HomeMy WebLinkAboutPR 18395: CONTRACT FOR THE 5TH STREET PAVING AND DRAINAGE IMPROVEMENTS PROJECT MEMORANDUM
CITY OF PORT ARTHUR
PUBLIC WORKS - ENGINEERING DIVISION
TO: John A. Comeaux, P.E., City Manager
FROM: Leslie E. McMahen, P.E., Interim City Engineer
DATE: July 1, 2014
RE: Proposed Resolution No. 18395
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 18395 awarding a
bid and authorizing the execution of a contract for the 5th Street Paving and Drainage
Improvements Project with Excavators and Constructors, Ltd., of Port Arthur, Texas,
having submitted the lowest and most responsive bid for Schedule D improvements in
the amount of $1,991,843.25. Contract time is 270 calendar days.
BACKGROUND
This is a Hurricane Recovery Grant Round 2.1 administered by the Texas General Land
Office which is funding this project. The project includes the installation of new storm
sewers and catch basis from DeQueen Boulevard to 5th Avenue, resurfacing of 5th Street
between DeQueen Boulevard and Woodworth Boulevard, and new curb and gutters and
street resurfacing of 5th Street between Woodworth Boulevard and 5th Avenue. Bids
were received from four (4) qualified bidders, with Excavators and Constructors, Ltd.,
submitting the lowest and most responsive bid for Schedule D improvements, which was
the most funding that could be applied to this project at this stage in bidding on the
GLO Round 2.1 projects. The block between 5th Avenue and 6th Avenue had to be left
off. Other bidders for the Schedule D improvements were APAC-Texas at
$2,075,446.75; MK Constructors at $2,076,957.00; and ALLCO, Inc. at $2,473,327.00. —
BUDGET/FISCAL EFFECT
Funding for this particular project is provided in Project No. I215TH,'Account 144-1201-
532.59-00, which will require a budget adjustment within the GLO Round 2.1 project
funds. Major funding for the amendment to do the above described work on 5th Street
comes from savings on other GLO Round 2.1 projects, either after bidding or as the
result of some projects having to be cut early in the program.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 18395.
P.R. No. 18395
7/1/141em
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE AWARD OF BID AND THE
EXECUTION OF A CONTRACT FOR THE 5TH STREET PAVING AND
DRAINAGE IMPROVEMENTS PROJECT — DEQUEEN BOULEVARD TO 5TH
' AVENUE, WITH EXCAVATORS AND CONSTRUCTORS , LTD., OF PORT
ARTHUR, TEXAS, IN THE AMOUNT OF $1,991,843.25, GLO ROUND 2.1
PROGRAM, PROJECT NO. I215TH,ACCOUNT NO. 144-1201-532.59-00.
WHEREAS, the Texas General Land Office (GLO) has approved funding for the 5th Street
Paving and Drainage Improvements Project; and,
WHEREAS, the Public Works Department, Arcenueax & Gates Consulting Engineers, and the
Purchasing Division have solicited bids for the project; and,
WHEREAS, the bids have been evaluated by Arceneaux & Gates Consulting Engineers, and
their Recommendation of Award and Bid Tabulation is attached as Exhibit"A"; and,
WHEREAS, Excavators and Constructors, Ltd., of Port Arthur, Texas has submitted the lowest
responsive bid under Bid Schedule D in the amount of$1,991,843.25, the largest amount that could be
committed to the project at this time; and,
WHEREAS,the contract time is 270 calendar days;
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
PORT ARTHUR:
THAT, the award of bid for the 5th Street Paving and Drainage Improvements Project is hereby
made by the City Council to Excavators and Constructors, Ltd., of Port Arthur, Texas in the amount of
$1,991,843.25 and 270 calendar days.
THAT,the City Manager of the City of Port Arthur is hereby authorized and directed to execute,
on behalf of the City of Port Arthur, the City's standard construction contract between the City and
Excavators and Constructors, Ltd., for the 5th Street Paving and Drainage Improvements Project from
P.R. No. 18395
7/1/141em
Page 2 of 3
DeQueen Boulevard to 5th Avenue in the amount of$1,991,843.25, referenced as Exhibit`B", a full
copy of which is available for review in the City Secretary's office.
THAT, the project will be funded by GLO Project No. I215TH, Account No. 144-1201-532.59-
00, subject to a budget adjustment within the GLO 2.1 Program funds.
THAT, a copy of the caption of this resolution be spread upon the minutes of the City Council.
READ, ADOPTED AND APPROVED THIS day of , 2014 at a Regular
Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES:
Mayor:
Councilmembers:
NOES:
Deloris Prince, Mayor
ATTEST: APPROVED AS TO FORM:
Q
V�4,
Sherri Bellard, City Secretary Valecia Tizeno, ityb ttorney
APPROVED FOR ADMINISTRATION:
John A. Comeaux, P.E. Shawna Tubbs, CPPO, CPP
Interim City Manager Purchasing Manager
PR. No. 18395
7/1/14 1em
Page 3 of 3
E.
Leslie E. McMahen, P.E.
Interim City Engineer
APPROVED AS TO AVAILABILTIY OF FUNDS:
(Subject to Project Budget Adjustment)
_
Deborah Echols
Director of Finance
Project No. 1215TH
Account No. 144-1201-532.59-00
EXHIBIT "A"
P.R. No. 18395
July 1, 2014
ARCENEAUX & GATES
ARCENEAUX Consulting Engineers, Inc.
GATES A Burrow Global Company
Engineers • Surveyors • Planners
June 24, 2014
Mr. Les McMahen, PE
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
RE; RECOMMENDATION OF AWARD OF CONTRACT
Storm Sewer System Improvements along 5TH Street
A&G Job No. CPA-730
Dear Mr. McMahen:
On May 18, 2014 the City of Port Arthur received four (4) sealed bids for Storm Sewer
System Improvements along 5th Street 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 , 2, 3 and 4. 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 for the desired bid tab "D" in the amount of
$1,991,843.25. 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
ED Page 2
Les McMahen, PE
ARCENEAUX June 24, 2014
GATES
CONSULTING
ENGINEERS,INC.
award the contract for Storm Sewer System Improvements along 5th Street to
Excavators & Constructors, LTD on the basis the lowest responsive Total Amount Bid
in the amount of $1,991,843.25. 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
Cor•,tr•bury, P
Projec Manager
Attached: Bid Tabulation
CC: Shawna Tubbs, CPPO, CPPB-City of Port Arthur
Excavators & Constructors, LTD
BID TABULATION"A"
ED For The
Storm Sewer System Improvements Along 5th Street
ARCENEAUX From Dequeen Boulevard to 6th Avenue
To Serve
& The City of Port Arthur
GATES Job No.:CPA-730
CONSULTING EERSBIDS OPENED: May 28,2014 at 3:15 P.M.
NEEaS,
ENOI IN C.
N
EXCAVATORS& APAC-TEXAS,INC. MK CONSTRUCTORS ALLCO,INC.
CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bid Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
1. Mobilization 1 LS $ 109,790.00 $ 109,79000 $ 98,680.00 $ 98,680.00 $ 45,300.00 $ 45,30000 $ 105,000.00 $ 105,000.00
2. 24"RCP 1225 LF $ 95.20 $ 116,620.00 $ 82.00 $ 100,450.00 $ 143.00 $ 175,175.00 $ 148.00 $ 181,300.00
3. 30"RCP 50 LF $ 121.20 $ 6,060.00 $ 146.00 $ 7,300.00 $ 250.00 $ 12,500.00 $ 194.00 $ 9,700.00
4. 36"RCP 540 LF $ 221.20 $ 119,448.00 $ 175.00 $ 94,500.00 $ 252.00 $ 136,080.00 $ 282.00 $ 152,280.00
5. 42"RCP 2075 LF $ 259.85 $ 539,188.75 $ 234.00 $ 485,550.00 $ 255.00 $ 529,12500 $ 347.00 $ 720,025.00
6. 48"RCP 1550 LF $ 304.20 $ 471,510.00 $ 279.00 $ 432,450.00 $ 316.00 $ 489,80000 $ 383.00 $ 593,650.00
7. Design of Trench Safety System 1 LS $ 700.00 $ 700.00 $ 11,200.00 $ 11,200.00 $ 1,200.00 $ 1,200.00 $ 500.00 $ 500.00
8. Trench Safety System 5550 LF $ 2.60 $ 14,430.00 $ 3.05 $ 16,927.50 $ 1.00 $ 5,550.00 $ 1.00 $ 5,550.00
9. Type"C"Manhole 14 EA $ 5,655.00 $ 79,170.00 $ 8,200.00 $ 114,800.00 $ 6,762.00 $ 94,668.00 $ 5,200.00 $ 72,800.00
10. Type"C"Curb Inlet 26 EA $ 2,672.00 5 69,472.00 $ 5,500.00 $ 143,000.00 $ 4,035.00 $ 104,910.00 $ 3,100.00 $ 80,600.00
11. Manhole Riser 1 EA $ 3,677.00 $ 3,677.00 $ 4,100.00 $ 4,100.00 $ 2,527.00 $ 2,527.00 $ 5,000.00 $ 5,000.00
12. Type"C"Manhole 8 Conflict Structure Combo 1 EA $ 18,120.00 $ 18,120.00 $ 9,100.00 $ 9,100.00 $ 10,918.00 $ 10,918.00 $ 16,000.00 $ 16,000.00
13. Drop Inlet 16 EA $ 2,767.00 $ 44,272.00 $ 3,300.00 $ 52,800.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
14. Inlet Protection-Sock 26 EA $ 42.60 $ 1,107.60 $ 102.00 $ 2,652.00 $ 200.00 $ 5,200.00 $ 75.00 $ 1,950.00
15. Inlet Protection-Silt Control Fence 16 EA $ 73.00 $ 1,168.00 $ 102.00 $ 1,632.00 $ 60.00 $ 960.00 $ 50.00 $ 800.00
16. Concrete Driveway Replacement 70 SY $ 72.75 $ 5,092,50 $ 152.00 $ 10,640.00 S 193.00 $ 13,510,00 $ 218.00 $ 15,260.00
17. Concrete Sidewalk Replacement 20 SY $ 49.85 $ 997.00 $ 152.00 $ 3,040.00 $ 193.00 $ 3,860.00 $ 292.00 $ 5,840.00
18. 1 1/2"Type"D"Hot Mix Asphalt 6125 SY $ 11.50 $ 70,437.50 $ 14.50 $ 88,812.50 $ 13.00 $ 79,625.00 $ 27.00 $ 165,375.00
19. 8"Flexible Base 6125 SY $ 24.05 $ 147,306.25 $ 20.50 $ 125,562.50 $ 27.00 $ 165,375.00 $ 22.00 $ 134,750.00
20. 24"Concrete Curb and Cutter 2925 LF $ 30.85_$ 80,981.25 $ 28.50 $ 74,812.50 $ 15.00 $ 39,375.00 $ 29.00 $ 73,500.00
21. Conflict Structure 1 EA $ 10,450.00 $ 10,450.00 $ 8,100.00 $ 8,100.00 $ 10,000.00 $ 10,000.00 $ 12,000.00 $ 12,000.00
22. 6'CPA Handicap Ramp 28 EA $ 824.00 $ 23,072.00 $ 1,430.00 $ 40,040.00 $ 900.00 $ 25,200.00 $ 1,435.00 $ 40,180.00
23. Traffic Control 1 LS $ 13,620.00 $ 13,620.00 $ 9,400.00 $ 9,400.00 $ 15,000.00 $ 15,000.00 $ 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 1,946,689.85 $ 1,935,549.00 $ 2,009,058.00 $ 2,465,260.00
Supplemental items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
24. Type"C"Manhole 2 EA $ 5,655.00 $ 11,310.00 $ 8,200.00 $ 16,400.00 $ 2,500.00 $ 5,000.00 $ 5,200.00 $ 10,400.00
25. Reinforcing Steel 500 LB $ 0.75 $ 375.00 $ 1.80 $ 800.00 $ 0,75 $ 375.00 $ 0.75 $ 375.00
26. Class"A"Concrete 10 CY $ 150.00 $ 1,500.00 $ 830.00 $ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00
27. 1 1/2"Type"D"Hot Mix Asphalt 35 SY $ 100.00 $ 3,500.00 $ 10500 $ 3,675.00 $ 100.00 $ 3,500.00 $ 100.00 8 3,500.00
28. 8-Inch Crushed Stone Base 400 SY $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00
29. Cement Stabilized Sand 10 CY $ 37.00 $ 370.00 $ 63.00 $ 630.00 $ 30,00 $ 300.00 $ 50.00 $ 500.00
30. 24"Concrete Curb and Gutter 200 LF $ 30.85 $ 6,170.00 $ 29.00 $ 5,800.00 $ 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 33,225.00 $ 45,605.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 1,979,914.85 $ 1,981,154.00 $ 2,034,733.00 $ 2,497,135.00
INDICATES MATHEMATICAL ERROR IN BID
ARCENEAUX&GATES CONSULTING ENGINEERS,INC.
TEXAS REGISTERED ENGINEERING FIRM
*F-30 * .`e'a®tt@a9v$
/ / "°/;r�.hc r,. °°'rjUi °- �� 'From Dequeen Blvd to 6th Avenue
t,° ° °°r.. 'Trench Repair Only
Corey Oldb .E. t'V , •°° 1 0 0 3 1°',J°°ono, j
8 gig, °,•
00�®�tJ�, l � �
BID TABULATION"B"
e For The
Storm Sewer System Improvements Along 5th Street
ARCENEAT From Dequeen Boulevard to 6th Avenue
To Serve
& The City of Port Arthur
GATES Job No.:CPA-730
CONSULTING
NEEI
ENGINEERS,INC. BIDS OPENED: May 28,2014 at 3:15 P.M.
EXCAVATORS& APAC-TEXAS,INC. MK CONSTRUCTORS ALLCO,INC.
CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bid items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price , Amount
1. Mobilization 1 LS $ 121,790.00 $ 121,790.00 $ 105,000.00 $ 105,000.00 $ 44,900.00 $ 44,900.00 $ 105,_000.00 $ 105,000.00
2. 24"RCP 1225 LF $ 85.00 $ 104,125.00 $ 82.00 $ 100,450.00 $ 143.00 $ 175,175.00 $ 148.00 $ 181,300.00
3. 30"RCP 50 LF $ 109.45 $ 5,472.50 $ 146.00 $ 7,300.00 $ 250.00 8 12,500.00 $ 194.00 $ 9,700.00
4. 36"RCP 540 LF $ 205.95 8 111,213.00 $ 175.00 $ 94,500.00 8 252.00 8 136,080.00 S 282.00 $ 152,280.00
5. 42"RCP 2075 LF $ 243.80 $ 505,885.00 $ 234.00 $ 485,550.00 $ 255.00 $ 529 125.00 $ 347.00 $ 720,025.00
6. 48"RCP 1550 LF $ 287.00 $ 444,850.00 $ 279.00 $ 432,450.00 $ 316.00 5 489,800.00 $ 383.00 $ 593,650.00
7. Design of Trench Safety System 1 LS $ 700.00 $ 700.00 $ 11,200.00 $ 11,200.00 $ 1,200.00 $ 1,200.00 $ 500.00 $ 500.00
8. Trench Safety System 5500 LF $ 2.60 $ 14,300.00 $ 3.05 $ 16,775.00 $ 1.00 $ 5,500.00 $ 1.00 $ 5,500.00
9. Type"C"Manhole 14 EA $ 5,655.00 $ 79,170.00 $ 8,200.00 $ 114,800.00 $ 6,762.00 $ 94,668.00 $ 5,200.00 $ 72,800.00
10. Type"C"Curb Inlet 26 FA $ 2,672.00 $ 69,472.00 $ 5,500.00 $ 143,000.00 $ 4,035.00 $ 104,910.00 $ 3,100.00 $ 80,600.00
11. Manhole Riser 1 EA $ 3,677.00 $ 3,677.00 $ 4,100.00 $ 4,100.00 $ 2,527.00 $ 2,527.00 $ 5,000.00 $ 5,000.00
12. Type"C"Manhole&Conflict Structure Combo 1 EA $ 18,120.00 $ 18,120.00 $ 9,100.00 $ 9,100.00 $ 10,918.00 $ 10,918.00 $ 16,000.00 S 16,000.00
13. Drop Inlet 16 EA $ 2,767.00 $ 44,272.00 $ 3,300.00 $ 52,800.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
14. Inlet Protection-Sock 26 EA $ 42.60 $ 1,107.60 $ 102.00 $ 2,652.00 $ 200.00 $ 5,200.00 $ 75.00 $ 1,950.00
15. Inlet Protection-Silt Control Fence 16 EA $ 73.00 $ 1,168.00 $ 102.00 $ 1,632.00 ,.$ 60.00 $ 960.00 $ 50.00 $ 800.00
16. Concrete Driveway Replacement 70 SY $ 72.75 $ 5,092.50 $ 152.00 $ 10,640.00 $ 193.00 $ 13,510.00 $ 218.00 $ 15,260.00
17. Concrete Sidewalk Replacement 20 SY $ 49.85 $ 997.00 $ 152.00 $ 3,040.00 $ 193.00 $ 3,860.00 $ 292.00 $ 5,840.00
18. 1 1/2"Type"D"Hot Mix Asphalt 11150 SY $ 11.50 $ 128,225.00 $ 14.50 $ 161,675.00 $ 12.00 $ 133,800.00 $ 15.40 $ 171,710.00
19. 8"Flexible Base 11150 SY $ 24.05 $ 268,157.50 $ 24.51 $ 273,286.50 $ 27.00 $ 301,050.00 $ 22.00 $ 245,300.00
20. Lime for Subgrxde Stabilization. 305 TON 8 175.00 $ 53,375.00 $ 200.00 $ 61,000.00 5 182.00 $ 55,510.00 8 200.90 S 61,00000
21. Manipulation of Lime 11150 SY $ 10.80 $ 120,420.00 $ 5.95 $ 66,342.50 $ 8.00 $ 89,200.00 $ 9.00 $ 100,350.00
22. 24"Concrete Curb and Gutter 2625 LF $ 22.95 $ 60,243.75 $ 31.50 $ 82,687.50 $ 14.00 $ 36,750.00 $ 28.00 $ 73,500.00
23. Conflict Structure 1 EA $ 10,450.00 $ 10,450.00 $ 8,100.00 $ 8,100.00 $ 10,000.00 $ 10,000.00 $ 12,000.00 $ 12,000.00
24. 6'CPA Handicap Ramp 28 EA 5 824.00 $ 23,072.00 $ 1,430.00 $ 40,040.00 $ 900.00 8 25,200.00 $ 1,435.00 $ 40,180.00
25. Traffic Control 1 _ LS $ 13,620.00 $ 13,620.00 $ 9,400.00 $ 9,400.00 $ 20,000.00 $ 20,000.00 $ 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 2,208,974.85 $ 2,297,520.50 $ 2,345,543.00 $ 2,743,445.00
Supplemental Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
26. Type"C"Manhole 2 EA $ 5,655.00 5 11,310.00 $ 8,200.00 $ 16,400.00 $ 2,500.00 $ 5,000.00 $ 5,20000 $ 10,400.00
27. Reinforcing Steel 500 LB $ 0.75 $ 375.00 5 1.60 $ 800.00 $ 0.75 5 375.00 $ 0.75 $ 375.00
28. Class"A"Concrete 10 CY $ 150.00 8 1,500.00 $ 830.00 $ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 $. 1,500.00
29. 1 1/2"Type"D"Hot Mix Asphalt 35 SY $ 100.00 $, 3,500.00 $ 105.00 $ 3,675.00 $ 100.00 $ 3,500.00 $ 100.00 S 3,500.00
30. 8-Inch Crushed Stone Base 400 SY 8 25.00 8 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 Si 25.00 $ 10,000.00
31. Cement Stabilized Sand 10 CY 8 37.00 $ 370.00 5 63.00 $ 630.00 $ 30.00 $ 300.00 $ 50.00 $ 500.00
32. 24"Concrete Curb and Gutter 200 LF S 25.00 $ 5,000.00 $ 31.50 $ 6,300.00 $ 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 32,055.00 $ 46,105.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 2,241,029.85 $ 2,343,625.50 $ 2,371,218.00 $ 2,775,320.00
ARCENEAUX&GATES CONSULTING ENGINEERS,INC. .� �. OF p,La*e
TEXAS REGISTERED ENGINEERING FIRM ' ' '•�• •**"4,58 ��
*F-30 * ff:i .a 0d
a
COREY M.OLDBURY 0
,- d
-,0%. 100316 .1t..s
/ - ��ll,0.r";��E NS**.,���° From Dequeen Btvd to 6th Avenue
�_ ill0r-A .` i �S�Q,7A�G�.�� 'Full Road Reconstruction
IFCorey Oldbu �ra0A®®ta`,..°°'�tip
BID TABULATION"C"
e For The
Storm Sewer System Improvements Along 5th Street
ARCENEAUX From Dequeen Boulevard to 6th Avenue
To Serve
&
The City of Port Arthur
GATES Job No.:CPA-730
CON NG BIDS OPENED: May 28,2014 at 3:15 P.M.
ENGINEERS,INC.
APAC-TEXAS,INC. EXCAVATORS& MK CONSTRUCTORS ALLCO,INC.
