions will there be any substitutions for plants or sizes listed in the drawings,
except with the express consent of the Landscape Architect.
G. Plant material will be true to botanical and common name and variety.
H. Plants will be hardy under climatic conditions similar to those in locality of project.
I. Seed will be prepared for sale during the year of installation.
J. All materials used will be new and without flaws or defects of any type and will be the best of
their class and kind.
K. Any materials that have become wet, moldy, or otherwise damages in transit or in storage will
not be used.
2.2 Shade, Palm and Ornamental Trees
A. Healthy, vigorous, full-branched, well-shaped, trunk diameter and height requirements as
specified. Trees will be in containers unless otherwise noted on plans.
B. B&B trees will not be accepted for containerized materials without approval from Landscape
Architect.
C. Trees with loose or broken rootballs at time of planting will be rejected.
D. Trees in grow bags or grow liners will be rejected.
E. Trees will be individually approved by the Landscape Architect.
F. Rootballs will conform to ANSI Z60.1-2014 American Standard for Nursery Stock.
2.3 Shrubs, Groundcovers, and Perennials
A. Shrubs, groundcovers, and perennials will be nursery grown, healthy, vigorous, bushy, well
branched, of normal habit of growth for species, free from disease, insect eggs and larvae.
B. Specified sizes will be before pruning, and plants will be measured with their branches in
normal position.
C. Rootballs will conform to ANSI Z60.1-2014 American Standard for Nursery Stock.
2.4 Turf Materials:
A. Sod: Sod will be classified as certified stock or originate as certified stock.
1. TPI, Certified Turfgrass Sod; Approved Turfgrass Sod; Nursery Turf grass Sod; Field
Turfgrass Sod; or cultivated grass sod; with strong fibrous root system, free of stones,
burned or bare spots; containing no more than 5 weeds per 1,000 sq ft. Minimum age of
18 months, with root development that will support its own weight without tearing, when
suspended vertically by holding the upper two corners.
2. Deliver to site on pallets. Do not stack for more than 24 hours between time of cutting
LANDSCAPE PLANTING 32 93 00 - 5
and time of delivery.
3. Species: Refer to landscape plans
2.5 Soil Preparation Materials
A. Topsoil:
1. Native topsoil: Soil in-place on site will be harvested and stockpiled for reuse. Native
topsoil will be free from contaminants and debris, and reasonably free from rocks, roots
and limbs.
2. When native soil cannot be used, or is not plentiful, soil may be imported as follows:
a. Bed areas: 4-Way Mix, manufactured by New Earth Soil and Compost or approved
equal
b. Lawn areas: Enriched Topsoil, manufactured by New Earth Soil and Compost or
approved equal
3. Soils containing high clay content, rock or debris greater than one-half(1/2") inch
diameter, or weeds will be rejected and the Contractor will be responsible for removing it
from site.
B. Native topsoil will be amended with: Landscapers Compost, manufactured by New Earth Soil
and Compost or approved equal.
C. Fertilizer:
1. Turf Fertilizer: Complete fertilizer with 12:4:8 ratio (unless otherwise approved), organic
base, uniform in composition, dry and free flowing. Deliver fertilizer to site in original,
unopened containers, each bearing manufacturer's guaranteed statement of analysis.
2. Tree and Shrub Fertilizer: Agriform 20-10-5 planting tablets, 21 grams.
D. Herbicide:
1. Pre-emergent herbicide: Will be of a composition to kill undesirable weed species. Submit
information.
2. Post-emergent herbicide: Will be of composition to selectively kill undesirable weed
species. Submit information
E. Pesticides:
1. Fungicides: Submit information as required.
2. Insecticides: Submit information as required.
3. Other chemicals: Submit information as required.
2.6 Miscellaneous Materials
A. Mulch Type "A": Mulch will be Double Shredded Native Hardwood Mulch by New Earth Soil
or approved equal.
B. Mulch Type "B" pine needs by local source.
C. Seed mulching material: Wood cellulose fiber, free from germination or grown inhibiting
factor. Shall become evenly dispersed and suspended when agitated with water. Will form a
groundcover which readily absorbs water and allows infiltration to underlying soil. Weight
specifications from suppliers will refer to air dry weight of the fiber with a standard equivalent
to eighteen (18%) percent moisture. Mulch material will be marked by the manufacturer to
show the dry weight content.
D. Tree root anchor: ArborGuy tree guying system by GreenBlue Urban, 1-866-282-2743, or
approved equal.
E. Filter fabric: Dewitt's Pro-5 Weed Barrier, 5 oz. woven, needle punched polypropylene fabric
or approved equal.
F. Water: Water will be available on site.
2.7 Source Quality Control and Tests
A. Section 01 40 00 - Quality Requirements: If existing, excavated, on-site soil is to be reused,
provide a chemical analysis of existing topsoil.
B. Soil analysis will ascertain the percentage of nitrogen, phosphorus, potash, soluble salt,
organic matter and pH value. Contractor will indicate, by test results, information regarding
necessary soil amendments to support plant growth.
C. Testing is not required for imported soil if recent tests are available. Submit these test results
LANDSCAPE PLANTING 32 93 00 - 6
to the Landscape Architect for approval.
D. Soils analysis must be dated within 45 days of installation of topsoil.
PART 3: EXECUTION
3.1 General
A. It will be the responsibility of the Contractor to locate and protect all utilities and existing
feature (including vegetation)on the work site. Any damage caused by the Contractor or
Subcontractor will be immediately repaired or correct by the Contractor at no expense to the
Owner.
B. In order to protect the site from excessive erosion, planting will be completed as soon as
practical after the completion of final grading. Contractor will coordinate the actual start of
planting operations with Landscape Architect.
C. Planting will be performed during those periods when weather and soil conditions are suitable
and in accordance with locally accepted practices.
D. Plants will be grown in containers as indicated on the plans. Plants will remain in those
containers until transplanting.
E. Contractor is responsible for establishing a healthy and full stand of lawn. Contractor will
maintain seeded areas until established and approved by Landscape Architect. Provide
temporary irrigation as required for grown of a full stand of lawn.
3.2 Observation
A. Observe site prior to construction and accept site when satisfied with conditions. Landscape
Contractor will be responsible for shaping all planting areas as indicated on plans or as
directed by Landscape Architect.
B. Observe trees, shrubs and liner stock plant material for injury, insect infestation and trees and
shrubs for improper pruning.
C. All planting beds will be free of any deleterious materials, including but not limited to concrete
debris, trash, buried organic material, and base material from drive and building construction.
D. Do not begin planting until deficiencies are corrected or plants replaced. Do not start work
until grading is complete and approved by Engineer or Architect.
3.3 Soil Preparation
A. Preparing subgrade:
1. Prepare subgrade to eliminate uneven areas. Maintain profiles and contours. Make
changes in grade gradual. Blend slopes into level areas.
2. Remove foreign material, rocks, base material, weeds and undesirable plants and their
roots. Remove contaminated subgrade.
3. Till subgrade to a minimum depth of six (6") inches areas where plants are to be placed.
4. Till subgrade to a depth twelve (12") inches areas where soil has been compacted by
construction activities.
B. Placing topsoil:
1. Place topsoil during dry weather and on dry unfrozen subgrade.
2. Spread topsoil to a minimum depth of four(4") inches over bed areas. Rake smooth.
3. Spread topsoil to a minimum depth of two (2") inches over sod and seed areas. Rake
smooth.
4. Remove organic matter and foreign non-organic material from topsoil while spreading.
Break up soil clods as possible, remove those that cannot be broken.
5. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage.
6. Install topsoil in pits and beds intended for plant root balls, to a minimum thickness of 6
inches.
C. Final grades:
1. Minor modifications to grade may be required to establish the final grade.
2. Finish grading will insure proper drainage of the site as determined by the Landscape
Architect. Surface drainage will be away from all building pads.
3. Grade all areas so that the final grades are one (1") below adjacent paved areas,
LANDSCAPE PLANTING 32 93 00 - 7
sidewalks, valve boxes, edging, concrete headers, clean-outs, drains, manholes, etc., in
lawn areas and in bed areas.
4. Eliminate all erosion scars prior to mulching and commencing maintenance period.
D. Dispose of any unacceptable soil or debris offsite. Excess soil may be spread on site.
3.4 Pre-plant weed Control:
A. Eliminate all existing Bermuda grass in lawn areas by spraying with a non-selective systemic
contact herbicide. Follow manufacturer's directions for applications.
B. Clear and remove existing weeds by grubbing weeds over the entire area to be planted.
C. Prior to planting install pre-emergent per manufacturer's recommendations.
3.5 Tree planting:
A. Protect all areas from excessive compaction when trucking plants or other material to the
planting site.
B. Till area two to three (2-3) times the size of the rootball of tree to be planted to a depth of
twelve (12") inches.
C. Excavated pits will:
1. Have vertical sides with roughened surfaces
2. Be twice the diameter of the rootball
3. Be the same depth of the rootball, such that the top of the rootball is level with finish
grade
D. Do not bury root flares.
E. Face trees with fullest growth to most visible direction.
F. Trees will be backfilled with:
1. 4-way landscape mix
2. One (1 lb.) pound of fertilizer per one (1 c.y.) cubic yard of mix
3. Agriform tablets (see manufacturer's specifications for number of tablets per tree)
G. Trees which settle deeper than the surrounding grade will be raised to the correct level. Do
not bury root flares. Additional backfill will be added as necessary.
H. If B&B is specified, remove any polyethylene rope from rootballs and trunks. Bend 1/3 of wire
down away from trunk and rootball.
I. Tamp soil as backfilling occurs to minimize settling of soil.
J. After backfilling, construct an earthen basin around each plant. Each basin will be four (4")
inches deep. Basins may be constructed of existing soil, amended backfill materials, or
mulch.
K. Install a two (2") inch thick, four(4')foot diameter of mulch at each tree. Mulch will be set
back six (6")from root flare.
L. Pruning will be limited to the minimum necessary to remove injured twigs and branches.
3.6 Bed planting:
A. Add soil amendments to existing soil/topsoil as needed for bed preparation. The final soil mix
will be:
1. landscape mix and one (1 lb.) pound of fertilizer per one (1 c.y.) cubic yard of mix. Install
Agriform tablets per manufacturer's recommendations.
B. Shrubs, perennials and groundcovers will be planted in straight rows and evenly spaced,
unless otherwise noted, and at intervals as called out on the drawings. Triangular spacing will
be used unless otherwise noted on the drawings.
