Loading...
HomeMy WebLinkAboutPO 18060: EXCAVATORS AND CONSTRUCTORS, LTD FOR THE 14TH ST. DRAINAGE PROJECT PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Floyd T. Johnson, City Manager FROM John A. Comeaux, P.E., Assistant City Manager /Operations SUBJECT P.R. #18060 — Excavators and Constructors, LTD for the 14 Street Drainage Project DATE November 21, 2013 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 18060, approving a contract with Excavators and Constructors, LTD of Port Arthur, Texas for the 14 Street Drainage Project from 9 Avenue to Woodworth Blvd. for the amount of $1,701,390.80. BACKGROUND: The City of Port Arthur is continually working to improve the overall drainage system throughout the City against flooding. This project is a continuation of that effort. Accordingly, the City solicited bids for the 14 Street Drainage Project. Three (3) bids were received on November 18, 2013, with Excavators and Constructors, LTD being the lowest most responsive bid. BUDGETARY /FISCAL EFFECT: Funds are available in account 144- 1201 - 532.59 -00 EMPLOYEE /STAFF EFFECT: None • SUMMARY I recommend that the City Council approve Proposed Resolution No. 18060, approving a contract with Excavators and Constructors, LTD of Port Arthur, Texas for the 14 Street Drainage Project from 9 Avenue to Woodworth Blvd. for the amount of $1,701,390.80. John A. Comeaux, P.E. Assistant City Manager /Operations JAC /rtb S: \electrical_sec \ROE\Drainage Projects \14th St. (Woodworth to 9th Ave.) \CAM P.R. 18060 11/21/13 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND EXCAVATORS AND CONSTRUCTORS, INC. OF PORT ARTHUR, TEXAS IN THE AMOUNT OF $1,701,390.80 FOR THE INSTALLATION OF STORM SEWERS AND CATCH BASINS ON 14 STREET FROM 9 AVENUE TO WOODWORTH BLVD. FUNDING BEING AVAILABLE IN ACCOUNT 144 - 1201 - 532.59 -00. WHEREAS, the City of Port Arthur, Texas is currently working to improve the overall drainage system throughout the city against flooding and selecting the location of 14 Street from 9 Avenue to Woodworth Blvd. as one of the City's major location of drainage improvements ; and, WHEREAS, the City advertised the bids for the 14 Street Drainage Improvements on October 20, 2013 and October 27, 2013 and three (3) bids were received on November 18, 2013 for the installation of storm sewers and catch basins; and, WHEREAS, the three (3) bids received were evaluated by Public Works finding Excavators and Constructors, LTD of Port Arthur, Texas to be the lowest most responsive bid (see Exhibit "A''); now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager is hereby authorized to execute an agreement with Excavators and Constructors, LTD of Port Arthur, Texas (attached as Exhibit "B ") for the 14 Street Drainage Project in the amount of $1,701,390.80, funding being available in 144- 1201 - 532.59 -00; and, P.R. 18060 Page 2 THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2013 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Attest: City Secretary APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF FUNDS: i J..'" /... , / C A rney V Deborah Echols, CPA P -.c..d eh g Dire or of Finance / APPROVED FOR ADMINISTRATION: ∎A _ r� �,_ I- � Shawna Tubbs, CPPO Purchasing Director G. .G - 14% g c kid,-.. i 'fie- Floyd T. Johnson Jo n A. Comeaux, P.E. City Manager Assistant City Manager /Operations S: \electrical_sec \ROE \Drainage Projects \14th St. (Woodworth to 9th Ave.) \14 St. PR18060 tl lI8IHX3 ARCENEAUX & GATES CONSULTING ENGINEERS, INC. 2901 Turtle Creek Drive, Suite #320 ARCENEAUX Port Arthur, TX 77642 & Phone: 409- 724 -7888 GATES Fax: 409- 724 -1447 CONSULTING ENCINEKES, INC. www.ageng.com LETTER OF TRANSMITTAL DATE: November 18, 2013 PROJECT NO.: CPA -720 (10- 25036) TO: CITY OF PORT ARTHUR ATTENTION: j r. John Comeaux, P.E. 444 Fourth St. Port Arthur, TX 77641 RE: 14th Street Drainage WE ARE SENDING YOU ❑ Attached ['Under Separate Cover Via: Hand - delivery The following items: ❑ Memo ❑ Monthly Estimate ❑ Plans ❑ Contract Documents ❑ Form ❑ Letter ❑ Change Order ❑ Specifications ❑ Other COPIES DATE DESCRIPTION lea. 11/18/2013 Recommendation of Award Letter 1 ea. 11/13/2013 Bid Tabulation THESE ARE TRANSMITTED as checked below: ▪ For approval ❑ Approved as submitted ❑ Resubmit copies for approval Q For your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned for corrections ❑ Submit corrected prints ❑ For review and comment ❑ Execute and return original ❑ PRINTS RETURNED AFTER LOAN TO US ❑ FOR BIDS DUE , 2013 RECEIVED BY: COMMENTS: Floyd Johnson / Shawna Tubbs - CPA COPY TO: Fxcavat�rs A. C�n�trurtnrs SIGNED: 1 tPI A &G File Anabelle Drake A BURROW GLOBAL COMPANY 4 \ 73 ARCENEAUX & GATES ARCE &FAUX Consulting Engineers, Inc. GATES A Burrow Global Company Engineers • Surveyors • Planners November 18, 2013 Mr. John Comeaux, PE City of Port Arthur 444 Fourth Street Port Arthur, Texas 77640 RE; RECOMMENDATION OF AWARD OF CONTRACT 74 Street Drainage A&G Job No. CPA -720 Dear Mr. Comeaux: On November 13, 2013 the City of Port Arthur received three (3) sealed bids for 14 Street Drainage in Port Arthur, Texas. The bids were opened at 3:15 pm and the results read aloud in the public bid opening. The bids were checked for errors and tabulated. All Bidders acknowledged receipt of Addendum No. 1 and No. 2. All Bidders submitted proof of Bid Surety and Statements of Bidders Qualifications with their bids as required. No substitutions were submitted. It was found that Excavators & Constructors, LTD of Port Arthur, Texas submitted the lowest responsive Total Amount Bid in the amount of $1,701,390.80. A copy of the certified Bid Tabulation is enclosed for your information. We have worked with Excavators & Constructors, LTD on projects in the past and have been pleased with the quality of work performed by the contractor. Based on our past working history with the contractor we recommend that the City of Port Arthur 2901 Turtle Creek Dr., Suite 320 Port Arthur, TX 77642 Phone: 409/724 -7888 Fax: 409/724 -1447 � Page 2 John Comeaux, PE ARCENEAUX November 18, 2013 GATES CONSULTING ENGINEERS, INC. award the contract for 14 Street Drainage to Excavators & Constructors, LTD on the basis the lowest responsive Total Amount Bid in the amount of $1,701,390.80. Should you have any questions or require additional information, please contact our office. Very truly yours, ARCENEAUX & GATES CONSULTING ENGINEERS, INC., A BURROW GLOBAL COMPANY TEXAS REGISTERED ENGINEERING FIRM F -30 ( 'Q Corey • Idb PE Proje t : nager Attached: Bid Tabulation CC: Floyd Johnson -City of Port Arthur Shawna Tubbs, CPPO, CPPB -City of Port Arthur Excavators & Constructors, LTD f BID TABULATION For The ED 14TH STREET DRAINAGE ARCENEAUX e To Serve The City of Port Arthur & Job No.: CPA -720 GATES BIDS OPENED: November 13, 2013 at 3:15 P.M. CONSULTING ENGINEERS, INC. , EXCAVATORS & MCINNIS CONSTRUCTION, SIMCO ENTERPRISES, LTD. CONSTRUCTORS, LTD. INC. GROVES, TX PORT ARTHUR,TX SILSBEE, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount 1. Mobilization 1 $ 71,000.00 $ 71,000.00 $ 44,800.00 $ 44,800.00 $ 108,000.00 $ 108,000.00 2. 15" RCP, C -76 35 $ 60.40 $ 2,114.00 $ 72.80 $ 2,548.00 $ 80.00 $ 2,800.00 3. 18" RCP, C -76 50 $ 61.65 $ 3,082.50 $ 84.28 $ 4,214.00 $ 85.00 $ 4,250.00 4. 24" RCP, C -76 1150 $ 71.05 $ 81,707.50 $ 103.60 $ 119,140.00 $ 135.00 $ 155,250.00 5. 36" RCP, C -79 475 $ 147.65 $ 70,133.75 $ 203.84 $ 96,824.00 $ 190.00 $ 90,250.00 6. 42" RCP, C -76 550 $ 176.95 $ 97,322.50 $ 224.00 $ 123,200.00 $ 254.00 $ 139,700.00 7. 48" RCP, C -76 1150 $ 190.00 $ 218,500.00 $ 258.72 $ 297,528.00 $ 300.00 $ 345,000.00 8. 54" RCP, C -76 2150 $ 230.25 $ 495,037.50 $ 300.16 $ 645,344.00 $ 330.00 $ 709,500.00 9. Trench Safety System Design 1 $ 400.00 $ 400.00 $ 1,120.00 $ 1,120.00 $ 2,500.00 $ 2,500.00 10. Trench Safety System 5525 $ 1.35 $ 7,458.75 $ 1.12 $ 6,188.00 $ 2.00 $ 11,050.00 11. Type "C" Manhole 16 $ 3,190.00 $ 51,040.00 $ 3,360.00 $ 53,760.00 $ 5,000.00 $ 80,000.00 12. Type "C" Curb Inlet 29 $ 1,913.00 $ 55,477.00 $ 2,464.00 $ 71,456.00 $ 6,500.00 $ 188,500.00 13. Manhole Riser on Concrete Box 1 $ 1,718.00 $ 1,718.00 $ 1,680.00 $ 1,680.00 $ 1,500.00 $ 1,500.00 14. Storm Sewer Grate Inlet 1 $ 1,462.00 $ 1,462.00 $ 1,680.00 $ 1,680.00 $ 4,000.00 $ 4,000.00 15. Inlet Protection - Sock 28 $ 70.10 $ 1,962.80 $ 112.00 $ 3,136.00 $ 500.00 $ 14,000.00 16. 1 1/2" Type "D" Hot Mix Asphalt 8600 $ 19.80 $ 170,280.00 $ 20.50 $ 176,300.00 $ 29.00 $ 249,400.00 17. 8 -Inch Crushed Stone Base 8600 $ 19.80 $ 170,280.00 $ 11.20 $ 96,320.00 $ 14.00 $ 120,400.00 18. 30" Concrete Curb and Gutter 1650 $ 45.45 $ 74,992.50 $ 11.20 $ 18,480.00 $ 14.00 $ 23,100.00 19. Conflict Structure 3 $ 13,510.00 $ 40,530.00 $ 5,040.00 $ 15,120.00 $ 7,500.00 $ 22,500.00 20. Waterline Adjustments 4 $ 1,927.00 $ 7,708.00 $ 3,136.00 $ 12,544.00 $ 16,000.00 $ 64,000.00 21. 6' CPA Handicap Curb Ramp 28 $ 828.00 $ 23,184.00 $ 896.00 $ 25,088.00 $ 1,500.00 $ 42,000.00 22. Traffic Control 1 $ 26,200.00 $ 26,200.00 $ 11,424.00 $ 11,424.00 $ 18,000.00 $ 18,000.00 Subtotal Base Bid Items $ 1,671,590.80 $ 1,827,894.00 $ 2,395,700.00 Supplemental Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount 23. Type "C" Manhole 2 $ 4,400.00 $ 8,800.00 $ 3,360.00 $ 6,720.00 $ 2,500.00 $ 5,000.00 24. Type "C" Curb Inlet 2 $ 2,500.00 $ 5,000.00 $ 2,500.00 $ 5,000.00 $ 2,500.00 $ 5,000.00 25. 1 1 /2" Type "D" Hot Mix Asphalt 35 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00 26. 8 -Inch Crushed Stone Base 400 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 27. 6' CPA Handicap Curb Ramp 5 $ 500.00 $ 2,500.00 $ 896.00 $ 4,480.00 $ 500.00 $ 2,500.00 Subtotal Supplemental Items $ 29,800.00 $ 29,700.00 $ 26,000.00 TOTAL AMOUNT BID $ 1,701,390.80 $ 1,857,594.00 $ 2,421,700.00 ARCENEAUX & GATES CONSULTING ENGINEERS, INC., A BURROW GLOBAL COMPANY .„06, F �� •° 4G TEXAS REGISTERED ENGINEERING FIRM * F -30 69 ��� . • °• ° . ' . , ,, I , f :f .* CO M. OLDBURY 0 if I/ G r f. 100316: 1 e o ` ic V®•• °' � eyOldbury „� `I /15'(S ,W*∎%% 8 lI8IHX3 CONSTRUCTION SERVICES AGREEMENT Construction of Installation of Storm Sewers and Catch Basins along 14 Street from 9 Avenue to Woodworth Blvd. THIS AGREEMENT, made this _ day of December, 2013, 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 Excavators and Constructors, LTD hereinafter called "CONTRACTOR ". WITNESSED: That, for and in consideration of, the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence the work required by the Contract Documents upon Receipt of a Notice to Proceed. The work to be performed under this Contract will be completed within two hundred seventy (270) days of commencement. 2. The CONTRACTOR will perform the work as delineated in the Scope of Work and Specifications attached hereto. 3. During the term of this Contract, the Contractor will furnish at this own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications and Scope of Work. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein. The amount of this contract is $1,701,390.80. 5. The term "Contract Documents" means and includes the following: a. Agreement b. Invitation to Bid c. Specifications d. Addenda e. Notice to Proceed f. Bid 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. Ir 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2013 OWNER: BY: Floyd T. Johnson City Manager Signed on the day of 2013 CONTRACTOR: Excavators and Constructors, LTD BY: Jay Braxton Owner I I CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For 14th STREET DRAINAGE to Serve City of Port Arthur PORT ARTHUR, TEXAS JOB NO. CPA -720 CONTRACT NO. 1 City of Port Arthur Jefferson, TEXAS September 2013 �okAL �, 0 ,;%tip, X AMP -moo i Y r 'eLISHEo `$ TEXAS FIRM REGISTERED ENGINEERING F I'� F -30 ARCENEAUX & GATES CONSULTING ENGINEERS, INC. Engineers * Surveyors * Planners PORT ARTHUR, TEXAS A BURROW GLOBAL COMPANY . CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For 1 t T T D, > ry ,1 AG E to Serve City of Port ! PORT ARTHUR, TEXAS JOB NO. CPA -720 CONTRACT NO. 1 City of Port Arthur Jefferson, TEXAS Septe, n ber 2013 / ,/e )2 / ----A A---e. (1/` \'..., P itt e 000000° ° G eo COREY M.OL JUF oY ' V o 0 0o eeooeoeo ooe n u eo orb 67 • ° •.s , ma y �� • TEXAS A REGISTERED ENGINEERING FO I NI fF -3O ARCENEAUX & GATES CONSULTING ENGINEERS, INC. Engineers * Surveyors * Planners PORT ARTHUR, TEXAS A BURROW GLOBAL COMPANY *•%. . h O 1�� �� S � i ` t Ll.'SPEScIF�CA ONS.: , ,r'` L` . a �i -F''�1 re. YTr t. -7L ; h ..+ ,, t . & ' i 3 �` i z Ffi' z~ .ea P la S .t r L 3 Fw F 4 Kt sue a , y' n - °: t. &p ✓ '.�? ,°. ,; _,,r ^'- x .. , A'c.� . .. e.. a? . :, N { a" v I" Y, x 1,.. v!- h { a x,' r �, -�` V v x t aw �.zt �. s t n e + x . ; k 4 x»40 .f g a$ �''. x r � r"�" �''t � -' v f x. ea dref f s' x� S it . 3 .t, 7` , .. �^ + x a x 3 r F+�J a ��l T i4k- 1,:v -. s ..� .>� >w L :s f . v ,t z' °'` A ; 3° -- L _-,w, a�' �` Y ' „` t . h i �,c :v k-a . '_z s4 a .r �;, °-'„"ra ,, 7 , w - r �er szb ^,. `? # '. K 1-fz t - h 3 e r o t ,� .. r` {n +7 ' � d � rt ,.- r % "+ � �` � r x Y h' �. h� x! y +, S3.e x � M a .F,_,� M-' vt' - t `~C 4 4 aH' c'4 ,+ �. Rksto Se v t S# x-: i i f ' k„ x a # z` i t r i ;T;. ' w �"+ro - Og ".. a a - a . zt Y v -^{ I " k'k4 �'t; Y Irk °z -igtx (�� . - t k : i e ; , F 5 t. '� � , F ? , ?, � Cr+ � tK `2.,,•^�• A� 1'S..t�x ` �fiie �» a. Y'k- 35 4� �� ',. �` ¢ f h' r'"aC 7�' "� , � -� -�,; .'��,'� { yat4 f 1� M,} 5 1 3 k Y µ l k S , 4 6 Y .x t k ..+k , . . E v,�p M. 4 tg , q, - . 2 31 - ` 2/ni' �-. „`'ly ` py r .� {3 °i. ity of "`E'�' �!�' , i 7 hu �-+'- w `�'1 Y".� " > i+m j ?pt l - �3 airy '•" 3 ,{ •r *;ir and , iy it IIY y o lor 'k E " i'� 5. '"�'i wy-F,; :t -0�y ; t v m a t ,� .,, a-k > x t i i. ' ti, `tia' r� �Y r V ` E , 4 ii /�, r• s v be ; 4yi e x "� , , '�`'.- �zcyl:+ry u '`1�"'f , ^ 3' S, y' u` 'Aso'�:'rt,s"�'°v'' .4".�'. � �IA4"4c . . `'.w�i,,;� 1L � ���`� -" a- � �, � -� � �3. 5 r �>.+ > �, 'b .�. . � � g�'.�,:� �. �.,�; Y ,,�r '�x� X ,� �k,y �''•-e� � �>-: 4tj rk . , r {.- z x 'e 5� a2' * a' ,I A ''.,,2d . T ii.At ttI P�iv rk.H ice ' - �" sz , ' `�' ; ,>44ts i t. +'.l +3 �� r itfsi' - �, r "' ', . i i.� r--A -r NO. A 2V` .,�" `", e yt. ry ''x`f -hAZ x {''{ �.. .k ;-1 3 2d .' i 4 , ` d 4 � r,. "?r z b "'S''' F -7' ,* r td ct�t,03,".tiE� �,cyly�. ,. to _ x t!•a 1 '�3.'� -a£,,, ,','$ +.g'*.` s` `— . ;�'�rF a rr '?' • � "� �Y,.,Y ,S Y e Iwg, wt '�: -0 c a,+ - ... ,- — ..F �., a �, . e u. ,5' nk ` a s ��,r'r '' >" TABLE OF CONTENTS A. STANDARD FORM OF AGREEMENT FOR OWNER— CONTRACTOR B. ADVERTISEMENT AND INVITATION FOR BID C. INSTRUCTION TO BIDDERS FOR CONSTRUCTION D. BID E. BID BOND F. GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION • G. LABOR CLASSIFICATION AND MINIMUM WAGE SCAL H. SUPPLEMENTAL GENERAL CONDITIONS Part A Part B I. PAYMENT BOND J. PERFORMANCE BOND K. ROADWAY REPAIR BOND c. L. MAINTENANCE BOND M. NOTICE OF AWARD , N. NOTICE TO PROCEED O. INSURANCE CPA Federally Funded P. TECHNICAL SPECIFICATIONS ITEM NO. A2003 - STRUCTURAL EXCAVATION AND BACKFILL ITEM NO. A3002 - COMPACTED SAND FILL UNDER STRUCTURES ITEM NO. A3034 - STORM WATER POLLUTION PREVENTION PLAN (SW3P) ITEM NO. B1001 - CONCRETE ITEM NO. B2001. - CONCRETE STRUCTURES ITEM NO. B3001 - REINFORCING STEEL ITEM NO. C3007 - SEALANTS ITEM NO. J2001 - CONSTRUCTION OF UNDERGROUND LINES ITEM NO. J3001 B - STORM SEWER MANHOLES ITEM NO. J3006 - CEMENT - STABILIZED SAND BACKFILL ITEM NO. J3011 - REINFORCED CONCRETE PIPE ITEM NO. J3016 - INLETS ITEM NO. K3015 - CRUSHED STONE ITEM NO. K3114 - CONCRETE CURB AND GUTTER APPENDICES APPENDIX A -- Section 3 Monthly Compliance Report APPENDIX B — Attorney's Review Certification APPENDIX C— Request for Time Extension APPENDIX D— Copeland Act Regulations APPENDIX E — Section 3 Clause APPENDIX F — Geotechnical Report APPENDIX G— Certification of Bidder Regarding Section 3 and Segregated Facilities CPA Federally Funded CONTRACT DOCUMENTS AND TECHN1 CAT SPECIFICATIONS For 18th Fs t. 1 r to Sally City ;! 4 Port Arthure •'ORT A T'WWR TEXAS JOB NO. CPA -720 CONTRACT NO. 1 TABLE OF CONTENTS A. STANDARD FORM OF AGREEMENT FOR OWNER - CONTRACTOR B. ADVERTISEMENT AND INVITATION FOR BID C. INSTRUCTION TO BIDDERS FOR CONSTRUCTION D. BID E. BID BOND F. GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION G. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE H. SUPPLEMENTAL GENERAL CONDITIONS Part A Part B I. PAYMENT BOND J. PERFORMANCE BOND K. ROADWAY REPAIR BOND L. MAINTENANCE BOND M. NOTICE OF AWARD N. NOTICE TO PROCEED O. INSURANCE CPA Federally Funded P. TECHNICAL SPECIFICATIONS ITEM NO. A2003 - STRUCTURAL EXCAVATION AND BACKFILL . ITEM NO. A3001 - SPOT SODDING ITEM NO. A3002 - COMPACTED SAND FILL UNDER STRUCTURES ITEM NO. A3034 - STORM WATER POLLUTION PREVENTION PLAN (SW3P) ITEM NO. B1001 - CONCRETE ITEM NO. B2001 - CONCRETE STRUCTURES ITEM NO. B3001 - REINFORCING STEEL ITEM NO. C3007 - SEALANTS ITEM NO. J2001 - CONSTRUCTION OF UNDERGROUND LINES ITEM NO. J3001B - STORM SEWER MANHOLES ITEM NO. J3006 - CEMENT - STABILIZED SAND BACKFILL ITEM NO. J3011 - REINFORCED CONCRETE PIPE ITEM NO. J3016 - INLETS ITEM NO. K3015 - CRUSHED STONE ITEM NO. K3114 - CONCRETE CURB AND GUTTER ITEM NO. K3303 - HOT-MIX ASPHALTIC CONCRETE SURFACING APP-EN4'110ES APPENDIX A — Section 3 Monthly Compliance Report APPENDIX B — Attorney's Review Certification APPENDIX C— Request for Time Extension APPENDIX D— Copeland Act Regulations • APPENDIX E — Section 3 Clause APPENDIX F — Geotechnical Report APPENDIX G— Certification of Bidder Regarding Section 3 and Segregated Facilities CPA Federally Funded 1 0 f SECTION A STANDARD FORM OF AGREEMENT FOR OWNER- CONTRACTOR �. CITY OF PORT ARTHUR STANDARD FORM OF AGREEMENT FOR OWNER - CONTRACTOR PROJECTS STATE of TEXAS JEFFERSON COUNTY THIS AGREEMENT, made and entered into this day of , A.D. by and between the City of Port Arthur of the COUNTY Jefferson of in the STATE OF TEXAS, thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and of the City of County of in the State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER) and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follow: 14th STREET DRAINAGE and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefore, as prepared by Arceneaux & Gates Consulting Engineers, Inc., A Burrow Global Company, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written proposal, the General Conditions of the Agreement, the Performance and Payment Bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to furnish all materials labor and equipment necessary for the work described under this agreement for the sum of: and will commence work within ten (10) calendar days after the date written notice to do so shall have been given to him, and to substantially ° - complete within 240 consecutive calendar days after issuance of the "Notice to Proceed" and to be at Final Completion within 270 consecutive calendar days after the issuance of the "Notice to Proceed ", subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in this agreement and the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents executed this Agreement in the year and day first above written. City of Port Arthur Party of the First Part (OWNER) Party of the Second Part (CONTRACTOR) By: By: ATTEST: ATTEST: A -1 - CONSTRUCTION cC-DNTT=ACT AGREEMENT [Non- Federally Funded Projects] THIS AGREEMENT, made this day of , A.D. , 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 a(n) )individual, firm, partnership or corporation) , herein acting by and through hereinafter called "CONTRACTOR ". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the CITY of PORT ARTHUR WATER SYSTEM IMPROVEMENTS, 24" WATERLINE FROM 19TH STREET TO THE SABINE - NECHES CANAL 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 365 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of, or as shown in the Bid Schedule. 5. The term "CONTRACT DOCUMENTS" means and includes the following: (A) 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 prepared or issued by Arceneaux & Gates Consulting Engineers, Inc., A Burrow Global Company dated September 2013. Drawings prepared by Arceneaux & Gates Consulting Engineers, Inc., A Burrow Global Company numbered 1 through 29 , dated September 2013. Addenda: No. , dated , 20 No. , dated , 20 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: • City of Port Arthur • BY: CONTRACTOR: NAME: TITLE: BY: NAME: ADDRESS: [CORPORATE SEAL] ATTEST: • NAME: A -2 g. a I 1 SECTION ..B ADVERTISEMENT AND INVITATION FOR BIDS .i Construction Advertisement and invitation for Bids The CITY OF PORT ARTHUR will receive bids for 14th STREET DRAINAGE until 3 :00 p.m. on Wednesday, November 13, 2013 at City of Port Arthur City Hall, Office of the City Secretary, 41h Floor, 444 4 Street, Port Arthur, Texas. The bids will be publicly opened and read aloud at 3 :15 p.m. on Wednesday, November 13, 2013 at City of Port Arthur City Hall, 5 Floor Council Chamber, 444 4" Street, Port Arthur, Texas. Bids are invited for several items and quantities of work as follows: 14th STREET DRAINAGE Bid /Contract Documents, including Drawings and Technical Specifications are on file at the following locations: CITY OF PORT ARTHUR Ross Blackketter, Public Works Director Shawna Tubbs, CPPO, CPPB, Purchasing Manager 444 4 Street Port Arthur, Texas 77640 ARCENEAUX & GATES CONSULTING ENGINEERS, INC. A BURROW GLOBAL COMPANY 2901 Turtle Creek Drive, Suite 320 Port Arthur, Texas 77642 THE ASSOCIATED GENERAL CONTRACTORS 5458 Ave. A Beaumont, Texas 77705 Please contact the office of Arceneaux & Gates Consulting Engineers, Inc. for instructions on how to obtain copies of the Bid /Contract Documents at: (409) 724 -7888. A bid bond in the amount of 5 percent of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the City of Port Arthur or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. Attention is called to the fact that not less than, the federally determined prevailing (Davis -Bacon and Related Acts) wage rate, contained in the contract documents, must be paid on this project. In addition, the successful bidder must ensure that employees and applicants for employment are not discriminated against because of race, color, religion, sex age or national origin. The City of Port Arthur reserves the right to reject any or all bids or to waive any informalities in the bidding. B -1 Bids may be held by the City of Port Arthur for a period not to exceed 60 days from the date of the bid opening for the purpose of reviewing the bids and investigating the bidder's qualifications prior to the contract award. Per 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. Cit of Port Arthur Shawna Tubbs CPPO CPPB Purchasin• Mana•er 10 -17 -13 All contractors /subcontractors that are debarred, suspended or otherwise excluded from or ineligible for • participation on federal assistance programs may not undertake any activity in part or in full under this project. Bidder is cautioned to read all contract documents before submitting bid, especially Item 18, Section C of the information to bidders. All bidders shall be required to attend the Mandatory Pre -Bid Conference on: Thursday, October 31, 2013 at 2:00 p.m. at the City of Port Arthur City Hall, 444 4` Street, 5 Floor Conference Room, Port Arthur, Texas 77640. 1st Advertisement: October 20, 2013 2nd Advertisement: October 27, 2013 B -2 g 1 1 1 S 1 1 1 1 SECTION C INSTRUCTION TO BIDDERS FOR CONSTRUCTION INSTRUCTION TO BIDDERS FOR CONSTRUCTION 1. Use of Separate Sid Forms These contract documents include a complete set of bid and contract forms which are for the convenience of the bidders and are not to be detached from the contract document, completed or executed. Separate bid forms are provided for your use. 2. Interpretations or Addenda No oral interpretations will be made to any bidder. Each request for an interpretation shall be made in writing to the Grant Recipient or engineer no less than seven (7) days prior to the bid opening. Each interpretation made will be in the form of an Addendum to the contract documents and will be distributed to all parties holding contract documents no less than five (5) days prior to the bid opening. It is, however, the bidder's responsibility to make inquiry as to any addenda issued. All such addenda shall become part of the contract documents and all bidders shall be bound by such addenda, whether or not received by the bidders. 3. Inspection of Site Each bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there and should fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the contract. The bidder should thoroughly examine and familiarize himself with the drawings, technical specifications and all other contract documents. The contractor by the execution of the contract shall in no way be relieved of any obligation under it due to his failure to receive or examine any form or legal document or to visit the site or acquaint himself with the conditions there existing. The city will be justified in rejecting any claim based on lack of inspection of the site prior to the bid. 4. Alternate bid items No alternate bids or bid items will be considered unless they are specifically requested by the technical specifications. 5. Bids a. All bids must be submitted on the forms provided and are subject to all • requirements of the Contract Documents, including the Drawings. b. All bids must be regular in every respect and no interlineation, excisions or special conditions may be made or included by the bidder. c. Bid documents, including the bid, the bid bond, and the statement of bidders' qualifications shall be sealed in an envelope and clearly labeled with the words "Bid Documents ", the project number, name of bidder and the date and time of bid opening. c -i d. The City of Part Arthur may consider as irregular any bid on which there is an alteration of or departure from the bid form and, at its option, may reject any irregular bid. e. If a contract is awarded, it will be awarded to a responsible bidder on the basis of the lowest/best bid and the selected alternate bid items, if any. The contract will require the completion of the work in accordance with the contract documents. 6. Bid Modifications Prior to Bid Opening a. Any bidder may modify his bid by 'telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the City of Port Arthur prior to the closing time, and provided further, the City of Port Arthur is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition, subtractions or other modifications so that the final prices or terms will not be known by the City of Port Arthur until the sealed bid is open. If written confirmation is not received within two (2) days from the closing time, no consideration will be given to the telegraphic modification. b. Likewise, any bidder may modify a bid by submitting a supplemental bid in person prior to the scheduled closing time for receipt of bids. Such supplemental bid should mention only additions or subtractions to the original bid so as to not reveal the final prices or terms to the City of Port Arthur until the sealed bid is open. 7. Bid Bond a. A bid bond in the amount of 5% of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the City of Port Arthur or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. b. The bid bond or its comparable, will be returned to the bidder as soon as practical after the opening of the bids. 8. Statement of Bidders Qualifications Each bidder shall submit on the form furnished for that purpose a statement of the bidder's qualifications. The City of Port Arthur shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform, his obligations under the contract, and the bidder shall furnish the City of Port Arthur alr'§uch information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available data does not satisfy the City of Port Arthur that the bidder is qualified to carry out properly the terms of the contract. 9. Unit Price The unit price for each of the several items in the bid shall include its pro rata share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this C -2 requirement may be rejected as informal. Special attention is drawn to this condition, as the unit prices will be used to determine the amount of any change orders resulting from an increase or decrease in quantities. 10. Corrections: Erasures or other corrections in the bid must be noted over the signature of the bidder. 11. Time for Receiving Bids Bids received prior to the advertised hour of opening shall be kept securely sealed. The officer appointed to open the bids shall decide when the specified time has arrived and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the City of Port Arthur that the late arrival of the bid was solely due to delay in the mail for which the bidder was not responsible, such bid will be received and considered. 12. Opening of Bids The City of Port Arthur shall, at the time and place fixed for the opening of bids, open each bid and publicly read it aloud, irrespective of any irregularities therein. Bidders and other interested individuals may be present. 13. Withdrawal of Bids Bidder may withdraw the bid before the time fixed for the opening of bids, by communicating his purpose in writing to the locality. Upon receipt of such notice, the unopened bid will be returned to the bidder. The bid guaranty of any bidder withdrawing his bid will be returned promptly. 14. Award of Contract/Rejection of Bids a. The contract will be awarded to the responsive, responsible Bidder submitting the _ - lowest/best bid. The bidder selected will be notified at the earliest possible date. The City of Port Arthur reserves the right to reject any or all bids and to waive any informality in bids received where such rejection or waiver is in its interest. b. The City of Port Arthur reserves the right to consider as unqualified to do the work any bidder who does not habitually perform with his own forces the major portions of the work involved in construction of the improvements embraced in this contract. 15. Execution of Agreement/Performance and Payment Bonds a. Performance and Payment Bonds, Requires all prime contractors which enter into a formal contract in excess of $5,000 with the State, any department, board, agency, municipality, county, school district or any division or subdivision thereof, to obtain a Payment Bond in the amount of the contract before commencing with work and a performance bond for public works contracts in excess of $100,000. C -3 b. The failure of the successful bidder to execute the agreement and supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Port Arthur may grant, shall constitute a default and the City of Port Arthur may, at its option either award the contract to the next lowest responsible bidder, or re- advertise for bids. In either case, the City of Port Arthur may charge against the bidder the difference between the amount of the bid, and the amount for which a contract is subsequently executed irrespective of whether this difference exceeds the amount of the bid bond. If a more favorable bid is received through re- advertisement, the defaulting bidder shall have no claim against the City of Port Arthur for a refund. 16. Wages and Salaries Attention is particularly called to the requirement of paying not less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. 17. Equal Employment Opportunity Attention is called to the requirements for ensuring that employees and applicants for employment are not discriminated against because of their race, color, creed, sex, gender, or national origin. 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, October 31, 2013 at, 2 :00 p.m. at City of Port Arthur City Hall, 444 4th Street, 5 Floor Conference Room, Port Arthur, TX 77640. The purpose of the MANDATORY PRE -BID CONFERENCE is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract _ _ Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Engineer, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the MANDATORY PRE -BID CONFERENCE will be rejected and returned unopened to the Bidder. C -4 INSTRUCTION TO BIDDERS FOR CONSTRUCTION CTIO 1. Use of Separate Bid Forms These contract documents include a complete set of bid and contract forms which are for the convenience of the bidders and are not to be detached from the contract document, completed or executed. Separate bid forms are provided for your use. 2. Interpretations or Addenda No oral interpretations will be made to any bidder. Each request for an interpretation shall be made in writing to the Grant Recipient or engineer no less than seven (7) days prior to the bid opening. Each interpretation made will be in the form of an Addendum to the contract documents and will be distributed to all parties holding contract documents no less than five (5) days prior to the bid opening. It is, however, the bidder's responsibility to make inquiry as to any addenda issued. All such addenda shall become part of the contract documents and all bidders shall be bound by such addenda, whether or not received by the bidders. 3. Inspection of Site Each bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there and should fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the contract. The bidder should thoroughly examine and familiarize himself with the drawings, technical specifications and all other contract documents. The contractor by the execution of the contract shall in no way be relieved of any obligation under it due to his failure to receive or examine any form or legal document or to visit the site or acquaint himself with the conditions there existing. The city will be justified in rejecting any claim based on lack of inspection of the site prior to the bid. 4. Alternate bid items No alternate bids or bid items will be considered unless they are specifically requested by the technical specifications. 5. Bids a. All bids must be submitted on the forms provided and are subject to all requirements of the Contract Documents, including the Drawings. b. All bids must be regular in every respect and no interlineation, excisions or special conditions may be made or included by the bidder. C. Bid documents, including the bid, the bid bond, and the statement of bidders' qualifications shall be sealed in an envelope and clearly labeled with the words "Bid Documents ", the project number, name of bidder and the date and time of bid opening. c -I d. The City of Port Arthur may consider as irregular any bid on which there is an alteration of or departure from the bid form and, at its option, may reject any irregular bid. e. If a contract is awarded, it will be awarded to a responsible bidder on the basis of the lowest/best bid and the selected alternate bid items, if any. The contract will require the completion of the work in accordance with the contract documents. 6. Bid Modifications Prior to Bid Opening a. Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the City of Port Arthur prior to the closing time, and provided further, the City of Port Arthur is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition, subtractions or other modifications so that the final prices or terms will not be known by the City of Port Arthur until the sealed bid is open. If written confirmation is not received within two (2) days from the closing time, no consideration will be given to the telegraphic modification. b. Likewise, any bidder may modify a bid by submitting a supplemental bid in person prior to the scheduled closing time for receipt of bids. Such supplemental bid should mention only additions or subtractions to the original bid so as to not reveal the final prices or terms to the City of Port Arthur until the sealed bid is open. 7. Bid Bond a: A bid bond in the amount of 5% of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the City of Port Arthur or negotiable U.S. Governrnent Bonds (as par value) may be submitted in lieu of the Bid Bond. b. The bid bond or its comparable, will be returned to the bidder as soon as practical after the opening of the bids. 8. Statement of Bidders Qualifications Each bidder shall submit on the form furnished for that purpose a statement of the bidder's qualifications. The City of Port Arthur shall have the right to take such steps as it deems . necessary to determine the ability of the bidder to perform his obligations under the • contract, and the bidder shall furnish the City of Port Arthur all such information and data for this purpose as. it may request. The right is reserved to reject any bid where an investigation of the available data does not satisfy the City of Port Arthur that the bidder is qualified to carry out properly the terms of the contract. 9. Unit Price The unit price for each of the several items in the bid shall include its pro rata share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this C -2 requirement may be rejected as informal. Special attention is drawn to this condition, as the unit prices will be used to determine the amount of any change orders resulting from an increase or decrease in quantities. 10. Corrections: Erasures or other corrections in the bid must be noted over the signature of the bidder. 11. Time for Receiving Bids Bids received prior to the advertised hour of opening shall be kept securely sealed. The officer appointed to open the bids shall decide when the specified time has arrived and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the City of Port Arthur that the late arrival of the bid was solely due to delay in the mail for which the bidder was not responsible, such bid will be received and considered. 12. Opening of Bids The City of Port Arthur shall, at the time and place fixed for the opening of bids, open each bid and publicly read it aloud, irrespective of any irregularities therein. Bidders and other interested individuals may be present. 13. Withdrawal of Bids Bidder may withdraw the bid before the time fixed for the opening of bids, by communicating his purpose in writing to the locality. Upon receipt of such notice, the unopened bid will be returned to the bidder. The bid guaranty of any bidder withdrawing his bid will be returned promptly. 14. Award of Contract/Rejection of Bids a. The contract will be awarded to the responsive, responsible Bidder submitting the lowest/best bid. The bidder selected will be notified at the earliest possible date. The City of Port Arthur reserves the right to reject any or all bids and to waive any informality in bids received where such rejection or waiver is in its interest. b. The City of Port Arthur reserves the right to consider as unqualified to do the work any bidder who does not habitually perform with his own forces the major portions • of the work involved in construction of the improvements embraced in this contract. 15. Execution of Agreement /Performance and Payment Bonds a. Performance and Payment Bonds, Requires all prime contractors which enter into a formal contract in excess of $5,000 with the State, any department, board, agency, municipality, county, school district or any division or subdivision thereof, to obtain a Payment Bond in the amount of the contract before commencing with work and a performance bond for public works contracts in excess of $100,000. C -3 b. The failure of the successful bidder to execute the agreement and supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Port Arthur may grant, shall constitute a default and the City of Port Arthur may, at its option either award the contract to the next lowest responsible bidder, or re- advertise for bids. In either case, the City of Port Arthur may charge against the bidder the difference between the amount of the bid, and the amount for which a contract is subsequently executed irrespective of whether this difference exceeds the amount of the bid bond. If a more favorable bid is received through re- advertisement, the defaulting bidder shall have no claim against the City of Port Arthur for a refund. 16. Wages and Salaries Attention is particularly called to the requirement of paying not less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. 17. Equal Employment Opportunity Attention is called to the requirements for ensuring that employees and applicants for employment are not discriminated against because of their race, color, creed, sex, gender, or national origin. 18. Pre -Bid Conference A _NLANDATORY PRE -BID CONFERENCE between the Engineer, Representatives of the City of Port Arthur, Texas and prospective bidders will be held on Thursday, October 24, 2013 et, 10 :00 k,,Bltf., at City of Port Arthur City Hell, 444 4 Street, Stn Floor Conference Room, Port Arthur, TX 776400 The purpose of the MANDATORY PRE -BID CONFERENCE is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Engineer, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the MANDATORY PRE -BID CONFERENCE will be rejected and returned unopened to the Bidder. C -4 m n Imiggsg ogra MEM SEEM tigiriAa EMMY MEMO ISOM MOO IMO Data =UM CZW:2 CZ= 12225 0 CI . " • • • • • • BID TO: CITY OF PORT ARTHUR 444 4TH STREET P.O. BOX 1089 CITY OF PORT ARTHUR, TEXAS 77640 Proposal of (hereinafter called "BIDDER "), organized and existing under the laws of the State of Texas, doing business as * , and acting by and through . To the City of City of Port Arthur, Texas (hereinafter called "OWNER "). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of: 14th STREET DRAINAGE 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 270 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 $ 500.00 for each consecutive calendar clay thereafter including, but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Sections 9 and 40 of the General Contract Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: *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: CPA Federally Funded D -1 n item Approx. Description of item with Unit No. Qty. Unit Unit Price Written in Words Price Amount - BID SCHEDULE NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. BASE BID ITEMS Mobilization, Bonds, Insurance, Onsite Facilities, Project Sign, Complete. 1. 1 L.S. @ $ $ Per Lump Sum 18 -Inch Reinforced Concrete Pipe, C -76, Class III, with required Bedding and Backfill. Complete in Place. 2. 50 L.F. $ $ Per Linear Feet 24 -Inch Reinforced Concrete Pipe, C-76, Class III, with required Bedding and Backfill. Complete in Place. 3. 1,150 L.F. @ $ $ Per Linear Feet 36 -Inch Reinforced Concrete Pipe, C -76, Class III, with required Bedding and Backfill. Complete in Place. • 4. 475 L.F. @ $ $ Per Linear Feet _ item Approx. Description of item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 42 -Inch Reinforced Concrete Pipe, C -76, Class III, with required Bedding and Backfill. Complete in Place. 5. 550 L.F. @ $ $ Per Linear Feet 48 -Inch Reinforced Concrete Pipe, C -76, - Class III, with required Bedding and Backfill. Complete in Place. 6. 1,150 L.F. $ $ Per Linear Foot 54 -Inch Reinforced Concrete Pipe, C -76, Class III, with required Bedding and Backfill. Complete in Place. 7. 2,150 L.F. @ $ $ Per Linear Foot Design of Trench Safety System, Complete. g ' 1 L.S. @ - Per Lump Sum $ Trench Safety System, All Depths, Complete in Place. 9. 5,525 L:F. @ Per Linear Foot $ $ Type "C" Manhole, Complete in Place. 10. 