BEAUMONT,TX CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bld Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
1. Mobilization 1 LS $ 91,900.00 $ 91,900.00 $ 108,000.00 $ 108,000.00 $ 42,265.00 $ 42,265.00 $ 105,000.00 $ 105,000.00
2. 24"RCP 1150 LF $ 82.00 $ 94,300.00 $ 95.20 $ 109,480.00 $ 143.00 $ 164,450.00 $ 148.00_$ 170,200.00
3. 42"RCP 2075 LF $ 234.00 $ 485,550.00 $ 259.85 $ 539,188.75 $ 255.00 $ 529,125.00 $ 347.00 $ 720,025.00
4. 48"RCP 1550 LF $ 279.00 $ 432,450.00 $ 304.20 $ 471,510.00 $ 316.00 $ 489,800.00 $ 383.00 ,$ 593,650.00
5. Design of Trench Safety System 1 LS $ 11,200.00 $ 11,200.00 $ 700.00 $ 700.00 $ 1,200.00 $ 1,200.00 $ 500.00 $ 500.00_
6. Trench Safety System 4775 LF $ 3.05 $ 14,563.75 $ 2.60 $ 12,415.00 $ 1.00 $ 4,775.00 $ 1.00 $ 4,775.00
7. Type"C"Manhole 11 EA $ 8,200.00 $ 90,200.00 $ 5,655.00 $ 62,205.00 $ 6,762.00 $ 74,382.00 $ 5,200.00 $ 57,200.00
8. Type"C"Curb Inlet 20 EA $ 5,500.00 $ 110,000.00 $ 2,672.00 $ 53,440.00 $ 4,035.00 $ 80,700.00 $ 3,100.00_$ 62,000.00
9. Manhole Riser 1 EA $ 4,100.00 $ 4,100.00 $ 3,677.00 $ 3,677.00 $ 2,527.00 $ 2,527.00 $ 5,000.00 $ 5,000.00
10. Type"C"Manhole&Conflict Structure Combo 1 EA $ 9,100.00 $ 9,100.00 $ 18,120.00 $ 18,120.00 $ 10,918.00 $ 10,918.00 $ 16,000.00 $ 16,000.00
11. Drop Inlet 16 EA $ 3,300.00 $ 52,800.00 $ 2,767.00 $ 44,272.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
12 Inlet Protection-Sock 20 EA $ 102.00 $ 2,040.00 $ 42.60 $ 852.00 $ 200.00 $ 4,000.00 $ 75.00 $ 1,500.00
13. Inlet Protection-Silt Control Fence 16 EA $ 102.00 $ 1,632.00 $ 73.00 $ 1,168.00 $ 60.00 $ 960.00 $ 50.00 $ 800.00,
14. Concrete Driveway Replacement 65 SY $ 152.00 $ 9,880.00 $ 72.75 $ 4,728.75 $ 193.00 $ 12,545.00 $ 218.00 $ 14,170.00
15. Concrete Sidewalk Replacement 20 SY $ 152.00 $ 3,040.00 $ 49.85 $ 997.00 $ 193.00 $ 3,860.00 $ 292.00 $ 5,840.00
16. 1 112"Type"D"Hot Mix Asphalt 5300 SY $ 14.50 $ 76,850.00 $ 11.50 $ 60,950.00 $ 13.00 $ 68,900.00 $ 27.00 $ 143,100.00
17. 8"Flexible Base 5300 SY $ 20.50 $ 108,650.00 $ 24.05 $ 127,465.00 $ 27.00 $ 143,100.00 $ 22.00 $ 116,600.00
18. 24"Concrete Curb and Gutter 2250 LF $ 28.50 $ 64,125.00 $ 30.85 $ 69,412.50 $ 15.00 $ 33,750.00 $ 28.00 $ 63,000.00
19. Conflict Structure 1 EA $ 8,100.00 $ 8,100.00 $ 10,450.00 $ 10,450.00 $ 10,000.00 $ 10,000.00 $ 12,000.00 $ 12,000.00
20. 5'CPA Handicap Ramp 24 E4 $ 1,430.00 $ 34,320.00 $ 824.00 $ 19,776.00 $ 900.00 $ 21,600.00 $ 1,435.00 1$ 34,440.00
21. Traffic Control 1 LS $ 9,400.001$ 9,400.00, $ 13,620.00 $ 13,620.00 $ 14,000.00 $ 14,000.00 $ 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 1,714,200.75 $ 1,732,427.00 $ 1,756,057.00 $ 2,199,000.00
Supplemental items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
22. Type"C"Manhole 2 EA $ 8,200.00 $ 16,400.00,$ 5,655.00, $ 11,310.00 $ 2,500.00 $ 5,000.00 $ 5,200.00 $ 10,400.00
23. Reinforcing Steel 500 LB $ 1.60 $ 800.00-$ 0.75 $ 375.00 $ 0.75_$ 375.00 $ 0.75 $ 375.00
24. Class"A"Concrete 10 CY $ 830.00 $ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00
25. 1 1/2"Type"D"Hot Mix Asphalt 35 SY $ 105.00 $ 3,675.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00
26. 8-Inch Crushed Stone Base 400 SY $ 25.00 $ 10,000.00,$ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00
27. Cement Stabilized Sand 10 CY $ 63.00 $ 630.00 $ 37.00 $ 370.00 $ 30.00 $ 300.00 $ 50.00 $ 500.00
28. 24"Concrete Curb and Gutter 200 LF $ 29.00 $ 5,800.00-$ 30.85 $ 6,170.00 $ 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 45,605.00 $ 33,225.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 1,759,805.75 $ 1,765,652.00 $ 1,781,732.00 $ 2,230,875.00
ARCENEAUX&GATES CONSULTING ENGINEERS,INC.
TEXAS REGISTERED ENGINEERING FIRM
v* R •• '•*9 AA
�/
4, ;7
6 •COREY M.(rL DB RY d 'From Degueen Blvd to 5th Avenue
0. a ' ®B•• •• • •. '••• 'Trench Repair Only
-
Corey 01..0 ,P.E. 0 42: .......1 003 Y 6•,• ®
IQQ��.t--�,/.ENg•• 0>\,.�
l °'
BID TABULATION"D"
ED For The
Storm Sewer System Improvements Along 5th Street
ARCENEAUX From Dequeen Boulevard to 6th Avenue
To Serve
& The City of Port Arthur
GATES Job No.:CPA-730
CONSULTING BIDS OPENED: May 28,2014 at 3:15 P.M.
ENGINEERS,INC.
EXCAVATORS& APAC-TEXAS,INC. MK CONSTRUCTORS ALLCO,INC.
CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bid Items QTY. Unit Price Amount _ Unit Price Amount Unit Price Amount Unit Price Amount
1. Mobilization 1 LS $ 118,200.00 $ 118,200.00 $ 97,875.00 $ 97,675.00. $ 41,300.00 $ 41,300.00 $ 105,000.00 $ 105,000.00
2. 24"RCP 1150 LF $ 85.00 $ 97,750.00_$ 82.00 $ 94,300.00 $ 143.00 $ 164,450.00 $ 148.00 $ 170,200.00
3. 42"RCP 2075 LF $ 243.80 $ 505,885.00 $ 234.00 $ 485,550.00 $ 255.00 $ 529,125.00 $ 347.00 $ 720,025.00
4. 48"RCP 1550 LF $ 287.00 $ 444,850.00,$ 279.00 $ 432,450.00 $ 316.00 $ 489,800.00 $ 383.00 $ 593,650.00
5. Design of Trench Safely System 1 LS $ 700.00 $ 700.00 $ 11,200.00 $ 11,200.00 $ 1,200.00 $ 1,200.00 8 500.00 $ 500.00
6. Trench Safety System 4775 LF $ 2.60 $ 12,415.00 $ 3.05 $ 14,563.75 $ 1.00 $ 4,775.00 $ 1.00 $ 4,775.00
7. Type"C"Manhole 11 EA $ 5,655.00 $ 62,205.00 $ 8,200.00 $ 90,200.00 $ 6,762.00 $ 74,382.00 $ 5,200.00 $ 57,200.00
8. Type"C"Curb Inlet 20 , EA $ 2,672.00 $ 53,440.00 $ 5,500.00 $ 110,000.00 $ 4,035.00 $ 80,700.00 $ 3,100.00 $ 62,000.00
9. Manhole Riser 1 EA $ 3,677.00 $ 3,677.00 $ 4,100.00 $ 4,100.00 $ 2,527.00 $ 2,527.00 $ 5,000.00 $ 5,000.00
10. Type"C"Manhole&Conflict Structure Combo 1 EA $ 18,120.00 $ 18,120.00 $ 9,100.00 $ 9,100.00 $ 10,918.00 $ 10,918.00 $ 16,000.00 $ 16,000.00
11. Drop Inlet 16 EA $ 2,767.00 $ 44,272.00 $ 3,300.00 $ 52,800.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
12 Inlet Protection-Sock 20 EA $ 42.60 $ 852.00 $ 102.00 $ 2,040.00 $ 200.00 $ 4,000.00 $ 75.00 $ 1,500.00
13. Inlet Protection-Silt Control Fence 16 EA $ 73.00 $ 1,168.00 $ 102.00 $ 1,632.00 $ 60.00 $ 960.00 $ 50.00 $ 800.00
14. Concrete Driveway Replacement 65 SY $ 72.75 $ 4,728.75 $ 152.00 $ 9,880.00 $ 193.00 $ 12,545.00 $ 218.00 $ 14,170.00
15. Concrete Sidewalk Replacement 20 SY $ 49.95 $ 999.00 $ 152.00 $ 3,040.00 $ 193.00 $ 3,860.00 $ 292.00 $ 5,840.00
16. 1 112"Type"0"Hot Mix Asphalt 9680 SY $ 11.50 $ 111,320.00 $ 14.50 $ 140,360.00 $ 12.00 $ 116,160.00 $ 15.40 $ 149,072.00
17. 8"Flexible Base 9680 SY $ 24.05 $ 232,804.00 $ 24,50 $ 237,160.00 $ 27.00 $ 261,360.00 $ 22.00 $ 212,960.00
18. Lime for Subgrade Stabilization 265 TON $ 175.00 $ 46,375.00 $ 200.00 $ 53,000.00 $ 182.00 $ 48,230.00 $ 200.00 $ 53,000.00
19. Manipulation of Lime 9680 SY $ 10.80 $ 104,544.00,$ 5.95 $ 57,596.00 $ 8.00, $ 77,440.00 $ 9.00 $ 87,120.00
20. 24"Concrete Curb and Gutter 2250 LF S 22.95 $ 51,637.50 $ 31.50 $ 70,875.00 5 15.00 $ 33,750.00 $ 28.00 $ 63,000.00
21. Conflict Structure 1 EA $ 10,450.00 $ 10,450.00 $ 8,100.00 $ 8,100.00 $ 10,000.00 $ 10,000.00 $ 12,000.00 $ 12,000.00
22. 6'CPA Handicap Ramp 24 EA $ 824.00 $ 19,776.00 $ 1,430.00 $ 34,320.00 $ 900.00 $ 21,600.00 $ 1,435.00 $ 34,440.00
23. Traffic Control 1 LS $ 13,620.00 $ 13,620.00 $ 9,400.00 $ 9,400.00 $ 19,000.00 $ 19,000.00 $ 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 1,959,788.25 $ 2,029,341.75 $ 2,051,282.00 $ 2,441,452.00
Supplemental Items QTY. Unit Price Amount Unit Price , Amount Unit Price Amount Unit Price Amount
24. Type"C"Manhole 2 EA $ 5,655.00 $ 11,310.00 $ 8,200.00 $ 16,400.00_$ 2,500.00 $ 5,000.00 $ 5,200.00 $ 10,400.00
25. Reinforcing Steel 500 LB _$ 0.75 $ 375.00, $ 1.60 $ 800.00 $ 0.75 $ 375.00 $ 0.75 $ 375.00
26. Class"A"Concrete 10 CY $ 150.00 $ 1,500.00 $ 830.00 ,$ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00
27. 1 112"Type"D"Hot Mix Asphalt 35 SY , $ 100.00 $ 3,500.00 $ 105.00 $ 3,675.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00
28. 8-Inch Crushed Stone Base 400 SY $ 25.00 8 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00
29. Cement Stabilized Sand 10 CY $ 37.00 $ 370.00 $ 63.00 $ 630.00 $ 30.00 _$ 300.00 $ 50.00 $ 500.00
30. 24"Concrete Curb and Gutter 200 LF $ 25.00 $ 5,000.00 $ 31.50 $ 6,300.00 8 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 32,055.00 $ 46,105.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 1,991,843.25 $ 2,075,446.75 $ 2,076,957.00 $ 2,473,327.00
ARCENEAUX&GATES CONSULTING ENGINEERS,INC. " ,,, OF 44:41
TEXAS REGISTERED ENGINEERING FIRM ' •''*jç* /* F-30 * 1 ` % -A
® COREY M.OLDBURY `i
v.•.; ••1 003 ➢ * : *�
/ L11140.11166.4. Qtk0,�4.-.0,...........,,,,s„,nt NENsic9. ��: 'From Dequeen Bivd to Sth Avenue
oZ Ba �, 'Full Road Reconstruction
' Corey Oldbury �i0a0al4o� �
BID TABULATION"E"
For The
Storm Sewer System Improvements Along 5th Street
ARCENEAUX From Dequeen Boulevard to 6th Avenue
To Serve
& The City of Port Arthur
GATES Job No.:CPA-730
CONSULTING
ENGINEERS, BIDS OPENED: May 28,2014 at 3:15 P.M.
INC.IN
APAC-TEXAS,INC. EXCAVATORS& MK CONSTRUCTORS ALLCO,INC.
BEAUMONT,TX CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bid Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
1. Mobilization I LS $ 85,735.00 $ 85,735.00 $ 105,600.00 $ 105,600.00 $ 39,100.00 $ 39,100.00 $ 105,000.00 $ 105,000.00
2. 24"RCP 1010 LF $ 82.00 $ 82,820.00 $ 95.20 $ 96,152.00 $ 143.00 $ 144,430.00 $ 148.00 $ 149,480.00
3. 42"RCP 1550 LE $ 234.00 $ 362,700.00, $ 259.85 $ 402,787.50 $ 255.00 $ 395,250.00 $ 347.00 $ 537,850.00
4. 48"RCP 1550 LF $ 279.00 $ 432,450.00 $ 304.20 $ 471,510.00 $ 316.00 $ 489,800.00 $ 383.00 $ 593,650.00
5. Design of Trench Safety System 1 LS $ 11,200.00 $ 11,200.00 5 700.00 $ 700.00,$ 1,200.00 $ 1,200.00 $ 500.00 $ 500.00
6. Trench Safety System 4110 LF $ 3.05 $ 12,535.50 $ 2.60 $ 10,686.00 $ 1.00 $ 4,110.00 $ 1.00 $ 4,110.00
7. Type"C"Manhole 10 EA $ 8,200.00 $ 82,000.00 $ 5,655.00 $ 56,550.00,$ 6,762.00 $ 67,620.00 $ 5,200.00 $ 52,000.00
8. Type"C"Curb Inlet 16 EA $ 5,500.00 $ 88,000.00 $ 2,672.00 $ 42,752.00 $ 4,035.00 $ 64,560.00 $ 3,100.00 $ 49,600.00_
9. Manhole Riser 1 EA $ 4.100.00 $ 4,100.00 S 3,677.00 $ 3,677.00 $ 2,527.00 $ 2,527.00 $ 5,000.00 $ 5,000.00
10. Type"C"Manhole&Conflict Structure Combo 1 EA $ 9,100.00 $ 9,100.00 $ 18,120.00 $ 18,120.00,$ 10,918.00 $ 10,918.00 $ 16,000.00 $ 16,000.00
11. Drop Inlet 16 EA $ 3,300.00 5 52,800.00 $ 2,767.00 $ 44,272.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
12 Inlet Protection-Sock 16 EA $ 102.00 $ 1,632.00 $ 42.60 $ 681.60 $ 200.00, $ 3,200.00 $ 75.00 $ 1,200.00
13. Inlet Protection-Sill Control Fence 16 EA $ 102.00 $ 1,632.00 $ 73.00 $ 1,168.00 $ 60.00 $ 960.00 $ 50.00 $ 800.00
14. Concrete Driveway Replacement 20 SY $ 152.00 $ 3,040.00 $ 72.75 $ 1,455.00 $ 193.00 $ 3,860.00 $ 218.00 $ 4,360.00
15. Concrete Sidewalk Replacement 10 SY $ 152.00 $ 1,520.00 S 49.85 $ 498.50 $ 193.00 $ 1,930.00 $ 292.00 $ 2,920.00
16. 1 1/2"Type"D"Hot Mix Asphalt 4775 SY $ 14.50, 5 69,237.50 $ 11.50 $ 54,912.50 $ 13.00 $ 62,075.00 $ 27.00 $ 128,925.00
17. 8"Flexible Base 4775 SY $ 20.50 5 97,887.50 $ 24.05 $ 114,838.75 $ 27.00 $ 128,925.00 $ 22.00 $ 105,050.00
18. 24"Concrete Curb and Gutter 1750 LF $ 28.50 $ 49,875.00 $ 30.85 $ 53,987.50_$ 15.00 $ 26,250.00 $ 28.00 $ 49,000.00
19. Conflict Structure 1 EA $ 8,100.00 $ 8,100.00 $ 10,450.00 $ 10,450.00 $ 10,000.00 $ 10,000.00 $ 12,000.00 $ 12,000.00
20. 6'CPA Handicap Ramp 16 EA $ 1,430.00, 5 22,880.00 $ 824.00 $ 13,184.00 S 900.00 $ 14,40000 5 1,435.00 S 22,060.00
21. Traffic Control 1 LS $ 9,400.00 $ 9,400.00 $ 13,200.00 $ 13,200.00 $ 13,000.00 $ 13,000.00 $ 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 1,488,644.50 $ 1,517,162.35 $ 1,527,315.00 $ 1,913,605.00
Supplemental Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
22. Type"C"Manhole 2 EA $ 8,200.00 $ 16,400.00 $ 5,655.00 $ 11,310.00 $ 2,500.00, $ 5,000.00 $ 5,200.00 $ 10,400.00
23. Reinforcing Steel 500 LB $ 1.60 $ 800.00 5 0.75 5 375.00 $ 0.75 $ 375.00 $ 0.75 $ 375.00
24. Class"A"Concrete 10 CY $ 830.00 $ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00
25. 1 1/2"Type"0"Hot Mix Asphalt 35 SY $ 105.00 $ 3,675.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00
26. 8-Inch Crushed Stone Base _ 400 SY $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 5 25.00 $ 10,000.00 $ 25.00 $ 10,000.00
27. Cement Stabilized Sand 10 CY $ 63.00 $ 630.00 $ 37.00 S 370.00 $ 30.00 $ 300.00 $ 50.00 $ 500.00
28. 24"Concrete Curb and Gutter 200 LF $ 29.00 $ 5,800.00 $ 30.85 S 6,170.00 $ 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 45,605.00 $ 33,225.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 1,534,249.50 $ 1,550,387.35 $ 1,552,990.00 $ 1,945,480.00
ARCENEAUX 8 GATES CONSULTING ENGINEERS,INC.
TEXAS REGISTERED ENGINEERING FIRM
®m0°4®®D
*F-30 * '°''� ili9g i°A�b b
m '1lll
y .• ;skOA
* • <•dr 0
/►')� ® COREY OLfjBURV 0 'From Dequeen Blvd to 4th Avenue
(///
� 61 A)�/� (�, ® "Trench Repair Only
' Corey Ory,P.E. Y ..,• 100316 :q
BID TABULATION"F"
ED For The
Storm Sewer System Improvements Along 5th Street
ARCENEAUX From Dequeen Boulevard to 6th Avenue
To Serve
&
The City of Port Arthur
GATES Job No.:CPA-730
CONSULTING BIDS OPENED: May 28,2014 at 3:15 P.M.
ENGINEERS,INC.
EXCAVATORS& APAC-TEXAS,INC. MK CONSTRUCTORS ALLCO,INC.
CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bid Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
1. Mobilization 1 LS $ 114,600.00 $ 114,600.00 $ 90,825.00 $ 90,825.00 $ 38,720.00 $ 38,720.00 $ 105,000.00 $ 105,000.00
2. 24"RCP 1010 LF $ 85.00 $ 85,850.00 $ 82.00 $ 82,820.00 $ 143.00 $ 144,430.00 I$ 14800 5 149,480.00
3. 42"RCP 1550 LF $ 243.80 $ 377,890.00 $ 234.00 $ 362,700.00 $ 255.00 $ 395,250.00 $ 347.00 r S 537,850.00
4. 48"RCP 1550 LF $ 287.00 $ 444,850.00 $ 279.00 $ 432,450.00 $ 316.00 $ 489,800.00 S 383.00 $ 593,650.00
5. Design of Trench Safety System 1 LS $ 700.00 $ 700.00 $ 11,200.00 $ 11,200.00 $ 1,200.00 $ 1,200.00 $ 500.00 $ 500.00
6. Trench Safety System 4110 LF $ 2.60 $ 10,686.00 $ 3.05 $ 12,535.50 $ 1.00 $ 4,110.00 $ 1.00 $ 4,110.00
7. Type"C"Manhole 10 EA $ 5,655.00 $ 56,550.00 $ 8,200.00 $ 82,000.00 $ 6,762.00 $ 67,620.00 S 5,20000 $ 52,000.00
8. Type"C"Curb Inlet 16 EA $ 2,672.00 $ 42,752.00 $ 5,500.00 $ 88,000.00 $ 4,035.00 $ 64,560.00 $ 3,100.00 $ 49,600.00
9. Manhole Riser 1 EA 5 3,677.00 $ 3,677.00 $ 4,100.00 $ 4,100.00 $ 2,527.00 S 2,527.00 $ 5,000.00 $ 5,000.00
10. Type"C"Manhole 8 Conflict Structure Combo 1 EA $ 18,120.00 $ 18,120.00 $ 9,100.00 $ 9,100.00 $ 10,918.00 $ 10,918.00 $ 16,000.00 $ 16,000.00
11. Drop Inlet 16 EA $ 2,767.00 $ 44,272.00 $ 3,300.00 $ 52,800.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
12 Inlet Protection-Sock 16 EA $ 42.60 $ 681.60 $ 102.00 $ 1,632.00 $ 200.00 $ 3,200.00 $ 75.00 $ 1,200.00
13. Inlet Protection-Silt Control Fence 16 EA $ 73.00 $ 1,168.00 $ 102.00 $ 1,632.00 $ 60.00 $ 960.00 S 50.00 $ 800.00
14. Concrete Driveway Replacement 20 SY $ 72.75 $ 1,455.00 $ 152.00 $ 3,040.00 $ 193.00 $ 3,860.00 $ 218.00 $ 4,360.00
15. Concrete Sidewalk Replacement 10 SY $ 49.85 $ 498.50 $ 152.00 $ 1,520.00 $ 193.00 $ 1,930.00 $ 292.00 $ 2,920.00
16. 1 112"Type"D"Hot Mix Asphalt 8250 SY $ 11.50 $ 94,875.00 $ 14.50 $ 119,825.00 $ 12.00 $ 99,000.00 $ 15.40 $ 127,050.00
17. 8"Flexible Base 8250 SY $ 24.05 $ 198,412.50 $ 24.50 $ 202,125.00 $ 27.00 $ 222,750.00 $ 22.00 $ 181,500.00
18. Lime for Subgrade Stabilization 225 TON $ 175.00 $ 39,375.00 $ 200.00 $ 45,000.00 $ 182.00 $ 40,950.00 $ 200.00 $ 45,000.00
19. Manipulation of Lime 8250 SY $ 10.80 $ 89,100.00 $ 5.95 $ 49,087.50 $ 8.00 $ 66,000.00 $ 9.00 $ 74,250.00
20. 24"Concrete Curb and Cutter 1750 LF $ 22.95 $ 40,162.50 $ 31.50 $ 55,125.00 $ 15.00 $ 26,250.00 $ 26.00 $ 49,000.00
21. Conflict Structure 1 EA $ 10,450.00 $ 10,450.00 $ 8,100.00 $ 8,100.00 $ 10,000.00 $ 10,000.00 S 12,000.00 $ 12,000.00
22. 6'CPA Handicap Ramp 16 EA $ 824.00 $ 13,184.00 $ 1,430.00, $ 22,880.00 $ 900.00 $ 14,400.00 $ 1,435.00 $ 22,960.00
23. Traffic Control 1 LS 5 13,200.00 S 13,200.00 $ 9,400.00 $ 9,400.00 S 18,000.00 $ 18,000.00 $ 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 1,702,509.10 $ 1,747,697.00 $ 1,769,635.00 $ 2,107,430.00
Supplemental Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
24. Type"C"Manhole 2 EA $ 5,655.00 $ 11,310.00 $ 8,200.00 $ 16,400.00 $ 2,500.00 $ 5,000.00 $ 5,200.00 $ 10,400.00
25. Reinforcing Steel 500 LB $ 0.75 $ 375.00 $ 1.60 $ 800.00 $ 0.75 $ 375.00 $ 0.75 $ 375.00
28. Class"A"Concrete 10 CY $ 150.00 $ 1,500.00 $ 830.00 $ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 S 1,500.00
27. 1 112"Type"D"Hot Mix Asphalt 35 SY $ 100.00 $ 3,500.00 $ 105.00 $ 3,675.00 5 100.00 $ 3,500.00 $ 100.00, S 3,500.00
28. 8-Inch Crushed Stone Base 400 SY S 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00
29. Cement Stabilized Sand 10 CY $ 37.00 $ 370.00 5 63.00 $ 630.00 $ 30.00 $ 300.00 $ 50.00 $ 500.00
i 30. 24"Concrete Curb and Gutter 200 LF $ 25.00 $ 5,000.00 $ 31.50 $ 6,300.00 $ 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 32,055.00 $ 46,105.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 1,734,564.10 $ 1,793,802.00 $ 1,795,310.00 $ 2,139,305.00
eo'®°�®D®®
ARCENEAUX&GATES CONSULTING ENGINEERS,INC. ,nom. ®� I®
TEXAS REGISTERED ENGINEERING FIRM .m
* F-30 * P C1,•' Ita
0 COREY M. OLDBURY p
/ a•< ��..:i 003 ..,;...®
I/ 1 ' 4/ ,•,,, r9 'From Dequeen Blvd to 41h Avenue
r(4.1.0 0 6/0 L/1 Q ��"... CEN.�' �'�+`�� 'Full Road Reconstruction
prey Oldbury Q�®�q()®1�� ®��
BID TABULATION"G"
For The
Storm Sewer System Improvements Along 5th Street
ARCENEAUX From Dequeen Boulevard to 6th Avenue
To Serve
& The City of Port Arthur
GATES Job No.:CPA-730
CONSULTING BIDS OPENED: May 28,2014 at 3:15 P.M.
