Contract - Cruz Tech - 5/13/2021 1R- 209d- 12-4-
CITY OF ROUND ROCK
UTILITIES AND ENVIRONMENTAL SERVICES
ROUND ROCK TEXAS
Project Manual For:
SOUTH INTERCEPTOR MANHOLE REHABILITATION
February 2021
Prepared By:
"70.9f.7.411
/ Jesse Penn, PE
��'r• j .,.7� 1, CAS Consulting & Services, Inc.
�f� ��� �.*ij/ 7908 Cameron Road
••••T�•••• ••""""""""', Austin, Texas 78754 BY
���, ..•88340......:�.i7 512-836-2388 APPROVED
ib;..ocENst?-*:'
� CI ii, ATTO it NEY
,���SS/p,. NA��.....�
.......
‘‘-----6-2/08,2021 _..w
..,.=_I,....1, . ,-dlilf -i
1 t./Elz i
TBPE Firm Registration No F-003572
SOUTH INTERCEPTOR MANHOLE REHABILITATION
TABLE OF CONTENTS
Section Description No. of Pages
00020 Notice to Bidders 1
00100 Instructions to Bidders 4
Exhibit A 1
00200 Bid Bond 5
00300 Bid Form 10
00410 Statement of Bidder's Safety Experience 10
00500 Agreement 5
00600 Insurance & Construction Bond Forms
Performance & Payment Bond Instructions 1
Insurance Instructions 1
00610 Performance Bond 2
00620 Payment Bond 2
00650 Certificate of Liability Insurance 1
00700 Genera( Conditions 41
00800 Supplemental General Conditions 2
00900 Special Conditions 5
01000 Technical Specifications 4
Attachment A 197
02000 Plans, Details and Notes 1
Respondent questionnaire and construction drawings
in a separate document.
8-2016 Table of Contents
00090665
00020 NOTICE TO BIDDERS
NOTICE TO BIDDERS
Pursuant to the provisions of Texas Government Code, Section 2269.101, it is the intention
of the City of Round Rock to select a prime contractor by using the Competitive Bidding Method
for the construction of the South Interceptor Manhole Rehabilitation as generally described
herein.
Sealed bids addressed to Juan Martinez,City of Round Rock, Utilities and Environmental
Services Department, 3400 Sunrise Road, Round Rock, TX 78665, for furnishing all labor,
material,and equipment and performing all work required for the project titled, South Interceptor
Manhole Rehabilitation (project includes manhole rehabilitation for approximately 65 manholes
east of IH-35 and north of TX-45 in Round Rock, Texas), will be received until March 18, 2021,
at 10:00 a.m., then publicly opened and read aloud at the same address. Bid envelopes shall state
the date and time of bid and "South Interceptor Manhole Rehabilitation." Bids must also be
accompanied by a"Statement of Bidder's Safety Experience"included in Section 410 of the Project
Manual. No bids may be withdrawn after the scheduled opening time. Any bids received after the
scheduled bid opening time will be returned unopened.
Bids must be submitted on City of Round Rock bid forms and must be accompanied by an
acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round
Rock, Texas, equal to five percent(5%) of the total bid amount. Plans, Bid Forms, Specifications,
and Instructions to Bidders may be obtained at roundrocktexas.gov/solicitations. Bidders shall be
responsible for printing or obtaining prints of the aforementioned documents as necessary.
For questions, please contact the City's Project Manager, Juan Martinez, (512) 341-3332.
In case of ambiguity, duplication,or obscurity in the bids,the City of Round Rock reserves
the right to construe the meaning thereof. The City of Round Rock further reserves the right to
reject any or all bids and to waive any informalities and irregularities in the bids received.
The successful bidder will be expected to execute the City of Round Rock's standard
contract and to furnish performance and payment bonds, all as described in the bid documents.
Contractors and subcontractors shall pay to laborers,workmen,and mechanics the prevailing wage
rates as determined by the City of Round Rock.
A non-mandatory Pre-Bid Conference will be held at 3400 Sunrise Road, Round Rock, Texas, on
March 11, 2021, at 2:00 p.m.
Publish Dates:
Pflugerville Pflag:
March 3, 2021
March 10,2021
Round Rock Leader:
March 4, 2021
March, 11, 2021
00020 03-2021 Notice to Bidders
00193093 Page 1
00100 INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
1. Prior to submitting any bid, bidders are required to read all drawings (plans), specifications,
and all other Project Manual and/or Contract Documents carefully; to inform themselves by
their independent research, test and investigation of the difficulties to be encountered and
judge for themselves of the accessibility of the Work and all attending circumstances
affecting the cost of doing the Work and the time required for its completion and obtain all
information required to make a bid. The aforementioned documents may only be obtained
from the City's website at the following web address: roundrocktexas.gov/solicitations.
Bidders shall be responsible for printing or obtaining prints of the aforementioned
documents as necessary.
2. Should the bidder find discrepancies in, or omissions from the drawings (plans),
specifications, or other Project Manual and/or Contract Documents, or should he be in doubt
as to their meaning, he should notify at once the City and obtain clarification or addendum
prior to submitting any bid. Any addenda issued will be posted with the documents at the
web address mentioned in 1 above no later than two business days prior to the Bid
Opening Date. Prior to submitting a bid, the bidder is responsible for determining if
any addenda have been issued and for following any instructions required in any
addenda issued.
3. It shall be the responsibility of the bidder to see that his bid is received at the place and
time named in the Notice to Bidders in the Project Manual. Bids received after the
scheduled opening time will be returned unopened.
4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the
name of the project, the job number if applicable, and the opening date and time.
5. Bidders shall be responsible for submitting a copy of the City's Bid Form, Bid Bond
Form, and Statement of Bidder's Safety Experience from the Project Manual
documents posted at the web address as described in 1 above.
6. Bids shall be accompanied by a bid security consisting of a certified cashier's check in an
amount not less than five percent (5%) of the total maximum bid price, payable without
recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety
company, as a guarantee that the bidder will enter into a contract and execute performance
and payment bonds,as stipulated by item 16 below,within ten(10)days after notice of award
of contract to him. Bid securities must be submitted in the same sealed envelope with the
bid. Bids submitted without a bid security may not be considered at the sole discretion of the
City.
Page 1
00100 2-2021 Instructions to Bidders
00426487
7. If awarded the bid, bidder must submit Form 1295 on the Texas Ethics Commission
(TEC) Website at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm and
submit the signed Form 1295 to the City Clerk at swhiteAroundrocktexas.2ov within
ten (10) business days of notification of the award. Instructions for completing a Form
1295 are attached as Exhibit"A" to the Instructions to Bidders.
8. No conditional bids will be accepted.
9. A bidder wishing to withdraw his submitted sealed bid prior to the scheduled bid opening
time must do so by presenting in person a written request signed by an authorized
representative of the bidder to a City employee at the location for which sealed bids are to
be addressed. No telephone, facsimile, or email requests will be accepted. The City will
expend the time and effort that the City in its sole discretion determines is necessary to
investigate the authenticity of a request before complying with a request. The City shall in
its sole discretion determine if the City will comply with a request and the City shall not be
held liable for not complying with a request. If the City does not comply with a request, the
request shall automatically become null and void.
10. A bidder wishing to revise his sealed bid after submittal but before the scheduled bid opening
time must first withdraw his bid as provided for in the Instructions to Bidders and then submit
a sealed bid in accordance with the Instructions to Bidders. No revisions to a bid will be
allowed after the scheduled bid opening time. The bidder shall be responsible for ensuring
the amount of the bid security is as specified in the Instructions to Bidders.
11. All bid securities will be returned to the respective bidders within twenty-five(25)days after
bids are opened, except those which the City elects to hold until the successful bidder has
executed the Agreement. Thereafter, all remaining securities, including security of the
successful bidder, will be returned within sixty (60) days.
12. Until the award of the contract, the City reserves the right to reject any and all bids and to
waive technicalities; to advertise for new bids; or to do the work otherwise when the best
interest of the City will be thereby promoted.
13. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City reserves
the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable
and/or unbalanced prices submitted in a bid may result in rejection of such bid or other bids.
14. Award of the contract, if awarded, will be made based upon the criteria set forth in Section
2269.055 of the Texas Government Code. In determining the award of a contract under
Chapter 2269, the City may consider; 1) the price; 2) the bidder's experience; 3) the quality
of the bidder's goods or services; 4)the impact on the ability of the City to comply with rules
relating to historically underutilized business; 5) the bidder's safety record; 6) the bidder's
proposed personnel; 7)whether the bidder's financial capability is appropriate to the size and
scope of the project;and 8)any other relevant factor specifically listed in the request for bids.
Page 2
00100 2-2021 Instructions to Bidders
00426487
15. Award of the contract, if awarded, will be made within sixty (60) days after opening of the
bids, and no bidder may withdraw his bid within said sixty(60) day period of time unless a
prior award is made. A Notice to Proceed will be issued within sixty(60)days after contract
Execution Date as defined in the General Conditions.
16. Within ten(10)days after written notification of award of the contract,the successful bidder
must furnish a performance bond and a payment bond in the amount of one hundred percent
(100%) of the total Contract Amount. Said performance bond and payment bond shall be
from an approved surety company holding a permit from the State of Texas, indicating it is
authorized and admitted to write surety bonds in this state. In the event the bond exceeds
$100,000.00, the surety must also (1) hold a certificate of authority from the United States
secretary of the treasury to qualify as a surety on obligations permitted or required under
federal law; or(2)have obtained reinsurance for any liability in excess of$100,000.00 from
a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a
certificate of authority from the United States secretary of the treasury to qualify as a surety
or reinsurer on obligations permitted or required under federal law.
In determining whether the surety or reinsurer holds a valid certificate of authority, the City
may rely on the list of companies holding certificates of authority as published in the Federal
Register covering the date on which the bond is to be executed.
17. Failure to execute the Agreement within ten (10) days of written notification of award or
failure to furnish the performance bond and payment bond as required by item 15 above,
shall be just cause for the annulment of the award. In case of annulment of the award,the bid
security shall become the property of the City,not as a penalty, but as liquidated damages.
18. No contract shall be binding upon the City until it has been signed by its Mayor after having
been duly authorized to do so by the City Council.
19. The Contractor shall not commence Work under the Agreement until he has furnished
certification of all insurance required and such has been approved by the City, nor shall the
Contractor allow any Subcontractor to commence work on his subcontract until proof of all
similar insurance that is required of the subcontractor has been furnished and approved. The
Contractor's insurer shall use the certificate of insurance form included in the bid documents
or the standard ACORD form.
20. If the bidder's insurance company is authorized, pursuant to its agreement with bidder, to
arrange for the replacement of a loss, rather than by making a cash payment directly to the
City, the insurance company must furnish or have furnished by bidder, a performance bond
in accordance with Section 2253.021(b), Texas Government Code, and a payment bond in
accordance with Section 2253.021(c).
21. Any quantities given in any portion of the Bid Documents, including the drawings (plans),
are estimates only, and the actual amount of work required may differ somewhat from the
Page 3
00100 2-2021 Instructions to Bidders
00426487
estimat•s. The basis for payment shall be the actual amount of work done and/or material
furnish•d as specified in the General Conditions.
22. Bids s all be submitted on a separated contract basis. No Texas sales tax shall be included
in the p ices bid for materials consumed or incorporated into the Work.This contract is issued
by an organization which is qualified for exemption pursuant to the provisions of Section
151.30 (5) of the Texas Tax Code. The City will issue an exemption certificate to the
Contractor. The Contractor must then issue a resale certificate to the material supplier for
materi s purchased. The Contractor must have a valid sales tax permit in order to issue a
resale ertificate.
Upon obtain ng consumable materials, the Contractor will issue a resale certificate in lieu of
payment of sales tax, and the following conditions shall be observed;
1) The Contractor will transfer title of consumable, but not incorporated, materials to the
City at the time and point of receipt by the Contractor;
2) The Contractor will be paid for these consumable materials by the City as soon as
practicable.Payment will not be made directly but considered subsidiary to the pertinent
bid item. The Contractor's monthly estimate will state that the estimate includes
co sumables that were received during the month covered by the estimate; and
3) Th designated representative of the City must be notified as soon as possible of the
re.eipt of these materials so that an inspection can be made by the representative.Where
pr.ctical,the materials will be labeled as the property of the City.
23. The Cs ntractor, after execution of the contract and pursuant to Internal Revenue Service
(IRS) r gulations, shall furnish its Taxpayer Identification Number (TIN) to the City. The
Contra.for shall provide the appropriate information on a W-9 form(which can be provided
by the City upon request). This form shall be submitted directly to the City's Accounts
Payabl; Department to ensure security of the information.
24. If the :id Form includes Add and/or Deduct Alternate bid items and/or otherwise provides
for Alt;mate bids, the City will determine whether to select or not select one or more of the
Add an or Deduct Alternate bid items and/or Alternate bids at the City's sole discretion and
for its reatest advantage. If the City selects any Add and/or Deduct Alternate bid items, the
total bi amount will be determined by adding the amount of the selected Add Alternates)
to, and deducting the amount of the selected Deduct Alternates) from the Base Bid or the
selecte!' Alternate bid.
Page 4
00100 2-2021 Instructions to Bidders
00426487
EXHIBIT "A"
FORM 1295 INSTRUCTIONS
Pursuant to Section 2252.90 of the Texas Government Code, as of January 1, 2016, any business entity entering
into a contract with a local government that requires approval of the governing body must submit a disclosure of
interested parties (Form 1295)to the local governmental prior to the execution of the contract. The Texas Ethics
Commission (TEC) has created an electronic filing application for business entities to submit the required
information and generate the required form. The City of Round Rock may not enter into a contract that
requires the approval of the City Council until the business entity files a Form 1295 with the City Clerk.
Please follow the instructions below to file your Form1295 with the TEC and the City of Round Rock:
• Upon being notified of a bid award, the award recipient("business entity")must go to the following website:
https://www.ethics.state.tx.us/filinginfo/1295/and follow the login instructions on the website application to
complete a Form 1295.
✓ If this is a business entity's first time logging on to the website application, the business entity must
create a Username and Password and then follow the application's instructions to complete a Form 1295.
✓ The City does not have a Contract ID Number System. Please insert 000000 and the project name in this
box. Do not put the resolution number of the initial agreement if this is a supplemental agreement- only
put the project name.
✓ Even if a business entity has no interested parties,Form 1295 still must be completed using the website
application and filed with the City Clerk. Please note that there are very few instances that a business will
not have any interested parties. Visit the TEC's FAQ page for the definition of an interested party.
✓ If a business is publicly traded,they are exempt from having to complete a Form 1295. Please e-mail the
City Clerk stating such.
• The business entity MUST print and sign the completed Form 1295 once it has been accepted by the TEC
and no longer has DRAFT stamped on it.
✓ The signed Form 1295 must be scanned and e-mailed directly to the City Clerk at
swhite@roundrocktexas.gov as soon as it is completed. DO NOT send the form back to the Purchasing
Department, Project Manager, or mail it with signed original agreements/contracts.
✓ The City Clerk only has 30 days from receipt to acknowledge the form in the TEC system. If you do not
return it to the City Clerk promptly, and the 30 days has expired when she receives it, you WILL have to
complete another one.
• A new Form 1295 must be done for each contract a business entity enters into with the City, including
Supplementals,Amendments,and Change Orders.
• A Form 1295 cannot be handwritten. It must be completed electronically through the TEC website
application.
If you have any questions regarding the process of filing of Form 1295 with the City,please contact:
Sara White, City Clerk
Phone: (512)218-5404
E-mail: swhite@roundrocktexas.gov
If you have questions regarding the actual form or the online filing application,please visit the TEC's FAQ
page: https://www.ethics.state.tx.us/resources/FAQs/FAQ_Form1295.php
Revised 8/2020
00200 BID BOND
BID BOND
THE STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That Cruz Tec, Inc. of the City of Houston County
of Harris State of Texas as Principal, and
Continental Casualty Company authorized under the laws of the State of Texas to act as surety on
bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Ov ner"),
in the penal sum of Five Percent(5°°)of the total amount of the Bid of the Principal submitted to the Owner,
for the Work described below; for the payment whereof,well and truly to be made,and the said Principal
and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns,
jointly and severally,as follows:
In no case shall the liability of the Surety hereunder exceed the sum of( Five Percent of the Greatest
Amount Bid Dollars(S 5°o G.A.B
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, v►hercas,the Principal has submitted
the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for
Construction of South Interce tor Manhole Rehabilitation Pro ect
tor v hich Bids arc to be opened at the office of Owner on the 1 gth- day of
March ,20 21 .
NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required
under the"Instructions to Bidders,"after the prescribed forms are presented to her/him for signature,enters
into a written Agreement substantially in the form contained in the Bid Documents,in accordance with the
Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to
guarantee payment for labor and materials,then this obligation shall be null and void;otherwise,it shall be
and remain in full force and effect.
If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the
Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required
by the Bid Documents,Surety within fig e(5) business days after receipt of a written demand from Owner
shall pay to Owner the full penal sum of this Bid Bond, 'uhject to the limitation described herein.
In the event that suit is brought upon this Bond by the Owner and judgment is recovered,said Surety
shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by
the Court.
[N WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the
18th day of the month of March V0 21 -
Cruz Tec,Inc. Continental Casualty Compan,
'ci � al • � � (?) -�
Surety
i
/► ► Cheryl R.Colson
Prim • i ' ' Printed Name
4.1
-1/,1Tt
B _ rta By: .�4 e4610,--
TiT /IF-i le. /r l/ Orr/ Title: Attorn Y-in-Fact
Addre-. i 10 A► Lan- Address: 5151 San Felipe,Ste. 1200
�1���• t �.. Hoof,TX 77056
00200 4 2020 Page 1 Rid Bond
00443638
Resident Agent of Surely:
/ i g / /
l',"4...... sc.-- iel e
Signature
Cheryl R.Colson
-. -
Printed Name
2502545 N,Ste.525
Street Addr„
The Woodlnds,TX 77380
City,State, ip
Page 2
00200 42020 Rid Bond
00443638
POWER OF AY APPOINTING INDIVIDUAL AIN - FACT
kiow MI Me.By ThIN Pi.siii.,That Couitht.I( suaItyCsysny,.i 1111oh ki.uwioscampuy,Nedonul FlrslnairuicsCompany of
d
ay
R
lbs CdIAN EUb*oIsnncs
in"s)u,ardulyoipidzmd sxIiIasmncompmniato I.vfug t,h Pier aa P .yIvanIaInmimncecornpeny(hsin
IbsCity ofCldps u� Boob.
and that byvbIucofth.sIp*aru and isLi hucln wed hsdy make,coui*ftuisaiad appoint
limotiky J MaI.y,Scott D Clmpmsn.CyntIm D Huilim, MaI II Man.,Jeawis M Bueban,KeIth M III.,Puinda C
Martinson.Debra Buckner,Cs Maga,Barbara Ksck Usa.M Nts ,IidMduy
of Inv drove Ifsht MN,th*misand lawful AItumcy(.).in.P with full power and authority kynIr sip,sell andd .cut.for uid on
their bshilf bonds,undutakingi smi oiIiobligutoiyiusmimsnss of similarnatvm
•Is Unlimited Amunis
and to biDd than thereby as fIiy and to the amine w.t.itlfsudi IMrummts wire signed by aaLyauthoddoM o(their Iniisncs compmd and
all the su of said Attorney,pursuant to the ausIy1iaiby glvai is hy ratified and conflrm .
This Pow:N.rofM pursuant to and by authority of the Bar-law and Resolutions,printed on thss hereof.duty
doptsd,as iadfcatcd,by the Boarth of Directozu of fire Iniunace pia.
to WItue Whereof,die CNA Conipsnl&iave cagsdthspresitsto b..Igit by dm*Vice Prldu1tMd t.ir corporate to be hcio
affixed on this 6th day Of Apill,2016.
A, •'r''�t ,
a Continental C�ehY Companyi �. � National FirsInsuranCompanyofll.ztfordIneucce
j 01".. e'., ' L * r-01.11.4;\ Ameeicas C Compmay of� � .�' �� Pesylvaoia• i Kiri.r
I AV' ) attliF / A,Y
% sift , V, .
•, -/ •
__.........,. ., — —.4
MO
Psul T.Bruflat Vice PmuLduit
Stutcof Smith Dakota,Counyof Minudiaha,lc
do di6th day ofA2O1 pcoa1yP.v1T.B kDom,who,being by me duly swot%did depose end eery: that he
raid in the Falb.Sof South Dska that ks is a Vice President Caivaky Company,en 1IIhmiibuas ampay,
NadoedIcs Company a/Hartford,an UI s and American Canteity Company of Reg.Pennsylvania.
Pennsylvania insurance company described in and which executed die above instrument;that he knows the sad of said Insurance companies;Chet the
sealstsxcd to the odd moment are Bch*vont'..saIu that they were so affixed to authod the Dosof Directors ofd
incecI dihssIp he thereto pursuant to bed and admowledges wmsto be des got and deed ofd incc
oomcs.
J.MOHR
t -1 - .--0 . .._ _____,_
(;?°1%
My Commission Expires June 23,2021 J.Mohr -Trn
NosuyPublLc
CERTIFICATE
1,D.Bu1 Seamy of CdnI Casualty ,.i, , , y,an OffnsinsncompMy,National Fwe Insurance Company of Hartford.an
1flino insurance company,and American Casualty Compy of Rin&Pia Pmy1ia inmpy do hereby certify that the
Power of Awing herein above set forth is still in forme and finther certify that die Briaw sad Resolution of the Doaof Dc of die insurance
companies printed an dehofi stilt in force. in testimony wheeeof!have hereunto subscribed say name and Wind the Baal of the said
insurance companies this 18th day of March _ , 2021
.1T- +4 Contincutal Casualty Company
., .7' ; National Fire Ensurance Company of Hartford
Goreitair ,. I s i , ;
Yi
v�r�►�y Ama�icao CasualtyCasualty Campy►of g�gi.Pennsylvaniaaoia, MY 11„ !
SEA. . k-;"'r.„, �\ ml '
4‘
•,,
_#_,„ .
D.Bult Assistant Secretary
Ponn F6$53-412012
Authorizing By.Law.sad Rsioludou
xwro BY 'OFDIIC1ORSOI1XNTB4WTALCASUALTYCOMPANY:THE
TWsofA is ms and executed pinumat to aid by authority 6110wing duly adopted by the Board ofDofths
Companyit a meeting hdd as May 12,I99S•
"RESOLVED: 'nut Sorarvp Ve Pd an oMr to sign specific dom on behalf of
the Company provid that the none emit auihorlxd oMaid a description of the documents.speements or instutnenti itat such officer may sIgu
will be provided!a tingWthsS orthe bsco ealeoltve."
This Power of is signed by Paul T.Bruflat,Vies President,who his been authorized im to the above resolution to made poorer of
attorneys on 6ehaIfof nemi Casusky Company.
This Powai of A pod god sated by faicsindis under ad by the authoriw of 1In theRtn adopted by the B ofo of the
Compinyby unanimous , wsusDtdmd tbs25dsy of April,2012:
"Wham.die byk ,of the Compaw or sflc resolution of the . of Dbecton has authorized carious officers(she"Autkorized Moen')b
setsrmus polici bow,uithrWcinpsnd otbsro1 y and
Whe time • time,the.Ipam ee of the A Offi in addition to bring provided Lu aigind.hard Dopy hanst.may be pmdcd vie
fuoroe is at eIc forint(csUw "Blaebonk Signatures");Now Imbcft mo1v that the Electronic& ofm ny
Atitborad Officer lbs vulldaftd bimIIn on the fir."
ADOPTED DY THE • I OPDIUCTOS OF NATIONAL FIRE!NSLMANCBCOMPANYOPHARTFORD:
Thi PowerrefA is node and seated pug to and by authority of the&liming resolution duly adopted by the Board of Directors of the
Companyby vniimovs tea anoint did May 10.1995:
"RESOLVED: Th Senior or Groin Vice Preside*may suidzs an officer to yip specific documents,agreements - instruments on bef of
the Company . ihat in of such authorized oil=and adsidon of*.doaa mors it such officy sip
will be provided In' ling by the S r Praddent to the S of Ibe Company su prior Womb*offindis."
This Power of A is s1sd by Paul T.Bmfla Vice Pnsident,who has been authorized puuMt to the above resolution to execute power of
anonym on behsWOf t flieIrsur.ncc Compsnyofliaitford.
This Power of ANm Ii Id and soled by fitcsimils under and by the authority of the fallowing Roion adopted by the Hoard of Directors of the
Companybyuniitimouu en ammo meted the 2SdyofAprN,2OI2:
"Where
��tea poll - f the bora,�and odherBMa
of the of Dinctors authorized various officers(the"Aud�oei�ed Oflieers'�to
oiiigsoiyhiummiesis.of like nature;and
Whema ofs Az OM dition to being imovided in original.bud copy fo be pdcd via
facsimile or.,,_ -;in in electronic format(coMcctIy, !1eni Ss' Now Nye be it sved: that the I1Mc Signature of any
Authorized OMccr. .lb.valid end bludinion die Cbmpany."
RDOITEDBYTIIEUO I. OF DIR!C )RS OF AMERICAN CASUALTY COMPANYOF ftEADINO,PENNSYLVANIA:
This Power of A _, is made and exavted pennant to and bydofde following so1uonduopd by the Bofdaof the
Compaaybyiuianlmous - CODSCV dated May 10,199$:
"RESOLVED: TIC Sailor or Omup Vics Presided may smd an officer to Mgt'specific documents.weements and insiruments an bsf of
the Ccmp p -• ththcna of mi ofiwa sdsspsn of Udoa orn oMc y sign
will be provided in tins by the Senior or soup Vice President to the Soft prier to such execution bNong effective."
This Power of A humped by Paul T.Bmfla,Vice Presklent,who hos been authorized pursuant to the above Rsolution to execute power of
attorneys on behtlf of A an C mpany of Boding.Pemsylvanli
,
This Power of Ao under and by the authority ofs&Rowing ReIu opted by the Boyd of Dn of ibe
Companybyunanlmous tioonssnIdsd*a2S'dayofApdl,2012:
"Wham.die bylaws of the Company or sflc rosolndos of die Board of DImo het authorized various officers(the"Autisoemed OMa')to
execute various polici-< bonds.thodertidaggs and other ohliptoiy inshuaKnts of Ike mum and
Whereas,fkom time time.the sof the Authorised OMc addition to bc prodded in original,hard copy&mist,may bo pwded via
facsimile or°drawl=io an electronic Slvt(coy."Electronic Swoons";Now dsbs ft rnoM (AM
AutIioridOMccr Lb.valid and biudhig on the ny.^
Figure: 28 TAC§1.6O1(a)(3)
1 IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint: Pere obtener informadon o pare someter una queja:
2 You may contact Conffnen1 Casualty Company, Puede comunicae con Continental Casualty
National Fire Insurance Company of Hartford, Company,National Fire Insurance Company de
American Casualty Company of Reading.PA and Hartford,American Casualty Company de Reading, PA
Continental Insurance Company at 312-822- OO. y Continental Insurance Company at 312225OOO.
3 You may call Conthen1 Casualty Company, Usted puede Ilamar at numem de telefono grabs de
National Fire Insurance Company of Hartford, Continental Casualty Company,National Fire
American Casualty Company of Reading,PA and lnsumnce Company de Hard,American Casually
Continental Insurance Company's toll-free telephone Company de Reading, PA y Continental Insurance
number for information or to make a complaint at: Company's pare informaclon o para someter una
queja al:
11774724115 ISTI724115
4 You may also writ to Continental Casualty Usted tamblen puede escribir a Continental Casualty
Company,National Fire Insurance Company of Company,National Fire Insurance Company de
Hartford,American Casualty Company of Reading. Hartford,American Casualty Company de Reading,
PA and Continental Insurance Company at: PA y Continental Insurance Company:
CNA Surety CNA Surety
333 South Wabash 333 South Wabash
Chicago.IL 60604 Chicago,IL 60604
5 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros
Insurance to obtain Information on companies. de Texas para obtener Informaclon acerca de
coverages,rights or complaints at: companlas,coberturas,derechos o quejas a):
1100.252-3439 14OO2S24439
6 You may write the Texas Department of Puede escribir al Departamento de Seguros de
Insurance: Texas:
P.O.Box 149104 P.O. Box 149104
Austin,TX 78714-9104 Austin,TX 78714-9104
Fax:(512)49Q-1007 Fax:(512)49O1OO7
Web: www.tdltexas.gov Web: www.tditexas.gov
E-Mail: ConsumerProtectiontdi.texas.gov E-Mail: ConeumerProtection@tdLtexas.gov
7 PREMIUM OR CLAIM DISPUTES: DISPUTAS GOBRE PRIMAS O RECLAMOS:
Should you have a dispute concerning your Si tiara una dispute concemiente a su prima o a
premium or about a claim you should contact un reclamo,debe comunicarse con el Continental
Continental Casualty Company,National Fire Casualty Company,National Fire Insurance
Insumnce Company of Hartford.American Casually Company de Hartford,American Casually Company
Company of Reeding,PA and Continental Insurance de Reading.PA y Continenl Insurance Company
Company first. It the dispute is not resolved,you primero. Si no se resuelve la disputa,puede
may contact the Texas Department of insurance. enforces comunicarse con el departamento(TDI).
8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es
This notice is for information only and does not solo para proposito de Informaclon y no se
become a part or condition of the attached convierte en parte o condition del documento
document. adjunto.
Faun F827742OI6
00300 BID FORM
'
BID FOR_\,-.
PROJECT``A.%.. ,I.. South I te cepto Manhole Rehabilitation Pro.ect
PROJEC,rr LOCATION: Round Rock, T..`'
OWNER: CI*ty of Round Rock, Texas
DATE: TBDI
Gentlemen:
Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, ^.' `..', .,n'. bidder/k`,`b` p'o,`s`, `. ' all `i' ..,,`' ^, .. ^ alle
. ," . '�' ^� ^'` ' ,b.. machinery.
equipment, tools., materi*als. ....`v.. and miscellaneous items to complete all the Work on which h.
bids as by the attached Bid Documents, and as sho,m on the plans for the construction of
South Interceptor Manhole U ,i ,
''\.. .. . ..''`..
- _ ' -
and binds himself on acceptance of thl*s bid to execute the Aareement and bond for completing said
Work within the.time stated, for the following prices, to wit:
Any addenda issued wi'll be posted ..it. the Project Manual and/or Contract Documentson the
In
Cityl s Nve b'ite at ro'd,..'��.`../l bythe close .' business n`
. - _ - - - - - _ .
` Pri*or to submi"tting a b I'd, the bl"dder i*s responsible for determining if any
addenda have been issued and for following any instructions in any addenda 'issued.
Bidderacknowledges -,|_, of,, folloNvi'ng Addenda`' .�`' Addendum "number and date.
' -
_ -
B*1 d te fiw�
Item Quantit �r` .. � `�� ��^-.` �'«^t �_. .`^,r.t
- _
` . Ls, Contractor to Prepare, Submit,
and Implement (including
proN'�':. all 'c-ze"a'``
implement plan) a ..'a,,
Pumpi`ng Plan, '`'`` ... s`s. .
-. ` . Texas
Professional Enai*neer
co plete in place per LS
for One hundred ten thousand dollars
___
�_. _. cents. 'o''' ',''''
___.__ -
BASE BID
Bid Approx. Item Description
Item Quantit Unit and Written Unit Price Unit Price Amount
2 14 EA Furnish All Materials,
Equipment,Tools&Labor
Necessary to Install Manhole
Vents
complete in place per EA
for Five thousand seven hundred dollars
and zero cents. 5,700.00 79,800.00
3 12 EA Furnish All Materials,
Equipment, Tools &Labor
Necessary for 32-inch Standard
Manhole Frame and Cover,
Complete in Place, Including
Surface Restoration to Existing
Conditions. Der Plans
complete in place per EA
for One thousand five hundred dollars
and zero cents. 1,500.00 18 000.00
4 4 EA Furnish All Materials,
Equipment,Tools&Labor
Necessary for 24-inch Standard
Manhole Frame and CoN er,
Complete in Place, Including
Surface Restoration to Existing
Conditions. per Plans
complete in place per EA
for Nine hundred fifty dollars
and zero cents. 950.00 3,800.00
5 1 EA Remove and Replace Existing 48-
inch Manhole and Replace with
New FRP Manhole, 60-inch Dia.,
W, Including Surface
Restoration to Existing
Conditions. per Plans
complete in place per EA
for Tweleve thousand five hundred dollars
and zero cents. 12,500.00 12,500.00
00300-9-2015 Page 2 of 9 Bid Form
BASE BID
Bid Approx. Item Description
Item Quantit Unit and Written Unit Price Unit Price Amount
6 30 LiF Furnish All Materials,
Equipment, Tools & Labor
Necessary for Pipe, 18-inch Dia.,
SDR26 PVC, Including
Excavation and Backfill, WW
complete in place per LF
for Three Hundred dollars
and Zero cents. 300.00 9,000.0.