16 EA. @ $ $ Per Each CPA Federally Funded D -3 item Approx. Description of item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Type "C" Curb Inlet, Complete in Place. 11. 29 EA. @ $ $ Per Each Manhole Riser on Concrete Box Culvert, Complete in Place. 12. 1 EA. @ $ $ Per Each Storm Sewer Grate Inlet, Complete in Place. 14. 1 EA. @ $ $ Per Each • Inlet Protection - Sock, Complete. 15. 28 L.S. Per Each 1 1 /2 -Inch Type "D" Hot Mix Asphalt, PG 64 Liquid per TxDOT Specifications Item 340, RAP Allowed Complete in Place. 16. 8,600 S.Y. $ $ Per Ton 8 -Inch Crushed Stone Base (Type 3 Class A), Complete in Place. 17. 8,600 S.Y. $ $ Per Square Yard CPA Federally Funded D -4 Item Approx. Description of item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 30" Concrete Curb and Gutter, Complete in Place. 18. 1,650 L.F. $ $ Per Linear Foot Conflict Structure, Complete in Place. 19. 3 EA. @. $ $ Per Each 6' Wide, City of Port Arthur Handicap Curb Ramp, Complete in Place. 20. 28 EA. @ • $ $ Per Each Traffic Control including Signs, Channelizing Devices, Barricades, Complete. 21. 1 L.S. @ $ $ Per Lump Sum SUB -TOTAL BASE BID ITEMS $ • 'y y SUPPLEMENTAL ITEMS Type "C" Manhole, Complete in Place. ($2,500.00)* • 21. 2 EA. Per Each $ $ CPA Federally Funded D -5 item Approx. Description of Rem with Unit No, Qty. Unit Unit Price Written in Words Price Amount Type "C" Curb Inlet, Complete in Place. ($2,500.00)* 22. 2 EA. Per Each $ $ 1 1 /2 Inch HMAC, Complete in Place. ($100.00)* 23. 35 S.Y. Per Ton $ $ 8 -Inch Crushed Stone Base (Type 3 Class ($25.00)* A), Complete in Place. 24. 400 S.Y. $ $ Per Square Yard Handicap Curb Ramp, Complete in Place. ($500.00)* 25. 5 EA. Per Each $ $ *Figures in parentheses represent minimum unit prices for Supplemental Items. SUB - TOTAL SUPPLEMENTAL ITEMS $ SUB -TOTAL BASE r= ID ITEMS $ TOTAL AMOUNT BID $ CPA Federally Funded D -6 STATEMENT FOR SEPARATED CONTRACT COMPLIANCE: TOTAL BASE BID: Non - consumable material and equipment. (Tax Exempt) $ TOTAL BASE BID: Skill, labor and consumable material, tools, and equipment. (Not Tax Exempt) $ 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 labor, equipment 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 plus any Alternate(s) described above which is most advantageous to the OWNER. Respectfully submitted: (NAME OF CONTRACTOR) (ADDRESS) BY: (SIGNATURE) (TELEPHONE NUMBER) TITLE: (LICENSE NUMBER IF APPLICABLE) DATE: � 0 (SEAL, IF BIDDER IS A CORPORATION) (ATTEST) CPA Federally Funded D -7 BID OPENING DATE: Wednesday, Novem=ber 13, 2013 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY: ADDRESS: CITY /STATE /ZIP: SEND PURCHASE ORDER TO: COMPANY: ADDRESS: CITY /STATE /ZIP: TAX IDENTIFICATION NUMBER: CPA Federally Funded D -8 AFFIDAVIT All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized officer of the company, whose signature is binding on the bid proposal. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agrees to pay said debts prior to execution of this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agrees to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFERER: TITLE: ADDRESS: CITY /STATE /ZIP: TELEPHONE NUMBER: SIGNATURE: SUBSCRIBED AND SWORN to before me by the above named on thisthe_dayof ,20 • Notary Public in and for the State of RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL CPA Federally Funded D -9 CITY OF PORT ARTHUR EXCEPTION/APPROVED EQUAL REQUEST (Please submit this form for each exception /approved equal) VENDOR: TELEFAX: PROJECT: PAGE: OF PARAGRAPH: SUBJECT: Request: Signature: FOR CITY OF PORT ARTHUR USE ONLY Approved:__ Disapproved: Clarification: Signature City of Port Arthur Representative CPA Federally Funded D-10 • NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of County of , being first duly sworn, deposes and says that: (1) He is of , the Bidder that has submitted the attached Bid; (2) He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with another Bidder, firm or person to submit a collusive or sham Bid in connection with the • Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix an overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Port Arthur (Local Public Agency) or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title • Subscribed and sworn to me this day of By: Notary Public My commission expires CPA Federally Funded D -11 G,aniee S trecrpienP: City of Port. Arthu - - - � I include Ibis document in all applicable bid packets. SAL_ L 0 4 ��tf ;<, Texas General Land Office �= . '' . °; Community Development Block Grant (CDBG) :1 Disaster Recovery Program r s i! m c rr4a4,:.. 1036 Contractor Certification of Effort to Fully Comply with Empaoyment and Training Provisions of Section 3 Economic Opportunities for Low and Very Low - Income Persons THE BIDDER REPRESENTS AND CERTIFIES AS PART OF ITS BID /OFFER THAT IT: ❑ Is a Section 3 Business Concern, A Section 3 Business Concern means a business concern: 1. That is 51% or more owned by Section 3 Resident(s); or 2. Whose permanent, full -time employees include persons, at least 30% of whom are currently Section 3 Residents, or 3. That provides evidence of a commitment to subcontract in excess of 25% of the dollar value of all subcontracts to be awarded to Section 3 Business Concems, that meet the qualifications set forth in paragraphs 1 or 2 herein. ❑ Is NOT a Section 3 Business Concern, but who has and will continue to seek compliance with Section 3 by certifying the following efforts to be undertaken. EFFORTS TO AWARD SUBCONTRACTOR TO SECTION 3 CONCERNS (Check ALL that apply) ❑ By contacting business assistance agencies, minority contractors associations and community organizations to inform them of the contracting opportunities and requesting their assistance in identifying Section 3 businesses which may solicit bids for a portion of the work. ❑ By advertising contracting opportunities by posting notices, which provide general information about the work to be contracted and where to obtain additional information, in the common areas of the applicable development(s) owned and managed by the Housing Authority. ❑ By providing written notice to all known Section 3 Business Concems of contracting opportunities. This notice should be in sufficient time to allow the Section 3 Business Concems to respond to bid invitations . ❑ By following up with Section 3 Business Concerns that have expressed interest in the contracting opportunities. ❑ By coordinating meetings at which Section 3 Business Concerns could be informed of specific elements of the work for which subcontract bids are being sought. ❑ By conducting workshops on contracting procedures and specific contracting opportunities in a timely manner so that Section 3 Business Concerns can take advantage of contracting opportunities. ❑ By advising Section Business Concerns as to where they seek assistance to overcome barriers such as inability to obtain bonding, lines of credit, financing, or insurance and aiding Section 3 Businesses in qualifying for such bonding , financing, insurance, etc.... ❑ Where appropriate, by breaking out contract work into economically feasible units to facilitate participation by Section 3 businesses, ❑ By developing and using a list of eligible Section 3 Business Concerns. ❑ By actively supporting and undertaking joint ventures with Section 3 Businesses. EFFORTS TO PROVIDE TRAINING AND EMPLOYMENT TO SECTION 3 RESIDENTS ❑ By entering into a "first source" hiring agreements with organizations representing Section 3 Residents. ❑ By establishing training programs, which are consistent with the requirements of the Department of Labor, specifically for Section 3 Residents in the building trades. ❑ By advertising employment and training positions to dwelling units occupied by Category 1 and 2 residents. ❑ By contacting resident councils and other organizations in the affected housing development to request assistance in notifying residents of the training and employment ptsitions to be filled. ❑ By arranging interviews and conducting interviews on the job site. ❑ By undertaking such continued job efforts as may be necessary to ensure the continued employment of Section 3 Residents previously hired for employment opportunities. Contractor NamelBusiness Name: Date /Time Field Signature Field • D -12 CONTRACTOR'S LOCAL OPPORTUNITY PLAN agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the (City /County) of Jefferson County A. To ascertain from the Grant Recipient's CDBG program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan. B. To attempt to recruit from within the city the necessary number of lower income residents through: local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (01C), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. C. To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. D. To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps planned to accomplish these goals. E. To insure that subcontracts (greater than $10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible, in a covered project area. F. To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. G. To insure that all appropriate project area business concerns are notified of pending sub - contractual opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. J. To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. K. To maintain records of all projected work force needs for all phases of the project by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportunity objectives. As officers and representatives of , we the undersigned have read and fully agree to this Plan, and become a party to the full implementation of the program • and its provisions. Signature Title Date D -13 PROPOSED CONTRACTS BREAKDOWN Type of Contracts No. of Approx. Total Estimated No. to Estimated $ Contracts Dollar Amount local Business Amount Local Business • • ESTIMATED PROJECT WORKFORCE BREAKDOWN Work Total Estimated No. of Positions No. of Positions No. of Positions Classifications Positions Currently Filled not Filled to fill with UM Residents Totals - • • D-14 STATEMENT OF BIODER'S QUA'LIFICA All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: Date Organized: Address: Date Incorporated: Number of Years in contracting business under present name: CONTRACTS ON HAND: Contract Amount $ Completion Date Type of work performed by your company: Have you ever failed to complete any work awarded to you? Have you ever defaulted on a contract? List the projects most recently completed by your firm (include project of similar importance): Project Amount $ Mo/Yr Completed Major equipment available for this contract: Attach resume(s) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Credit available: $ Bank reference: The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Port Arthur in verification of the recitals comprising this Statement Of Bidder's Qualification° Executed this day of , 20 . By:(signature) Title: (print name) D -15 CONTRACTOR CERTIFICATIONS U.S. Department of Housing and Urban Development TIFICATION OF BIDDER REGAR BONG CIVIL RIGHTS LAWS AND REGULATIONS INSTRUCTIONS CERTIFICATION OF BIDDER REGARDING Executive Order 11246 and Federal Laws Requiring Federal Contractor to adopt and abide by equal employment opportunity and affirmative action in their hiring, firing, and promotion practices. This includes practices related to race, color, gender, religion, national origin, disability, and veterans' rights. NAME AND ADDRESS OF BIDDER (include ZIP Code) CERTIFICATION BY BIDDER Bidder has participated in a previous contract or subcontract subject to Civil Rights Laws and Regulations. ❑Yes 0 N The undersigned hereby certifies that: ❑ The Provision of Local Training, Employment, and Business Opportunities clause (Section 3 provision) is included in the Contract. A written Section 3 plan (Local Opportunity Plan) was prepared and submitted as part of the bid proceedings (if bid equals or exceeds $100,000). ❑ The Non Segregated Facilities clause (Section 109 provision) is included in the Contract. No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. ❑ The Egual Empl ppo oyment Or y tunitclause is included in the Contract (if bid equals or exceeds $10,000). ❑ The Affirmative Action for Handicapped Workers clause is included in the contract. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? ❑ Yes ❑ No NAME AND TITLE OF SIGNER (Please type) SIGNATURE DATE SECTION 504 CERTIFICATION D -16 POLICY OF NONDiISC1'IIIINATION ON THE BASIS OF DISABILITY The does not discriminate on the basis of disability in the admission or access to, or treatment or employment in, its federally assisted programs or activities. (Name) (Address) City State Zip Telephone Number ( Voice ( ) - TDD has been designated to coordinate compliance with the nondiscrimination requirements contained in the Department of Housing and Urban Development's (HUD) regulations implementing Section 504 (24 CFR Part 8. dated June 2, 1988). D -17 1 1 ri SECTION E BID BOND ='ON D KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, as PRINCIPAL, and , as SURETY are held and firmly bound unto hereinafter called the "Owner ", in the penal sum of Dollars, ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the Accompanying Bid, dated , for NOW, THEREFOR, if the Principal shall not withdraw said Bid within the period specified therein after the opening of the same, or, if no period be specified, within thirty (30) days after the said opening, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the Owner the difference between the amount specified in said Bid and the amount for which the local Public Agency may procure the required work or supplies or both, if the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS THEREOF, the above- bounded parties have executed this instrument under their several seals this day of — , the name and corporate seal of each corporate party being hereto affixed and these present signed by its undersigned representative, pursuant to authority of its governing body. (SEAL) (SEAL) Attest: By: Affix Corporate Seal Attest: By: Affix • Corporate Seal Attest: By: Countersigned By * Attorney -in -Fact, State of E -1 • CERTIFICATE AS TO CORPORATE PRINCIPAL , certif.,,/ that 1 am the , Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to, for and in behalf of said corporation by authority of this governing body. Corporate Seal Title: Power -of- attorney for person signing for surety company must be attached to bond. E -2 • SECTION F GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION 1. Contract and Contract Documents (a) The project to be constructed pursuant to this contract will be financed with assistance from the CDBG and is subject to all applicable Federal and State laws and regulations. (b) The Plans, Specifications and Addenda, hereinafter enumerated in 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. 2. Definitions Whenever used in any of the contract Documents, the following meanings shall be given to the terms here in defined: (a) The term "Contract" means the Contract executed between the City of Port Arthur, hereinafter called the Owner and .hereinafter called Contractor, of which these GENERAL CONDITIONS, form a part. (b) The term "Project Area" means the area within which are the specified Contract limits of the Improvements contemplated to be constructed in whole or in part under this contract. (c) The term "Engineer" means Arceneaux & Gates Consulting Engineers, Inc., A Burrow Global Company Engineer in charge, serving the Owner with architectural or engineering services, his successor, or any other person or persons, employed by the Owner for the purpose of directing or having in charge the work embraced in this Contract. (d) The term "Contract Documents" means and shall include the following: Executed Contract, Addenda (if any), Invitation for Bids, Instructions to Bidders, Signed Copy of Bid, General Conditions, Special Conditions, Technical Specifications, and Drawings (as listed in the Schedule of Drawings). 3. Supervision By Contractor (a) Except where the Contractor is an individual and gives his personal supervision to the work, the Contractor shall provide a competent superintendent, satisfactory to the Local Public .. Agency and the Engineer, on thwork at all times during working,hours with full authority to act for him. The Contractor shall also provide an adequate staff for the proper coordination and expediting of his work. • (b) The Contractor shall lay out his own work and he shall be responsible for all work executed by him under the Contract. He shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from his failure to do so. 2009 TxCDBG Project Implementation Manual Appendix K F -1 4. Subcontracts (a) The Contractor shall not execute an agreement vvith any subcontractor or permit any subcontractor to perform any work included in this contract until he has verified the subcontractor as eligible to participate in federally funded contracts. (b) No proposed subcontractor shall be disapproved by the city /county except for cause. (c) The Contractor shall be as fully responsible to the city for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them. (d) The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work and required compliance by each subcontractor with the applicable provisions of the Contract. (e) Nothing contained in the Contract shall create any contractual relation between any subcontractor and the Owner. 5. Fitting and Coordination of Work The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, subcontractors, or material suppliers engaged upon this Contract. 6. Payments to Contractor (a) Partial Payments 1) The Contractor shall prepare his requisition for partial payment as of the last day of the month and submit it, with the required number of copies, to the Engineer for his approval. The amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5 %) of the total amount, to be retained until final payment and (2) the amount of all previous payments. The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit prices contained in the agreement. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection of the Engineer. 2) Monthly or partial payments made by the Owner to the Contractor are moneys advanced for the purpose of assisting the contractor to expedite the work of construction. The '.Contractor shall be responsible for the care and protection of all materials and work u)on which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (b) Final Payment 1) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the careful inspection of each item of work at the applicable unit prices stipulated in the 2009 TxCDBG Project Implementation Manual Appendix K F-2 Agreement. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. 2) The Owner before~ paying the final estimate, shall require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Owner deems it necessary in order to protect its interest. The Owner may, if it deems such action advisable, make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments made shall in no way impair the obligations of any surety or sureties furnished under this Contract. 3) Any amount due the Owner under Liquidated Damages, shall be deducted from the final payment due the contractor. (c) Payments Subject to Submission of Certificates Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors. (d) Withholding Payments The Owner may withhold from any payment due the Contractor whatever is deemed necessary to protect the Owner, and if so elects, may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. 7. Changes in the Work (a) The Owner may make changes in the scope of work required to be performed by the Contractor under the Contract without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise. Additionally, all such change orders must be approved by the CDBG staff prior to execution of same. (b) Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and /or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the Contract, unless in pursuance of a written order from the Owner authorizing the Contractor to proceed with the change. No claim for an adjustment of the Contract Price will be valid unless so ordered. 2009 TxCDBG Project Implementation Manual Appendix K F -3 (c) If applicable unit prices are contained in the Agreement, the Owner may order the Contractor to proceed with desired unit prices specified in the Contract; provided that in case of a unit price contract the net value of all changes does not increase the original total amount of the agreement by more than twenty -five percent (25%) or decrease the original the total amount by eighteen percent (18 %). (d) Each change order shall include in its final form: 1) A detailed description of the change in the work. 2) The Contractor's proposal (if any) or a confirmed copy thereof. 3) A definite statement as to the resulting change in the contract price and /or time. 4) The statement that all work involved in the change shall be performed in accordance with contract requirements except as modified by the change order. 5) The procedures as outlined in this Section for a unit price contract also apply in any lump sum contract. 8. Claims for Extra Cost (a) If the Contractor claims that any instructions by Drawings or otherwise involve extra cost or extension of time, he shall, within ten days after the receipt of such instructions, and in any event before proceeding to execute the work, submit his protest thereto in writing to the Owner, stating clearly and in detail the basis of his objections. No such claim will be considered unless so made. (b) Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour lines, or bench marks, will not be recognized unless accompanied by certified survey data, made prior to the time the original ground was disturbed, clearly showing that errors exist which resulted, or would result, in handling more material, or performing more work, than would be reasonably estimated from the Drawings and maps issued. (c) Any discrepancies which may be discovered between actual conditions and those represented by the Drawings and maps shall be reported at once to the Owner and work shall not proceed except at the Contractor's risk, until written instructions have been received by him from the Owner. (d) If, on the basis of the available evidence, the Owner determines that ah adjustment of the Contract Price and /or time is justifiable, a change order shall be executed. 9. Termination, Delays, and Liquidated Damages (a) Right of the Owner to Terminate Contract. (b) In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the contract. The notices shall contain the reasons for 2009 TXCDBG Project Implementation Manual Appendix K F -4 such intention to terminate the contract, and unless such violation or delay shall cease and satisfactory arrangement of correction be made within ten days, the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Owner shall immediately serve notice thereof upon the Surety and the Contractor. The Surety shall have the right to take over and perform the contract. Provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and complete the project by bid /contract or by force account at the expense of the Contractor and his Surety shall be liable to the Owner for any excess cost incurred. In such event the Owner may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefore. (c) Liquidated Damages for Delays. (d) If the work is not completed within the time stipulated in the applicable bid for Lump Sum or Unit Price Contract provided, the Contractor shall pay to the Owner as fixed, agreed, and liquidated damages (it being impossible to determine the actual damages occasioned by the delay) the amount of $ 500.00 for each calendar day of delay, until the work is completed. The Contractor and his sureties shall be liable to the Owner for the amount thereof. (e) Excusable Delays. 1) The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the completion of the work due to: 2) Any acts of the Government, including controls or restrictions upon or requisitioning of materials, equipment, tools, or labor by reason of war, national defense, or any other national emergency; 3) Any acts of the Owner; 4) Causes not reasonably foreseeable by the parties to this Contract at the time of the execution of the Contract which are beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public - enemy, acts of another Contractor in the performance of some other contract with the Owner, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions. 5) Provided, however, that the Contractor promptly notifies the Owner within ten (10) days in writing of the cause of the delay. Upon receipt of such notification, the Owner shall ascertain the facts and the cause and extent of delay..If,tiupon the basis of the facts ara4 the terms of this contract, the delay is properly excusable, the Owner shall extend the time for completing the work for a period of time commensurate with the period of excusable delay. 2009 TxCDBG Project Implementation Manual Appendix K F -5 10, Assinment or Novation The Contractor shall not assign or transfer, whether by an assignment or novation, any of its rights, duties, benefits, obligations, liabilities, or responsibilities under this Contract without the written consent of the Owner; provided, however, that assignments to banks or other financial institutions may be made without the consent of the Owner. No assignment or novation of this Contract shall be valid unless the assignment or novation expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is subject to a prior lien for labor performed, services rendered, and materials, tools, and equipment supplied for the performance of the work under this Contract in favor of all persons, firms, or corporations rendering such labor or services or supplying such materials, tools, or equipment. 11. Disputes (a) All disputes arising under this Contract or its interpretation except those disputes covered by FEDERAL LABOR STANDARDS PROVISIONS whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall, within ten (10) days of commencement of the dispute, be presented by the Contractor to the Owner for decision. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) days of its commencement, the claim will be considered only for a period commencing ten (10) days prior to the receipt of the Owner. (b) The Contractor shall submit in detail his claim and his proof thereof. (c) If the Contractor does not agree with any decision of the Owner, he shall in no case allow the dispute to delay the work but shall notify the Owner promptly that he is proceeding with the work under protest. 12. Technical Specifications and Drawings Anything mentioned in the Technical Specifications and not shown on the Drawings or vice versa, shall be of like effect as if shown on or mentioned in both. In case of difference between Drawings and Technical Specifications, the Technical Specifications shall govern. In case of any discrepancy in Drawings, or Technical Specifications, the matter shall be immediately submitted to the Owner, without whose decision, said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. 13. Shop Drawings (a) All required shop drawings, machinery details, layout drawings, etc. shall be submitted to the Engineer in 6 copies for approval sufficiently in advance of requirements to afford. ample time for checking, Including time for correcting, resubmitting and rechecking if , s. necessary. The Contractor may proceed, only at his own risk, with manufacture or installation of any equipment or work covered by said shop drawings, etc. until they are approved and no claim, by the Contractor, for extension of the contract time shall be granted by reason of his failure in this respect. (b) Any drawings submitted without the Contractor's stamp of approval will not be considered and will be returned to him for proper resubmission. If any drawings show variations from the requirements of the Contract because of standard shop practice or other reason, the 2009 TxCDBG Project Implementation Manual Appendix K F-6 • Contractor shall snake specific mention of such variation in his letter of transmittal in order that, if acceptable, suitable action may be taken for proper adjustment of contract price and/or time, otherwise the Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though the drawings have been approved. (c) If a shop drawing is in accordance with the contract or involves only a minor adjustment in the interest of the Owner not involving a change in contract price or time; the engineer may approve the drawing. The approval shall not relieve the Contractor from his responsibility for adherence to the contract or for any error in the drawing. 14. Requests for Supplementary Information It shall be the responsibility of the Contractor to make timely requests of the Owner for any additional information not already in his possession which should be furnished by the Owner under the terms of this Contract, and which he will require in the planning and execution of the work. Such requests may be submitted from time to time as the need approaches, but each shall be filed in ample time to permit appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing, and list the various items and the latest date by which each will be required by the Contractor. The first list shall be submitted within two weeks after Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish promptly any assistance and information the Engineer may require in responding to these requests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply fully with the provision of this section. 15. Materials and Workmanship (a) Unless otherwise specifically provided for in the technical specifications, all workmanship, equipment, materials and articles incorporated in the work shall be new and the best grade of the respective kinds for the purpose. Where equipment, materials, articles or workmanship are referred to in the technical specifications as "equal to" any particular standard, the Engineer shall decide the question of equality. (b) The Contractor shall furnish to the Owner for approval the manufacturer's detailed specifications for all machinery, mechanical and other special equipment, which he contemplates installing together with full information as to type, performance characteristics, and all other pertinent information as required, and shall likewise submit for approval full information concerning all other materials or articles which he proposes to incorporate. (c) Machinery, mechanical and other equipment, materials or articles installed or used without such prior approval shall be at the risk of subsequent rejection. (d) Materials specified by reference to the umber or symbol of a specific standard, "shall comply with requirements in the latest revision thereof and any amendment or supplement thereto in effect on the date of the Invitation for Bids, except as limited to type, class or grade, or modified in the technical specifications shall have full force and effect as though printed therein. (e) The Owner may require the Contractor to dismiss from the work such employee or employees as the Owner or the Engineer may deem incompetent, or careless, or insubordinate. 2009 TxCDBG Project Implementation Manual Appendix K F -7 • le. Samples, Certificates and Tests (a) The Contractor shall submit all material or equipment samples, certificates, affidavits, etc., as called for in the contract documents or required by the Engineer, promptly after award of the contract and acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered to the site, except at the Contractor's own risk, until the required samples or certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates for approval shall not be considered just cause for an extension of the contract time. (b) Each sample submitted by the Contractor shall carry a label giving the name of the Contractor, the project for which it is intended, and the name of the producer. The accompanying certificate or letter from the Contractor shall state that the sample complies with contract requirements, shall give the name and brand of the product, its place of origin, the name and address of the producer and all specifications or other detailed information which will assist the Engineer in making a prompt decision regarding the acceptability of the sample. It shall also include the statement that all materials or equipment furnished for use in the project will comply with the samples and /or certified statements. (c) Approval of any materials shall be general only and shall not constitute a waiver of the ` Owner's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he deems necessary in each instance and may reject materials and equipment and accessories for cause, even though such materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the Engineer will have the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equitable. (d) Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows: 1) The Contractor shall furnish without extra cost, including packing and delivery charges, all samples required for testing purposes, except those samples taken on the project by - __. the Engineer; 2) The Contractor shall assume all costs of re- testing materials which fail to meet contract requirements; 3) The Contractor shall assume all costs of testing materials offered in substitution for those found deficient; 4) The Owner will pay all other expenses. '0 17. Permits and Codes (a) The Contractor shall give all notices required by and comply with all applicable laws, ordinances, and codes of the Local Government. All construction work and /or utility installations shall comply with all applicable ordinances, and codes including all written waivers. Before installing any work, the Contractor shall examine the drawings and technical specifications for compliance with applicable ordinances and codes and shall 2009 TxCDBG Project Implementation Manual Appendix K F-8 immediately report any discrepancy to the Owner. Where the requirements of the drawings and technical specifications fail to comply with such applicable ordinances or codes, the Owner will adjust the Contract by Change Order to conform to such ordinances or codes (unless waivers in writing covering the difference have been granted by the governing body or department) and make appropriate adjustment in the Contract Price or stipulated unit prices. (b) Should the Contractor fail to observe the foregoing provisions and proceed with the construction and /or install any utility at variance with any applicable ordinance or code, including any written waivers (notwithstanding the fact that such installation is in compliance with the drawings and technical specifications), the Contractor shall remove such work without cost to the Owner. (c) The Contractor shall at his own expense, secure and pay for all permits for street pavement, sidewalks, shed, removal of abandoned water taps, sealing of house connection drains, pavement cuts, buildings, electrical, plumbing, water, gas and sewer permits required by the local regulatory body or any of its agencies. (d) The Contractor shall comply with applicable local laws and ordinances governing the disposal of surplus excavation, materials, debris and rubbish on or off the Project Area and commit no trespass on any public or private property in any operation due to or connected with the Improvements contained in this Contract. (e) The Contractor will be required to make arrangements for and pay the water, electrical power, or any other utilities required during construction. (f) During construction of this project, the Contractor shall use every means possible to control the amount of dust created by construction. Prior to the close of a day's work, the Contractor, if directed by the Owner, shall moisten the bank and surrounding area to prevent a dusty condition. 18. Care of Work (a) The Contractor shall be responsible for all damages to person or property that occur as a result of his fault or negligence in connection with the prosecution of the work and shall be responsible for the proper care and protection of all materials delivered and work performed until completion and final acceptance. (b) The Contractor shall provide sufficient competent watchmen, both day and night, including Saturdays, Sundays, and holidays, from the time the work is commenced until final completion and acceptance. • ''(-c) In an emergency affecting the safety of life, limb or property, including adjoining property, the Contractor, without special instructions or authorization from the Owner is authorized to act at his discretion to prevent such threatened Toss or injury, and he shall so act. He shall likewise act if instructed to do so by the Owner. (d) The Contractor shall avoid damage as a result of his operations to existing sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or removed), adjoining property, etc., and he shall at his own expense completely repair any damage thereto caused by his operations. 2009 TxCDBG Project Implementation Manual Appendix K F "9 (e) The Contractor shall shore up, brace, underpin, secure, and protect as maybe necessary, all foundations and other parts of existing structures adjacent to, adjoining, and in the vicinity of the site, which may be in any way affected by the excavations or other operations connected with the construction of the improvements included in this Contract. The Contractor shall be responsible for the giving of any and all required notices to any adjoining or adjacent property owner or other party before the commencement of any work. The Contractor shall indemnify and save harmless the Owner from any damages on account of settlements or the Toss of lateral support of adjoining property and from all Toss or expense and all damages for which the Owner may become liable in consequence of such injury or damage to adjoining and adjacent structures and their premises. 19. Accident Prevention (a) No laborer or mechanic employed in the performance of this Contract shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety and health standards promulgated by the Secretary of Labor. (b) The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. (c) The Contractor shall maintain an accurate record of all cases of death, occupational disease, or 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 shall promptly furnish the Owner with reports concerning these matters. (d) The Contractor shall indemnify and save harmless the Owner from any claims for damages resulting from property damage, personal injury and /or death suffered or alleged to have been suffered by any person as a result of any work conducted under this contract. (e) The Contractor shall provide trench safety for all excavations more than five feet deep prior to excavation. All OSHA Standards for trench safety must be adhered to by the Contractor. (f) The contractor shall at all times conduct his work in such a manner as to insure the least possible inconvenience to vehicular and pedestrian traffic. At the close of the work each day, all streets where possible in the opinion of the Owner, shall be opened to the public in order that persons living in the area may have access to their homes or businesses by the use of the streets. Barricades, warning signs, and necessary lighting shall be provided to the satisfaction of the Owner at the expense of the Contractor. • 20. s Facilities The Contractor shall furnish, install and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. 2009 TxCDBG Project Implementation Manual Appendix K F -10 21. Use of Premises (a) The Contractor shall confine his equipment, storage of materials, and construction operations to the contract 'limits as shown on the drawings and as prescribed by ordinances or permits, or as may be desired by the Owner, and shall not unreasonably encumber the site or public rights of way with his materials and construction equipment. (b) The Contractor shall comply with ail reasonable instructions of the Owner and all existing state and local regulations regarding signs, advertising, traffic, fires, explosives, danger signals, and barricades. 22. Removal of Debris. Cleaning. Etc. The Contractor shall, periodically or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the Project Area and public rights of way reasonably clear. Upon completion of the work, he shall remove all temporary construction facilities, debris and unused materials provided for work, and put the whole site of the work and public rights of way in a neat and clean condition. 23. Inspection (a) All materials and workmanship shall be subject to inspection, examination, or test by the Owner and Engineer at any and all times during manufacture or construction and at any and all places where such manufacture or construction occurs. The Owner shall have the right to reject defective material and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected. Rejected material shall be promptly segregated and removed from the Project Area and replaced with material of specified quality without charge. If the Contractor fails to proceed at once with the correction of rejected workmanship or defective material, the Owner may by contract or otherwise have the defects remedied or rejected materials removed from the Project Area and charge the cost of the same against any Monies which may be due the Contractor, without prejudice to any other rights or remedies of the Owner. (b) The Contractor shall furnish promptly all materials reasonably necessary for any tests which may be required. All tests by the Owner will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the technical specifications. (c) The Contractor shall notify the Owner sufficiently in advance of back filling or concealing any facilities to permit proper inspection. If any facilities are concealed without approval or consent of the Owner, the Contractor shall uncover for inspection and recover such facilities at his own expense, when so requested by the Owner. (d) Should it be considered necessary or advisable by the Owner at any time before final acceptance of the entire work to make an examination of work already completed by uncovering the same, the Contractor shall on request promptly furnish all necessary facilities, labor, and material. If such work is found to be defective in any important or essential respect, due to fault of the Contractor or his subcontractors, the Contractor shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the actual cost of labor and material necessarily involved in the examination and replacement, .shall be allowed the 2009 TxCDBG Project Implementation Manual Appendix K F -11 Contractor and he shall, in addition, if completion of the work of the entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. (e) Inspection of materials and appurtenances to be incorporated in the improvements included in this Contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the technical specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the Project Site. (f) Neither inspection, testing, approval nor acceptance of the work in whole or in part, by the Owner or its agents shall relieve the Contractor or his sureties of full responsibility for materials furnished or work performed not in strict accordance with the Contract. 