ENGINEERS,INC.
APAC-TEXAS,INC. EXCAVATORS& MK CONSTRUCTORS ALLCO,INC.
BEAUMONT,TX CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bid Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
1. Mobilization 1 LS $ 79,640.00, $ 79,640.00 $ 103,800.00 $ 103,800.00 $ 32,715.00 $ 32,715.00 $ 105,000.00 $ 105,000.00
2. 24"RCP 900 LF $ 82.00 $ 73,800.00 $ 95.20 $ 85,680.00 $ 143.00 $ 128,700.00 $ 148.00 $ 133,200.00
3. 42"RCP 1025 LF $ 234.00 $ 239,850.00 $ 259.85 $ 266,346.25 $ 272.00 $ 278,800.00 $ 347.00 $ 355,675.00
4. 48"RCP 1550 LF $ 279.00 $ 432,450.00 $ 304.20 $ 471,510.00 $ 316.00 $ 489,800.00 $ 383.00 $ 593,650.00
5. Design of Trench Safety System 1 LS $ 11,200.00 $ 11,200.00 $ 700.00 $ 700.00 $ 1,200.00 $ 1,200.00 $ 500.00 $ 500.00
6. Trench Safety System 3475 LF $ 3.05 $ 10598.75 $ 2.60 $ 9,035.00 $ 1.00 $ 3,475.00 $ 1.00 $ 3,475.00
7. Type"C"Manhole 9 EA $ 8,200.00 $ 73,800.00 $ 5,655.00 $ 50,895.00 $ 6,762.00 $ 60,858.00 $ 5,200.00 $ 46,800.00
8. Type"C"Curb Inlet 12 E4 $ 5,500.00 $ 66,000.00 $ 2,672.00 $ 32,064.00 $ 4,035.00 $ 48,420.00 $ 3,100.00 $ 37,200.00
9. Manhole Riser 1 EA $ 4,100.00 $ 4,100.00 $ 3,677.00 $ 3,677.00 $ 2,527.00 $ 2,527.00 $ 5,000.00 $ 5,000.00
10. Type"C"Manhole&Conflict Structure Combo 1 EA $ 0100.00 $ 9,100.00 $ 18,120.00 $ 18,120.00 $ 10,918.00 $ 10,918.00 $ 16,000.00 $ 16,000.00
11. Drop Inlet 16 EA $ 3,300.00 $ 52,800.00 $ 2,767.00 $ 44,272.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
12 Inlet Protection-Sock 12 EA $ 102.00 $ 1,224.00 $ 42.60 $ 511.20 $ 200.00 $ 2,400.00 $ 75.00 $ 900.00
13. Inlet Protection-Siff Control Fence 16 EA $ 102.00 $ 1,632.00 $ 73.00 $ 1,168.00 $ 60.00 $ 960.00 $ 50.00 $ 800.00
14. 1 112"Type"D"Hot Mix Asphalt 4175 SY $ 14.50 $ 60,537.50 $ 11.50 $ 48012.50 $ 13.00 $ 54,275.00 $ 27.00 $ 112,725.00
15. 8"Flexible Base 4175 SY $ 20.50 $ 85,587.50 $ 24.05 $ 100,408.75 $ 27.00 $ 112,725.00 $ 22.00 $ 91,850.00
16. 24"Concrete Curb and Gutter 1500 LF $ 28.50 $ 42,750.00 $ 30.85 $ 46,275.00 $ 15.00 $ 22,500.00 $ 28.00 $ 42,000.00
17. 6'CPA Handicap Ramp 12 EA 8 1,430.00 $ 17,160.00 $ 824.00 $ 9,888.00 $ 900.00 $ 10,800.00 $ 1,435.00 $ 17,220.00
18. Traffic Control 1 LS $ 9,400.00 $ 9,400.00 $ 13,200.00 $ 13,200.00 $ 12,000.00 $ 12,000.00 $ 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 1,271,629.75 $ 1,305,562.70 $ 1,316,273.00 $ 1,635,195.00
Supplemental Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
19. Type"C"Manhole 2 EA $ 8,200.00 $ 16,400.00 $ 5,655.00 $ 11,310.00 $ 2,500.00 $ 5,000.00 $ 5,200.00 $ 10,400.00
20. Reinforcing Steel 500 LB $ 1.60 $ 800.00 $ 0.75 $ 375.00 $ 0.75 $ 375.00 $ 0.75 $ 375.00
21. Class"A"Concrete 10 CY $ 830.00 $ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00
22. 1 112"Type"Cr Hot Mix Asphalt 35 SY $ 105.00 $ 3,675.00 ,$ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00
23. 8-Inch Crushed Stone Base 400 SY $ 25.00, $ 10,000.00 $ 25.00 $ 10,000.00 $ 25.00,5 10,000.00 8 25.00 $ 10,000.00
24. Cement Stabilized Sand 10 CY $ 63.00 $ 630.00 $ 37.00 $ 370.00 $ 30.00 $ 300.00 $ 50.00 $ 500.00
25. 24"Concrete Curb and Gutter 200 LF $ 29.00 $ 5,800.00 $ 30.85 $ 6,170.00 $ 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 45,605.00 $ 33,225.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 1,317,234.75 $ 1,338,787.70 $ 1,341,948.00 $ 1,667,070.00
ARCENEAUX&GATES CONSULTING ENGINEERS,INC.
TEXAS REGISTERED ENGINEERING FIRM
*F-30 *
0. co: '. •.;�5. red
/ / / ®* j ••:* id 'From Dequeen Blvd to 3th Avenue
�, 0 OZ 1 r COREY d 'Trench Repair Only
COREY M.OLDBURY J
' Corey Oldboffl E. r A
oe 6 e.0a 5
aet®,r• ,/cENO..4<,, °
BID TABULATION"H"
ED For The
Storm Sewer System Improvements Along 5th Street
ARCENEAUX From Dequeen Boulevard to 6th Avenue
To Serve
& The City of Port Arthur
GATES Job No.:CPA-730
CONSULTING BIDS OPENED: May 28,2014 at 3:15 P.M.
ENGINEERS,INC.
EXCAVATORS& APAC-TEXAS,INC. MK CONSTRUCTORS ALLCO,INC.
CONSTRUCTORS,LTD. BEAUMONT,TX BEAUMONT,TX BEAUMONT,TX
PORT ARTHUR,TX
Base Bid Items QTY. Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
1. Mobilization 1 LS $ 112,200.00 $ 112,200.00 $ 84,540.00 $ 84,540.00 $ 41,300.00 $ 41,300.00 $ 105,000.00 $ 105,000.00
2. 24"RCP 900 LF $ 85.00 $ 76,500.00 $ 82.00 $ 73,800.00 $ 143.00 $ 128,700.00 $ 148.00 $ 133,200.00
3. 42"RCP 1025 LF $ 243.80 $ 249,895.00 $ 234.00 5 239,850.00 $ 255.00 $ 261,375.00 $ 347.00 $ 355,675.00
4. 48"RCP 1550 LF $ 287.00 $ 444,850.00 $ 279.00 $ 432,450.00 $ 316.00 $ 489,800.00 $ 383.00 $ 593,650.00
5. Design of Trench Safety System 1 LS $ 700.00 $ 700.00 $ 11,200.00 $ 11,200.00 $ 1,200.00 $ 1,200.00 $ 500.00 $ 500.00
6. Trench Safety System 3475 LF $ 2.60 $ 9,035.00 $ 3.05 $ 10,598.75 $ 1.00 $ 3,475.00 $ 1.00 $ 3,475.00
7. Type"C"Manhole 9 EA $ 5,655.00 $ 50,895.00 $ 8,200.00 $ 73,800.00 $ 6,762.00 $ 60,858.00 $ 5,200.00 $ 46,800.00
8. Type"C"Curb Inlet 12 EA $ 2,672.00 $ 32,064.00 $ 5,500.00 $ 66,000.00 $ 4,035.00 $ 48,420.00 $ 3,100.00 $ 37,200.00
9. Manhole Riser 1 EA $ 3,877.00 $ 3,677.00 S 4,100.00 $ 4,100.00 $ 2,527.00 $ 2,527.00 $ 5,000.00 $ 5,000.00
10. Type"C"Manhole&Conflict Structure Combo 1 EA $ 18,120.00 $ 18,120.00 $ 9,100.00 $ 9,100.00 $ 10,918.00 $ 10,918.00 $ 16,000.00 $ 16,000.00
11. Drop Inlet 16 EA $ 2,767.00 $ 44,272.00 $ 3,300.00 $ 52,800.00 $ 2,700.00 $ 43,200.00 $ 3,200.00 $ 51,200.00
12 Inlet Protection-Sock 12 EA $ 42.60 $ 511.20 $ 102.00 $ 1,224.00 $ 200.00 $ 2,400.00 $ 75.00 $ 900.00
13. Inlet Protection-Sitt Control Fence 16 EA $ 73.00 $ 1,168.00 $ 102.00 $ 1,632.00 $ 60.00 $ 960.00 $ 50.00 $ 800.00
14. 1 1/2"Type"D"Hot Mix Asphalt 6825 SY $ 11.50 $ 78,487.50 $ 14.50 $ 98,962.50 $ 12.00 $ 81,900.00 $ 15.40 S 105,105.00
15. 8"Flexible Base 6825 SY $ 24.05 $ 164,141.25 $ 24.50 $ 167,212.50 $ 27.00 $ 184,275.00 $ 22.00 $ 150,150.00
16. Lime for Subgrade Stabilization 190 TON $ 175.00 $ 33,250.00 $ 200.00 $ 38,000.00 $ 182.00 $ 34,580.00 $ 200.00 $ 38,000.00
17. Manipulation of Lime 6825 SY $ 10.80 $ 73,710.00 $ 5.95 $ 40,608.75 $ 8.00 $ 54,600.00 $ 9.00 $ 61,425.00
18. 24"Concrete Curb and Gutter 1500 LF $ 22.95 $ 34,425.00 $ 31.50 $ 47,250.00 $ 15.00 $ 22,500.00 $ 28.00 $ 42,000.00
19. 6'CPA Handicap Ramp 12 EA $ 824.00 $ 9,888.00 $ 1,430.00 $ 17,160.00 $ 900.00 $ 10,800.00 $ 1,435.00 $ 17,220.00
20. Traffic Control , 1 LS $ 13,200.00 $ 13,200.00 $ 9,400.00,$ 9,400.00 5 17,000.00 5 17,000.00 5 22,000.00 $ 22,000.00
Subtotal Base Bid Items $ 1,450,988.95 $ 1,479,688.50 $ 1,500,788.00 $ 1,785,300.00
Supplemental Items , QTY. , Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
21. Type"C"Manhole 2 EA $ 5,655.00 $ 11,310.00 $ 8,200.00 $ 16,400.00 $ 2,500.00 $ 5,000.00 $ 5,200.00 $ 10,400.00
22. Reinforcing Steel 500 LB ,$ 0.75 $ 375.00 $ 1.60 $ 800.00 $ 0.75 $ 375.00 $ 0.75 $ 375.00
23. Class"A"Concrete 10 CY $ 150.00 $ 1,500.00 $ 830.00 $ 8,300.00 $ 150.00 $ 1,500.00 $ 150.00 $ 1,500.00
24. 1 1/2"Type"D"Hot Mix Asphalt , 35 SY _$ 100.00 $ 3,500.00 S 105.00 $ 3,675.00 $ 100.00 $ 3,500.00 $ 100.00 $ 3,500.00
25. 8-Inch Crushed Stone Base _ 400 SY $ 25.00 $ 10,000.00 $ 25.00 S 10,000.00 $ 25.00 $ 10,000.00 $ 25.00 $ 10,000.00
26. Cement Stabilized Sand _ 10 CY $ 37.00 $ 370.00 $ 63.00 $ 630.00 $ 30.00 $ 300.00 $ 50.00 $ 500.00
27. 24"Concrete Curb and Gutter 200 LF $ 25.00 $ 5,000.00 $ 31.50 $ 6,300.00 $ 25.00 $ 5,000.00 $ 28.00 $ 5,600.00
Subtotal Supplemental Items $ 32,055.00 $ 46,105.00 $ 25,675.00 $ 31,875.00
TOTAL AMOUNT BID $ 1,483,043.95 $ 1,525,793.50 $ 1,526,463.00 $ 1,817,175.00
ARCENEAUX&GATES CONSULTING ENGINEERS,INC. ...,,44.%e01Zsv1
TEXAS REGISTERED ENGINEERING FIRM ,cs (�f% " ®b8
*F-30 * 0. t Y•• .;:i a ^
k . -4r47 :r tti
ill /
e...>r ui%_ 1917 -�,�b a•���'sip 'From Dequeen Blvd to 31h Avenue
O.14-40 W/� /'� i 1;7%,..�/�. r. ",.+ s,, 'Full Road Reconstruction
Corey Oldbury fir,' .........�;�a+;-
EXHIBIT "B"
P.R. No. 18395
July 1, 2014
(A complete copy of Exhibit "B" is available for review in the City Secretary's
Office)
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
For
STORM SEWER SYSTEM IMPROVEMENTS
ALONG 5TH STREET FROM DEQUEEN
BOULEVARD TO 6TH AVENUE
to Serve
City of Port Arthur
PORT ARTHUR, TEXAS
JOB NO. CPA-730
CONTRACT NO. 1
City of Port Arthur
Jefferson, TEXAS
April 2014
��R
A L LI
Q
w
nl t nl
6
SrAB�.lSH EP 36
TEXAS
,�
REGISTERED ENGINEERING FIRM
F-30
ARCENEAUX & GATES CONSULTING ENGINEERS, INC.
Engineers * Surveyors * Planners
PORT ARTHUR, TEXAS
A BURROW GLOBAL COMPANY
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
For
STORM SEWER SYSTEM IMPROVEMENTS
ALONG 5TH STREET FROM DEQUEEN
BOULEVARD TO 6TH AVENUE
to Serve
City of Port Arthur
PORT ARTHUR, TEXAS
JOB NO. CPA-730
CONTRACT NO. 1
City of Port Arthur
Jefferson, TEXAS
April 2014
''ozA L ki
0 ,---_
x ( _
- �
till
r
N5
PSTABIISHED \ 36
TEXAS
,�
REGISTERED ENGINEERING FIRM
F-30
ARCENEAUX & GATES CONSULTING ENGINEERS, INC.
Engineers * Surveyors * Planners
PORT ARTHUR, TEXAS
A BURROW GLOBAL COMPANY
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
For
STORM SEWER SYSTEM IMPROVEMENTS
ALONG 5TH STREET FROM DEQUEEN
BOULEVARD TO 6TH AVENUE
to Serve
City of Port Arthur
PORT ARTHUR, TEXAS
JOB NO. CPA-730
CONTRACT NO. 1
City of Port Arthur
Jefferson, TEXAS
April 2014
//
AL "•
AIf// o Of id
0 0 �, COREY Y M.OLDBURY I
x �'+ ( P� _s..1003.1 6• e`er,°
E,s 36 1
00
^8L16HE0
TEXAS
i■
REGISTERED ENGINEERING FIRM
F-30
ARCENEAUX & GATES CONSULTING ENGINEERS, INC.
Engineers * Surveyors * Planners
PORT ARTHUR, TEXAS
A BURROW GLOBAL COMPANY
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
For
STORM SEWER SYSTEM IMPROVEMENTS
ALONG 5TH STREET FROM DEQUEEN
BOULEVARD TO 6TH AVENUE
to Serve
City of Port Arthur
PORT ARTHUR, TEXAS
JOB NO. CPA-730
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. MAINTENANCE BOND
L. NOTICE OF AWARD
M. NOTICE TO PROCEED
N. INSURANCE
CPA Federally Funded
O. 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. J3045 - TRENCH EXCAVATION AND SHORING SAFETY PLAN
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
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 have 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
SECTION B
ADVERTISEMENT AND INVITATION FOR BIDS
Construction
Advertisement and Invitation for Bids
The CITY OF PORT ARTHUR will receive bids for STORM SEWER SYSTEM IMPROVEMENTS ALONG
5TH STREET FROM DEQUEEN BOULEVARD TO 6TH AVENUE until 3:00 p.m. on Wednesday, May
21, 2014 at City of Port Arthur City Hall, Office of the City Secretary, 4th Floor, 444 4th Street, Port
Arthur, Texas. The bids will be publicly opened and read aloud at 3:15 p.m. on Wednesday, May 21,
2014 at City of Port Arthur City Hall, 5th Floor Council Chamber, 444 4th Street, Port Arthur, Texas.
Bids are invited for several items and quantities of work as follows: STORM SEWER SYSTEM
IMPROVEMENTS ALONG 5TH STREET FROM DEQUEEN BOULEVARD TO 6TH AVENUE
Bid/Contract Documents, including Drawings and Technical Specifications are on file at the following
locations:
CITY OF PORT ARTHUR
Public Works Department or
Shawna Tubbs, CPPO, CPPB, Purchasing Manager
444 4TH Street
Port Arthur, Texas 77640
ARCENEAUX&GATES CONSULTING ENGINEERS, INC.
A BURROW GLOBAL COMPANY
2901 Turtle Creek Drive, Suite 320
Port Arthur, Texas 77642
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.
B-1
The City of Port Arthur reserves the right to reject any or all bids or to waive any informalities in the
bidding.
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.
City of Port Arthur Shawna Tubbs, CPPO, CPPB Purchasing Manager 4-23-14
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, May 8, 2014 at 10:00 AM at the City of Port Arthur City Hall, 444 4th Street, 5`h Floor
Conference Room, Port Arthur, Texas 77640.
1st Advertisement: April 27, 2014
2nd Advertisement: May 4, 2014
B-2
SECTION C
INSTRUCTION TO BIDDERS FOR CONSTRUCTION
INSTRUCTION TO BIDDERS
FOR CONSTRUCTION
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-1
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. 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 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 MANDATORY PRE-BID CONFERENCE between the Engineer, Representatives of the City
of Port Arthur, Texas and prospective bidders will be held on Thursday May 8, 2014 at, 3:00
PM at City of Port Arthur City Hall, 444 4`h 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
SECTION D
BID
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: STORM SEWER SYSTEM IMPROVEMENTS ALONG 5TH
STREET FROM DEQUEEN BOULEVARD TO 6TH AVENUE 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 day 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
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE"A" (AREA 1; 0+00.00 TO 43+31.00)
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 in
Place.
1. 1 L.S.
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 1,225 L.F.
$ $
Per Linear Foot
30-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 50 L.F.
$ $
Per Linear Foot
36-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 540 L.F.
$ $
Per Linear Foot
CPA Federally Funded
D-2 Bid Schedule"A"
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. 2,075 L.F.
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
6. 1,550 L.F. @
Per Linear Foot
Design of Trench Safety System,
Complete in Place.
7. 1 L.S.
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
8. 5,550 L.F. @
Per Linear Foot
Type "C"Manhole, Complete in Place.
9. 14 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place.
10. 26 EA.
Per Each
$ $
CPA Federally Funded
D-3 Bid Schedule"A"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Manhole Riser on Concrete Box Culvert,
Complete in Place.
11. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
12. 1 EA. @
$ $
Per Each
Storm Sewer Drop Inlet, Complete in
Place.
13. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
14. 26 E.A.
$ $
Per Each
Inlet Protection — Silt Control Fence,
Complete in Place.
15. 16 E.A. @
$ $
Per Each
Concrete Driveway Replacement.
Complete in Place.
16. 70 S.Y. @
$ $
Per Square Yard
CPA Federally Funded
D-4 Bid Schedule"A"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Sidewalk Replacement.
Complete in Place.
17. 20 S.Y. @
$ $
Per Square Yard
1 ih -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340,RAP Allowed, Complete in Place.
18. 6,125 S.Y.
$ $
Per Square Yard
8-Inch Crushed Stone Base (Type 3, Class
A), Complete in Place.
19. 6,125 S.Y.
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
20. 2,625 L.F. @
$ $
Per Linear Foot
Conflict Structure,Complete in Place.
21. 1 EA.
$ $
Per Each
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
22. 28 EA. @
$ $
Per Each
CPA Federally Funded
D-5 Bid Schedule"A"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete in Place.
23. 1 L.S. @
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "A"
CPA Federally Funded
D-6 Bid Schedule "A"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C"Manhole, Complete in Place. ($2,500.00)*
24. 2 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place. ($2,500.00)*
25. 2 EA. -
Per Each $ $
1 '/ Inch HMAC, Complete in Place. ($100.00)*
26. 35 S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3, Class ($25.00)*
A),Complete in Place.