C. Install a two (2") inch layer of mulch in plant areas, unless otherwise noted on drawings.
D. Water plants by hose after planting until the entire area is soaked to the full depth of each
hole.
E. Exercise care at all times to protect the plants after planting. Any damage to plants by
trampling or other operations will be repaired.
3.7 Installing lawn:
F. Fertilizing
LANDSCAPE PLANTING 32 93 00 - 8
1. Apply fertilizer at the rate specified by manufacturer, based on recommendation from soil
analysis.
2. Apply fertilizer after smooth raking of topsoil, and no more than 48 hours before laying
sod.
3. Thoroughly mix into upper two (2") of topsoil.
4. Lightly water soil to aid the dissipation of fertilizer.
G. Laying Sod
1. Moisten prepared surface immediately prior to laying sod.
2. Lay sod immediately after delivery to site; within 24 hours after harvesting to prevent
deterioration.
3. Lay sod tight with no open joints visible, and no overlapping; stagger end joints twelve
(12") inches minimum. Do not stretch or overlap sod pieces.
a. Fill gaps between sod squares with top dressing.
4. Lay smooth. Align with adjoining grass areas. New finish grade and existing grade will be
flush.
5. Place top elevation of sod mat one (1") inch below adjoining edging, paving, or curbs.
6. Slopes:
a. Slopes 3:1 and greater will received solid sod per specifications.
b. Lay sod perpendicular to slope and swales and secure ever row with wooden pegs at
maximum two (2')feet on center. Drive pegs flush with soil portion of sod.
c. Prior to placing sod on slopes exceeding eight (8") inches per foot, or where
indicated, place reinforcing mat over topsoil. Securely anchor in place with wood
pegs sunk firmly into the ground.
7. Water sodded areas immediately after installation. Saturate sod to 4 inches of soil.
8. After sod and soil have dried, roll sodded areas to ensure good bond between sod and
soil and to remove minor depressions and irregularities. Roll sodded areas with roller not
exceeding 100-150 lbs. per linear foot of roller.
H. Should construction last longer than twenty (20) days beyond specified finish date with any
area of lawn in disrepair or in an unacceptable state to Landscape Architect or owner,
Landscape Contractor will install solid sod in sod or seed areas to complete project with no
additional cost to Owner.
I. Leave four(4')foot diameter ring around each tree, whether newly planted or existing, free of
turf material. See section 3.5 Tree Planting.
3.7 Miscellaneous Materials
A. Tree root anchors: Install per manufacturer's recommendation.
B. Pruning: At no time will new trees or plant materials be pruned, trimmed or topped prior to
delivery. Any alteration of their shape will be conducted only with the approval of the
Landscape Architect.
3.8 Areas Disturbed by Construction
A. Recondition areas disturbed by construction operations including, but not limited to, graded
areas, laydown areas, construction trailers and movement of vehicles.
B. Till all compacted areas to twelve (12") inches depth. Rake smooth and free of any rock or
other deleterious materials. Apply sod or seed as specified on the drawings. Install temporary
irrigation as required to establish these areas.
C. Slopes 3:1 and greater will receive solid sod per specifications. This will apply to areas on
site whether or not identified on the plans.
3.9 Maintenance of Site (While Under Construction or Until Final Acceptance)
A. Maintain all plant materials and trees by watering, cultivating, weeding, spraying chemicals,
cleaning and replacing as necessary to keep landscape in a vigorous, healthy condition.
B. Contractor is responsible for maintenance whether or not existing or new irrigation system is
operational. Notify the Owner and Landscape Architect for any deficiencies in the irrigation
system. Failure to do so does not relieve the Contractor from replacing plant materials that
have died.
LANDSCAPE PLANTING 32 93 00 - 9
C. Water plant materials necessary to keep top two (2") inches of soil moist, or as necessary to
encourage growth.
D. Remove weeds and foreign grass from bed and lawn areas weekly. Herbicides may be used
when required. Rake bed areas as required. Work will not be accepted with a presence of
weeds in landscape.
E. Mow and edge newly planted lawns as necessary to maintain two (2") height.
F. It is the responsibility of the Contractor to ensure plant material is in vigorous, healthy
condition. Apply fertilizers, herbicides, pesticides, and fungicides as necessary per
manufacturer requirements and state and local codes as necessary to encourage growth and
to control pest, insect, or fungal problems.
3.10 Clean Up
A. Contractor will maintain a clean and neat site throughout construction. This includes, but is
not limited to, picking up and disposing trash daily. Do not allow trash or other debris to be
scattered by wind or rain.
B. After all planting operations have been completed, remove all trash, excess soil, empty plant
containers and other debris from the property. All scars, ruts or other marks in the ground
caused by this work will be repaired and the ground left in a neat and orderly condition
throughout the site.
C. The Contractor will leave the site area broom-clean and wash down all paved areas within
the contract area, leaving the premises in a clean condition. All walks will be left in clean and
safe condition.
3.11 Observation Schedule
A. The Contractor will be responsible for notifying the Landscape Architect in advance for the
following site visits:
1. Pre-job conference
2. Plant material review
3. Plant layout review
4. Soil preparation and planting operations
5. Final walk-through
B. No site visits will commence without all items noted in previous Observation Reports either
completed or remedied.
END OF SECTION
LANDSCAPE PLANTING 32 93 00 - 10
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
EVALUATION OF EXISTING PAVING
FOR
WOODWORTH BOULEVARD
IN
PORT ARTHUR,TEXAS
REPORT NUMBER 22241
REPORTED TO:
CITY OF PORT ARTHUR
C/O ARCENEAUX WILSON& COLE, LLC
3120 CENTRAL MALL DRIVE
PORT ARTHUR,TEXAS 77642
JULY 2022
PREPARED BY:
SCIENCE ENGINEERING, LTD.
P.O. Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science engineer.com
EVALUATION OF EXISTING PAVING
Woodworth Boulevard
Port Arthur,Texas
INTRODUCTION
The study reported herein is an evaluation of existing paving on Woodworth Boulevard in
Port Arthur,Texas.
AUTHORIZATION
This investigation was authorized by Mr. Joe M. Wilson, Jr. by signed proposal dated
September 13, 2022.
SUBSURFACE EXPLORATION
The subsurface exploration for this project was accomplished by means of forty-eight (48)
undisturbed sample core borings drilled to depths of approximately one (1) foot below
existing ground surface. Approximate locations of the borings are shown on the attached
boring plan.
SUBSURFACE INVESTIGATION
The subsurface investigation consisted of drilling four-inch nominal diameter core borings
to determine thickness of existing material.
LABORATORY INVESTIGATIONS
All samples from borings were examined and classified in the laboratory by a soil
engineer, according to procedures outlined in ASTM D-2488. Laboratory tests were
performed on selected soil samples in order to evaluate the engineering properties of the
soil in accordance with the indicated standard procedures.
ASTM Standard
______i
Atterberg Limits [Liquid Limit(LL), Plastic Limit D-4318
(PL), Plasticity Index (PI)]
Soils Classification D-2487
Atterberg limits tests were performed on the appropriate cohesive samples. The results
of these tests are shown on attached boring logs.
2
SUBSURFACE CONDITIONS
Specific types and depths of subsurface strata encountered on the site are shown on the
attached boring logs. Review of the boring logs indicates that generalized stratography is
approximately as follows:
Stratum No. Average Depth, Soil Description
feet
0.00 - 0.37 Asphalt
ll 0.37—0.88 Concrete
III 0.88— 1.00 ( Dark Gray SILTY CLAY(CO
The near surface soils are "CL" type soils when classified by the unified soils
classification system. This type soil normally exhibits moderate swell potential during
seasonal moisture variations.
Hydrostatic water was not encountered at the time of drilling.
FINDINGS
1. Asphalt encountered ranged from 1.87 inches to 5.62 inches, with an average
thickness of 4.50 inches.
2. Concrete encountered ranged from 4.00 inches to 11.00 inches, with an average
thickness of 6.17 inches.
3. On boring B-1, we observed base at approximately six (6) inches.
4. Subgrade below the concrete is Dark Gray Silty Clay with LL ranging from 25 to 50
(with a weighted average of 33.2) and PI ranging from 8 to 29 (with a weighted
average of 15).
3
LIMITATIONS
The conclusions and recommendations given in this report are based on the analysis of
the data collected for this project. Additive conclusions or recommendations made from
this data by others are their responsibility.
Our study is based on the data obtained from soil borings made at the locations shown on
borings plan. The nature and extent of variations between borings may become evident
during construction. We should be requested to observe exposed conditions. After
making these observations, and noting the engineering significance of variations, we will
advise you of any changes in recommendations believed appropriate.
We appreciate this opportunity to provide our services to this project. Please let us know
if you require additional information. Thank you.
Respectfully submitted for the firm,
TBPE Registration No.4060
r*: :kr
YWSEF RAHMANI
66273
Yousef Rahmani, P.E.
President
Encl.: Boring Plan
Boring Logs 1 —48
Geotechnical Chart/Symbols
Copies: 1 Client
1 — SEL File 22241
YR/mr
4
GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
C� � i
Report Number 22241
T
I
C
F
2
•NTH ST PET
� �; I 1
s
g
6
Ilk-
,8-4 r—I
1
l 3
j 1 -
1i
•Ilk / i B-2
ncn ,
B-1
WOODWORTH BOULEVARD
PORT ARTHUR, TEXAS
BORING PLAN
OCTOBER 2022
NOT TO SCALE
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email, yousef@science-engineer.com
GEOTECHi1ICAL
® S E ENVIRONMENTAL
MATERIALS TESTING
Report Number 22241
_._W_._ µA;CN IINF STA l — p1ATC)I UN:-STA 40$Ji
+ 8-11 YH S BEET
B 1f) 1 - 8-15
\ I '
i I
1l
f
I
1
if
_J' 11 ' 111. I 1 at
j y B-14
6-13
et PRO"TER STREL�-9
B..8 1 _ i
I
{ �kJ., i I
a
1 O Z
l ,
I 1
-/ STH S REE1
B-12
t \\ : ,
S
B-7
L ±6
_
M. .HLO41 STA.50.0 ..ear,r INC STA 15._a
WOODWORTH BOULEVARD
PORT ARTHUR, TEXAS
BORING PLAN
OCTOBER 2022
NOT TO SCALE
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef @ science-engineer.com
6EOTECHNICAI
e SEL ENVIRONMENTAL
MATERIALS TESTING
NE STAt5iP0 Ott:„L,hE n,:.._ Report Number 22241
i
B-20 B-21 I
1
i {fia i
f . ( I
C 4 ` t
I Ir. I i ' • 11 \
t 1: alt
I:f __ t. B-24 ? B-23
11 l
l _
,1 I 'yr;
.-- -7 B-18 1
', i i jv
I�^ I I' 1
y
I I I` 1 l'
I
i `
i • - ._ B
1 /1\\
F
— — -- i. !I Ili,
ii 1
B 17
I i
� � #
i ; 4-
1 1 l 3l
Y _
v r,Nr h., IMTCN LINE STA TS O
WOODWORTH BOULEVARD
PORT ARTHUR, TEXAS
BORING PLAN
OCTOBER 2022
NOT TO SCALE
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
MEN S GEOTECNN1CAL
ENVIRONMENTAL
MATERIALS TESTING
Report Number 22241
B-32 i B-33
!ti - S
8-28
III , c
I
8-31
B-26 I B-27 I
•
e ,,
I
B-30 8 29
B 25
WOODWORTH BOULEVARD
PORT ARTHUR, TEXAS
BORING PLAN
OCTOBER 2022
NOT TO SCALE
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax (409) 982-0619
Email: yousef@science-engineer.com
UMW S GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
c. ‘,,,o.o. Report Number 22241
MAYCK LINt$tA 1 5...00 L'
-:--I' -r.- --1----''--- -•-..*- - -,- ''..-1-7---- -- -
t -
J
, .