24. Review by Owner The Owner and its authorized representatives and agents shall have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through its authorized representatives or agents. 25. Final lnspection When the Improvements included in this Contract are substantially completed, the Contractor shall notify the Owner in writing that the work will be ready for final inspection on a definite date which shall be stated in the notice. The Owner will make the arrangements necessary to have final inspection commenced on the date stated in the notice, or as soon thereafter as is practicable. 26. Deduction for Uncorrected Work If the Owner deems it not expedient to require the Contractor to correct work not done in accordance with the Contract Documents, an equitable deduction from the Contract Price will be made by agreement between the Contractor and the Owner and subject to settlement, in case of dispute, as herein provided. 27. Insurance The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner. (a) Compensation Insurance: The Contractor shall procure and shall maintain during the life of this contract Worker's Compensation Insurance as required by the State of Texas for all of • his employees to be engaged in work at the site of the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the employees to be engaged in such 2009 TxCDBG Project Implementation Manual Appendix K F -12 work unless such employees are covered by the protection afforded by the Contractor's Worker's Compensation Insurance. (1) Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of 'Port Arthur, Arceneaux & Gates Consulting Engineering, Inc., A Burrow Global Company, 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). (b) Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance in the following amounts: (1) Commercial General Liability occurrence type insurance. No. "XCU" RESTRICTIONS SHALL BE APPLICABLE. Products /completed operations coverage must be included, and City of Port Arthur, Arceneaux & Gates Consulting Engineering, Inc., A Burrow Global Company, 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 Tess; or, b. Bodily Injury $1,000,000 single limit per occurrence of $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. • (2) Comprehensive Automobile Liability (Including owned, none owned and hired vehicles coverage). a. Minimum combined single limit of $500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 2009 TxCDBG Project Implementation Manual Appendix K F -13 (3) 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; (4) 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). (c) Proof of Insurance: The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates and date of expiration of policies. Such certificates shall also contain substantially the following statement: "The insurance covered by this certificate will not be canceled or materially altered, except after ten (10) days written notice has been received by the Owner." 28. Warranty of Title No material, supplies, or equipment to be installed or furnished under this Contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease- purchase or other agreement by which an interest is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed by him to the Owner free from any claims, liens, or charges. Neither the Contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improvement or appurtenance. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any law permitting such persons to look to funds due the Contractor in the hands of the Owner. The provisions of this paragraph shall be inserted in all subcontracts and rnaterial contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. • 29. Warranty of Workmanship and Materials Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the improvements included in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of 12 months from the date of final acceptance of the work. 30. Compliance with Air and Water Acts (a) In compliance with the Clean Air Act, as amended, 41 U.S.C. Sec. 7401 et. seq., and the regulations of the Environmental Protection Agency with respect thereto, the Contractor agrees that: 1) Any facility to be utilized in the performance of this contract or any subcontract shall not be a facility listed on the EPA List of Violating Facilities pursuant to 40 CFR 15.20. 2009 TxCDBG Project Implementation Manual Appendix K F -14 2) He will comply with ail requirements of Section 114 of the Can Air Act, as amended. 3) Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. (b) If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. 31. Equal Employment Opportunity (a) The Contractor will not discriminate against any employee or the applicant for employment because of race, color, religion, sex, gender, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, gender, or national origin. Such action shall include, but not be limited to the following: employment, promotion, 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 applicants for employment, notices to be provided by the owner. (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, color, religion, sex, or national origin. (c) The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this contract so that such provisions will be binding upon each subcontractor, provided that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial supplies or raw materials. _ (d) The Contractor shall take affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. (e) Contractors are encouraged to participate in voluntary associations which assist in fulfilling their affirmative action obligations. (f) The Contractor is requireNNto provide equal employment opportunity and to take affirmative`s action for all minority groups, both male and female, and all women, both minority and non - minority. (g) The Contractor shall not use the affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. (h) The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts. 2009 TxCDBG Project Implementation Manual Appendix K F -15 (i) Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents. 32. Affirmative Action for Workers with Disabilities The Contractor will not discriminate against any employee or applicant for employment because of disability in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified individuals with disabilities without discrimination based upon their disability in all employment practices such as the following: employment, promotion, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 33. Section 109 of the Housing and Community Development Act of 1974 No person in the United States shall on the ground of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 34. The Provision of Local Training, Employment, and Business Opportunities (a) To the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. (b) The Contractor will include this clause in every subcontract for work in connection with the project. 35. Non Segregated Facilities The Contractor certifies that he does not and will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not and will not permit his employees any segregated facilities at any of his establishments, or permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this paragraph the term "segregated facilities" means any waiting rooms, work areas, rest rooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, looaal custom, or otherwise 36. Job Offices (a) The Contractor and his subcontractors may maintain such office and storage facilities on the site as are necessary for the proper conduct of the work. These shall be located so as to cause no interference to any work to be performed on the site. The Owner shall be consulted with regard to locations. 2009 TxCDBG Project Implementation Manual Appendix K F -16 (b) Upon completion of the improvements, or as directed by the Owner, the Contractors shall remove all such temporary structures and facilities from the site, and leave the site of the work in the condition required by the Contract. 37. Partial Use of Site Improvements The Owner may give notice to the Contractor and place in use those sections of the improvements which have been completed, inspected and can be accepted as complying with the technical specifications and if in its opinion, each such section is reasonably safe, fit, and convenient for the use and accommodation for which it was intended, provided: (a) The use of such sections of the Improvements shall in no way impede the completion of the remainder of the work by the Contractor. (b) The Contractor shall not be responsible for any damages or maintenance costs due directly to the use of such sections. (c) The period of guarantee stipulated in the Section 29 hereof shall not begin to run until the date of the final acceptance of all work which the Contractor is required to construct under this Contract. 38. Contract Documents and Drawings The Local Public Agency will furnish the Contractor without charge 6 copies of the Contract Documents, including Technical Specifications and Drawings. Additional copies requested by the Contractor will be furnished at cost. 39. Contract Period The work to be performed under this contract shall commence within the time stipulated by the Owner in the Notice to Proceed, and shall be fully completed within 270 calendar days thereafter. 40. Liquidated Damages Since the actual damages for any delay in completion of the work under this contract are impossible to determine, the Contractor and his Sureties shall be liable for and shall pay to the Owner the sum of Five Hundred Dollars ($ 500.00) as fixed, agreed and liquidated damages for each calendar day of delay from the above stipulated time for completion. • O � 2009 TxCDBG Project Implementation Manual Appendix K F -17 Fad ff 1 Labor Standards PinvlsIons U.S. Department of Housing And Urban Development The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR, 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage rate and fringe benefits therefore only when the following criteria have been met. (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to • the wage rates contained in the wage determination. (fh) If the contractor and the laborers and mechanics to he employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140). (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30L-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140). (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of an laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written 2009 TxCDBG Project Implementation Manual Appendix K F -18 • request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140). 2. WithholdMg. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract, in the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates or contributions or costs anticipated for bona fide fringe benefits or cash equivalents there of the types described in Section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable prograrns. (Approved by the Office of Management and Budget under OMB Control Numbers 1215 -0140 and 1215 - 0017). (iu)(a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form - - WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029 - 005 - 0014 -1), U. S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215 - 0149). (b) Each payroll submitted shall be accompanied by a `Statement of Compliance," signed by the contractor or subcontractor or his or her agent who_ pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5(a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.(ii)(b) of this section. 2009 TxCDBG Project Implementation Manual Appendix K F -19 (d) The falsification of any of the above certlficatons may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. NO The contractor or subcontractor shall make the records required under paragraph A.3.(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at Tess than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration. Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually • performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall he paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. the ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not Tess than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employ�ment and Training Administration shall be paid not less than the applicable wage,rate on the wage determination foi'the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not Tess than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. NO Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 2009 TxCDBG Project Implementation Manual Appendix K F -20 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the David -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this • contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or Its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1010, Title 18, U.S.C., "Federal Housing Administration transactions ", provides in part "Whoever, for the purpose of ... influencing in any way the action of such Administration... makes, utters or publishes any statement, knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. 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. R. Contract l,�ioiris Hoi:irs and Safety Standards Act. As used in this paragraph, the terms "laborer:" and "mechanics" include watchmen and guards. (IL) Overtinte• reatuiremer ts. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withhrldiing for unpaid wageland liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor with the same prime contract, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any 2009 TxCDBG Project Implementation Manual Appendix K F -21 subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C Heath and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91 -54, 83 Stat.96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. • 2009 TxCDBG Project Implementation Manual Appendix K F -22 t 1 ri SECTION G LABOR .CLASSIFICATION AND MINIMUM WAGE SCALE LABOR CLASSIFICATION AND IM INLMIJM 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: TX130078 01/04/2013 TX78 Superseded General Decision Number: TX20120078 State: Texas Construction Type: Heavy Counties: Jefferson and Orange Counties in Texas. FLOOD CONTROL, including: Breakwaters, Channels, Channel Cut -offs, Dikes, Drainage Projects, Flood Control Projects, Irrigation Projects, Jetties, Land Drainage (not incidental to other construction), Land Leveling (not incidental to other construction), Land Reclamation, Levees, Pipelines, Ponds Pumping Stations (prefabricated drop -in not building ), Revetments. Modification Number Publication Date 0 01/04/2013 * SUTX1990 -035 01/31/1990 Rates Fringes CARPENTER $ 10.965 .90 Heavy Equipment Operator Heavy duty mechanic, blade • grader (self - propelled), bull clam, backfiller, derrick (power operated, all types); dragli.ne, push cat operator; bulldozer & all types of cat tractors; cable -way; backhoe, shovel, crane (power operated, all types), elevating grader (self - propelled), hoist (motor driven 2 drums or more), mix mobile, winch truck, locomotive crane, mixer (14 cubic feet or more), • paving mixer (all sizes), sdaper (heavy type over 3 CY), trench machine (all sizes), gradeall, high lift, foundation boring machine, gasoline or diesel driven welding machines (7 to 12 machines pumperete machines & drill operator, water well, tournapulls, DW -10 euclid, asphalt plants, crushing G -2 machines & batchpiants, scoopmobiles, fingerlifts, open construction 7.25 LABORER $ 7.25 Light Equipment Operator Air compressor, blade grader (towed), flexplane, form grader, mixer (less than 14 cu. ft.), pumps • pulsometer, truck crane driver, gasoline or diesel driven welding machines (3 to 6 machines), hoist. (single drum), scrapers (3 cu. yds. or less) $ 7.25 Oiler $ 7.25 Piledriver $ 7.25 PILEDRIVERMAN $ 11.26 .85 TRUCK DRIVER $ 7.25 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . 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 paricular rate is union or non - union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union • classification and rate have found to be prevailing for that classification. Example: PLUM0198 -005 07/01/2011. The first four letters , PLUM, indicate the international union and the G -3 four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. • Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can 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) ruing 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 G -4 process described here, initial contact should be with the Branch of Construction Wage Determinations, Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor • • 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. • 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION • • G-5 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (appropriate recipient) DATE The City of Port Arthur PROJECT NUMBER (if any) CPA -720 C/O PROJECT NAME 14` Street Drainage to Serve City of Port Arthur 1. The undersigned, having executed a contract with City of Port Arthur for the construction of the above - identified project, acknowledges that: (a) The Labor Standards provisions are included in the aforesaid contract, (b) Correction of any infractions of the aforesaid conditions, including infractions by any of his subcontractors and any lower tier subcontractors, is his responsibility. 2. He certifies that: (a) Neither he nor any firm, partnership or association in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part 5) or pursuant to Section 3(a) of the Davis -Bacon Act, as amended. (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including those executed by his subcontractors and any lower tier subcontractors, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. 4. He certifies that: (a) The legal name and the business address of the undersigned are: - (b) The undersigned is: (1) A SINGLE PROPRIETORSHIP (3) A CORPORATION ORGANIZED IN THE STATE OF (2) A PARTNERSHIP (4) OTHER ORGANIZATION (Describe) (c) The name, title and address of the owner, partners or officers of the undersigned are: - - NAME TITLE ADDRESS G -6 (d) The names and addresses of all other persons having a substantial interest in the undersigned, and the nature of the interest are: . NAME ADDRESS NATURE OF INTEREST • (e) The names, addresses and trade classifications of all other building construction contractors in which the undersigned has a substantial interest are: NAME ADDRESS TRADE CLASSIFICATION (Contractor) Date By O G -7 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of Texas County of , being first duly sworn, deposes and says that: (1) He is of — , the Bidder that has submitted the attached Bid; (2) He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with another Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix an overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Port Arthur (Local Public Agency) or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to me this day of By: Notary Public My commission expires _ G -8 1 1 fl 1 SECTION H SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTAL GENERAL CONDITIONS - PART A A. NAME Ai ; D LOCATION O PROQ1 CT. Work covered by these TECHNICAL SPECIFICATIONS is entitled: 14th STREET DRAINAGE. Job No. CPA -720 Contract No.1. E. 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 14th STREET DRAINAGE. The completed installation shall not lack any part which can be reasonably implied as necessary to its proper functioning or any subsidiary item which is customarily furnished, and the Contractor shall deliver the installation to the OWNER in operating condition. C. PLANS. Sheet No. Title 1 Cover Sheet 2 Legend and Construction Notes 3 Dimensional Control & Project Layout 4 Demolition Plan 5 Demolition Plan 6 Demolition Plan 7 Demolition Plan 8 Demolition Plan 9 Drainage Layout 10 Drainage Plan 11 Drainage Calculations 12 Plan and Profile 0 +00 — 5 +00 13 Plan and Profile 5 +00 —10 +00 14 Plan and Profile 10 +00 —15 +00 15 Plan and Profile 15 +00 — 20 +00 16 Plan and Profile 20 +00 — 25 +00 17 Plan and Profile 25 +00 — 30 +00 18 Plan and Profile 30 +00 — 35 +00 19 Plan and Profile 35 +00 — 40 +00 20 `� Plan and Profile 40 +00 — 42 +50 21 Traffic Control Plan 22 Storm Water Pollution Prevention Plan 23 SW3P Index 24 Construction Details City of Port Arthur Sidewalk & Driveway Details City of Port Arthur Paving Details City of Port Arthur Street Construction Details City of Port Arthur Storm Sewer Construction Details Paving Details H -IA 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. SEOIJ NCE OF WORK. City of Port Arthur reserves the right to schedule sequence of construction. G. SPECIAL P'" OVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow describe general requirements. When necessary, Special Provisions are inserted to describe additional requirements applicable to this Contract. Special Provisions are to be used in conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item, the requirements as set forth in the Special Provisions shall govern. H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have been established for Supplemental Items shown in SECTION D - BID. The Contractor may not bid a unit price less than the minimum value; however, he may increase the minimum unit price. If no entry is made in the spaces provided, the minimum unit prices shown shall apply. These items are included to facilitate payment for charges and alterations that may be required to complete work. The actual work as provided by the GENERAL and SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on PLANS is described in BID items other than Supplemental Pay Items. When work covered by Supplemental Items is requested by the Contractor and approved by the Engineer, payment will be based on the quantity actually constructed and Unit Prices bid in BID. I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked with red pencil to show as -built dimensions and location of all work constructed. J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments consisting of right -of -way markers and horizontal and vertical control monuments in the vicinity of the project. All monuments destroyed during construction shall be replaced by the Owner and the Contractor shall pay all costs involved in restaking. K. PROJECT SIGN. The contractor shall have a temporary sign erected in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. The formatting of such signage shall be legible from at least three (3) feet distance and have the following girding: "This project is funded by the General Land Office of the State of Texas, to provide for disaster recovery and restoration of infrastructure for communities impacted by the 2008 hurricanes. Funds allocated by the United States Department of Housing and Urban Development through the Community Development Block Grant Program." H -2A GLO PROJECT SIGN The Contractor shall supply, erect, and maintain in good condition a project sign according to the specifications set forth below: GLO SITE SIGN SPECIFICATIONS Size: 18 inch vertical by 24 inch horizontal Materials: Heavy duty aluminum sign, 80 mil Erection: Single leg Square Steel Tube skid sign support. (see attached) Paint: 3M Screen Printing or 3M outdoor digital inking Colors: Logos shall be shown as approved by the General Land Office of the State of Texas and the U.S. Department of Housing and Urban Development. All other lettering in jet black. (see Attached) Lettering: Lettering and positioning will be as shown on the attached illustration Project signs will not be erected on public highway rights -of -way. The location of the sign will be coordinated with the City of Port Arthur Public Works Department and any other agency responsible fore highway or street safety in the area of the project to prevent obstruction of vechicular lines of sight for adjoining traffic. No additional lettering or logos are permitted on the sign. H -3A r...1 4 ""‘ 0 O c*1 N 15 a) .-•. v.4 v] ' c/1 C" 0., d.) O N 0 -- O VD P . E ` �' '0 O �� � •^' a N vn o o j ct N o 4° o o° ° ° ° ° ° ° a cs o o 0 0 0 � ° 0 0 0 0 0. 0 W v I0 0000 00000000 0 o W ,� ° 3 a. 0 o �� �, ° ° E 0 z 3 cd o r� 0 v N Z M.,—, Ti at V) c • ° M rnr O 74 ° b c� ° . i cd " .0 r' i°, a) 00 Z N '� C) P4 m N cn ° 00 cn M ¢' ce3 ® $ x "p ° � . 1 a. 2 � Z \ , • T. g !ill lit g 10 ii3 1\:\ • , . • L 3 °f) d} 9 0 (-:...::,.. 1, ‘,....1 A illll r< 1 M V H -4A 0 C V 2 .1= a m 2 fze 3 (13 D " g se ti. U >74„, " L. I— 00 a) -I-) fp C ® ®� � ® (1) 1 : 3 VI a c E W4 1:3 ,..... X 0 f >. f2 0 L, L "0 UP) 0 , ' L g ,_,,r% -----:-, _ u �� w >' °= > E c c CD E 7, ® E c1 E ®1... v LL ® O T `" -•rte 0 -Z` o � ®� , 31 A orteP7--: 4 ..... ► W , r4 / 'L kiwi � y ' z , Sri A \AO 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 _ ACI American Concrete Institute - ASTM American Society.for Testing and Materials AWWA American Waterworks Association FS Federal Specifications PCA Portland Cement Association IEEE Institute of Electrical and Electronic Engineers NEC National Electric Code UL Underwriters' Laboratories AISI American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association • AWS American Welding Society PCI • Prestressed Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute (Formerly ASA) H -1B 6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and materials in comprehensive manner, and only pertinent portions of these items apply. B. LANDS FOR WORK. Owner provides, as indicated on PLANS, land upon which work is to be done, rights - of-way for access to same, and such other lands which are designated for use by Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. C. ;! - . .- - . ., - -. 2. .. ... 3. Sewer Lincs. Benchmarks at intervals not exceeding 2,000 feet and reference hubs 5. Rav rn eats -a+ qty- Bstc4�:, -- Refer e-1 s-o -c atefline- ef- e-f-iglit- f- gay- ling --at: • anel-P:T. of -. . - . • - • . .t-intewateeeeting 200 feet: Renehrnarks at intenk ls-net -e keee g -2 emot: 6. -- _ -• ✓yP"OIk C ee'en begins work. D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision. H -2B E. MATERIALS TESTING. Owner provides first tests of materials unless otherwise specified. Subsequent tests at Contractor's expense. Notify Engineer prior to manufacture or fabrication of items so that observation may be accomplished and furnish field samples of materials of Engineer for testing. F. 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 comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking such designs. H. SHOP it RAW1NGS. 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 stamp_ofcipsroval will not be considered and will be returned to him for proper submission. H -3B 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. I. 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. 4. The manual is to contain the following: (a) An 8'/2 -inch x 11 -inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. (b) A separate 8Y2 -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. H -4B 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 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. SUIISU FACE 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 OCCASIONE':h ':,Y 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. H -5B 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 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 at 409 -983- 8600. 4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. U. "OR EQUAL" CLAUSE. Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' ar:„k‘ndors' 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. H -6B 1 1 1 SIECTION I Li PAYMENT BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that ® (Name of Contractor or Company) (Address) a , hereinafter called Principal, (Corporation / Partnership) and (Name of Surety Company) (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) hereinafter called OWNER, in the penal sum of $ Dollars, $ — in lawful money of the United States, for this payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONFIDENTIALITY OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: (Project Name) • o NOW, THEREFORE, if the Princip «I shall promptly make payment to all persons, firms, SUB- CONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUB - CONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 2009 TxCDBG Project Implementation Manual Appendix K 1 -1 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 way 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 to 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 counter - parts, each on of (Number) which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) 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. 2009 TxCDBG Project Implementation Manual Appendix K 1 -2 1 1 1 1 1 1 1 1 SECTION J PERFORMANCE BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a hereinafter called Principal, and (Name of Surety Company (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) 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 in these presents. THE CONDITION OF THIS OBBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER dated the day of , 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 in 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 guararnty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED 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 2009 TxCDBG Project Implementation Manual Appendix K J-1 to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way 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 to 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 ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) 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. o 2009 TxCDBG Project Implementation Manual Appendix K J -2 1 SECTION K ROADWAY REPAIR BOND 1 1 1 1 1 1 (THIS PAGE INTENTIONALLY LEFT BLANK) 1 INSERT "ROADWAY REPAIR BOND" HERE fl 1 SECTION L MAINTENANCE BOND MAINTENANCE BOND STATE OF TEXAS COUNTY OF KNOW BY ALL MEN BY THESE PRESENTS: That of the City of , County of State of , as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto , a municipal corporation (owner) in the penal sum of Dollars ($ ) for the payment whereof the said principal and surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents; Whereas, the principal has entered into a certain written contract with , dated the _ day of , 20 , to . Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. Whereas, under the plans, specifications and contract, it is provided that the contractor will maintain and keep in good repair the work herein contracted to be done for a period of one (1) year from the date of written acceptance of said work and to do all necessary repairing and /or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction of any part thereof, or any of the accessories thereof constructed by the Contractor; be it understood that the purpose of this section is to cover all defective conditions arising by reason of defective material or workmanship and charge the same against that said contractor and surety on this obligation, and the said contractor and surety shall be subject to the liquidation damages mentioned in said contract for each day's failure on it's part to comply with the terms of said provisions of said contract; NOW, THEREFORE, if the said contractor shall keep and perform it's said agreement to maintain said work and keep the same in repair for the said maintenance period of one (1) year, as provided, then these presents shall be null and void and have no further effect. If default L -1 • shall be made by the said contractor in the performance of it's contract to so maintain and repair said work, then these presents shall have full force and effect and said Owner shall have and recover damages from the said contract and it's principal and surety. It is further agreed that this obligation shall be continuing one against the principal and surety herein, and that successive recoveries may be hereon for successive breaches until the full amount shall have been exhausted. It is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period and the same shall not be changed, diminished or in any manner affected from any cause during said time. PROVIDED, the aggregate liability of surety hereunder is limited to the penal sum of this bond. IT WITNESS WHEREOF, the said principal and surety have signed and sealed this instrument this — day of , 20 Principal Surety By: B Title Title Address Address The name and address of the resident agent of surety is: 0 NOTE: Date of Maintenance Bond must not be prior to date of contract. L -2 1 1 1 1 Fl SECTION M NOTICE OF AVVARD N 1 1 1 (THIS PAGE IN LEFT BLANK) INSERT "NOTICE OF AWARD" HERE 11 1 1 B 1 1 1 1 1 • 1,1 SECTION N NOTICE TO PROCEED Ii 1 1 1 1 1 (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "NOTICE TO PROCEED" HERE 1 f:„ 1 fl 1 SECTION 0 INSURANCE Fi 1 1 1 1 1 1 1 1 1 1 IIL 1 1 til SECTION P TECHNICAL SPECIFICATIONS 1 1 1 1 B (THIS PAGE INTENTIONALLY LEFT BLANK) 1 INSERT "INSURANCE" HERE • 08/02/2004 ITEM NO. 2003 — STRUCTURAL EXCAVATION AND BACKFILL PART I — GENERAL 1.01 DESCRIPTION A. Extent of Work 1. This Item governs excavation for placing structures except pipe sewers, disposal of such excavated material, and backfilling around completed structures to the level of original ground or finished grade. 2. Work to include all necessary pumping or bailing, sheeting, drainage, construction, and removal of any required cofferdams. 3. Unless otherwise provided, work to provide for removal of old structures or portions thereof, trees, and all other obstructions necessary to the proposed construction. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Unless specified on PLANS or approved otherwise by Engineer, structural excavation to be designated as follows: 1. Width and Length: From vertical plane outside structure line equal to thickness of footing or slab. 2. Depth: From bottom of footing or slab to finished ground line or natural ground line, whichever is lower in elevation. 4. When caissons are provided, excavation not permitted outside outer faces or caissons. 1.03 DEFINITIONS A. Cofferdam is a temporary or removable structure to keep surrounding earth, water, or both out of excavation, and may be earth, timber, steel, concrete, or combination thereof. B. Caisson is a permanent part of the substructure, which sinks gradually into place`s material is excavated within the area protected by its sidewalls. It may be either open well type or pneumatic type caisson. A2003 - 1/4 08/02/2004 PART 2 — EXECUTION 2.01 CONSTRUCTION METHODS A. General 1. Excavate to lines and depths indicated on PLANS or designated by Engineer. Excavate below bottom of structural slab elevation shown for seal slab when required. 2. Furnish supports for piping and structures within excavated area at no additional cost to Owner. 3. When requested, sample soil in accordance with ASTM testing standards to determine classification and strength of subgrade material. Sampling and testing to be by approved testing lab. Notify Engineer of test results immediately. Maximum depth of soundings not to exceed 5 -feet below proposed footing grade, and to be made when foundation excavation is substantially complete. 4. Where necessary to increase or decrease footing depths, change details of structure as directed. 5. Do not disturb excavation bottom if structure rests on excavated surface other than rock. Remove foundation material to final grade just before placement of structure or seal slab. 6. When excavating rock or other hard material, cut to level, stepped, or serrated surface and remove loose material from excavation. Clean out seams and fill with concrete or approved structural fill prior to time of footing placement. 7. Protect excavations from rainfall and surface water. If supporting soil is exposed to adverse wet or dry conditions, excavate deeper and /or wider to sound material at no additional cost to Owner. Prior to such activity, notify Engineer. 8. Store excavated material used for future backfill in piles at locations convenience for rehandling, and locate so as not to interfere with other work. Locate edge of stockpile no closer to excavation than 1'/2 times the excavation depth. 9. Provide site drainage and /or groundwater control to protect excavations. Use site - grading, cofferdams, ditches, and /or other means to prevent surface water from flowing into excavations or ponding on areas where foundations or pavement will be Iocated. Maintain continuous groundwater and surface water control until structure is complete and ground surface has been brought to final grade. B. Cofferdams and Caissons 1. Cofferdam to be complete with bracing and necessary pumps, well points, or • other procedures to control groundwater and surfacei`ater intrusion. 2. Place caisson by one or more of the following methods: a. Interior dredging. b. Addition of weight by increasing wall thickness, when permitted by Engineer. c. Addition of removable loads. d. Use of water or air jets. A2003 - 2/4 08/02/2004 e. Use of pile driving equipment for steel shell caissons with suitable driving rig. 3. Provide cofferdams, when required, to allow for construction, removal of forms, and observation. 4. Types and clearances of cofferdams or caissons which affect character of finished work to be submitted for approval. All other details and design are responsibility of Contractor. 5. When required, submit drawings showing proposed method of ground and surface water control, and cofferdam or caisson construction. 6. Extend sheet pile cofferdams and caissons below bottom of footings sufficiently to prevent "blow outs ", and provide adequate bracing and make as watertight as practicable. 7. When foundation piling are driven inside cofferdams or caissons, excavate below footing grade to allow for swell of ground during driving operations. Dewater excavation and remove foundation material to exact footing grade after driving piles, before placing seal slab. Backfilling to compensate for excavation below grade not permitted. Fill such areas with concrete; at time seal slabs are placed. 8. Adjust cofferdams or caissons, which tilt or move laterally. Report such movement to Engineer immediately. 9. Unless otherwise provided, remove cofferdams after completion of construction so as not to disturb or mar structure. C. Pumping or Bailing 1. Pump or bail from interior of cofferdam or caisson, outside of forms. Avoid movement of water through or along concrete being placed. 2. Do not pump or bail during concrete placement, or for minimum of 24 hours thereafter, unless from suitable sump separated from concrete by watertight wall. 3. Do not pump or bail to dewater cofferdam or caisson for minimum of 36 hours after seal slab has been set. D. Structural Backfilling 1. Backfill excavated areas as soon as such backfill will not interfere with progress of work. 2. Unless otherwise indicated, compact backfill mechanically in loose lifts not exceeding 8- inches. 3. Unless otherwise specified in PLANS and TECHNICAL SPECIFICATIONS or in soils report, backfill to be selected backfill, as approved by Engineer, with a Plasticity Index (PI) of less than ° 20 and compacted with mechanical tamps to 90 percent of the Standard Proctor maximum dry density (ASTM D -698) at 0 to +2 percent wet of the optimum moisture content. 4. Do not place backfill against walls for minimum of 7 days after structure has been in place. 5. Place backfill against walls of partially completed structure only after observation by Engineer. A2003 - 3/4 08/02/2004 6. Prevent wedge action of backfill against structure, and step or serrate slopes bounding excavation. Do not use heavy or intense compaction against structure. Backfll within 5 -feet of structure to be subjected to light but full compaction. 7. Unless otherwise authorized, perform backfill in presence of Engineer. 2.02 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, including soil sampling if requested, except as indicated below. Include cost of same in Contract unit prices bid for work of which this is a component part. B. Measure "Extra Structural Excavation ", when approved by Engineer, by cross - section method in its original position. Pay for "Extra Structural Excavation" at Contract unit price bid per cubic yard. Payment is full compensation for sheeting, bracing, dewatering, backfill, and all other work necessary to excavate additional material. A2003 - 4/4 08/03/2004 ITEM NO. A3001 — SPOT SODDING PART 1 — GENERAL 1.01 SCOPE OF WORK A. Sod areas not covered by structures, sidewalks, or roads within project area with St. Augustine or Ormond Bermuda grass as specified on PLANS or preceding Special Provision. B. PLANS indicate limits and type of sod to be used. 1.02 WORK SPECIFIED ELSEWHERE A. Fertilizer, if required, indicated by Special Provision to this Item. PART 2 — PRODUCTS 2.01 MATERIALS A. Use sod blocks approximately square containing not less than nine (9) square inches of live grass material, free from noxious weeds or other grasses. Provide sufficient moist earth in each block to maintain growth. Plant sod which has been excavated for this project within three (3) days. PART 3 — EXECUTION 3.01 PLACEMENT A. After grading operations and fertilizer application, when required, have been completed, plant sod blocks at intervals of 18- inches, in rows 18- inches apart, staggered to provide at least one (1) sod block to each 2'/2 square feet of area to be sodded. Top of sod to match finish grade elevations and in no case more than '/2 -inch below. Water sodded areas at frequent intervals and maintain sodded areas in good condition until final acceptance of work. 3.02 MEASUREMENT AND PAYMENT A. No separate 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. A3001 - 1/1 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 O 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 Std. 03/04/2009 ITEM NO. A3034 - STORM WATER POLLUTION PREVENTION PLAN (SW3P) PART 1 - GENERAL 1.01 DESCRIPTION A. Section Includes: 1. A draft of the Storm Water Pollution Prevention Plan to use as a general guideline to meet new EPA Standards. 2. Specifications pertaining to the structural systems and pollution prevention systems to be used to meet the guidelines. 3. Details of the structural systems to be used to meet the EPA requirements. B. References 1. Clean Water Act of 1972 establishing the National Pollution Discharge Elimination System ( NPDES). 2. 40 CFR 122.21 Application for a NPDES Permit. 3. 