27. 5,500 S•Y. @
$ $
Per Square Yard
Handicap Curb Ramp. Complete in Place. ($500.00)*
28. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "A"
CPA Federally Funded
O-7 Bid Schedule"A"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE`B"(AREA 1&2; 0+00.00 TO 43+31.00)
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 in
Place.
1. 1 L.S.
$ $
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 1,225 L.F.
$ $
Per Linear Foot
30-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 50 L.F.
$ $
Per Linear Foot
36-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 540 L.F.
$ $
Per Linear Foot
CPA Federally Funded
D-8 Bid Schedule`B"
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. 2,075 L.F.
$ $
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
6. 1,550 L.F. @
Per Linear Foot
Design of Trench Safety System,
Complete in Place.
7' 1 L.S.
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
8. 5,500 L.F. @
Per Linear Foot
Type "C" Manhole, Complete in Place.
9. 14 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place.
10. 26 EA.
Per Each
$ $
CPA Federally Funded
D-9 Bid Schedule"B"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Manhole Riser on Concrete Box Culvert,
Complete in Place.
11. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
12. 1 EA. @
$ $
Per Each
Storm Sewer Drop Inlet, Complete in
Place.
13. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
14. 26 E.A. @
$ $
Per Each
Inlet Protection — Silt Control Fence,
Complete in Place.
15. 16 E.A. @
$ $
Per Each
Concrete Driveway Replacement.
Complete in Place.
16. 70 S.Y. @
$ $
Per Square Yard
CPA Federally Funded
D-10 Bid Schedule`B"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Concrete Sidewalk Replacement.
Complete in Place.
17. 20 S.Y. @
$ $
Per Square Yard
1 '/z -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340, RAP Allowed, Complete in Place.
18. 11,150 S.Y.
$ $
Per Square Yard
8-Inch Crushed Stone Base (Type 3, Class
A), Complete in Place.
19. 11,150 S.Y.
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
20. 2,625 L.F.
$ $
Per Linear Foot
Conflict Structure, Complete in Place.
21. 1 EA.
$ $
Per Each
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
22. 28 EA. @
$ $
Per Each
CPA Federally Funded
D-1 1 Bid Schedule`B"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete in Place.
23. 1 L.S.
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "B"
CPA Federally Funded
D-12 Bid Schedule`B"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C" Manhole, Complete in Place. ($2,500.00)*
24. 2 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place. ($2,500.00)*
25. 2 EA.
Per Each $ $
1 1 Inch HMAC, Complete in Place. ($100.00)*
26. 35 S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3, Class ($25.00)*
A), Complete in Place.
27. 400 S.Y. @
$ $
Per Square Yard
Handicap Curb Ramp, Complete in Place. ($500.00)*
28. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "B"
CPA Federally Funded
D-13 Bid Schedule`B"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE"C"(AREA 1; 0+00.00 TO 37+67.00)
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 in
Place.
1 . 1 L.S. @
$ $
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 1,150 L.F.
$ $
Per Linear Foot
42-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 2,075 L.F.
$ $
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 1,550 L.F. @
$ $
Per Linear Foot
CPA Federally Funded
D-14 Bid Schedule"C"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Design of Trench Safety System,
Complete in Place.
5. 1 L.S.
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
6. 4,775 L.F.
Per Linear Foot $ $
Type "C"Manhole, Complete in Place.
7. I I EA.
$ $
Per Each
Type "C" Curb Inlet, Complete in Place.
8. 20 EA.
$ $
Per Each
Manhole Riser on Concrete Box Culvert,
Complete in Place.
9. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
10. 1 EA. @
$ $
Per Each
CPA Federally Funded
D-15 Bid Schedule"C"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Storm Sewer Drop Inlet, Complete in
Place.
11. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
12. 20 E.A. @
$ $
Per Each
Inlet Protection — Silt Control Fence,
Complete in Place.
13. 16 E.A. @
$ S
Per Each
Concrete Driveway Replacement.
Complete in Place.
14. 65 S.Y. @
S 5
Per Square Yard
Concrete Sidewalk Replacement.
Complete in Place.
15. 20 S.Y. @
$ $
Per Square Yard
1 '/ -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340, RAP Allowed, Complete in Place.
16. 5.300 S.Y.
-
$ $
Per Square Yard
CPA Federally Funded
D-16 Bid Schedule"C"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
8-Inch Crushed Stone Base (Type 3, Class
A), Complete in Place.
17. 5,300 S.Y.
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
18. 2,250 L.F.
$ $
Per Linear Foot
Conflict Structure, Complete in Place.
19. 1 EA.
$ $
Per Each
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
20. 24 EA. @
$ $
Per Each
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete in Place.
21. 1 L.S. @
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "C"
CPA Federally Funded
D-17 Bid Schedule"C"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C" Manhole, Complete in Place. ($2,500.00)*
22. 2 EA.
Per Each $ $
Type "C"Curb Inlet, Complete in Place. ($2,500.00)*
23. 2 EA.
Per Each $ $
1 1 Inch HMAC, Complete in Place. ($100.00)*
24. 35 S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3, Class ($25.00)*
A), Complete in Place.
25. 400 SA'. @
$ $
Per Square Yard
Handicap Curb Ramp, Complete in Place. ($500.00)*
26. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "C"
CPA Federally Funded
D-18 Bid Schedule"C"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE "D" (AREA 1&2; 0+00.00 TO 37+67.00)
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 in
Place.
1. 1 L.S.
$ $
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 1,150 L.F.
$ $
Per Linear Foot
42-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 2,075 L.F.
$ $
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 1,550 L.F.
$ $
Per Linear Foot
CPA Federally Funded
D-19 Bid Schedule"D"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Design of Trench Safety System,
Complete in Place.
5' 1 L.S.
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
6. 4,775 L.F.
Per Linear Foot $ $
Type "C" Manhole, Complete in Place.
7. 11 EA.
$ $
Per Each
Type "C" Curb Inlet, Complete in Place.
8. 20 EA.
$ $
Per Each
Manhole Riser on Concrete Box Culvert,
Complete in Place.
9. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
I0. 1 EA. @
$ $
Per Each
CPA Federally Funded
D-20 Bid Schedule"D"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Storm Sewer Drop Inlet, Complete in
Place.
11. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
12. 20 E.A. @
$ $
Per Each
Inlet Protection — Silt Control Fence,
Complete in Place.
13. 16 E.A. @
$ $
Per Each
Concrete Driveway Replacement.
Complete in Place.
14. 65 S.Y. @
$ $
Per Square Yard
Concrete Sidewalk Replacement.
Complete in Place.
15. 20 S.Y. @
$ $
Per Square Yard
1 Y2 -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340, RAP Allowed, Complete in Place.
16. 9,680 S.Y.
$ $
Per Square Yard
CPA Federally Funded
D-21 Bid Schedule"D"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
8-Inch Crushed Stone Base (Type 3 Class
A), Complete in Place.
17. 9,680 S.Y. @
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
18. 2,250 L.F.
$ $
Per Linear Foot
Conflict Structure, Complete in Place.
19. 1 EA.
$ $
Per Each
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
20. 24 EA. @
$ $
Per Each
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete in Place.
21. 1 L.S.
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "D"
CPA Federally Funded
D-22 Bid Schedule"D"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C" Manhole, Complete in Place. ($2,500.00)*
22. 2 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place. ($2,500.00)*
23. 2 EA.
Per Each 5 $
1 '/2 Inch HMAC, Complete in Place. ($100.00)"
24. 35
S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3 Class ($25.00)*
A),Complete in Place.
25. 400 S.Y. @
$ $
Per Square Yard
Handicap Curb Ramp, Complete in Place. ($500.00)*
26. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "D"
CPA Federally Funded
D-23 Bid Schedule"D"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE"E" (AREA 1; 0+00.00 TO 32+34.26)
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 in
Place.
1. 1 L.S.
$ $
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 1,010 L.F.
$ $
Per Linear Foot
42-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 1,550 L.F.
$ $
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 1,550 L.F.
$ $
Per Linear Foot
CPA Federally Funded
D-24 Bid Schedule"E"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Design of Trench Safety System,
Complete in Place.
5' 1 L.S. @
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
6. 4,110 L.F.
Per Linear Foot $ $
Type "C" Manhole, Complete in Place.
7. 10 EA.
$ $
Per Each
Type "C" Curb Inlet, Complete in Place.
8. 16 EA.
$ $
Per Each
Manhole Riser on Concrete Box Culvert,
Complete in Place.
9. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
10. 1 EA. @
$ $
Per Each
CPA Federally Funded
D-25 Bid Schedule"E"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Storm Sewer Drop Inlet, Complete in
Place.
11. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
12. 16 E.A. @
$ $
Per Each
Inlet Protection — Silt Control Fence,
Complete in Place.
13. 16 E.A. @
$ $
Per Each
Concrete Driveway
ReplacementComplete in Place.
14. 20 S.Y. @
$ $
Per Square Yard
Concrete Sidewalk ReplacementComplete
in Place.
15. 10 S.Y. @
$ $
Per Square Yard
1 1 -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340, RAP Allowed, Complete in Place.
16. 4,775 S.Y.
$ $
Per Square Yard
CPA Federally Funded
D-26 Bid Schedule"E"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
8-Inch Crushed Stone Base (Type 3 Class
A), Complete in Place.
17. 4,775 S.Y. @
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
18. 1,750 L.F.
$ $
Per Linear Foot
Conflict Structure, Complete in Place.
19. 1 EA.
$ $
Per Each
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
20. 16 EA. @
$ $
Per Each
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete in Place.
21. 1 L.S.
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "E"
CPA Federally Funded
D-27 Bid Schedule"E"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C" Manhole, Complete in Place. ($2,500.00)*
22. 2 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place. ($2,500.00)*
23. 2 EA.
Per Each $ $
1 1/2 Inch HMAC, Complete in Place. ($100.00)*
24. 35 S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3 Class ($25.00)*
A), Complete in Place.
2.5. 400 S.Y. @
$ $
Per Square Yard
Handicap Curb Ramp, Complete in Place. ($500.00)*
26. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "E"
CPA Federally Funded
D-28 Bid Schedule"E"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE"F" (AREA 1&2; 0+00.00 TO 32+34.26)
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 in
Place.
1. 1 L.S. @
$ $
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 1,010 L.F.
$ $
Per Linear Foot
42-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 1,550 L.F.
$ $
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 1,550 L.F. @
$ $
Per Linear Foot
CPA Federally Funded
D-29 Bid Schedule"F"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Design of Trench Safety System,
Complete in Place.
5.
1 L.S.
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
6. 4,110 L.F.
Per Linear Foot $ $
Type "C"Manhole, Complete in Place.
7. 10 EA.
$ $
Per Each
Type "C" Curb Inlet, Complete in Place.
8. 16 EA.
$ _ $
Per Each
Manhole Riser on Concrete Box Culvert,
Complete in Place.
9. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
10. 1 EA. @
$ $
Per Each
CPA Federally Funded
D-30 Bid Schedule"F'
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Storm Sewer Drop Inlet, Complete in
Place.
11. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
12. 16 E.A. @
$ $
Per Each
Inlet Protection — Silt Control Fence,
Complete in Place.
13. 16 E.A. @
$ $
Per Each
Concrete Driveway Replacement.
Complete in Place.
14. 20 S.Y. @
$ $
Per Square Yard
Concrete Sidewalk Replacement.
Complete in Place.
15. 10 S.Y. @
S $
Per Square Yard
1 ' -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340, RAP Allowed, Complete in Place.
16. 8,250 S.Y.
S $
Per Square Yard
CPA Federally Funded
D-3 1 Bid Schedule"F'
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
8-Inch Crushed Stone Base (Type 3 Class
A), Complete in Place.
17. 8,250 S.Y. @
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
18. 1,750 L.F.
$ $
Per Linear Foot
Conflict Structure, Complete in Place.
19. 1 EA.
$ $
Per Each
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
20. 16 EA. @
$ $
Per Each
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete in Place.
21. 1 L.S.
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "F"
CPA Federally Funded
D-32 Bid Schedule"F"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C" Manhole, Complete in Place. ($2,500.00)*
22. 2 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place. ($2,500.00)*
23. 2 EA.
Per Each $ $
1 '/z Inch HMAC, Complete in Place. ($100.00)*
24. 35 S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3 Class ($25.00)*
A), Complete in Place.
25. 400 S.Y. @
$ $
Per Square Yard
Handicap Curb Ramp, Complete in Place. ($500.00)*
26. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "F"
CPA Federally Funded
D-33 Bid Schedule"F"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE"G"(AREA 1; 0+00.00 TO 27+14.35)
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 in
Place.
1. 1 L.S.
$ $
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 900 L.F.
$ $
Per Linear Foot
42-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 1,025 L.F.
$ $
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 1,550 L.F.
$ $
Per Linear Foot
CPA Federally Funded
D-34 Bid Schedule"G"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Design of Trench Safety System,
Complete in Place.
5.
1 L.S.
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
6. 3,475 L.F.
Per Linear Foot $ $
Type "C" Manhole, Complete in Place.
7. 9 EA.
$ $
Per Each
Type"C" Curb Inlet, Complete in Place.
8. 12 EA.
$ $
Per Each
Manhole Riser on Concrete Box Culvert,
Complete in Place.
9. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
10. 1 EA. @
$ $
Per Each
CPA Federally Funded
D-35 Bid Schedule"G"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Storm Sewer Drop Inlet, Complete in
Place.
11. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
12. 12 E.A. @
$ $
Per Each
Inlet Protection — Silt Control Fence,
Complete in Place.
13. 16 E.A. @
$ $
Per Each
1 1/i -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340, RAP Allowed, Complete in Place.
14. 4,175 S.Y.
$ $
Per Square Yard
8-Inch Crushed Stone Base (Type 3 Class
A), Complete in Place.
15. 4,175 S.Y. @
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
16. 1,500 L.F. @
$ $
Per Linear Foot
CPA Federally Funded
D-36 Bid Schedule"G"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
17. 12 EA. @
$ $
Per Each
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete in Place.
18. 1 L.S• @
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "G"
CPA Federally Funded
D-37 Bid Schedule "G"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C" Manhole, Complete in Place. ($2,500.00)*
19. 2 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place. ($2,500.00)*
20. 2 EA.
Per Each $ $
1 ' Inch HMAC, Complete in Place. ($100.00)*
21. 35 S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3 Class ($25.00)*
A), Complete in Place.
22. 400 S.Y. @
$ $
Per Square Yard
Handicap Curb Ramp, Complete in Place. ($500.00)*
23. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "G"
CPA Federally Funded
D-38 Bid Schedule "G"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE"H"(AREA 1&2; 0+00.00 TO 27+14.35)
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 in
Place.
1. 1 L.S.
$ $
Per Lump Sum
24-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
2. 900 L.F.
$ $
Per Linear Foot
42-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
3. 1,025 L.F. @
$ $
Per Linear Foot
48-Inch Reinforced Concrete Pipe, C-76,
Class III, with required Bedding and
Backfill. Complete in Place.
4. 1,550 L.F. @
$ $
Per Linear Foot
CPA Federally Funded
D-39 Bid Schedule"H"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Design of Trench Safety System,
Complete in Place.
5' 1 L.S.
Per Lump Sum $ $
Trench Safety System, All Depths,
Complete in Place.
6. 3,475 L.F.
Per Linear Foot $ $
Type "C" Manhole, Complete in Place.
7. 9 EA.
$ $
Per Each
Type "C" Curb Inlet, Complete in Place.
8. 12 EA.
$ _ $
Per Each
Manhole Riser on Concrete Box Culvert,
Complete in Place.
9. 1 EA. @
$ $
Per Each
Type "C" Manhole & Conflict Structure
Combination, Complete in Place.
10. 1 EA. @
$ $
Per Each
CPA Federally Funded
D-40 Bid Schedule"H"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Storm Sewer Drop Inlet, Complete in
Place.
1. 16 EA. @
$ $
Per Each
Inlet Protection - Sock, Complete in
Place.
12. 12 E.A. @
— $ S
Per Each
Inlet Protection – Silt Control Fence,
Complete in Place.
13. 16 E.A. @
$ $
Per Each
1 1 -Inch Type "D" Hot Mix Asphalt, PG
64 Binder per TxDOT Specifications Item
340, RAP Allowed, Complete in Place.
14. 6,825 S.Y.
$ $
Per Square Yard
8-Inch Crushed Stone Base (Type 3 Class
A), Complete in Place.
15. 6,825 S.Y. @
$ $
Per Square Yard
24" Concrete Curb and Gutter, Complete
in Place.
16. 1,500 L.F. @
$ $
Per Linear Foot
CPA Federally Funded
D-41 Bid Schedule"H"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
6' Wide, City of Port Arthur Handicap
Curb Ramp, Complete in Place.
17. 12 EA. @
$ $
Per Each
Traffic Control including Signs,
Channelizing Devices, Barricades,
Complete.
18. 1 L.S.
$ $
Per Lump Sum
SUB-TOTAL BASE BID ITEMS $
BID SCHEDULE "H"
CPA Federally Funded
D-42 Bid Schedule"H"
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
SUPPLEMENTAL ITEMS
Type "C" Manhole, Complete in Place. ($2,500.00)*
19. 2 EA.
Per Each $ $
Type "C" Curb Inlet, Complete in Place. ($2,500.00)*
20. 2 EA.
Per Each $ $
1 l/ Inch HMAC, Complete in Place. ($100.00)*
21. 35 S.Y.
Per Square Yard $ $
8-Inch Crushed Stone Base (Type 3 Class ($25.00)*
A), Complete in Place.
22. 400 S.Y. @
$ $
Per Square Yard
Handicap Curb Ramp, Complete in Place. ($500.00)*
23. 5 EA.
Per Each $ $
*Figures in parentheses represent minimum unit prices for Supplemental Items.
SUB-TOTAL SUPPLEMENTAL ITEMS $
SUB-TOTAL BASE BID ITEMS $
TOTAL AMOUNT BID $
BID SCHEDULE "H"
CPA Federally Funded
D-43 Bid Schedule"H"
STATEMENT FOR SEPARATED CONTRACT COMPLIANCE:
TOTAL BASE BID "A": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "A": Skill,labor and consumable material, tools,
and equipment. (Not Tax Exempt) $
TOTAL BASE BID "B": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "B": Skill, labor and consumable material, tools,
and equipment. (Not Tax Exempt) $
TOTAL BASE BID "C": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "C": Skill,labor and consumable material, tools,
and equipment. (Not Tax Exempt) $
TOTAL BASE BID "D": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "D": Skill, labor and consumable material, tools,
and equipment. (Not Tax Exempt) $
TOTAL BASE BID "E": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "E": Skill, labor and consumable material,tools,
and equipment. (Not Tax Exempt) $
CPA Federally Funded
D-44
TOTAL BASE BID "F": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "F": Skill, labor and consumable material,tools,
and equipment. (Not Tax Exempt) $
TOTAL BASE BID "G": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "G": Skill, labor and consumable material, tools,
and equipment. (Not Tax Exempt) $
TOTAL BASE BID "H": Non-consumable material and equipment.
(Tax Exempt) $
TOTAL BASE BID "H": 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:
(TELEPHONE NUMBER)
TITLE:
(LICENSE NUMBER IF APPLICABLE)
DATE: 5/21/2014
(SEAL,IF BIDDER IS A CORPORATION) (ATTEST)
CPA Federally Funded
D-45
BID OPENING DATE: 5/21/2014
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
COMPANY:
ADDRESS:
CITY/STATE/ZIP:
SEND PURCHASE ORDER TO:
COMPANY:
ADDRESS:
CITY/STATE/ZIP:
TAX IDENTIFICATION NUMBER:
CPA Federally Funded
D-46
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
this the day of , 20_
Notary Public in and for the State of
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
CPA Federally Funded
D-47
CITY OF PORT ARTHUR
EXCEPTION/APPROVED EQUAL REQUEST
(Please submit this form for each exception/approved equal)
VENDOR: N/A TELEFAX:
PROJECT:
PAGE: OF PARAGRAPH:
SUBJECT:
Request:
Signature:
, General Partner,
FOR CITY OF PORT ARTHUR USE ONLY
Approved: Disapproved: Clarification:
Signature
City of Port Arthur Representative
CPA Federally Funded
D-48
NONCOLLUSION AFFIDAVIT OF PRIME BIDDER
State of Texas
County of Jefferson
, being first duly sworn, deposes and says that:
(1) He is a 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-49
Grantee/Subrecipient: City of Port Arthur
include this document in all applicable bid packets.
ORAL 4.
�P��tl�iq"o Texas Get neral Land Office
Q Commu Development Block Grant(CDBG)
W ii• 7, Disaster Recovery Program
ri U� m
r
fs'°�.s„E°'e'6 Contractor Certification of Efforts to Fully Comply
with Employment 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 Concerns,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 Concerns of contracting opportunities.This notice should be in sufficient time to
allow the Section 3 Business Concerns 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 resident organizations in the affected housing development to request assistance in notifying
residents of the training and employment positions to be filled.
❑ By arranging interviews and conducting interviews on the job site.
❑ By undertaking such continued job-training efforts as may be necessary to ensure the continued employment of Section 3 Residents
previously hired for employment opportunities.
Contractor Name/Business Name: APPENDIX A
Signature Field Date/Time Field
D-50
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 (OIC), 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-51
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 L/M
Residents
Totals
D-52
STATEMENT OF BIDDER'S QUALIFICATIONS
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 Qualifications.
Executed this day of , 20_
By:(signature) Title:
(print name)
D-53
CONTRACTOR CERTIFICATIONS
U.S. Department of Housing and Urban Development
CERTIFICATION OF BIDDER REGARDING 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 ❑ No
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 Equal Employment Opportunity clause is included in the Contract(if bid equals or exceeds$10,000).
❑ The Affirmative Action for Handicapped Workers clause is included in the contract.
Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended?
❑ Yes ❑ No
NAME AND TITLE OF SIGNER(Please type)
SIGNATURE DATE
SECTION 504 CERTIFICATION
D-54
POLICY OF NONDISCRIMINATION ON THE BASIS
OF DISABILITY
The does not discriminate on the basis of disability in the admission or
access to, or treatment or employment in, its federally assisted programs or activities.
(Name)
(Address)
City State Zip
Telephone Number ( ) — Voice
( ) - TDD
has been designated to coordinate compliance with the nondiscrimination requirements
contained in the Department of Housing and Urban Development's (HUD) regulations
implementing Section 504 (24 CFR Part 8. dated June 2, 1988).
D-55
SECTION E
BID BOND
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we the undersigned,
as PRINCIPAL, and , as SURETY are held and
firmly bound unto hereinafter called the "Owner", in
the penal sum of Dollars, ($ ),
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
, certify that I 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 the work 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 with 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
upon 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 an 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, upon the basis of the facts and
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. Assignment 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
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 make 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 number 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
16. 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) All materials and equipment used in the construction of the project shall be subject to
adequate inspection and testing in accordance with accepted standards. The laboratory or
inspection agency shall be accepted by the OWNER. The CONTRACTOR will pay for all
laboratory inspection service direct, as part of the Contract.