1 S
M• I' STREET 6
B-36 . B-40 ._-
1 i
' 7Th
I . i
f 1
ii
. ,
fk
..,B-311 , B 39 t •
it
B-35
.... g
- ' 0
•
B-34
—
'
i. r .
, ......) Q..) .
. . .....
.
B-37
•
A ,f
WOODWORTH BOULEVARD
PORT ARTHUR, TEXAS
BORING PLAN
OCTOBER 2022
NQLTO_SCALE
RO.Box 2048 Nederland, Texas 77627 15h: (409) 982-0686 Fax: (409) 982-0619
Email yousef(4 science-engineercom
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
Report Number 22241
_._MATb INC Srw 1.00
1 �
e j 0.
8-44 8-45
S
8-48
ti
1'
- O
m .
a
B-43
8-47 Li
•
_ B-46
itt
B-42 .8-41 ,
1
MATCH LINE STA 10• O ODWORTH BOULEVARD M�rC,�,N`�.~5•�
PORT ARTHUR, TEXAS
BORING PLAN
OCTOBER 2022
NOT TO SCALE
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEGFECHNICAL
UMW ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-1 Date of Report: 10/26/2022
Location: _ See Attached Boring Plan Date of Boring:09/27/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
1'3 Z15 z
STRATUM DESCRIPTION o y W
ce d _- z
w (a- U 2 J t� may. V) 0 G= W
stE
a O es
W�Y
Y z _ G t. 0. Z U
4.00' Ashpalt
6.00' Base
Bottom at 1 Foot
_ 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B 2 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 09/27/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
STRATUM DESCRIPTION W+ H 5LL
G Z t Z W W W y t~
LL "Ls 0 i - H o W
L� N N 0 N Y 0 a' 2j
w0
C m 0 e g. a C- a 2 a A.
_ 4.00"Ashpalt
8.00'.Concrete
•
1' Dark Gray SILTY CLAY
_ 29 17 11 •
CL
Bottom at 1.5 Feet
2' 1. Water was not encountered
—
_ during drilling.
•
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef®science-engineer.com
MEP S GEOTECNNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas _ Project No: 22241
Boring Number: B-3 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 09/27/2022 _
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
•
a" co
STRATUM DESCRIPTION K t c z {r{/ {y,�
,13r Qa. 6 AA W W O i N
V g m J C F- N p = y Z E
L il
4.75"Ashpalt
.
4.00"Concrete
~ Dark Gray SILTY CLAY
—
1' 32 17 15
_ CL
Bottom at 1.5 Feet
_ 2' _ 1. Water was not encountered
during drilling. -
-
P.O,Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
GEOTECHNICAL
S ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-4 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 09/27/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
s STRATUM DESCRIPTION CL z PAS W
w ll 0 as a m -
y Y * Z ,
OO N f G O QQ L g ¢ Wm f1
= 4, 4.00' Ashpalt
5.00'.Concrete
Dark Gray SILTY CLAY
1'
CL
Bottom at 1.5 Feet
_ 2' _ 1. Water was not encountered
during drilling.
.- -
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECNNICAL
e SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
_
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-5 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 09/27/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
o
s STRATUM DESCRIPTION
r r i z d W E W y
µ�,y1
G V ay _ 1M1 O LL W
�Y V v K 1:J
O C p - W grz
i . fy/l a W _ g a a TT: 0. ii d V. g O S
m�'} 5.00' Ashpalt
v.
4.25 Concrete
Dark Gray SILTY CLAY 29 17 12
1'
CL
Bottom at 1.5 Feet
_ 2' _ 1. Water was not encountered
during drilling. a
P.O.Box 2048 Nederland,Texas 77627 Ph: (409)982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING-
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-6 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 09/27/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson, PE
SHEAR STRENGTH
o W X
o STRATUM DESCRIPTION a �_ z GA Wcr
W y
s
a V 2 _ G GJ ti d Z y r
re LAa z s
o a m 3 0 d S d a 2 o a r2 = o C
4.50"Ashpalt
tr
4.25 Concrete
Dark Gray SILTY CLAY
CL 31 17 14
Bottom at 1.5 Feet
1. Water was not encountered
during drilling.
r
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-7 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/03/2022
Dry Auger: 0 to 5 Feet Authorization: Mr,Joe Wilson,PE
SHEAR STRENGTH
c STRATUM DESCRIPTION a Z H H
u. r C a W r.
WW O N =' J HC2 y
FI1
d I
W H1 : fldH
g G,, 4.5
0"Ashpalt
— -Ti
5.25'C
oncrete
.._� __ Dark Gray SILTY CLAY _____._CL.
1' Bottom at 1�Foot
1. Water was not encountered _
during drilling.
—
— _
i_ _ ,
- —
• —
1— —
1— —
P,O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef®science-engineer.com
GEOTECNNICAL
.1.. SE ". ENVIRONMENTAL
MATERIALS TESTING
_._ OG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-8 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/03/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
.... $ STRATUM DESCRIPTION �rZ�u }Cd v—�
yWj Ja.
u N �_ . g rr - Z y
O H Q W .. V 2 Z w
m a 3 c a cws I3 ,�, O s z
C V g W
°�' � 2 0 a � C g W z
c
ida , m 3 + a s d a t cZ vi
2.50' Ashpalt
8.50' Concrete
Bottom at 1 Foot
~ 1. Water was not encountered
— during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-9 Date of Report 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/03/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
o STRATUM DESCRIPTION {=y a
K Z Q
t 3 Z > v C. f'- V1 O W J
Z
m a u°C, C o FF ut
3 �i c`�e be o a
) O Q S o 5 5 W G o W ti x o
435 a a, d Z a a. c� cn
1.75' Ashpalt
6.75'Concrete
Dark Gray SILTY CLAY with shell
CL
1 •--• ------- --------------
Bottom at 1 Foot
—
1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
UMW S 6EOTECHNICAt
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING _ -- -
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number. B-10 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/03/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
0 STRATUM DESCRIPTION Zz Vy W a a
W = - `- - a' z y S
= la
C P.
tC W B i.7 C tt g ru t Z d z
5, Te Se 0 4 m d In 5 co N ]C 4i U g W
o `� m 3 0 = S _a. d O. z d i ... = ct tnn
,,t}z 5.00' Ashpalt
• —
5.75' Concrete
:di --_--_DarkGraySILTYCLAY CL-_ -- -
le i
Bottom at 1 Foot
- 1
_ _ 1. Water was not encountered
during drilling.
—
—
_ .
r— —
—
r, — .
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef®science-engineer.com
GEOTECHNICAL
e SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard _
Port Arthur,Texas Project No: 22241
Boring Number: B-11 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/03/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
3 STRATUM DESCRIPTION d o r
H H Zr N W 0 H
cc
ai v 2 =' = C ' h O i y F
= m a 3 F y C?' E N E R F d W
a m _ 3 c SI ; s Z 2 ar'j ci u E
4.25 Ashpalt
? .Ij
—
6.50' Concrete
Ill ._____Dark Gray SILTYOEM.CLAY CL
~ Bottom at 1 Foot
_ 1. Water was not encountered
_ _ during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef0science-engineer.com
immir S E GEOTEGHNICAI
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-12 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/03/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
—
s
STRATUM DESCRIPTION d 0 4 W o
f
�.. yrZJ st Z N 1u
W p in O t- W
= yy 4J13
Q 7g d Z
O J O�. 4 O. Z 6p kI Hg B E
4.75'Ashpalt
5.75'Concrete
Dark Gray CLAY--_-_- .--__ -_-_. CL 14_ 32 18
Bottom at 1 Foot
_ 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
UM. SE ENVIRONMENTAL
MATERIALS TESTING
OG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-13 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/05/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
STRATUM DESCRIPTION LE'
¢
Wt y
S 2 t: Y. - W N
11. c L 41.1
,3 Z U g y o Z � E
m 6. . C C G' pF�
5,00'Ashpalt
5.00'Concrete
,d4 Dark Gray SILTY CLAY._ . CL.
1 Bottom at 1 Foot
— 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
MOM ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-14 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/05/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
0 z
STRATUM DESCRIPTION a. y
t _ r rr M ewe E y t
u. O N CCC J C Z A lu W f,�
Ln d C Q N ii A tY lY p d Zpjee
Tie m _ a Mt a z d a ec � Q �n
4 5.25"Ashpalt
6.50"Concrete
••-• ...."••M•••_ • ••Bottom atl Foot
_..�."
1. Water was not encountered
—
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef @science-engineer.com
GEOTECHNICAL
i SE ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-15 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/05/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
o STRATUM DESCRIPTION - W W H
- - W N
O y Q -
W V HQ Q W �.
4.50'Ashpalt
5.50 Concrete
Dark Gray SILTY CLAY CL
1' _
Bottom at 1 Foot
— — 1. Water was not encountered
during drilling.