40 CFR 122.26 Storm Water Discharges. C. Related Work Specified Elsewhere 1. Embankment - Item No. A2004 2. Channel Excavation - Item No. A2009 1.02 QUALITY ASSURANCE / QUALIFICATIONS It is the intent of the information provided in this section to be used as the general guidelines of the storm water pollution prevention plan for this project to establish a minimum basis of compliance for bid purposes. However, it is the responsibility of the Contractor and all Subcontractors to meet all of the requirements of the law, regardless of the information provided herein. The plan to which the Contractor certifies compliance shall be the Contractor's plan and no responsibility for the information contained in this section or shown on the plans shall be construed as the Owner's or Engineer's responsibility. Contractor is responsible for filing Notice of Intent. 1.03 PLAN The Site Grading Plan supplements the information contained within this section. PART 2 - PRODUCTS Not required for this item. A3034 - 1/2 Std. 03/04/2009 PART 3 - EXECUTION The following information is the basis for the Storm Water Pollution Prevention Plan: Storm Water Pollution Prevention Plan found in construction plans on sheets 22 -23. A3034 - 2/2 10/13/2005 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. B1001 - 1/8 10/13/2005 3. For Structural Concrete: a. Perform sufficient number of tests to maintain check on quality. b. Conduct tests as per test procedures (ASTM C31 and C39 for Compression Test). c. When Portland cement concrete other than high - early- strength concrete is used, test minimum of two (2) standard 6 -inch by 12 -inch cylinders at 7 days and minimum of two (2) 6 -inch by 12 -inch cylinders at 28 days, for each 50 yards of concrete placed or each structure, whichever is less. d. When high- early - strength concrete is used, test minimum of two (2) standard 6 -inch by 12 -inch cylinders at 3 days and minimum of two (2) 6- inch by 12 -inch cylinders at 7 days for each 50 cubic yards of concrete placed or for each structure, whichever is less. Minimum strengths normally required at 7 and 28 days will be required at 3 and 7 days, respectively. 4. For paving concrete, test pavement work as required by PLANS and /or as follows: a. Make one beam for each 1,000 square yards of pavement, or part thereof, for each day's pour and /or one beam on each street. b. Size of beams as required by ASTM C31. c. Core sampling in accordance with requirements of Special Provision. d. If requirements not established by Special Provision, make one core for each 1,000 linear feet or pavement, or one core for each 2,500 square yards of pavement, or at least one core for each street, whichever is lease in area. e. Fill core hole with non - shrinking grout at no additional cost to Owner. f. Test core for compressive strength and for thickness. 5. For air entrainment, make two tests, in accordance with ASTM C138 or C173, for each day's placing. 6. Make slump tests periodically in accordance with ASTM C143. E. Specimen handling 1. Mark test specimens clearly in a definite sequence. 2. Transport and store specimens to prevent damage. 3. Provide insulated shed for storage of cylinders and beams. 4. Provide records identifying each cylinder with locations from which specimens were taken. 5. Cure specimens under laboratory conditions, except that for a possibility of surrounding air temperature falling below 4bre F, additional specimens to be cared under job conditions may be required. F. Failure to Meet Specifications 1. Concrete failing to meet specifications will be rejected. 2. Should a 3 -day (high -early cement) or 7 -day (normal cement) test fail to meet established strength requirements, extended curing or resumed curing may be required. B1001 - 2/8 10/13/2005 3. Contractor to strength structures or replace portions thereof which fail to meet established strength requirements, at Contractor's expense. 4. Test cores, when required, to be in accordance with procedures of ASTM C42 at no additional cost to Owner. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Cement 1. Store in weathertight enclosure and protect against dampness, contamination, and warehouse set. 2. Use only one supply source for each aggregate stockpile. B. Aggregates 1. Stockpile to prevent excessive segregation, or contamination with other materials or other sizes of aggregates. 2. Use only one supply source for each aggregate stockpile. C. Admixtures 1. Store to prevent contamination, evaporation, or damage. 2. Protect liquid admixtures from freezing or harmful temperature ranges. 3. Agitate emulsions prior to use. PART 2 — PRODUCTS 2.01 MATERIALS A. Concrete: Ready -mix concrete conforming to ATSM C94 or site -mixed concrete (dry weight 145 -150 pounds per cubic foot). 1. Cements a. ASTM C150, Type I. b. ASTM Specifications for weight variations and length of storage. c. Use no caked cement. d. Deliver in bags for site -mixed concrete. e. Use only one brand of cement in any one structure. f. Cement for Class "P" concrete may be delivered in bulk if method of • handling is approved. 2. '0 Admixtures a. Air - entraining admixtures in accordance with ASTM C260. b. Water - reducing and retarding admixtures in accordance with ASTM C494, Type A, or Type D admixture, modified as follows 1) Bleeding water no greater than bleeding water of ASTM C494 reference concrete when tested as per ASTM C232. 2) Increase durability, decrease permeability, and increase resistance to surface scaling, when compared to ASTM C494 reference concrete. 3) No chlorides or alkalis added during manufacture of admixture. B1001 - 3/8 1 0/13/2005 c. High range water - reducing admixture (superplasticizer) in accordance with ASTM C494, Type F or Type G modified as follows: 1) Superplasticized concrete to be nonsegregating, have little bleeding, and have physical properties similar to low water - cement ratio concrete. 2) Admixture composed of a synthesized suffocated polymer to be added to the concrete mixer with gauge water at the central batch plant. 3) Use only one liquid admixture to achieve the superplasticized concrete, except where air entrainment is desired, in which case, air entraining admixture to be compatible with superplasticizer admixture. 4) Treated concrete must be capable or maintaining superplastic state in excess of two hours. 5) Dosage as recommended by the manufacturer. d. Additional Requirements 1) Manufacturer to provide proof of successful field use of water - reducing and retarding admixture from recognized laboratories and other authorities. 2) Manufacturer to provide local representative and warehouse facilities, when requested by Owner. 3) Provide qualified concrete technician to assist in concrete mix design, if required. 4) If required, Contractor to acquire approved commercial laboratory testing at no cost to Owner to furnish certification of compliance with this specification. 5) Water reducing a retarding admixtures used in Class A and Class K concrete only, unless other wise specified. 6) Use manufacturer's published recommended dosage for optimum results as minimum requirements. Engineer may vary dosage after analysis of results of local commercial laboratory tests using materials from sources assigned by Contractors. 7) Dispensing and mixing equipment and procedures at batch plant are subject to approval. 3. Coarse Aggregate a. Durable particles of gravel, crushed gravel, crushed blast furnace slag, crushed stone, or combination thereof, conforming to ASTM C33. b. Use clean, durable parties, 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 '/2 -inch. 2) Prestressed Concrete aggregate size from No. 4 to 1 -inch. c. The maximum size coarse aggregate to be as indicated above or no greater than three - fourths of the minimum clear spacing between parallel reinforcing bars or prestressing tendons, whichever is smaller. 4. Fine Aggregate B1001 - 4/8 10 /1 3/2005 a. Natural sand as per ASTM C33. b. Fineness modulus between 2.4 and 2.9. 5. Water a. Free from oils, acids, alkalis, organic mater or other deleterious substances, and not containing more than 1,000 parts per million of sulphates. b. Testing not required from municipal supplies approved by Texas Commission on Environmental Quality (TCEQ), but from other sources water will be sampled and tested, at no additional cost to Owner, before use. 6. Slump a. Test method as per ASTM C143. b. As indicated in Classification Table. 7. Mix Proportioning a. As per Classification Table, based on maximum water- cement ratio and minimum strength requirements, with limits set on minimum cement content. b. Increase cement content above minimum or use approved admixtures, without additional cost to Owner, if type, gradation, or sizes of aggregate being supplied gives concrete mixture not meeting strength and workability requirements. 8. Coring Materials: Per Item "Concrete Structures." B. Nonshrink Grout: Grout to have moderate fluidity and to conform to Corps of Engineers Specification CRD -C 621 -82B. B1001 - 5/8 10/13/2005 CLASSIFICATION TABLE M k , M. Max. WaterContent W Y ., � ^. . A; _ : - 04' - ! ,ls . i' el Min. Comp. Pounds of Gallons of Mtn. Cement Per - " t Stren: h .si Water/Lb. Water /Bag C.Y (5) Slump Range Total Air Content Class -T a 7-Day 28-Day Cement Cement (in.) (%) YP __ Y _ Y L____ _Bags - A Structural 2000 3000 0.55 6.25 494 5.25 2/2 to 4/2 2/2 to 4/2 Asp - Structural (3) 2000 3000 0.50 5.65 423 4.50 7 to 1 Or 3 to 5 B -Slope 1200 2000 0.75 8.50 400 4.25 2/2 to 4 2/2 ,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 (51 - -- 5000 0.51 5.75 635 6.75 2 to 3 As needed G - Prestressed 15 ? , - -- 6000 0.49 5.50 658 7.00 2 to 3 As needed K - Structural (6) 2800 4000 0.50 5.65 564 6.00 TA to 5 2% to 4'/2 Ksp - Structural (3) 2800 4000 0.45 5.00 470 5.00 7 to 10 3 to 5 p Paving 6 -Inch 1800 2800 0.66 7.50 423 4.50 3 to 5 2/2 to 4/2 450 P- Paving 7 -Inch ta) 2000 3000 0.66 7.50 470 5.00 3 to 5 2/1 to 4/2 ' 500 P - Paving 8 -Inch gar 2000 3000 0.66 7.50 470 5.00 3 to 5 2/2 to 4/2 550 * All slump Ranges +'V2 -Inch Tolerance _ - (1) Include in maximum water, free water in aggregate minus absorption of aggregate based on a 30- minute absorption period. (2) For concrete placed under water, minimum cement per cubic yard shall be 611 pounds (6.5 bags). (3) Asp and Ksp to contain approved High Range Water Reducing (HRWR) Admixture. '0 (4) Maximum 2 -Inch slump before addition of HRWR Admixture. (5) For prestressed concrete, water - reducing admixture may be used as needed. (6) Use approved water - reducing and retarding admixture. (7) Minimum flexural strength at 7 days. (8) Slump range 1 -Inch to 3 -Inch when slip form method of construction used. B1001 - 6/8 10/13/2005 PART 3 — EXECUTION 3.01 MIXING CONCRETE A. General 1. Ready mixed and in accordance with requirements of current ACI Building Codes. 2. Postpone or delay work during adverse weather conditions. 3. Protect dry batch material so that it reaches mixer in a dry condition. 4. Use batch mixer having approved and positive water control, and measuring device for all materials. 5. Continue mixing to ensure uniform distribution of materials, but not less than 1% 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' /2 minutes after materials are placed in mixer. 2) Increasing mixing time 15 seconds for each half yard increased over on cubic yard batch. b. Maintain positive batch control equipment to within one percent (1 %) accuracy. B1001 - 7/8 10/13/2005 c, Clean, maintain, and operate equipment so as to thoroughly mix material as required. d. Hand mixing permitted for small placements only, or in emergencies, as authorized. e. Hand -mixed batches not to exceed a two -bag in volume. 9. Do not mix when air temperature is at or below 40 deg. F (taken in the shade away from artificial heat) and falling, or if likely to fall below 40 deg. F in next 24 hours. 10. To produce concrete with minimum temperature of 50 deg. F, heat aggregate and /or water uniformly as follows: 1) Water temperature not to exceed 180 deg. F, and /orr aggregate temperature not to exceed 150 deg. F. 2) Heat mass of aggregate uniformly. 3) Temperature of aggregates and water to be between 50 deg. F and 85 deg. F before introduction of cement. 3.02 INSTALLATION In accordance with other applicable TECHNICAL SPECIFICATIONS. 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, except as indicated below. Include cost of same in contract price bid for work of which this is a component part. B. Measure "Extra Concrete," when approved by Engineer, by cubic yard of concrete of class ordered, complete in place. Pay for "Extra Concrete unit price bid per cubic yard for classes of "Extra Concrete" used B1001 - 8/8 Std. 08/03/2004 ITEM NO. B2001 - CONCRETE STRUCTURES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Construction procedures for all types of concrete cast -in -place structures including methods for forming, placing, and curing. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 SUBMITTALS A. Submit samples mix designs, tests, and reports, per Item No. B1001 - "Concrete." B. Prior to start of work, submit following information when requested by Special Provision. 1. Methods of construction. 2. Plans for forms and falsework. 3. Amount and type of equipment. 4. Concrete placing schedule with facilities for handling concrete shrinkage. 5. Tabulation of concrete surfaces indicating types of finish on each surface. PART 2- PRODUCTS 2.01 MATERIALS A. Concrete: Item No. B1001 - Concrete. The class of concrete for each type of structure or unit shall be as shown on the plans, or by pertinent governing specifications. B. Reinforcing Steel. All reinforcing steel shall conform to the provisions of Item No. B3001 - "Reinforcing Steel." C. Expansion Joint Material: Per ASTM D1752 and Texas Department of Transportation Standard Specifications for construction of highways, streets and bridges (TXDOT) Item 433, "Joint Sealants and Fillers." 1. Performed Fiber Material. Preformed fiber expansion joint material shall conform to the dimensions shown on the plans. Unless otherwise specified, "Performed Bituminous Fiber Material" shall be used. 2. Joint Sealing Material. Unless shown otherwise, the sealer shall be a "Low Modulus Silicone Sealant." B2001 - 1/28 Std. 08/03/2004 3. Asphalt Board. Asphalt board shall conform to the dimensions shown on the plans. 4. Rebonded Neoprene Filler. Rebonded neoprene filler shall conform to the dimensions shown on the plans. D. Waterstop. 1. Rubber waterstop or polyvinyl chloride (PVC) waterstop shall be in conformance with TXDOT Item 435, "Elastomeric Materials." 2. Other types shall be as shown on the plans. E. Curing Materials: Unless otherwise indicated, use one of the following. 1. Membrane curing shall conform to TXDOT Item 526, "Membrane Curing." 2. Cotton mats shall consist of a filling material of cotton "bat" or "bats" (min. 12 oz. per sq. yd.); covered with unsized cloth (min. six (6) oz. per sq. yd); tuft or stitched to maintain stability; shall be free from tears; and shall be in good general condition. 3. Polyethylene sheeting shall be four (4) mil. minimum thickness and free from visible defects. It shall be clear or opaque white except when the temperature during the curing period does not exceed 60 F or when applicable to control temperature during mass pours. 4. Burlap - polyethylene mats shall be made from burlap impregnated on one side with a film of opaque white pigmented polyethylene and free from visible defects. 5. Laminated mats shall have not less than one (1) layer of an impervious material such as polyethylene, vinyl plastic or other acceptable material (either as a solid sheet or impregnated into another fabric) and shall be free of visible defects. F. Admixtures. Concrete admixtures shall comply with the requirements of TXDOT Item 437, "Concrete Admixtures ". G. Epoxy. Unless otherwise specified, epoxy materials shall conform to TXDOT Item 575, "Epoxy" H. Latex Emulsions. Latex emulsion used for latex based grout/mortar, latex adhesive grout /mortar or other purposes shall conform to TXDOT Departmental Materials Specification D9 -8110. I• Forms and Falsework • 1. Timber • a. Seasoned good quality timber, free from loose or unsound knots, knot holes, twists, shakes, decay, and other imperfections which would affect its strength or impair finished surface of concrete. b. Wedges, when required, to be hardwood or metal. 2. Metal a. Thickness of metal forms as required to maintain true shape without warping or bulging. B2001 - 2/28 Std. 08/03/2004 b. Keep metal forms free from rust, grease, or other foreign materials, and use only those which present a smooth surface and line up properly. c. Aluminum not permitted. J. Grout 1. Nonshrinking Grout: Premixed grout which is nonmetallic, noncorrosive, and nonstaining; containing specially selected silicon sands, cement, shrinkage compensating agents, plasticizing and water reducing agents. a. Conform to requirements of Corps of Engineers CRD -0588 Test Method CRD- 0589. b. Minimum 28 -day compressive strength of 8,000 psi. c. Maintain grout temperature during placement between 50 deg. F and 90 deg. F. d. Prepare and place grout according to grout manufacturer's specifications. 2. Nonshrink Epoxy Grout: Five Star epoxy grout as manufactured by U.S. Grout Corporation or equal. K. Permanent Moisture Barrier: Polyethylene film minimum thickness of .006 inch (six mils) with high impact strength rating. L. Paint Type Coating: Synthetic elastomer- polyester base coating containing fiberglass, mica, and perlite, and may be either of the following: 1. "Tex- Cote" concrete gray fine textured "Bridge Coat" (Textured Coatings of America, Inc.) 2. "Scotch Shield" coatings (Preston Company). M. Waterproofing: Self - adhering polyethylene with a rubberized asphalt mastic material. 1. Minimum 4 mil thickness polyethylene coated on one side with a layer of adhesive rubberized asphalt with protective membrane. 2. Designed for tensile strength of 250 psi when tested in accordance with ASTM D412 -80. 3. Thickness to be 60 mils excluding the protective release membrane. 4. Furnish in rolls 36 inches minimum width and 50 feet minimum length. N. Coal Tar Epoxy Coating 1. Modified Coal Tar Epoxy C, n pound consisting of l00 percent sprayable solids not requiring solvent material for application or curing. Finished product to be flexible and free of chalking, checking, and hairlinea,,shrinkage cracks. Manufacturers: Madewell 1103 Coal Tar Epoxy Coating or equal. 2. Coal Tar Epoxy Primer: Madewell 927 or equal. B2001 - 3/28 Std. 08/03/2004 PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS Concurrence on the part of the Engineer of any proposed construction methods, approval of equipment, or of form and falsework plans does not relieve the Contractor of the responsibility for the safety or correctness of the methods, the adequacy of his equipment or from carrying out the work in full accordance with the contract. A. Time Sequence of Construction Operations. 1. Do not place superstructure members, forms, falsework, or erection equipment on substructure before concrete therein has attained a flexural strength of 425 psi. 2. Erect forms on footings support by piling or drilled shafts after concrete has attained a minimum flexural strength of 340 psi. Such work may begin on spread footings after concrete has aged at least 2 curing days. Concrete may be placed as soon as the forms and reinforcing steel are approved. 3. Support of tie beam and/or cap forms by falsework placed on previously placed tie beams is permissible, provided such beams have attained 425 psi. flexural strength, properly supported to eliminate stresses not provided for in design. 4. For bridges and direct traffic culverts, construction traffic and traveling public permitted in accordance with the following. a. Authorization for light construction traffic not to exceed a three- quarter ton truck may be given after last slab of concrete has been in place at least 14 days. b. After the last slab concrete has been in place at least 21 days, authorization may be given for other construction traffic, or for the traveling public when necessary. Vehicle exceeding the legal load limit will be allowed in accordance with TXDOT Item 6, "Control of Materials ". 5. Forms, or screed supports for bridges, may be attached to I -beams or girders by welding, subject to the following requirements: a. Welds will not be permitted on tension flanges and in those areas shown on the plans or as directed by the Engineer. b. Welds shall be made in accordance with TXDOT Item 448, "Structural Field Welding ". 3.02 CONSTRUCTION A. Forming o O 1. General Requirements: Shall be designed and constructed to safely carry the maximum anticipated loads, including wind loads, and to provide the necessary rigidity. Details of falsework construction shall be subject to review and approval by the Engineer. 2. Design Loads: For evaluating the adequacy of job fabricated falsework, a weight of 150 pounds per cubic foot shall be assumed for concrete, and a live load allowance of 50 pounds per square foot of horizontal surface of the form work shall be included. The maximum stresses shall not exceed 125 percent of the allowable B2001 - 4/28 Std. 08/03/2004 stresses used for the design of structures. Commercially produced structural units used in falsework shall not exceed the manufacturer's maximum allowable working load for moment, and shear or end reaction. The maximum allowable working load shall include an allowance of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for approval. 3. Falsework a. When wedges are used to adjust falsework to desired elevations, the wedges shall be used in pairs to insure even bearing. The use of wedges to compensate for incorrectly cut bearing surfaces will not be permitted. b. Sills or grillages shall be large enough to support the superimposed load without settlement, and unless founded on solid rock, shale or other hard materials, precautions shall be taken to prevent yielding of the supporting material. c. Falsework, which cannot be founded on a satisfactory spread footing, shall be placed on piling or drilled shafts having a bearing capacity sufficient to support the superimposed load without settlement. Falsework piling shall be driven to the required resistance determined by the applicable formula given in TXDOT Item 404, "Driving Piling ". Drilled shafts for falsework shall be designed to carry the superimposed load using both skin friction and point bearing. d. Welding, when used, shall conform to the requirements of TXDOT Item 448, "Structural Field Welding ". Each falsework bent shall be securely braced to provide the stiffness required with the bracing securely fastened to each pile or column it crosses. The falsework shall be removed when no longer required. Falsework piling shall be pulled or cut off not less than six (6) inches below finished ground level. Falsework, piling or drilled shafts in a stream, lake, or bay shall be completely removed to a point specified by the Engineer to prevent any obstruction to the waterway. 4. Forms. All forms shall be constructed in accordance with the following: a. General. Except where otherwise specified, forms may be of either timber or metal. 1) Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. 2) Studs, joists, wales or other devices used for form supports shall be of sufficient section and rigidity to withstand undue bulging or settling of the forms. Any device or method used for form support shall be subject to the approval of the Engineer. 3 Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. Job fabricated forms shall be designed for an additional live load of 50 pounds per square foot of horizontal surface. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used for the design of structures. 4) Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 B2001 - 5/28 Std. 08/03/2004 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for review. 5) Forms shall be practically mortar- tight, rigidly braced and strong enough to prevent bulging between supports and shall be maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner to prevent warping and shrinkage. 6) Offsets at form joints shall not exceed 1/16 inch. Form supports for slabs shall not be welded to the top flange of I -beams or girders except in accordance with the provisions of Article 3.02.A. 7) Deflections due to cast -in -place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. 8) All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. 9) Permission to place concrete will not be given until all preparatory work is complete to the satisfaction of the Engineer. 10) If, at any stage of placement, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 11) Wet surface of forms to be in contact with concrete immediately before placing concrete. 12) Before concrete placement, align edges and faces of form panels and tape or fill joints with patching plaster or cold -water putty to prevent leakage; sand lightly with No. 0 sandpaper to make joints smooth. 13) Forms of any kind are not permitted under permanent structures. B. Timber Forms. 1. Lumber for forms shall be properly seasoned, of good quality, and free from _ - imperfections, which would affect its strength or impair the finished surface of the concrete. 2. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, maned or has defects that will produce inferior work shall not be used and shall be promptly removed from work. 3. Form lining will be required for all forms surfaces, except for the inside of culvert barrels, inlets, manholes and box girders; the bottom of bridge decks between beams ‘-`■ or girders; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting such as polyethylene sheets shall not be used for form lining. Commercial form liners used to imprint a pattern or texture on the surface of the concrete shall be as shown on the plans and /or as approved by the Engineer. 4. Forms may be constructed of plywood not less than 1/2 inch in thickness. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces which remain exposed B2001 - 6/28 Std. 08/03/2004 shall be equal to that specified as B -B Plyforrn Class I or Class II Exterior of the U,S. Department of Commerce, National Institute of Standards and Technology, U.S. Product Standard, latest edition. 5. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. 6. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least four (4) feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. 7. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. 8. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. 9. Molding for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided herein or shown on the plans, forms shall be filleted at all sharp comers and edges with triangular chamfer strips measuring 3/4 inch on the side. 10. Except at structures where railing is to be attached, culvert headwall heights shall be adjusted as necessary to provide a maximum projection of three (3) inches above the roadway slope unless otherwise directed by the Engineer. As the entrance of all box culverts, a three (3) inch chamfer shall be provided along the bottom edge of the top slab. Reinforcing steel shall be adjusted as necessary to provide a minimum 1 -1/4 inch clear cover. No changes will be made in quantities and no additional compensation will be allowed for this work. 11. All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. 12. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as _ hereinafter specified. 13. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least 1/2 -inch from the concrete surface. The appliances shall be made so the metal may be removed without undue chipping or spalling of the concrete, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. 14. Any wire ties used shall be cut back at least 1/2 -inch from the face of the concrete. 15. Devices holding ties in place shall be capable of developing the strength at the tie and adjustable to allow for proper alignment. B2001 - 7/28 Std. 08/03/2004 16. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. 17. Adequate clean -out openings shall be provided for narrow walls and other locations where access to the bottom of the forms is not readily attainable. 18. The facing of all forms shall be treated with bond breaking coating of such composition that would not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. C. Metal Forms. The foregoing requirements for timber forms regarding design, mortar - tightness, filleted corners, beveled projections, bracing, alignments, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or which line up improperly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. D. Form Supports for Overhang Slabs. Form supports which transmit a horizontal force to a steel girder or beam, or to a prestressed concrete beam will be permitted, providing a satisfactory structural analysis has been made of the effect on the girder or beam and approval is granted by the Engineer. 1. When overhang brackets are used on prestressed concrete beam spans with slab overhangs not exceeding three (3) feet six (6) inches, bracing requirements shall conform to the details shown on the plans. 2. For spans in which the overhang exceeds three (3) feet six (6) inches, additional support will be required for the outside beams regardless of the type beam used. Details of the proposed support system shall be submitted by the Contractor for -- approval. 3. Holes in steel members for support of overhand brackets may be punched or drilled full size or may be torch cut to 1/4 -inch under size and reamed full size. In no case shall the holes be bumed full size. The hole shall be left open unless otherwise shown on the plans. The holes shall never be filled by welding. E. Drains. Weep holes and roadway drains shall be installed and constructed shown on the plans. F. Joints 1. Expansion Joints. a. Joints and devices to provide for expansion and contraction shall be constructed in accordance with plan details and the requirements of this Item. b. The bearing area under the expansion ends of concrete slabs and slab and girder spans shall be given a steel trowel finish, and finished to the exact grades required. B2001 - 8/28 Std. 08/03/2004 c. Bridging of concrete or mortar around expansion joint material in bearings and expansion joints shall be prevented. d. All open joints and joints to be filled with expansion joint material shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement of the span without requiring full form removal. e. When a "Type A" joint is shown on the plans, preformed fiber joint material shall be used in the vertical joints of the roadway slab, curb, median or sidewalk and the top one (1) inch thereof shall be filled with the joint sealing material shown herein or shown on the plans. f. The sealer shall be installed in accordance with TXDOT Item 438, "Cleaning and/or Sealing Joints and Cracks (Portland Cement Concrete) ", and the manufacturer's recommendations. g. Where preformed fiber joint material is used, it shall be anchored to the concrete on one (1) side of the joint by light wire or nails, h. Finished joints shall conform to the plan details with the concrete sections completely separated by the specified opening or joint material. i. Soon after form removal and again where necessary after surface finishing, all concrete shall be removed from within the joint opening to insure full effectiveness of the expansion joint. 2. Construction Joints. a. The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean that the manner arid sequence of concrete placing shall not create a construction joint. b. Construction joints shall be of the type and at the locations shown on the plans. Construction joints other than those shown on the plans will not be permitted in bridge slabs. Additional joints in other members will not be permitted without _ written authorization from the Engineer: When additional joints are authorized, they shall have details equivalent to those shown on the plans for joints in similar locations. c. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all vertical joints. d. Construction joints requiring the use of joint sealing material shall be as shown • on the plans. e. A concrete placement irrminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. f. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign matter and saturated with water. All freewater shall be removed and the surface shall be in a moist condition when concrete and /or bonding grout is placed against it. g. Forms shall be drawn tight against the existing concrete to avoid mortar loss and offsets at joints. B2001 - 9/28 Std. 08/03/2004 h. When shown on the plans or in other specifications, the joint surface shall be coated with bonding mortar, grout, or other specified material. i. When shown on the plans, Type V epoxy material shall be used for bonding fresh concrete to hardened concrete. The bonding epoxy shall be placed on a clean, dry surface and shall be tacky when the fresh concrete is placed. G. Seal for Foundations. Concrete for foundation seals, unless otherwise specified, shall be in accordance with TXDOT Item 400, "Excavation and Backfill for Structures ". H. Placing Reinforcement. 1. Reinforcement shall be placed as provided in Item No. B3001 - "Reinforcing Steel ". Reinforcing steel supports shall not be welded to I -beams or girders or to reinforcing steel except where shown on the plans to be permissible. 2. Post tensioning ducts shall be placed in accordance with the approved prestressing details, and in accordance with TXDOT Item 426, "Prestressing ". The Contractor shall maintain all ducts free of obstructions until all post tensioning operations are complete. I• Placing Concrete - General. 1. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement and other preparations. 2. The sequence of placing concrete shall be as shown on the plans or as required herein. 3. Concrete placement will not be permitted when impending weather conditions would impair the quality of the finished work. If conditions of wind, humidity, and temperature are such that concrete cannot be placed without cracking, concrete placement shall be done in the early morning or at night. When concrete mixing, placing, and finishing is done in other than daylight hours, provisions shall be made _ _ - to adequately light the entire placement site. The Engineer will approve the adequacy of such lighting before operations are begun. 4. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures as outlined in Article 3.02.J. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need to be covered only to the•extent necessary to control the moisture conditions in the aggregates. 5. After concrete has achieved initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement in order to prevent damage to the concrete. 6. Placing Temperature. a. The temperature of all concrete at the time of placement shall be not less than 50 F. b. The temperature of cast -in -place concrete in bridge slabs and top slabs of direct traffic structures shall not exceed 85 F when placed. Concrete diaframs, parapets, concrete portions of railing, curbs, and sidewalks, unless B2001 - 10/28 Std. 08/03/2004 monolithically placed with the slab, will not be subject to the above maximum. Other portions of structures, when shown on the plans, shall require the temperature control specified. c. For mass concrete placements, as defined in Subarticle 3.02.I.15, the concrete temperature at the time of placement shall not exceed 75 F. 7. Transporting Time. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall conform to the requirements in Table 1. TABLE 1 TEMPERATURE - TIME REQUIREMENTS Concrete Temperature Max Time Max Time (at point of placement) (No Retarding Agent) nth Retarding Agent) Above 80° F 15 30 80° F and Below 30 45 Agitated Concrete: Above 90° F 45 75 Above 75° through 90° F 60 90 75° F and Below . 90 120 (1) Normal dosage of retarder 8. Transporting Equipment. a. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement shown on the plans or required by - the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other methods. b. When belt conveyors or pumps are used, sampling for testing should be done at the discharge end. When in the opinion of the Engineer, it is deemed impractical to sample as the discharge end, sampling may be done at the mixer provided that correlation testing is performed and documented to ensure specification requirements are diet at the discharge end. • c. Concrete transported by convey rs shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and /or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes, or other aluminum equipment. Pump lines shall conform to the following: 1) For Grade 2 coarse aggregate and smaller, the minimum size pump line shall be five (5) inches ID. B2001 - 11/28 Std. 08/03/2004 2) For Grade 1 coarse aggregate, the minimum size pump line shall be eight (8) inches ID. d. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When necessary to prevent segregation, such equipment shall terminate in vertical down - spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in the forms. e. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. 9. Forms. a. Openings in forms shall be provided, if needed, for the removal of laitance or foreign matter. b. All forms, prestressed concrete panels, T- beams, and concrete box beams on which concrete is to be placed shall be wetted thoroughly prior to placing concrete thereon. Any remaining puddles of excess water shall be removed. The top of such members shall be in a moist surface dry condition when concrete is placed on them. 10. Handling, Placing, and Consolidation. The method of handling, placing, and consolidation of concrete shall minimize segregation of the concrete and displacement of the reinforcement. A uniform dense compact mass shall be produced. a. Handling and Placing. Concrete shall not have a free fall of more than five (5) feet, except in the case of thin walls such as in culverts or as specified in other items. Any hardened concrete splatter ahead of the plastic concrete shall be removed. Each part of the forms shall be filled by depositing concrete as near its final position as possible. Depositing large quantities at one point and running or working the concrete along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. Cold joints in a monolithic placement shall be avoided. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogeneous mass with the previously placed concrete. Not more than one (1) hour shall elapse between adjacent or successive placements of concrete, except as otherwise required by an approved placing procedure when revibration of the concrete is shown on the plans or specifications. This time requirernept may be extended by 1/2 hour when the concrete contains not less than a normal dosage or retarding admixture. An approved retarding agent shall be used to control stress cracks and /or cold joints in placements where differential settlement and /or setting time may induce stress cracking. b. Consolidation. All concrete shall be well consolidated and the mortar flushed to the form surfaces with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one (1) stand -by vibrator shall be provided for emergency use in addition to those required for placement. B2001 - 12/28 Std. 08/03/2004 The concrete shall be vibrated immediately after deposit. A systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. 11. Slabs. a. Unless otherwise shown on the plans or other specifications, slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until the slabs have aged at least four (4) full curing days. For the remainder of the curing period, timber planking will be required for carting of the concrete. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. b. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. c. A longitudinal screed may be placed directly on previously placed concrete slabs for the purpose of checking and grading of an adjacent slab after the previously placed slab has aged not less than 24 hours. Actual screeding may be done after the previously placed slabs have aged at least 48 hours. 12. Continuous Placements. For continuous placement of the deck on steel units, the initial set of the concrete shall be retarded sufficiently to insure that the concrete remains plastic in not less than three (3) spans immediately preceding the slab being placed. For simple spans, retardation shall be required only if necessary to complete finishing operations or as required by Article 3.02. 13. Fogging and Interim Curing. a. From the time of initial strike off of the concrete until finishing is completed and . required interim curing is in place, the unformed surfaces of slab concrete in • bridge decks and top slabs of direct traffic culk{erts shall be fogged when necessary to replace water loss due to evaporation. b. Fogging equipment shall be capable of applying water in a fine mist, not a spray. The fog shall be produced using equipment which pumps water or water and air under high pressure through a suitable atomizing nozzle. The equipment shall be hand operated and sufficiently portable for use in the direction of any prevailing wind. It shall be adaptable for intermittent use as directed by the Engineer to prevent excessive wetting of the concrete. c. Interim curing will be required for slab concrete in bridge decks and top slabs of the direct traffic culverts immediately upon completion of final finish. Type 1- B2001 - 13/28 Std. 08/03/2004 D membrane curing compound (Resin Base Only) will be required. Water curing will be required in accordance with Article 3.02 and shall be commenced as soon as possible without damaging the surface finish. 14. Installation of Dowels and Anchor Bolts. Dowels and anchor bolts may be cast -in- place or installed by grouting with grout, epoxy or epoxy mortar. Holes for grouting may be formed or drilled. a. General. Holes for anchor bolts shall accommodate the bolt embedment required by the plans. Holes for dowels shall be a minimum of 12 inches deep unless otherwise shown on the plans. When grout or epoxy mortar is used, the diameter of the hole shall be not less than twice the dowel or bolt diameter nor more than the diameter plus 11/2 inches. When using epoxy, the hole diameter shall be 1/16 inch to 1/4 inch greater than the dowel or bolt diameter. Holes shall be thoroughly cleaned of all loose material, oil, grease, or other bond breaking substance and blown clean with filtered compressed air. Holes shall be in a surface dry condition when epoxy type material is used. Holes shall be in a surface moist condition when Portland cement grout is used. The Contractor shall develop and demonstrate a procedure for cleaning and preparing the holes for installation of the dowels and anchor bolts that is satisfactory to the Engineer. The void between the hole and dowel or bolt shall be completely filled with grouting material. b. Cast -in -Place or Grouted Systems. Portland cement grout, epoxy mortar, or other prepackaged grouts as approved by the Engineer may be used. Port cement grout shall conform to the pertinent provisions of TXDOT Item 421, "Portland Cement Concrete". Epoxy (Type V) and Epoxy Mortar (Type VIII) shall conform to TXDOT Item 5'75, "Epoxy ". Grout, epoxy or epoxy mortar may be used as the binding agent unless otherwise indicated on the plans. c. Other Anchor Systems. These systems shall be in accordance with the plans and approved by the Engineer. _ _ 15. Mass Placements. a. Unless otherwise shown on the plans, for monolithic mass placements having a least dimension greater than five (5) feet, the Contractor shall develop a plan to assure that during the heat dissipation period, the temperature differential between the central core of the placement and the exposed concrete surface does not exceed 35° F. b. A detailed plan, along with an analysis of the associated heat generation and dissipation (heat flow analysis) shall be submitted to the Engineer for approval. No concrete shall be placed until this plan is approved. This plan may include a combination of the following: 1. Selection of concrete ingredients to minimize heat of hydration. 