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
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
2009 TxCDBG Project Implementation Manual
Appendix K F-8
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 loss 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.
(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 loss of lateral support of adjoining property and from all loss or expense and all
2009 TxCDBG Project Implementation Manual
Appendix K F-9
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. Sanitary 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.
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.
2009 TxCDBG Project Implementation Manual
Appendix K F-10
(b) The Contractor shall comply with all 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
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
2009 TxCDBG Project Implementation Manual
Appendix K F-11
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 Inspection
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
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
2009 TxCDBG Project Implementation Manual
Appendix K F-12
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 less; 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, non-
owned and hired vehicles coverage).
a. Minimum combined single limit of $500,000 per
occurrence for bodily injury and property damage.
b. If individual limits are provided, minimum limits
are $300,000 per person, $500,000 per occurrence
for bodily injury and $100,000 per occurrence for
property damage.
(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
2009 TxCDBG Project Implementation Manual
Appendix K F-13
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 material 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.
2) He will comply with all requirements of Section 114 of the Clean 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
2009 TxCDBG Project Implementation Manual
Appendix K F-14
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 required to provide equal employment opportunity and to take affirmative
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.
(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
2009 TxCDBG Project Implementation Manual
Appendix K F-15
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, local 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.
(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
2009 TxCDBG Project Implementation Manual
Appendix K F-16
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.
2009 TxCDBG Project Implementation Manual
Appendix K F-17
Federal Labor Standards Provisions 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.
(b) If the contractor and the laborers and mechanics to be 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 30-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.Withholding. 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 programs. (Approved by the Office of Management and Budget under OMB Control
Numbers 1215-0140 and 1215-0017).
(ii)(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 certifications 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.
(iii)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 less 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 be 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 less 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 Employment and Training Administration shall be paid not less than the applicable wage rate
on the wage determination for 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 less 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.
(iii)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.
(iii)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.
B.Contract Work Hours and Safety Standards Act. As used in this paragraph,the terms"laborers"and
"mechanics"include watchmen and guards.
(1)Overtime requirements. No contractor or subcontractor contracting for any part of the contract
work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer
or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the
basic rate of pay for all hours worked in excess of forty hours in such workweek.
(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)Withholding for unpaid wages and 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. Health 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
SECTION G
LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
A. GENERAL. Article 5159a of the Revised Civil Statutes of Texas, passed by the 43rd
Legislature Acts of 1933, Page 91, Chapter 45, provides that any government subdivision
shall ascertain the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft or type of workman or mechanic and shall specify
in the call for bids and in the Contract the prevailing rate of per diem wages which shall
be paid for each craft type of workman. This Article further provides that the
CONTRACTOR shall forfeit, as a penalty, to the City, County, or State, or other political
subdivision, Ten Dollars ($10.00) per day for each laborer, or workman, or mechanic
who is not paid the stipulated wage for the type of work performed by him as set up on
the wage scale. The OWNER is authorized to withhold from the CONTRACTOR, after
full investigation by the awarding body, the amount of this penalty in any payment that
might be claimed by the CONTRACTOR or Subcontractor. The Act makes the
CONTRACTOR responsible for the acts of the Subcontractor in this respect.
The Article likewise requires that the CONTRACTOR and Subcontractor keep an
accurate record of the names and occupations of all persons employed by him and show
the actual per diem wages paid to each worker, and these records are open to the
inspection of the OWNER.
B. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE: Attached hereto.
G-1
General Decision Number: 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) ; dragline, 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) ,
scraper (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 & batchplants,
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 particular
rate is union or non-union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that
classification. Example: PLUM0198-005 07/01/2011. The first
four letters , PLUM, indicate the international union and the
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) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3. ) should be followed.
With regard to any other matter not yet ripe for the formal
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 P_REVAILING WAGE REQUIREMENTS
TO(appropriate recipient) DATE
The City of Port Arthur PROJECT NUMBER(if any)
CPA-730
C/O PROJECT NAME
5'h Street Drainage Improvements 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
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
SECTION H
SUPPLEMENTAL GENERAL CONDITIONS
SUPPLEMENTAL GENERAL CONDITIONS - PART A
A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL
SPECIFICATIONS is entitled: STORM SEWER SYSTEM IMPROVEMENTS
ALONG 5TH STREET FROM DEQUEEN BOULEVARD TO 6TH AVENUE, Job
No. CPA-730, Contract No.1.
B. DESCRIPTION OF WORK.
Contractor shall furnish all materials, appliances, tools,equipment, transportation, services,
and all labor and superintendence necessary for the construction of work as described in
these TECHNICAL SPECIFICATIONS, and as shown on the PLANS. Work, in general,
consists of construction of a STORM SEWER SYSTEM IMPROVEMENTS ALONG
5TH STREET FROM DEQUEEN BOULEVARD TO 6TH AVENUE. 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 Layout
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—43+00
21 Paving Point Information
22-23 Road Sections
24 Traffic Control Plan
25-29 Storm Water Pollution Prevention Plan
30 Storm Water Pollution Prevention Plan Index
31 Storm Water Pollution Prevention Plan Details
H-IA
32-33 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
D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS
listed in Paragraph C. above, is included in items of BID for which unit prices are shown,
and these prices shall be basis of payment.
E. OTHER CONTRACTS. Other construction may be underway concurrently in this area.
Contractor shall afford utility companies and other Contractors reasonable opportunity for
introduction and storage of their material and execution of their work. All work under this
Contract must be properly connected and coordinated with that constructed by others.
F. SEQUENCE OF WORK. City of Port Arthur reserves the right to schedule sequence of
construction.
G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow
describe general requirements. When necessary, Special Provisions are inserted to describe
additional requirements applicable to this Contract. Special Provisions are to be used in
conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between
requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item,
the requirements as set forth in the Special Provisions shall govern.
H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have
been established for Supplemental Items shown in SECTION D - BID. The Contractor may
not bid a unit price less than the minimum value; however, he may increase the minimum
unit price. If no entry is made in the spaces provided, the minimum unit prices shown shall
apply. These items are included to facilitate payment for charges and alterations that may be
required to complete work. The actual work as provided by the GENERAL and SPECIAL
CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on
PLANS is described in BID items other than Supplemental Pay Items. When work covered by
Supplemental Items is requested by the Contractor and approved by the Engineer, payment
will be based on the quantity actually constructed and Unit Prices bid in BID.
I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities
constructed and keep accurate records of location (horizontal and vertical) of all facilities.
On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked
with red pencil to show as-built dimensions and location of all work constructed.
J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments
consisting of right-of-way markers and horizontal and vertical control monuments in the
vicinity of the project. All monuments destroyed during construction shall be replaced by
the Owner and the Contractor shall pay all costs involved in restaking.
H-2A
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 wording:
"This project is funded by the Texas Department of Rural Affairs 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-3A
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-4A
M ,t_, bA 0
X Q .0 .� "O
p bA y 'd Gj
-I - � � N 3
O 0 � � a)
°
° W ° 3
in 0
V 0 ° 0 0 0 0 0 0 0 0 0 0 0 0 ° ° .. °cla 0 ^
O a � 3 �: °
O U
0 z 3t
° V1 ia
v)
0
o V
N l
71- ttO
0 M �d
73
X ° °z c "�
X
oo 4) M c °
U Q X Q.,i'
c� , O ZS O
°° .� z a al cd z °
bn O
M N °
r
.■.
\ ; . I
$ g I,�
�''
o
PIiiii; I e e
E In! lit
gal! H€
\ r A
"T s-4. .`Ile
CA V
H-5A
a--)
CU
U �
V LW El- SE
0 p cu 4- fq ru cr cn
-w U = O
(3 -0 - (n a--' C
,. / O L it co .23 C I rc) a)1 .1 0 4-) 0
� Q) O O
CD O > '- .c () —
O
I- > m
a .0 .20 ., o
E V
-0 z
N 4 J ra Q 4
*-
mil)� � Q � D >
V o
V N U >
•-, >. E o C E
Q � N s„ fo cn .n c
O
-C4— Q) O = 0
I— O 1— U LL O U
of F i cF O\)9\NG 11\i�
4° IOW: `9 ■Z` 4(
� x _.s. ' 7 O , ,=
C Z, . ..J 0 0 x.,&*-1f---4 01,441 \
1— gsr-
���i 4 �,� Je-
Sbx3,1- o n ANo
SUPPLEMENTAL GENERAL CONDITIONS - PART B
A. TECHNICAL SPECIFICATIONS
1. TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined
type and include incomplete sentences. The omission of words or phrases such as
"Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS",
"according to PLANS", "a", "an", "the", and "all", are intentional. Omitted words or
phrases shall be supplied by inference in same matter as they are when a "note"
occurs on PLANS.
2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall
provide all items, articles, materials, operation or methods listed, mentioned, or
scheduled either on PLANS or specified herein, or both, including all labor,
materials, equipment, and incidentals necessary or required for their completion.
3. Whenever the words "approved", "satisfactory", "designated", "submitted",
"observed", or similar words or phrases are used, it shall be assumed that the word
"Engineer" follows the verb as the object of the clause, such as "approved by
Engineer".
4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's
installation directions shall mean the latest edition thereof.
5. Referenced to technical society, organization, or body is made in TECHNICAL
SPECIFICATIONS in accordance with following abbreviations:
AASHTO American Association of State Highway and Transportation Officials
AC/ American Concrete Institute
ASTM American Society for Testing and Materials
AWWA American Waterworks Association
FS Federal Specifications
PCA Portland Cement Association
IEEE Institute of Electrical and Electronic Engineers
NEC National Electric Code
UL Underwriters'Laboratories
AISI American Iron and Steel Institute
API American Petroleum Institute
IPCEA Insulated Power Cable Engineers Association
NEMA National Electrical Manufacturers Association
A WS 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. LINES AND GRADES. From benchmarks and horizontal control references
for correctness of installation as to location and grade. Engineer will establish
at manholes and on line at intervals not exceeding 200 feet.
5. Pavements ad Ditches. Reference hubs on centerline or one right of way line at the
P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet.
Benchmarks at intervals not exceeding 2,000 feet.
will be entertained for or on account of any alleged inaccuracies, or for alterations
as described above, will be furnished as required by Contractor within 18 hours
after written notification to Engineer by Contractor on stake out request forma
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.
All materials, equipment, etc., used in the construction of the project shall be subject to
adequate inspection and testing in accordance with accepted standards and frequency, or
as required by the contract documents. The CONTRACTOR shall make all arrangements
for such tests and inspections with a local independent testing laboratory acceptable to the
OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If
such procedures for testing and inspection reveal failure to comply with accepted
standards or with requirements established by the contract documents, all re-testing and
re-inspection costs made necessary by such failure, including those of related procedures,
shall also be at CONTRACTOR'S expense.
If the ENGINEER and/or OWNER determines that portions of the project requires
additional testing or inspection not included in CONTRACTOR'S original bid, the
ENGINEER shall, upon written authorization from the OWNER, instruct the
CONTRACTOR to make arrangements for additional testing and inspection. The costs
for such additional testing and inspection shall be at OWNER'S expense.
The CONTRACTOR'S independent testing laboratory shall give timely notice to the
CONTRACTOR and the ENGINEER of when and where tests and inspections are to be
made so that the CONTRACTOR and the ENGINEER may be present for such
procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will
do so promptly and, where practical, at the normal pace of testing. Tests and inspections
shall be made promptly to avoid unreasonable delays on the project.
Required certificates and/or reports of all test and inspections shall, unless otherwise
required by the contract documents, be promptly delivered by the independent testing
laboratory to the CONTRACTOR, the ENGINEER, and the OWNER.
F. VARIATIONS DUE TO EQUIPMENT. Foundations, structural supports, electrical
work, and piping shown on PLANS for items of equipment may be changed if necessary
to accommodate equipment furnished. Every effort has been made to design foundations,
structural supports, electrical work, and piping to that no changes will be necessary;
however, exact dimensions and size of subject foundations and structural supports and
exact electrical and piping installations cannot be finally determined until various items
of equipment are purchased and manufacturer's certified shop drawings are secured.
Make changes, after prior consultation with Engineer, at no cost to Owner.
If substitute items of equipment are authorized which vary materially from those shown
on PLANS, prepare equipment data and detailed drawings covering necessary
modifications and submit to Engineer for approval. Make drawings same size as Contract
PLANS and of comparable quality. Make payment of charges resulting from
modifications,including engineering charges for checking modifications.
H-3B
G. ALTERNATE DESIGNS. If alternate design features are proposed for convenience of
Contractor, submit design calculations and detail drawings covering proposed changes
and related modifications of Contract PLANS to Engineer for review. Make drawings
same size as Contract PLANS and of comparable quality. Make payment of charges
resulting from modifications, including engineering charges for checking such designs.
H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings,
schedules, and data sheets covering items of construction and equipment listed below:
1. Structural and miscellaneous steel and steel tanks.
2. Architectural products.
3. Reinforcing steel
4. Prestressed reinforced concrete members.
5. Reinforced concrete pressure pipe.
6. Mechanical equipment, including valves and sluice gates.
7. Electrical equipment,including instruments.
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. Anv
drawings submitted without Contractor's stamp of approval will not be considered and
will be returned to him for proper submission.
Engineer will pass promptly upon drawings submitted, noting necessary corrections or
revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are
acceptable to Engineer as being in conformance with design concept of project and for
compliance with information given in the Contract Documents. Such procedure shall not
be considered cause for delay. Acceptance of drawings by Engineer does not relieve
Contractor of any requirements of terms of Contract.
OPERATION AND MAINTENANCE MANUALS. Operation and maintenance
manuals are to be provided where required by Specification Item.
1. Contractor to be responsible for obtaining installation, operation, and maintenance
manuals from manufacturers and suppliers for equipment furnished under the
contract. Submit three (3) copies of each complete manual to the Engineer within
ninety(90) days after approval of shop drawings, product data, and samples, and not
later than the date of shipment of each item of equipment to the project site or
storage location.
2. Operations and maintenance manuals specified hereinafter are in addition to any
operation, maintenance, or installation instructions required by the Contractor to
install, test, and start up equipment.
H-4B
3. Each manual to be bound in a folder and labeled to identify the contents and project
to which it applies.
4. The manual is to contain the following:
(a) An 81/-inch x 11-inch typewritten sheet listing the manufacturer's
identification, including order number, model, and serial number and location
of parts and service centers.
(b) A separate 81/-inch x 11-inch typewritten list of recommended stock of parts,
including part number and quantity.
(c) Complete replacement parts list.
(d) Performance data and rating tables.
(e) Specific instructions for installation, operation, adjustment, and maintenance.
J. COST BREAKDOWN. Within fifteen (15) days after execution of Contract, submit,
in acceptable form, schedule showing subdivision of Contract into various items of
permanent construction, stating quantities and prices, as basis for computing value to
Owner of permanent usable parts of facility to be paid for on monthly estimates. No
payment will be made to Contractor until such schedule has been submitted and
approved.
K. PROGRESS SCHEDULE. Within fifteen (15) days after execution of Contract,
submit in acceptable form, anticipated progress schedule covering work to be performed.
L. GUARANTEES. Guarantee work, including equipment installed, to be free from
defects due to faulty workmanship or materials for period of one year from date of issue
of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction
which develop during specified period at no cost to Owner. Neither final acceptance nor
final payment nor any provision in Contract Documents relieves Contractor of above
guarantee. Notice of observed defects will be given with reasonable promptness. Failure
to repair or replace defect upon notice entitles Owner to repair or replace same and
recover reasonable cost thereof from Contractor and/or his Surety.
M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during
construction to keep them reasonably neat and free of trash, rubbish, and other debris. In
clean-up operations, remove from sites of work and from public and private property,
temporary structures, rubbish, and waste materials. Dispose of excavated materials
beyond that needed to bring site to elevations shown. During final clean-up, any road
constructed by Contractor for access to construction site to be leveled and ruts filled so
that natural surface drainage is not hindered.
N. MATERIALS AND EQUIPMENT. Incorporate into work only new materials and
equipment of domestic manufacture unless otherwise designated. Store these materials
H-5B
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. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing
storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other
underground structures. Determine location of these installations in way of construction
by referring to available records, consulting appropriate municipal departments and utility
owners, and by making necessary exploration and excavations.
P. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES. Whenever existing
utilities, not indicated on PLANS, present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will determine whenever existing
improvements are to be relocated, or grade and alignment of pipe changed. Where
necessary to move services, poles, guy wires, pipelines, or other obstructions, make
arrangements with owners of utilities. Owner will not be liable for damages on account
of delays due to changes made by owners of privately owned utilities which hinder
progress of work.
Q. PROTECTION AND REPLACEMENT OF PROPERTY.
Where necessary to take down fences, signs, or other obstructions, replace in their
original condition and restore damaged property or make satisfactory restitution, at no
cost to Owner.
R. INTERRUPTION OF UTILITY SERVICES. Operate no valve or other control on
existing systems. Exercise care in performing work so as not to interrupt service. Locate
and uncover existing utilities ahead of heavy excavation equipment. At house
connections, either lift trenching machine over lines or cut and reconnect with minimum
interruption of service, as approved.
S. PROTECTIVE MEASURES. Where construction creates hazard to traffic or public
safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same
when no longer necessary.
T. USE OF STREETS.
1. Remove, as soon as practicable, accumulated rubbish and open each block for
public use. Use of any portion of street shall not constitute acceptance of any
portion of work. Backfill and shape trenches across street intersections or
driveways for safe traffic at night or, where permitted, span open trenches with
wooden mats or bridges to permit traffic flow. When driveways are cut, immediate
placement of mats for ingress or egress of vehicles may be directed if undue
hardship to property owner would otherwise result.
H-6B
2. Except where approved otherwise, do not hinder or inconvenience travel on streets
or intersecting alleys for more than two blocks at any one time. Whenever street is
closed, place properly worded sign announcing fact to public, with proper
barricades at nearest street corners, on both sides of obstruction. Leave no street or
driveway blocked at night.
3. When street is closed, notify Fire Department and Police Department 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' or vendors'
names, trade names, catalogue numbers, etc., it is intended merely to establish a standard;
and, any material, article or equipment of other manufacturers and vendors which will
perform adequately the duties imposed by the general design will be considered equally
acceptable provided the material, article or equipment so proposed is, in the opinion of
the Architect/Engineer, of equal substance and function. It shall not be purchased or
installed by the CONTRACTOR without the Architect/Engineer's written approval.
H-7B
SECTION I
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)
NOW, THEREFORE, if the Principal 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 I-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
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 guaranty period, and if he shall satisfy all claims
and demands incurred under such contract, and shall fully indemnify and save harmless the
OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall
reimburse and repay the OWNER all outlay and expense which the OWNER may incur in
making good any default, then this obligation shall be void, otherwise to remain in full force and
effect.
PROVIDED 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.
2009 TxCDBG Project Implementation Manual
Appendix K J-2
SECTION K
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
K-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: By:
Title Title
Address Address
The name and address of the resident agent of surety is:
NOTE:Date of Maintenance Bond must not be prior to date of contract.
K-2
SECTION L
NOTICE OF AWARD
(THIS PAGE INTENTIONALLY LEFT BLANK)
INSERT "NOTICE OF AWARD" HERE
SECTION M
NOTICE TO PROCEED
(THIS PAGE INTENTIONALLY LEFT BLANK)
INSERT "NOTICE TO PROCEED" HERE
SECTION N
INSURANCE
(THIS PAGE INTENTIONALLY LEFT BLANK)
INSERT "INSURANCE" HERE
SECTION 0
TECHNICAL SPECIFICATIONS
08/02/2004
ITEM NO. A2003—STRUCTURAL EXCAVATION AND BACKFILL
PART 1 —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 as
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 located. 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 surface water 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.
Backfill 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
I.0 I 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 21/2 square feet of area to be
sodded. Top of sod to match finish grade elevations and in no case more than 1/2-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
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. 08/03/2004
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.
1.03 PLAN
The Site Grading Plan supplements the information contained within this section.
PART 2 - PRODUCTS
Not required for this item.
PART 3 - EXECUTION
A3034 - 1/2
Std. 08/03/2004
The following information is the basis for the Storm Water Pollution Prevention Plan:
Storm Water Pollution Prevention Plan for
Site Grading of the Dravo Spoil Area
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.
B l 001 - 1/8
10/13/2005
3. For Structural Concrete:
a. Perform sufficient number of tests to maintain check on quality.
b. Conduct tests as per test procedures(ASTM C31 and C39 for Compression
Test).
c. When Portland cement concrete other than high-early-strength concrete is
used,test minimum of two (2) standard 6-inch by 12-inch cylinders at 7
days and minimum of two(2) 6-inch by 12-inch cylinders at 28 days, for
each 50 yards of concrete placed or each structure, whichever is less.
d. When high-early-strength concrete is used, test minimum of two(2)
standard 6-inch by 12-inch cylinders at 3 days and minimum of two (2) 6-
inch by 12-inch cylinders at 7 days for each 50 cubic yards of concrete
placed or for each structure, whichever is less. Minimum strengths
normally required at 7 and 28 days will be required at 3 and 7 days,
respectively.
4. For paving concrete, test pavement work as required by PLANS and/or as
follows:
a. Make one beam for each 1,000 square yards of pavement, or part thereof,
for each day's pour and/or one beam on each street.
b. Size of beams as required by ASTM C31.
c. Core sampling in accordance with requirements of Special Provision.
d. If requirements not established by Special Provision, make one core for each
1,000 linear feet or pavement, or one core for each 2,500 square yards of
pavement, or at least one core for each street, whichever is lease in area.
e. Fill core hole with non-shrinking grout at no additional cost to Owner.
f. Test core for compressive strength and for thickness.
5. For air entrainment, make two tests, in accordance with ASTM C138 or C 173, for
each day's placing.
6. Make slump tests periodically in accordance with ASTM C 143.
E. Specimen handling
1. Mark test specimens clearly in a definite sequence.
2. Transport and store specimens to prevent damage.
3. Provide insulated shed for storage of cylinders and beams.
4. Provide records identifying each cylinder with locations from which specimens
were taken.
5. Cure specimens under laboratory conditions, except that for a possibility of
surrounding air temperature falling below 40o F, additional specimens to be cured
under job conditions may be required.
F. Failure to Meet Specifications
1. Concrete failing to meet specifications will be rejected.
2. Should a 3-day (high-early cement) or 7-day(normal cement)test fail to meet
established strength requirements, extended curing or resumed curing may be
required.
B 100 l - 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 C 150, Type I.
b. ASTM Specifications for weight variations and length of storage.
c. Use no caked cement.
d. Deliver in bags for site-mixed concrete.
e. Use only one brand of cement in any one structure.
f. Cement for Class"P"concrete may be delivered in bulk if method of
handling is approved.