7
1 EA Furnish All Materials,
Equipment, Tools & Labor
Necessary for Concrete Drop
Manhole 60-inch Diameter, WW,
including Surface Restoration to
Existing Conditions
complete in place per EA
for Nineteen thousand five hundred dollars
and zero cents. 19,500.00 19,500.00
30 Abandonment of Existing 18-inch
Wastewater Line per Section 510
complete in place per if
for Two hundred fifty dollars
and zero cents. 250.00 7,500.00
350 LF Furnish All Materials,
Equipment, Tools & Labor
Necessary for Mulch Sock
complete in place per
for Twenty five dollars
and zero cents. 25.00 8,750.00
00300-9-2015 Page 3 of 9 Bid Form
BASE BID
0 49
Bl*d Approx. Item Description
Itein U ni"t and Wrl*ttenUnl*t .. ./_ ,..^�.`.`e ,...`._
-
i. 305 VF Fu ish All Materials,
! Equip ent, Tools & Labor
/ Necessary for Corrosion Resistant
Lining-flor Co C t Manholes
(48'nch D per Technical
SDecifications
complete in place per VF
| for One ^,....d ,...y"v� ....^.s
'
! and zero cents. ''`m 4~.i~.'oo
' --
.' 110 VF Fumi'sh All Materials,
Equi*pment, I'lools '` Labor
NecessarN, f-lor Corrosion Resistant
Li*ning f-or Conc ete M nh I '
(60'nch D ....`.},..a.
Sloecl*fications
complete in place per VF
for One hundred seventy five dollars
_
and zero cents. '-'') 1.`.o,0
._
`` 305 VF Fuml*sh All Materl'als,
| Equi"pment, Tools Labor
/ Necessary for Cementitious
| Manhole Coating(48 inch
� Diameter) per Technical
0
SDecirications
complete i*n place per VF
fo r One ' '`� '� / `' "
v' tv'"e `,.`.,
- -
and zero cents. . ` !'' ., . .' K.
_.
!.` 110 | VF Fumish All Materials,
� Equipment, l'ools, .: ..`b..
Necessary for Cementi*tious
Manhole Coating (6ominch
Diameter)per Technical
. Soeci'fications
/ complete in place per
f , .w k"�,' .v ,.`' ...'z_`.. - -
� and zero ��_`' ...00 1.'5.'00
' - -
00'.0)'00-9-2015 Page 4 of 9
o..Fo__
/
'`.'. 'I..
Bl*d Approx. I....Descripti*on
Itein- ''' -'-'�,.`-- '�..i-.�' ._.._�_,' `�_.'_..
.--
`. 245 V F Fumi'sh All Materials,
Eqwpment, Tools & Labor
Necessary for Installation of
Fiberglass Manhole Liners (48-
inch Dia eter Manholes)per
Technical S.e.....t,o,,
co plete i*n place per VF
for one . `` � ,.. , `' . dollars-
and zero cents. 1050.00 257)250-00
—
.' .' EA Ful-11'sh All Materials,
Equipment, Tools & Labor
Necessan, .` �/`-r.'!.i",
...^-u). [ �erench/Trough
Technical Speci*ftcations and
Plans
complete in place per L A
for Six hundred fifty dollars
and zero cents., ..,.V; i6.11..o0
-
., . EA Fumish All Materl'als,
L-`qui'5pment,,,,roo1S & Labor
�'.'e.`a`.`' .`'.'.`'..`'
N/lanhole Frame/Cone Pe.
4"echnical Spec I*ficat i*ons
complete in place per !.A
for Seven hundred fifty 4 0''a'z
^nd 750.'' 11500-00 zero r�''���
00.300-9-2015 Page 5 of 9 Bid Form
BASE BID
Bid Approx. Item Descriptl'on
Itein Unl*t and.x..... .... .'... .''.',,^ ,`,...^.. _ -__
l' . L.. Fu ish All Materials,
Equipment,Tools & Labor
/ NeCeSsary to Ren air Concrete
Collar
complete in place per EA
for Six ,u.d... '`» dollars- ., ,,`
-' -_
� and ze ro cents. ....,' .,/``,
\' | LS F1*11 Abandoned 36_nch
Is Wastel�%rater . .i.. '�'"... ,..i.
Grout
complete in place per L.
for Nine °^-n. .~ .^d,' dollars
and zero cents. ..5j.... `.yA.`
.. / LS Contractor to Prepare, Submit,
and Imple -ent(including
proN,iding all materias 'v
implement plan) a 1'raffic Control
Plan for work located near a road
way, (vehicula and pedestrian),
signed and sealed by a Registered
Texas Professi'onal Engineer
complete in`.ac. _�. LS
for Five ~o"`,` '' ^^,, dollars_ -
zeroa:- cc,, ` ',0..., ,,.(,.~
___� _________
20 135 LF r4urnish All Materials,
E#;',,Ui*pment, Tools & La#Or
Necessary to Remove and
e,, lace Fence in kind, Inclutin 9
| -ze."/'"v'.. ,.,. `g
Conditi*ons
com�Ie`e i*n place #er LF
for One hundred thi '"^ ...`-
-__-_______-___'___-___
a_� z. cents. ,._ '._,`
____
00300-9-2015 Page 6 of 9 Bid Fonn
BASE BID
Bi'd Approx. It,`'Descri"pti*,im
Itein ..."�'. ..^ '....'..'` `�`.�..`, .�..��-,.� -,....'
— _ — —'
'. ' EA Fu I'sh All Materials.
00
E-4quipment, Tools & Labor
Necessary to Install Bollards
complete. i*n place per EIA
., Seven .u".''' ''� d 11 s
and zero cents. /.`' ^'.00'.,
22 . L S Mobl*lizati'on (not to exceed 50,,.'
of tota bid price)
complete in place per LS
4RWMENI�
f-or Thirty .'.'`^'''`n/ dollars
' '.
and ze ro cents. 34,000.00 341000-000 _
23M 20 LF Pipe, '2.4-inch Dia. PVC SDR 26
co plete in Place per LS
for Three Hundred .c).`s
and ze ro cents. ,.l.. .`o^'_.—..
.' .. LF Contractor to Prepare, Submi't,
and Implement (including all
materials requi'red to 'implement
Plan) a,rrench Safet),r Plan,
signed and sealed by a Regi*stered
Texas Professional Engineer, in
Conformance with State & OSHA
co plete i*n place per LF
for One hundred seventy five dollars
and zero .+�. . i., ,3� '``0"
.. -___-- .
25 . E.' Fultilsh All Materials.,
Equipment, Tools & [,.abor
Necessary for Stabilized
Construction Entrances
complete in place per EA
for Two'o's``' ''''- '' fifty''''' dollars
' ------- —'
and ze ro ______.e-r' 2,750,00 51500,00 _
BASE BID
Bid Approx. Item Description
Itein U-n 1*t and.`.`.�._'.-..".~ ..`.'.e ''..-..
`' . LS F1*11 Trench around Exposed
/
Manhole 1436050 th
Concrete/Gab ions
complete ..place per .S
fio r Seven thousand two hundred fifty two dollars
a n--d. zero cents,. ''.... -.....'-- . - _
27 ' LS Furnish All Materl*als,
EqUipmlent, 'roois & Labor
Necessary to Re .Exl*sting
Sid walks to Existing Condit-ton `
complete in
``'., per LS
for Five thousand dollars
and zero cents. '.`..' '..',.
.'
28 100 LF Furnish All Malertals,
Equi*pment, Tools & L bo.
NecessarY for Tree Protecti*on
complete in place per LF
f-or Twenty''' dollars
- -- -
and zero cents. '.'`'`' ''''-0'
'
.'I�i ��,� U.L` '..�.-' ! Lliru .�` 755,777.00
- -
atetwials: 249,000.00
I I e r C a r s,, 506777.00
� t�»`. 755,777.00
00300-9-2015 Page 8 of 9 flb,..7o.,
TOTAL BASE BID(Items I thru 28 ) ,g1j 1`1'11_ oo
Materials: aka,,pop. •o
All Other Charges: Sm() Ce4 In o0
* Total: —1_,T__C'417"I.ov
* Note: This total must be the same amount as shown above for "Total Base Bid"
If this bid is accepted, the undersigned agrees to execute the Agreement and provide necessary bonds
and insurance cerlitic-•ion as per the Instructions to Bidders.
The undersigned & ifies that the bid prices contained in the bid have been carefully checked and are
submitted as co f- t and final. The Owner reserves the right to reject any or all bids and may waive any
informal' ' s or ,chnicaliiies.
�ctfull �% m p y �,, i
Restted,
,;t/i
1101r
d _ _
Sign
Pri ___0"1 11-7-k0 /6\14t\‘ ,f‘4k A.)4-1-lcvt.
t Name Address
Ilakda'ati 2f?)\ Avail 2.9fiA
_......
le Telephone
i?An— 1---a \1AL
Name of Firm
'bin '2.-‘ _____,..0011
Date cretary, '.' Bidde s a
Corporati,n
00200-9-2015 Page 9 of 9 Bid Form
Attachment A
Respondent Questionnaire
(40 Points)
Name of Company: Crurtec, Inc.
Company Address: 12210 Ann Ln, Houston,TX 77064
1. Describe your COMPANY EXPERIENCE for the last five years with projects similar in nature to this
one including manhole rehabilitation, manhole coating,fiberglass manhole inserts, by-pass
pumping and/or City of Round Rock projects. Include a description and contract value for each
project. (20 Points)
Crurtec has been doing trenchless underground rehab as a general contractor for 15 plus years doing
manhole rehaL,CIPP, pipebursting, bypass pumping,CCTV and cleaning. It has a team of experienced
personnel who has performed every scope of work called for on your project. Mr. Eric Dupre is the
primary PM/Estimator for this project and has done some of the hardest manhole rehab project in
Texas. Here are some links to work here has done for references:
https://ucononline.comJmagazine/2014/may-2014-vol-69-no-5/features/skyrocketing-h2s-Ievels-
prom.pt-emerglency-manhole-repairs
https://ucononline.comlmagazine/2011/march-2011-vol-66-no-3jfeatures/tackling-manhole-rehab-in_
Laredo
Mr. Dupre has a long term working relationship with Mr. Chris Welch at LFM who makes the FG
inserts/manholes.Our install methods for grouting the FG are now apart of Containment Solutions
manual.
NACE trained and SSPC concrete coatings certified as well as ACl certified for shotcrete. Crurtec has all
the equipment, manpower, and technical experience to self-perform this entire project in-house.
2. Provide a list of any sanitary sewer overflows experienced during or as a result of your
COMPANY WORK over the last five years. Provide a cause and estimate volume for each listed
occurrence. (Points 20)
Crurtec has performed major sewer rehab work all over Texas in greater Houston area,Victoria,
Kingsville AFB,SAWS, and many other places. YTD we have not had any SSO's on our projects unless
they were already occurring as part of a failed system backing up that we were called out to remedy.
r-s---- --1.7* ------"ks
RUZ TEC INC.
TRENCHLESS UTILITY CONTRACTORS CRUZ TEC INC.
12210 ANN LANE
HOUSTON,TEXAS 77064
PHONE (281)469-2888
FAX (281)469-2885
June 4, 2021
To Whom it May Concern,
RE: South Interceptor Manhole Rehab Project
On behalf of Cruz Tec Inc.We would like to acknowledge the math error that occurred during the
bidding process.The Bid opened on March 18,2021 was totaled at$755,777.00.After tabulation of the
bids, it was discovered that that total bid price is$784,527.00.
If you have any questions please feel free to reach out to us at the number listed above or to my direct
email jsoliz@aacable.com
Best Regards,
r
Jenni er So
rr
Dire 4 for o Operations
00410 STATEMENT OF BIDDER'S SAFETY
EXPERIENCE
Page 1
00410 8-2014 Statement of Bidder's Safety Experience
00090654
Solicitation Requirements, Contract Forms & Conditions of Contract
Statement of Bidder's Safety Experience Section 00410
Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure
to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive
Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program
requirements, has not been fined by OSHA for any willful safety violations in the past three
years, and has a lost time injury rate that doesn't exceed the limits established below. All
questions must be answered and data given must be clear and comprehensive. If necessary,
questions may be answered on separate attached sheets.
Company Name: Cruz Tec, Inc.
Address: 12210 Ann Lane Houston Texas 77064 Phone: 281-469-2888
Completed by: Jennifer Soliz Date: 3, 17/2021
I. Does the company have a written construction Safety program? [Yes ❑No
P P �'
2. Does the company conduct construction safety inspections? [Yes No
3. Does the company have an active construction safety-training program? ['Yes ❑No
4. Has the company been fined by OSHA for any willful safety violations in the past Dyes ErNo
three years?
5. Does the company have a lost time injury rate of 7.8 for SIC 15,or 7.6 for SIC 16, ErYes El No
or less over the past three years?
Attach the company's OSHA 200/300 logs for the past three years.
6. Does the company or affected subcontractors have competent persons in the
following Areas?
A. Scaffolding VIYes ONo ON/A
B. Excavation jYes ONo ON/A
C. Cranes EYes flNo ON/A
D. Electrical E "Yes ONo ON/A
E. Fall Protection Yes ❑No ON/A
F. Confined Spaces 11Yes ONo ON/A
I hereby certify that the above '• ormation is true and correct.
Signature ,G% ,` Title Corporate Secretary
Page l
00410 8-2014 Statement of Bidder's Safety Experience
00090654
OSHA's Form 300 (Rev.04/2004)
Note:You can type input into this form and save it. Attention:This form contains information relating to Q, ,`�n�
Log of Work-RelatedBecause the forms in this recordkeeprng package are"fillable/wntable" employee health and must be used in a manner that '
PDF documents,you can type into them input form fields and
p protects the confidentiality of employees to the extent Year 20 19) ��s-':
then save your inputs using the free Adobe PDF Reader In addition, possible while the information is being used for
Injuries and 11/messes the forms are programmed to auto-calculate as appropriate, occupationalU.S.Department of Labor
safety and health purposes. f�/Occupational Safety and .,/t/i Administration --
Please Record: Reminders: Form approved OMB no 1218-0176
•Information about every work-related death and about every work-related injury or illness that inv.byes loss of • omplete an Injury and Illness Incident Report(OSHA Form 301)or equivalent
consciousness,restricted work activity or job transfer,days away from work,or medical treatment beyond first aid form for each injury or illness recorded on this form.if you're nor sure whether a Establishment name A&A Cable Contractors/Cruz Tec Inc
•Significant work-related Injuries and illnesses that are diagnosed by a physician or licensed health care professional case is recordable call your local OSHA office for help.
•Work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1909 8 •reel free to use two lines fora single case if you need to. Houston TX
through 1904.12. •Complete the 5 steps for each case. CityStaia
Step 1.identify the person Step 2.Describe the case Step 3. Classify the case Step 4. Step 5.
(A) (B) (C) (D) (E) (F) SELECT ONLY ONE circle based on the Enter the number of
Case Employee's name Job title Date of injury Where the event occurred Describe injury or illness,parts of body
most serious outcome; days the injured or Select one co/corn:
no. (c g,Weider) or onset of (c R Loadingdock north end) affected,and object/substance that ill worker was:
illness directly injured or made person ill(e g
(e g 210) Second degree hums on right forearm front Remained at Work Illness
acc'rt'lerte torch) b (M) 1
Days away Job transfer Other record- esem fte trans On fer rs or ! c o I
Death from work or restriction able cases o a
work restriction
(G) (H) (i) (J) (K) (L) . o
Reset Luis Marquez Jr laborer 7 10 (1) (2) (3) (4) (5) (6)
Q / Job site Burn to upper arm r//_�� Al /'► r
month/day r `_ r r 5 days 5 says 1l \ r rr
Reset
/
month day r r r r days days r r r r r r
Reset
/
trxxtih/day r r r r days days r r r r r r
Reset /
month J day r r C C days days r r r r r r
Reset
/ r r r r days days r r r r r r
month,day
Reset /
month 1 day - r r r r days days r r r r r r
I Reset
/ r r r r days days crrrrr
month/day
i Reset 1 /
month J day [ r r r days days r r r r r r
[Reset 1 /
month/day r r r r days days r r r r [ r
Reset]
[ r r r days days r r r r r r
month/day
Page totals 0 1 0 0 5 5 1 0 0 0 0 0
Public reporting hoiden for tht.collection of information as estimated to average 14 minutes per response,including time to ret tea the c a o Si
nons search and gather the data needed.and complete and review the collection of information Persons air not required to BQ surd to transfer these totals to the Summary page(Form 300A)before you post it 9 o
utiucit
respond to Sc collection of informal=unless it displays a ctarcntly valid OMB control number lives have any comments about those
l,`V e .--4
estrrnatcs or any other aspects of this data collection,contact US Deparunetrt of Labor,OSHA Office of Slat:siical Analysts,Room r� ici.