2. Using ice or cooling concrete ingredients. 3. Controlling rate of concrete placement. 4. Using insulation to control heat loss. 5. Using supplemental heat to control heat loss, 6. Use of fly ash. B2001 - 14/28 Std. 08/03/2004 c. The Contractor shall furnish and install two (2) sets of strip chart temperature recording devices or approved equivalent at locations designated by the Engineer. These devices shall be accurate to within +/- 2° F within the range of 32° F to 212° F and shall be used to simultaneously measure the temperature of the concrete at the core and the surface. J. Placing Concrete in Cold Weather. I. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing during cold weather will not relieve the Contractor of the responsibility for producing concrete equal in quality to that place under normal conditions, Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced. 2. Concrete may be placed only when the atmospheric temperature is greater than 35° F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32° F. 3. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180° F, nor shall the aggregate temperature exceed 150° F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregate and water shall be between 50° F and 85° F before introduction of the cement. 4. The Contractor shall provide and install recording thermometer(s) or other suitable temperature measuring device(s) to verify that all concrete is effectively protected as follows: a. The temperature of all unformed surfaces of bridge decks and top slabs of direct . traffic culverts shall be maintained at 50° F or above for a period of 72 hours from time of placement and above 40° F for an additional 72 hours. b. The temperature at the surface of all concrete in bents, piers, culvert walls, retaining walls, parapets, wingwalls, bottom of slabs, and other similar formed concrete shall be maintained at 40° F or above for a period of 72 hours from time of placement. c. The temperature of all concrete, included the bottom slabs (footings) of culverts placed on or in the ground, shall be maintained above 32° F for a period of 72 hours from time of placement. 5. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article 3.02.A shall be provided during this period until all requirements for curing have been satisfied. 6. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand and ready for use before permission is granted to begin placement. 7. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. B2001 - 15/28 Std. 08/03/2004 K. Placing Concrete in Hot Weather. Unless otherwise directed by the Engineer, when the temperature of the air is above 85° F, an approved retarding agent will be required in all concrete used in superstructures and top slabs of direct traffic culverts. L. Placing Concrete in Water. 1. Concrete shall be deposited in water only when shown on the plans or with the written permission of the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping of water will not be permitted during the concrete placing, nor until it has set for at least 36 hours. 2. The concrete shall be placed with a tremie, or other approved method, and shall not be permitted to fall freely through the water nor shall the concrete be disturbed after being placed. The concrete surface shall be kept approximately level during placement. 3. The tremie shall consist of a water -tight tube of a diameter which will permit adequate placement of the concrete, but not greater than 14 inches. The tremie shall be constructed so that the bottom can be sealed and opened after the tremie is in place and fully charged with concrete. The tremie shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. The lower end of the tremie shall be submerged in the concrete at all times. 4. The placing operations shall be continuous until the work is complete. 5. Unless otherwise specified, all classes of concrete placed under water, except Class E and Class SS, shall be redesigned to contain an additional sack of cement per cubic yard more than the mix design being used. Pilot beam tests may be waived by the Engineer for this redesign. M. Placing Concrete in Superstructure. _ - 1. Unless otherwise shown on the plans, simple span bridge slabs shall be placed without transverse construction joints by using either a mechanical longitudinal screed or a self propelled transverse finishing machine. For small placements or for unusual conditions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated screeding equipment. The screed shall be adequately supported on a header or rail system sufficiently stable to withstand the longitudinal or lateral thrust of the equipment Unless otherwise shown on the plans, temporary intermediate headers will be permitted for placements exceeding 50 feet in length for the longitudinal screed, provided the rate of placement is rapid enough to prevent a cold joint and that these headers are designed for early removal to permit satisfactory consolidation and finish of the concrete at their locations. 2. Unless otherwise shown on the plans, slabs on continuous units shall be placed in one continuous operation without transverse construction joints using a mechanical longitudinal screed or a self propelled transverse finishing machine. For unusual conditions, such as widening, variable cross slopes or transitions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated B2001 - 16/28 Std. 08/03/2004 screeding equipment. Rails for transverse finishing machines which are supported from the beams or girders shall be installed so that the supports may be removed without damage to the slab. Bond between removable supports and the concrete shall be prevented in a manner acceptable to the Engineer. Rail support parts which remain embedded in the slab shall not project above the upper mat of reinforcing steel. Rail or screed supports attached to I -beams or girders shall be subject to the requirements of Article 3.02.A. 3. Unless otherwise shown on the plans, for transverse screeding, the minimum rate of concrete placement shall be 30 linear feet of bridge deck per hour. The Contractor shall furnish personnel and equipment capable of placing, finishing and curing the slab at an acceptable rate to insure compliance with the specifications. 4. The profile gradeline may require adjustment, due to variation in beam camber and other factors, to obtain the required cover over the slab reinforcement. Beams shall be set in a sufficient number of spans so that when adjustment is necessary, the profile gradeline can be adjusted over suitable increments and the revised gradeline will produce a smooth riding surface. 5. One (1) or more passes shall be made with the screed over the bridge deck segment prior to the placement of concrete thereon to insure proper operation and maintenance of grades and clearances. 6. Slab concrete shall be deposited between the exterior beam and the adjacent beam prior to placing concrete in the overhang portion of the slab. 7. For transverse screeding, concrete shall be placed in transverse strips. Additionally, on profile grades greater than 1 -1/2 percent, placement shall begin at the lowest end. 8. For longitudinal screeding, concrete shall be placed in longitudinal strips starting at a point in the center of the segment adjacent to one side, except as provided herein, and the strip completed by placing uniformly in both directions toward the ends, except that for spans on a grade of 1 -1/2 percent or more placing shall start at the lowest end. 9. The width of strips shall be such that the concrete therein will remain plastic until the adjacent strip is placed. Where monolithic curb construction is specified, the concrete shall be placed therein in proper sequence to be monolithic with the adjacent longitudinal strips of the slabs. � O B2001 - 17/28 Std. 08/03/2004 10 An approved system of checking shall be used to detect any vertical movement of the forms or falsework. Forms for the bottom surface of concrete slabs, girders and overhangs shall be maintained to the required vertical alignment during concrete placing. 11. Unless otherwise shown on the plans, girders, slab and curbs of slab and girder spans shall be placed monolithically. Concrete girder stems shall be filled first and the slab concrete placed within the time Limits specified in Article 3.02.I. a. Construction joints, when permitted for slab placements on steel and prestressed concrete beams, shall be shown on the plans. Where plans permit segmental placing without specifying a particular order of placement, any logical placing sequence which will not result in the overstressing of any of the supporting members will be permitted subject to the approval of the Engineer. 12. Any falsework under steel girder or truss spans shall be released and the spans swung free on their permanent supports before placing any slab concrete thereon. 13. When the curb forms are filled, the top of curb and sidewalk section shall be brought to the correct camber and alignment and finished as described in Articles 3.02.P and 3.02 V. N. Placing Concrete in Box Culverts. 1. Where the top slab and walls are placed monolithically in culverts more than four (4) feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for settlement and shrinkage in the wall concrete. 2. The footing slab shall be accurately finished at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified in Article 3.02.Q. Top slabs of fill type culverts shall be given a float finish. 0. Placing Concrete in Foundation and Substructure. 1. Concrete shall not be placed in footings until the depth and character of the _ foundation has been inspected by the Engineer and permission has been given to proceed. 2. Placing of concrete footings upon seal concrete will be permitted after the cofferdams are free from water and the seal concrete cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. 3. All temporary wales or braces inside cofferdams shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints. 4. When footings can be placed in a dry excavation without the use of cofferdams, forms may be omitted, if approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing. In this case, measurement for payment will be based on the footing dimensions shown on the plans. 5. Concrete in columns shall be placed monolithically between construction joints unless otherwise provided. Columns and caps and/or tie beams supported thereon may be placed in the same operation. To allow for settlement and shrinkage of the column concrete, it shall be placed to the lower level of the cap or tie beam and B2001 - 18/28 Std. 08/03/2004 placement delayed for not less than one (1) hour nor more than two (2) before proceeding. P. Treatment and Finished of Horizontal Surfaces Except Roadway Slabs. 1. All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. 2. After the concrete has been struck off, the surface shall be floated with a suitable float. Bridge sidewalks shall be given a wood float or broom finish or may be striped with a brush, as specified by the Engineer. 3. The tops of caps and piers between bearing areas shall be sloped slightly from the center toward the edge, and the tops of abutments and transition bents sloped from the backwall to the edge, as directed by the Engineer, so that the water drains from the surface. The concrete shall be given a smooth trowel finish. When shown on the plans, the top of caps and piers shall be coated with Type X epoxy material except for areas under shoes and bearing pads. Unless otherwise shown on the plans, the color shall be concrete gray. The color of the epoxy may be adjusted to concrete gay by the use of a black universal type tinting paste. Bearing areas for steel units shall be constructed in accordance with TXDOT Item 441, "Steel Structures ". 4. Bearing seat build -ups or pedestals for concrete units may be cast integrally with the cap or with a construction joint as follows: 5. The bearing seat build -ups shall be constructed of a latex based mortar or an epoxy mortar, mixed in accordance with the manufacturer's recommendation. Pedestals shall be constructed of Class "C" concrete, reinforced as shown on the plans. 6. Bearing areas under elastomeric pads or non - reinforced bearing seat build -ups shall be given a textured, wood float finish. Q. Finish of Roadway Slabs. 1. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 2. For concrete slab or concrete slab girder spans cast in place on falsework, an additional amount of camber shall be provided to offset the initial and final deflections of the span. The additional amount of camber shall be determined from the dead load deflection diagram shown on the plans. When dead load deflections is not shown on the plans, the additional amount of camber shall be 1/8 inch per ten foot of span length but not to exceed 1/2 inch. For pan girder spans the additional camber for initial and final deflections. shall be approximately 1/2 inch for 30 foot O spans and 5/8 inch for 40 foot spans unless, otherwise directed by the Engineer. 3. Roadway slabs supported on prestressed concrete, steel beams or girders shall receive no additional camber, except that for slabs without vertical curvature, the longitudinal camber shall be approximately 1/4 inch. 4. Dead load deflection shall be taken into account in setting the grades of headers and rail systems. 5. Work bridges or other suitable facilities shall be provided by the Contractor from which to perform all finishing operations and check measurements for slab thickness and reinforcement cover. B2001 - 19/28 Std. 08/03/2004 6. As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber or section. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds, except those of the roller drum type, shall be provided with metal cutting edges. 7. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. 8. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. 9. If necessary, the screeded surface shall be worked to a smooth finish with a long handled wood or metal float, or hand floated from bridges over the slabs. 10. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over 1/16 inch in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. 11. Rail support holes shall be filled with concrete and finished to match the top of the slab. 12. Unless otherwise shown on the plans, when no additional wearing course is to be placed, the bridge deck surface shall be given a grooved steel tine finish. The grooves shall be approximately 1/8 to 3/16 inch deep, approximately 1/8 inch wide. The tines shall be randomly spaced approximately 3/4 to one (1) inch apart. The grooves shall run perpendicular to the structure center line when a transverse screed _ is used and parallel to the structure centerline when a longitudinal screed is used. Areas which receive insufficient texture depth shall receive additional texturing, when directed by the Engineer, by saw grooving in accordance with the procedure given below. 13. At the option of the Contractor, or when shown on the plans, the surface shall be given its final texture by saw grooving to meet the above requirements. S grooving may be done a minimum of four (4) days after the slab concrete has been placed. If saw grooving is done prior to the completian of curing, the curing shall be continued after sawing to provide the minimum curing time required. 14. When shown on the plans that a concrete overlay is to be placed on the slab (new construction) or on prestressed concrete box beams or other precast elements, the slab or the top surface of shear key and diafram concrete shall be given a broom finish. The finish shall have an average texture depth of approximately 0.035 inches with any individual test, not falling below 0.020 inches unless otherwise shown on the plans, when tested in accordance with Test Method Tex - 436 -A. Should the B2001 - 20/28 Std. 08/03/2004 texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. 15. When the plans require that an asphaltic seal, with or without overlay, on the slab (new construction), on prestressed concrete box beams or other precast elements, the slab or top surface of shear key and diafram concrete shall be given a lightly textured broom finish having an average texture depth of approximately 0.025 inches when tested in accordance with TXDOT Test Method Tex- 436 -A. 16. Straightedge requirements will be required on slabs (new construction) to be overlaid. 17. After the concrete slab has attained final set, the Engineer may require that the finished surface be tested with a standard 10 -foot straightedge. The straightedge shall be used parallel to the centerline of the structure to bridge any depressions and tough high spots. Ordinates of the irregularities, measured from the face of the straightedge to the surface of the slab, should normally not exceed 1/8 of an inch, making proper allowances for camber, vertical curve and surface texture; however, occasional variations exceeding this will be acceptable if, in the opinion of the Engineer, the variations will not produce unacceptable riding qualities. 18. When directed by the Engineer, irregularities exceeding the above shall be corrected. Areas which are corrected to produce satisfactory riding qualities shall be provided with an acceptable surface texture in a manner approved by the Engineer. R. Curing Concrete. 1. The Contractor shall inform the Engineer of the methods proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment: and material approved prior to placing concrete. 2. Unless otherwise noted herein or shown on the plans, the choice of curing methods shall be at the option of the Contractor, except that the Engineer may require the same curing methods for like portions of a single structure. 3. Inadequate curing and /or facilities shall be cause for the Engineer to delay all concrete placement on the job until remedial action is taken. 4. All concrete shall be cured for a period of four (4) curing days except as noted herein. • B2001 - 21/28 Std. 08/03/2004 TABLE 2 EXCEPTIONS TO 4 -DAY CURING azerrrg:tt Rauutt Erna5+* Upper surfaces of bridge slabs, top slab of direct traffic culverts, l or 111 8 and concrete overlays II or I /III* 10 All types with fly ash 10 Concrete Piling Build -ups All 6 *Meets the requirements of both Type 1 and Type 11.. 5. When the air temperature is expected to drop below 40° F, the concrete shall be covered with polyethylene sheeting, burlap - polyethylene blankets, mats or other acceptable materials to provide the protection required by Article 3.02.J. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50° F for at least 10 hours, or on colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40° F for the entire 24 hours. The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the requirements of Table 3 and the following additional requirements for each method of curing: a. Form Curing: When forms are left in contact with the concrete, other curing methods will not be required except for exposed surfaces and for cold weather — - - protection. b. Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in TXDOT Item 421, "Portland Cement Concrete ". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be used. 1) Wet Mat Curing. This curing method shall consist of keeping the concrete • continuously wet by maintaining wet cotton mats in direct contact with the �. concrete for the required curing time. Damp burlap blankets made from nine (9) ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of cotton mats. The cotton mats may then be placed dry and wetted down immediately after they are placed. The mats shall be weighted down adequately to provide continuous contact with all concrete where possible. B2001 - 22/28 Std. 03/413/204 Surfaces which cannot be cured by direct contact shall be covered with mats forming an enclosure well anchored to the forms or ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. Wet mat curing will be required for Part A in Table 3 when the anticipated ambient temperature is expected to remain above 40 F for the first 72 hours of the curing period. Polyethylene sheeting, burlap - polyethylene blankets, laminated mats or insulating curing mats placed in direct contact with the slab will be required when the air temperature is expected to drop below 40 F during the first 72 hours of the curing period. These curing materials shall be weighted down with dry mats to maintain direct contact with the concrete and to provide insulation against cold weather. Supplemental heating or insulation may be required in cold and/or wet weather if the insulating cotton mats become wet or if the concrete drops below the specified curing temperature. 2) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. 3) Ponding. This curing method requires the covering of the surfaces with a minimum of two (2) inches of clean granular material, kept wet at all times, or a minimum of one (1) inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. c. Membrane Curing. Unless otherwise provided herein or shown on the plans, either Type 1 -D or Type 2 membrane curing compound may be used where membrane curing is permitted except that Type 1 -D (Resin Base Only) will be required for bridge slabs and top slabs of direct traffic culverts and all other surfaces which may require a higher grade of surface finish. B2001 - 23/28 Std. 08 /03/2004 TABLE 3 CLIITaTC REQUIREMENTS li;rror! Bookmark not defined. REQUIRED _ PERMITTED Error! Bookmark not defined. Water for Membrane Water for Membrane for STRUCTURE UNIT Complete for Interim Complete Complete DESCRIPTION Curing Curing Curing Curing A. Upper surfaces of Bridge X X Roadway, Median and Sidewalk (Resin slabs, Top Slabs of Direct Traffic Base) Culverts. B. Top Surface of any Concrete X Unit upon which Concrete is to be placed and bonded at a later interval (Stub Walls, Risers, etc.). Other Superstructure Concrete (Curbs Wingwalls, Parapet Walls, etc.). C. All Substance Concrete, *X *X Culverts, Box Sewers, Inlets, Manholes, Retaining Walls, Riprap, Railing Error! Bookmark not As specified in other items. defined.A.11 other concrete * Polyethylene Sheeting, Burlap - Polyethylene Mats or Laminated Mats in close intimate contact with the concrete surfaces will be considered equivalent to water or membrane curing. _— __ _ For substructure concrete only one (1) type of curing compound will be permitted on any one (1) structure. Material requirements and construction methods shall be as required by TXDOT Item 526, "Membrane Curing ", except as changed herein. Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a, first rub shall be dampened and shall be moist at the time of application of the membrane.. O 0 When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or shown on the plans, the choice of membrane type shall be at the option of the Contractor. B2001 - 24/28 Std. 08/03/2004 S. Removal of Forms and Falsework. 1. Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than 12 hours, provided the removal can be done without damage to the concrete. 2. Forms for inside curb faces be removed at such time the removal can be done without damage to the curb. 3. Weight supporting forms and falsework for all bridge components and culvert slabs, except as noted herein, shall remain in place a minimum of four (4) curing days. The forms then may be removed if the concrete has attained a flexural strength of 425 psi, as evidenced by strength tests using test beams made from the same concrete and cured under the same conditions as the portion of the structure involved. Forms for other structural components may be removed as specified by the Engineer. 4. Inside forms (walls and top slabs) for box culverts and sewers may be removed after concrete has aged not less than one (1) day (24 hrs.) and has acquired a flexural strength of not less than 225 psi, provided an overhead support system, approved by the Engineer, is used to transfer the weight of the top slab to the walls of the box culvert or sewer before the support provided by the forms is removed. 5. When all test beams made for the purpose of form removal have been broken without attaining the required strength, forms shall remain in place for a total of 14 curing days. 6. The above provisions relative to form removal shall apply only to forms or parts thereof which are constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the structure. 7. All forms and falsework shall be removed unless otherwise approved by the Engineer. T. Defective Work. Any defective work shall be repaired as soon as possible. Any defect which in the opinion of the Engineer cannot be repaired satisfactorily to the extent required by the Engineer shall be removed and replaced at the expense of the Contractor. U. Finishing Exposed Surfaces. A Surface Finish shall be applied to all concrete surfaces and shall be in accordance with TXDOT Item 427, "Surface Finishes for Concrete ". 3.03 MEASUREMENT ••N A. The quantities of concrete of the various classifications which will constitute the completed and accepted structure or structures in place will be measured by the cubic yard, each, square foot, square yard, or linear foot as shown on the plans or as each is shown in the bid proposal. Measurement will be as follows: 1. General. a. All concrete quantities will be based on the dimensions shown on the plans or those established in writing by the Engineer. Diafram concrete, when required, will be included in the slab measurement. b. In determining quantities, no deductions will be made for chamfers less than two (2) inches, embedded portions of structural steel or prestressed concrete B2001 - 25/28 Std. 08/03/2004 beams, piling, anchor bolts, reinforcing steel, drains, weep holes, junction boxes, electrical or telephone conduit, condait and /or voids for prestressed tendons or for embedded portions of light fixtures. c. For pan girder spans, a quantity will be included for the screed setting required to provide proper camber in the roadway surface after form removal. d. For slabs on steel and prestressed beams, a quantity for the haunch between the slab and beams will be included when required. No measurement will be made during construction for variation in the amount of haunch concrete due to deviation from design camber in the beams. e. For slabs on panels, T- beams, or box beams, the combination of span length, theoretical camber in beams, computed deflections, and planvertical curve will be taken into account in determining the quantity for the slab. f. Additional concrete which may be required by an adjustment of the profile grade line during construction, to insure proper slab thickness, will not be measured for payment. g. Variation in concrete headwall quantity incurred when an alternate bid for pipe is permitted will not be measured for payment. h. Quantities revised by a change in design, measured as specified herein, will be increased or decreased, as the case may be, and included for payment. 2. Plan Quantity. a. For structure elements designated in Table 4, and when measured by the cubic yard, this is a plans quantity measurement Item and the quantity to be paid for will be that quantity shown in the proposal. If no adjustment of quantities is required, additional measurements or calculations will not be required. b. When the quantity for a complete structure element has been erroneously included or omitted from the plans, the quantity shown on the plans for that element will be added to or deducted from the plan quantity and included for payment. A complete structure element will be the smallest portion of a total structure for which a quantity is included on the plans. _ _ _. c. When the plan quantity for a complete structure element is in error by five (5) percent or more, a recalculation will be made and the corrected quantity included for payment. 3. Measured in Place. a. For those Items not measured for plan quantity payment, measurement will be made in place. B2001 - 26/28 Std. 08/03/2004 TALE 4 PLAN QUANTITY PAYMENT (Cubic Yard Measurement Only) Error! Bookmark not defhiied .Culverts and Wingwalls Slabs on Steel Spans Headwalls for pipe Slabs on Prestressed Spans Retaining Walls Pan Girder Spans Inlets and Manholes Pile Bent Caps Slab Spans Shear Key Concrete Slab and Girder Spans Abutments Note: Other structure elements may be paid for as "plan quantity ", including pier and bent concrete, when shown on the plans. For those portions of structures not listed in Table 4, the concrete quantities, measured as provided in Subarticle 3.03.A.(1) will be paid for at the unit price bid per "Cubic Yard ", per "Each ", per "Square Foot ", per "Square Yard ", or per "Linear Foot ", in place, for the various classifications of concrete shown. 3.04 PAYMENT A. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various - - structure elements specified of the various classes of concrete. This price shall be full compensation for furnishing, hauling and mixing all concrete materials; for furnishing, bending, fabrication, splicing, welding and placing the required reinforcement; for all clips, blocks, metal spacers, ties, wire or other materials used for fastening reinforcement in place; for placing, finishing and curing all concrete; for all grouting and pointing; for furnishing and placing drains; for furnishing and placing metal flashing strips; for furnishing and placing expansion joint material required by this Item; and for all forms • and falsework, labor, tools, equipment and incidentals necessary to complete the work. B. Concrete which fails to meet minimum strength requirements may be rejected or a structural review may be made by the Engineer. Such concrete which is proven structurally adequate may be accepted at an adjusted price based on the following formula: A = .10Bp + .75(Sa/Ss) Bp B2001 - 27/28 Std. 08/03/2004 A = Amount to be paid per unit of measure Sa = Actual strength from beams or cores. Ss = Minimum required strength (specified) Bp = Unit bid price \ B2001 - 28/28 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 08/03/2004 ITEM NO. C3007 — SEALANTS PART 1 - GENERAL 1.01 DESCRIPTION A. Section includes: Provide elastomeric joint sealants, joint backer materials and accessories needed to ensure a complete and durable weather tight seal at all locations indicated on plans. 1.02 SUBMITTALS A. Product Data: 1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3. Shop Drawings or catalog illustrations in sufficient detail to show installation and interface of the work of this Section with the work of adjacent trades; 4. Manufacturer's current recommended installation procedures which, when reviewed by Engineer, will become the basis for accepting or rejecting actual installation procedures used on the work. 5. Certification from sealant manufacturers that their products are suitable for the use indicated and comply with specification requirements.. B. Samples of sealant for color selection and approval. 1.03 MANUFACTURERS Approved Product Manufacturers as listed but not limited to: Dow Corning Corporation, Pecora Corporation, Sika Corporation, Tremco Incorporated, or Sonneborne. PART 2 — PRODUCTS 2.01 MATERIALS • A. Accessories 1. Backer Rod: Minimum 'is -inch diameter greater than joint width for joints less than 1/4-inch wide. Use 1 -inch diameter rod for joints 3 /4 -inch wide. Use Sonofoam as manufactured by Sonneborn Contech, Ethafoam SB as manufactured by Dow Chemical U.S.A., or equal. C3007 -1/6 08/03/2004 B. Elastomeric Sealants 1. Sealant Type A: a. For exterior joints in vertical surfaces and non - traffic horizontal surfaces such as, but not limited to: 1) Control and expansion joints in cast -in -place concrete. 2) Joints between architectural precast concrete units. 3) Control and expansion joints in unit masonry. 4) Butt joints between metal panel. 5) Joints between marble or granite. 6) Joints between different materials listed above. 7) Perimeter joints between material listed above and frames of doors, windows, storefronts, louvers and similar openings. 8) Control and expansion joints in ceiling and overhead surfaces. b. Provide single- component or multi - component, low - modulus, non -sag sealant; comply with ASTM C920, Type S or M, Grade NS, Class 25. 2. Sealant Type B: a. For interior joints in vertical surfaces and non - traffic horizontal surfaces such as, but not limited to: 1) Control and expansion joints on exposed interior surfaces of exterior- walls. 2) Perimeter joints on exposed interior surfaces of exterior openings. 3) Joints on precast beams and planks. 4) Perimeter joints between interior wall surfaces and frames of interior doors, window, storefronts, louvers, elevator entrances and similar openings. 5) Trim or finish joints subject to movement. b. Provide single- component or multi- component, low- modulus, non -sag sealant. 3. Sealant Type C: a. For exterior and interior joints in horizontal and sloped traffic surfaces such as, but not limited to: 1) Control, expansion and isolation joints in cast -in -place concrete. 2) Control, Expansion and isolation joints in structural precast concrete units. 3) Joints between architectural' precast concrete paving units. 4) Tile control and expansion joints. 5) Joints between different materials listed above. b. Provide single- component or multi - component, low- modulus, non -sag sealant. Comply with ASTM C920, Type S or M, Grade P or Ns, Class 25. 4. Sealant Type D: C3007 — 2/6 03/03/2004 a. For interior joints in vertical and horizontal surfaces requiring pick - resistant security sealant such as, but not limited to: 1) Control and expansion joints on exposed interior surfaces of exterior walls. 2) Perimeter joints on exposed interior surfaces of exterior openings. 3) Perimeter joints between concrete surfaces and frames of interior doors, windows and elevator entrances. 4) Trim or finish joints subject to minimal movement. b. Provide a single- component or multi - component, non -sag polyurethane sealant. 5. Sealant Type E: a. For exterior and interior joints in vertical and horizontal surfaces of potable water storage areas. b. Provide single- component or multi- component polyurethane sealant certified by National Sanitation Foundation as conforming to the requirements of NSF Standard 61- Drinking Water System Components - Health Effects; comply with ASTM C920, Type S or M, Grade P or NS, Class 25; select color from the NSF listing. 6. Sealant Type F: a. For interior joints in vertical and horizontal surfaces where incidental food contact may occur. b. Provide single component or multi - component sealant complying United States Department of Agriculture (USDA) guidelines for incidental food contact with the cured sealant; comply with ASTM C920, Type S or M, Grade P or NS, Class 25; select color from listing of those approved. 7. Sealant Type G: a. For exterior joints in horizontal concrete surfaces such as airport runways, refueling aprons, highways and other areas subject to fuel spillage. b. Provide multi - component, self - leveling, jet -fuel resistant polyurethane sealant meeting Federal Specification SS- S -200E, Type H. 8. Sealant Type H: a. For exterior vertical joints in Exterior Insulation.and Finish Systems. b. Provide a single- component or multi- component sealant; comply with ASTM C920, Type S or M, Grade NS, Class 25, comply with EIMA 300.01. • o. 9. Sealant Type I: a. For interior or exterior joints in vertical surfaces between laps in fabrications of sheet metal. 10. Sealant Type J: a. For exterior vertical joints under metal thresholds and saddles or as bedding sealant for sheet metal flashing and frames of metal or wood. C3007 — 3/6 08/03/2004 PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. B. Applicator shall examine the areas and conditions under which work of this Section will be performed. 1. Verify conformance with manufacturer's requirements; 2. Report unsatisfactory conditions in writing to the Engineer; 3. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Prepare surfaces to receive sealants in accordance with sealant manufacturer's instructions and recommendations except where more stringent requirements are indicated. B. Thoroughly clean joint surfaces using cleaners approved by sealant manufacturer whether primers are required or not. 1. Remove all traces of previous sealant and joint backer by mechanical methods, such as by cutting, grinding and wire brushing, in manner not damaging to surrounding surfaces. 2. Remove paints from join surfaces except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer. 3. Remove wax, oil, grease, dirt film residues, temporary protective coatings and - - other residues by wiping with cleaner recommended for that purposes. Use clean, white, lint -free cloths and change cloths frequently. 4. Remove dust by blowing clean with oil -free, compressed air. C. Provide joint backer material uniformly to depth required by sealant manufacturer for proper joint design using a blunt instrument. 1. Fit securely •by compressing backer material 25 percent to 50 percent so no displacement occurs during tooling. 2. Avoid stretching or twisting joint backer. D. Provide bond - breaker where indicated or recommended by sealant manufacturer, adhering strictly to the manufacturer's installation requirements. E. Prime joint substrate where required. C3007 — 4/6 08/03/2004 1. Use and apply primer according to sealant manufacturer's recommendations. 2. Confine primers to sealant bond surfaces; do not allow spillage or migration onto adjoining surfaces. F. Taping: 1. Use masking tape where required to prevent sealant or primer contract with adjoining surfaces that would be permanently stained or otherwise damaged by such contact or the cleaning methods required for removal. 2. Apply tape so as not to shift readily and remove tape immediately after tooling without disturbing joint seal. 3.03 INSTALLATION A. Provide the approved sealant system where shown on the Drawings, and in strict accord with the manufacturer's recommendations as approved by the Engineer. B. Install sealants immediately after joint preparation. C. Mix and apply multi- component sealants in accord with manufacturer's printed instruction. D. Install sealants to fill joints completely from the back, without voids or entrapped air, using proven techniques, proper nozzles and sufficient force that result in sealants directly contacting and fully wetting joint surfaces. E. Install sealants to uniform cross - sectional shapes with depths relative to joint widths that allow optimum sealant movement capability as recommended by sealant manufacturer. F. Tool sealants in manner that forces sealant against back of joint, ensures firm, full contact at joint interfaces and leaves a finish that is smooth, uniform and free of ridges, wrinkles, sags, air pockets and embedded impurities. 1. Dry tooling is preferred; tooling liquids that are non - staining, non - damaging to adjacent surfaces and approved by sealant manufacturer may be used if necessary when care is taken to ensure that the liquid does not contact joint surfaces before the sealant. 2. Provide concave tooled joints unless otherwise indicated to provide flush tooling or recessed tooling. N `` 3. Provide recessed tooled joints where the outer face of substrate is irregular. G. Remove sealant from adjacent surfaces in accord with sealant and substrate manufacturer's recommendations as work progresses. C3007 — 5/6 08/03/2004 H. Protect joint sealants from contact with contaminating substances and from damage. Cut out, remove and replace contaminated or damaged sealants, immediately, so that they are without contamination or damage at time of substantial completion. 3.02 MEASUREMENT AND PAYMENT No separate 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. 0 0 C3007 — 6/6 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 12002 "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 - 1/11 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 otrench 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 - 2/11 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 `B" Bedding as shown in this item. 2. Waterline Construction - PVC pipe shall be installed using Class "C" 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 - 3/11 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 o 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 - 4/11 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 - 5/11 10/13/2005 2.08 CLEAN -UP Remove from site of work, and from public and private property, temporary structures, rubbish, and waste materials, including excess excavated materials. Dispose of surplus earth as shown on PLANS. Complete cleanup not greater than 500 feet behind pipe laying operation. Pipe- laying operation to be suspended temporarily if complete clean up is further behind than 500 feet. 2.09 MEASUREMENT AND PAYMENT A. For Gravity Pipelines: Measure by linear foot from center of manhole to center of manhole to center of manhole, exclusive of pipe installed in tunnel or augered hole construction, special structures, or other special sections, along pipe of size and at depth installed. Measure depth at manholes, at intervals not to exceed 50 feet between manholes, and at breaks in profile of natural ground from flow line of pipe to natural ground surface over center or pipe. Pay for gravity pipelines, furnished, installed, and measured as stated, at Contract unit prices bid for size and depth measured. B. For Pressure Pipelines: Measure by linear foot from center line of fitting to center line of fitting, exclusive of pipe installed in tunnel construction, special structures, or other special sections, along pipe of size and type installed. If depth of cut is shown on PROPOSAL, measure depth at intervals not to exceed 50 feet and at breaks in profile of natural ground from flow line of pipe to natural ground surface over center of pipe. If depth of cut is not shown on PROPOSAL, no consideration made for depth at which pipe is installed. Pay for pressure pipelines, furnished, installed and measured as stated, at Contract unit prices bid for size and type (and depth, if shown of PROPOSAL) measured. C. Concrete Blocking: No separate payment for concrete used for blocking, backing, encasement, or embedding. D. Rock Excavation: No separate payment for rock excavation when rock is encountered in trenching operation. E. Concrete Curbs, Gutters, and Sidewalks: Measured concrete used in repairing curbs, gutters, and sidewalks by cubic yard in place. Pay for concrete used in repairing curbs, gutters, and sidewalks, measured as stated in Contract unit prices bid for "Extra Concrete" of class installed. F. Street and Driveway Surfacing: As per applicable Item of TECHNICAL SPECIFICATIONS or PLANS. J2001 - 6/11 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. • O \ J2001 - 7/11 10/13/200 • TRENCH WIDTH 1 NOTES FOR ORDINARY BEDDING VX / / /,/,\/ /// A - B PARAGRAPH A 2C DANCE WITH B - BACKFILL WITH FIRMLY TAMPED PARAGRAPH 2.060. j W ' PIPE LESS THAN 30 -INCH 5 a MAX. 1' -6 ° +0 / MIN. V-0"+0 PIPE 30 -INCH AND LARGER MAX. 2' -0 " +0 MIN. 1' -4 " +0 • N 4 • m \\ / \ \ / \ \' `\ • FIRM SOIL Ai GRADE 1/_ DIA • '`-. ORDINARY BEDDING N.T.S. • J2001 - 8/11 • 10/13/200'5 • TRENCH NOTE I WIDTH 1 1. USE FOR ALL STORM SEWERS. 