2. Admixtures
a. Air-entraining admixtures in accordance with ASTM C260.
b. Water-reducing and retarding admixtures in accordance with ASTM C494,
Type A, or Type D admixture, modified as follows
1) Bleeding water no greater than bleeding water of ASTM C494
reference concrete when tested as per ASTM C232.
2) Increase durability, decrease permeability, and increase resistance
to surface scaling, when compared to ASTM C494 reference
concrete.
3) No chlorides or alkalis added during manufacture of admixture.
B l 001 - 3/8
10/13/2005
c. High range water-reducing admixture (superplasticizer) in accordance with
ASTM C494, Type F or Type G modified as follows:
1) Superplasticized concrete to be nonsegregating, have little
bleeding, and have physical properties similar to low water-cement
ratio concrete.
2) Admixture composed of a synthesized suffocated polymer to be
added to the concrete mixer with gauge water at the central batch
plant.
3) Use only one liquid admixture to achieve the superplasticized
concrete, except where air entrainment is desired, in which case,
air entraining admixture to be compatible with superplasticizer
admixture.
4) Treated concrete must be capable or maintaining superplastic state
in excess of two hours.
5) Dosage as recommended by the manufacturer.
d. Additional Requirements
1) Manufacturer to provide proof of successful field use of water-
reducing and retarding admixture from recognized laboratories and
other authorities.
2) Manufacturer to provide local representative and warehouse
facilities, when requested by Owner.
3) Provide qualified concrete technician to assist in concrete mix
design, if required.
4) If required, Contractor to acquire approved commercial laboratory
testing at no cost to Owner to furnish certification of compliance
with this specification.
5) Water reducing a retarding admixtures used in Class A and Class
K concrete only, unless other wise specified.
6) Use manufacturer's published recommended dosage for optimum
results as minimum requirements. Engineer may vary dosage after
analysis of results of local commercial laboratory tests using
materials from sources assigned by Contractors.
7) Dispensing and mixing equipment and procedures at batch plant
are subject to approval.
3. Coarse Aggregate
a. Durable particles of gravel, crushed gravel, crushed blast furnace slag,
crushed stone, or combination thereof, conforming to ASTM C33.
b. Use clean, durable particles, free from frozen materials, clay, salt, alkali,
vegetable matter, or other coating, which would adversely affect strength of
concrete or bonding of aggregate to cement paste.
1) Non-Prestressed Concrete aggregate size from No. 4 to 1 1/4-inch.
2) Prestressed Concrete aggregate size from No. 4 to 1-inch.
c. The maximum size coarse aggregate to be as indicated above or no greater
than three-fourths of the minimum clear spacing between parallel
reinforcing bars or prestressing tendons,whichever is smaller.
4. Fine Aggregate
B1001 -4/8
10/13/2005
a. Natural sand as per ASTM C33.
b. Fineness modulus between 2.4 and 2.9.
5. Water
a. Free from oils, acids, alkalis, organic mater or other deleterious substances,
and not containing more than 1,000 parts per million of sulphates.
b. Testing not required from municipal supplies approved by Texas
Commission on Environmental Quality (TCEQ), but from other sources
water will be sampled and tested, at no additional cost to Owner, before use.
6. Slump
a. Test method as per ASTM C 143.
b. As indicated in Classification Table.
7. Mix Proportioning
a. As per Classification Table, based on maximum water-cement ratio and
minimum strength requirements,with limits set on minimum cement
content.
b. Increase cement content above minimum or use approved admixtures,
without additional cost to Owner, if type, gradation, or sizes of aggregate
being supplied gives concrete mixture not meeting strength and workability
requirements.
8. Coring Materials: Per Item "Concrete Structures."
B. Nonshrink Grout: Grout to have moderate fluidity and to conform to Corps of Engineers
Specification CRD-C 621-82B.
B1001 - 5/8
10/13/2005
CLASSIFICATION TABLE
Max.Water Content") :.
Min.Comp. Pounds of Gallons of Min.Cement Per
Strength(psi) Water/Lb. Water/Bag C.Y(Z' Slump Range Total Air Content
Class-Type 7-Day 28-Day Cement Cement Lbs. Bags (in.) (/o)
A-Structural 2000 3000 0.55 6.25 494 5.25 21/2 to 41/2 2%2 to 4%
Asp-Structural") 2000 3000 0.50 5.65 423 4.50 7 to 1014) 3 to 5
B-Slope 1200 2000 0.75 8.50 400 4.25 21/2 to 4 21/2
Protection
C-Pipe Blocking --- 1500 0.97 I I.00 282 3.00 3 to 5 3 to 6
D-Seal Slab --- --- --- --- 376 4.00 6 to 8 As needed
E-Monolithic 2000 3000 0.55 6.25 564 6.00 4 to 6 3 to 5
Sewer
F-Prestressed(5) --- 5000 0.51 5.75 635 6.75 2 to 3 As needed
G-Prestressed(5) --- 6000 0.49 5.50 658 7.00 2 to 3 As needed
K-Structural(6) 2800 4000 0.50 5.65 564 6.00 31/2 to 5 2V2 to 41/4
Ksp-Structural(3) 2800 4000 0.45 5.00 470 5.00 7 to 10'4) 3 to 5
P-Paving 6-Inch
ta) 1800 2800 0.66 7.50 423 4.50 3 to 5 21/2 to 41/2
450")
P-Paving 7-Inch
(8) 2000 3000 0.66 7.50 470 5.00 3 to 2%z to 41/2
500'7)
P-Paving 8-Inch
(e) 2000 3000 0.66 7.50 470 5.00 3 to 5 2''A to 4'Y2
550")
* All slump Ranges+'/a-Inch Tolerance
(1) Include in maximum water,free water in aggregate minus absorption of aggregate based
on a 30-minute absorption period.
(2) For concrete placed under water,minimum cement per cubic yard shall be 611 pounds
(6.5 bags).
(3) Asp and Ksp to contain approved High Range Water Reducing(HRWR)Admixture.
(4) Maximum 2-Inch slump before addition of HRWR Admixture.
(5) For prestressed concrete,water-reducing admixture may be used as needed.
(6) Use approved water-reducing and retarding admixture.
(7) Minimum flexural strength at 7 days.
(8) Slump range 1-Inch to 3-Inch when slip form method of construction used.
B l 00 l - 6/8
10/13/2005
PART 3—EXECUTION
3.01 MIXING CONCRETE
A. General
1. Ready mixed and in accordance with requirements of current ACI Building
Codes.
2. Postpone or delay work during adverse weather conditions.
3. Protect dry batch material so that it reaches mixer in a dry condition.
4. Use batch mixer having approved and positive water control, and measuring
device for all materials.
5. Continue mixing to ensure uniform distribution of materials, but not less than 11/2
minutes after all materials have been introduced into mixer drum.
6. Rotate drum at peripheral speed recommended by mixer manufacturer.
7. Mix and deliver as per ASTM C94.
a. Add mixing water at plant.
b. Mix concrete in quantities required for immediate use, and discharge at job
site within one hour after introduction of cement to aggregate. If Contractor
can prove that concrete consistency measured by slump will not be reduced
by more than 2-inches when superplasticized concrete is used,time interval
between mixing and placing may be extended to a maximum of 90 minutes
or to a period in which slump loss will not exceed 2-inches.
c. Begin mixing operation within 30 minutes after cement and aggregates
intermingled.
d. Ready-mixed concrete producer to furnish delivery tickets indicating:
1) Delivery date and time dispatched.
2) Name and location of project.
3) Name of contractor.
4) Name of ready mixed concrete producer.
5) Truck number.
6) Number of cubic yards of concrete in load.
7) Class of concrete.
8) Cement content in bags per cubic yard of concrete.
9) Amount of admixture in concrete, if any.
10) Number of gallons of water in mixture.
11) Air content.
8. Job mix concrete in approved type mixer, and do not load beyond manufacturer's
rated capacity.
a. Normal Weight Concrete
1) Mix batches of one cubic yard or less for minimum of 1'V2 minutes
after materials are placed in mixer.
2) Increasing mixing time 15 seconds for each half yard increased
over on cubic yard batch.
b. Maintain positive batch control equipment to within one percent (1%)
accuracy.
B1001 - 7/8
10/13/2005
c. Clean, maintain, and operate equipment so as to thoroughly mix material
as required.
d. Hand mixing permitted for small placements only, or in emergencies, as
authorized.
e. Hand-mixed batches not to exceed a two-bag in volume.
9. Do not mix when air temperature is at or below 40 deg. F (taken in the shade
away from artificial heat) and falling, or if likely to fall below 40 deg. F in next
24 hours.
10. To produce concrete with minimum temperature of 50 deg. F, heat aggregate
and/or water uniformly as follows:
1) Water temperature not to exceed 180 deg. F, and/or aggregate
temperature not to exceed 150 deg. F.
2) Heat mass of aggregate uniformly.
3) Temperature of aggregates and water to be between 50 deg. F and
85 deg. F before introduction of cement.
3.02 INSTALLATION
In accordance with other applicable TECHNICAL SPECIFICATIONS.
3.03 MEASUREMENT AND PAYMENT
A. No separate measurement and payment for work performed under this Item, except as
indicated below. Include cost of same in contract price bid for work of which this is a
component part.
B. Measure"Extra Concrete,"when approved by Engineer, by cubic yard of concrete of
class ordered, complete in place. Pay for"Extra Concrete unit price bid per cubic yard
for classes of"Extra Concrete"used
B1001 - 8/8
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.B 1001 - "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. B 1001 -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.
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 Compound consisting of 100 percent sprayable solids not
requiring solvent material for application or curing. Finished product to be flexible
and free of chalking, checking, and hairline 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
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, marred 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 Plyform 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 corners 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 metal ties in place shall be capable of developing the strength of 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 burned 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 as 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 and 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 terminating 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.
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) (With Retarding Agent)
Non-Agitated Concrete:
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 met at the discharge end.
c. Concrete transported by conveyors 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 requirement 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 culverts 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 575, "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+1- 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.
1. 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.
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
gray 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
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. Saw
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 completion 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
Description Type of Cement Required Curing Days
Upper surfaces of bridge slabs,
top slab of direct traffic culverts, I or III 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 I and Type II.
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. 08/03/2004
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
CURING REQUIREMENTS
Error! 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 Super structure 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.All 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.
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
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, conduit 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
TABLE 4
PLAN QUANTITY PAYMENT
(Cubic Yard Measurement Only)
Error! Bookmark not defined.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(SaISs)2 Bp
132001 - 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 'i8-inch diameter greater than joint width for joints less
than 3/4-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
08/03/2004
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.
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.
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.
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 J2002 "Well Point System", Item J2003
"Hydrostatic Testing OF pressure Lines", Item J3003 "Timber Ordered Left in
Trench", Item J3006 "Cement-Stabilized Sand Backfill, Item J3024 "Bank Sand
Backfill", and Item J3045 "Trench Excavation and Shoring Safety Plan."
1.02 QUALITY ASSURANCE
A. Field Observation: Pipe installed in the permanent work to be placed in the presence
of Engineer or his authorized representative.
B. Testing of Gravity Sanitary Sewer Line: Leak tests of gravity sewer lines to be per
Item J2005 "Low Pressure Air Test-Sanitary Sewer Lines."
C. Testing of Pressure Lines: To be tested per Item J2003, "Hydrostatic Testing of
Pressures Lines."
1.03 METHODS OF CONSTRUCTION
A. Control of Work: Contractor shall be responsible for the control of his work.
Engineer reserves the right to verify this control. Contractor may use laser equipment
for control.
B. For Lines Laid on Grade: Lay and maintain pipe to required lines and grades with
specials at required locations, and with joints centered and spigots "home." Lay all
lines on grade from downstream to upstream or as directed by Engineer.
C. For Lines not Laid to Grade: Lay and maintain pipe and fittings to alignment shown
on PLANS. Minimum cover(measured from top of pipe) at street intersection, 5 feet;
minimum cover below flow line of drainage ditches, 1 foot 6 inches; minimum cover
at other locations, 3 feet 6 inches. Vary depth uniformly to maintain required
clearances and depths shown on PLANS.
PART 2 - EXECUTION
J2001 - I/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 of trench opened or partially open at any
time in advance of completed pipe laying operation, and amount of trench left unfilled.
Open not more than 100 feet of trench on any street at one time. Keep streets open
where possible.
J. Disposition of Defective Materials: Remove rejected backfill materials from
excavation operations and dispose of off job site at Contractor's expense.
J2001 -2/11
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
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.
J2001 - 7/11
10/13/2005
•WIDTH _I
WIDTH 1
NOTES FOR ORDINARY BEDDING
•/ //%/' /j\„,„, A - BACKFILL IN
H ACCORDANCE 206D WITH
�\ / B - BACKFILL WITH FIRMLY TAMPED
PARAGRAPH 2.06C.
j />
w * PIPE LESS THAN 30-INCH
a MAX. 1'-6"+0
MIN. 1'-0"+0
PIPE 30-INCH AND LARGER
MAX. 2'-0"+0
MIN. 1'-4"+0
N
/ ; ' m
• I
•
\\/\\/\\,,\\ FIRM SOIL
AT GRADE
DU DL
ORDINARY BEDDING
N.T.S.
J2001 - 8/11
10/13/2005
r' * TRENCH NOTE
WIDTH
1. USE FOR ALL STORM SEWERS.
2. USE FOR ALL SANITARY SEWERS WHERE
•/\/j//; \ \ \ SPECIFIED ON PLANS.
\ /�\//�/�/�i 3. UNEAREASNC"SANDLIDDWHEN CALLED BACKFILL
� FOR IN PLANS OR TECHNICAL SPECS.
* PIPE LESS THAN 30-INCH
j \ MAX. 1'-6"+0
MIN. 1'-0"+0
• ° PIPE 30-INCH AND LARGER
MAX. 2'-0"+0
MIN. 1'-4"+0
BILE ON B&S N NOTES FOR CLASS "A" BEDDING
A - CEMENT-STABILIZED SAND PLACED 0//�o� BEFORE PIPE IS LAID UP TO FLOW
LINE OF PIPE OR MINIMUM DEPTH
s� OF 4".
•/ m B - CEMENT-STABILIZED SAND, THOROUGHLY
����// COMPACTED in PLACE AFTER PIPE IS
LAID.•/ ¢ C - SELECT FILL PLACED SAME DAY AS
-\,\\ \�<\\ \� SAND A:ILI ED PIPE IS LAID. BACKFILL IN ACCORDANCE
WITH PARAGRAPH 2.06C.
2/"MI . •4"MIN. D - SELECT FILL PLACED NEXT DAY (OR
LATER) AFTER PIPE IS LAID. BACKFILL IN
ACCORDANCE WITH PARAGRAPH 2.06D
CLASS "A" BEDDING
N.T.S.
J2001 - 9/11
10/13/2005
* TRENCH
WIDTH
‘/ 4\< ,/„//›.
\ / A
NOTES FOR CLASS "B" BEDDING
A - BACKFILL IN ACCORDANCE WITH ITEM No.
J2001, ARTICLE 2.06 PARA.D.
Vp B - BACKFILL WITH FIRMLY TAMPED
SELECT FILL IN ACCORDANCE WITH
0 °i 0 a O N THIS DETAIL AND ITEM No J2OO1,
PVC PIPE °o a , NMI ° i = o ARTICLE 2.06 PARA.C.
0 0 ,4,14'.1, o * PIPE LESS THAN 30-INCH
SELECT FILL / 4 b m MAX. 1'-6"+0
op j o MIN. 1'-0"+0
oO 0 � /0 0 Q; PIPE 30-INCH AND LARGER
A��
MAX. 2'-0"+0
\\:\ O.°Q Q DQ.o �:'. MIN. 1'-4"+0
/ ///\ FT FIRM RADE
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 "B" BEDDING
N.T.S.
J2OO1 - 10/11
10/13/2005
* TRENCH H
WIDTH
,/,/j\V,, 2\ A- BARTICLE 2 O6CPAR DANDCE WITH
B- BACKFILL WITH FIRMLY TAMPED
BANKSAND IN ACCORDANCE WITH
THIS DETAIL AND ARTICLE 2.06
PARA. C.
PVC PIPE
BANKSAND • j �t
• \
/ /> /\ AT GRADE
CLASS "C" BEDDING
N.T.S.
J20O1 - 11/11
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.B 1001 - "Concrete."
3. Sewer Pipe and Fitting: See applicable Item for type used, or as shown on
PLANS.
PART 2-PRODUCTS
2.01 MATERIALS
A. Cast Iron. ASTM A-48, Class No. 20 grey cast iron. Make cast iron manhole
frames and covers to dimensions shown on detail drawings. Castings shall be free
from sand, blow holes or other defects. Machine bearing surfaces of frames and
covers to obtain even bearing. Cast wording"Storm Sewer"on cover.
B. Mortar. ASTM C-270,Type M using Portland Cement.
C. Aggregate for Mortar. ASTM C-144.
PART 3 -EXECUTION
3.01 CONSTRUCTION METHODS
A. Construct manholes on concrete foundations of shape and size indicated on PLANS.
Construct to line and grade and at locations shown on PLANS or as directed by
Engineer. Terminate storm sewer pipes and leads such that ends of pipe protrude
inside of manhole. Cut pipe ends flush with inside of manhole and point up
irregularities with mortar.
B. Backfill all manhole excavations located within 5 feet of existing or future pavement
with cement-stabilized sand to a point one (1) foot below top of pavement or natural
ground, whichever is higher. For manholes located in other areas, backfill with
trench excavated material. Compact layers in 12-inch lifts to a density equal to that
J3001B - 1/3
Std. 08/03/2004
of the surrounding soil.
3.02 MEASUREMENT AND PAYMENT
A. Measure "Standard Storm Sewer Manholes" per each being 0'-8' in depth. Measure
"Extra Depth on Standard Storm Sewer Manhole per foot over 8 foot depth.
B. Pay for "Standard Storm Sewer Manhole" at Contract unit price per each. When
indicated in the PROPOSAL, pay for "Extra Depth on Standard Storm Sewer
Manhole" at Contract unit price per foot.
J3001B - 2/3
Std. 08/03/2004
1--- ii�i����ile'i�i�!
�i�i�i�� ■
•
•
.�����i�i�i�i�i�i
MANHOLE FRAME AND COVER
H
Ai k 20 Y," 1
30" I
SECTION SHOWING MANHOLE FRAME AND COVER
STANDARD MANHOLE CASTING
NTS
MANHOLE FRAME & COVER
NEENAH FOUNDRY COMPANY
NONTRAFFIC - R-1711-B
HEAVY USE - R-1711-A
END OF ITEM
J3001B - 3/3
Std. 08/03/2004
J3001 B - 4/3
10/13/2005
ITEM NO. J3006 -CEMENT- STABILIZED SAND BACKFILL
PART 1 -GENERAL
1.01 DESCRIPTION
A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the
furnishing and installation of Cement-Stabilized Sand Backfill as shown on
PLANS or as indicated in other items of the TECHNICAL SPECIFICATIONS.
B. Related Work Specified Elsewhere: Per Item No. J2001 - "Construction of
Underground Lines" for compaction requirements for sanitary sewers, storm
sewers, and waterlines.
PART 2 - PRODUCTS
20.1 MATERIALS
A. Aggregate: Use sand containing deleterious materials not to exceed the following
requirements, by weight.
Material removed by decantation 5.0%
Clay lumps 0.5%
Other deleterious substances such as coal, shale, coated
grains of soft flaky particles 2.0%
Gradation Requirements:
Retained on 3/8-inch sieve 0%
Retained on 1/4-inch sieve 0%- 5%
Retained on 20-mesh sieve 15%- 50%
Retained on 100-mesh sieve 80%- 100%
Color test ASTM C40- Color not darker than standard color.
B. Cement: ASTM C150 -Type I.
C. Water: Fresh and clean.
J3006 - 1/2
11/18/03
PART 3 -EXECUTION
3.01 MIXING
Use minimum of 1-1/2 sacks of cement per cubic yard of mixture. Use amount of water
required to provide mix suitable for mechanical hand tamping and mix in approved
mixer. Stamp tickets at plant with time of loading. Material not in place within one and
one-half hours after loading of that has obtained an initial set will be rejected and
removed from the site.
3.02 PLACING
Place around abutment, wingwalls, structures, inlets, and manholes where indicated only
after they have cured at least four days. Place around fiberglass manholes as specified in
Item No. J3019 - "Fiberglass Manholes". Place in 4-inch layers and compact each layer
with approved power-driven hand tampers. Place in pipe trenches as specified in Item
No. J2001 -"Construction of Underground Lines."
3.03 MEASUREMENT AND PAYMENT
A. No separate measurement and payment for work performed under this Item.
Include cost of same in Contract price bid for items of which this work is a
component part.
B. "Extra Cement-Stabilized Sand Backfill," when approved by Engineer, to be
measured by cubic yard compacted in place. Pay for "Extra Cement-Stabilized
Sand Backfill"at Contract unit price bid.
J3006 - 2/2
Std. 02/01/2005
ITEM NO.J3011 -REINFORCED CONCRETE PIPE
PART 1 -GENERAL
1.01 DESCRIPTION
A. Scope: Furnish labor, materials, equipment, supplies, supervision, and tools.
Perform operations with the furnishing and jointing or reinforced concrete pipe.
B. Reference Standards:Reinforced concrete pipe and jointing to meet requirements as
specified under ASTM C76, ASTM C443, and Federal Specifications SS-S-210A-
84 as listed hereinafter.
C. Related Work Specified Elsewhere: Item No. J2001 - "Construction of Underground
Lines" or as called for on PLANS or specified elsewhere in this or other Technical
Specifications
PART 2-PRODUCTS
2.01 PERFORMANCE AND DESIGN REQUIREMENTS
A. Reinforced Concrete Pipe
1. Conform to ASTM C76 of class as shown on PLANS
2. Pipe 'Wye" and "Tee" Fittings: Same class as adjacent joint of pipe and
conforming to ASTM C76. Use bell end of branch opening on "Wye" and
"Tee"fittings.
3. Pipe: Pipe to be manufactured using machined metal rings forms of heavy
design to ensure accurate and concentric joints. Rings to remain on pipe
sufficient period of time after manufacture so as to hold true design
dimension. Planes at ends of pipe to be perpendicular to longitudinal axis
with opposite sides of pipe not to vary in length more than 3/16 inch.
Variance of annular space between inside of bell and outside of spigot at
gasket seat not more than 1/16 inch. Each joint of pipe to be checked at
plant; ship only joints of pipe meeting these TECHNICAL
SPECIFICATIONS.
B. Jointing Material
1. General: See PLANS for type joint material except where used as sanitary
sewer.
2. Rubber Gasket: Required for sanitary sewers. As specified under ASTM
C443. Use lubricants of flax soap or equal. Mineral lubricants not permitted.
3. Preformed Plastic Gasket: Use for storm sewers only. Use RAM-NEK
Preformed Plastic Gasket meeting requirements of Federal Specifications
J3011 - 1/3
Std. 02/01/2005
SS-S-210A-7-2-84, "Sealing Compound Preformed Plastic for Pipe Joints"
Type 1,Rope Form,and meeting the following requirements.