Delete a Form Page =
!
!r-ZC>-t4 2,-,Constitution Avenue,NW,Washington.L)(.:20210 Da not end the completed forms to this office Page 1 of 2 (1) (2) (3) (4) (5) (6)
OSHA's Form 300A (Rev 04/2004 Note:You can type input into this form and save it. 1 8 (` ).
Because the forms in this recordkeeping package are"fillable/writable" Year 2Q .\.__;
PDF documents,you can type into the Input form fields and
Summary of Work-Related Injuries and Illnesses then save your Inputs using the free Adobe PDF Reader. U.S.Department of Labor
Occupational Safety and Health Adnttnistration
Form approved OMB no 1218-017f
All establishments covered by Part 1904 must complete this Summary page,even if no work-related injuries or illnesses occurred during the year.
Remember to review the Log to verify that the entries are complete and accurate before completing this summary
Using the Log,count the individual entries you made for each category. Then write the totals below,making sure you've added the entries from
every page of the Log.if you had no cases,write"0" Establishment information
Employees,former employees,and their representatives have the right to review the OSHA Form 300 in its entirety They also have limited access
to the OSHA Form 301 or its equivalent.See 29 CFR Part 1904 35 in OSHA's recordkeeping rule,for further details on the access provisions for Voar establishment Hams A&A Cable Contractors Inc./Cruz Tec,Inc.
these forms.
street 12210 Ann Lane
Number of Cases CityHouston State TX 77064
Zip
Total number of Total number of Total number of cases Total number of
deaths cases with days with job transfer or other recordable Industry descnpiion(e g,Manufacture of motor truck trailers)
away from work restriction cases Utility Construction
0 1 0 0
(J)
North Amencan Industrial Classification(NAICS),if known(c g,336212)
(G) (H) 0)
Number of Days
Employment information(/fyou don't have these figures,see the
Worksheet on the next page to estimate)
l'otal number of days "Total number of dabs of lob 55
away from work transfer or restriction Annual average number of employees
5 5 113835
---- - Total hours worked by all employees last year
(K) L;
Sign here
Injury and Illness Types Knowingly falsifying this document may result in a fine.
'l'otal number of I certify that I have examined this document and that to the best of
(M) my knowledge the entries are true,accurate,and complete
i a Injuries 1 (4) Poisonings -__ 0
Skin di-order. 0 (5, Hearin. los 0 Company executive Title
Phone - - Date
131 Re,,piraton,condition 0 es, All other.LLne 0
Post this Summary page from February 1 to April 30 of the year following the year covered by the form. Save In put
Public reporting burden for this collection of information is estimated to as erne 58 minute per re pan.e including time to review the in'ructions,search and gather the data needed,and
complete and review the collection of information Persons arc not required to re pond to the olle lion of information unless i►dispia5 s a currently valid OMB control number If you hale any
comments about these estimates or any other aspects of this data collection contact S Der.artment of labor OSl IA Office of Statistical Analysis,Room N-3644,200 Constitution Avenue,NW,
Washington,DC 20210 Do not send the completed forms to this office
OSHA's Form 301 (Rev.04/2004) �_
Note:You can type input into this form and save it. Attention:This form contains information relating to '.-..
Because the forms n ths recordkeeping package are f1IIablelwntable' employee health and must be used in a manner that �.-!''
/nr and illness PDF documents you can type nto the input form fields and protects the confidentialityof employees to the extent .
J �
then save your inputs using the free Adobe PDF Reader In addition possible while the information is being used for U.S.Department of Labor
cident-In Repor . the forms are programmed to auto-calculate as appropriate occupational safety and health purposes. occupational safety and Health Administration
Form npprot ed OMB no 1218-0176
Information about the employee Information about the case
This Injury and Illness Incident Report is one of the
first forms you must fill out when a recordable Luis Marquez jr 10)Case number from the Log 1 (Transfer the case n,unher from the Log after you record the case)
I)Dull name
work-related injury or illness has occurred Together 7 11 2018
III Date of injury or illness
with the Log of Work-Related Injuries and Illnesses 2)Street 10803 Green Creek Dr#1107
Month Dav Year
and the accompanying Summary,these forms help 12)Time employee began work 7:00 0 AM 0 PM
the employer and OSI IA develop a picture of the City Houston State TX ZIP 77070
extent and severity of work-related incidents. i3)'r;me of event 0 AM 0 PM ®Check if time cannot be determined
Within 7 calendar days after you receive 3)Date of birth 10 30 1999 'Re fields 14 to 17:Please do not include any personally identifiable information(PII)pertaining to
information that a recordable work-related injury or worker(s)involved in the incident(e g.,no names,phone numbers,or Social Security numbers).
illness has occurred,you must fill out this form or an -11 Date hired 7 31 2017 14).What was the employee doing just before the incident occurred?Describe the activity,as well as the
tools,equipment,or material the employee was using.Ili:,pe:ifit.Examples:"climbing a ladder while
equivalent Some state workers compensation ntontl, Da, Year carrying roofing materials";"spraying chlorine from hand sprayer";"daily computer key-entry."
insurance.or other reports may be acceptable s) o\Tale 0 Female He unhooked a camlock on a hose Q
substitutes To be considered an equivalent form,an}
substitute must contain all the information asked for information about the physician or other health care
professional
on this form
6)Name of physician or other health care professional i s).What Happened?Tcli us how the injury occurred.Examples:"When ladder slipped on wet floor,worker fell
According to Public Law 91-596 and 29 CFR20 feet";"Worker was sprayed with chlorine when gasket broke during replacement";"Worker developed
1904,OSI IA's recordkeeping nile,you must keep Amiraf Shari soreness in wrist over time."
this form on file for 5 years following the year to He was unaware the water in the hose was still pressurized with hot
which it pertains water when releasing camlock the hot water sprayed out
If you need additional copies of this form,you 7)If treatment was given away from the worksite,where was it given?
may photocopy the printout or insert additional form Facility Life Savers Emergency Room 16)>+What was the Injury or illness?Tell us the part of the body that was affected and how it was affected.
pages in the I'DI',and then use as many as you need. Examples:"strained back";"chemical burn,hand";"carpal tunnel syndrome."
Street 17685 Tomball Parkway burned upper arm
City. Houston State TX 'zip 77064
17).What object or substance directly harmed the employee?Examples:"concrete floor";"chlorine";
"radial arm saw."If this question does not apply to the incident,leave it blank.
Completed by Jennifer Soliz Ii)Was employee Treated in an emergency room?
p water
0 No
1 tile Director —.- ---
9)wits employee hospitalised overnight as tin in-patient? is) If the employee died,when did death occur? Date of death
Phase 281 _ 469 _ 2888 Dale 2 27 2019 0 Ye' Month Day Year
Month l)a, Year O NO -
Pa • _ of 1 Save Input Add a Form Page Reset
FAA,:! moilin ',Wen bit ih,cogeerion II!,nfoin,atlti.,.C:C1lnitcd rrr a i. m,er ,Z:mince.?<I rr;lai;,i_.11,lay.l,,lir.I:.:ci lovi ii.r't"ructions,smelling emsting data sources gathering and maintaining*the data needed and completing and rev,caving the collection of information Persons ate not required to respond to the collection of information unless it displays a
!moiling
.men,aa.t(1`.111 cordrol,,umber if;Lill tra+'c,:r,t.err nies',a'c.,o[Iv.c:nma'it,•*r auv whet a.543.1-.ai Sti,.dabs...411c.t:on,ci.ludtag suggestions for tedoc,nt'this burden.contact US De;•artmcnt of Labor OSI IA Orrice of Statistical Analysts Room N.16,1,1 200 Constitution Avenue.NW.,A'ash,ogton,DC 20210 Do not send the completed forms to this office
1
Lnon:This form contains Information relating
OSHA's Form 300 (Rev.0112004) to employee heeN'and must be used In a *
that the ,tiality of employees to theYear 2019
'extent possible while the M�fbrtnetbn is bang used
Logof Work-ReiaIllnesses ��pe��Ste,e� ,��s. UDePamentOfLabOF
tod and
�... ISafely and Health Administration
You mud record information bout emery workmated ferry or mess ihat involves loss of consciousness,restricted work activity or job transfer,days away from work4 or medial ant
beyond fist aid.You must also record significant work-related injuries and uses that we diagnosed by a physidan or used health careprofessional.You must also record work- Fam approved 0MB no.1216-0178
injuries and yes that met any of the specific recording criteria area in 29CFR 1904.8 through 1904.t2 Feel gee to use Iwo yes nor a sine case if you need to.You must couplets an Establishment name
injury and ass incident mat(OSHA Form 301)or equivalent foram br each inky or S recorded on this form.If you're not�,,, r a case Is recordable,cap your local OSHA aWoefor help.
A&A Contractors Inc/Cruz Tec,Inc.
City Houston State Texas
__,...
Identify the person Describe the case Classify the case
-(A) (B) ---- Enterthenumberof I
(C) gyp) (E)
,- (F) CHECK ONLY ONE box for each case based on days the Injured or ill ;Check the"iryury°column or choose one type of
Case Employee's Name Job Title(e.g., Date of Where the evert occurred(e.g. Describe injury or illness,parts of body affected, the most serious outcome for that case: ,worker was: Illness:
No. We1der) injury or Loading dock north end) and object/substance that directly injured or made
I onset of person III
(e.g.Second degree bums on right - -— ' (M)
illness from acetylene torch)
ess —
O��� RiItVdos1cm(moJday) DSRth DaYS y transfer o r tZi
o
From restriction 2 o c r -.1 ti
Job transfer Other record-
Work (days) Z, a g 2 .„le � f
or restriction able cases (daYS) r � I U � i k
tG1 (H) (I) 0) (K) (1) (1) (2) (3) (4) (5) (6)
1 Jose Muni Laborer 11119 jobsite-trailer ri,ht tip of index finger �- 0 7 0 0 7 0 1 0 0 0 0 0
ME
III
1!Hill.. illi 11111111.11 1 Ili
11111 Mill Ell
Page totals o 0 0 o 7 0 0 0 0 0 0 0
Be sure to transfer these totals to the Summary page(Form 300A)before you post it. f i2iIIPub6C reporting burdenforthisOf a�brrrfation is estimatedtoaverage 14 mutes Der response,Including ttrte collection .0 fA � J I
to review the instruction,search and gather ga the data needed,and complete and review the collection of information. � �g a. '
Persons are not:Nukedtorespond!a the collection of iniamati�on unless it displays a currently valid OMB control / � il �
number.If you have any comments about these estimates or any aspects of this data collection,contact US
Department of Labor,OSHA Office of StabsGcs,Room N-3644,200 Constftution Ave,NW,Washington,DC 20210.D� completed mstohisaffioe.
Page I of> 1 0 0 0 0 0
OSHA's Form 300A (Rev.0112004) Year 2019
Summary of Work-Related Injuries U.S.Department of Labor
Occupational Safety and Health AdministrationForm approved OMB no.1216-0176
Al establishments covered by Part 1904 must complete this Summary page,even if no nurses or
illnesses occurred during the year.Remember to neWew the Log to wetly that the entries are complete
Using the Log,count the individual entries you made Nor each category. Then write the totals below, i Establishment information
making sure you've added the entries from every page of the log. If you had no cases write"O.'
Employees former employees,and their representatives have the right to review the OSHA Form 300 in Your establishment name AM Cable Contractors Inc./Cruz Tec,Inc.
its entirety. They also have limited access to the OSHA Form 301 or its equivalent See 29 CFR
1904.35,in OSHA's Recondkeeping rule,for further details on the access provisions for these forms. Street 12210 Ann Lane
Nufnber of Cases City Houston State Texas- - Zip 77064
Industry description(e.g.,Manufacture of motor truck trailers)
Total number of Total number of Total number of cases Total number of utility Contracts -
deaths cases with days with job transfer or other recordable
away from work restriction cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715)
0 1 0 0 1 0 2 3
(G) (H) (1) (J) !OR North American Industrial Classification(NAICS),if known(e.g.,336212)
2 3 7 I 1 0
Nwnberof Days Employment information
Total number of Total number of days of
days away from job transfer or restriction Annual average member of employees 60
wnr k
Total hours worked by all employees last
7 0 year 110712.85
(K) (L)
•Injwy and Iliness Types Sign here
Total number of... Knowingly falsifying this document may result In a fine.
(M)
(1) Injury 1 (4) Poisoning - 0
(2) Skin Disorder 0 (5) Hearing Loss 0
- I certify that 1 have examined this document and that to the best of my knowledge the entries are due,accurate,and
(3) Respiratory completa
Condition 0 (6)An Other illnesses 0
Jennifer Soliz Project Manager
Company executive Title
281-469-2888 3/11/2620
Post this Summary a from February 1 to April 30 of the year following the year covered by the form Phone Date
Pub c reporting burden for this calledlon of information ss estimated to average 58 minutes per response_inducing one to renew the irstruction,search and
gather the data needed,and complete and revmw the collection of inlmabon.Persons are not requ red b respond tot a codection of infbrmation unless it
delays a currently valid OMB carol number If you have any comments about these estimates or any aspects of this data collection,contact US Depa►bnent
of Labor,OSHA Office of SteSstits.Room N•3644,200 Constitution Ave,NW,Washlnaton,DC 20210.Do not send the completed forms to this office.
_ .. _ _ - .. .. ... _ .- -... --......... ..•. ...., T a.... _ ram. r'r, i•. ._' r '. - ..y,. ;4.
_ ..1 - -,,...w.- _ •.,- _ .. +ter, ,.,�*.t ,. - -.. _ ,.ti', _ 'G.-''L:C'..
- __..._ n••+.a.v.w. .. .. .. ..v..a t-a.._-.. _.•T._ .........r.... _.... .,. ,. _Fri. -....!'.in .___ _. _ .... n- .. ,.:r-., -•t--tw.'.Cn.._.. L_ _ C_.C":-. 1 .` "'1-'w1 .... t _ _ _
-_--, .- .. .. .- .-_ _ -.. . ._.,:---''---'---'------ - ::-+.x ^5..,.. _ .rJ,....>.,.:s,-w'�.:>._.rrc c';<'`...-_ .:w. .a;..4:.:w:..t+..,._- -.... .......i+:Krv.-_c x.....�..c...•fis
L _' ,t't, _.fi _.....o-rw:.... - :.__r_-.-_.-...a.._4Y.v:...--�..c,......_R.....-i."..-...3T;.w.r.._--.._.1-c..Yr.r-'«.'..i.i1.,ra-..w.I�..u,-._,G.:.t...;-b.esrs=.•-a-..-1-.. ...x.-.3ii...T2n:- .f, -...r._,,..4t
..nae►a..xwx:<s.::fiz'b,. .�...,7..,_a,s,..a.s..s..d.r.t..- a rt,3--ur' .a-t• �3-.1-.K...e ;__- -_-,_y-. -... _.,.- ,. :,.