2. USE FOR ALL SANITARY SEWERS WHERE SPECIFIED ON PLANS. , / 4/ j / 3. USE A N C - STABILIZED WHEN CALLED BACKFILL IN FOR IN PLANS OR TECHNICAL SPECS. s PIPE LESS THAN 30 -INCH o PIPE 30 -INCH AND LARGER MAX. 2' -0 " +0 MIN. 1' -4 - +0 P I PLL ON B &S N NOTES FOR CLASS "A" REDOING (.... EE A - CBE O R E STABILI SAND PLACED \ \ il /nii v BEFORE PIPE IS LAID UP TO FLOW LINE OF PIPE OR MINIMUM DEPTH / OF 4". B - CEMENT - STABILIZED SAND, THOROUGHLY m COMPACTED in PLACE AFTER PIPE IS / LAID. a: C - SELECT FILL PLACED SAME DAY AS \\ i \\ \ C MENT -S ABILIZED PIPE IS LAID. BACKFILL IN ACCORDANCE \ \ SAND WITH PARAGRAPH 2.06C 2••MI -4"M IN. D - SELECT FILL PLACED NEXT DAY (0R LATER) AFTER PIPE IS LAID. BACKFILL IN ACCORDANCE WITH PARAGRAPH 2 061 ' CLASS "A" BEDDING N.T. S. O J2001 - 9/11 10/13/2005 * TRENCH 7. WIDTH 1 /� \4 ////,// , ,_ \ r/ a • NOTES FOR CL " B ED D I N G A - 6ACKFILL IN ACCORDANCE WITH ITEM No. J A RTICLE 2 .06 PARA. �p 8 - BACKFILL WITH FIRMLY TAMPED SELECT FILL IN ACCORDANCE WITH ":'1?,':°`` ,`•:;;;':;:a,•d` N. THIS DETAIL AND ITEM No J2001, PVC PIPE 6 •'•` -O ''" ri.. ARTICLE 2.06 PARA.C. ..:�,_..../ �;�.o� > <; a0 * PIPE LESS THAN 30 -INCH SELECT FILL / 1 Q:: MAX. 1' -6 " +0 ',,,, � . MIN. 1' -0 " +0 • +��' PIPE 30 -INCH AND LARGER MAX • . 2' -0 " +0 , °a' " 1. ,'. :Q ° `f; d• MIN. 1' -4' +0 i /\\ /\\/ ` FIRM P, DE SELECT FILL BEDDING MATERIAL SHALL CONFORM TO THE FOLLOWING GRADATION. PERCENT, BY DRY WEIGHT, PASSING EACH SIEVE (U.S. STANDARD), SQUARE OPENING --- -- SIEVE SIZE % PASSING 1 1/2" 100 1" 95 -100 1/2" 25 -60 #4 0 -10 - #8 0 -5 (ONE TYPE OF MATERIAL MEETING THIS GRADATION IS COMMONLY REFERRED TO AS "No. 57 BAHAMA STONE ") • CLASS "BH BEDDING • - N.T.S. J2001 - 10/11 • 10/13/2005 • * TRENCH WIDTH • //> i \\////>, j NOTES A - BACKFILL IN ACCORDANCE WITH /� ARTICLE 2.06 PARA. D. B - BACKFILL WITH FIRMLY TAMPED BANKSAND IN ACCORDANCE WITH THIS DETAIL AND ARTICLE 2.06 PARA. C. PVC PIPE BANKSAND t'.. \/\\ \ // ... A GRADE - - -- __ CLASS °'C" BEDDING • • N.T.S. • • • J2O01 - 11/11 • ,�� e Std. 08/03/2004 ITEM NO. J3001B - STORM SEWER MANHOLES PART 1- .GENERAL 1.01 DESCRIPTION A. Scope: This item governs for construction of reinforced concrete manholes for storm sewer lines. B. Work Specified Elsewhere: 1. Reinforcing Steel: Item No. B3001 - "Reinforcing Steel." 2. Concrete: Item No. B1001 - "Concrete." 3. Sewer Pipe and Fitting: See applicable Item for type used, or as shown on PLANS. PART 2 - PRODUCTS 2.01 MATERIALS A. Cast Iron. ASTM A -48, Class No. 20 grey cast iron. Make cast iron manhole frames and covers to dimensions shown on detail drawings. Castings shall be free from sand, blow holes or other defects. Machine bearing surfaces of frames and covers to obtain even bearing. Cast wording "Storm Sewer" on cover. B. Mortar. ASTM C -270, Type M using Portland Cement. C. Aggregate for Mortar. ASTM C -144. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. Construct manholes on concrete foundations of shape and size indicated on PLANS. Construct to line and grade and at locations shown on PLANS or as directed by Engineer. Terminate storm sewer pipes and,leads such that. ends of pipe protrude inside of manhole. Cut pipe ends flush with inside of ma' hole and point up irregularities with mortar. B. Backfill all manhole excavations located within 5 feet of existing or future pavement with cement - stabilized sand to a point one (1) foot below top of pavement or natural ground, whichever is higher. For manholes located in other areas, backfill with trench excavated material. Compact layers in 12 -inch lifts to a density equal to that J3001B - 1/3 Std. 08/03/2004 of the surrounding soil. 3.02 MEASUREMENT AND PAYMENT A. Measure "Standard Storm Sewer Manholes" per each being 0' -8' in depth. Measure "Extra Depth on Standard Storm Sewer Manhole per foot over 8 foot depth. B. Pay for "Standard Storm Sewer Manhole" at Contract unit price per each. When indicated in the PROPOSAL, pay for "Extra Depth on Standard Storm Sewer Manhole" at Contract unit price per foot. J3001 B - 2/3 Std. 08/03/2004 • • • MANHOLE FRAME AND COVER h2'� I4 22" r///// / / / / /// // / % / /// / %/H /f%� Rxw 30" SECTION SHOWING MANHOLE FRAME AND COVER STANDARD MANHOLE CASTING N.T.S. \ \ MANHOLE FRAME & COVER NEENAH FOUNDRY COMPANY NONTRAFFIC - R- 1711 -B HEAVY USE - R-1711--A ENO OF ITEM J3001B - 3/3 10/13/2005 ITEM NO. J3006 - CEMENT - STABILIZED SAND BACKFILL PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the furnishing and installation of Cement - Stabilized Sand Backfill as shown on PLANS or as indicated in other items of the TECHNICAL SPECIFICATIONS. B. Related Work Specified Elsewhere: Per Item No. J2001 - "Construction of Underground Lines" for compaction requirements for sanitary sewers, storm sewers, and waterlines. PART 2 - PRODUCTS 20.1 MATERIALS A. Aggregate: Use sand containing deleterious materials not to exceed the following requirements, by weight. Material removed by decantation 5.0% Clay lumps 0.5% Other deleterious substances such as coal, shale, coated grains of soft flaky particles 2.0% Gradation Requirements: Retained on 3 1s -inch sieve ° 0 Retained on '/a -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. R. "Extra Cement- Stabilized Sand Eackfill," when approved by Engineer, to be measured by cubic yard compacted in place. Pay for "Extra Cement - Stabilized Sand I3ackfill" at Contract unit price bid. J3006 - 2/2 Std. 02/01/2005 3. When pipe is correctly aligned, remove outside wrapper on gasket and pull or push pipe "home" with sufficient force to cause evidence of squeeze -out of gasket material on inside or outside around complete pipe joint circumference. Remove joint material pushed out into interior of pipe joint circumference. Remove joint material pushed out into interior of pope that would tend to obstruct flow. (Pipe to be pushed or pulled "home" in a straight line with all parts of pipe on line and grade at all times). 4. When atmospheric temperature is below 60 degrees F, warm plastic joint seal gasket to above 70 degree F. Apply gasket immediately to pipe joint prior to placing pipe in trench, followed by connecting to previously laid pipe. C. Jointing- Cold Compound Joint Material 1. Bell and Spigot Pipe: Clean and dry inside of pipe bells and outside of spigot ends, and coat completely with joint primer. Allow primer to dry before pipe is laid; pipes 24 inches and larger to be primed at factory. Apply fillet of compound on inside of bell. Shove pipe spigot "home" and firmly caulk a sufficient length of dry twisted jute into compound. Jute to fill one -fourth the bell depth. Fill remaining three- fourths of bell depth leaving no voids. Form a fillet with compound sloping 45 degrees from outer edge of bell to barrel of the inserted pipe. 2. Tongue and Groove Pipe: Clean and dry both ends of pipe, and coat with primer all surfaces that will be in contact with compound. Allow primer to dry before pipe is laid; pipe 24 inches and larger to be primed at factory. After pipe has been set to proper position in trench, apply 1 /2- inch -thick layer of compound on groove end of pipe coving two - thirds of joint face around entire circumference. Shove tongue end of pipe "home" to make tight joint. Leave no ridges of compound projecting in pipe barrel. Install band of compound completely around exterior of pipe joint; dig "bell hole" in trench to accommodate band. Band to be at least 3/4 inch thick at center, and taper to pipe approximately 3 inches each side of center. 3.02 MEASUREMENT AND PAYMENT Measurement and payment made in accordance with Item No. J2001 - Construction of Underground lines. . • J3011 - 3/3 Std. 10 /13/2005 ITEM NO. J3016 - INLETS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Construction concrete inlets to type, shape, size, line, grade, and location(s) shown on PLANS. B. Related work as specified in Item No. J2001 - "Construction of Underground Lines ", Item No. J3011 - "Reinforced Concrete Pipe ", Item No. B1001 - "Concrete ", or as called for on PLANS, or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Steel: Grade 60 deformed bars conforming to ASTM A615. B. Cast Iron: Per ASTM A48. Make frames and covers to dimensions indicated on PLANS, free from sand or blow holes or other defects. Machine bearing surfaces of frames and covers to obtain even bearing.. C. Concrete: Ready -mixed concrete conforming to ASTM C94. PART 3 - EXECUTION 3.01 CONSTRUCTION Construct inlets to line and grade at locations shown on PLANS. Cut inlet leads flush with inside face of inlet wall and point up with mortar. Shape invert with grout or mortar as shown on detail drawings in the PLANS. Backfill excavation adjacent to inlet with cement - stabilized sand within 12 inches of proposed finished grade or bottom of pavement .Remainder of fill behind curb to be select material from trenching or other operation or as indicated on the PLANS. Bring tamped backfill to grade and compact to a density of 95 percent of maximum in accordance with ASTM D698. 3.02 MEASUREMENT AND PAYMENT A. Measure "Inlets" per each type indicated in the PROPOSAL and shown on PLANS. The standard depth of "Inlet" is 4.0 feet measured from invert to top of inlet. Measure "Extra Depth on Inlet" per foot of depth or fraction thereof in excess of 4.0 feet as stated above. B. Pay for "Inlet" at Contract unit price bid for individual type or stage inlet construction. When indicated in the PROPOSAL, pay for "Extra Depth on Inlet" at Contact unit price bid for individual type or stage of inlet construction, complete in place. This J3016 - 1/2 Std. 10/13/2005 payment in addition to payment for standard depth "Inlet" of individual type. Such payment shall be full compensation for all work described herein. \ J3016 - 2/2 Std. 02/01/2005 ITEM NO. J3011 - REINFORCED CONCRETE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish labor, materials, equipment, supplies, supervision, and tools. Perform operations with the furnishing and jointing or reinforced concrete pipe. B. Reference Standards: Reinforced concrete pipe and jointing to meet requirements as specified under ASTM C76, ASTM C443, and Federal Specifications SS- S -210A- 84 as listed hereinafter. C. Related Work Specified Elsewhere: Item No. J2001 - "Construction of Underground Lines" or as called for on PLANS or specified elsewhere in this or other Technical Specifications PART 2 - PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Reinforced Concrete Pipe 1. Conform to ASTM C76 of class as shown on PLANS 2. Pipe " "Wye" and "Tee" Fittings: Same class as adjacent joint of pipe and conforming to ASTM C76. Use bell end of branch opening on "Wye" and "Tee" fittings. 3. Pipe: Pipe to be manufactured using machined metal rings forms of heavy design to ensure accurate and concentric joints. Rings to remain on pipe sufficient period of time after manufacture so as to hold true design dimension. Planes at ends of pipe to be perpendicular to longitudinal axis _ with opposite sides of pipe not to vary in length more than 3/16 inch. Variance of annular space between inside of bell and outside of spigot at gasket seat not more than 1/16 inch. Each joint of pipe to be checked at plant; ship only joints of pipe meeting these TECHNICAL SPECIFICATIONS. B. Jointing Material • 1. General See PLANS for type joint material except where used as sanitary sewer. 2. Rubber Gasket: Required for sanitary sewers. As specified under ASTM C443. Use lubricants of flax soap or equal. Mineral lubricants not permitted. 3. Preformed Plastic Gasket: Use for storm sewers only. Use RAM -NEK J3011 - 1/3 Std. 02/01/2005 Preformed Plastic Gasket meeting requirements of Federal Specifications SS- S- 210A- 7 -2 -84, "Sealing Compound Prefosnled 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. Can and dry surface before primer is applied. 2. Before lying pipe in trench, attach plastic sealer around tapered tongue or spigot end of each pipe joint. Remove paper wrapper from one side only of the two -piece wrapper on gasket and press firmly to clean, dry, pipe joint surface. Do not remove outside wrapper until immediately before pushing pipe into final position. J3011 - 2/3 Std. 02/01/2005 3. When pipe is correctly aligned, remove outside wrapper on gasket and pull or push pipe "home" with sufficient force to cause evidence of squeeze -out of gasket material on inside or outside around complete pipe joint circumference. Remove joint material pushed out into interior of pipe joint circumference. Remove joint material pushed out into interior of pope that would tend to obstruct flow. (Pipe to be pushed or pulled "home" in a straight line with all parts of pipe on line and grade at all times). 4. When atmospheric temperature is below 60 degrees F, warm plastic joint seal gasket to above 70 degree F. Apply gasket immediately to pipe joint prior to placing pipe in trench, followed by connecting to previously laid pipe. C. Jointing- Cold Compound Joint Material 1. Bell and Spigot Pipe: Clean and dry inside of pipe bells and outside of spigot ends, and coat completely with joint primer. Allow primer to dry before pipe is laid; pipes 24 inches and larger to be primed at factory. Apply fillet of compound on inside of bell. Shove pipe spigot "home" and firmly caulk a sufficient length of dry twisted jute into compound. Jute to fill one -fourth the bell depth. Fill remaining three - fourths of bell depth leaving no voids. Form a fillet with compound sloping 45 degrees from outer edge of bell to barrel of the inserted pipe. 2. Tongue and Groove Pipe: Clean and dry both ends of pipe, and coat with primer all surfaces that will be in contact with compound. Allow primer to dry before pipe is laid; pipe 24 inches and larger to be primed at factory. After pipe has been set to proper position in trench, apply 1/2-inch-thick layer of compound on groove end of pipe coving two - thirds of joint face around entire circumference. Shove tongue end of pipe "home" to make tight joint. Leave no ridges of compound projecting in pipe barrel. Install band of compound completely around exterior of pipe joint; dig "bell hole" in trench to accommodate band. Band to be at least 3/4 inch thick at center, and taper to pipe approximately 3 inches each side of center. 3.02 MEASUREMENT AND PAYMENT Measurement and payment made in accordance with Item No. J2001 - Construction • of Underground lines. J3011 - 3/3 Std. 10/08/2008 • ITEM NO. K3015 - FLEXIBLE BASE, CRUSHED STONE PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work: Furnish and install a base course of crushed stone, constructed on a prepared subgrade, and conforming to the lines, grades, thickness, and typical sections shown on PLANS and per the TEXAS DEPARTMENT OF TRANSPORTATION 2004 STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS AND BRIDGES. PART 2 — PRODUCTS Obtain material from approved sources and consisting of durable particles of stone with approved binder materials. Submit samples for testing. Processed material, when properly staked and tested by standard laboratory methods, to meet following requirements: TABLE 1 MATE!' : AL REQUIREMENTS • Property Test Method Grade 1 Grade 2 Grade 3 Grade 4 Master gradation sieve • size (% retained) 2 -1/2 in. _ 0 0 1 -3/4 in 0 0- -10 0-10 As shown Tex -110 -E 10 -35 7/8 in. - on the plans __ 3/8 in. — 30 -50 _ - - No.4 45 -65 45 -75 45 -75 No. 40 70 -85 60 -85 50-85 As shown Liquid limit, % max.' Tex -104 -E 35 40 40 on the plans As shown Plasticity index, max.I Tex -106 -E 10 12 12 on the plans Plasticity index, min.' As shown on the plans • Wet ball mill, % max.2 40 1 45 - I . . Wet ball mill, % max. Tex -116 -E As shown increase passing the 20 20 - on the plans No. 40 sieve As shown • Ciassification3 1.0 1.1 -2.3 - on the plans Min. compressive Tex -117 -E • strength 3 , psi ` As shown lateral pressure 0 psi 4 �5 - on the plans ` lateral pressure 15 psi 175 175 - 1. Determine plastic index in accordance with Tex -107 -E (linear shrinkage) when liquid limit is unattainable as defined in Tex - 104 -E. 2. When a soundness value is required by the plans, test material in accordance with Tex- 411 -A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the plans. K3015 - 1/3 • Std. 10/08/2008 MATERIAL TYPES. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following. TYPE A Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. TYPE B Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. TYPE C Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex - 460 -A, Part I. Blending of 2 or more sources is allowed. TYPE D Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.A.3.b, "Recycled Material (Including Crushed Concrete) Requirements," and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. TYPE E As shown on the plans. PART 3 — EXECUTION 3.01 CONSTRUCTION METHODS A. Preparation: Finish subgrade preparation in conformance with typical sections shown on PLANS and other applicable items of Technical Specifications prior to delivery of base course. B. Placement and Compaction: Deliver material in approved vehicles of uniform capacity. Spread and shape material deposited on same day to thickness and cross section that will provide required minimum thickness and sectio4fter compaction. In 11e event inclement weather or other unforeseen circumstances render impractical spreading of material during first 24 -hour period, scarify and spread material as required. Sprinkle material, if required and blade, drag and shape to conform to typical sections as shown on PLANS. Correct or remove and replace areas and "nests" of segregated coarse or fine material with well - graded material. Then sprinkle coarse as required and compact to extent necessary to provide a minimum of 95 percent K3015 -2/3 Std, 10/08 /2008 AASHTO T 180 -74 density at or near optimum moisture content. Compact full depth of flexible base as shown on PLANS to the extent necessary to remain firm and stable under construction equipment. After each section of the flexible base is completed, tests as necessary. If the materials fail to meet density requirements, rework as necessary to meet requirements. Throughout entire operation, shape coarse by blading. Surface upon completion to be smooth and conform to typical section shown on PLANS and to establish lines and grades. Correct all irregularities, depressions or weak spots immediately by scarifying the areas affected, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. If base coarse, due to any reason or cause, loses required stability, density and finish before the surfacing is complete, recompact and refinish at the sole expense of the Contractor. Use sheep foot, steel or pneumatic rollers, or a combination for compacting the material to the density previously indicated. Start rolling operations as soon as possible after material is spread. Roll longitudinally with subgrade and, if required by Engineer, roll diagonally or crosswise to direction of first rolling. Roll until material is firmly and uniformly compacted and does not yield or move when the roller is operated over base course. Remove and replace any material that will not compact as outlined above. After base material has been firmly compacted, sprinkle with water and slush roll. Sprinkle and slush roll until surface is sealed and hard, and acceptable to Engineer. Cure base course for a minimum of 72 hours prior to surface course application. 3.02 MEASUREMENT AND PAYMENT A. Measure by square yard at thickness specified on PLANS. Any compacted base found not meeting this thickness to be removed and replaced at sole expense of Contractor. B. Pay for "Crushed Stone Flexible Base" Contract unit price per square yard, Complete in Place, which price shall be full compensation for furnishing all materials, equipment, labor, tools, water and incidentals necessary to complete work • K3015 - 3/3 08/03/2004 ITEM NO. K3109 - TRAFFIC AND ZONE MARKING PAINT PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: This Item governs for pavement marking for roadways, crosswalks, parking lots, and other locations shown on PLANS. B. Work Specified Elsewhere: Striping location, color of paint, and length and width of stripe to be as shown on PLANS. PART 2 - PRODUCTS 2.01 MARKING PAINT Manufacturer: Mobil 18-W -7 white, 18-Y -7 yellow; Pittsburgh 11 -3 white, 11 -4 yellow. PART 3 - EXECUTION 3.01 MARKING APPLICATION A. Surface Preparation: Surfaces to be thoroughly dry and free from dirt, loose paint, oil, grease, or other contaminants. Remove dust or dirt by scrubbing brush or hosing. Paint only in dry weather. B. Application: Use brush, marking machine, roller, conventional or airless spray .. _ equipment. Spray equipment to be clean and free of all other previous paint and solvent to ensure proper application. Paint to be applied per paint manufacturer's recommendations with a minimum of 2.0 dry mil thickness. Traffic to not be allowed on striping until paint is completely dry. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices for items of which this work is a component part. K3109 - 1/1 10/13/2005 ITEM NO. K3114 - CONCRETE CURB AND GUTTER PART 1 - GENERAL 1.01 DESCRIPTION Furnish and install concrete curb and gutter, of cross section shown on PLANS, with or without reinforcing steel on an approved subgrade or foundation in accordance with lines and grades indicated on PLANS PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Per Item "Concrete" or Concrete Construction" Class "A ". B. Reinforcing Steel: Billet -steel bars, in accordance with ASTM A615 -70, Grade 40, unless otherwise specified. C. Premolded Expansion Joint Filler: In accordance with ASTM DI752 -67, Type II, unless otherwise specified. D. Membrane Curing Compound: Resin base compound, in accordance with ASTM C309 -74, Type 1 with light red tint of fugitive dye or Type I1, white pigmented. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. Subgrade or Foundation: Excavate, shape and compact to line, grade, cross section and densities shown on PLANS. Maintain drainage of subgrade or foundation at all times. Test subgrade or foundation with approved template operated and maintained by Contractor. If dry, subgrade to be sprinkled lightly immediately prior to concrete being placed thereo\ B Formed Curb and Gutter 1. Setting Forms: Set forms on compacted subgrade or foundation. Outside forms tobe of wood or metal, straight, free of warp and of depth equal to curb and gutter. Forms to be securely staked to line and grade and maintained in true position furing placement of concrete. Inside forms to be of such design to provide curb K3114 -1/3 10/13/200 required and to be rigidly attached to outside forms. Mule of proper size and shape may be used in lieu of inside curb forms. 2. Concrete Placement a. Deposit concrete on compacted subgrade or foundation in such manner as to require as little rehandling as possible. b. Curb and gutter to be poured in sections of the lengths indicated on the • PLANS. Each section to be separated by premolded joint of cross section specified for curb and gutter and of thickness indicated on PLANS. c. After concrete has been struck off and after it has become sufficiently set, expose surface to be thoroughly worked with wooden float. Exposed edges to be rounded by use of edging tool to radius shown on PLANS. 3. Removing Forms: Leave forms in place for at least 12 hours. Remove without injury to concrete. Point up all exposed honeycombed areas with approved mortar. C. Extruded Curb and Gutter 1. Construct curb and gutter with standard extrusion machine. 2. Maintain top of curb grade from guideline set by Contractor from established survey marks. Unless otherwise specified, top of curb grade to parallel finished roadway surface grade or foundation grade. Continually check top of curb grade by means of gage or pointer attached to machine in such manner that comparison can be made between curb and guideline. 3. Curb and gutter outline to strictly conform to details shown on PLANS. Extruder to be readily adjustable vertically during forward motion of machine to provide required variable height of curb necessary to conform to established gradeline or curb dimensions, gutter depressions, etc. 4. Feed approved mix into machine in such a manner and at such constancy that finished curb and gutter will present well compacted mass with surface free from voids and honeycomb and true to established shape, line, and grade. 5. Perform additional surface finishing specified immediately after extrusion. Construct specified joints to details shown on PLANS D. Expansion Joints: Place expansion joints of material specified where curb and gutter abuts drives, inlets, or other structures, at all curb returns and in all cases, at intervals not exceeding 40 feet in length. E. Mortar Finish: When required on PLANS, surface of curb to plastered with mortar consisting of one part Portland cement and two parts fine aggregate. Mortar to be applied with template made to conform to curb and gutter dimensions as shown on PLANS. All exposed surfaces of curb and gutter to be brushed to smooth uniform surface. K3114 - 2/3 1 0/13/2005 P. Curing: Cure completed curb and gutter with specified membrane curing compound applied in accordance with manufacturer's recommendations. Apply membrane curing compound immediately after completion of all surface finishing and expansion joint installation. G. Backfill: Area behind curb and gutter to be backfilled to full height of concrete tamped and sloped as shown on PLANS. 3.02 Measurement and Payment A. Measure concrete curb and gutter by the linear foot of completed and accepted curb and gutter, complete in place and classified by size or type as indicated on PLANS. B. Pay for work performed and materials furnished as prescribed by this Item and measured as provided above at Contract unit price for "Concrete Curb and Gutter: of the type and size specified, which price to be full compensation for cleaning the subgrade or foundation, furnishing and applying curing compounds, mortar, adhesives, or other material; furnishing and placing reinforcing steel, if required, for placing joints in proper position, and for all manipulations, labor, equipment, appliances, tools, traffic provisions, and incidentals necessary to complete the work. K3114 -3/3 Std. 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, 1993 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 K3303 - 1/7 Std. 10/13/2005 matter occurring either freely in material or as a coating on aggregate. Abrasion of 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, 1993 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'operly 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, 1993 Edition. K3303 - 2/7 Std. 1 0/13/2005 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, 1993 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 moisteied 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 S. 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 hill_ compensation for quarrying, fiirnishing all materials, for all heating, mixing, hauling, placing asphaltic mixture, rolling and finishing, for all labor, tools, equipent, 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 11 fi H g 11 APPENIDIX "A" SECTION 3 MONTHLY COMPLIANCE REPORT 1 a -!/ 4o - Tai General Land Office - T Community Development Block Grant (CDBG) r i I Disaster Recovery Program 1 • `•Ne.sneo •a • I NEW HIRES SECTION 3 M ONTHTLY COMPLIANCE REPORT Reporting Month: 1 Economic Opportunities for Low and Very Low- Income Persons This form is distributed to the General Contractor (GC) at the Pre- Construction Meeting. GC is also required to provide this form to any subcontractor firms I that they anticipate hiring for this project. CONTRACTOR INFORMATION I Name of Business: Address of Business: Authorized Representative for this contract: Authorized Signatory: ADDITIONALLY, PLEASE REVIEW AND COMPLY WITH STEPS 1 - 3 BELOW: 1. You must sign and date this form for the each applicable reporting month in connection with awarded project and deliver to: 2 W hen you hire a Section 3 resident in connection with this project, you must also complete this form and submit it to the Section 3 Coordinator identified above, Even if there were no new hires this form must be completed and submitted to the Section 3 Coordinator identified above. . ❑ I have not hired any new employees during the reporting Month specified. I have hired I I Section 3 employess and /or non-Section 3 employees during the reporting month shown here. The following is a list of the new hires and the trades: e New Hire Name Job Category!Trade Full-time? Yes or No 1. 2. P 3 L;I 4. `r APPENDIX A I have taken one or more of the following recruitment steps to hire a Section 3 Resident with the highest training and employment priority ranking. Provide a brief description of actions taken: I have taken steps to find a Section 3 Resident in the applicable targeted areas where the project(s) /assistance will take place. List areas: 1 1 ❑ Placed signs or posters at prominent places in each of the above listed areas. Photographs were taken to document this action, I have advertised to fill vacancy(ies) at the site(s), where work is taking place, in connection with this project. List advertisements (name publication, e.g. Work in Texas, Houston Chronicle, andtor website(s): ❑ Distributed employment flyers to the administrative office of the local Public Housing Authority. ❑ Provided notice of positions available to the Texas Workforce Commission for potential applicants. Provide copy of notice. ❑ Contacted employment referrals or Youthbuild Program referrals, List contacts: _— ❑ Contacted with applicable parties to ensure that any HUD Youthbuild programs currently operating in the project(s) area/ assistance will take place. ❑ Kept a log of all applicants and indicate the reasons why Section 3 Residents who applied were not hired. ❑ Retained copies of any employment applications completed by public housing, Section 8 certificate or voucher holders or other Section 3 Residents, ❑ Sent anotice about Section 3 training and employment requirements and opportunities to labor organizations or to worker representatives with whom our firm has a collective bargaining or other agreement. 3. Verification ❑ I have attached proof of all checked items, Authorized Name and Signature Date/Time Field Text • Attested By: In >;� i y'i APPENDIXA n n APPEN ®IX ‘cB' ATTORNEY'S REVIEW CERTIFICATION El ATTORNEY'S REVIEW CERTIFICATION 1, the undersigned, the duly authorized and do hereby acting legal representative of the certify as follows: I have examined the attached contract(s) and surety bonds and am of the opinion that each of the agreements may be duly executed by the proper parties, acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties; and that the agreements shall constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Attorney's signature: Date: Print Attorney's Name: 1 1 1 G,? 1 1 01 tl ?,..a 2009 TxCDBG Project Implementation Manual Appendix K Appendix B E n Fel APPENDIX "C " REQUEST FOR TIME EXTENSION 1 REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR 1 DATE: , 20 1 MONTH OF: , 20 CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR, TEXAS 77641 -1089 ATTENTION: John Tomplait Interim Public Works Director Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified (list dates actually lost: do not include days not normally worked such as Saturdays, Sundays, or holidays): Dates Lost: ( ) Lost Days / 5 x 7+ Calendar Days Requested Reasons for Request: • 1 Contractor 1 By: Approved for extension of calendar days. • Disapproved. • ,� Date: , 20 CITY OF CITY OF PORT ARTHUR, TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer Contractor CPA Federally Funded 1 1 1 1 1 1 APPENDIX ‘‘D' u iL i. 0 COPELAND ACT REGULATIONS Copeland riot Regulations Title 2 = LA PART 3 — CONTRACT4 RS AND Subtitle A ® Office of the SUBCONTRACTORS ON PUBLIC Secretary of Labor BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART SY LOANS OR GRANTS FROM THE UNITED STATES Sec. minimum wage provisions of the Davis -Bacon 3.1 Purpose and scope Act and the various statutes cleating with 3.2 Definitions Federally- assisted construction that contain 3.3 Weekly statement with respect to payment similar minimum wage provisions, including of wages those provisions which are not subject to 3.4 Submission of weekly statements and the preservation and inspection of weekly Reorganization Plan No. 14 (e.g., the College payroll records. Housing Act of 1950, the Federal Water 3.5 Payroll deductions permissible without Pollution Control Act, and the Housing Act of application to or approval of the Secretary 1959), and in the enforcement of the overtime of Labor. provisions of the Contract Work Hours 3.6 Payroll deductions permissible with the Standards Act whenever they are applicable to approval of the Secretary of Labor. construction work. The part details the 3.7 Applications for the approval of the obligation of contractors and subcontractors Secretary of Labor relative to the weekly submission of statements 3.8 Action by the Secretary of Labor upon regarding the wages paid on work covered applications. 3.9 Prohibited payroll deductions. thereby; sets forth the circumstances and 3.10 Methods of payment of wages. procedures governing the making of payroll 3.11 Regulations part of contract. deductions from the wages of those employed on such work; and delineates the methods of AUTHORITY: The provisions of this Part 3 payment permissible on such work. Issued under R.S. 161, sec. 2, 48 Stat. §48; Reorg. Plan No. 14 of 1950, 64 Stat. 1267, 5 U.S.C. Section 3.2 Definitions. Appendix; 5 U.S.C. 301; 40 U.S.C. 276c. Asa SOURCE: The provisions of this Part 3 appear part: at 29 F.R. 97, Jan. 4, 1964, unless otherwise noted. (a) ) in the The teeems rms do "building" in this ing' or "work" generally include construction activity as _ _ Section 3.1 Purpose and Scope. distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. The terms include, without limitation, buildings, This part prescribes "anti- kickback" regulations structures, and improvements of all types, such egulations under section 2 of the Act of June as bridges, dams, plants, highways, parkways, 13, 1934, as amended (40 U.S.C. 276c), streets, subways, tunnels, sewers, mains, popularly known as the Copeland Act. This powerlines, pumping stations, railways, part applies to any contract which is subject to airports, terminals, docks, piers, wharves, • Federal wage standards and which is for the ways, lighthouses, buoys, jetties, breakwaters, ' " N., construction, prosecution, completion, or repair • of public buildings, public works or buildings or levees, and canals; dredging, shoring, scaffolding, drilling, blasting, excavating, works financed in whole or in clearing, and landscaping. Unless conducted part by loans or grants from the United States. in connection with and at the site of such a The part is intended to aid in the enforcement of the building or work as is described in the foregoing sentence, the manufacture or furnishing of materials, articles, supplies, or equipment (whether or not a Federal or State 7 -55 agency acquires title to such materials, subsidiary or otherwise, and an officer or agent articles, supplies, or equipment during the of such corporation. course of the manufacture or furnishing, or (g) The terra "Federal agency" means owns the materials from which they are the United States, the District of Columbia, and manufactured or furnished) is not a'building" all executive departments, independent or "work" within the meaning of the regulations establishments, administrative agencies, and in this part. instrumentality's of the United States and of (b) The terms "construction,' the District of Columbia, including corporations, "prosecution," "completion," or "repair" mean all all or substantially all of the stock of which is types of work done on a particular building or beneficially owned by the U nited States, by the work at the site thereof, including, without District of Columbia, or any of the foregoing limitation, altering, remodeling, painting and departments, establishments, agencies, and decorating, the transporting of materials and instrumentality's. supplies to or from the building or work by the {29 FR 97, Jan. 4,1964, as amended at 33 FR 32575, Nov. 27, employees of the construction contractor or 1973} construction subcontractor, and the Section 3.3 Weekly statement with manufacturing or furnishing of materials, respect to payment of wages. articles, supplies, or equipment on the site of the building or work, by persons employed at (a) As used in this section, the term the site by the contractor or subcontractor. "employee" shall not apply to persons in (c) The terms "public building" or classifications higher than that of laborer or "public work" include building or work for mechanic and those who are the immediate whose construction, prosecution, completion, supervisors of such employees. or repair, as defined above, a Federal agency (b) Each contractor or subcontractor is a contracting party, regardless of whether engaged in the construction, prosecution, title thereof is in a Federal agency. completion, or repair of any public building or (d) The term "building or work financed or work financed in in whole or . in part by loans or grants from the public work, or building. Unites or work for whole or in part by loans or grants from the nites States" includes building United States, shall furnish each week a whose construction, prosecution, completion, statement with respect to the wages paid each or repair, as defined above, payment or part of its employees engaged on work covered by payment is made directly or indirectly from 29 CFR Parts 3 and 5 during the preceding Funds provided by loans or grants by a Federal weekly payroll period. This statement shall be agency. The term includes building or work for executed by the contractor or subcontractor or which the Federal assistance granted is in the by an authorized officer of employee of the form of loan guarantees or insurance. contractor or subcontractor who supervises the (e) Every person paid by a contractor payment of wages, and shall be on form WH or subcontractor in any manner for his labor in 348, "Statement of Compliance," or on an the construction, prosecution, com pietion, or identical form on the back of WH 347, "Payroll repair of a public buildi ng or public work or (For Contractors Optional Use)" or on any form building or work financed in whete or in part by i loans or grants from the United States is with identical wording. Sample copies of WH "employed" and receiving "wages," regardless 347 and WH 348 may be obtained from the Government contracting or sponsoring agency, of any contractual relationship alleged to exist and copies of these forms may be purchased betweenPiim and the real employer. at the Government Printing Office. (f) The term "any affiliated person" (c) The requirements of this section includes a spouse, child, parent, or other close shall not apply to any contract of $2,000 o r relative of the contractor or subcontractor; a less. partner or officer of the contractor or (d) Upon a written finding by the head subcontractor; a corporation closely connected of a Federal agency, the Secretary of Labor with the contractor or subcontractor as parent, may provide reasonable limitations, variations, 56 7 tolerances, and exemptions from the (a) Any deduction made in compliance requirements of this section subject to such with the requirements of Federal, State, or conditions as the Secretary of Labor may local law, such as Federal or State withholding specify. income taxes and Federal social security (29 F.R. 95, Jan. 4,1964, as amended at 33 F.R. 10186, July taxes. 