Use sealing compounds produced from blends of refined hydrocarbon resins
and plasticizing compounds reinforced with inert mineral filler containing
no solvents, irritating fumes,or obnoxious odor. Use no compound
depending on oxidizing,evaporating, or chemical action for its adhesive or
cohesive strength. Supply sealing compound in extruded rope-form of
suitable cross-section and of such sizes as to seal joint space when the pipes
are laid. Protect sealing compound by a suitable removable two-piece
wrapper so that one-half may be removed longitudinally without disturbing
the other half to facilitate application of sealing compound.
4. Cold Compound Joint Material: Use for storm sewers only. Use Gulf States
No. GS702 or GS722. Use primer of type recommended by compound
manufacturer.
PART 3 -EXECUTION
3.01 CONSTRUCTION METHODS
A. Joint Rubber Gasket
1. Lay pipe sections in trench to true alignment and grade. Take exceptional
care in placing pipe and making field joints. Avoid bumping of pipe in
trench.
2. Properly lubricated groove end of pipe and rubber gasket with specified
lubricants, then stretch gasket over spigot end of pipe and carefully seat in
groove. Do not twist, roll, cut, crimp, or otherwise injure gasket or force
them out of position curing closure of joints.
3. Pull or push "home" pipe for closure of joint. Correct joint rebound before
backfilling of pipe
4. Remove foreign matter or dirt form pipe, and keep clean during and after
laying.
B. Jointing Preformed Plastic Gasket
1. Brush-apply suitable primer of type recommended by manufacturer of
gasket joint sealer to joint surfaces and end surfaces and allow to dry and
harden before jointing. Clean and dry surface before primer is applied.
2. Before lying pipe in trench, attach plastic sealer around tapered tongue or
spigot end of each pipe joint. Remove paper wrapper from one side only of
the two-piece wrapper on gasket and press firmly to clean, dry, pipe joint
surface. Do not remove outside wrapper until immediately before pushing
pipe into final position.
3. When pipe is correctly aligned, remove outside wrapper on gasket and pull or
push pipe "home" with sufficient force to cause evidence of squeeze-out of
J3011 - 2/3
Std. 02/01/2005
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
10/13/2005
ITEM NO. J3045 -TRENCH EXCAVATION AND SHORING SAFETY PLAN
PART 1 - GENERAL
1.01 DESCRIPTIONS
A. Scope of Work: Furnishing a Trench Excavation and Shoring Safety Plan,
including detailed plans and specifications for a trench safety system and
requirements for a safety program for the trench system, to be incorporated into
the bid documents and the Construction Contract, and all labor and materials for
installation, inspection, and maintenance of trench safety system.
B. Application: For any trench excavation at a depth of five (5) feet or greater or
where shown on PLANS provide trench safety system. Trench safety system is
not required when (a) Contractor's geotechnical engineer determines that the
trench excavation is to be made in stable rock; or (b) excavations are less than
five (5) feet in depth and examination of the ground by a competent person on
behalf of the Contractor provides no indication that a cave-in should be expected.
Trench safety system shall be in accordance with details shown on Contractor's
Trench Excavation and Shoring Safety Plan.
1.02 QUALITY ASSURANCE
Trench safety system to meet appropriate requirements established in
Occupational Safety and Health Administration (OSHA) Safety & Health
Regulations, 29 CFR 1926-621, Subpart P - Excavations, Trenching and Shoring,
and OSHA's proposed standards on trenching excavation published in Volume
54, No. 209 of the Federal Register, October 31, 1989. Those standards are
incorporated into these specifications by reference. Should the applicable OSHA
standards be modified or amended, the more stringent standards shall apply.
Contractors working for political subdivisions of the State shall also be governed
by Section 2, Chapter 722, Act of the 70th Legislature, Regular Session, 1987
(Article 2378a.6, Vernon's Texas Civil Statutes).
1.03 SUBMITTALS
The successful bidder shall provide the Owner with its Trench Excavation and
Shoring Safety Plan for Project prior to Award of the Contract. The plan shall
incorporate detailed plans and specifications for trench safety system conforming
to OSHA standards that accounts for project site conditions, Contractor's trench
construction means, methods, techniques or procedures, the relationship of spoil
to edge of trench, and Contractor's equipment to be used in construction of
project facilities requiring trench system(s). Contractor shall provide a statement
signed and sealed by a Registered Professional Engineer licensed in the State of
J3045 - 1/5
10/13/2005
Texas stating that the Trench Excavation and Shoring Safety Plan and the detailed
plans and specifications for the trench safety system are designed in a good and
workmanlike manner and is in conformance with appropriate OSHA standards.
Contractor's plan and the detailed plans and specifications for the trench safety
system shall be incorporated into the bid documents and the Construction
Contract.
In determining who is a responsible bidder, the Owner may take into account the
safety record of the bidder, or the firm, corporation, partnership of institution
represented by the bidder, or anyone acting for such firm, corporation, partnership
or institution.
A political subdivision may require the bidders to attend a pre-bid conference for
the purpose of coordinating a geotechnical investigation of the project site by the
bidders. In awarding a contract, a political subdivision shall not consider a bid
from a bidder who failed to attend a pre-bid conference required by the political
subdivision under this section.
PART 2 -PRODUCTS
2.01 PERFORMANCE AND DESIGN REQUIREMENT
A. Materials
1. Timber: Trench sheeting materials to be full dimension mixed oak, a
minimum of two inches in thickness, solid and sound, free from
weakening defects such as loose knots and splits.
2. Steel Sheet Piling: Steel sheet piling shall conform to one of the following
specifications:
a. ASTM A328.
b. ASTM A572, Grade 50.
c. ASTM A690.
Steel for stringers (wales)and cross braces shall conform to ASTM A588.
3. Steel Trench Boxes: Portable steel trench box shall be constructed of steel
conforming to ASTM Specification A-36. Connecting bolts used shall
conform to Specification ASTM A-307. Welds to conform to
requirements of AWS Specification D1.1.
4. Other Materials: Other materials to be utilized shall conform to applicable
ASTM standards.
PART 3 -EXECUTION
3.01 GENERAL
Trench safety system shall be constructed, installed, and maintained in accordance
with the Trench Excavation and Shoring Safety Plan prepared by the Contractor's
Registered Professional Engineer. Contractor's negligence in performance of
J3045 - 2/5
10/13/2005
contract work resulting in any property damage or bodily injury including death
or the failure to note exceptions to the trench safety plan by the owner and/or his
representatives shall remain the sole responsibility and liability of the contractor.
3.02 INSTALLATION
A. Timber Sheeting: Timber sheeting and size of uprights, stringers (wales), and
cross bracing to be installed in accordance with Contractor's plan. Place cross
braces in true horizontal position, spaced vertically, and secured to prevent
sliding, falling, or kickouts. Cross braces to be placed at each end of stringers
(wales), in addition to other locations required. Cross braces and stringers (wales)
to be placed at splices of uprights, in addition to other locations required.
B. Steel Sheet Piling: Steel sheet piling of equal or greater strength may be used in
lieu of timber trench shoring shown in the OSHA tables (proposed standards).
Drive steel sheet piling to a least minimum depth below trench bottom as
recommended by Contractor's Registered Professional Engineer providing design.
Place cross braces in true horizontal position, spaced vertically and secured to
prevent sliding, falling, or kickouts. Cross braces to be placed at each end of
stringers(wales), in addition to other locations required.
C. Trench Boxes: Portable trench box may be used in lieu of timber trench shoring
shown in the OSHA tables (proposed standards) and shall be designed to provide
equal or greater protection than timber trench shoring shown in the OSHA tables.
In cases where top of portable trench box will be below top of trench, the trench
must be sloped to the maximum allowable slope for the soil conditions existing on
the Project. In areas where a sloped trench will affect the integrity of existing
structures, Contractor to protect structures prior to sloping trench.
D. Trench Jacks: When trench jacks are used for cross bracing and/or stringers
(wales), the trench jacks shall provide protection greater than or equal to the
timber cross bracing shown in the OSHA tables (proposed standards). Trench
jacks to be placed at each end of stringers (wales) in addition to other locations
required.
3.03 SUPERVISION
Provide competent supervisory personnel at each trench while work is in progress
to ensure Contractor's methods, procedures, equipment, and materials pertaining
to the safety systems in this Item are sufficient to meet requirements of OSHA
Standards.
J3045 - 3/5
10/13/2005
3.04 MAINTENANCE OF SAFETY SYSTEM
The safety system shall be maintained in the condition as shown on the Trench
Excavation and Shoring Safety Plan as designed by the Contractor's Registered
Professional Engineer. The contractor shall take all necessary precautions to
ensure the safety systems are not damaged during their use. If at any time during
its use a safety system is damaged, personnel shall be immediately removed from
the trench excavation area and the safety system repaired. The Contractor shall
take all-necessary precautions to ensure no lads, except those provided for in the
plan, are imposed upon the trench safety system.
3.05 INSPECTION
Contractor shall make daily inspection of trench safety system to ensure that the
system meets OSHA requirements. Daily inspection to be made by competent
personnel. If evidence of possible cave-ins or slides is apparent, all work in the
trench shall cease until necessary precautions have been taken to safeguard
personnel entering trench. Contractor to maintain permanent record of daily
inspections.
3.06 REMOVAL
Bed and backfill pipe to a point at least one (1) foot above top of pipe or other
embedded items prior to removal of any portion of trench safety system. Bedding
and backfill to be in accordance to other applicable specification items.
Backfilling and removal of trench supports shall be in accordance with
Contractor's Trench Excavation and Shoring Safety Plan. Removal of trench
safety system to be accomplished in such a manner to cause no damage to pipe or
other embedded items. Remove no braces or trench supports until all personnel
have evacuated the trench. Backfill trench to within five (5) feet of natural ground
prior to removal of entire trench safety system.
3.07 FURTHER AMENDMENT TO CONTRACT
All modifications to the Contractor's Trench Excavation and Shoring Safety Plan
or the detailed plans and specifications necessitated by the site conditions,
Contractor's trench construction means, methods, techniques or procedures and
Contractor's equipment to be used in construction of project facilities shall be
communicated to Owner in writing. All such modifications shall be
communicated to Owner in writing. All such modifications shall be signed and
sealed by a Registered Professional Engineer licensed in the State of Texas and a
statement provided stating that the modified plan and/or the modified detailed
plans and specifications for the trench safety system are designed in good and
workmanlike manner and is in conformance with appropriate OSHA Standards.
Such modifications to Contractor's plans and/or the Contractor's detailed plans
J3045 - 4/5
10/13/2005
and specifications for the trench safety system shall thereafter be incorporated
into the Construction Contract.
3.08 MEASUREMENT AND PAYMENT
A. Measurement: Measure "Trench Safety System" by linear foot of trench
protected. Shoring of trench at manholes and other line structures to be included
in the lineal foot cost.
B. Payment: Pay for "Trench Safety System" measured as stated and by depth of
trench protected as shown on PROPOSAL. Payment shall be full compensation
for all work described herein. There shall be no increase in the Contract price
because of the incorporation of Contractor's Trench Excavation and Shoring
Safety Plan or Contractor's detailed plans and specifications for the trench safety
system into the bid documents and the construction Contract. There shall be no
increase in the Contract price because of modifications to Contractor's plan
and/or the Contractor's detail plans and specifications for the trench safety
system,whether or not the result of unforeseen of differing site or soil conditions.
C. Pay for "Design of Trench Excavation and Shoring Safety Plan" by lump sum as
shown on PROPOSAL. Payment shall be full compensation for all professional
services relating to the Contractor's Trench Safety System.
J3045 - 5/5
Std. 10/08/2008
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
MATERIAL 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. Tex-110-E 0 0-10 0-10 As shown
7/8 in. 10-35 — — on the plans
3/8 in. 30-50 — —
No.4 45-65 45-75 45-75
No.40 70-85 60-85 50-85
Liquid limit,%max.' Tex-104-E 35 40 40 As shown
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 45 —
Wet ball mill,%max. Tex-116-E As shown
increase passing the 20 20 — on the plans
No.40 sieve
Classification 1.0 1.1-2.3 — As shown
on the plans
Min.compressive
strength3,psi Tex-117-E As shown
lateral pressure 0 psi 45 35 — 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 section after compaction. In
the 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
10/13/2005
ITEM NO. K3114 -CONCRETE CURB AND GUTTER
PART 1 -GENERAL
1.01 DESCRIPTION
Furnish and install concrete curb and gutter, of cross section shown on PLANS, with
or without reinforcing steel on an approved subgrade or foundation in accordance with
lines and grades indicated on PLANS
PART 2 - PRODUCTS
2.01 MATERIALS
A. Concrete: Per Item "Concrete" or Concrete Construction" Class"A".
B. Reinforcing Steel: Billet-steel bars, in accordance with ASTM A615-70, Grade 40,
unless otherwise specified.
C. Premolded Expansion Joint Filler: In accordance with ASTM D1752-67, Type II,
unless otherwise specified.
D. Membrane Curing Compound: Resin base compound, in accordance with ASTM
C309-74, Type I with light red tint of fugitive dye or Type II, white pigmented.
PART 3 - EXECUTION
3.01 CONSTRUCTION METHODS
A. Subgrade or Foundation: Excavate, shape and compact to line, grade, cross section and
densities shown on PLANS. Maintain drainage of subgrade or foundation at all times.
Test subgrade or foundation with approved template operated and maintained by
Contractor. If dry, subgrade to be sprinkled lightly immediately prior to concrete
being placed thereon.
B Formed Curb and Gutter
1. Setting Forms: Set forms on compacted subgrade or foundation. Outside forms
tobe of wood or metal, straight, free of warp and of depth equal to curb and gutter.
Forms to be securely staked to line and grade and maintained in true position
furing placement of concrete. Inside forms to be of such design to provide curb
K3114 - 1/3
10/13/2005
required and to be rigidly attached to outside forms. Mule of proper size and shape
may be used in lieu of inside curb forms.
2. Concrete Placement
a. Deposit concrete on compacted subgrade or foundation in such manner as to
require as little rehandling as possible.
b. Curb and gutter to be poured in sections of the lengths indicated on the
PLANS. Each section to be separated by premolded joint of cross section
specified for curb and gutter and of thickness indicated on PLANS.
c. After concrete has been struck off and after it has become sufficiently
set, expose surface to be thoroughly worked with wooden float. Exposed
edges to be rounded by use of edging tool to radius shown on PLANS.
3. Removing Forms: Leave forms in place for at least 12 hours. Remove without
injury to concrete. Point up all exposed honeycombed areas with approved mortar.
C. Extruded Curb and Gutter
1. Construct curb and gutter with standard extrusion machine.
2. Maintain top of curb grade from guideline set by Contractor from established
survey marks. Unless otherwise specified, top of curb grade to parallel finished
roadway surface grade or foundation grade. Continually check top of curb grade
by means of gage or pointer attached to machine in such manner that comparison
can be made between curb and guideline.
3. Curb and gutter outline to strictly conform to details shown on PLANS. Extruder
to be readily adjustable vertically during forward motion of machine to provide
required variable height of curb necessary to conform to established gradeline or
curb dimensions, gutter depressions, etc.
4. Feed approved mix into machine in such a manner and at such constancy that
finished curb and gutter will present well compacted mass with surface free from
voids and honeycomb and true to established shape, line, and grade.
5. Perform additional surface finishing specified immediately after extrusion.
Construct specified joints to details shown on PLANS
D. Expansion Joints: Place expansion joints of material specified where curb and gutter
abuts drives, inlets, or other structures, at all curb returns and in all cases, at intervals
not exceeding 40 feet in length.
E. Mortar Finish: When required on PLANS, surface of curb to plastered with mortar
consisting of one part Portland cement and two parts fine aggregate. Mortar to be
applied with template made to conform to curb and gutter dimensions as shown on
PLANS. All exposed surfaces of curb and gutter to be brushed to smooth uniform
surface.
K3114- 2/3
10/13/2005
F. Curing: Cure completed curb and gutter with specified membrane curing compound
applied in accordance with manufacturer's recommendations. Apply membrane
curing compound immediately after completion of all surface finishing and expansion
joint installation.
G. Backfill: Area behind curb and gutter to be backfilled to full height of concrete
tamped and sloped as shown on PLANS.
3.02 Measurement and Payment
A. Measure concrete curb and gutter by the linear foot of completed and accepted curb
and gutter, complete in place and classified by size or type as indicated on PLANS.
B. Pay for work performed and materials furnished as prescribed by this Item and
measured as provided above at Contract unit price for "Concrete Curb and Gutter: of
the type and size specified, which price to be full compensation for cleaning the
subgrade or foundation, furnishing and applying curing compounds, mortar, adhesives,
or other material; furnishing and placing reinforcing steel, if required, for placing
joints in proper position, and for all manipulations, labor, equipment, appliances,tools,
traffic provisions, and incidentals necessary to complete the work.
K3114 - 3/3
Std. 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 properly proportioned, a
mixture conforming to limitations for grading for type specified. Exact
proportions of each constituent producing total aggregate within these limits to be
as directed, and to conform to the requirements of Article 340.3, "Paving
Mixtures", of the Texas Department of Transportation Standard Specifications for
Construction of Highways, Streets and Bridges, 1993 Edition.
K3303 -2/7
Std. 10/13/2005
2.02 PROPORTIONING AND MIXING
A. Proportions of various materials entering into asphaltic mixture as directed and in
accordance with these specifications. Engineer, or his authorized representative, to
have access at any time to all parts of paving plant. Use satisfactory equipment and
construction methods as hereinafter specified.
B. Store or stockpile separately various sizes of mineral aggregate as received. Feed
various sizes of mineral aggregate to dryer by means of mechanical device that will
give a uniform and constant feed of each size incorporated to control temperature and
grading of mineral aggregate.
C. Dry mineral aggregate in such manner that finer particles will not escape with furnace
gases. Heat aggregate in a suitable apparatus which provides continuous agitation
during heating. Provide efficient and positive control of temperature so that aggregate
is not damaged and mixture produced has a temperature between 250° F and 375° F.
Provide recording thermometer which will record temperature of aggregate as it leaves
dryer. Equip recording thermometer with a double-pen in order to record both
temperature of rock and temperature of asphalt incorporated in batch. Record
temperatures on 24-hour charts. Furnish dryer or dryers of sufficient size to dry and
heat amount of aggregate required to keep plant in continuous operation.
D. Bin sizes and screening capacity sufficient to screen and store amount of aggregate
required to properly operate plant and keep plant in continuous operation at full
capacity. Bins to contain sizes of aggregate as specified in Article 340.4,
"Equipment", Subarticle, "Screening and Proportioning", of the Texas Department of
Transportation Standard Specifications for Construction of Highways, Streets and
Bridges, 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 moistened with water; but an excess of water
will not be permitted.
7. Along curbs, headers, and similar structures, and at places not accessible to roller,
or in such positions as will not allow thorough compaction with roller, compact
mixture thoroughly with lightly oiled tamps.
K3303 - 6/7
Std. 10/13/2005
8. Surface of pavement after compression to be smooth and true and conform to line,
grade and typical cross-sections shown. No deviation in excess of 1/8 inch per
foot from nearest point of contact when surface is tested with a standard 10-foot
straight-edge laid parallel to center line of roadway. Maximum ordinate
measured from face of straight-edge not in excess of 1/4 inch at any point.
Immediately correct any areas of surface not meeting these requirements.
a. Roll mixtures until course is unyielding and true to established grade and
cross-section.
9. Place surface course as nearly continuous as possible. Allow roller to pass over
unprotected end of freshly laid mixture only when laying of course is
discontinued for such length of time as to permit mixture to become chilled. In
such cases, when work is resumed, material laid must be either cut back so as to
produce a slightly beveled edge for full thickness of course or make a suitable lap
joint.
a. Remove old material which has been cut away and lay new mix against fresh
cut. If desired, a stout rope may be stretched across pavement where joint is
to be made. When work is resumed, cut materials laid back to rope. Remove
altogether with surplus material, and lay fresh mix against joint thus formed.
b. Hot smoothing irons may be used for sealing joints, but in such cases,
exercise extreme care to avoid burning surface.
10. Except in an emergency, or where shown, open no portion of finished wearing
course to traffic until twelve hours after completion of rolling.
3.02 MEASUREMENT AND PAYMENT
A. Measurement: Measure work covered by this Item by ton of 2,000 pounds.
Measurement by weight will be made on truck scales as previously specified.
1. Records will be kept on tare load, total load, and net load of asphaltic concrete for
each load of same.
2. Measure cut-back or emulsified asphalt used in tack coat by gallon of material
actually used on street for this purpose. Measurement taken at point of delivery
on street.
B. Payment: This Item, measured as provided above, will be paid for at unit contract
price bid per ton as set forth in PLANS and PROPOSAL for "Hot Mix Asphaltic
Concrete Surfacing", which price will be full compensation for quarrying, furnishing
all materials, for all heating, mixing, hauling, placing asphaltic mixture, rolling and
finishing, for all labor, tools, equipment, and incidentals necessary to complete the
work, except work and materials involved in application of tack coats.
1. Work and materials incident to application of tack coats performed and measured
as prescribed above will be paid for at contract unit price bid per gallon for"Tack
Coat', which price will be full compensation for preparation of existing base
course or pavement, furnishing all materials, all hauling, heating, manipulation,
and for all labor, tools, equipment, and incidentals necessary to satisfactorily
apply tack coats.
K3303 - 7/7
APPENDIX "A"
SECTION 3 MONTHLY COMPLIANCE REPORT
s.RAL L
� ...N,.tfsi,�;moo Texas General Land Office
(E I n Community Development Block Grant(CDBG)
Disaster Recovery Program
°er eb
.O��sNCO�
NEW HIRES SECTION 3
MONTHTLY COMPLIANCE REPORT
Reporting Month:
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
that they anticipate hiring for this project.
CONTRACTOR INFORMATION
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. When 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 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:
New Hire Name Job Category/Trade Full-time?Yes or No
1. J
2.
3.
4.
APPENDIX G
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:
❑ 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, and/or 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)areal
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 a notice 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 Datefrime Field
Text
Attested By:
APPENDIX A
APPENDIX "B"
ATTORNEY'S REVIEW CERTIFICATION
ATTORNEY'S REVIEW CERTIFICATION
I, the undersigned, , the duly authorized and
acting legal representative of the , do hereby
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:
2009 TxCDBG Project Implementation Manual
Appendix K Appendix B
APPENDIX "C"
REQUEST FOR TIME EXTENSION
REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES
CITY OF PORT ARTHUR
DATE: ,20
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:
Days Lost ( )/ 5 x 7+ Calendar Days Requested
Reasons for Request:
Contractor
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
APPENDIX "D"
COPELAND ACT REGULATIONS
Copeland Act Regulations
Title 29 LABOR
PART 3 —CONTRACTORS AND
Subtitle A — Office of the SUBCONTRACTORS ON PUBLIC
Secretary of Labor BUILDING OR PUBLIC WORK
FINANCED IN WHOLE OR IN
PART BY 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 dealing 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.