—
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
GEOTECHNICAL
S ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-16 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/05/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a STRATUM DESCRIPTION ° Z
yr"/ yyW O w 2 F.cc d Mpg'-' .Te �t y x
LL Ca y.y/ } E5 Z _ E ~ � i t t9 i W W
O
pe Z W v Q
4.,f 5.13'Ashpalt
._- _ 6.25 Concrete
Bottom at 1 Foot
—
1. Water was not encountered—
during drilling.
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409)982.0619
Email: yousef@science-engineer.com
.11111= S GEOTECHNICAI
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number. B-17 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/05/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a ir. x u
riSTRATUM DESCRIPTION a i W T
y� a 0 N i_ °- 2
= I
J N � I
O hflthifi
3 �+' o O. O`� m
4.25 Ashpalt
6.75"Concrete
Bottom at 1 Foot
- 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECHNICAI
, S ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: 8-18 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/05/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
o STRATUM DESCRIPTION o H °�
s r t y 1 E E o
0. y Z ~ rZ0. N Q z a
O LL W
�- O N C. W C Z G
W d O < , O W p ? z. Z p W
Q 4 m --._._. g G s 0. d 0. Z 0. 0. C g V E
4.13"Ashpalt
6.00"Concrete
- -1 ,
- -/"
,iI _.__._DarkGraySILTYCLAY._..___ CL 30 18 12
.1'
Bottom at 1 Foot
- - i
_ 1. Water was not encountered
during drilling.
- - . - -
- -,
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef®science-engineer.com
GEUTECHNICAL
e SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-19 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/07/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
,
SHEAR STRENGTH
a W �
o STRATUM DESCRIPTION W cc
.j: O N C W p ►+ z y C9
3g ' F G~ Y O
c 40 m . T C J 6. G d Za. Ci
4
*; 4.75'Ashpalt O
} +.
-
- 6.38"Concrete
f' Bottom at 1 Foot
—
1. Water was not encountered
during drilling,
—
r —
r
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
IBM S GEOTECttN1CAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-20 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/07/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a STRATUM DESCRIPTION d o y
U. k - N WW E 0 g
EJ W U. 2 - L 4 W M H
L y O IL
u. o � v� {� i
47 1 , 0. a d d z d . C. g e a
— A° {* 5.25 Ashpalt
6.50'Concrete
1' Bottom at 1 Foot
_ 1. Water was not encountered
during drilling.
r —
— — r
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982.0619
Email: yousef@science-engineer.com
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-21 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/07/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
o STRATUM DESCRIPTION d e= 3 a W cc
E W
W 0 0 2 d - 2 a re? a
U U y C W
Wthffl
• 0 P. O ;It Ncca i
4 75"Ashpalt
5.88"Concrete
1
Bottom at 1 Foot
— —
_ 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
GEOTECHNICAL
15 SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-22 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/07/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
s STRATUM DESCRIPTION d o ZILO
-- Q WW �y I/J CA
W H
a. E -O l Ri QCi6hflthili
7�
4.25'Ashpalt
5.75"Concrete
—;
Dark Gray SILTY CLAY CL 33 19 14
Bottom at 1 Foot
~_ ^_ 1. Water was not encountered
during drilling.
— -4
L. -
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
IIIIIIMWS ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING-
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-23 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/07/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a?
o STRATUM DESCRIPTION 6� a±S :
W Y0 cA a m ^ a• - O z y
, ', 4.75'Ashpalt
_ ' .
_ _ 6.75 Concrete
H- -4
1' _
~ Bottom at 1 Foot
~_ 1. Water was not encountered
during drilling.
—
r— —
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
1111111111/ ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-24 Date of Report: 10/26/2022
location: See Attached Boring Plan Date of Boring: 10/07/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
STRATUM DESCRIPTION d y
• d a 2 y 1 W c x. y
F co d N W VIC Z f�
a 0 > 5 N dq4 ar fi Z LL V W
r WQ_ a m �__.� _
3 a a a S �" z a a 4
4.50' Ashpalt
7.00'Concrete
Dark Gray SILTY CLAY CL
Bottom at 1 Foot
-
- — 1. Water was not encountered
during drilling.
— —
P.O,Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef®science-engineer.com
N
S E ENVlRONMFNTGEOIEGNICAL AI
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-25 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/11/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
STRATUM DESCRIPTION } y W H
LL O ¢ F Q Z C7
2 O O = G N v 6i . W
19„ m Q 4 , a. d d 2 4 0. In t; N
*, 4.25 Ashpalt
vr.P
,` 11.00'Concrete
-
Bottom at 1.2 Feet
_ 1. Water was not encountered
during drilling.
r -
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email:yousef@science-engineer.com
GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG 01 BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-26 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/11/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
o STRATUM DESCRIPTION 6
0
tR t.1 WZz
N
Z _ Vd Np NW F F � Oa
p> aaa ckfCI z a a.
r 5.63 Ashpalt
�Nrz 6.25 Concrete
f 4 1•-mm--w-Bottarn•atl Foot••-••-•••
—
1. Water was not encountered
~ during drilling.
—
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-27 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/11/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
8 LL y W y
STRATUM DESCRIPTION z _
g
c a 5 S S a z E `r # o cmi ,5
4.25"Ashpalt
8.50"Concrete
1' _
Bottom at 1 Foot
1. Water was not encountered
-
- — during drilling.
- -
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
GEOTECHNICAL
SEL. ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-28 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/11/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson, PE
SHEAR STRENGTH
STRATUM DESCRIPTION a E
f a W
aH
= m 6. H O G ' C N 0
cs
14 goo d ��" z a a. =
_ ,; 4.00' Ashpalt
— 6.25"Concrete
Dark Gray SILTY CLAY CL 50 21 29
1'
Bottom at 1 Foot
_ 1. Water was not encountered
—
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
UMW S GfOTE
ENVIRONMENTCNNIGALAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-29 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/11/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
I; STRATUM DESCRIPTION r O co
W d H Z ¢ y
s,, t c W
.� d U z a m o. � o w W =
E.LU.
m a 3 F C 9 LI R Y E ii g r E
m } 0 = 4 d d d Z G 6 H = C.3
4.83'Ashpalt
-No 4
—
6.25 Concrete
Bottom at 1 Foot
1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
eSEI.. ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number. B-30 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/11/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
x ca
STRATUM DESCRIPTION d =• y W
F>- a.a E kw , to .Y
IT 0 1' a = hUthfll
. a _ 3t o _�
4.63"Ashpalt
6.00"Concrete
- 1
Bottom at 1 Foot
— 1. Water was not encountered
during drilling.
— —
— -1
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
IIIIIIIIIIIr E ENVIRONMENTAL
MATERIALS TESTING
LIMIWYORING-
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-31 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/13/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
de
cl
o STRATUM DESCRIPTION d C Z "' W 0 W
W O J N C W G H tL Z d C9
CO el a a d
— '4 -,,
4.50"Ashpalt
� 8.13' Concrete
.
1' Bottom at 1.2 Feet
— —
— 1. Water was not encountered
during drilling.
—
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef®science-engineer.com
GEOTECHNICAL
e SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-32 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/13/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
STRATUM DESCRIPTION d a ti
U.
t z * E E o
W ' z y
.d �y S 1..1 �, J C0 V yy Q LL W Is
m O. 3 cc cc G G p F - E Y E G E
. z
a c o i. w ,°it o
m
a Iq Q0 _ 3 0 a a ° Z 4 V. C a �ii
,5 4.50'AshpaltF
6.25 Concrete
1' Bottom at 1 Foot
- 1. Water was not encountered
during drilling.
1
P.O.Box 2048 Nederland,Texas 77627 Ph: (409)982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-33 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/13/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
aeCD
s STRATUM DESCRIPTION z d y
� Z N toEcg
O J CAZ ' V 61 col• Z ce
W V
4.88"Ashpalt
6.25"Concrete
Bottom at 1 Foot
_ 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-34 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/13/2022
Dry Auger. 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a S
a STRATUM DESCRIPTION zcc
N
cn
LL G 60.1 t a oo InhHhHi.- 4 p0 a. I
4.63' Ashpalt
6.25"Concrete
Bottom at 1 Foot
_ — 1. Water was not encountered
during drilling.
—
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
N... SEL. GEOTECHHICAI
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-35 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/13/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
STRATUM DESCRIPTIOfia
N
y git: O � �'. � � �r N G Z y F
,�. O N OC W V a lai 2 Y- a et G7
5, ? 0 4 C 0 5 5 M d O ul y Z G 0°
o 19, m 3 0 = a A. d a s a. a = 0 In
• 4.00'Ashpalt
.�
5.75 Concrete
1' Dark Gray SANDY CLAY CL
Bottom at 1.2 Feet
_ _ 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
- --LOG-OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-36 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/13/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
LL x c.1
s STRATUM DESCRIPTIONki z o
tj�
u Q.va = _ > H O W
•rx m 3 cihifihifi
4.63'Ashpalt
6.88"Concrete
Bottom at 1 Foot
— — 1. Water was not encountered
_ during drilling.
r —
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
•
GEOTECHNICAL
e SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-37 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/18/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
W
STRATUM DESCRIPTION + Z �.
y d. C.i Z J V CyNt p© G: �y G,
,,0 t 4.63"Ashpalt
•
it 1
~ 6.13 Concrete
•
1' Bottom at 1.2 Feet
— _ 1. Water was not encountered
during drilling.
—
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECNNICAL
SEL ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-38 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/18/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
c STRATUM DESCRIPTION y cc W y
t t eE E a .
1i a o z X �Z1 E bra t p x y i=
Ii .
a c g e� : fldU
,, 5.13"Ashpalt
6.63'Concrete
�• Bottornatl Foot
��—��—�- .
1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
sEL 15
ENVIRONM ENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-39 Date of Report 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/18/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a a '�S z
o STRATUM DESCRIPTION z d Z W
LL t 1 W E O 7L H
= m S 9 F � C7 �V Y W O g Z
c , 4 a� 3 c m a. 6 — CLEfi z a 6 id `0. = 0
1'* 4.75"Ashpalt
6.50"Concrete
r ,
1' Dark Gray SILTY CLAY CL 34 20 14
— Bottom at 1.2 Feet
—_ —_ 1. Water was not encountered
during drilling.
—
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
MEW S cEorEcNNlcat
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number. B-40 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/18/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a. x ca
o STRATUM DESCRIPTION Z W H
s d Z
U- 6 442 z m y ., NQ C W W
Y Q O a 0.A
.. {9 �_ — ,
+w 4,75' Ashpalt
5.75"Concrete +
1'
Bottom at 1 Foot
_ _ 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
1111.111111, S GfOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING -Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-41 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/18/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson, PE
SHEAR STRENGTH
g STRATUM DESCRIPTION z H W E.