17, 1988} (b) Any deduction of sums previously Section 3.4 Submission of meekly pall to the employee as a bona fide statements and the preservation and prepayment of wages when such prepayment ins action of weekly is made without discount or interest. A "bona p y payroll records, fide prepayment of wages" is considered to (a) Each weekly statement required have been made only when cash or its under §3.3 shall be delivered by the contractor equivalent has been advanced to the person or subcontractor, within seven days after the employed in such manner as to give him complete freedom of disposition of the regular payment date of the payroll period, to a advanced funds. representative of a F ederal or State agency In charge at the site of the building or work, or if (c) Any deduction of amounts required there is no representative of a Federal or State by court process to be paid to another, unless, agency at the site of the building or work, the the deduction is in favor of the contractor, statement shall be mailed by the contractor or subcontractor or any affiliated person, or when subcontractor, within such time, to a Federal or collusion or collaboration exists. State agency contracting for or financing the (d) Any deduction constituting a building or work. After such examination and contribution on behalf of the person employed check as may be made, such statement, or a to funds established by the employer or copy thereof, shall be kept available, or shall representatives of em ployees, or both, for the be transmitted together with a report of any purpose of providing either from principal or violation, in accordance with applicable income, or both, medical or hospital care, . procedures prescribed by the United States pensions, or annuiti es on retirement, death Department of Labor, benefits, compensation for injuries, illness, accidents, sickness, or disability, or for (b) Each contractor or subcontractor insurance to provide any of the foregoing, or shall preserve his weekly payroll records for a unemployment benefits, vacation pay, savings period of three years from date of completion accounts, or similar payments for the benefit of of the contract. The payroll records shall set out accurately and completely the name and employees, their families and dependents: address of each laborer and mechanic, his Provided, however, That the following correct classification, rate of pay, daily and standards are met: (1) The deduction is not _ _. weekly number of hours worked, deductions otherwise prohibited by law; (2) it is either: (I) made, and actual wages paid. Such payroll Voluntarily consented to by the employee In records shall be made available at all times for writing and in advance of the period in which inspection by the contracting officer or his the work is to be done and such consent is not authorized re resentative, and b authorized a condition either for the obtaining of or for the p y continuation of en?ploym ent, or (11) provided for representatives of the Department of Labor, in a bona fide collective bargai ning agreement Section 3.5 Payroll deductions between the contractor or subcontractor and permissible without application to or representatives of its employees; (3) no profit approval of the Secretary of labor, or of er benefit is otherwise obtained, directly or indirectly, by the contractor or subcontractor Deductions made under the circumstances or or any affiliated person in the form of in the situations described in the paragraphs of commission, dividend, or otherwise; and (4) this section may be made without application the deductions shall serve the convenience to and approval of the Secretary of Labor: and interest of the employee. (e) Any deduction contributing toward the purchase of United States Defense Stamps 57 7 1 and Bonds when voluntarily authorized by the such consent is not a condition either for the employee. obtaining of employment or Hs continuance; or (0 Any deduction requested by the (2) provided for in a bona fide collective employee to enable him to repay loans to or to bargaining agreement between the contractor purchase shares in credit unions organized or subcontractor and representatives of its and operated in accordance with Federal and employees. State credit union statutes. (36 F.R. 9770, May 28, 19714 (g) Any deduction voluntarily authorized by the employee for the making of Section 3.6 Payroll deductions contributions to governmental or quasi - permissible with the approval of the governmental agencies, such as the American Secretary of Labor. Red Cross. (h) Any deduction voluntarily Any contractor or subcontractor may apply to authorized by the employee for the making of the Secretary of Labor for permission to make contributions to Community Chests, United any deduction not perm itted under §3.5. The Givers Funds, and similar charitable Secretary may grant permission whenever he organizations. finds that: ( Any deductions to pay regular union (a) The contractor, subcontractor, or initiation fees and membership dues, not any affiliated person does not make a profit or including fines or special assessments: benefit directly or indirectly from the deduction Provided, however, That a collective either In the form of a commission, dividend, or bargaining agreement between the contractor otherwise; or subcontractor and representatives of its (b) The deduction is not otherwise employees provides for such deductions and prohibited by law; the deductions are not otherwise prohibited by (c) The deduction is either (1) law. voluntarily consented to by the employee in U) Any deduction not more than for the writing and in advance of the period in which "reasonable cost" of board, lodging, or other the work is to be done and such consent is not facilities meeting the requirements of section a condition either for the obtaining of 3(m) of the Fair Labor Standards Act of 1938, employment or its continuance, or (2) provided as amended, and Part 531 of this title. When for in a bona fide collective bargaining such a deduction is made the additional agreement between the contractor or records required under §516.27(a) of this title subcontractor and representatives of its shall be kept. employees; and (k) Any deduction for the cost of safety (d) The deduction serves the equipment of nominal value purchased by the convenience and interest of the employee. employee as his own property for his personal protection in his work, such as safety shoes, Section 3.7 Applications for the approval safety glasses, safety gloves, and hard hats, if of the Secretary of Labor. such equipment is not required by law to be furnished by the employer, if such deduction is Any application for the making of payroll not violative of the F air Labor Standards Act or deductions under §3.6 shall com ply with the prohibited by other law, if the cost on which the requirements prescribed in the following deduction is based does not exceed the actual paragraphs.Q,this section: cost to the employer where the equipment is (a) The application shall be in writing purchased from him and does not include any and shall be addressed to the Secretary of direct or indirect monetary return to the Labor. employer where the equipment is purchased (b) The application need not identify from a third person, and if the deduction is the contract or contracts under which the work , either (1) voluntarily consented to be the in question is to be performed, Permission will employee in writing and in advance of the be given for deductions on all current and period in which the work is to be done and future contracts of the applicant for a period of 58 7 1 year. A renewal of permission to make such Section 3.11 Regulations part of contract, payroll deduction will be granted upon the submission of an application whic h makes All contracts made with respect to the reference to the original application, recites the construction, prosecution, completion, or repair date of the Secretary of Labor's approval of of any public building or public work or building such deductions, states affirmatively that there or work financed in whole or in part by loans or is continued compliance with the standards set grants from the United States covered by the forth in the provisions of §3.6, and specifies regulations in this part shall expressly bind the any conditions which have change d in regard contractor or subcontractor to comply with to the payroll deductions. such of the regulations in this part as may be (36F.R. 9770, May 28, 1971.) applicable. In this regard, see §5.5(a) of this (c) The application shall state subtitle. affirmatively that there is compliance with the standards set forth in the provisions of §3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shall include a description of the proposed deduction, the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would be made. (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor uta.ort applications. The Secretary of Labor shall decide whether or not the requested ded uction is permissible under provisions of §3.6; and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which are not found to be permissible under §3.6 are prohibited. Section 3�0 Methods otRayment of wages. The payment of wages shall be by cash, negotiable instruments payable on dem and, or the additional forms of compensation for which deductions are permissible under this part. No other methods of payment shall be recognized on work subject to the Copeland Act. 59 7 7 1 1 E 1 1 1 1 1 n APPENDIX «E,! SECTION 3 CLAUSE § 135.38 Section 3 clause. All section 3 covered contracts shall include the following clause (referred to as the section 3 clause): A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD - assisted projects covered ' by section 3, shall, to the greatest extent feasible, be directed to low- and very low- income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or ' workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the ' name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations ' in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self - Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be perfonmed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 1 1 s .r. 1 1 1 1 1 1 APPENDIX-"F" GEOTECHNICAL REPORT Tolunay-Wong7 � r , 1 . ea r Engineers, Inc f:. EA -Z. X 311 j r \ GEOTECHNICAL ENGINEERING STUDY . v, ,_- I. 14 STREET `Z.' ' I'' : i F.11 ",-- ROADWAY AND DRAINAGE IMPROVEMENTS F , CITY OF PORT ARTHUR ,`Pt': = ''° - ^ PORT ARTHUR, TEXAS i4 . . ; 4 44- 4 Prepared for: k _.,. ` ' � > : 4,,,,- : Engineers, I nc. i 3 . Arceneaux & Gates Consulting g � � �' ,- � P 3501 Turtle Creek Drive Suite 102 +' ' x . .. .�` "� Port Arthur, Texas 77642 Prepared by: Tolunay -Wong Engineers, Inc. '/ r4V" 2455 West Cardinal Drive, Suite A rt a ;,� _�,' Beaumont Texas 77705` fit' ' • 1 , ' j` � �' `i � • 1 -.--a , , `, g January 18, 2013 I \ +T i fi• 4. Project No. 12.23.351 / Report No. 55865 ` i , '‘ 1 A ' 1 +,. .31.. • G eotechnicaIThngi neer i iij 1. , - / - q , ,, , , - E r e f , .., '. Env Consulting •� \ ti 9i:4 Construction Mater Testin z -0,- 0 Testing Deep F undations .:j ,"k, = . HOUSTON • CORPUS CHRISTI • DALLAS /FORT WORTH O , rh. —; . -.. . BEAUMONT • BATON ROUGE • GAINESVILLE � � ` `• ` " rmW , , % yl uinee s Inc 2455 West Cardinal Drive, Suite A • Beaumont, Texas 77705 • Phone (409) 840 -4214 • Fax (409) 840 -4259 January 18, 2013 Arceneaaux & Gates Consulting Engineers, Inc. 3501 Turtle Creek Drive, Suite 102 Port Arthur, Texas 77642 Attn: Mr. Corey Oldbury, P.E. coldbury(c,agena.com Re: Geotechnical Engineering Study 14 Street Roadway and Drainage Improvements City of Port Arthur Port Arthtu, Texas TWE Project No. 1223.351 / Report No. 55865 Dear Mr. Oldbury, Toltmay -Wong Engineers, Inc. (TWE) is pleased to submit this report of our geoteclniical engineering study for the above referenced project. This report contains a detailed description of the field and laboratory services performed for this study as well as logs of borings including tabulated laboratory test results. Also included in this report are our geotechnical design and construction recommendations for the proposed roadway and drainage improvements planned for 14 Street in Port Arthur, Texas. We appreciate the opportunity to work with you on this phase of the project and look forward to the opportunity to provide additional services as the project progresses. If you have any questions regarding the report or if we can be of further assistance, please contact us. Sincerely, TOLUNAY -WONG ENGINEERS, INC. Texas Board of Professional Engineers Firm Registration No. F- 000124 / � . .F . OO MM lCA J. ' 9SOR- ^4�83ro4CL69Fab' Tyler G. Henmeke, E.I.T. Patrick 3. Kenney, ��13 o Engineering Department Manager Vice President — Sou •..." "- •- Beaumont, Texas Engineering Services ''',:� , TG H /PJ KJtgh • TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1 -1 1.1 Introduction 1-1 1.2 Project Description 1-1 2 PURPOSE AND SCOPE OF SERVICES 2 -1 3 FIELD PROGRAM 3-1 3.1 Test Borings 3 -1 3.2 Drilling Methods 3 -1 3.3 Soil Sampling 3-2 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4 -1 4.1 Laboratory Testing Program 4 -1 5 EXISTING PAVEMENT SECTION 5 -1 6 GEOTECHNICAL RECOMMENDATIONS 6 -1 _ 6.1 Discussion 6 -1 6.2 Trunk Line Drainage System 6 -1 6.3 Roadway Reconstruction 6 -3 7 LIMITATIONS AND DESIGN REVIEW 7 -1 7.1 Limitations 7-1 7.2 Design Review and Construction Monitoring 7-1 7.3 Closing Remarks 7 --I • • • TWE Project No. 12.23.351 Report No. 55865 TABLES AND APPS DFCES TABLES Table 3 -1 Geotechnical Field Program 3 -1 Table 4 -1 Laboratory Testing Program 4-1 Table 5 -1 Thickness Measurements — Existing Pavement Section 5 -1 Table 5 -2 Laboratory Test Results — Pulverized Base Materials 5 -2 Table 5 -3 Laboratory Test Results — Subgrade Soil Samples 5 -2/5 -3 Table 6 -1 Structural Layer Coefficients 6 -5 Table 6 -2 Structural Number Determination — 10 -yr Service Life 6 -6 Table 6 -3 Structural Number Determination — 20 -yr Service Life 6 -6 • APPENDICES Appendix A: Boring Location Plan Drawing No. 11.23.351 -1 Appendix B: TWE Boring Logs B -1 through B -9 and a Key to Terms and Symbols used on Boring Logs Appendix C: Results of Particle Size Distribution Tests ASTM D 422 Appendix D: Results of Moisture - Density Relationship and CBR Tests ASTM D 698 and ASTM D 1883 • TWE Project No. 12.23.351 ii Report No. 55865 • INTRODUCTION AND PROJECT DESCRIPTION 1.1 IntrcductIon This report presents the results of our geotechnical engineering study for the proposed roadway and drainage improvements to 14 Street in Port Arthur, Texas. Our geotechnical engineering study was conducted in accordance with TWE Proposal No. P12 -B218 (Revision 1) dated October 31, 2012 and authorized by Mr. Joe M. Wilson, Jr. of Arceneaux & Gates Consulting Engineers, Inc on November 1, 2012. 1.2 Project Description We understand that Arceneaux & Gates Consulting Engineers, Inc (Client) has been retained by the City of Port Arthur (Owner) to prepare plans and specifications for the proposed roadway and drainage improvements to 14 Street from Woodworth Boulevard to 9 Avenue in Port Arthur, Texas. The project alignment is approximately 0.8 -mi long. The improvements to 14 street will include a reconstructed flexible pavement system and a new trunk line drainage system. The vertical alignment of the roadway will be lowered approximately 1 -ft to accommodate the new trunk line to be installed along the center of the reconstructed roadway. The trunk line will consist of reinforced - concrete drainage pipes placed with a change in flow line elevation of about 3 -ft from Woodworth Boulevard to 9 Avenue. The flow line of the pipes will be placed at a depth of about 6 -ft below existing grade near 9 Avenue and about 9 -ft below existing grade near Woodworth Boulevard. Detailed traffic loading of 14 Street has not been provided. TWE Project No. 12.23.351 1 -1 Report No. 55865 2 PURPOSE AND SCOPE OF SERV CES The purposes of our geotechnical engineering study were to conduct an evaluation of the existing pavement section of 14 Street and to provide geotechnical design and construction recommendations for the planned roadway and drainage improvements. Our scope of services for the project consisted of: 1. Performing test borings within the existing pavement section to determine existing material types, thicknesses and subsurface conditions; 2. Performing standard geotechnical laboratory tests on recovered subgrade soil samples to evaluate the physical and engineering properties of the soils encountered; 3. Performing a moisture - density relationship (Standard Proctor) and California Bearing Ratio (CBR) tests on a composite bulk sample of the recovered subgrade soil to evaluate subgrade support for pavement design purposes; 4. Providing a discussion of our findings from the existing pavement section and subsurface conditions of 14 Street; 5. Developing geotechnical pavement design and construction recommendations for suitable flexible pavement systems; and, 6. Developing geotechnical design and construction recommendations for the planned drainage pipe installation and backfill. Our scope of services did not include any environmental assessment for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air, or water within this project alignment. Any statements in this report or on the boring logs regarding odors, colors, or unusual or suspicious items or conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our geotechnical engineering study. TWE Project No. 12.23.351 2 -1 Report No. 55865 3 FIELD PROGRAM 3.1 T , st Bowl . 6 We conducted an exploration of subsurface soil conditions within the project alignment on November 7, 2012 by performing nine (9) test borings at intervals of approximately 500 -ft to determine the type and characteristics of the existing pavement section. The test borings were completed using truck - mounted drilling equipment. The test boring locations are provided on Drawing No. 12.23.351 -1 in Appendix A of this report. Table 3 -1 below outlines our geotechnical field program performed for the project. ?V 47 tK*.aAf"r6.4:tfeZ 1 1 ,„k z i . � +� „,,x!`. 2, ea }rt.x :.r4.o.3. Test Completion Depth Latitudinal Longitudinal Boring below Existing Grade Coordinate Coordinate B -1 3 -ft 29° 53' 53.60" N 93° 55' 35.10" W B -2 10 -ft 29° 53' 58.00" N 93° 55' 31.50" W B -3 3 -ft 29° 59' 01.30" N 93° 55' 27.90" W B -4 3 -ft 29° 59' 05.50" N 93° 55' 24.30" W B -5 10 -ft 29° 59' 09.80" N 93° 55' 20.00" W B-6 3 -ft 29° 59' 14.40" N 93° 55' 16.10" W B -7 3 -ft 29° 59' 17.70" N 93° 55' 12.50" W B-8 10 -ft 29° 59' 20.70" N 93° 55' 10.20" W B -9 3 -ft 29° 59' 22.60" N 93° 55' 08.10" W 3.2 Drilling Methods Field operations were performed in general accordance with the ASTM International Standard Practice for Soil Investigation and Sampling by Auger Borings (ASTM D 1452). The soil borings were drilled using a truck - mounted drilling rig equipped with a rotary head. The boreholes were advanced using dry-auger drilling methods. Samples were obtained continuously throughout the existing pavement section from the top of the existing pavement surface to the completion depths of the borings TWE Project No. 12.23.351 3 -1 Report No. 55865 3a3 Soil g The fine- grained, cohesive clay subgrade soils were recovered from the test borings by hydraulically pushing a 3 -in diameter, thin - walled Shelby tube a distance of about 24 -in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin - Walled Tube Sampling of Soils (ASTM D 1587). Our geotechnician visually classified the recovered soils and obtained a penetration resistance measurement of the recovered soils using a calibrated pocket penetrometer. The samples were extruded in the field, wrapped in foil, placed in moisture sealed plastic bags and protected from disturbance prior to transport to the laboratory. The recovered soil sample depths and pocket penetrometer measurements are presented on the boring logs in Appendix B of this report. 3.4 Boring Logs Our interpretations of general subsurface soil conditions at the test boring locations are included on the boring logs. The interpretations of the existing material types and subgrade soil characteristics throughout the test boring depths were based on visual classifications during the field program and laboratory testing using the Standard Practice for Classification of Soils for Engineering Purposes [Unified Soil Classification System] (ASTM D 2487) and the Standard Practice for Description and Identification of Soils [Visual - Manual Procedure] (ASTM D 2488). The boring logs include the type and interval depth for each sample taken. The boring logs and a key to the terms and symbols used on boring logs are presented in Appendix B. 3.5 Groundwater Measurements Groundwater was not encountered during dry -auger drilling of the test borings. However, it should be noted that groundwater conditions may fluctuate seasonally and with climatic changes. Groundwater levels within the project alignment should be verified prior to construction. • • TWE Project No. 12.23.351 3 -2 Report No. 55865 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification of the subgrade soils encountered within the test borings and to evaluate the physical and engineering properties of these subgrade soils. 401 Laboratory Tasting Program Laboratory tests were performed in general accordance with ASTM International standards to measure physical and engineering properties of the recovered subgrade soil samples. The types and brief descriptions of the laboratory tests performed are presented below. Type of Test Test Method Particle Size Analysis of Soils ASTM D 422 Laboratory Compaction Characteristics of Soil using Standard Effort ASTM D 698 Amount of Materials in Soils Finer than Sieve. No. 200 ASTM D 1140 California Bearing Ratio (CBR) of Laboratory- Compacted Soils ASTM D 1883 Unconfined Compressive Strength of Soil ASTM D 2166 Laboratory Determination of Water Content of Soil and Rock by Mass ASTM D 2216 Liquid Limit, Plastic Limit and Plasticity Index of Soils — ASTM D 4318 Dry Unit Weight - Particle Size Analysis of Soils (ASTM D 422) This test method determines the distribution of particle sizes in soils. The distribution of particle sizes larger than 75 -µm (retained on sieve No. 200) is determined by sieving while the distribution of particle sizes smaller than 75 -µm are determined by a sedimentation process using a hydrometer. Hydrometer analysis was not performed for this project. The test method provides the percentage of gravel, sand, silt and clay within a soil. Laboratory Compaction Characteristics of Soil using Standard Effort (ASTM D 698) This test method determines the relationship between molding water content and dry unit weight of soils (compaction curve) compacted in a 4 -in diameter mold with a 5.5 -1b rammer dropped •, from a height of 12 -in producing, compactive effort of 12,400- ft- 1b /ft The standard effort test •,� is sometimes referred to as the Proctor Test. The test method applies only to materials that have 30% or less mass retained on the 0.75 -in sieve and materials that have not been previously . compacted in the laboratory. This laboratory compaction test provides a basis for determining the percent compaction and molding water content needed to achieve required engineering properties during construction. TWE Project No. 12.23.351 4-1 Report No. 55865 Amount of Materials in Soils Finer than No. 200 (75 -um) Sieve LASTM D 1140) This test method determines the amount of materials in soils finer than the No. 200 (75 -gm) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. California Bearing Ratio (CBR) of Laboratory- Compacted Soils LASTM D 1883) This test method determines the CBR of pavement subgrade, sub -base and base course materials from laboratory compacted specimens. The test method determines the CBR of a material at optimum water content or a range of water content from a specified compaction test and a specified dry unit weight. CBR tests are essentially a load test using a circular piston to penetrate material compacted in a mold at a constant rate of penetration. The CBR is expressed as the ratio of the unit load on the piston required to penetrate 0.100 -in of the test soil. Unconfined Compressive Strength of Cohesive Soil (ASTM D 2166) This test method determines the unconfined compressive strength of cohesive soil in the undisturbed or remolded condition using strain - controlled application of an axial load. This test method provides an approximate value of the strength of cohesive materials in terms of total stresses. The undrained shear strength of a cohesive soil sample is typically one -half (1/2) the unconfined compressive strength. Water Moisture Content of Soil b Mass ASTM D 2216 This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. Liquid Limit, Plastic Limit and Plasticitjndex of Soils (ASTM D 43182 This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used from soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. Dry Unit Weight of Soils This test method determines the weight per unit volume of soil, excluding water. Dry unit weight is used to relate the compactness of soils to volume change and stress - strain tendencies of soils when subjected to external loadings. Soil properties including moisture content, unit weight, Atterberg limits, grain size distribution, penetration resistance and compressive strength are presented on the project boring logs in Appendix B. Results of particle size analyses performed for the project are provided in Appendix C. Results of a moisture- density relationship and CBR test performed on a composite bulk sample of the subgrade soil is presented in Appendix D of this report. TWE Project No. 12.23.351 4 -2 Report No. 55865 5 EXISTING PAVEMENT SECTION Our interpretations of the conditions encountered within the existing roadway alignment are based on information obtained at the test boring locations and to the depths penetrated only. This information has been used as the basis of our conclusions and recommendations. Subsurface conditions may vary at areas not explored by the test borings. Significant variations at areas not explored by the test borings will require reevaluation of our recommendations. Nine (9) test borings were performed by dry - augering through the existing asphaltic concrete pavement overlay and base materials. Thickness measurements of these materials were obtained prior to sampling the in -situ subgrade soils by hydraulically pushing 3 -in diameter, thin - walled Shelby tubes a distance of about 24 -in. Results of existing pavement and base material thickness measurements from 14 Street are provided in Table 5 -1 below. '. , ' 4 'r � � -11 a. - ^ , w r � re 1 v1 k 0 44 � ' ✓ � P t ttt-V : Z= � : & Y e w . - - � ,� �� �� �: . , .� x 5 ' 1 � >Z f v J era �h ,r 5 w ,r' x i < + :mac a # ^f' � �� 4 � D y � •� �- 1 i f � 7n. 9 r � � w y,. � �F'� Y�Of"�7,�' W Test Surface Course Base Course Boring Type Thickness Type Thickness Asphalt Concrete Pulverized Base B -1 1.50 -in 5.00 -in Pavement Material Asphalt Concrete Pulverized Base B -2 5.00 -in Pavement 1.50 -in Material Aspha Concrete . Pulverized Base 8-3 1.50 -in 5.00 -in I Pavement Material I. Asphaltic Concrete Pulverized Base B -4 1.50 -in 8.00 -in Pavement Material B -5 Asphalt Concrete 1.50 -in Pulverized Base 9.00 -in Pavement Material Asphaltic Concrete Pulverized Base B -6 1.50 -in 8.00 -in Pavement Material B -7 Asphaltic Concrete 1.50 -in Pulverized Base 9.25 -in Pavement Material Asphaltic Concrete Pulverized Base B-8 Pavement O 1.50 -in Material 5.00 -in B -9 Asphaltic Concrete 1.50 -in Pulverized Base 5.00 -in Pavement Material Moisture content, Atterberg limits and particle size analysis tests were performed on the pulverized base material encountered within each test boring. The results of these tests are provided in Table 5 -2 on the following page. TWE Project No. 12.23.351 5 -1 Report No. 55865 6 :iC ;. � �J ° t ��� i dM` �1Y Y 4 J!1y Y C� o # � `'� ya ���' � to �` � �`- �^€ ' *=# s � �� n'�r' ` � � 6 r,x } i�t l , " 'fir , �x, : it t � -.�.i S�, i4 + i ,f {�,3`,, L�0 �. , 40 4 „,,,:41& , 74--_,,.; e( "r` pl, , S`�t- ..�'�` J izi f " U Y�`' . �` l 11 en # :,401 a p0 ; v ,, ` " ` i,4 -# xr^.. . 9� �.J• sir^ .. .. 9 .. _.. _ .. ro�J:i:.; i` IXa"l". .. ' _...., ..: ui�r . +M x' .. 1; .sue C F � fi✓. r:'.- �i, Test Moisture ; Liquid Limit Plasticity ''/0 Gravel ` 0 /0 Sand ` %Fines Boring ' Content ( %) (LL) ' Index (P1) B -1 16 52 35 0 27 73 B -2 23 58 43 2 20 78 , B -3 5 46 35 7 70 23 B -4 4 NP NP 7 73 20 B -5 4 41 28 15 72 13 B -6 8 59 45 17 50 33 B -7 4 NP NP 14 64 22 B -8 18 58 43 5 25 70 B -9 6 42 31 15 61 24 *NP = non - plastic Based on the above test results, the physical properties of the pulverized base material varied throughout the project alignment. The pulverized base material was generally cohesive at boring locations B -1, B -2 and B -8 and semi - cohesionless /cohesionless at boring locations B -3 through B -7 and B -9. Standard geotechnical classification tests were performed on the subgrade soils encountered . beneath the pulverized base material. The results of these tests are provided in Table 5 -3 below and continued on the following page. .'J1S r 4k -V- .. oto a f "s 1 x- ; i a t :4 s. a S aF l ° tlA kt4,:: "0 N- ; a . ,,j` ; s ,v iv. `� �� :+ > ',,,, i . ;3 r's, 1n .„ {ter �3-�»� 4.#‘,, � L � �S"�'".��'�� �.1- ���,Y•�`"�� ��' �, �'T;^� � � �^.• } ' o"'^'�, �` s _, ' - da`�� t t y 4 ,$ � - . ti i; f, - - pk. 4x,�re k Y rle' '' TOP 4,1 ; .r `i 4+ * 1 .v d i s q= ' .3 i '! 7 i' �,�„'.?�Ui ' : ac ,• k ,;: r d a z Ya d s „ , 4 `d r7 �, � +e ��'. r w kaw:,�w al,- x �,�".��.�'ka3�++ u :�s ..�.. a., s4.,%. ,tom .: �.e, A g,` °" > ,4 . a . � w « : Test. plover Existing Moisture Liquid Limit Plasticity % Passing the Boring Grade (ft) Content ( %) (LL) Index (P1) No. 200 Sieve B -1 1 - 3 27 73_1_53_ 75 3 - 5 39 86 67 98 B -2 7 - 9 45 87 66 99 B -3 1 - 3 27 63 46 94 B -4 1 - 3 27 62 45 96 3 - 5 29 68 52 99 B -5 7 -9 32 67 48 98 B -6 1 - 3 I 28 _ 67 ` 49 1 96 TINE Project No. 12.23.351 5-2 Report No 55865 $ e -r .. g.r :5. a .c..��` .tax - w 3 " 5 .9 ! . w y """ ot , se l , r, f . .c ^�9 N2 9 f 3't � y � - �9 t.,, „ma 41 e v°C �"'"' <' r: h�^' • .. _'- '..n'.r ,, .L .' ;f. >, ta -1 _ e , .„ �d >,. - _• ... - - ^� Yr'�;iz_i'cF. a..,'S r �. .. - ... Test Depth Range Moisture Liquid Limit Plasticity % Passing the Boring below Existing Content (%) (LL) , Index (P1) No. 200 Sieve Grade (ft) B -7 1 - 3 32 67 46 93 3 - 5 29 69 53 94 B -8 5 - 7 27 - - - 7 - 9 30 67 49 95 B -9 1 - 3 33 79 57 93 Averages of the laboratory testing results outlined in Table 5 -3 indicate that the subgrade within the project alignment consisted of fat clay (CH) with an average moisture content of 31 %, a liquid limit (LL) of 71, a plasticity index (PI) of 53 and 94% passing the No. 200 sieve. These values correspond closely to the values determined from laboratory moisture - density relationship and CBR testing performed on a composite bulk sample obtained from the recovered subgrade soils. One (1) specimen was remolded in the laboratory to a target density of 95% of the maximum dry density (about 94 -pcf) obtained from the Standard Proctor Compaction Effort (ASTM D 698) in order to perform a CBR test in accordance with ASTMD 1883. The composite bulk sample of fat clay (CH) subgrade soil had an optimum moisture content of 24 %, a liquid limit (LL) of 71, a plasticity index (PI) of 51 and 89% passing the No. 200 sieve. The bearing ratio determined from the CBR test was 1.7. The results of the moisture- density relationship and CBR tests on the composite bulk sample are provided in Appendix D of this report, Undrained shear strengths estimated from field pocket penetrometer readings on the subgrade soil samples recovered from the project borings ranged from 0.17 -tsf to 1.00 -tsf. Undrained shear strengths derived from laboratory UC testing ranged from 0.18 -tsf to 0.56 -tsf within the selected cohesive samples tested with corresponding dry unit weights ranging from 78 -pef to 99- pcf. Based on the soil strength data obtained in the field and laboratory, the cohesive subgrade soils recovered from the project borings were inferred to have soft to very stiff, but typically stiff consistencies. '\ O TWE Project No, 12.23.351 5 -3 Report No. 55865 6 GEOTECH iC L RECOMMENDATIONS a 6.1 ®ieensain The improvements to 14 street will include a reconstructed flexible pavement system and a new trunk line drainage system. The vertical alignment of the roadway will be lowered approximately 1 -ft to accommodate the new trunk line to be installed along the center of the reconstructed roadway. The trunk line will consist of reinforced - concrete drainage pipes placed with a change in flow line elevation of about 3 -ft from Woodworth Boulevard to 9 Avenue. The flow line of the pipes will be placed at a depth of about 6 -ft below existing grade near 9 Avenue and about 9 -ft below existing grade near Woodworth Boulevard. Detailed traffic loading of 14 Street has not been provided. Our geotechnical design and construction recommendations regarding the planned trunk line installation are provided in Section 6.2 below. Geotechnical design and construction recommendations for the new roadway section are provided in Section 6.3 of this report. 6.2 Trunk Line Drainage System 6.2.1 Subsurface Conditions The generalized subsurface profile encountered in the project borings consisted of competent, cohesive, fat clay (CH) soils from beneath the existing pavement section to the project boring completion depths of 3 -ft and 10 -ft. Groundwater was not encountered in the open boreholes during our field program. We understand that the maximum depth of the proposed drainage pipes is 9 -ft near Woodworth Boulevard. A placement depth of 6 -ft below existing ground surface is being considered near 9 Avenue. Based on the subsurface conditions encountered during our field program, we expect that the excavation for the trunk line will terminate within cohesive soils. Excavations deeper than the soil boring depths could encounter soil conditions different than the conditions observed at the time of our field program. If encountered during excavation, it is expected that groundwater seepage can be sufficiently- controlled to allow pipe installation and backfilling operations by using sumps and pumps. Because of seasonal variations and climatic influences on groundwater levels, we recommend that groundwater levels be verified at the time of construction to better assess seepage handling requirements. Provisions should be made to divert surface eater runoff from open excavations. 6.2.2 Excavation Considerations Excavation retention and construction dewatering are the responsibility of the Contractor. The information provided herein is for informational purposes only and should not be used as the basis for Contractor bid quotations. Additional information should be collected by the Contractor. TWE Project No. 12.23.351 6 -1 Report No. 55865 Sloped or benched excavations could be considered for excavation of the planned trunk line. Appendix B to Subpart P of Part 1926 of the Occupational Safety and Health Administration (OSHA) regulations provides guidelines for the design of sloped ®r benched excavations. Based on Appendix A to Subpart P of Part 1926 of the OSHA regulations, the cohesive clay subgrade soils encountered within the project borings are interpreted to be Type C soils. Sloped or benched excavations within Type C soils should have a vertical rise to horizontal distance ratio of l (V):1.5(H) or a maximum sloped angle no steeper than 34 °. Vertical excavations could also be considered for the trunk line installation. Vertical excavations should be sheeted and braced or constructed with the aid of prefabricated trench shields. According to Appendix A to Subpart P of Part 1926 of the OSHA regulations, any vertical excavations greater than 4 -ft require trench safety systems. If vertical excavations deeper than 4 -ft are considered for the project, design of support systems, shield systems and other protective systems should be performed by a registered Professional Engineer experienced in excavation support systems. The subsurface conditions encountered during excavation of the planned trunk line within the project alignment could vary from those observed at the soil boring locations or characterized in this report. Unstable soils and/or shallow groundwater conditions could be present at areas not explored by the project borings. It is imperative that all excavations and earth retention installations be monitored continually by experienced personnel who can assess possible changes in subsurface conditions and can make evaluations regarding the appropriateness of the retention system. 6.2.3 Bedding and Backfilling 6.2.3.1 Trench Zone The trench zone of the planned trunk line installation extends vertically from the top of the reinforced concrete pipe embedment zone up to final grade or pavement subgrade. For unimproved areas, the cohesive clay soils removed from trunk line excavations are considered suitable for backfill within trench zones. These on -site soils are suitable for trench zone backfill within unimproved areas provided they are not saturated and do not contain significant amounts of debris, organics or other deleterious materials. For improved areas (under the roadway alignment), trench zone backfill should consist of cement- stabilized sand. Cement - stabilized sand used as trench zone backfill under the new roadway should consist of 4% cement by volume of soil in accordance with Texas Department of TransportatiN (TxDOT) Item 276 "Cement Treatment (Plant-Mixed)." Hydraulic cement concrete should be provided in accordance with TxDOT Item 421 "Hydraulic Cement Concrete." TWE Project No. 12.23.351 8.2 Report No. 55865 Cement - stabilized sand should be mixed at the optimum moisture compact until a homogenous mixture is obtained. The stabilized mixture should be compacted in lifts no greater than 12 -in thick (loose measure) and completed within 2 -hr after plant - mixing water with dry material. The mixture should be compacted to at least 95% of the maximum dry density within 2% of the optimum moisture content as determined by the ASTM International Standard Test Method for Laboratory Compaction Characteristics of Soil using Standard Effort (ASTMD 698). Cement - stabilized sand should yield an unconfined compressive strength of at least 100 -psi at forty -eight (48) hours after mixing. Once the cement - stabilized sand is compacted and finished, curing by sprinkling for at least 3 -days should be performed to maintain the moisture content within 2% below the optimum moisture content. A qualified representative of the Geotechnical Engineer should be present during construction to sample and test the cement - stabilized sand backfill material. 6.2.3.2 Pipe Embedment Zone Bedding material and initial backfill (pipe embedment zone) materials should be at least 6 -in thick and consist of well - graded sand or pea gravel with little or no fines. These materials should be non - plastic and should have no greater than 5% passing the No. 200 sieve. Alternately, cement - stabilized sand could be substituted as bedding material and initial backfill within the pipe embedment zone in lieu of the above described materials. Backfill within the pipe embedment zone should be placed in 6 -in compacted lift thicknesses and compacted to a minimum 95% of the maximum dry density as determined by ASTMD 698 (Standard Proctor). Care should be exercised during compaction around the planned trunk line to avoid over - compaction. Particular care should be given to adequate compaction of backfill within areas where standard compaction equipment may not be feasible. 6.3 . oadveay R ©construction Detailed traffic loading of 14 Street was not provided. We understand that the reconstruction of 14 Street will consist of removing and replacing the entire existing roadway section with new materials. The reconstruction will include new hot -mix asphaltic concrete surfacing, new crushed aggregate base materials and stabilization of the in -situ, clay subgrade soils. As an alternative to lime - stabilized subgrade, cement - stabilized sand used as trench backfill for the planned trunk line installation could be extended into the pavement section in lieu of lime- stabilized clay. It is understood that the Client is not considering the incorporation of existing asphalt surfacing or pulverized base materials into the new pavement section at this time. Based on the minimum road standards outlined in the Jefferson County Subdivision and' Development Regulations (JCSDR) issued in October 2010, 14 Street is considered to be a low - volume, residential subdivision street rated for 65,000 -1b traffic loading. As stated in Section 6 of the JCSDR, all streets within Jefferson County should be constructed in accordance with the most current edition of the Texas Department of Transportation (TxDOT) Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (June 2009). TWE Project No. 12.23.351 6 -3 Report No. 55865 6.3.1 Elexibie Pavement Design For 14 Street, we used Part II of the American Association of State Highway and Transportation Officials ( AASHTO) Guide for Design of Pavement Structures entitled "Pavement Design Procedures for New Construction or Reconstruction." Chapter 3 and Chapter 4 of Part Hof the design guide were specifically used which are entitled respectively as "Highway Pavement Structural Design" and "Low- Volume Road Design." Pavement structural design for low - volume roadways is separated into three (3) categories: flexible asphaltic concrete pavements, rigid Portland cement concrete pavements and aggregate- surfaced roadways. A flexible asphaltic concrete pavement system is being considered for this project. The basis for highway pavement performance analysis methods is cumulative heavy axle load applications such as the 18 -kip equivalent single axle load (ESAL). The same approach is necessary for low - volume roads regardless of traffic levels or the distribution of lightly - loaded or heavily- loaded vehicles. Since traffic loading information for 14 Street was not available at the time of this report, we considered ESALs based on design service lives of 1 -yrs and 20 -yrs. The practical traffic levels considered for any flexible pavement during a given performance period ranges from about 50,000 to 1,000,000 18 -kip ESALs. The maximum number of 18 -kip ESAL applications typically considered for flexible pavement design is 700,000 to 1,000,000. The practical minimum traffic level that can be considered for any flexible pavement during a given performance period is about 50,000 18 -kip ESALs. 6.3.1.1 Design Parameters The AASHTO layered pavement design method requires the definition of four (4) categories of parameters. The categories include design variables, performance criteria, material properties for structural design and structural characteristics. The design parameters used in our analysis are provided below. Time Constraint Performance periods of 10 -yrs and 20 -yrs were selected for the period of time that the initial flexible pavement structure will last before rehabilitation. Traffic Loading We expect that 14 Street will be a low- volume, residential subdivision street rated for a maximum traffic loading of 65,000 -1b. We assumed projected 18 -kip ESALs of 300,000 (low) and 600,000 (medium) for 10 -yr and.Q -yr service periods, respectively. Reliability The level of reliability recommended for low - volume road design is 50 %. However, for our flexible pavement design, we used a reliability of 75 %. An overall standard deviation (S of 0.45 for the projection of future 18 -kip ESAL traffic was also used. TWE Project No. 12.23.351 6 -4 Report No. 55865 • Serviceability The serviceability of a pavement is expressed in terms of the present serviceability index (PSI). The scale for PSI ranges from 0.0 through 5.0 with a value of 5.0 representing the highest index of ride quality and serviceability. An allowable change in the serviceability index (APS1) of about 2.0 is typical for flexible pavement systems. Soil Resilient Modulus The effective roadbed soil resilient modulus (MR) is a measure of the elastic property of soil recognizing certain nonlinear characteristics. MR is the material property used to characterize the roadbed soil for pavement design. An MR value of 2,550 -psi was estimated from the CBR value of 1.7 determined from the composite bulk subgrade sample obtained within the project alignment. When CBR values are less than 6.0, MR can be taken as 1,500 times the CBR value. The MR value of 2,550 -psi is considered to be of very poor quality (based on U.S. Climatic Region I from Figure 4.1 and Table 4.3 of Chapter 4 in Part II of the 1993 AASHTO Design Guide). Based on this value, we recommend that in -situ, clay subgrade soils be lime - stabilized to increase strength and support characteristics or cement - stabilized sand used as trench backfill be extended up to serve as the planned roadway subgrade. Assuming that the subgrade layer within the planned pavement section will be stabilized, we used an MR value of 6,000 -psi for design purposes. For U.S. Climatic Region I, this value is considered a good relative quality of roadbed soil. Design Structural Number The required structural numbers for the proposed roadway were determined utilizing the above design parameters and Figure 3.1 of Chapter 3 in Part 11 of the 1993 AASIITO Design Guide. We computed design structural numbers of 2.70 for a 10 -yr service life and 3.10 for a 20 -yr service life. 6.3.1.2 Layered Pavement Design Analysis Once the design structural numbers were determined for the proposed service periods, layered pavement design analysis was performed to determine adequate pavement sections for the project. The structural layer . coefficients used in our flexible pavement design analysis are presented in Table 6 -1 below. 