Attention: This form contains Information relating to
OSH ASS Form 301 employee health and must be used in a manner that �r
•urg.es and Illnesses I ncr.dent Repo rt ,protects the a flatly of employees to the extent
I nOccupational Safety and Health Administration
possible while the information is being used for U.S.Department of Labor
..._._......_ ._..,..._._...�..r...ae..._<.��.-._,...,.F.t.,�.::a_>.�_. .;::..— -,.. W.....;.e.�.._.._._.w....._.,...�s� .....,,._...,.. .___....�_... r.K ,,�....v,�...;...- .._,.__.... ....,_=,.,a _,=
Form approved 0MB no.1218-01 78
Information about the employee Information about the case
1) Full Name Jose Munos 10) Case number from the Log _ 1 (Transfrthe case number from the Log after you record the case
This Injury and Illness Incident Report is one of the 2) Street 301 Berman Dr 211 11) Date of injury or illness 11/4/2019
first forms you must fill out when a recordable work- ---
related injury or illness has occurred. Together with City Houston State TX Zip 77060 12) Time employee began work 7:oOan AM/PM
the Log of Work-Related injunes and illnesses and �---- ------------� �
the accompanying Summaiy,these forms help the 3) Date of birth _ 3/22/1978 13) Time of event 5:15 PM AM/PM Ochecic if time cannot be determined
employer and OSHA develop a picture of the extent -Pima do not Include any personalty id•ntiliabis tea o to widgettM bvelved in the inaa.nt(•.oM no nam..,phone
and severity of work-related incidents. " ff )In fellswbg fields.
Within 7 calendar days after you receive 4) Date hired 8/7/2018 94) What was the employee doing just before the Incident occurred? Describe the activity,as well
information that a recordable work-related injury or as the tools,equipment or material the employee was using. Be specific. Examples: "climbing a
illness has occurred,you must fill out this form or an 5)[JMale ladder white carrying roofing materials";"spraying chlorine from hand sprayer;"daily computer key-
equivalent. Some state workers'compensation, Ej Female entry."
insurances,or other reports may be acceptable He was moving pipe
substitutes. To be considered an equivalent form, Information about the physician or other health care
any substitute must contain an the Information professional
asked for on this form. *15) What happened?Tell us how the injury occurred.Examples:"When ladder slipped on wet floor,
According to Public Law 91-596 and 29 CFR 6) Name of physician or other health care professional worker fell 20 feed';"Worker was sprayed with chlorine when gasket broke during replacement";
1904,OSHA's recordkeeping rule,you must keep Dr.Luo _ _ "Worker developed soreness in wrist over time."
this form on file for 5 years following the year to __ lifted pipe and dropped on his hand crushing tip of finger between other pipe
which it pertains
If you need additional copies of this form,you 7) If treatment was given away from the worksite,where was it given?
may photocopy and use as many as you need.
Facility Concentra Medical Center_ __ •fie} Whatwas the injury or illness?Tell us the part of the body thatwas affected and how itwas
affected. Examples:"strained back';"chemical bum,hand"; 'carpal tunnel syndrome."
Street 6545 Southwest FWY
broken finger tip right hand
City Houston State TX Zip 77074
8)Was employee treated in an emergency room?
Completed by Jennifer Soliz [JYes '1n What object or substance directly harmed the employee? Examples:"concrete floor';"chlorine";
No "radial arm saw."It this question does not apply to the incident,leave it blank.
Title Pro ect Nina!er Pipe
9) Was employee hospitalized overnight as an in-patient?
Phone 281-469-2888 Date 3/9/2020 []Yes
Q No 18) If the employee died,when did death occur?Date of death
Public reportng burden for this collection of irfvnnsdfon emanated average 22 minutes per response,including time for reviewing msbuctions,searching eiceibng data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Peons are not
required to respond to the collection of infotTnalion unless N displays a cement valid OMB control number If you have any comments about this estimate or any other aspects of this data cdNection,including suggests for reducing this burden.contact: US Department of labor.OSHA Office o1
Statistics.Room N-3644,200 Constitution Ave.NW,Washington,DC 20210.Do not send the completed forms to this office.
•
Note:Because the forms in this recordkeeping package are"fellable/
--- w to Fillth Log writable PDF documents,you can type onto the input form fields and
Ho Outethen save your inputs using the free Adobe PDF Reader.In addition,
the forms are programmed to auto-calculate as appropriate.
The Log of Work-Related Injuries and OSHA's Form 300
1111
Mott.You can type Input Into this form and save I:. Attention:This Forth contains intormadon relating to
Illnesses is used to classify work-related Because tee earn k,this racert�k package •Rlabie/+rt+cabte• a„p0yee Fteaeth and must used in a rdtarsrter that
Log of Work-Related Ba aocumekin Sot,can type kko�corm erat aK,a lee(O the c«ti must: to fire axront Year 20
injuries and illnesses and to note the dz R rroo Adobe t Readier.to addition, possible virile ttto informetion�used for
Injuries and Illnesses t�corms apt approprb,e ��„ „�, e1y and health purposes. o......> ..►>....
extent and severity of each case.When an
t.1....wow* 11ewmndesr r•.........wu.r*R.rasaue
incident occurs,use the Log to record ••> e about m v worMosiolodo..&and.00utstory worS-reiefod ivory cr Mess Vol involve.ion d •Compiefe emk,wy tend Mess incidentr rt(OSHAFe,sxr)a.t,koieni
consciousness.rt,tnct d,cork ecskity a lob rtnahr.Oafs away tram work,or r..dced staar.ertt d.fordint old dorm(breach or waness rscornee on r.Maim N you'll nos sure w ether i rrwt.�..r.,....X)7 companyspecific details about what happened and a ... i as and Mass. r Q ph
ysician. acaa.dl».u,c.r.piotosslonel. use f,ecesabi..call your Ocii OSHA elate tor ft*.
•Wore-resoled!Wren end Maasaa ON met any of the specKr Hoarding chi t Woe in 2t CFR tart 1904.1 •Foil free e we two Mae Pot aOng"can if you wed 10.
how it happened. twougtt 190e.12. •COMA*Uu s Mgfar Bach em& °4.�n tti+'heir sr..,1��
If your company has more than one
N) (e) (C) tW (E) r) It.mu no.old..
establishment or site,you must keep F.�,�.�•.. J.btitk p,te efteb..Y Wbe.e t,wnesteeterred Uneeibeab,oreieee..p,n bed greelrwwwwrw. •�+r•a•�
ie.,.U.J., es-es.of tc w
t.fa.,disci i, h twill elIccM Nh e.sail ebleeWleear tbet f
Won. s Wire.er..re per Ut tr R_
separate records for each physical location tu, .kenwa.rrytAr�.,...ew..ho.. a'"""''""�'a .� r`r
that is expected to remain in operation for t>� = "°"' °'"'"""` ` !is >f i1!'
1Gi OR (n th (xi to I a II I I Za
one year or longer (u (I (31 (.) (5) (a
If you need additional copies of the , Alm kIkon Weider _ __ icarmrs. learn,left anti awl kJ?lei,fell front ladder 0 O 0 0 't 15in, 000000
Log you may photocopy the printout or b 2 sha,x,.i/rmnder Fa rtdn,nett, pourtnp deck porno„l,rgfrom leadfnnes 0 0 ® 0 -"r' _�0 000000
Insert additional form pages in the PDF " "` Z S,T,,,Sander ElertrtrMn ,4 'md floor storeroom„ brains lei,fell over ben 0 ® 0 0 v'••r+ 0001000
and then use as many as you need.
The Summary a separate form a Mph Boccrlla Laborer 9 I!7 dges packaging neservr Met strwin lions a bar _ 0 ® •*w• °ar, 000•O 0
o shows the work-related injury and illness t Jtm,odooruuels .,lachineopr lei=J p,oelsrrttar floor Sari tre left •,
totals for the year in each category.At the —,
0 0 0 0 _�• • 00000
end of the year,count the number of """1!e"
.t : — -- O 0 0 O _.,. •0•,000
.p b incidents in each category and transfer they
totals from the Log to the Summary.•Then ` •_ • -. °. o•0000
0 post the Summary in a visible location so ,1 ••0 0
b that your employees arc aware of injuries
and illnesses occurring in their workplace. Be as specific as possible.You can Choose ONLY ONE of these
E '' use two lines If you need more categories.Classify the case by Note whet r the
'!i r You don't post the Log.You post room, recording the most case Involves an
RI o only the Summary at the end of the year. serious outcome of the case, injury or an illness.
Q 72 Revise the log if the injury or Illness with column O(Death) being
CD o progresses and the outcome is more serious the most serious and column
C) .ro than you originally recorded for the case. J(Other recordable cases)
4 Cross out. erase,or white-out the original being the least serious.
Qentry if hard copy.(II using the PDF's tillable form
O feature,simply change your selections.You can
also clear the entire case entry from the log using
,µ ,„ the Reset button.)
'y1
OSHA's Form 30NN (Rev 0412004) Note:You can type input into this form and save it. Year 20 l' `i );
Because the forms in this recordkeeping package are'filiable/writable" 20 �: ':'=
PDF documents you can type into the input form fields and U.S.Department of Labor
Summary of Work-Related Injuries and Illnesses then save your inputs using the free Adobe PDF Reader
Occupational Safoty and Health Administration
Form approved OMi3 no.1218-0176
All establishments covered by Part 1904 must complete this Summary page,even if no work-related injuries or illnesses occurred dunng the year
Remember to review the Log to verify that the entries are complete and accurate before completing this summary
Using the Log,count the individual entnes you made for each category Then write the totals below making sure you've added the entries from
every page of the Log.If you had no cases,write"0." Establishment Information
Employees,former employees,and their representatives have the nght to review the OSHA Form 300 in its entirety They also have limited access
to the OSHA Form 301 or its equivalent.See 29 CFR Part 1904.35,in OSHA's recordkeeping rule,for further details on the access provisions for Your ostabiishmont cams Cruz Tec, Inc.
these forms.
Street 12210 Ann Lane
Number of Cases
City Houston State TX zip 77064
Total number of Total number of Total number of cases Total number of
deaths cases with days with rob transfer or other recordable Industry description(e.g,Manufacture of motor truck trailers)
away from work restriction cases
0 0 0 0 Utility Construction
North American lndustnal Classification(NAICS),if known(e g,336212)
2 3 7 1 1 0
Number of Days
Employment information(If you don't have these figures see the
Total number of days Total number of days of Workslieet on the next page to estimate
away from work lob transfer or restriction
Annual average number of employees 50
O 0
v y,- Total hours worked by all employees last year 64,479.00
(K) ..
Sign here
Injury and illness Types Knowingly falsifying this document may result in a fine.
Total number of I certify that I have examined this document and that to the best of
(M) my knowledge the entries are true,accurate,and complete
(1)Injuries O (4) Poisonings 0
(2)Skin disorders 0 15'' i!caring loss 0 Company executive Title
Phone 281-469-2888 Date 2/02/2021
(3)Respiratory conditions 0 (61 All other illnesses 0
Post this Summary page from February 1 to April 30 of the year following the year covered by the form. Reset
Public reporting burden for this collection of information is estimated to overage 58 minutes per response,including time to review the instructions,search and gather the data needed,and
complete and review the coilceuun of information.Persons arc not required to respond to the collection of information unless it displays a currently valid OMI3 control number.If you have any
comments about these estimates or any other aspects of this data collection,contact:US Department of Labor.OSi IA Oilier of Statistical Analysts,Room N-3644 200 I onstitutson Avenue NW,
1Vashington,DC 20210 Do riot send the completed forms to this office.
OSHA's Form 301 (Rev 04/2004) -- -,
Note:You can type input into this form and save it. Attention:This form contains information relating to « � .)
Because the forms in this recordkeeping package are fi-lable.wntable employee health and must be used in a manner that
Injury and' IIIness PDF documents,you can type into the Input form fields and i i li f m I he extent protects the confdent a ty o e p oyees to tthen save your inputs using the free Adobe PDF Reader ,n addition. possible while the information is being used for U.S. Department of Labor
Inc1 d e n tReport-- the forms are programmed to auto-calculate as appropriate occupational safety and health purposes. Occupational Safety and Health Administration
Form approved OMil no.121 S-0176
Information about the employee Information about the case
'1 his Injury and Illness Incident Report is one of the
first forms you must fill out when a recordable 10,1 Case number from the Log (Transfer the case number from the Log after you record the ease)
0 hull name
work-related injury or illness has occurred.Together
11)Date of injury or illness
with the Log of Work-Related injuries and Illnesses 2) Street
Month Day Year
and the accompanying Summary, these forms help
12)'Time employee began work(Hit MMi 0 AM 0 PM
the employer and OSI-IA develop a picture of the City State ZIP
..- 13)Time of event(tut MM O AM 0 PM 0 Check if time cannot be determined
extent and severity of work-related incidents.
3)Date of birth *
Within 7 calendar days after you receiveRe fields 14 to 17:Please do not include any personally identifiable information(Ptl)pertaining to
information that a recordable work-related injury or
Year worker(s)involved in the incident(e.g.,no names,phone numbers,or Social Security numbers).
illness has occurred,you must fill out this form or an 4) Date hired w HI 14)*What was the employee doing Just before the incident occurred?Describe the activity,as well as the
tools,equipment,or material the employee was using Be specific Examples:"climbing a ladder while
equivalent.Some state workers'compensation, Month Day Year carrying roofing materials","spraying chlorine from hand sprayer","daily computer kcy-entry"
insurance,or other reports may be acceptable 5)QMtale °Female
substitutes.To be considered an equivalent form,an} Information about the physician or other health care
substitute must contain all the information asked for professional
on this form.
Name of physician or other health care professional 15).What Happened?Tell us how the injury occurred.Examples "When ladder slipped on wet floor,worker fell
According to Public Law 91-596 and 29 CFR20 feet", Worker was sprayed with chlorine when basket broke during replacement""Worker Worker developed
1904,OSl'lA's recordkeeping rule,you must keep soreness in wrist over lime
this form on file for 5 years following the year to
which it pertains.
1f treatment was given away from the worksite,where was it given?
If you need additional copies ofthis form,you
may photocopytheprintout or insert additional form
Facility
pages in the PDF,and then use as many as you need. 16)*What was the injury or illness?Tell us the pail of the body that was affected and how it was affected
Enantples "strained back","chemical burn,hand","carpal tunnel syndrome"
Street '
City State 'ZIP
17).What object or substance directly harmed the employee?Examples "concrete floor","chlorine",
tl) 1Vas employee treated in an emergency room? "radial arm saw"if this question does not apply to the incident,leave it blank.
Completed by Jennifer Soliz
o Yes
o \tt
'Idle Director
9)Was employee hospitalized overnight us an in-patient? 1 g) if the employee died,when did death occur? Date of death
Phone 2814692999 Date 02/02/2021 0 Yes Month Day Year
Month Day Year 0 No
Add a Form Page Reset
P iyila repontnx burden for this col:eclair of information cranatc:t to at rrac 22 rst.emates Tv,rcipvmc.,totPadomft lane`4 revivo,nr in.trLct,otia,'_arching existing data ources,gathering and maintaining the data needed.and completing and reviewing the collection of information.Persons are not required to respond to the collection of information unless it displays a
Lune.,21r3 OMB cnntrol norlxr ft V.have any znmmen,about itit3 c`imate or anv tuner,pest.of dins data collection,meludin,sit estion for reducing this burden,eonuet US Department of tabor,OSI M office of Statistical Analysis,Room N-3644,200 Constitution Avenue,NW,Wastungton,DC 20210.Do not send the completer)forms to this office.
00500 AGREEMENT
City of Round Rock, Texas Contract Forms
Standard Form of Agreement: Section 00500
City of Round Rock, Texas
Standard Form of Agreement between
Owner and Contractor
� t M
AGREEMENT made as of the (V ttIeA'l'j da of ane/ in the ear 20 .yy
BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City")
221 East Main Street
Round Rock,Texas 78664
and the Contractor Cruz Tec,Inc. ("Contractor")
12210 Ann Lane,Houston,Texas 77064
(281)469-2888
The Project is described as: SOUTH INTERCEPTOR MANHOLE REHABILITATION
The Engineer is: CAS Consulting& Services Inc
Jesse Penn,PE
7908 Cameron Road,Austin,Texas 78754
(512)836-2388
For and in consideration of the mutual terms, conditions and covenants of this Agreement and all
accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby
acknowledged,Owner and Contractor agree as follows:
ARTICLE I THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and
other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement,other documents
listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are
as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire
and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,
either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7.
ARTICLE 2 THE WORK OF THIS CONTRACT
Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically
indicated in the Contract Documents to be the responsibility of others.
00500 4-2020 Page 1 of 5 Standard Form of Agreement
00443647
ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF
FINAL COMPLETION
3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated
below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner.
3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed.
3.3 Contractor shall commence Work within ten (10 ) calendar days
from the date delineated in the Notice to Proceed.
3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this
Agreement no later than n/a ( n/a )calendar days from issuance by Owner of Notice to Proceed,
and Contractor shall achieve Substantial Completion of the entire Work no later than
one hundred sixty ( 160 )calendar days from issuance by Owner of Notice to Proceed,subject to
adjustments of this Contract Time as provided in the Contract Documents.