LL d C.7 Z V V v, O u. W E
'L^ O 9Q )- > . — yidca U �22 t� W
q Y C , T O g G U d U. 2 . U. g UU it
..- - 4.25 Ashpalt
,,,0 —
6.13"Concrete
—\
Bottom at 1 Foot
— — 1. Water was not encountered
durin— — g drilling.
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
CEOTECHNICAI
SEL ENVIRONMENTAL
MATERIALS TESTING
OG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-42 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/18/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson, PE
SHEAR STRENGTH
STRATUM DESCRIPTION = z y W
µt1 ~ CS a
m d N W caw 9 Cd N Y f:, O 6. W
o2 '2 O q a
o d d If' Z d g u
y as
4.00' Ashpalt
‘ .,.
6.63"Concrete
Bottom at 1 Foot
1. Water was not encountered
- —
during drilling.
— —
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
1.111111' S 6EOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-43 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/21/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a " ti i
o STRATUM DESCRIPTION a H W W y
Y.
rw a � zt
u_ c a. 6 Z g cj U yp o0 Z ill t,
r its
_ CQ 0 > > � E oE
g p G d a- d d Cg E- W
O -, OD
"
4.75' Ashpalt
5.25` Concrete
w -, ,
AI`•• Bottom�at1Foot•�l'
_ 1. Water was not encountered
~ during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409)982-0619
Email: yousef@science-engineer.com
ENVI 1111111111111 GEOTECHNICALS RONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-44 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/21/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a ca
o STRATUM DESCRIPTION c z y ,., o �++ "n
x C Te a W y
W o N 2 j a Z
4 J W C Z J G. G.7 y O Z C 6
n F. CO _ 3 0 _ = _ g d a- d z a It = B
R. 4.50"Ashpalt
:•..1
1—r-
6.75' Concrete
1' Dark Gray SILTY CLAY CL 46 21 25
Bottom at 1.2 Feet
1. Water was not encountered _
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
VIII= SEL GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-45 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/21/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
r " IS z
a STRATUM DESCRIPTION z h °� y, y
U
Ig Ez
aa cc es Lc
5.13'Ashpalt
6.00'Concrete
1'
Bottom at 1 Foot
1. Water was not encountered
during drilling.
r
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax (409) 982-0619
Cmnil• ..n,i cnf a cninnnn_nnninnnr nnm
...... S E I.. GEOTECHN1CAl
ENVIRONMENTAL
MATERIALS TESTING
OG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-46 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/21/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
6 STRATUM DESCRIPTION d o i °` cc
W 0�t }} >_ k Z Q LiJ a
y . F d _ Ct N i=
• O. 0 E I
0 V el hhIH
�' O Q a N W
„� 5.25 Ashpalt
Ito
5.88"Concrete
Bottom at 1 Foot
—
— — 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING _
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-47 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/21/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
SHEAR STRENGTH
a
s STRATUM DESCRIPTION F 15
t z L.-4o rCui
y '� C W
t. � Y. C.) 2 m 0 u V! O S W
5.00'Ashpalt
6.25'Concrete
Bottom at 1 Foot
— —
_ _ 1. Water was not encountered
— —
durin— — g drilling.
• —
r- —
P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef4science-engineer.com
mom SE GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
LOG OF BORING
Project: Woodworth Boulevard
Port Arthur,Texas Project No: 22241
Boring Number: B-48 Date of Report: 10/26/2022
Location: See Attached Boring Plan Date of Boring: 10/21/2022
Dry Auger: 0 to 5 Feet Authorization: Mr.Joe Wilson,PE
T , SHEAR STRENGTH
STRATUM DESCRIPTION a :
t N W
N
+yam! g t E z uO1
�' p Y0
W 'Z'
GIN, ` O 0. d Z
° 3.50"Ashpalt
vt
1M
7.50"Concrete
—
Bottom at 1 Foot
_ 1. Water was not encountered
during drilling.
P.O.Box 2048 Nederland, Texas 77627 Ph: (409)982-0686 Fax: (409) 982-0619
Email: yousef @1 science-engineer.com
GEOTECHNICAL
ENVIRONMENTAL
MATERIALS TESTING
KEY TO SOIL CLASSIFICATION AND SYMBOLS
SOIL TYPE SAMPLE TYPE
Gravel Sand Silt Clay
ail•`~1 J ' r 7 \
Sandy Silty Clayey
Predominant type shown heavy Un- Rock Split No
Disturbed Core Spoon Recovery
SOIL GRAIN SIZE
U.S. Standard Sieve
6" 3" 3/4" 4 10 40 200
•
Boulders Cobbles Gravel Sand Silt I Clay
Coarse I Fine Coarse I Medium I Fine
152 76.2 19.1 4.76 2.00 0.420 0.074 0.002 (mm)
PLASTICITY CHART
60
50
CH
40
Plasticity
Index 30 OH&MH
"A" e
20 CL
t0 CL-ML
r/Z. ML&OL
0
0 10 20 30 40 50 60 70 80 90 100
Liquid Limit
CONSISTENCY OF COHESIVE SOILS RELATIVE DENSITY
OF COHESIONLESS SOILS
Penetration Penetration
Resistance, Cohesion Plasticity Degree of Resistance, Relative
blows per foot Consistency TSF Index Plasticity blows per foot Density
0 - 2 Very Soft 0 - 0.125 0 - 5 None 0-4 Very Loose
2 - 4 Soft 0.125-0.25 5- 10 Low 4- 10 Loose
4- 8 Firm 0.25- 0.5 10 - 20 Moderate 10-30 Medium Dense
8- 15 Stiff 0.5- 1.0 20-40 Plastic 30- 50 Dense
15-30 Very Stiff 1.0- 2.0 > 40 Highly Plastic > 50 Very Dense
> 30 Hard > 2.0
P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619
Email: yousef@science-engineer.com
SECTION 0
QUALIFICATION STATEMENT
1
QUALIFICATION STATEMENT
SUBMITTED TO 1� �ck Cf1M-1 5O
BY 1
[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 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
OLY3'‘' °‘1.6
0-1
4. Have you ever failed to complete any work awarded to you? \ 4
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:
Ck-c5 IS2-e 519e 41'c evrt
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?
Jl1 ( ir
0-2
8. What portions of the work do you intend to sub-let?
j
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 item o eq ' ment 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
G C.V3ai
Dated t this U day of
20_ j
BY: y4.4ilait
TITLE:`
0-4
c- o g. o N n C) m C) = N KO '3 0 0 0 0
n Z v • o DJ . 0 .=' o X v,' DU co N.; n m n °6 0
(D Z o •• <' O CP o m o v m o a o O p n — 3
o nmm p W gi0O -p -DO ='' pOO
CD �
-, O to
oc a (o (n 7 - o �' ZD It Q C0•
c o m 0 C0 n- c .';z n
c Cn .�
2
o.
o
n c CnN) OCIK ) or 0 - 0E1 v DOo r v
at, _. �- Cn p (0 0 (D N
(D o o < n O'er (n -, c o — m (o = o r m r a e
a) < c (ll -0- co t (D 0 Q N CD (7 Q N CD (� Z
r.
r Crt = 740
ti(D O O (O C C.:5.
) C°• t 3
(D m 0�. O (Q n -on
(D (D
S o p O v. ., 0 co O CC O
N C) Iv 2) N 0 77 O -o
coCD
o ea o co
o -, (o illn
m 5
c
_O
Mc
'i 03 70
a og
tt0 01 -1 N.) is - -x N) -1 - Ca - 0) _a -.1 We0
'! N CS) CO 03 -P .P W In O W N O N.) O •�1 O O -, CA -1 CA n) N > 7
A .A .A J N O to A �1 a) c.,.) Cb co J .A co (Si -.I -, co c,.) c.) --' (n CA -• 3 ,
t7 co co O -I O W s (A N 0) 0 .A. 4 .P., CO 1 CD CA Ni -� CO W CO Ni O O C t_
Co "co O-co N -, A CO -I �I -I O -� a) N N O) N OO .A W 0) CJ� N CO .A 4 0 O
O Gt O co co C J A O C) O �I O (n -.i 1 N O �i CA C 3 CO N CO O .A O ,-, „z O Cr
co co O co0-1O o7 a) A O 0) O (O O 4 CO ut N Cr 4 CO O �1 —L O y
0 0 O O O -L O <O O O O O (n al Cc) O O O O O O Cn O 0)
W 00000 to O -P O O O O Ca) 0 0 0 -1 O O O O O O (n -.1
C) c) N.) 00 5cinr) p - 0Er- v v r 5 ,
v
n co m m m CO 5 m acnw- Q . 0 (D 3 (n CnQ- a
CD 0 Cnn * (n 5' m c , o' 0 m a) 7 O m j- o m v m m
a) < o m -0 , n (D m w v O n 5' 0 m " m 0 0 v gY
• r• a - � o CD 3 o co ] ' (n ) - m
m a. cl') a co Cl) �• {°cD C ' o a). co m r;
O CD C
Cl) v Cl) , � p - ,
v Cl) rt 3 ;.:
O O_ CD -n 7 CD
OCO
a = go CD =3 -Ch
(D m 7 G
.r) O
c N'
13.
O
n
7 77 77t L
N N) N) N N.) N.) N N N) N.) r..) N.) N.) N N.) r,..) N) NJ N.) Na N.) N.) N.) Z
(a) 0) co G) Cf.) W 0) 0) (a) co 0) 0) W 0) CA W N N N N N N
I 1 1 1 1 t 1 1 I 1 I 1 t 1 I 1 1 1 1 a
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0) (A W 0) CA 0) 0.) 0) W CA 0) CA 0) CO 0) (A W 0) CO CO CO CO CO 4..."§- Q'
J -.I -.I -.1 J 0) 0) 6) CD (n al (3) -P A 4 4. .A 0) Nai •x., CD
-A co Ni s -.1 0) c) C) 0) 0) alCO N., -� -I a) c.d.) ND 03 0.) NJ- rt. CD
Dz DC) � EEF„. 00 mDC) cng202F- < * C) C) N -
O • 7' ' —I -' p 0 3 N O (D 7' O co
0 0 0 0 a m o S o m 0O ° N m -_1 C) . c m a c0 -{ m m o -,
R <' < < 7 - <' �• < o C) .' 7 -Ti 7 no m cn �. 5 w CD 07N R a
N • D) N N nl c-) p N '< D) CD 0 C (� m O O 3 C) c O•< o N D C)
O 7 7 Cn n fD 7 ,;:.. (D (D 7 SD (D p X 0 (p g 7
w 7 m O a) #0 CD v 7 c m o C) m 7.