7, -0 4 fO hr's yi 4 t} k. R *wog. t j �„t.a� : -"`s _ S 5 "' '� s ss ?"'s ;=(�-G�b����y ¢r�'�"'#� `6 ����d°+, � �Z v.r ?ry .�� r Ry � y+ � .. 4 � 5 � j � ;�r'N'.'m. t�' ."ttlek ie111 �. L.ol %ii4x Type of Material Structural Layer Coefficient Hot -Mixed Asphaltic Concrete 0.44 Crushed Aggregate Flexible Base 0.14 Lime- Stabilized Clay / Cement - Stabilized Sand 0.11 TWE Project No. 12.23.351 6 -5 Report No. 55865 Table 6 -2 and 6 -3 below presents the results of our layered flexible pavement design analyses for 10 -yr and 20 -yr performance periods. r a.- } t X , _.,-t'° t .'/e :.. r wwz+y •va ? .0 ,vi;ti :v t - s f,€x, R' Vas i.:. °r' - . "Or, = ' � - °s. k � ( . `� t a rw+ ^s3r + y" $ • � uc°'" d F ��'�' ''is� y *e=e 't o ' It a ti- n i n �fi : ig ea� fr u A ,^.,s a'� i ar r F •a. s-�' �'��a �x � -� ��� �� -t � �� 3 a �� �'`�" `u�� ,�1i r ` i .e ta' '3 k v�d^..�+ ,�'Y � "..�, e.�u �t � � S � ✓sF �r,�. :i �'t ,} �,E,'° AtTM L '� a ��i a I � lr..' - .c .., i . i/ • . GF��l' =�i• _, ` t 4';' 1 k: Y.` v"YF � .r` i;f . Structural Layer Component Thickness Layer Structural Coefficient Number Hot -Mixed Asphaltic Concrete 2 -in 0.44 0.88 Crushed Aggregate Flexible Base 8 -in 0.14 1.12 Lime - Stabilized Clay / Cement - Stabilized Sand 8 -in 0.11 0.88 . tt ' `�� p . r N�= ,a #fir 2.88 .. li 4 - P ' a ^��,p�-3Fx� �` w k .W . c. " sCS 1 17 .7 . r' s '�a�..gn dpi we r $�. 4ai -,. at , f �` , 2.70 ri :=',74, 'i e ery t s W t ', y, x w M 7 ? ,g ' 09:: : *, - 9 kk L r J y �r a s 'vx�"d. ''' t- . "t.' `� lT3 { t f. 4fG �i �i� 1 ` =r y , }. jr��t��+ 4 � ; � eFy b ' y�4 +�+.Y Y �' ..� 5 Y y FF .... i. 1; ,� fl P 3524:. [ t +'L' -4 .. . � a �, '� d ra�vr �.�,t ..i =:: �t'r ;t Y '. $ xi"- i�±.,:..> __k �- '.� - .i- :z -S`' y �. n, "'b .�4 7. ���.+ Structural Layer Component Thickness Layer Structural Coefficient Number Hot -Mixed Asphaltic Concrete 2 -in 0.44 0.88 i i Crushed Aggregate Flexible Base 10 -in 0.14 j1.40_ Lime - Stabilized Clay / Cement - Stabilized Sand 8 -in 0.11 1 0.88 ! Y ,� `fix . u. , t , R tvv J , � A Ti, rte .y a+ i i ea ,w :,. —... -- s a '�` v * x s -; # .- i -� - _, 7 }� r 1 t , b. F +ai , ii 7 .S .,:ty: V�4 '7 gy ,44 4 5 k "" .' , 3 „.: xx a k 7 P� .1 s L 144%, y � 7 ��p�' y if ; � � u � 11 ��1 � k x 3 '� ` VIII tt��e' 1 3 10 The actual structural numbers computed for the flexible pavement sections outlined in Tables 6 -2 and 6 -3 exceed the design structural numbers derived for 10 -yr and 20 -yr performance periods. However, the pavement sections are based on assumptions made by the Geotechnical Engineer and should be thoroughly reviewed by the Design Engineer for application to 14 Street. 6.3.2 Roadway Section Materials 6.3.2.1 Hot -Mix Asphaltic Concrete° The asphaltic concrete surface course should be a plant mixed, hot -laid, fine- graded surface course meeting the master specification requirements in the TxDOT 2004 Standard Specifications Item 340 and specific criteria for the job mix formula. The mix should be designed for a stability of at least forty (40) and should be compacted to between 92% and 97% of the maximum theoretical density as measured by ASTM International Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures (ASTMD 2041). TWE Project No. 12.23.351 6 -6 Report No. 55865 Asphalt cement content by percent of total mixture weight should fall within a tolerance of +0.3% asphalt cement from the specific mix. In addition, the mix should be designed so that 75% to 85% of the voids in the mineral aggregate (VMA) are filled with asphalt cement. 6.3.2.2 Crushed Aggregate Flexible Base Base material should be composed of crushed limestone meeting the requirements of TxDOT 2004 Standard Specifications Item 247, Type A, Grade 1. The base should be compacted in maximum 6- in compacted lifts to a minimum of 95% of the maximum density as determined by ASTM International Standard Test Method for Laboratory Compaction Characteristics of Soil using Modified Effort (ASTM D1557), at -2% to +3% of optimum moisture content. After final compaction, field density tests should be performed at 250 -ft intervals at locations representative of the entire roadway alignment. 6.3.2.3 Subgrade Preparation and Backhlll After completion of the trunk line installation, the natural clay subgrade soils could be lime - stabilized and placed as subgrade material or, as an alternative, cement- stabilized sand used for trench backfill of the planned trunk line could be extended into the pavement section and used as subgrade material. Either lime - stabilized clay or cement - stabilized sand will provide suitable support of the proposed flexible pavement system. Additional construction recommendations pertaining to each type of subgrade material is provided below. Subgrade Preparation Once the final subgrade elevation is reached, the exposed soils within the project alignment should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 15 -tons to ensure that soft or loose material does not exist beneath the surficial soils. Proofrolling procedures should be observed routinely by a qualified representative of the Geotechnical Engineer. Any undesirable material exposed should be removed and replaced with lime - stabilized clay or cement - stabilized sand. Lime Stabilized Clay Once final subgrade elevation is achieved and prior to placement of crushed aggregate base material, the exposed surface of the pavement subgrade soil should be scarified to a depth of 8 -in and mixed with hydrated lime in conformance with TxDOT Item 260 "Lime Treatment (Road - Mixed)". It is estimated that 6% hydrated lime by dry unit weight of soil will be required. Based on the average in -place unit weight of 120 -pcf of the natural clay subgrade soils, 6% lime by dry unit weight equates to about 43 -lbs of lime per square yard of treated subgrade. The actual quantity of lime required should be determined after the roadway alignment is stripped and subgrade soils are exposed by use of a laboratory soil treatability study. Lime used during chemical stabilization should be Type A hydrated lime or Type B commercial slurry. The lime - stabilized subgrade should be compacted to a minimum 95% of the maximum dry density as determined by ASTMD 698 at a moisture content within the range of 4% above optimum. TINE Project No. 12.23.351 6.7 Report No. 55865 Lime stabilization should extend at least 1 -ft beyond the roadway edge to reduce effects of seasonal shrinking and swelling. In areas where hydrated lime is used for stabilization, routine sampling and Atterberg limit tests should be performed to verify the resulting plasticity index of the stabilized mixture is at/or below 20. Cement - Stabilized Sand If selected for use as subgrade material for the planned reconstruction of 14 Street, cement - stabilized sand should consist of 4% cement by volume of soil in accordance with TxDOT Item 276 "Cement Treatment (Plant - Mixed)." Hydraulic cement concrete should be provided in accordance with TxDOT Item 421 "Hydraulic Cement Concrete." Cement - stabilized sand should be mixed at the optimum moisture compact until a homogenous mixture is obtained. The stabilized mixture should be compacted in lifts no greater than 12 -in thick (loose measure) and completed within 2 -hr after plant- mixing water with dry material. The mixture should be compacted to at least 95% of the maximum dry density within 2% of the optimum moisture content as determined by ASTM D 698. Cement - stabilized sand should yield an unconfined compressive strength of at least 100 -psi at forty -eight (48) hours after mixing. Once the cement - stabilized sand is compacted and finished, curing by sprinkling for at least 3 -days should be performed to maintain the moisture content within 2% below the optimum moisture content. A qualified representative of the Geotechnical Engineer should be present during construction to sample and test the cement - stabilized sand material. 6.3.3 Pavement Maintenance Normal maintenance of 14 Street should be expected over the life of the pavement and should be performed at regular intervals to preserve the pavement structure. In addition, the roadway should be crowned so that water does not pond on the surface. Maintaining the roadway to prevent infiltration of water into the subgrade soils is also essential. Allowing water to infiltrate the subgrade will result in high maintenance costs and premature rutting. Therefore, good perimeter surface drainage with a minimum 2% slope away from the roadway is recommended. TWE Project No. 12.23.351 6 -8 Report No. 55865 7 LIMITATIONS AND DESIGN REVIEW 7.1 Limitations This report has been prepared for the exclusive use of the Arceneaux & Gates Consulting Engineers, Inc. and their project team for specific application to the design and reconstruction of 14 Street in Port Arthur, Texas. Our report has been prepared in accordance with the generally accepted geotechnical engineering practice common to the local area. No other warranty, express or implied is made. The analyses and recommendations contained in this report are based on the data obtained from the referenced test borings performed within the proposed roadway alignment. The test borings indicate subsurface conditions only at the specific locations and times performed and only to the depths penetrated. The test borings do not necessarily reflect strata variations that may exist at other locations within the roadway alignment. The validity of our recommendations provided is based in part on assumptions made by the Geotechnical Engineer. Such assumptions may be confirmed only during earthwork and pavement construction. Our recommendations presented . in this report must be reevaluated if conditions during construction are different from those described in this report. If any changes in the nature, design or location of the project are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and the conclusions modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or engineering analyses without the expressed written authorization of TWE. 7 . 2 esig - =:eviiw . n d C • nstruct o of =ate =. ring Review of the design and construction drawings should be performed by TWE before release. The review is aimed at determining if the geotechnical design and construction recommendations contained in this report have been properly interpreted. Design review is not within our authorized scope of services for this geotechnical engineering study. Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. The quality of the construction practices will affect roadway performance and should be monitored. TWE would be pleased to provide quality control inspection, testing and monitoring services during construction of this project. 7.3 Closing Remarks We appreciate the opportunity to be of service during this phase of the project and we look forward to continuing our services during the construction phase and on future projects. TWE Project No. 12.23.351 7-1 Report No. 55865 APPENDIX A BORING LOCATION PLAN DRAWING NO. 12.23.351-1 TWE Project No. 12.23.351 Report No. 55865 • tr , .x`•+- D' yrv„F' 3 xl "' s 5-b 0.. a ! a ?3 ? r Yob ~ 'l ° z w 4 $.< a r �, a. d r � Y 4 TM w � - A' '" r 4 ; q • 1w M t•P, . 1 ' . r ~ � t s ,r •g`r; . , . , r t - - -- s '+ i i ,. f "r `2c� - .4 S r r�' S ^ iv rsk ;.'s4.-.,„. .,41",,i, s z , ` LFi � • a . Y t ' r .' ,—* : 1� ,*~ d . '� s- , ,s ' a .. '' a � ` .a' " E�' . ' i s R W - . : "4:4' !a a •- ,r t3 ' i t . ' f r�A ..-5 .42r } > 4 4 : ' s g f A ' r t } -�,v C�4i. °+.. .p; 1 . %ti J . r . a ti+. , �e } , F r. rat y , s . % . y v Y `r!` Q }, t . I R � y ,� f r � 4,,f IL u T �" - "i' •fit 1Ct �''. t-kk r k. ''✓, y.r�rn _ s +'�' .F; ..- - , YtTA + �C� - . " - f J .�'.Y4 .r+1,2,4 y�i��t'.s./ a� tia^ Via* ��X ax 3 �R c . "} ✓ �, c f .. 4 , r �6C� a r 3 e i^'' �6 � � � . ' r f " a s ''L ■ x r s " ; '',1:$4.-.....-.' r- 4 , ..� ax,,. ,,. c± ./.,•-. '9 as z N rj' % r ,+ F , . , , 'ti { r x .. v. ' A',' - r 4 T ` 4 = ` rX41 ' j 4* . �' � r g , . • T y r x < F� .'ip L� s t psi a j ✓ j , *s, ! ', .�,� r y ice , n " � . ,fi V ` •r : 's 'e^cr v " ?_ ; i'eya }4q .. ` ° �� ' .4 , y � , c • J X' �1 a s , V�g 1 f ''' '- '' "' 2 A - - ;- <,'� r 't . 3 b ,,,. :; . ' -. Z r , .✓ ;`L°1� f^ " �'Jrx.1''"x v $ � ' .� �., r' . r'� { .� • t ti •�4A`.+Y •tk Y . i f r ,_ + ' � i , • c >F C ,, .c_- a 4' u . i . . 3 y.' ,, , s ,,,, ( t� r°� 4 �e 7 "e r a ,�. �� ` .R O' gi x • :N • ` • s a r :' 9 . 1147 ti i e _ a6 -`„ ,+fa, ° , � �' i ti. ` � . • M df f�i 3'R�� 4- pp ' v N 1 ?` i , , .- :y 5�'� ' ,>_ . � t t'sr. • �..e - K V fr , . l .-', k d �4 r l r3 y, S t ' M - y „ , , a .* :. ..i a - fh !•.:. ``'4 , ' '�` { i. * , : - z `a , .., h r✓ , :i . .. , ,; .- "... / : 1 . ;kV :. - aP "� �.' ^ 4 1 � d " S...° r ,• - * 3 W a" x I4 ,t• a , i• + . a . � � Fy .�% c `;�' , , r'�i# M{"}' , Y u 4 " ` c { y �,r rf ?7c"'� ,� : G , t. ^ . s �` '`r P • ' 'L' '�,� *. - eA ..i..-:.•...y¢ � .t t ,y, .F t ? _� '`S.x �' . - - - • 'a � f y. ' �''�} ` 'z + • S , ' 144-,""•„.k.-1. v 1 ~ d- - ,., s 'pd. rr r " •n il ! • 1 .a� a } ' Y t • r g � -- si 7� b ' ' r ' '+ l _ � t^s..C�' t . t r ' t ,F� . .. t' . lv-f• f ? aa Y s ` a a '' , � 1, =t' `F ...4.—::.1'.1.,:-.,-,i: ` r ,� y 0 .. � • vT. } �+ .i.' ' c , As ?.t . ' :.Mr i•. f ` f�,+, i , '.3i s sus*' ., /�7 : 'tl A -r , ::!` .p. w, /, 2 , ,, ,r -..,': •- ` :.- i •,y,' t ! , t "Y 9 •{ rt k'11� - ° Y ty 1 *J 4 .., + •- ,v-1.4-,.??‘41.;,,, `} r -r/ T r i t .&ti 9 kv a f., i� , . , s e 1 . pp* 1° • ,JS+, „ ) " '. 1 /4 r �, ' _ F ,•f Y � t 4 /ms 4 . ' ,7 9; .,. Y .� : ` �- • i tr ..J - , '' s�. r ;:•• V. r rry - rq �+ e ' 0, r t L • r ^r, r rr ,J f : �r 3 ral, ' 1 .., i ' "` s n . , < - f . ;.t a r,. ,+�' � ry . � , 1 , j � e,¢= p r -e , f b .� _ 4,..-,,,s,..,,.,6: 1 d s 'Y �e1p$`. t .ed,r� 5 e f !"4 t. m l�ti • ,A', s .i "r' .i . 2 t ,� 7c "rlv tt �' - f �7 '�- S +' ., ;jL cr a � •k `• 2 Ek � 2 � `r ' � A'r. +i` r d �rs ^r . 4......'!-::',m:'. r � ii " r ,s ... tsvy�, F •}� N 7 r ,' ilo ' I h - •3n r •' r 1'+ ! : j*" f4 ,1x ,. -4.4 ..e ' rs ', T ' n ' 4 ` *i"" * "" • ac /. , � , Y € ; -4671, A"' '�' t om" r - •`' be '6 sr 7 .i.'",.': x r 4 k f ,rs w , /,; 4 t "� ! � y.,'1 i 7 - `- y c t 't � i w 'R d /i i-.) f 0 , ,, Ili ^ a. ' ,{ ,, r t<. r S yv�7 r r V!�, ' t A . F rr 7 � ;1'" '�'y _ 3 a ,A b , , k! y a , - f••r' ' „, 'v'"'4ew 4.J ��aa +. ',,,, . " tom G� - ;..'1 , :i 11 •'\ +" r d .." 4 ,. _ - ,� c :+,' l k" ,' S � + ry • b t .i p rate RRR "` * , a � {. r:. y • J tF " r '4.111;f.:-.T ,, # ..:;':%4.• K r •1 r `� ' �� �+ r7 r S!r 1 1:;41 iA r . � ' ' {c 1 'fir r ,..,,.1.:-" , c ,' ' 9 p�, "ma y{ � 1 , p ° d' . r ? ' f�, ^�' � t 4 'l / , , M �# S j ,a �,` ",2.i j :!f s',�>✓ -s 4" - T fl w e. 1 114, 'fk" i ,+ .� . r f ' yam .N.A. .Y F t �'"%.) ,F t 3• . r '" y � ',.Y •; F r .. ' R, I'S1 t, • s 'h ti C .rf" t sr w ` , g r 3 ` j g + <. r K �'' • . ".e M r; 4,z- u rt t V 71" s. X` i, 4 r ' i ar Y i i i t • r ; ;� t i t- t4 i s . S+� ,t'� - ^r p`Mr ,t - c¢ ,�- - L.`� ? ' 5 . 2`t' , '� , j, � s + , �. r �I "• s i j l ,.,! t y { :,J 7 ?d .L d F t n.L ' t • , / t j•� t r r , ar f . 9Y..��'6 ti ��{a l: ';,:_;44.': , , r rt 4. r "c , . t r +€ ,} s e y 5 • p 9 t ,. �; t Y. ` i „ :''..o., , ,. p�s .,;; "77.' T - 41'4 t r ' 1-,',. � trs fr - t`� } 1 , , $ v bl� to ,.` w ,�` ,a yf= n ..41e a ,4- ,> s ' . r .{"eb 11 ,f fy fA b i � • � .. ' T /✓ Xr 7 X ,��., > uY y ; .' , -.9 .0, ?3 r , ,, a Y ,�,ff `!” y f iya' d, by '* ti �.1 p ,ie . . .. }, tk "r'`x✓: `f s , Y ▪ ` r.r ' 4 Fp R ., F . r'n'^� ? 4r f t '-' C,� f F k , ,; h , T t, { " { i .� - .• . ?a r ah . ' e Y , v ?: A [ .ry {c MS a r ti.. S r 3 , t H .., ' . h b , �rf :-* a z 4 Y r ti sr { t ° �' y}, , ,� i 1 . , V -9 ' '" } "� . -- bi• ' Pi s;{gA '' : h �' O tt " v.. - , "y ° l v 1 < t 1r Y N' L� '' ♦ i : 1 11 , yr e $� a ��v d , * t rT< t i ' : y '1' Vr 4 i 1, 'f - 4 • r .a '7 i. .. l r +: - 1 7�, 7 1 . •r'� W �3 r a .r ? } o !t . r , I ; R ,, t� ',. � &''` , "y � p�n 'F � , ,. •y " r 4 + ' .� )•: t '�,N •r, f Y 'i" `, s •'C' } � r. `5`• t;T. l at ' d a ▪ z ! .cM d of cr- ' �, / % Ry / 3 ' �S r l ti !%� '+ " E + ` t t ,} f 7 � � , � ; . ', si hi >. 5-''' J. 1,a4 { L 5� V �•.•i 0. ,i r,. 'c 4 � . ''' i. s ti`6 ` s �TS 'y A „�I' C U• - t F Y. L 4 ... 7'k !. d i , Y ; �3 w 4' !'..,P,4.,'.` s * r °' E 4 � %F. , tifi4 `. - s y , Tomas }' ;Q�t 4 , 10 2, ��• , . T , , .f , i , +v r t '�'Y ji • k: 1 s S r f k,: o .y 4 .. ` i: L 'n - . ',' ' . .r y . y r a .�' r • e .- +. ,. f 3. t 1 ,,�r �a' y t, d ., ', '' r r zt '''' . 7 ,. - - 4 , � { �. ? I% , ;E,....... 1 . '�'•S � ��i # . *'+:3 i• 1 , r •� ' .� L # {� r ("r � � :? � 4'we ) ` F � y 4�t s $ i � ..r.S ` r'fr ¢'C t t�4�i r.a ✓� 4� 1 N r r j 1p > r ' � y ale a S.*y ,+ i � 'J t,a ! f f r j t r5 S 75' '9.2.-10!:.??;.`!" t,+r` ay!¢,�E+ . 1, 11tri !S rrr*'jY ., ail'. nd �k • ` •,1 '' + ; F'� : = + 5 r r ev : t r . t f sy I . iy n � � ` ,� t R Z s Po ` ..III " ice+ ,,r , i- ? t r, ,. q 9• k �, R ' . F t•1. ° +tr 'y � "'' ? ,: ��$,y 4 "y - ., ' I s'� , i. '� +n T' � ��` -'' f . 1 Y � � 1 ��lx •� s l' .�� { srW tl,,r 't� !tea t' 4 y t ," 7a w'� � f I 1 � I' - �"` 4 �,,7 f} P' ' R .r s y.� 4 i� ' ,c s' j^'': • r 7 j \ r`t � • „ y yy ,:� r +ti. Y '.` r ,, r k' i v '� / � 1. [ "- a . X* , - , :k � C rb ✓ p 1 N. , 4' y it Y A 7 ,ai S. y 1 TV''''''.'"?-1' "rs p , "... ? •, ' , . + v .. 7 t4 !� ,,,., ; s 14, ? . r.w.F ��r + J r .� r i{ ' 4 r f t ,',,, , r. k l d y ''' ` 1 1; -;∎L c 4 I�17 . ' s + ../.,".-1.--C=44 L " m 3�7 3 > r . e� 1,.. i ivt m i �'d ti arc } ' j> { � t t Irt ,, 1 \ , ,r,, . 4f k ' - a - . Y�7� a r r t C � i" a l✓ - t ' l - + y�. s �, r? \ ' 9 • € - . -r St. r ,. t c rh e. T[T r t .. , e. 4 , • . : g. „ `; t +�y � ,�! rlti -2„.t:.,,,,- . , t. � � � y . � s Ma ra sid � ti } , € . ��7 k �'"' '`! `-s ,a ' '` t w � , a' - �T� i +{^r s a, � r Y, r ,J "" t ' ''',/,.,-,...,' d 7! . f V A. - . Y' �' 5 'rfr ", ''' = � ! li'. p r,9 Y• , p - � e ,k,4;.„.....- ,ry � � .✓ , . ! -��u +' lc t + i � c � $ � 4 3w� i c�''3 • D kf 1 : ?h S 37 war, � g ` `Cl j [ � r � , r3 � - • o t . 3 i c1 ( , °�€ g " p q $ o ' g 444444444 • f ,. r at g t • q 7 �`i P t D 2 2 z y y g }i } ,r g g A y • • Q S r O ", _ - r O g 2 Z z 2 2 z O ' �s . � • - - r' z • f ff EfFEgf APPENDIX TWE BORING LOGS B -1 THROUGH R -9 AND A KEY TO TERMS AND SYMBOLS USED ON BORING LOGS TWE Project No. 12.23.351 Report No. 55865 LOG O BORING F PROJECT: 14th Street Roadway and Drainage Improvements CLIENT: Arceneaux & Gates, Inc. City of Port Arthur, Texas Port Arthur, Texas a COORDINATES: N 29° 53' 53.60" I z r F . o W 93 °55'35.10" �y OZ s w N z i o o F l ` = ' 1 = SURFACE ELEVATION: w w v 0 ° w z 1 o 71 r z w * o w n I z p az h z F c. .ter. 0— up i t 2" cc t7w � 1--� • O z w m w> w 0 aiw FQ oo i=w m cn �= z � O a N DRILLING Augered: 0' to 3' o o a m o z 5 v v n? Z w IX 0 w M ai = w o Dry 9 pt- r �O y . o- O� z Om Q ~a Wa sh Bored: -- to a o N c� m a s o IL MATERIAL DESCRIPTION n' tor " • <: spac oncree . A hlti Concrete Pavement (15 ") ,-c' 73 SA ' .' M ,Pulverized Base Material (5 ") Very stiff gray FAT CLAY (CH), with shell (P)3.00 27 73 53 75 2 - Bottom @ 3' . 4 • 6 • i 8 10 12 14 COMPLETION DEPTH: 3 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux Page 1 of 1 PROJECT NO.: 12.23.351 TOLUNAY -WONG ENGINEERS, INC. LOG OF BORING B -2 PROJECT: 14th Street Roadway and Drainage improvements CLIENT: Arceneaux & Gates, Inc. City of Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29° 53' 58.00" c' z r I— - w W 93 °55'31.50" - N �� r > z a ° o� F ° d SURFACE ELEVATION: w w - o x ,Ti 2 ? o _ E. w It w 2 z 00 a Z F, = t ?, c .., 0 cn O 2 W [D HQ W rW F_ 0 °0 I=X V 0 65 — J s 1- w a DRILLING Dry Augered: 0' to 10' v O m a 5- _ g w ¢ F w ° Wash Bored: to -- a d m -' ° y a o d w MATERIAL DESCRIPTION °- — co }-- ° u A 0 Asphaltic Concrete Pavement 1.5" , �y p ( ) / 23 58 43 78 SA � � Pulverized Base Material (5 ") , Stiff gray FAT CLAY (CH) -with shell from 1' to 3' (P)2.00 2 - becomes firm, gray and reddish brown at 3' (P)0.75 39 82 86 67 0.64 4 98 4 / -with organics from 5 to 7' (P)0.75 6 . I ifi - becomes gray at 7' (P)0.50 45 78 87 66 0.36 5 * 99 -soft and slickensided from 7' to 9' 8 ro • r - becomes stiff at 9' (P)1.50 ..', / 10 Bottom @ 10' , 12 14 COMPLETION DEPTH: 10 ft NOTES: Free water was not encountered during dry-auger drilling. The borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux Page 1 of 1 PROJECT NO.: 12.23.351 .. TOLUNAY -WONG ENGINEERS, INC. LOG OF BORING B-3 ' PROJECT: 14th Street Roadway and Drainage Improvements CLIENT: Arceneaux & Gates, Inc. • City of Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29° 54' 0'1.30" E. w W 93° 55' 27.90" z o z \ i F w N z L7 .6,- ° cn w SURFACE ELEVATION: w la- 2 w g 0 z - 2 0 �_ Z w 4' w 2 0 x w m 1- Q w ,_ w r - `' � o -- w c ~ . 7 I- LLIX z I-O' < -. DRILLING METHOD: z r - u a i a N DryAugered: 0' to 3' oo ow.m 0o n a c3 v 5z oa cc ow a En w m w ° Wash Bored: to a� o u 9 0 E J u 0) a s o MATERIAL DESCRIPTION a v ►- u_ 0 • Agt •••••••■ Asphaltic Concrete Pavement (1.5 " ) -� ©• ® ®-•e ®- Pulverized Base Material (5 ") -- Stiff gray FAT CLAY (CH), with shell (P)2.00 27 63 46 94 . 2 / . • Bottom @ 3' 4 6 f y 8 • 10 12 • 14 COMPLETION DEPTH: 3 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux PROJECT NO.: 12.23.351 Page 1 of 1 TOLUNAY -WONG ENGINEERS, INC. LOG OF BORING B4 PROJECT: 14th Street Roadway and Drainage Improvements CLIENT: Arceneaux & Gates, Inc. City of Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29° 54' 05.50" . E w W 93" 55' 24.30" y 2 2 r , z w �, o SURFACE ELEVATION: -- z F p w o t= > z n^ o z az g 'g�. > .^ v F �x ?w 4 c w6 o = w 2 DRILLING METHOD: ~> w 0 W a o~ w LL w o P I- w m en Dry Augered: 0' to 3' o d m 0 o � v o v g z 1E2 o w vi z w W v Wash Bored: to n� d N —' ° a � a o ri MATERIAL DESCRIPTION a `� ' " LL 0 \Asphaltic Concrete Pavement (1.5 ") 4 20 SA Pulverized Base Material (8 "), non - plastic Stiff gray FAT CLAY (CH), with shell (P)2.00 27 62 45 96 2 • . Bottom @ 3' 4 6 i . i — 8 10 . 12 \ 'O • 14 COMPLETION DEPTH: 3 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux Page 1 of 1 PROJECT NO.: 12.23.351 9 TOLUNAY -WONG ENGINEERS, INC. — LOG OF BORING B -5 PROJECT: 14th Street Roadway and Drainage Improvements CLIENT: Arceneaux & Gates, Inc. I City of Port Arthur, Texas Port Arthur, Texas E COORDINATES: N 29° 54' 09.80" r --1-- F w W 93° 55' 20.00" -- N o x F > v °o F ❑ W Z -- H a -- Z% PR wo U ?- N 2� 8 fn O V SURFACE ELEVATION: 0- Q L_, = z 5 u U w F. w �' 1 2 W [fl W W F_ ° c I•' w a' V U) LL 2 Z CL D Q 1– 0- DRILLING METHOD: E2 2© L Z a w° a w w Z: 7) al w o o 2 c Dry Augered: 0 to 1 cop �� �o ° gz � � w SO- Fw , rn Wash Bored: -- to – a d o a -' r a s p Cl- MATERIAL DESCRIPTION a. v � 'W' ° w A 0 1111 Asphaltic Concrete Pavement (1.5 ") / 4 41 28 13 SA -- Pulverized Base Material (9 ") P Stiff gray FAT CLAY (CH) (P)1.75 -with shell from 1' to 3' 2 / - becomes firm, gray and reddish brown at 3' (P) 29 95 68 52 0.85 3 ' 99 / - slickensided from 3' to 5' 4 (P)1.25 6 4, -so an slickensided with organics from 7' to 10' ( P)1.25 32 91 67 48 0.39 3 ' 98 • :, ft 8 - becomes stiff at 9' (P)2.00 / 1 Bottom @ 10' • 14 COMPLETION DEPTH: 10 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. t LOGGER: P. Quebodeaux Page 1 of 1 PROJECT NO.: 12.23.351 TOLUNAY -WONC ENGINEERS, INC. LOG OF BORING B -6 PROJECT: 14th Street Roadway and Drainage Improvements CLIENT: Arceneaux & Gates, Inc. City of Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29° 54' 14.40" z r o W 93 °55'16.10" --m _j = > N z a o F° z H \° 0 g N ^ w P ° SURFACE ELEVATION: W w 0 w 2 o s z w *� w z u c z F- �Z c . �^ UX W~ t- z 0 w ,„1"- I w W r" °0 1=W � U z ce o < a- DRILLING METHOD: z o 1- g rn ° z w a r Dry Augered: 0' to 3' o n m g p } n. g z O ix OV ¢ 1- ce I ° Wash Bored: -- to - a o m o co ' a W MATERIAL DESCRIPTION a v ~ _ ° —0 oh Asphaltic Concrete Pavement (1.5 ") / 8 59 45 33 SA - ;��• Pulverized Base Material (8 ") - Stiff gray FAT CLAY (CH) (P)2.00 28 67 49 96 —2 Bottom @ 3' —4 —6 —8 —10 —12 —14 COMPLETION DEPTH: 3 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux Page 1 of 1 PROJECT NO.: 12.23.351 TOLUNAY -WONG ENGINEERS, INC. • LOG OF BORING B-7 PROJECT: 14th Street Roadway and Drainage Improvements CLIENT: Arceneaux & Gates, Inc. City of Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29° 54' 17.70" w o E w W 93° 55' 12.50" N o s N a o (/) } ° } � SURFACE ELEVATION: -- w w g 8 OO �uu l o x Z w w i cr) 0 Z F- O z a � z 5 _ " W - f Z� W> F-16- Q I d 0. xrY LLr cn Z—' �� 11".2 d W LL in N W W� � DRILLING METHOD: w � z � � � °� y a z in w o Dry Angered: 0 to 3 0 o a. ci g? U a s 0 a I T e e l Wash Bored: to p o N MATERIAL DESCRIPTION a v " u — 0 - Asphaltic Concrete Pavement (1.5 ") � 4 22 SA • � y . �'.••, Pulverized Base Material (9.25 "), non - plastic Stiff gray FAT CLAY (CH), with shell (P)2.0o 32 67 46 93 —2 Bottom @ 3' —4 • — 6 • _. 6 —10 ‘N N — 1Y■ • — 14 • COMPLETION DEPTH: 3 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux Page 1 of 1 PROJECT NO.: 12.23.351 TOLUNAY -WONG ENGINEERS, INC. LOG OF BORING B-8 , PROJECT: 14th Street Roadway and Drainage improvements CLIENT: Arceneaux & Gates, Inc. a City of Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29° 54' 20.70" 2 r r r. w W 93 °55'10.20" zy �� :--..z' F �� z , r SURFACE ELEVATION: w w O z a x ? w 4} o w 2 . Z p 0-Z U � Z ''' X U wH F- 2� C7� F Cr , O 2 w CD I- H Q w� ,RE „ , — 0 t, _w � y Ecc 3. > R'o I DRILLINDr Auge ed : 0 to 10' 0 0 a m L) p ° a C1 D z ore cc 0 w ¢ rn = w ° Wash Bored: to -- a p o W o Q J U a eL a. o a LU MATERIAL DESCRIPTION a - u. • — 0 7, \Asphaltic Concrete Pavement (1.5 ") / 18 58 43 70 SA - Pulverized Base Material (5 ") Sr iff gray FAT CLAY (CL) • (P)2.50 —2 -becomes firm , gray and reddish brown at 3' (P)1.50 29 93 69 53 0.90 11 94 y —4 . - becomes stiff at 5' (P)2.50 27 99 1.11 15 " - -with ferrous nodules from 5' to 7' -with calcareous nodules and organics from 5 to —6 10' - ;: ) .; (P)i.7S 30 67 4 9 95 yr —8 ' i O4 - i4 (P)2.50 • / . — 10 Bottom @ 10' —12 `` — 14 COMPLETION DEPTH: 10 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux Page 1 of 1 PROJECT NO.: 12.23.351 TOLUNAY -WONG ENGINEERS, INC. LOG OF BORING B -9 PROJECT: 14th Street Roadway and Drainage Improvements CLIENT: Arceneaux & Gates, Inc. City of Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29° 54' 22.60" " W 93° 55' 08.10" 0 z w z ;_ C2 t_ , } > C1 O .. F' id a SURFACE ELEVATION: w wa7/ O � " F- o u� s z w a w p 0_z r � z � E � Wr i_ p oW - 2 DRILLING METHOD: ~> z O v F = a ° ~ w z o w LL z z o D r to 3' o� aro oz � d 5a 2 oC o c c i� E — rr " _� • o Dry Angered: 0' ' o o r � p a o � � Q Wash Bored: — to - a d u; o L -' U t~n 3 n - p a MATERIAL DESCRIPTION ~ L u U- - 0 Asphaltic Concrete Pavement (1.5 ") 6 42 31 24 SA - ti Pulverized Base Material (5 ") Stiff gray FAT CLAY (CH), with organics (P)1.75 33 79 57 93 —2 _ Bottom @ 3' —4 • — — 8 — 10 • —12 — 14 COMPLETION DEPTH: 3 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was DATE BORING STARTED: 11/07/12 backfilled with soil cuttings and resurfaced with cold mix asphalt material. SA: DATE BORING COMPLETED: 11/07/12 Particle Size Analysis. LOGGER: P. Quebodeaux PROJECT NO.: 12.23.351 Page 1 of 1 TOLUNAY -WONG ENGINEERS, INC. • SYMBOLS AND TERMS USED ON BORING LOGS most Cnmmon Unified Soil Sampler Symbols Meaning Classifications System Symbols Pavement core 1 - v Fill — Silt w1 Sand (ML) H v3 11111 1 Thin - walled tube sample Iv, II Pavement 1 1 Well Graded Sand (SW) 0 Standard Penetration Test (SPT) ' / Lean Clay (CL) e ' ' a Well Graded Sand w/ Gravel (SW -GM) Auger sample / 0 Sampling attempt with no recovery :.1, 77 Lean Clay w/ Sand (CL) :. Poorly Graded Sand (SP) TxDOT Cone Penetrometer Test f Sandy Lean Clay (CL) :'': T Poorly Graded Sand w/ Silt (SP -SM) Field Test Data /• f 71:I: 2.50 Pocket penetrometer reading in tons per square foot 14 Fat Clay (CH) 111111 Silt (ML) 8/6" Blow count per 6 - in. interval of the Standard Fat Clay w/ Sand (CH) ni Elastic Silt (MH) Penetration Test -s— Observed free water during drilling r? Fat Clay (CH) III Elastic Silt w/ Sand (MH -SP) s_ Observed static water level Laboratory Test Data 7 Silty Clay (CL) • ' + S ilty Gravel (GM) I •I •I We (%) Moisture content in percent poi Sandy Silty Clay (CL -ML) / r7 Clayey Gravel (GC) Dens. (pcf) Dry unit weight in pounds per cubic foot Old / /* Qu (tsf) Unconfined compressive strength in tons per square Silty Clayey Sand (SC -SM) Well Graded Gravel (GW) foot • • ' ••� 11:,/,.. • UU (tsf) Compressive strength under confining pressure in Clayey Sand (SC) Well Graded Gravel w/ Sand (SP -GM) tons per square foot z y: :-.• Str. ( %) Strain at failure in percent Sandy Silt (ML) a o Poorly Graded Gravel (GP) Ll. Liquid Limit in percent ' � tt I. I PI Plasticity Index ' Silty Sand (SM) �� Peat { #200(1/4) Percent passing the No. 200 mesh sieve i ( ) Confining pressure in pounds per square inch * Slickensided failure ** Did not fail @ 15% strain - . RELATIVE DENSITY OF CONSISTENCY OF COHESIVE SOILS COHESIONLESS &SEMI- COHESIONLESS SOILS The following descriptive terms for consistency apply to cohesive The following descriptive terms for relative density apply to soils such as clays, sandy clays, and silty clays. cohesionless soils such as gravels, silty sands, and sands as well as semi- cohesive and semi - cohesionless soils such as sandy silts, and clayey sands. Typical Typical Pocket Compressive - SPT "N6o" Typical Penetrometer (tsf. Strength (tsf) Consistenc Value Range ** Relative N 6o Density Value Range* pp < 0.50 qu < 0.25 Very soft _ < 2 0.50Spp <0.75 0.25 <_qu <0.50 Soft 3 -4 Very Loose 0-4 0.75 5 pp < 1.50 0.50 5 qu < 1.00 Finn 5-8 Loose 5 -10 1.50 5 pp < 3.00 1.00 5 qu < 2.00 Stiff 9 -15 Medium Dense 11 -30 3.00 _ pp < 4.50 2.00 5 qu < 4.00 Very Stiff 16 -30 Dense 31 -50 pp z 4.50 qu z 4.00 Hard z 31 Very Dense Over 50 * N60 is the number of blows from a 140 -lb weight having a free * * An "No" value of 31 or greater corresponds to a hard consistency. fall of 30 -in. required to penetrate the final 12 -in. of an 18 -in. The correlation of consistency with a typical SPT "Nd' value range sample interval, corrected for field procedure to an average energy is approximate. ratio of 60% (Terzaghi, Peck, and Mesri, 1996). Tolunay -Wong 1110 Engineers, Inc. REVISION DATE 2 -13 -07 GEOSYSTEM • APPENDIX C • RESULTS OF PARTICLE SIZE DISTRIBUTION TESTS ASTM D 422 . TWE Project No. 12.23.351 Report No. 55865 Ferree Size Distribution Report Project: 14th Street Roadway and Drainage 'improvements Project No,: 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc, Source of Sample: B -1 Depth: 0.125 Date: 11/07/2012 o 0 0 C C C G • C 8 ' C N E a. 3h ' ik tO M N � M 2G � - - 111=11111111M I ill' 90 I 11=111111111111111111116 I 80 I 1 IIIIIII I I I X �0 1 1 lilil1M I i I I I u j Z 60 a) IT I I I I I I I w 50 I I l 111111111111 q I I I I I Iii c va 40 1 IIIIIIIIIIM I I I I 30 q I I I I C Q) I I 1111111111111111 I o 33 20 q l i l l � >., I I 11MB a) "E; 10 II I q I I I I I L Q 0 100 10 1 0.1 0.01 0.001 ca U E GRAIN SIZE mm . s 07 ___ _ % Gravel Sand - -- — % Fines -- % ¢3" % Coarse Fine Coarse Medium Fine Silt Clay a v _ 0 . 0 0 - - - 4.__._ 6 17 - 7 C C O 0 SIEVE PERCENT SPEC. PASS? Material Description a) N SIZE FINER PERCENT (X =NO) Pulverized Base Material v ca .75 100 o -0 #4 100 N m #10 96 = -0 #40 90 Atterberg Limits 0 N #200 73 PL= 17 LL= 52 P1= 35 > v Coefficients • x D 55° 0:2232 D80= D50 o Q D30= `e, D15= D10 �` s E c c o 0 Classification 1.1.). .. USCS= CH AASHTO= A -7 -6(24) o N T Remarks o ASTM I) 422 u) —>'0_ N O- N co m Figure 1 (no specification provided) Tested By: J. Ware Checked By: T. Henneke Particle Size Distribution Report Project: 14th Street Roadway and Drainage Improvements Project o_: 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc. Source of Sample: B -2 Depth: 0.125 Date: 11/07/2012 C C C C C . O � O O O c o O _ O V O \ \ M * ik 2 2 4 it 9k 7; 2 100 1 1 N .- 1 . I 1 I I I I I I 1 1 1 1 . 1 1 1 90 1 1 I I I I I 1 I I I I I 1 1 1 11 1 1 1 80 I I I I I I I f I I I I 70 1 1 1 11 1 1 i r 1 I I it I I I I w ui z 60 1 I' -r 1 � I — I a) EL= I I a) EZ 50 1 — -_ r 1 —- }— ca NQ 40 1 . w • U d • c 30 I O .a 20 N >, E 10 • L a) 0_ 100 10 0 I t I I I I I 1 1 I L 0.1 0.01 0.001 s Q- RI E _ _ GRAIN SIZE - mm, O O % Gravel % Sand % Fines 0/0+3" _ Coarse Fine C oarse Medium Fine . Clay 3 0 : 0 2 3 7 10 _ _ 78 4 c a cu '� c SIEVE PERCENT SPEC. PASS? Material Description ..= a) • SIZE FINER PERCENT (X =NO) Pulverized Base Material 4-6 c .75 100 'a #4 98 N (u #10 95 m - a #40 88 Atterberg Limits > #200 78 PL= 15 LL= 58 P1= 43 = N Coefficients X x D85= 0.2260 D80= D50 a) E .,\ D30= \D15= D10= ` f� c C rn Lo a� Classification 2 USCS= CH AASHTO= A -7 -6(33) • o N , Remarks a ASTM D 422 co 0) 2 L Q • a) Q. V) a) Figure 2 .0 (no specification provided) Tested By: J. Ware Checked By: T. Henneke Particle Size D stributl afl Report Project: 14th Street Roadway and Drainage improvements Prefect No.: 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc. Source of Sample: B -3 Depth: 0.125 Date: 11/07/2012 C C C C • . e C N 0 V 8 7 8 7� 3k 4 6i! ii St i a a v. N 100 1 1 N • ii �0ika II I I I( III 1 80 uIiioiuhIIIIIuiuonIuIIIlIIuIRl 1 OhIIl U 70 11IIIIIII1IIUI�IIIIIIIIIUIIIII1IIIII 1b1111IU11111111� I "11111111111111111111111111118911111111111111111111111111 IIiIiIIa111111II 111111 \IIIIIIIa111111111OUI1111111� a F 5o ~ N 1 11111111� _ci 11 '� RI C 30 I II I 1 I `e o : 2 20 1 1 1 2 >.• 1 1 1 c 10 ■ f 1 1 3 1 I I ■ n i 0 i i , , 1 1 1 1 , a 100 10 1 0.1 0.01 0.001 E c8 -_ .� GRAIN SIZE mm. O 0_ % Gravel % Sand %Fines _ j % +3" Coarse Fine Coarse Medium Fine Si14 Clay O U 0 0 7 19 26 25 23 C c 0 • ....,• SIEVE PERCENT SPEC. PASS? Material Description L a) SIZE FINER PERCENT (X =NO) Pulverized Base Material w Ca .75 100 o a #4 93 c us to #10 74 #40 48 Atterberg Limits > #200 23 PL= 11 LL= 46 P1= 35 N . . = ..-' N Coefficients X a D85= 3.2155 D60= 0.9594 D50= 0.4987 a) E D30= 0.1219., D15= D10= L co C C o Classification 2 o USCS= SC AASHTO= A- 2 -7(2) En >, Remarks o ASTM D 422 0 a a) a to as as . (no specification provided) Figure 3 I — Tested By: J. Ware Checked By: T. Henneke Panicle Sze Distribution Report Project: loth Street Roadway and Drainage Improvements Project No.: 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc. Source of Sample: B -4 Depth: 0.125 Date: 11/07/2012 C C C O o C C C C_ C C m o N o o ( o p 0 T' 0 100 1 1 0 r T T ( 1 1 I I 1 I • I 90 1 1 I I I I I 80 I 1 I 1 1 I I I I I I I I I 70 I 1 I 1 1 r 1 w � I I I u j Z 60 I C N r E • z 50 1— a) U .. N CC 40 O ° 76 a 2 30 N OO .0 20 ED_ a 1 1 CD m • 0 10 1 1 0 1 1 1 l 1 l 1 1 1 .c ^ L 100 10 1 0.1 0.01 0.001 cu GRAIN SIZE - mm. A 0 % Gravel 70 Sand % Fines J Coarse Fine Coarse Medium Fine Silt L Cla :� 0 0 7 21 29 23 20 c c • 0 = SIEVE PERCENT SPEC. PASS? Material Description N N SIZE FINER PERCENT (X =NO) Pulverized Base Material L N .75 100 O 'p #4 93 u) ro #10 72 O cj #40 43 Atterberg Limits > #200 20 PL= NP LL= NP PI= NP . ( y Coefficients x Q D85= 3.3545 D60= 1.1951 D50= 0.6847 N E 0 0 D30= 0.1677 D15= D10= _c ca c c o t Classification O o USCS= SM AASHTO= w >. Remarks o ASTM D 422 N A Q. N 9. rn al . H * (no specification provided) Figure 4 Tested By: J. Ware Checked By: T. Henneke Particle Size Distribution Report Project: 14th Street Roadway and Drainage improvements Project ale,: 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, inc. Source of Sample: B -5 Depth: 0.125 Date: 11/07/2012 0 0 0 G C I 1 O O O Z 0 O 0 V' 0 100 O 1 a • I 1 n I I I 1 I 90 I I I I I 1 11 • I I I 80 I I I I I I I 70 1 I I I 1 1 w • ( 6Z 60 e .c: E Z 50 I - 1 N �U , . U) II 40 t a c 30 - a) o :2 20 a) N 10 I I I I I a) 0. 100 _ 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. G Q / % Gravel % Sand % Fines -C (1) % +3.. y , Coarse Fine Coarse Medium Fine Silt May o 0 0 0 15 22 . 31 19 13 _ V C SIEVE PERCENT SPEC. PASS? Material Description a) 4 - ) SIZE FINER PERCENT (X =NO) Pulverized Base Material v 0 .75 100 #4 85 u) CO #10 63 n 'D #40 32 Atterberg Limits a) > N #200 13 PL= 13 LL= 41 P1= 28 0 Coefficients X (1)) D85= 4.6778 D60= 1.7998 D50= 1.1703 o. E \ D30= 0.3604' D15= 0.0952 D10= r as Cu C c o 2 Classification N � 72 USCS= Sc AASHTO= A- 2 -7(0) tn ca �- >, Remarks • N co ASTM D 422 a) A Q. a) 0 a) (no specification provided) Figure 5 Tested By: J. Ware Checked By: T. Henneke Particle Size Distribution Report Project: 14th Street Roadway and Drainage Improvements Project NO 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc. Source of Sample: B -6 Depth: 0.125 Date: 11/07/2012 C C C C C C C m p o 0 e oo � 0 8 4' 100 I 1 1 N t0 f7 N • . I I I 1 I IIMI 1 1 1 I I I I III 90 III1111111111111I1111t ll111111111111II11III11IU1111111Im " II11I111IIII111111111111111 \111111111Ia11111I11111 j " II11111111111�I111111111i 7111111111�1111111 so .ow a) it I auggi L E Z 50 I° N U -6 N CL 40 N U I 1 • 30 O 20 N A w t 10 I N Q _c Q. 0 100 10 1 1 0 .1 1 0.01 0.001 ai _ _ GRAIN SIZE mm. E. C _ _ % Gravel � / Sanand % Fines ? % +3 Coarse Fine Coarse Medium Fine Silt _ Clay O v 0 0 17 16 13 21 __. 3 a) - '0 2 SIEVE PERCENT SPEC. PASS? Material Description _ a) 0 SIZE FINER PERCENT (X =NO) Pulverized Base Material , co .75 100 O -° #4 83 cn co #10 67 D - 0 # 40 54 Atterberg Limits #200 33 PL= 14 LL= 59 P1= 45 Coefficients X N D 85= 5.2743 D60= 1.0236 D50= 0.2723 a) 11 D30= . D��= D10 . c C u C c rn 2 2 Classification N .r USCS= SC AASHTO= A- 2 -7(6) o ca -•=. --s Remarks • o ASTM D 422 Q a) a U) co H * (no specification provided) Figure 6 Tested By: J. Ware Checked By: T. Henneke Particle Size Distribution Report Project: 14th Street Roadway and Drainage improvements Project No. 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc. Source of Sample: B -7 Depth: 0.125 Date: 11/07/2012 O O O C C C C C 4 m ee�� O O O O O 0 V N a 01 N \ 'A M ik ;k ik it 3 iL ;k Ft ik 100 I I. 1 I I i I I I I I 1 1 1 1 1 90 I I 1 1 1 I 1 1 I I I 1 1 1 1 1 1 1 80 1 / l I - 1 1 I f 1 I I I I I I 1 1 1 70 1 1 I 1 1 r • I 1 1 t uJ I I 1 1 6z so - 1 r r I r a) Er- I I I I coU 50 - co re 40 1 t t • N O d I I co .4= 30 I i a) I I I o 7 0 20 t . I 1 I A I 1 1 1 1 c 10 I t 1 I f 1 I I I I 0 � , a) Q 10 10 1 0.1 0.01 0.001 72 w- —__ _. _ GRAIN SIZE - mm._ . o Q % Gravel % Sand % Fines % +3" Coarse Fine Coarse Medium Fine Silt I Clay --q— " — 0 0 14 18 20 26 ?..__ c .c '- o SIEVE PERCENT SPEC. PASS? Material Description C a) a) SIZE FINER PERCENT (X =NO) Pulverized Base Material r L . .� to .75 100 o v #4 86 N v #10 68 = v #40 48 Atterberg Limits • u #200 22 PL= NP LL= NP PI= NP = Coefficients X D85= 4.5354• 060= 1.2322 050= 0.5129 a) a \ D30= 0.122• \ D15= 0 10 = - 2 C C�= N o t Classification • USCS= Slvl AASHTO= o u) � o , Remarks • o ASTM D 422 u) Q • a) a_ cn to a) Figure 7 _c (no specification provided) Tested By: J. Ware Checked By: T. Henneke Particle Size Distribution Report Project: 14th Street Roadway and Drainage improvements Project NC.: 12.23.351 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc. Source of Sample: B -8 Depth: 0.125 Date: 11/07/2012 C C 0 0 0 C C C ^ S. C s o 0 0 0 0 , { 0 0 cr N m 0 N ik Rk �- * it ik i! 2k qt it 100 1 I I 1 90 I 1 80 I I 70 DC I I u j Z 60 I 1 C rt -1 a) it: L E Z 50 _ .. _ H 5 V N cc 40 - c 0 a ++ 30 . as c o :a 20 '2.1 >s co E' 10 i I 3 m I I CD • Q 0 _c 100 10 1 0.1 0.01 0.001 E w ._ _ _� GRAIN SIZE - mm. cs Q 0 _ _- % Grave! % Sand % Fines S > % +3.. Coarse Fine Coarse Medium Fine Silo Clay o v 0 0 5 6 6 13 70 SIEVE PERCENT SPEC PASS? Material Description a) N SIZE FINER PERCENT (X =NO) Pulverized Base Material .; to .75 100 O -a #4 95 N 2 #10 89 #40 83 Atterberg Limits #200 70 PL= 15 LL= 58 PI= 43 Coefficients X a) D85 0.6506 D60= D50 a) a O D30 D15 D10 E 4 N Cu Cc `o (1) Classification USCS= CH AASHTO= A -7 -6(28) L p CD >, Remarks N c 0 ASTM D 422 L. a a) a to ca a) - Figure 8 _c (no specification provided) Tested By: J. Ware Checked By: T. Henneke Particle Size Distribution Report Project: 14th Street Roadway and Drainage Improvements Project NO 12.23.35 City of Port Arthur, Texas Client: Arceneaux & Gates, Inc. Source of Sample: B -9 Depth: 0.125 Date: 11/07/2012 • I 1 1 1 IMO I C C C C C C m O O OO 0 !Ili N it 61 N �- 1 \ c] I ii: it iL a S a Il ii: 100 90 11111' 1 I li iiII1IlliUIUIIlIllkiIUUIflhIII 80 1111aII11I11111111111111111uIIII111111111111111111 111111111 W "1111111111I11�1111111111 �1I111111111111111111�i11111111� z 50IIIIIIMIIIIIIIIIIIIIIIIIIVIIIIIII o Ia N, 40 III h1111111111111111 i- W 30 11 01 15 9 I 1 11 1 1 1 I 1 I 11 1• o :0 20 f 1 11 I 1 1 I 1 I f I I a)? 1 1 1 1 1 1 1 1 1 I 1 1 1 • c 10 1 I 1 1 1 1 1 1 1 1 1 1 3 2' 1 1 1 1 1 1 1 I 1 I 1 1 >. ai 0 I 1 1 1 s a. 100 10 1 0.1 0.01 0.001 c- GRAIN SIZE - mrn O O % Gravel % Sand % Fines % ¢3 Coarse Fine Coarse Medium Fine Silt Clay o U 0 0 15 19 19 23 2.4 O c C SIEVE PERCENT SPEC. PASS? Material Description W N SIZE FINER PERCENT (X =NO) Pulverized Base Material .: .75 100 #4 85 N as #10 66 • w #40 47 Atterberg Limits N > #200 24 PL= 11 LL= 42 P1= 31 Coefficients x a . D85= 4.7375 D61 = 1.3847 D50= 0.5588 a) E D30= 0.1142 'N D15= D10 2 c Cc 5 t Classification a) o USCS= SC AASHTO= A- 2 -7(2) Cf) >, Remarks co ASTM D 422 a N '' 4) CL cn to • , . * (no specification provided) Figure 9 Tested By: J. Ware Checked By: T. Henneke APPENDIX RESULTS OF MOISTURE - DENSITY RELATIONSHIP AND CBR TESTS ASTM D 698 AND ASTM D 1883 • TWE Project No. 12.23.351 Report No. 55865 California Bearing Ratio (CBR) Test Results ASTM 0 1383 Standard Test Method 180 Specimen No. 1 I 90 — — —. — — 80 - - -- — - -- --- -- -- -- -- 70 -- - - -- --- — 60 — --- --- -- g. u u e m t - -- aso -- — a u O u Pa 40 -- --- - -- — - -- -- 30 — — --_-- __.__. _ -_ -_ ____ _.. __ _..._.. _._.._ ___...-.-�.....___. _...� - - I • ......__ .,.., _ +— -E1- .r.,...._,---- 10 J - - - - -- 0 i.i 0.000 0.100 0.200 0.300 0.400 0.500 Penetration Depth (in) Atterberg Limits - Amount Passing CBR ( %) Material - Optimum Maximum Dry Specimen Plasticity Index the No. 200 Sieve Moisture (%) Density (pcf) Desciptlon - Liquid Limit (LW (P1). ( %) 0.100-In Specimen No. 1 Fat Clay (CH) 71 51 89 24.0 94.4 1.7 Project: ah r Q 1410 Street - Roadway and Drainage Improvements r` TOlUn`lly- Oil Project No. 12. 23.351 Port Arthur, Texas • Engineers, Inc. Report No. 55865 Client: Arceneaucx & Gates Consulting Engineers, Inc. California Bearing Ratio (CBR) - ASTN1 D 1883 Appendix D Port Arthur, Texas Composite Bulk Sample No. I Figure 1 • o � APPENDIX -- "G" CERTIFICATION OF BIDDER REGARDING SECTION 3 AND SEGREGATED FACILITIES CERTIFICATION OF BIDDER REGARDING SECTION 3 AND SEGREGATED FACILTIES Name of Prime Contractor Project Name & Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings (if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained. Name Name & Title of Signer (Print or Type) Signature - -__ �.�...�... pate - ._..._.._.�.� .�..w APPENDIX G