3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the
date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages,
the sum of five hundred and No/100
Dollars($500.00 )for each calendar day that Substantial Completion is delayed after the date(s)
specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled
hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to
achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial
Completion in the Agreement and is not a penalty. It is agreed that the harm that would be caused by such failure,
which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of
moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that
if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the
date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect
liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law
and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial
Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the
Contract Documents.
3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred 19O
(190 )calendar days from issuance by Owner of Notice to Proceed.
ARTICLE 4 CONTRACT SUM
4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance
of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be
seven hundred eighty four thousand five hundred twenty seven dollars and no cents.
($ 784,527.00 ),subject to additions and deductions as provided in the Contract Documents.
4.2 Does the Contract Sum include alternates which are described in the Bid Form?
No X . Yes .Ifyes,please provide details below:
n/a
00500 4-2020 Page 2 of 5 Standard Form of Agreement
00443647
ARTICLE 5 PAYMENTS
5.1 PROGRESS PAYMENTS
5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for
Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments
on account of the Contract Sum to Contractor as provided below, in Article 14 of the General Conditions, and
elsewhere in the Contract Documents.
5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of
the month.
5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a
Certificate of Payment not later than the tenth (loth)day of a month, Owner shall make payment to Contractor of
amounts approved by the Owner not later than the tenth(10th)day of the next month.If an Application for Payment
is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later
than one month after the Engineer issues a Certificate for Payment.The Owner shall not have any obligation to pay
any amount covered by the Engineer's Certificate for Payment that is disputed by the Owner.
5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor
in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the
various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to
substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner,
shall be used as a basis for reviewing Contractor's Applications for Payment.
5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the
end of the period covered by the Application for Payment.
5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be
computed as provided in Article 14 of the General Conditions.
5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for
materials or equipment which have not been delivered and stored at the site.
5.2 FINAL PAYMENT
5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to
Contractor when:
.1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work,
and to satisfy other requirements,if any,which extend beyond final payment;and
.2 a final Certificate for Payment has been issued by Engineer and approved by the Owner.
5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of
Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30)
days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment
shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be
treated as warranty items.
ARTICLE 6 TERMINATION OR SUSPENSION
6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the General Conditions.
00500 4-2020 Page 3 of 5 Standard Form of Agreement
00443647
6.2 The Work may be suspended by Owner as provided in Article 15 of the General Conditions.
ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS
7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated
as follows:
7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement
between Owner and Contractor,as modified.
7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as
modified.
7.1.3 The Supplementary,Special,and other Conditions of the Contract are those contained in the Project Manual
dated February 2021
7.1.4 The Specifications are those contained in the Project Manual dated February 2021
7.1.5 The Drawings,if any,are those contained in the Project Manual dated February 2021
7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated
February 2021
7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the
Project Manual dated February 2021
7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated
contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms
03000,"Federally Required Contract Clauses,as modified.
7.1.9 Other documents,if any,forming part of the Contract Documents are as follows:
O1OOOAttachmentA
ARTICLE 8 MISCELLANEOUS PROVISIONS
8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that
provision as amended or supplemented by other provisions of the Contract Documents.
8.2 Owner's representative is: City of Round Rock
Juan Martinez,Engineer-Associate
3400 Sunrise Road,Round Rock,Texas 78665
(512)341-3332
8.3 Contractor's representative is: Cruz Tee,Inc.
Eric Dupre'
12210 Ann Lane,Houston,Texas 77064
(281)840-0920
8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the
other party.
00500 4-2020 Page 4 of 5 Standard Form of Agreement
00443647
8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach.
8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in
accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in
the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to
make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to
the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only.
8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event
of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither
more strongly for nor against either party.
8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party
with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in
Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and
court decisions of the State of Texas.
8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating
to this Agreement or a breach thereof shall be decided by an arbitration proceeding,including without limitation,any
proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute.
8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal
representatives for the full and faithful performance of the terms and provisions hereof.
This Agreement is entered into as of the day and year first written above and is executed in at least two(2)
original copies,of which one is to be delivered to Owner.
OWNER CONTRACTOR
CITY OF 'OUN 'OCK,T. XAS Cruz - Inc.
/411
tvl' _ Jenni -r Soliz
Printed Name. A i t/ i/ , Printed am::
TitleMAy(112Title: C irpor. e Secre
Date Signed: 01 itpq Date Signed: �"
g i�
ATTEST:
gittiL
City Clerk
FOR C! Y APPROVED • TO FORM:
/r r, 44111.14 1
City A rney
00500 4-2020 Page 5 of 5 Standard Form of Agreement
00443647
CONSOLIDATED MINUTES
OF THE
STOCKHOLDERS AND DIRECTORS
CRUZ TEC,INC.
The annual meeting of the Shareholders and Directors of CRUZ TEC, INC. (the
"Corporation") was held at the law offices of Levin & Atwood, L.L.P., 20501 Katy
Freeway,Suite 217,Katy,Texas 77450 on Monday,May 22,2017.
The meeting was called to order by Andres Cruz,the President and Director of the
Corporation. Jennifer Soliz, Secretary for the Corporation was present and acted as
Secretary for the meeting. The Secretary stated that the meeting had been called pursuant
to a waiver of notice fried with the minutes of the meeting,
The Secretary read the roll of Shareholders from the stock transfer ledger. The
following Shareholder was present:
Andres Cruz 1500 Shares In Person
The Chairman stated that the total number of shares outstanding were represented and
that the meeting was completed and ready to transact any business before it. No proxies
were filed.
The President gave a general report of the Corporation and its finances. The
Secretary reported that there were no changes of Shareholders in the past year.
The President then stated that the election of the Director of the Corporation was
now in order. The following was nominated as the Director: Andres Quz
All Shareholders present having voted,the President announced that the aforesaid
person had been unanimously erected as the Director to serve until his successors are
elected and shall qualify„ The said elected Director accepted the responsibilities of office
iinmediate1y.
The following were nominated and a vote having been taken, were unanimously
elected to offices set after their respective names to serve in such office until their
successors are chosen and qualify:
President: Andres Cruz
Vice President; Andres Cruz
Secretary: Jennifer Soliz
Assistant Secretary: Stuart Ian Levin/John H.Atwood
Treasurer: Andres Cruz
The following additional actions were taken at the meeting:
RESOLVED, that the Director and Shareholder of the Corporation affirm and ra1i1r that
Andres Cruz and Jennifer Soliz are authorized to execute contracts on behalf of the
Corporation.
All prioracts,deeds, and things done or committed by or in the name of the Corporation
during the past year were ratified, approved, and affirmed by the Director and
Shareholder.
There being no further business before the meeting, on motion duly made and
seconded and unanimously carried,the meeting was adjourned.
Dated:May 22,2017
.411C1 .
J � iz, 'ecretar
i:I
the under "� -I Shareholder, Director or assignees thereof, have read these
minutes , d do reby . .prove, ratify, and affirm all business transacted as reported
hereinabove.
/
Itaill.-
f/
. ,,,....>ad es Cr,z,Mc•ato2/S'hat e$old6t•
We, the ndersigned, being all the Director and Shareholder of the Corporation,
hereby agree a d consent to the foregoing Meeting of the Corporation held on the time,
date,and place as recited above, and do hereby waive any and all notice of such meeting
and of any adj i uriuments thereof. We do further consent and agree that any and all lawful
business may be trans gied at such meeting or at any adjournments)thereof as may be
deemed advisable by e Shareholder or Director present thereat, that the same shall be
valid, legal, and bins ng, and that the same shall have Force and effect as if such meeting
were duly called aft-r proper notice.
if
_I,
An: -s irector/Shareho1der
Date: Ma, !2017
00600 INSURANCE AND
CONSTRUCTION BOND FORMS
BONDS AND INSURANCE INSTRUCTIONS
Instruction Sheet
1. Insurance Company must be licensed by State of Texas.
2. Agent signing bonds must be licensed in Texas.
3. Agent signing bonds must have Power of Attorney on behalf of insurance
company.
4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the
bond must be counter-signed by Texas local recording agent.
ALL THE ABOVE INFORMATION CAN BE FOUND AT
Texas Department of Insurance website—www.tdi.state.tx.us
5. Make sure the dollar amount on both Performance and Payment Bonds match the
amount of the Agreement& Bid Form Sheet.
6. Both Performance and Payment Bonds should be signed by Authorized Person. If
the contractor is a corporation, then it should be signed by the President or the
Vice-President. If the contractor is not incorporated, then it may be signed by the
Owner. Please state the title of the authorized person.
CERTIFICATE OF LIABILITY INSURANCE
Instruction Sheet
1. CERTIFICATE OF LIABILITY INSURANCE FORM
The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard
ACORD form.
2. PRODUCER and INSURED -Please list name, address,phone number and e-mail.
3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be
obtained from the Texas Dept of Insurance Website: http://www.tdi.state.tx.us/.—Company Lookup.
Note: Exception to this rule. In certain instances where there is unusual risks involved,Surplus Lines Insurance
Carriers can be used. Below are the guidelines:
a. Insurance Company does not have to be"licensed in Texas",but
they do have to be"eligible for a Texas license."
Please verify with the Texas Dept of Insurance
Website: http://www.tdi.state.tx.us/.—Company Lookup
b. Policy has to be written by licensed surplus lines Agent.
Also verify with the Texas Dept of Insurance
Website: http://www.tdi.state.tx.us/-Agent Lookup
4. TYPES OF INSURANCE COVERAGE—
CONSTRUCTION CONTRACT: Please double check the General Conditions and the
Supplemental General Conditions for the types and amounts of insurance required. The
Supplemental General Conditions usually state the following:
a. Business Automobile Liability Insurance
b. Workers' Compensation and Employers' Liability Insurance
c. Commercial General Liability Insurance
d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with
Project Manager for requirements.)
FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE
SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering
Service Contracts usually require"professional liability insurance".)
5. EFFECTIVE DATE & EXPIRATION DATE
Please make sure dates are current.
6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except
Workers Compensation and Builders Risk).
7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of
any changes, cancellation, etc. at least thirty (30) days prior to date of change.
8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be
found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup.
Bond No.26478215
PERFORMANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That Cruz Tec, Inc. , of the City of Houston
County of Harris , and State of Texas , as Principal, and
Continental Casualty Company authorized under the law of the State of Texas to act as surety
on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS
(Owner), in the penal sum of seven hundred eighty four thousand five hundred twenty seven dollar and no cents
Dollars ($ 784,527.00 ) for the payment whereof, well and truly to be made 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 Agreement with the Owner dated the
day of OW, , 20 21 to which the Agreement is hereby referred to
and made a part hereof as fully and to the same extent as if copied at length herein consisting of:
SOUTH INTERCEPTOR MANHOLE REHABILITATION
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said
Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
Agreement, agreed and covenanted by the Principal to be observed and performed, including but
not limited to, the repair of any and all defects in said work occasioned by and resulting from
defects in materials furnished by or workmanship of, the Principal in performing the Work covered
by said Agreement and occurring within a period of twelve (12) months from the date of Final
Completion and all other covenants and conditions, according to the true intent and meaning of
said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253,
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at
length herein.
Page 1
00610 4-2020 Performance Bond
00443639
PERFORMANCE BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the Agreement, or to the Work performed thereunder, or the Plans,
Specifications, or drawings accompanying the same, shall in anywise 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 Agreement, or to the work to be performed thereunder.
If Principal fails to faithfully perform said Agreement, Surety, after receipt of written notice of
Principal's default, shall perform all of Principal's duties and obligations under the Agreement. If,
within ten (10) days after receipt of such notice from Owner, Surety does not commence to
complete the obligations of Principal with a contractor acceptable to Owner and diligently
complete the performance of the Principal's duties and obligations, Owner shall have the right but
not the obligation to have the duties and obligations of Principal performed. In such event, Surety
shall pay to Owner, upon demand, all costs, expenses and damages sustained by Owner as a result
of Principal's failure to perform its duties and obligations under the Agreement up to the
100% sum of this Performance Bond, plus all costs and expenses, including
attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this
Performance Bond.
IN WITNESS WHEREOF, the,said Principal andsurety have signed and sealed this instrument
this ICP1 day of 20 21
Cruz Tec, Inc. Continental Casualty Company
Pr: cipal Surety
Yjnfl b Chery1
� DUR. Colson
Printed me Print:d Name
B y - :'_
Title: Title: A ttorney-in- act
Address- 1221d Address: 5151 San Felipe, Ste. 1200
Hous in, TX 77064 Houston, TX 77056
Resident Agent of Surety:
Signature
Scott D. Chapman
Printed Name
7600-C N. Capital of Texas Highway,
Street Address
Austin, TX 78731
City, State &Zip Code
Page 2
00610 4-2020 Performance Bond
00443639
PAYMENT BOND Bond No.26478215
THE STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That Cruz Tec, Inc. , of the City of Houston
County of Harris , and State of Texas , as Principal, and
Continental Casualty Company authorized under the laws of the State of Texas to act
as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK,
TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their
interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of
seven hundred eighty four thousand five hundred twenty seven dollar and no cents
Dollars($ 784,527.00 ) for the payment whereof,well and truly be made 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 Agreement with the Owner, dated the
day of c314 , 20 21 to which Agreement is hereby referred to
and made a part hereof as fully and to the same extent as if copied at length herein consisting of:
SOUTH INTERCEPTOR MANHOLE REHABILITATION
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers,
all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and
materials done and furnished for the construction of the improvements of said Agreement, then
this obligation shall be and become null and void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253,
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at
length herein.
Page 1
00620 04-2020 Payment Bond
00437699
PAYMENT BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the Agreement, or to the Work performed thereunder, or the plans,
specifications or drawings accompanying the same shall in anywise 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 to be performed thereunder.
IN WITNESS WHEREOF the said Principal and Surety have signed and sealed this Instrument
this tiTh day f o 20 21
Cruz Tec, Inc. Continental Casualty Company
Pri al Surety
UM. Cheryl R. Colson
Printed Na re Printed Name 1
By. l,► By:
Ti e: Title: Attorney-in-Fat
Address: 1 2110 L. •- Address: 5151 San Felipe, Ste. 1200
fikou on, TX 77064 Houston, TX 77056
Resident Agent of Surety:
h,-
Signature
Scott D.Chapman
Printed Name
7600-C N. Capital of Texas Highway,
Street Address
Austin, TX 78731
City, State & Zip Code
Page 2
00620 1-2020 Payment Bond
00090656
POWER OF ATTORNEY APPOINTING INDIVIDUAL AT'TOItNEY-IN-FACT
Know All Men By'These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of
Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called
"the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint
Cheryl R Colson,Indivil wally
of The Woodlands,TX,their true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their
behalf bonds,undertakings and other obligatory instruments of similar nature
Ir►Unlimite. A o :ou i ts
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the :'y-Law and Resolutions,printed on the reverse hereof,duly
adopted,as indicated,by the hoards of Directors of the insurance companies.
In Witness Whereof,the CNA Companies have caused these presents to he signed by their Vice President and their corporate seals to he hereto
affixed on this 13th day of April,2021.
cilkuii' _ � _4 � -__,-ainue Continental Casualty Company
Ao,� ,- `�. �,, �`,r).„, . �'.�,. ._� � � �_4��� ,�� National Fire Insuianct.Company of Hartford
,cz� � � � t '0 " 'l ' z aAmerican Ca,:,: It Company of Re;dingy, Pennsylvania
fa a
''- f. 4,
z yi. v
9' 416,41 I. ', s. JULY 31, ,',1 ,
0 Z 0 t
: , , .Iti. k' ' . 19112 4,:' ' .qz
1PPr
, SEAL ,c( I,' .. .N. , ,
'At ,
,,_,.,
,, :,,, ' /J , , ,01:-,
',.cle ce, 4 , ,•4 _.,
,,,, Jr ----------- 4°,,,' , ., , ,- /
s's---_:1891 ,.---' ' #.AR1 T .
Paul T. truflat ice President
State of South Dakota,County of Minnehaha.ss:
On this 13th day of April,2021,before me personally came Paul T. Bruflatto me known,who,being by me duly sworn,did depose and say: that he
resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company,
National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania.a
Pennsylvania insurance company described in and which executed the above instillment;that he knows the seals of said insurance companies;that the
seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the I oards of Directors of said
insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to he the act and deed of said insurance
companies.