2 7 7 7 7 7
c�
' 2 = r co o m m `< cn (fl n
cCn 2 �_ n 0 co -
-z 0 3 co
o' `� m' 0) CD
xs 0
I cn
CD
a to
o
co N.
4
2cj - 0C) rnrz D'* OgCnT1 IF C) wC g00017 * 17G) KW '0Knm nri
v 0 �' c CD m- - v p O G O 0 � 0 .' 0 0 =' CD (a. p C O N O ° a) 0 -. o@ 7 7
ts. m co o < ,, <' C)GC) W m CD - D CD o 7 -' N 0 o v 3 CO v v n
o C) o n °� `� m c m m m v g a m 90 o o a = 7 Co m
P.: m h 7 = 7 r n) m• o (Ti cn-aa cn cn m tr. m m 0..< X Cn l a w m• Cn -, cn m z
7 N rt cn co " O (D O 0) 0 3 CD (D (D x -+ — (D 7• 0
(Q
N — CO D. cn o N 7 7' o W N n-a 7 v o N * O CD m - CCD CD CO ,
.. (D O z CD (fl C O = S p CD -, (D 7 (o
O
. D m m co. 7 0 • m C7 (y O o,
m , v 3 v m o m
m -, co0 -a
v CD
' CI
vCD
—
O CD
7
of ff3 ffl fA {fl Efl Efl ffl -6/ ffl c» tii{-» 69 Efl tll,b9 ffl EA 61 En 4.9 Efl Efl {R 63 ER ffl 41 E9 Efl ffl -69 Efl g 0
.'' 30
0D — 1 — act A --` NJ -a — �
N o -- in - Ni v N W -- N A co O .co -• O Cat N A N N --• W co N -- N CT N co Q C
i Co O co 0) Ni co A W 00 U7 O W co O o, CJt CO W CD Iv S A Co A co 0) O 0) 00 N A A N.) CO 00 0 CD
tQ- O A O v O co W W A O N W W _co -i _co . co 0o W O A O N al co .co A O O co O O W W 0, t Q
7t0 co O O -4 co N -co 1 n) CSi A 0o N O -' N-O O O A --I 1 W co 6 co W -- N v co co O A C
tai O N O s co CO CO CD N C) O O O N O) --s. O A O W J CO W CO -I O 0) N O N O N O CO 0
QI O J 0 0 0 y 0 0 01 �I O O O N CO W --14 O O O O W �! 07 -� COO COO J CO O J O Ut r O
ii'CD �I CD 0 0 0 CD -- CD CD CD CDJ CD Co .CD CD O N Cat CD Co 0 0 6 N 6 0 0 0 CD 0 0 y
•tom O (n O O O CD CD CD W co CD 0 CD CO CD CO !N CD CD CD CD CD ND C3 NJ A CDCA CO 0 CD 0 0 0 0 7,
rn -nZZDr0g (I) D C) 9C= a'- EG) atm 77G) gc7 - g ) Cnr
a 1. m -, N m
_ � 0 C)
°. mcnm 3m03 a0I- 03 ," 7y -Omm ° mmmmy • mo- D a
O O. O -<i CU 7 7 C) co (D O »! C D F.5. 7 6 N --1 n a (D CQ n) CD C)
3 C) ° * n E 7 CD K m a m (D m * a m Sp o 2 7 07
o = 7 r m a. cD CD rn (n fD " rn m C) m C = a a m a Cn m cn v
v — cn o = < 7 ° N (D 00 - H
FIT v m m c� m (n
N m m cn co g7 "0 0 r < Q E "-
cn v' v oco o
m 3 w a• -
9 co 0 7 a 3
co Cl) •O
_ co .D co
m CD
v CD o
O • N o
x•
•
N NJ N N N N N N N N N N N N N N - ND NJ NJ NJ NJ NDNJ NJ ND NJ ND NJ NJ NJ NJ NJ ND ND
W W W CO W W W W CD W (D W CD W CO W N N N N N N N N N N N N N N N N N N 4t
0 0 00000 0000 0000 0 `- 00000 ,0 C7 Cj C] O C7 CD 0 CD 0 0 C7 C)
co co W W W co co co W co W W W W W W W W W W W W W W W W W W W W W W W W
' C3) CA CA (A CA CA C31 01 Cal U1 07 01 Ul A A A --• CO W W W W W W W W N N N N N N N -a
co �I A N O 03 �1 CA Ut A W 0 CO co A • CO �! 6) 01 A W N -. 0 CO v C3) Ui W N 0 CO CO
rn
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00000000000
0 0 0 0 0 0 0 0 0 0
Ul VI tilt tµlt VI till tali A A A ,A A ,A ,A W W W W W W W N N N N 1.0 QOO 0 Q01
Ut
fl �- r
G1 n v D D an, v T m v D m 3 a D D m p o Di a'{ C)
-� D- n 0 a CD -1 -i Cft cD vOi A" tOn O '� -4 -4 pq' c9 631 v A
7 3 DJ
M n -I xi -t 0 -, n' r+ S G C ' C m
ay a1 O c C
Os 8
C
OD
C -4 0 19 n W UJ 1 Q 'St IN C1 -4 g
-{ W W n W co ►u w n 0 2 Cl 0 r N N n O N O
al m CI -4 0 0 0 '4 tm H O 0 g' d C C aj N W N O O O N � 0 0 0
awn, 3' 3 N m t•o to to o n m 3 n ° 3 c pp o o C - W 0 Q
c < a 2 O N D D ?? x O -i -I -� to ?C r m m m (r9 -; C7
54 `-° to N R n n n ) n CD . 2 W. Iv n to x x , - m as ,A Ri
'a O 3 v to O n C c c �' N 0 ani a)i co n Xjt. �--
000
r O Cad n d �' n Q aal O' 0 n X A- ,-i• o O rt r�i x O PAD a
rrl O
VI m O fD OCJ CDD fCDD fCDD 0 G +s n OO O G 0 CD fD
O mu
cD ID 0 t�' ul if ttil vi O p<j G rt d 0
n C 9 O O C -I re. O G. 0
X- n titi O- t4 C n'
n
ani r (,)
0 PO 3
.a
Di
0
Z
,< rD
m 0
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
m
O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 D
O Ni NO t.0 (.0 VD t.D LO t�D 00 00 Co 0000 Co V V V V V V V c�i Cn CM 01 Cn 01 01 Ul o'
-n -{ -I -i „ "n W 00 `� -< 2 T X T -I 2 -4 -I C G 'r n 'n -i
r
3
tD cD 0 v 0 C m -, -, 3 c 0 Cu m 0' 3 3 3 X 7 G Q.
0 fDD n D CD
o
x' a 3 g o v ai p a c c 3 3 3 3 c 70 �,
�+ C CO rt W 0 o O O D� v VI 7 n� n n rOD s
col 3 a C .< fDD CDD -< C C S S 's T
-,
O tD CD
CD
C
cD
„ � t- � 22c) c) • 7.,1 , 22c� , - - 03 al X o A- g
C n r P (ID n a) tD cD ?. ;. OJ G CA Fr' N n cat C n C. O_
ca fp I" O O to O NNJ = 0 O_ O. o- T` x- cm
, c at Di i C 70 O , fl= DCi c,9 VI R ,+ o
O_ 0 N N a) O cD cD O -I t9 -I C C y -I -I n O O (0 r* '0 m r v
n z O n tv c n n ai b ro w n _t r-
A.
a N fp " F O O n n c r n ° Ort t0 N
0.1
O. O_ tD Op co a) & 3 O s O O r�+ N
2 °r Di - Q. 0 cD m S m
CA m
fp o o
3
0 CU n
w n Z =
tc rn
'fl 0 fDD CD
X r
N P7
I--
N
BRYON GLENN Foreman/Operato .LCO
611 W Harris Street, Kirbyville,Texas 75956 Laborer,ALLCO
409.622.2766
bryong(lmkconstructors.com EDUCATION
1998
SUMMARY Kirbyville Highschool
I have over 22 years of construction experience.My day-to-
day responsibilities consist of keeping a safe work Bilingual Spanish (conversational)
environment for my employees,scheduling all necessary
materials need to preform our work,staying on or ahead of SKILLS
schedule, ensuring site supervisors keep clean and organized 2000 CMI Paver Certified,CMI Training Center
job sites,having good communication and working 2011 NCCER Field Certified
relationship with the general public and guaranteeing quality 20141 Certified Traffic Safetyic Certified
trol Instructoried
work is performed day after day.
2019 Trench Safety Certification
EXPERIENCE PROJECT TYPE
June, 2015 to PRESENT Underground Storm Sewer
General Superintendent, MK CONSTRUCTORS -- Earth Work
- Oversee critical tasks performed by site supervisors. - Lime Treating Subgrade
- Resolve project related issues as they arise - Placement Of Subbase Materials
- Ensure projects are completed on schedule and control - Base Materials
deviations - Curb&Gutter
- Coordinate manpower and assign crews to projects - Sidewalks
- Manage equipment,truck drivers, etc. - Head Walls
- Project manager communication and delegation - Bridge Construction
Communication with client representatives - Concrete Paving(Slipform/Form Paving)
- Ensure consistent safe and efficient working conditions - Water And Sewer Line Installation
- Directional Boring
Superintendent, MK CONSTRUCTORS - Pile Driving
- Handle on-site day to day operations
- Oversee crew activities
- Procure materials,equipment, etc.
- Ensure tasks are completed according to client schedule
- Maintain quality control measures
- Coordinate inspection and testing
- Tracked monthly quantities for progress reports
December,2010 to June,2015
Superintendent, APAC(now Gulf Coast/Oldcastle)
- Handle on-site day to day operations
- Oversee crew activities
- Procure materials,equipment,etc.
- Ensure tasks are completed according to client schedule
- Maintain quality control measures
- Coordinate inspection and testing
- Tracked monthly quantities for progress reports
August, 1999 to December,2010
Superintendent,ALLCO
- Handle on-site day to day operations
- Oversee crew activities
- Procure materials,equipment, etc.