SOURCE: The provisions of this Part 3 appear As used in the regulations in this part:
at 29 F.R.97, Jan.4, 1964,unless otherwise noted. (a) The terms "building" or"work"
generally include construction activity as
Section 3.1 Purpose and Scope. distinguished from manufacturing, furnishing of
materials, or servicing and maintenance work.
This part prescribes "anti kickback" The terms include, without limitation, buildings,
regulations under section 2 of the Act of June structures, and improvements of all types, such
13, 1934, as amended (40 U.S.C. 276c), as bridges, dams, plants, highways, parkways,
popularly known as the Copeland Act. This streets, subways, tunnels, sewers, mains,
part applies to any contract which is subject to powerlines, pumping stations, railways,
Federal wage standards and which is for the airports, terminals, docks, piers, wharves,
construction, prosecution, completion, or repair ways, lighthouses, buoys, jetties, breakwaters,
of public buildings, public works or buildings or levees, and canals; dredging, shoring,
works financed in whole or i n scaffolding, drilling, blasting, excavating,
part by loans or grants from the United States. clearing, and landscaping. Unless conducted
The part is intended to aid in the enforcement in connection with and at the site of such a
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 term "Federal agency" means
owns the materials from which they are the United States,the Di strict 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 public work, or building or work financed in
in whole or in part by loans or grants from the whole or in part by loans or grants from the
Unites States" includes building or work for 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, corn pletion, or identical form on the back of WH 347, "Payroll
repair of a public building or public work or (For Contractors Optional Use)" or on any form
building or work financed in whole or in part by with identical wording. Sample copies of WH
loans or grants from the United States is 347 and WH 348 may be obtained from the
"employed" and receiving"wages," regardless Government contracting or sponsoring agency,
of any contractual relationship alleged to exist and copies of these forms may be purchased
between him and the real employer.
(f) The term "any affiliated person" at the Government Printing Office.
includes a spouse, child, parent, or other close (c) The requirements of this section
shall not apply to any contract of$2,000 o r
relative of the contractor or subcontractor; a
partner or officer of the contractor or less.
(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.
17,1968}
(b) Any deduction of sums previously
Section 3.4 Submission of weekly paid to the employee as a bona fide
statements and the preservation and prepayment of wages when such prepayment
inspection of weekly payroll records. is made without discount or interest. A"bona
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
regular payment date of the payroll period, to a complete freedom of disposition of the
representative of a Federal or State agency in advanced funds.
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 employees, 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 annuities on retirement, death
Department of Labor. benefits, compensation for injuries, illness,
(b) Each contractor or subcontractor accidents, sickness, or disability, or for
shall preserve his weekly payroll records for a insurance to provide any of the foregoing, or
period of three years from date of completion unemployment benefits, vacation pay, savings
of the contract. The payroll records shall set accounts, or similar payments for the benefit of
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 representative, and by authorized a condition either for the obtaining of or for the
representatives of the Department of Labor. continuation of employm ent, or (ii) provided for
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 other 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
and Bonds when voluntarily authorized by the such consent is not a condition either for the
employee. obtaining of employ ment or its continuance;or
(f) 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 28.1971.}
(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 permitted under §3.5. The
Givers Funds, and similar charitable Secretary may grant permission whenever he
organizations. finds that:
(1) 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 contr actor 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
Q) 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 Fair 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 of 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 which 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 changed in regard contractor or subcontractor to comply with
to the payroll deductions. such of the regulations in this part as may be
(36 F.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 upon 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 3.10 Methods of payment 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
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
performed 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).
§ 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
performed 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).
APPENDIX-"F"
GEOTECHNICAL REPORT
Since Lind & Associates, Inc. dba
T & N Laboratories & Engineering
• "Common Sense Engineering"
1983
GEOTECHNICAL REPORT
WITH
SUBSURFACE INVESTIGATION & ENGINEERING STUDY
FOR
SUBGRADE & PAVING DESIGN RECOMMENDATIONS
AT
5th STREET IMPROVEMENTS
A&G PROJECT # CPA-730
IN
PORT ARTHUR, TEXAS
Project No.: 13155
Job No.: 33034
Submitted to:
ARCENEAUX & GATES CONSULTING ENGINEERS
c/o Mr. Cory Oldbury, P.E.
Port Arthur, Texas
October 2013
33S x3x'E 3kfl.x3z sca{4{' 4sa ,'4 xttRx i4xS faxx .a cc 's{ #'^'xs"x+ ..F x�Ex ... :.#
5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705
PHONE:(409)727-6291 FAX:(409)722-6961
TABLE OF CONTENTS
(Report#13155—33034)
SECTION PAGE
INTRODUCTION/SYNOPSIS 1
PROJECT DEVELOPMENT 1
SCOPE OF STUDY 2
SITE EXPLORATION 2
SOIL SAMPLING 2
GROUNDWATER CONDITIONS 3
LABORATORY TESTING PROGRAM 3
SUBSURFACE CONDITIONS 4
ANALYSIS & DISCUSSION 4
SITE PREPARATION 4
PAVEMENT SUBGRADE 5
RIGID PAVEMENT DESIGN 5
FLEXIBLE PAVEMENT DESIGN 5
STRUCTURAL AND SELECT FILL MATERIAL 6
PORTLAND CEMENT CONCRETE PAVEMENT 6
DRAINAGE 7
QUALITY CONTROL 7
LIMITATIONS 8
ILLUSTRATIONS
BORING LOGS #B-1, B-2 & 8-3
KEY TO SOILS CLASSIFICATION & SYMBOLS
GENERAL NOTES
\\ Since , Lind & Associates, Inc. dba
T & N Laboratories & Engineering
8 5010 Jerry Ware Ur,(SET REGIONAL AIRPORT)BEAUMONT,TX 77705
PHONE:(409)727.6291 FAX:722 6961
CLIENT: PROJECT/LOCATION:
Arceneaux& Gates Consulting Engineers Geotechnical Investigation and Engineering
c/o Mr. Cory Oldbury, RE. Study for Subgrade and Paving Design
2901 Turtle Creek Drive, Suite# 320 Recommendations for"5th Street
Port Arthur, Texas 77642 • Improvements in Port Arthur, Texas".
A& G Project# CPA-730
Report Date: October 29,2013 Project No.: 13155
Job No.: 33034
J]]J]]]l]l JJ]]]ll J]]]]l]l DJ]JIJIJ]]]]D]]l]]l]J]ll Jl]]]]]]]l]]]l J]]]]]l]]ll]]l]]]l]]]]]lJlllll]llJJl]l]J]]Jl]]]Jl
INTRODUCTION/SYNOPSIS:
Presented herein are the results of our geotechnical study with subgrade and paving design
recommendations for the above-referenced project. Our subsurface study was authorized by Mr.
Cory Oldbury, P.E. The subsurface investigation was performed on October 22, 2013 in general
accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils
for roadway development.
Engineer of Record for this report is Jack C. Lind, P.E. - Texas Registration No. 79555.
PROJECT DEVELOPMENT:
This project will involve reconstruction for"5t Street Improvements in Port Arthur, Texas".
Engineering design recommendations will be discussed in this report.
•
-1-
SCOPE OF STUDY:
The objective of our study was to explore subsurface soils conditions in the proposed paving areas
and formulate geotechnical design criteria for subgrade and paving designs. Our subsurface study
included the following:
1) Drill test borings in two(2) selected locations; explore groundwater& geological
conditions and collect soil samples for laboratory testing.
2) Perform a laboratory testing program on selected soil samples to
evaluate physical and engineering properties on the subsurface soils.
3) Prepare and promulgate engineering analysis to provide geotechnical
design and construction recommendations associated with:
a) subgrade preparation for pavement,
b) paving design criteria for:
- rigid pavement
-flexible pavement
SITE EXPLORATION:
T&N was authorized to drill two(2) soil borings to depths of six ft. (6') below existing ground
surface at locations selected by the client. Our exploration was accomplished with a truck-mounted
rotary drilling rig. Locations of the borings are stated on the"Boring Logs" included within the
"ILLUSTRATIONS" section of this report.
SOIL SAMPLING:
Soil samples were secured continuously from ground surface to the six ft. (6')depth. Cohesive
samples were obtained by hydraulically pushing a three-inch(3")diameter thin-walled tube a
distance of about 24 inches. Our field sampling procedure was conducted in general accordance with
provisions outlined in "Standard Practice for Thin-Walled Tube Sampling of Soils-(ASTM
D1587)"
-2-
Soil samples were extruded in the field and visually classified by our geotechnician. The geo-
technician measured penetration resistance of recovered soil samples using a calibrated pocket
penetrometer.Measured penetration resistance is shown on the"Boring Logs"and was used to
estimate soil consistency. Representative portions,of each recovered soil sample, were sealed and
placed into containers; then transported to our laboratory for testing and engineering study.
GROUNDWATER CONDITIONS:
Borings were drilled"dry" utilizing flight augers and soil samplers. Groundwater was not
encountered in the borings during drilling operations. Groundwater is likely to fluctuate in upper
strata during seasonal climatic changes. Water levels measured in open boreholes may not accurately
reflect true groundwater conditions and should be considered only as approximate indications for this
report.
LABORATORY TESTING PROGRAM:
Our Laboratory testing program was performed primarily for soil classification and evaluation of
soils plasticity with unconfined compression strength. The following tests procedures were utilized
in laboratory: •
Testing Performed Test Procedure
Atterberg Limits(LL& PI) ASTM- D4318
Natural Water Content(%) ASTM-D2216
Unconfined Compression Test(UCS) ASTM-D2166
Percent(%)Passing#200 Sieve ASTM—D1140
Thin-Wall Shelby Tube Samplers ASTM-D1587
Soils Classification ASTM—D2487
Undrained shear strength of cohesive soils was determined by unconfined compression tests. Water
content and dry unit weights were determined as routine parts of the unconfined compression
analysis. Liquid and Plastic Limits were performed on appropriate cohesive samples. Results of
these tests are shown on the"Boring Logs".
-3-
SUBSURFACE CONDITIONS:
The particular subsurface stratigraphy,as determined from our field and laboratory programs, is
shown in detail on the"Boring Logs". A review of these logs indicates a surface course consisting
of"asphalt and gravel base"with the soils along this portion of roadway being typically"high plastic
clays"from just below surface course to six ft. (6')deep. The soils exhibit a relatively uniform
moisture content and shear strength, with moisture contents ranging from 15%to 27%. Average
shear strength is about 1425 psf (Compressive Strength about 2850 psf).
ANALYSIS AND DISCUSSION:
The following analysis is based on data obtained from our field and laboratory test programs,project
information provided to us and our experience with similar subsurface and site conditions. The
paving designs considered in this report include(1)Milling surface course into approximately six in.
(6")of underlying subgrade soils with the addition of approximately four percent(4%)lime and
compacting or(2)remove upper surface course, lime stabilizing upper ten in. (10")minimum of
subgrade soils and compacting. After initial subgrade preparation,the proposed surface course can
be placed. Design recommendations are based on typical CBR Values,related to normal vehicle
traffic.
SITE PREPARATION:
Milling Option—The surface course (asphalt& gravel base)may be milled into the existing subgrade
to about a six in. (6")minimum depth. Once this material has been thoroughly milled and mixed, it is
recommended to stabilized this mixture with approximately four percent(4%)lime by weight. Once
stabilization has been conducted, it should be moisture conditioned and compacted to at least 95%of
the maximum density(ASTM D698)at the optimum moisture content,plus 3%or minus 2%.
Subgrade Stabilization—After the upper surface course has been removed,the existing subgrade
should be stabilized to about a ten in. (10")minimum depth with approximately six percent(6%) lime
by weight. After stabilization is complete, the stabilized subgrade should be moisture conditioned
and compacted to at least 95%of the maximum density(ASTM D698) at the optimum moisture
content,plus 3%or minus 2%.
-4-
PAVEMENT SUBGRADE:
Our laboratory data indicate the upper soils classify as"Active Clay (CH)" by the Unified Soil
Classification System. This soil would have a subgrade modulus, k, on the order of 100 to 135 pci
and CBR Value on the order of 3 to 6.
Based on correlations of subgrade type and supporting capacity, the required pavement thickness as a
function of wheel loading for rigid and flexible paving,using conventional structural fill or base
course material, is discussed in the following sections in this report. These pavement sections will be
suitable for frequent applications of design wheel loading and infrequent loads of greater magnitude.
Adequate subgrade drainage is necessary to pavement performance in accordance with design
criteria.
RIGID PAVEMENT DESIGN:
The subgrade should be prepared as discussed above. Overlay the prepared and compacted subgrade
with cast-in-place concrete mixture.
FLEXIBLE PAVEMENT DESIGN:
Overlay the prepared and compacted subgrade with eight inches(8"), of suitable flexible base
TXDOT Item 247 Type-A, Grade 1, or equal; then place two inches(2")of Type"D"HMAC
pavement surface. Reference: TXDOT Item 340. The HMAC mix designs for job mix formulas
should be prepared and submitted by qualified testing laboratory experienced in TXDOT 340 Design
Methods.
-5-
STRUCTURAL& SELECT FILL MATERIALS:
If needed, select fill should be homogeneous soil, free of organic matter and rocks larger than two
inches(2") in diameter. Select fill should have an "Atterberg Plasticity Index"between eight and
twenty(8—20), with a "Liquid Limit"of forty(40) or less. Delivered fill materials should have a
moisture content no greater than six percent(6%)above optimum.
PORTLAND CEMENT CONCRETE PAVEMENT:
Portland cement concrete mix should be in accordance with TXDOT Item 360. The concrete paving
must be properly reinforced and have sufficient joints to allow for contraction and expansion. Mix
design should include 1-1/2"limestone aggregate. Expansion joints should be"sawed joint".
The Contractor should submit paving construction plans for approval by the Engineer prior to
beginning the construction operations. Plans should contain a mix design,methods of construction,
description of equipment to be used in mixing,placing finishing, curing, miscellaneous material and
early usage of pavement surfaces.
Paving areas may be constructed using a Portland Cement reinforced concrete pavement of six-inch
(6") minimum thickness. All access and driveway areas should be a minimum of eight inch (8")
thickness in order to minimize overload and stress in these critical areas.
This item should govern for the construction and placement of Portland Cement concrete pavement
with or without monolithic curbs on prepared structural fill in accordance with the recommendation
included in this report.
-6-
DRAINAGE:
The importance of drainage to the proper operation and function of any pavement cannot be
overemphasized. The pavement and subgrade surface should be raised above adjacent grade, if
practical and properly sloped into drainage inlets or lateral ditches. Water should not be allowed to
stand on/or adjacent to the pavement whereby the subgrade may become saturated. If the pavement
sublayers do become saturated, the bearing capacity will be greatly reduced and the useful life of the
pavement will be decreased. Periodic inspections and repair of cracks in pavement sections should
be performed as a part of future facility maintenance. All grades must be adjusted to provide positive
drainage away from the structure. Where paving or flatwork abuts the structure, care should be taken
to insure joint is properly sealed.
QUALITY CONTROL:
Construction inspection with field quality control tests should be planned and performed to verify
materials and placement in accordance with the project requirements. In-place density tests, HMAC
production and concrete strength quality should be maintained during construction. T&N
Laboratories & Engineering will be pleased to provide these services and will assist with the
inspection, planning and scheduling for Quality Control Testing, etc. with documented reports for
permanent records. T&N Laboratories & Engineering maintains "state-of-the-art"lab and field
test equipment for these types of services.
-7-
LIMITATIONS:
The report writer warrants that findings, conclusions, specifications or professional advice
contained herein have been promulgated after being prepared in accordance with generally
accepted practice in the field of foundation engineering and material test evaluation. No other
warranties are implied or expressed. A review and evaluation of its contents by the undersigned
acknowledges this report as an engineering document in general accordance with stated limitations.
We appreciate this opportunity to provide our engineering services for this project. Please let
us know should you require additional data or information. Thanks for Your Support!
Respectfully submitted by,
LIND & ASSOCIATES,INC. dba
T&N LABORATORIES & ENGINEERING
1S-N\
1 �,r
11004,:c;:ternelattle$14011641044400.,
Jack C.'Lind, P.E. ` ;, JAC IC C. LINE:)
c.,atc"..aaalcala.ellc a..aaaae.a l.e
Vice-President/Engineering ! -,
79555 i
Copies: 1 —Cory Oldbury (Via Email)
1 - T&N File #13155
JCUmns
-8-
J ■ _ I L L U S T R A T I O N S i iv
T&N LABORATORIES&ENGINEERING
LOG OF BORING NO. B-1 (3339 5th Street)
FILE NO.: 13155-33034 - Arceneaux&Gates Consulting Engineers
PROJECT: Geotechnical Investigation for 5th Street Improvements in Port Arthur,Texas
DATE: 10/22/13 TYPE: 3" CORE LOCATION: As Directed By Client
FIELD DATA LABORATORY TEST RESULTS
Depth. Sample SPT/ MIC VAS'. -200 Liquid Plasticity P.P. U.C.
Ssnib� Jit fi % Pc5 Sieve% Limit Index Tsf. Tsf, STRATUM DESCRIPTION
-0- I I/2"Asphalt&I"Gravel Base
Firm Tan&Gray Clay(CII)
-1- ST - 27 97 - 58 34 0.75 0.49
-2-
-Stiff at 2'-6'
-3- ST - 27 - 95 66 40 1.75 -
-4-
-5- ST - 26 - - 68 42 1.50 -
-6-
-7-
-8-
-9-
-10-
LOG OF BORING NO. B-2 (2947 5th Street)
FIELD DATA LABORATORY TEST RESULTS
Depth. Sample SPT/ M/C U.W. -200 Liquid Plasticity P.P. U.C.
Eli Svmb. S % Pcf. Sieve% Limit Jndex 1:11,' STRATUM DESCRIPTION
-0- 1 1/2"Asphalt&I"Gravel Base
Very Sti If O ro»n&Gray Clay(CH)
-1- ST - 18 I04 95 59 34 2.75 1.65
-2-
-Stiff at 2'-6'
-3- ST - 25 - - 81 52 1.75 -
-4-
-5- ST - 26 98 96 64 38 1,50 0.93
-6-
-7-
-8-
-9-
-10-
T&N LABORATORIES& ENGINEERING
LOG OF BORING NO. B-3 (5th Street - 75 ft. East of DeQueen)
FILE NO.: 13155-33034 - Arceneaux&Gates Consulting Engineers
PROJECT: Geotechnical Investigation for 5th Street Improvements in Port Arthur,Texas
DATE: 10/22/13 TYPE: 3" CORE LOCATION: As Directed By Client
FIELD DATA LABORATORY TEST RESULTS
Depth. Sample SPT/ M/C U.W. -200 Liquid Plasticity P.P. U.C.
gf % Pcf Sieve% Limit Index Tat Ts[ STRATUM DESCRIPTION
-0- 11/2"Asphalt&I"Gravel Base
Hard Dark Braun Clay(CII)
I- ST - 15 107 - 68 42 4.5+ 3.76
-2-
-Very Stiff Tan,Gray&Brown at 2'-6'
3 ST - 25 - 99 93 61 4.25 -
-4-
-5- ST - 23 - - 68 42 3.75 -
-6-
-7-
-8-
-9-
-10-
,40tL IL
T&N Laboratories
VJEFFERSON COUNTY/JRPORT
KEY TO SOIL C ASSIFICATION AID SYM Qi
SOIL TYPE SAMPLE TYPE
Sand Silt CIa
111! .". T
Gravel Sandy Silty Clayey
Predominant type shown heavy Undisturbed Rock Core Split No
Spoon Recovery
SOIL GRAIN SIZE
U. S.Standard Sieve
6' 3" 3/4" 4 10 40 200
Boulders Cobbles Gravel Sand Slit Clay
Coarse Fine Coarse Medium Fine I
152 762 19.1 4.78 2.00 0.420 0.074 0.002 (mm)
PLASTICITY CHART
eo
IIIIIIIIIIIIr
50 i.-
40 II
Plasticity Index 30 1111� W..
20 .. `�J� �
10 ! RUiUII
Immo
limor MI- and
0 OL
0 10 20 30 40 50 60 70 80 90 100
Liquid Limit
RELATIVE DENSITY
CONSISTENCY OF COHESIVE SOILS OF COHESIONLESS SOILS
Penetration Penetration
Resistance, Cohesion, Plasldty Degree of Resistance, Relative
blows per foot Consistency TSF index Plasticity blows per foot Density
0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 -4 Very Loose
2 - 4 Soft 0.125 - 025 5 - 10 Low 4 - 10 Loose
4 - 8 Fhm 0.25 - 0.5 10 - 20 Moderate 10 - 30 Medium Dense
8 - 15 Stiff 0.5 - 1.0 20 -40 Plastic 30 - 50 Dense
15 - 30 Very Stiff 1.0 - 2.0 > 40 Hight),Plastic > - 50 Very Dense
> 30 Hard > 2.0
ail I .
T a N Laboratories,Inc. _! -.
1
GENERAL NOTES
SAMPLE IDENTIFICATION
The Unified Soil Classification System is used to identify the soil unless
otherwise noted.
SOIL PROPERTY SYMBOLS
N: Standard"N"penetration:Blows per foot of a 140 pound hammer falling
30 inches on a 2 inch O.D.split-spoon.
■I
Qu: Unconfined compressive strength.TSF ∎i
r
Qp: Penetrometer value,unconfined compressive strength,TSF i
1
Mc: Water content, % {
I'
LL: Liquid limit, % I
PI: Plasticity Index, % I1
I I
8 d: Natural dry density,PCF II
i
: Apparent groundwater level at time noted after completion. I
DRILLING AND SAMPLING SYMBOLS I+
SS: Split-Spoon - 1 3/8" I.D., 2" O.D., except where noted. !fI�
ST: Shelby Tube - 3" O.D., except where noted.
i AU: Auger Sample.
I D8: Diamond Bit.
I CB: Carbide Bit.
WS: Washed Sample. I
RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION 1
TERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE
i
Very Loose 0-2
Loose 2 -4
Slightly Compact 4 -8
Medium Dense 8- 16
Dense 16-26
Very Dense Over 26
TERM (COHESIVE SOILS) Cu-(TSF)
Very Soft 0-0.25 I
Soft 0.25 -0.50 j
Firm(Medium) 0.50- 1.00•
Stiff 1.00-2.00
Very Stiff 2.00- 4.00
i Hard 4.00+
PARTICLE SIZE
Boulders 8 in. + Coarse Sand 5mm-0.6mm Silt 0.074mm-0.005mrn 11
Cobbles 8 in.-3 in. Medium Sand 0.6mm-0.2mm Clay -0.005mm I
Gravel 3 in.-5mm Fine Sand 0.2mm-0.074mm
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 Date
APPENDIX A