05555555"55555555555-,0
.1: MBENT f
l'A'T')
SE NOTARY PUBLIC � f
SOUTH DAKOTA r ,-y
055w,55y555y,,,5ys5yy55+ 4/‘
', y Commission Expires March 2, 2026 M. t ent rotary Public
CE'4'I'IFIC k.TE
I,D.Johnson,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,
an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the
Power-of Attorney Herein above set forth is still in force,and further certify that the By-Law and resolution of the Board of Directors of the insurance
companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said
insurance companies this day of ,2021.
�cAstm,__► �. "04SuR4 awr,.,..__,o�,�`���. Continental Casualty Company
'c�- . � ��`�` ���' ���" � ����� National Fire Insurance Companyof�-Iartford
� GoPoRArt 0 ifil-- c ' � �,_ Q
� -.- lig,
� otoRPoRot� X , American Casualty Company of Reading, Pennsylvania
o a= � X.
g, � JUIY 31, �? - __:- - -
c., SEAL a� � 1992 - � --
OA ciiP -Ai- - -44,' • ' - ' -
'-- _ iagi , - . HARI T (''''"
D.Johnson Assistant Secretary
, „
Form F685 4/2012 `-- --
- . .,_
Go to www.cnasurety.com >Owner/Obligee Services>'.-alidate fond Coverage,if you want to verify bond authenticity.
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a
meeting held on May 12, 1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the
Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be
provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."
This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on
behalf of Continental Casualty Company.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by
unanimous written consent dated the 25th day of April,2012:
"Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute
various policies,bonds,undertakings and other obligatory instruments of like nature;and
Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or
otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved:that the Electronic Signature of any Authorized Officer
shall be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by
unanimous written consent dated May 10,1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the
Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be
provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."
This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on
behalf of National Fire Insurance Company of Hartford.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by
unanimous written consent dated the 25th day of April,2012:
"Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers')to execute
various policies,bonds,undertakings and other obligatory instruments of like nature;and
Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or
otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved:that the Electronic Signature of any Authorized Officer
shall be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA:
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by
unanimous written consent dated May 10, 1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the
Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be
provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."
This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on
behalf of American Casualty Company of Reading,Pennsylvania.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by
unanimous written consent dated the 25dI day of April,2012:
"Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers")to execute
various policies,bonds,undertakings and other obligatory instruments of like nature;and
Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or
otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved:that the Electronic Signature of any Authorized Officer
shall be valid and binding on the Company."
Figure: 28 TAC§1.601(a)(3)
1 IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint: Para obtener information o para someter una queja:
2 You may contact Continental Casualty Company, Puede comunicarse con Continental Casualty
National Fire Insurance Company of Hartford, Company, National Fire Insurance Company de
American Casualty Company of Reading, PA and Hartford,American Casualty Company de Reading, PA
Continental Insurance Company at 312-822-5000. y Continental Insurance Company al 312-822-5000.
3 You may call Continental Casualty Company, Usted puede Ilamar al numero de telefono gratis de
National Fire Insurance Company of Hartford, Continental Casualty Company, National Fire
American Casualty Company of Reading, PA and Insurance Company de Hartford, American Casualty
Continental Insurance Company's toll-free telephone Company de Reading, PA y Continental Insurance
number for information or to make a complaint at: Company's para information o para someter una
queja al:
1-877-672-6115 1-877-672-6115
4 You may also write to Continental Casualty Usted tambien puede escribir a Continental Casualty
Company, National Fire Insurance Company of Company, National Fire Insurance Company de
Hartford,American Casualty Company of Reading, Hartford, American Casualty Company de Reading,
PA and Continental Insurance Company at: PA y Continental Insurance Company:
CNA Surety CNA Surety
333 South Wabash 333 South Wabash
Chicago, IL 60604 Chicago, IL 60604
5 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros
Insurance to obtain information on companies, de Texas para obtener information acerca de
coverages, rights or complaints at: companias, coberturas, derechos o quejas al:
1-800-252-3439 1-800-252-3439
6 You may write the Texas Department of Puede escribir al Departamento de Seguros de
Insurance: Texas:
P.O. Box 149104 P.O. Box 149104
Austin, TX 78714-9104 Austin, TX 78714-9104
Fax: (512)490-1007 Fax: (512)490-1007
Web: www.tdi.texas.gov Web: www.tdi.texas.gov
E-Mail: ConsumerProtectiontdi.texas.gov E-Mail: ConsumerProtectiontdi.texas.gov
7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS:
Should you have a dispute concerning your Si tiene una disputa concerniente a su prima o a
premium or about a claim you should contact un reclamo, debe comunicarse con el Continental
Continental Casualty Company, National Fire Casualty Company, National Fire Insurance
Insurance Company of Hartford,American Casualty Company de Hartford, American Casualty Company
Company of Reading, PA and Continental Insurance de Reading, PA y Continental Insurance Company
Company first. If the dispute is not resolved, you primero. Si no se resuelve la disputa, puede
may contact the Texas Department of Insurance. entonces comunicarse con el departamento (TDI).
8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es
This notice is for information only and does not solo para proposito de information y no se
become a part or condition of the attached convierte en parte o condition del documento
document. adjunto.
Form F8277-6-2015
--''''' ,
ARD0 CERTIFICATE OF LIABILITY INSURANCE nay(a��omrrr)
5/18/2021
, ,
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER •OoktACT
e Sheila Turner
Brown&Brown Lone Star Insurance Services Inc PHONE FAX
1717 N. Sam Houston Parkway#115 cNo,Ext):2812602000 (AICNo):28126O3O65
Houston TX 77038 ADDRESS:
INSURERS)AFFORDING COVERAGE NAIC#
INSURER A:Texas Mutual Insurance Company 22945
INSURED A&ACA-2 INSURER s:Continental Casualty Company 20443
A&A Cable Contractors, Inc., Cruz Tec Inc.ATEG Enterprises, Inc. pINSURER c:Continental Insurance Co 35289
12210 Ann Lane INSURER D:Columbia Casualty Company 31127
Shop: 12506 Ann Lane INSURER E
Houston TX 77064
INSURER F
COVERAGES CERTIFICATE NUMBER:1604119400 REVISION NUMBER:.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1NSR AFL SUER POLICY EFF POLICY EXP V��
LTR TYPE OF INSURANCE PM yryR. POLICY NUMBER (MMIDDIYYYY1 (MMIDDIYYYY1
6 X COMMERCIAL GENERAL LIABILITY Y Y 6081375331 8!2/2020 812/2021 EACH OCCURRENCE $1,000,000
DAMAGE TO RENTED
CLAIMS-MADE X OCCUR PREMISES Ea occurrence) ,$300.000
MED EXP(Any one person) $10,000
PERSONAL&ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
POLICY X pi: Loc PRODUCTS-COMP/OP AGG $2,000,000
AUTOMOBILEOTHER:
C LIABILITY Y Y 6081375345 8/2/2020 BP2/2021 �COMBINED SINGLE LIMIT $
(Ea accident) 1,WO.WO
X ANY AUTO BODILY INJURY(Per person) $
ALL OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS AUTOS
HIRED AUTOS qNON-OWNED (Per PROPERTY
DAMAGE _
acadeM
$
•
C X UMBRELLA LIAR X OCCUR Y Y 6081375362 8/2/2020 8/2/2021 EACH OCCURRENCE $5,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000
DED X RETENTION$10.0N $
A WORKERS COMPENSATION Y ,0002035084 8/2/2020 822021 1 X PER
TUTE OTH-
ER EMPLOYERS'UABIUTY
Y/N
ANY PROPRIETOR/PARTNER/EXECUTIVE N�A E.L.EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under E.L.DISEASE-POLICY LIMIT �
$1,000,000
DESCRIPTION OF OPERATIONS below
D Pollution Liability CE06081567123 8l2P1020 8/2/2021 AggfEach Incident 2000000
D Professional Liability CE06081567123 8/2/2020 812PI021 AgglEach Incident 1000000/1000000
B Leased/Rented Equipment 6081461240 8I2f2020 8/22021 Per Item 450,000
DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached B more space Is required)
GENERAL LIABILITY:The policy indudes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder
only when there is a written contract between the named insured and the certificate holder that requires such status.The policy indudes a blanket waiver of
subrogation endorsement that waives the underwriters rights of subrogation to the certificate holder only when there is a written contract between the named
insured and the certificate holder that requires such status.The General Liability includes a Primary/Non-Contributory endorsement when required by written
contract.
AUTO:The policy indudes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there
is a written contract between the named insured and the certificate holder that requires such status.The policy includes a blanket waiver of
See Attached...
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City Manager ACCORDANCE WITH THE POLICY PROVISIONS.
City of Round Rock
221 E. Main Street AUTHO'r ED REPRESENTATNE
Round Rock TX 7 Aff
/ / -
I
0 1988-2074 ACORD CORPORATION. All rights reserved.
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
AGENCY CUSTOMER ID:A&ACA-2
HOC#:
/"*".41
ARD ADDITIONAL REMARKS SCHEDULE Page of
AGENCY NAMED INSURED
Brown&Brown Lone Star Insurance Services Inc A&A Cable Contractors,Inc.,Cruz Tec,Inc.
ATEG Enterprises,Inc.
POLICY NUMBER 12210 Ann Lane
Shop:12506 Ann Lane
Houston TX 77064
CARRIER NAIC CODE
EFFECTIVE DATE:
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM iS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
subrogation.endorsement that waives the underwriters rights of subrogation to the certificate holder only when there is a written contract between the named
insured and the certificate holder that requires such status.
WORKERS'COMPENSATION:The policy includes a blanket waiver of subrogation endorsement that waives the undemriters rights of subrogation to the
certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status.
re:SOUTH INTERCEPTOR MANHOLE REHABILITATION
ACORD 101 (2008/01) 0 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
00700 GENERAL CONDITIONS
City of Round Rock Contract Forms
General Conditions Section 00700
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article Page
Number& Title Number
1. DEFINITIONS..................................................................................................................................................2............................................................... 2
2. PRELIMINARY MATTERS...............................................................................................................................5 5
3. CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 7..................................... 7
4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL
CONDITIONS; REFERENCE POINTS 8
5. BONDS AND INSURANCE 10
6. CONTRACTOR'S RESPONSIBILITIES 16..................................................... 16
7. OTHER WORK 24
8. OWNER'S RESPONSIBILITIES......................................................................................................................25.......................... 25
9. ENGINEER/ARCHITECT' 26
10. CHANGES IN THE WORK...........................................................................................27........................ 27
11. CHANGE OF CONTRACT AMOU 28
12. CHANGE OFCONTRACTTIMES 31............................................................. 31
13. TESTS AND INSPECTIONS;AND CO
OR REMOVAL OF DEFECTIVE WORK 32........................ 32
14. PAYMENTS TO CONTRACTOR AND COMPLETION...................................................................................35................................................................................ 35
15. SUSPENSION OF WOR 39
16. DISPUTE RESOLUTION 41
17 RIGHTTOAUDIT 42 42
18. MISCELLANEOUS 43
00700 04-2020 Page 1 General Conditions
00443641
GENERAL CONDITIONS
ARTICLE 1 - n EFINITIONS
Whenever usd in these General Conditions or in the other Contract Documents,the term printed with initial capital
letters or all c a pital letters, including the term's singular and plural forms, will have the meaning indicated in the
definitions below or as defined in these General Conditions or other Contract Documents:
1.1 Adde da - Written or graphic instruments issued prior to the receipt of Proposals or the opening of Bids
that clarify, co rect or change the proposal or bidding requirements or the Contract Documents.
1.2 Agree ent-Prescribed form, referenced as Section 00500.
1.3 Altern=tive Dispute Resolution-The process by which a disputed Claim may be settled if the OWNER and
the CONTRAS TOR cannot reach an agreement between themselves, as an alternative to litigation.
1.4 Bid - roposal of bidder on prescribed forms setting forth prices for performing the Work described in the
Contract Doc ments.
1.5 Bid Documents-The advertisement or invitation for bids, instructions to bidders,the bid form,the Contract
Documents a d Addenda.
1.6 Calen•ar Day-Any day of the week; no days being excepted. Work on Saturdays, Sundays, and/or Legal
Holidays shallonly be conducted with prior express written consent of the OWNER.
1.7 Cham,e Directive-A written directive to the CONTRACTOR, signed by the OWNER, ordering a change in
the Work and Mating a proposed basis for adjustment, if any, in the Contract Amount or Contract Time, or both.A
Change Direc ive may be used in the absence of total agreement on the terms of a Change Order. A Change
Directive doe- not change the Contract Amount or Contract Time, but is evidence that the parties expect that the
change directd or documented by a Change Directive will be incorporated in a subsequently issued Change Order.
1.8 Chan i!e Orders - Written agreements entered into between the CONTRACTOR and the OWNER
authorizing an addition, deletion,or revision to the Contract, issued on or after the Execution Date of the Agreement
and within the Contract term.
1.9 Claim - A written demand seeking, as a matter of right, adjustment or interpretation of Contract terms,
payment of m t•ney, extension of time or other relief with respect to the terms of the Contract.
1.10 Contract - The Contract represents the entire and integrated agreement between the OWNER and the
CONTRACTS R for performance of the Work, as evidenced by the Contract Documents.
1.11 Contr ct Amount-The amount payable by the OWNER to the CONTRACTOR for completion of the Work
in accordancewith the Contract Documents.
1.12 Contr ct Documents — Includes the Invitation to Bid, Instructions to Bidders, Agreement, General
Conditions, Supplemental General Conditions, Special Conditions, Specifications, Project Manual, Drawings,
Addenda and Change Orders.
1.13 Contr ct Time-The number of days allowed for completion of the Work as defined by the Contract. When
any period is eferred to in days, it will be computed to exclude the first and include the last day of such period. A
day of twenty our(24) hours measured from midnight to the next midnight will constitute a day.
1.14 CON RACTOR - The individual, firm, corporation, or other business entity with whom the OWNER has
entered into t e Contract.
00700 0 -2020 Page 2 General Conditions
1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope,
extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been
approved by the OWNER. Drawings may include plans, elevations, sections, details, schedules and diagrams.
Shop Drawings are not Drawings as so defined.
1.16 Engineer/Architect (E/A) - The OWNER's design professional identified as such in the Agreement. The
titles of"Architect/Engineer,""Architect"and"Engineer" used in the Contract Documents shall be read the same as
Engineer/Architect (E/A). Nothing contained in the Contract Documents shall create any contractual or agency
relationship between E/A and the CONTRACTOR.
1.17 Equal-The terms"equal"or"approved equal"shall have the same meaning.
1.18 Execution Date-Date of last signature of the parties to the Agreement.
1.19 Field Order-A written order issued by Owner's Representative which orders minor changes in the Work
and which does not involve a change in the Contract Amount or the Contract Time.
1.20 Final Acceptance—The stage in the Contract process when, in the OWNER's opinion, Final Completion of
the Work has been attained and a Certificate of Acceptance approved by the OWNER is issued.
1.21 Final Completion -The stage in the progress of the Work when, in the OWNER's opinion, the entire Work
has been completed, the CONTRACTOR's obligations under the Contract Documents have been fulfilled, and the
OWNER is processing or has made final payment to the CONTRACTOR, as evidenced by a Certificate of
Acceptance approved by the OWNER.
1.22 Inspector-The authorized representative of any regulatory agency that has jurisdiction over any portion of
the Work.
1.23 Legal Holidays
1.23.1 The following are recognized by the OWNER:
Holiday Date Observed
New Year's Day January 1
Martin Luther King, Jr.'s Birthday Third Monday in January
President's Day Third Monday in February
Memorial Day Last Monday in May
Independence Day July 4
Labor Day First Monday in September
Veteran's Day November 11
Thanksgiving Day Fourth Thursday in November
Friday after Thanksgiving Friday after Thanksgiving
Christmas Eve December 24
Christmas Day December 25
00700 04-2020 Page 3 General Conditions
1.23.2 If a Lel al Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on
Sunday, it will ,•e observed on the following Monday.
1.23.3 If Chri-tmas Eve falls on a Saturday or a Sunday, the preceding Friday is observed as the Christmas Eve
holiday.
1.23.4 If Chri-tmas Day falls on a Saturday or a Sunday, the following Monday is observed as the Christmas Day
holiday.