- Ensure tasks are completed according to client schedule
- Maintain quality control measures
- Coordinate inspection and testing
- Tracked monthly quantities for progress reports
ERIC GILCHRIEST
760 Searcy Road, PO Box 480, Buna, TX 77612
409.289.1053 eric.gilchriest@gmail.com
P ROFILEOFQUALIFICATIONS
➢ More than 15 years of experience in staff leadership, operations management, construction, safety,
problem resolution, equipment operation, communication, surveying and project management.
➢ History of promotion to greater levels of responsibility through superior performance.
➢ Skillful multitasker with exceptional detail orientation and problem-resolution capacities.
D. Effective team builder with strong communication and relationship-building abilities.
➢ Excellent planning, organization, time management and decision-making skills.
➢ Strategically collaborate with professionals to maximize performance in facilitating goals and attaining
operational excellence.
CAREERTRACK
MK Constructors Vidor , TX
2021 —
Project Manger 2021 —Today
Excavation & Construction , Port Arthur, TX
2015—2021
General Manger 2015 -2021
2012 -2015
Oryx Oil Field Services, Goliad, TX
Spread Boss 2013-2015
• Directed crew rated as both Most Productive and Most Cost-Effective.
Heavy Equipment Operator 2012-2013
• Safely ran track hoe and ensured safety while working around live lines.
2000 -2012
Allco, Beaumont, TX
Superintendent 2007-2012
• Tasked with managing numerous projects with TxDot worth more than $10MM and successfully completed
all work on time & under budget.
• Effectively supervised over 50 personnel and five subcontractors.
Field Engineer 2004-2007
• Directed surveying operations and collaborated with engineering personnel to update construction plans.
• Ensured completion of all change orders and other construction documentation.
General Laborer 1996-2004
• Recruited to conduct heavy equipment operation, surveying, field engineering, spreading and personnel
leadership operations.
Jobs that has been completed include
Goliad TX. For Oryx Oilfield Services
Eagle Ford for Conoco
Contract price: Multi Millions
15-40 People Crew plus subs
Port Arthur TX. for Allco
Port Arthur ISD.
Built Roads,Storm Sewer&Parking Lots
15 People crew
Beaumont TX. For Allco
Beaumont ISD.
6 Schools
Contract price: $350M
Excavation &fill foundations,All layout work for site, Built all roads and parking lots.
15 People crew plus many subs. (Plumbers, Electricians,Brick layers,Structure steel,Roofers,Cement
finishers,Ac, Flooring, Sheet rock,ext.)
Orange TX. For Allco
Port of Orange
Contract price:$4M
15 People crew Plus subs.
Control Building,Parking lot&Entrance road
Bryan TX. For Allco
TX Dot West Villa-Maria & Farm rd. 1779.
Contract price:$15M
40 People crew plus subs.
1 railroad bridge,1 main lane bridge, 2500ft of 5 lane paving,2000ft Of retaining wall from 5vf to 30vf
poured in place with drill shafts. 3000ft of railroad shoe fly,3000ft of new railroad over new railroad
bridge.
Jobs Completed Continued.
Kirbyville TX. For Allco
TX Dot HWY. 96 Kirbyville
Contract price: $25M
35 People crew Plus subs.
6 Miles of 84ft wide 12in thick slip from paving, 2 bridges, 300,000cy of fill material, Milling road way,
Asphalt pavement base, Asphalt paving, 6in lime sub grade, large box sewers and headwalls, Bought
and set up concrete plant,trucked in rock and sand, Produced all concrete on site. Drilled 2 6in water
wells for concrete plant 500ft deep.
Job received best ride in the state that year.
Orange TX. For Allco
TX Dot HWY. 90 From MLK to HWY. 87
Contract price: $10M
25 People crew plus subs.
4 Miles of 5 lane 10in concrete paving, roadway excavation, lime base, asphalt paving, storm sewer, water
Lines, sanitary sewer line, box sewer, and headwalls.
Orange TX. For Allco
TX Dot HWY. 87 Orange TX. From 105 North to traffic circle
Contract price: $15M
30 People crew plus subs.
2 Miles of 6 lane 10in concrete paving plus service roads, lime, base & asphalt paving, Storm Sewer, Box
sewer&head walls, Bridge over railroad, 15 spans 100ft each, 5 lanes 1500ft with drill shafts, 2000ft of
retaining walls 20vf.
Beaumont TX. For Allco
TX Dot West Port Arthur rd. From Cardinal drive south 5 miles
Contract price: $8M
25 People crew plus subs.
5 Miles of 5 lane 10in concrete paving, 2 each 2 span bridges, Storm sewer and Box sewer, lime, base &
Asphalt paving.
Orange TX. For Allco
Waste Water Plant
Contract Price: $8M
20 People crew plus subs.
Mechanical piping for 10 million gallons day plant.
Port Arthur TX. For Allco
Fresh Water Treatment Plant
Contract Price: $25M
20 People crew plus subs.
Mechanical Piping.
KENNET
H
4615 Regina Lane, Beaumont,TX 77706•409.658.5870
ken@mkconstruct0rs.com
EXPERIENCE
3/2012—CURRENT
PRES/MBR, MK CONSTRUCTORS
16736 IH-10,VIDOR,TX 77662
As a 50%owner I share responsibility for the day-to-day operation of the company. Job duties
include accounting,estimating, equipment,and personnel management to name a few.
• 11/2010—3/2012
• ESTIMATOR/PROJECT MGR, WILLIAMSON CONSTRUCTION & EQUIP
• 2575 HWY 69 S, LUMBERTON,TX 77657
• My job duties included: estimating, project managing,procurement,cost controls, &scheduling.
9/2008—11/2010
• PRES ROEGItNA R, STEWCON GROUP,
, LLC BA/STEWART HOMES
• 5735LANE,
As an owner of a residential construction company,we performed new home construction and
o remodel work.
• 6/2000—9/2008
• ESTIMATOR/PROJECT MGR, ALLCO, INC.
6720 DOWLEN ROAD, BEAUMONT,TX 77706
• From 2000 to 2003 I estimated and project managed commercial construction projects including,
educational institutions,athletic, medical,and retail facilities. From 2003 to 2008, I estimated
• and managed Alico's road and bridge division which performed construction projects for TXDOT,
city,county, and private entities. We performed approximately$15mil -$20mi1 of revenue per
year in my division.
• 6/1997—6/2000
FIELD ENGINEER,TRIBBLE & STEPHENS GENERAL CONTRACTORS
• HOUSTON,TX
• I began my career working in the commercial construction market for Tribble&Stephens. I was
• located on-site of the old Rice Hotel renovation in downtown Houston. My job duties included
handling RFI's,submittals, purchase order and subcontract procurement, and writing up field
• reports of the ongoing construction.
RELEVANT PROJECTS
1997—RICE HOTEL RENOVATION($18m)(Residential Lofts/Ballroom-Downtown Houston)
1999—IL PALAZZO($8M)(New Residential Condominiums —Houston Museum District)
2000—PIETZSCH/MACARIHUR ELE117ENTAIZY($16M)(New School—Beaumont, TX)
2002—12 FIELD BASEBALL/SOFTBALI C0MPLEx($5.5M)(Ath. Complex—Beaumont, TX)
2004—VILLAITIARIA GRADE SEPARATION($13.1M)(TXDOT—College Station,TX)
2005—MAJOR DRIVE CONCRETE PAVING($8.1111)(TXDOT—Beaumont, TX)
2006— US96 N OF KIRBYVILLE CONCREIL PAVING($24M)(TXDOT—Kirbyville, TX)
2008—MORRISON RESIDENCE($2.3M)(Private Residence—Lumberton, TX)
2010—LNVA OPERATORS STATION($3.5M)(Control Bldg —Port Arthur, TX)
2013—TRANSCANADA KEYSTONE VALVE SEAT1NGS($.1.SM)(Civil-DibolI to Nederland, TX)
2014—CHENIERE 24"&12"WATERLEVE BORES($19M)(HDD—Port Arthur, TX)
2016—KINDER MORGAN ANOMALY DIGS($2.4M)(Pipeline Repairs—Iowa to North Dakota)
2016—NORTHWEST PARKWAY($12.1IMI)(New Concrete Street— City of Beaumont, TX)
2018—JEFFERSON CO SIPHON PROJECT($83,1)(HDD Under Intracoastal—Port Arthur, TX)
2019—CHENIERE MAIN ROAD($7.5M)(Reconstruct Exist Rdway,Johnson Bayou,LA)
2020—NAVITAS 24"PIPELINE—37M1. ($19M)(Install New Pipeline—Big Spring, TX)
EDUCATION
5/1997
B.S. CONSTRUCTION SCIENCE, TEXAS A&M UNIVERSITY (COLLLEGE STATION)
5/1994
A.A.S. COMPUTER DRAFTING, LAMAR UNIVERSITY (BEAUMONT,TX)
5/1991
STEPHEN F. AUSTIN H.S. (PORT ARTHUR,TX)
2
Mike Brown
515 Four Oaks Ranch Road
Vidor TX, 77662
CONSTRUCTION EXPERIENCE:
(2012 to Present)
MK Constructors
16736 I H 10
Vidor,Tx. 77662
Owner
(2006-2012)
WILLIAMSON CONSTRUCTION &EQUIPMENT
2575 Hwy 69 S,Lumberton, TX 77657
Responsible for estimating and managing projects. Managing the entire business.
PROJECTS:
Client: Cheniere 24" Pipe Line
24" Pipe Line
COST-$20 Mil
Client: Navitas Midstream
24" Gas Pipeline 37 Miles
COST-$19 Mil
Client: Sabine Neches Navigation District
Automated, elevated, control building for flood gate structures
COST - $2.5 Mil
Client: Sunoco Logistics
Ethanol Plant
COST- $1.6 Mil
Client: GT Logistics
Construction of a Vehicular and Rail Bridge over the LNVA canal
COST - $1.4 Mil
Client: Kinder Hawk
Construction of Ammne Plant
COST- $1.1 Mil
1
i t
Mike Brown
515 Four Oaks Ranch Road
Vidor TX, 77662
(6/1/2001 to 6/1/2006)
Simco Enterprises
3101 Main
Groves, TX 77651
Responsible for estimating and project management
PROJECTS:
Client: Arceneaux and Gates
City of Orange River Front Park
Cost: $1.9 Mil
Client: City of Port Neches
Water Main Project
Cost: $2.1 Mil
(5/1/1996 to 6/1/2001)
F.D. Shay Contractors
2108 Hwy 108
Sulphur,La
(1991 to 1996)
Pipeline
Heavy Equipment Operator
iForeman
Experience: Estimated and managed projects from$100,000.00 to 30,000,000.00. Road
work, Dirt Work, Utilites and pipe line Projects. Lay pipe sizes from 2"through 120"
diometer, from concrete to PVC and steel.
Education and Training
1989 Graduated from Vidor High School
1989-1991 USMC
M.ICHA EL SUIRE
409 Holywood,Sulphur,LA 70663♦ H:337 794 2245♦ C:409 730 3451 • mikes@rnkconstructors.com
PROFESSIONAL SUMMARY
Motivated Construction Manager highly effective at finding the best methods possible to complete exceptional
construction projects. Strong knowledge of civil engineering principles and concepts. Construction Manager
with [201 years leading teams of general contractors and laborers on large scale residential and commercial
construction projects.Veteran Superintendent well-versed in preparing and interpreting graphs, charts and
maps to create practical schedules for new construction projects. Innovative Construction Manager adept at
finding engaging ways to motivate construction teams to exceed expectations and maintain high standards.
Construction Manager who collaborates successfully with architects, owners and construction staff to
complete multi-million dollar projects.
SKILLS
• Excellent customer relations • Project planning and development
• General contracting professional • Organized
• Subcontractor management • Unsurpassed work ethic
• Knowledgeable in construction safety • Dependable
• Best building practices • Project management
• First Aid and CPR Certified • Water and sewer pipe installation
• Strong interpersonal skills • Certified Heavy Equipment Operator
• Project scheduling • Backhoe loading
• Drilling machine experience
• Tunnel boring machine operation
• Commercial driver's license
WORK HISTORY
Project Manager,01/2014 to Current
MIS Constructors—77662,TX
• Coordinated utility service providers according to project schedules.
• Conducted weekly production and operations contractor meetings,which facilitated stronger
communication and the ability to resolve critical issues.
• Performed regular job site observations to provide direction for all general contractor personnel.
• Avoided construction delays by efficiently following through with all site inspections in a timely manner.
• Scheduled all contractors and materials deliveries.
• Trained and promoted continued education for all onsite crew members.
Project Manager,07/2003 to 12/2013 ..
Simco Enterprises—77619,1X
• Reviewed plans and specs during the schematic design of pre-construction.
• Coordinated utility service providers according to project schedules.
• Obtained building and specialty permits from local jurisdictional agencies.
• Conducted weekly production and operations contractor meetings,which facilitated stronger
communication and the ability to resolve critical issues.
• Performed regular job site observations to provide direction for all general contractor personnel.
• Reported to the vice president of production on conformance with the contract schedule.
.• Conducted all critical pre-installation conferences with general contractors, subcontractors, consultants
and manufacturer's representatives.
• Prepared and followed through on.all required punch lists.
• Oversaw the entire building turnover process,while enhancing communication between all construction
management.
•
Operator,Foreman, 05/1990 to 01/2003
FD Shay Construction—Sulphur, 70663,LA
• Applied asphalt on highways, private roadways,parking lots and driveways,
• Installed vegetation and erosion control devices.
• Accurately graded and tracked slopes.
• Placed soil and rock fills and installed and cleaned ditches.
• Maintained the truck access road and dumping pad area.
• Maintained equipment in good working order by checking fluid levels and greasing and fueling machines.
• Located utilities and other buried lines prior to digging.
• Determined the project schedule, which included the sequence of all construction activities.
• Scheduled all contractors and materials deliveries.
• Reviewed plans and specs during the schematic design of pre-construction.
• Coordinated utility service providers according to project schedules.
EDUCATION
High School Diploma: 1988
Abbeville High-70510,LA
i
•
Stacy Smith
925 Forrest Lane,Vidor,TX 77662 1 409-730-5014 stacys@mkconstructors.com
Summary
• I have 25 years Industrial Field Safety experience. I have been a Corporate Safety Director for 22 of the 25 years. I
have daily communication with top industrial customers and I am directly involved in the safety of numerous
employees. I was instrumental in helping CA Turner Construction Company attain OSI-IA VPP status. I have reduced
both OSHA recordable rates and Insurance premium rates with record numbers over the past 22 years.
Education
LAMAR UNIVERSITY
Occupational Safety and Health Program Certificate
Safety Standards,Codes,and Requirements
OSHA Special Topics,Accident Prevention
Occupational Safety and Health Regulations
Safety Program Management
Physical Hazard Controls 1 and 2
Health Hazard Recognition
Ergonomic and Human Factors
Vehicle and Traffic Safety,Fire Protection
Spill prevention plan administrator
Certifications
• OSHA 10 Hour,OSHA 1926
• Trenching and Excavation Competent Person
• Fall Protection
• First Aid/CPR Training
• Company Drug Policy Administrator
• Business Management Systems
• Workers Compensation/Case Management
• ISNetworld compliance certification
• PICS auditing compliance certification
• PEC certification
• ASSE certified
• Owned Goin Postal business in Vidor which I sold In March of 2013.
• Licensed Insurance agent in Texas
Experience
SAFETY DIRECTOR I MK CONSTRUCTORS 12015-PRESENT
• Coordinating and communicating with management about daily safety concerns and bringing them to a close.
• Traveling to jobsites to do weekly corporate audits and ensuring the safety of all employees.
• Workers compensation case management
• Communicating with customers about our crews that work in the field
• Developed several safety manuals and auditing systems for osha compliance
• Implemented several new training programs
• Also utilized as commercial sales and customer follow up when job is completed
• Incorporated and administered weekly staff meetings covering all business.
SAFETY DIRECTOR I PAT TANK 11999-2015
• Coordinating and communicating with management about daily safety concerns and bringing them to a close.
• Traveling to jobsites to do weekly corporate audits and ensuring the safety of all employees.
• Workers compensation case management
• Communicating with customers about our crews that work in the field
• Developed several safety manuals and auditing systems for osha compliance
• Implemented several new training programs
• Also utilized as commercial sales and customer follow up when job is completed
• Incorporated and administered weekly staff meetings covering all business.
SITE SAFETY SUPERVISOR I THE TURNER GROUP,INC.11996-1999
• Implemented an OSHA VPP Program with CA Turner Construction Company.
• Conducted weekly safety meetings for all employees
• Conducted safety committee meetings and safety committee audits
• Performed weekly site safety inspections
• Provided written reports to Site Superintendent
Provided first aid treatment as needed
1
APPENDIX "A"
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
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: , 20
CITY OF PORT ARTHUR
BY:
Distribution:
Original: City Manager
Copy: Engineer
Contractor
1/1
SECTION 0
NON-COLLUSION AFFIDAVIT
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for
the firm bidding this project has violated the antitrust laws of this State, codified at Section
15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor
communicated directly or indirectly the bid made to any competitor or any other person
engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to
the development and submission of this bid proposal.
Signature: ,e4,441. L
Printed Name:
V_LPE-48- -St_%414CLS‘&
Title:
Company: ��+►�ll _ 1L
Date: ORL-1. r•
rt''
SUBSCRIBED and sworn to before me the u de igned authority ly i�� �e of,
on behalf of said bidder. �� ( �,
'v �.ate+'" \
Notary Public in and for the
State of Texas
C Notary
I EVE 895513 N2Lii 41
Notary ID�12895�139
Mycommission expires:My Commission Expires p
F _. April 13,2024
SECTION P
AFFIDAVIT
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The and igned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they
become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as
they become due.
Atli& 111,II i...,It IL IL 1* . t_0 1\.,__ ftwit
Firm Name Date 1 .r '('.
41,Aligx„..74- ( kir6.4:SAcm-
Authorized Signature Title
ii4 ,-enne..4-1r), Srai faM—
-.4cq -'7-1((q AAA
ame(please print) Telephone
kieir-) rc1 ca .c- • arm
Email
STATE: C:=16 )(
COUNTY: _] (11
SUBSCRIBED AND SWORN to before me by the above name.' , it �� II i 16 4
11
on this the 02day o' 1t_ , , •i, -41116
,�>F'°'� CARRIE EVE VINCENT
i 1 1 t
_�`'� Notary IDE
it128955139 Not;:• 'Ublic
N,,,44t , My Commission Expires
'�£ E_� April 13, 2024
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
SECTION Q
CONFLICT OF INTEREST ,
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23,84th Leg.,Regular Session. OFRCE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1),Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006,Local Government Code An
offense under this section is a misdemeanor.
I Name of vendor who has a business relationship with local governmental entity.
?I riCheck this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.) N1
J Name of local government officer about whom the information is being disclosed.
Name of Officer \'
,J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income,from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes No
Pas
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director,or holds an
ownership interest of one percent or more.1.1
Check this box if the vendor has given the local government officer or a family member of the officer one es
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
gc;/WA.
Signs a of vendor doing usiness withe governmental entity 'Date
Form provided by Texas Ethics Commission www ethics.state.tx.us Revised 11 3012015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code 176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code 44176.003(0)(211A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income,other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids,correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
I'
SECTION R
HOUSE BILL 89 VERIFICATION
House Bill 89 Verification
I, tcf1 5 G (Person name), the undersigned
representative (hereafter referred to as "Representative") of
,�► 1:11 ( LL
1$. 11 4 libMt • company or business name, hereafter referred
to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after
being duly sworn by the undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business
Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of Port
Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business
activities with, or otherwise taking any action that is intended to penalize, inflict economic
harm on, or limit commercial relations specifically with Israel, or with a person or entity
doing business in Israel or in an Israeli-controlled territory, but does not include an action
made for ordinary business purposes.
SIGNATURE OF REPRESENTATIVE
c SUBS IBED AND SWORN TO B E ME, the undersigned authority, on this
Uhl-day o , 2��
^,a a04 CARRIE EVE VINCENT
�� Notary ID#128955139
My Commission Expires
April 13,2024
1 ( ,iI �/ .,
' �� Notary Public
SECTION S
SB 252 CHAPTER 2252 CERTIFICATION
SB 252
CHAPTER 2252 CERTIFICATION
QI, %W , the undersigned and representative
of ` �(Company or Business Name) r t.�-�J
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 2252,Section 2252.152 and Section 2252.153,certify that the company named above is not
listed on the website of the Comptroller of the State of Texas concerning the listing of companies
that are identified under Section 806.051,Section 807.051 or Section 2253.153.I further certify that
should the above-named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas which do business with Iran, Sudan or any
Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing
Department.
Name of Company Representative(Print)
* lizazes&isvr-
Signature of Company Representative
1 11319R4
Date