1.24 Milestones-A significant event specified in the Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the Work.
1.25 Notice to Proceed - A Written Notice given by the OWNER to the CONTRACTOR notifying the
CONTRACTOR to commence the Work and which may also fix the date on which the Contract Times will commence
to run and on which the CONTRACTOR shall start to perform the CONTRACTOR's obligations under the Contract
Documents.
1.26 OWN:R—The City of Round Rock,Texas,a municipal corporation, home-rule city and political subdivision
organized and existing under the laws of the State of Texas, acting through the City Manager or his/her designee,
officers, agent. or employees to administer design and construction of the Project.
1.27 Owne 's Representative-The designated representative of the OWNER.
1.28 Partial Occupancy or Use - Use by the OWNER of a partially completed part of the Work for the purpose
for which it is i tended (or a related purpose) prior to Substantial Completion of all the Work.
1.29 Proje. -The total construction of which the Work to be provided under the Contract Documents may be
the whole, or . part, as indicated elsewhere in the Contract Documents.
1.30 Proje.t Manual - That portion of the Contract Documents which may include the following: introductory
information; bdding requirements, Contract forms and General and Supplemental General Conditions; General
Requirements Specifications; Drawings; Project Safety Manual; and Addenda.
1.31 Propo al—Proposal of Offeror, on prescribed forms setting forth prices for performing the Work described
in the Contrac Documents.
1.32 Prooal Documents—The advertisement or invitation for Proposals, Instruction to Offerors, the Proposal
form, the Con ract Documents and Addenda.
1.33 Resid-nt Project Representative -The authorized representative of E/A who may be assigned to the site
or any part th;reof.
1.34 Shop drawings -All drawings, diagrams, illustrations, schedules and other data or information which are
specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR as required
by the Contract Documents.
1.35 Specifications -Those portions of the Contract Documents consisting of written technical descriptions as
applied to the Work, which set forth to the CONTRACTOR, in detail, the requirements which must be met by all
materials, equipment, construction systems, standards,workmanship, equipment and services in order to render a
completed and useful project.
1.36 Substntial Completion - The stage in the progress of the Work when the Work, or designated portions
thereof,may II require minor modifications or adjustments but, in the OWNER's opinion,the Work has progressed
to the point such that all parts of the Work under consideration are fully operational and the beneficial use and
occupancy of which can be assumed by the Owner, as evidenced by a Certificate of Substantial Completion
approved by tie OWNER.
00700 04-2020 Page 4 General Conditions
1.37 Subcontractor-An individual, firm, or corporation having a direct contract with the CONTRACTOR for the
performance of a part of the Work.
1.38 Sub-subcontractor-A person or entity who has a direct or indirect contract with a Subcontractor or a Sub-
subcontractor of any tier to perform a portion of the Work.
1.39 Superintendent - The representative of the CONTRACTOR authorized in writing to receive and fulfill
instructions from Owner's Representative, and who shall supervise and direct construction of the Work.
1.40 Supplemental General Conditions-The part of the Contract Documents which either amends or
supplements the General Conditions. All General Conditions which are not so amended or so supplemented shall
be considered as remaining in full force and effect.
1.41 Supplier-An individual or entity having a direct contract with the CONTRACTOR or with any Subcontractor
or Sub-subcontractor to furnish materials or equipment to be incorporated in the Work by the CONTRACTOR or
any Subcontractor.
1.42 Time Extension Request-An approved request for time extension on a form acceptable to the OWNER.
1.43 Work -The entire completed construction, or the various separately identifiable parts thereof, required to
be furnished under the Contract Documents.
1.44 Working Day - Any day of the week, not including Saturdays, Sundays, or Legal Holidays, in which
conditions not under the CONTRACTOR's control will permit work for at least seven(7)hours of the Working Times.
Upon authorization by the Owner's Representative, work on Saturdays, Sundays and/or Legal Holidays may be
allowed and, in that event, a Working Day will be counted for each such day.
1.45 Working Times —Times of day(s) during which work may be performed. Unless authorized by Owner's
Representative, all Work shall be performed between 7:00 a.m. and 6:00 p.m. on weekdays and, if previously
authorized as provided for in paragraph 1.44 or paragraph 1.6 herein, as applicable, between 9:00 a.m. and 6:00
p.m. on Saturdays, Sundays or Legal Holidays. When the CONTRACTOR has been authorized to perform Work
during hours outside Working Times, such hours shall be considered time worked on Working Day contracts.
Notwithstanding the preceding, emergency work may be done without prior permission only as provided in
paragraph 6.11.5 herein.
1.46 Written Notice-Written communication between the OWNER and the CONTRACTOR. Written Notice shall
be deemed to have been duly served if delivered in person to Owner's Representative or to the CONTRACTOR'S
duly authorized representative, or if such Written Notice is delivered to or sent by registered or certified mail to the
attention of Owner's Representative or to the CONTRACTOR's duly authorized representative at the last business
address known to the party giving notice.
ARTICLE 2 -PRELIMINARY MATTERS
2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation:
Within ten(10)Calendar Days after written notification of award of Contract,the CONTRACTOR shall deliver to the
OWNER signed Agreement, Bond(s), Insurance Certificates) and other documentation required for execution of
the Contract.
2.2 Copies of Documents:
The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise
specified.
00700 04-2020 Page 5 General Conditions
2.3 Corn encement of Contract Times; Notice to Proceed:
The Contract times) commence on the date indicated in the Agreement or in the Notice to Proceed. Notice to
Proceed will be given at any time within sixty(60)Calendar Days after the Execution Date of the Agreement, unless
extended by written agreement of the parties.
2.4 Before Starting Construction:
2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER's approval.
Before undertaking each part of the Work, the CONTRACTOR shall carefully study and compare the Contract
Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The
CONTRACTOR shall promptly report in writing to Owner's Representative any conflict, error, ambiguity or
discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from
Owner's Representative before proceeding with any Work affected thereby. The CONTRACTOR shall be liable to
the OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents of which
the CONTRACTOR knew or reasonably should have known.
2.4.2 The CNTRACTOR shall submit the following to Owner's Representative for review and approval no later
than the precdnstruction conference:
.1 a preliminary progress schedule indicating the times (number of days or dates) for starting and
c mpleting the various stages of the Work, including any Milestones specified in the Contract
D currents, identifying when all Subcontractors will be utilized, and taking into consideration any
li itations on Working Hours;
.2 a preliminary schedule of Shop Drawing and sample submittals;
.3 a preliminary schedule of values for all of the Work, subdivided into component parts in sufficient detail
to serve as the basis for progress payments during construction. Such prices will include an appropriate
a ount of overhead and profit applicable to each item of Work. The preliminary schedule of values
s bmitted by the CONTRACTOR should include a reasonable estimation of value of each item included
a d shall not contain disproportionate values assigned to any item or items;
.4 a etter designating CONTRACTOR's Superintendent;
.5 a etter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists;
.6 if applicable, a letter designating the "Competent Person(s)" on general safety and trench safety
m asures;
.7 if=pplicable, a trench safety system plan;
.8 if pplicable, a plan illustrating proposed locations of temporary facilities;
.9 if:pplicable, a traffic control plan;
.10 a' ompleted Non-Use of Asbestos Affidavit(Prior to Construction); and
.11 if applicable, a letter designating the Texas Registered Professional Land Surveyor for layout of the
ork.
2.5 Prec•nstruction Conference:
Prior to comm-ncement of Work at the site,a preconstruction conference attended by the CONTRACTOR,Owner's
Representativ- and others will be held.
00700 0°-2020 Page 6 General Conditions
2.6 Initially Acceptable Schedules:
Unless otherwise provided in the Contract Documents, the CONTRACTOR shall obtain approval of Owner's
Representative on final versions of the schedules submitted in accordance with paragraph 2.4.2 before the first
progress payment will be made to the CONTRACTOR. The progress schedule must provide for an orderly
progression of the Work to completion within any specified Milestones and Contract Times. Acceptance of the
schedule by Owner's Representative will neither impose on Owner's Representative responsibility for the
sequencing, scheduling or progress of the Work nor interfere with or relieve the CONTRACTOR from the
CONTRACTOR's full responsibility therefor. The CONTRACTOR's schedule of Shop Drawings and sample
submissions must provide an arrangement agreeable to the parties for reviewing and processing the required
submittals.
2.7 Electronic Transmittals:
2.7.1 Except as otherwise stated elsewhere in the Contract Documents, the OWNER, EIA, and CONTRACTOR
may transmit,and shall except, Project-related correspondence,texts,data,documents,drawings, information,and
graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format,either
directly, or through access to a secure Project website.
2.7.2 When transmitting items in electronic media or digital format, the transmitting party makes no
representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use
of software application packages,operating systems,or computer hardware differing from those used in the drafting
or transmittal of the items.
ARTICLE 3 -CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE
3.1 Intent:
3.1.1 The intent of the Contract Documents is to include all information necessary for the proper execution and
completion of the Work by the CONTRACTOR.The Contract Documents are complementary, and what is required
by one shall be as binding as if required by all. In cases of disagreement, the following order of precedence shall
govern (top item receiving priority of interpretation):
Change Orders
Modifications to the Contract Documents made after the Execution Date
Signed Agreement
Addenda to the Contract Documents
Special Conditions
Supplemental General Conditions
General Conditions
Other Bidding Requirements and Contract Forms
Special Provisions to the Standard Technical Specifications
Special Specifications
Standard Technical Specifications
Drawings(figured dimensions shall govern over scaled dimensions)
Project Safety manual, if applicable
3.1.2 Unless otherwise stated in the Contract Documents,words which have well-known technical or construction
industry meanings are used in the Contract Documents in accordance with such recognized meanings.
3.2 Reporting and Resolving Discrepancies:
Prior to commencing the Work, the CONTRACTOR shall review the Contract Documents for the purpose of
discovering any conflict, error, ambiguity or discrepancy in the Contract Documents. If, at any time, the
CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between
the Contract Documents and any provisions of any such law or regulation applicable to the performance of the Work
00700 04-2020 Page 7 General Conditions
or of any suc standard, specification, manual or code or instructions of any Supplier, the CONTRACTOR shall
immediately rport it to Owner's Representative in writing, and the CONTRACTOR shall not proceed with the Work
affected there until an amendment or supplement to the Contract Documents has been issued by one of the
methods indic:ted in paragraph 3.3.1 or paragraph 3.3.2. The CONTRACTOR shall be liable to the OWNER for
failure to repo any such conflict, error, ambiguity or discrepancy of which the CONTRACTOR knew or reasonably
should have k own.
3.3 Amen.ing and Supplementing Contract Documents:
3.3.1 The C.ntract Documents may be amended to provide for additions, deletions and revisions in the Work or
to modify the t rms and conditions thereof in one or more of the following ways:
.1 C'ange Order.
.2 C ange Directive.
3.3.2 In addition, the requirements of the Contract Documents may be supplemented, and minor variations and
deviations in t e Work may be authorized, in one or more of the following ways:
.1 Fild Order.
.2 R:view of a Shop Drawing or sample.
.3 ritten interpretation or clarification.
3.4 Reus. of Documents Prohibited:
The CONT A TOR and any Subcontractor or Supplier or other person or organization performing or furnishing
any of the W.rk under a direct or indirect contract with the OWNER: (i) shall not have or acquire any title to or
ownership rig ts in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by
or bearing the seal of E/A or E/A's consultants, and (ii) shall not reuse any of such Drawings, Specifications, other
documents or copies on extensions of the Project or any other project without written consent of the OWNER and
E/A.
ARTICLE 4- VAILABILITY OF LANDS:SUBSURFACE AND PHYSICAL CONDITIONS:REFERENCE POINTS
4.1 Avail.bility of Lands:
The OWNER .hall furnish, as indicated in the Contract Documents, all required rights to use the lands upon which
the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are
designated fo the use of the CONTRACTOR. The OWNER shall identify any encumbrances or restrictions not of
general appliction but specifically related to use of lands so furnished with which the CONTRACTOR will have to
comply in perf.rming the Work. Easements for permanent structures or permanent changes in existing facilities will
be obtained a d paid for by the OWNER, unless otherwise provided in the Contract Documents. If the OWNER
fails to furnish these lands, rights-of-way or easements in a timely manner, the CONTRACTOR may make a Claim
for adjustmen is in the Contract Times.The CONTRACTOR shall provide for all additional lands and access thereto
that may be r:quired for temporary construction facilities or storage of materials and equipment.
4.2 Subs dace and Physical Conditions:
4.2.1 The •ONTRACTOR, hereby covenants that it has examined the site of the proposed Work and is familiar
with all of th- conditions surrounding construction of the Project, having conducted all inquiries, tests and
investigations deemed necessary and proper. Unless the CONTRACTOR, prior to the execution of the Agreement,
has notified t e OWNER in writing of any condition of the site of the proposed Work that would adversely impact
00700 0--2020 Page 8 General Conditions
the performance of the Work by the CONTRACTOR, CONTRACTOR covenants that there are no conditions at the
site of the proposed work which would adversely impact the performance of Work by the CONTRACTOR.
4.2.2 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical
conditions that differ materially from those indicated in the Contract Documents or(2) unknown physical conditions
of an unusual nature, that differ materially from those normally encountered in the type of work being performed
under this Contract, then notice by the observing party shall be given to the other party promptly before conditions
are disturbed and in no event later than seven (7) calendar days after first observance of the conditions. Owner's
Representative will promptly investigate such conditions with E/A and, if they differ materially and cause an increase
or decrease in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, OWNER will
consider an equitable adjustment in the Contract Amount or Contract Time, or both. If Owner's Representative
determines that the conditions at the site are not materially different from those indicated in the Contract Documents
and that no change in the terms of the Contract is justified, the CONTRACTOR shall be notified in writing, stating
the reasons. Any disputes arising from Owner's Representative's determination shall be resolved in accordance
with Article 16.
4.2.3 Notwithstanding any other provision of this Contract,the CONTRACTOR shall be solely responsible for the
location and protection of any and all public lines and utility customer service lines in the Work area. For the
purposes of this section, "public lines"means the utility distribution and supply system within public rights-of-way or
easements, and "utility customer service lines" (service) means any utility line connecting a utility customer to the
utility distribution system. Generally, existing service connections within right-of-way or easements are not shown
on the Drawings. The CONTRACTOR shall notify the OWNER and"One Call"and exercise due care to locate and
to mark, uncover or otherwise protect all such lines in the construction zone and any of the CONTRACTOR's work
or storage areas. The CONTRACTOR's obligation hereunder shall be primary and nondelegable. The
CONTRACTOR shall indemnify or reimburse the OWNER for such expenses or costs (including fines that may be
levied against the OWNER) that may result from unauthorized or accidental damage to all public lines and utility
customer service lines in the Work area.The OWNER reserves the right to repair such damage the CONTRACTOR
may cause, at the CONTRACTOR's expense.
4.2.4 The CONTRACTOR shall take reasonable precaution to avoid disturbing primitive records and antiquities
of archaeological, paleontological or historical significance. No objects of this nature shall be disturbed without
written permission of the OWNER and the Texas Department of Antiquities Protection. When such objects are
uncovered unexpectedly, the CONTRACTOR shall stop all Work in close proximity and notify Owner's
Representative and the Texas Department of Antiquities Protection of their presence and shall not disturb them
until written permission and permit to do so is granted.All primitive rights and antiquities uncovered on the OWNER's
property shall remain property of the State of Texas,the Texas Department of Antiquities Protection conforming to
the Texas Natural Resources Code. If it is determined by the OWNER, in consultation with the Texas Department
of Antiquities Protection,that exploration or excavation of primitive records or antiquities on Project site is necessary
to avoid loss,the CONTRACTOR shall cooperate in salvage work attendant to preservation. If the Work stoppage
or salvage work causes an increase in the CONTRACTOR's cost of, or time required for, performance of the Work,
the Contract Amount and/or Contract Time may be equitably adjusted.
4.3 Reference Points:
Unless otherwise specified, the OWNER will furnish all reference points, benchmarks, survey monuments, and
control points which, in the OWNER's opinion,are suitable for laying out the Work. Such benchmarks and reference
points will be placed at intervals not to exceed 1,500 feet.
All reference points, benchmarks, survey monuments and control points shall be carefully preserved by the
CONTRACTOR by use of flags, laths or other appropriate measures and, in case of destruction or removal by the
CONTRACTOR or its employees, such reference points, benchmarks, survey monuments, and control points shall
be replaced by a Registered Professional Land Surveyor at the CONTRACTOR's expense. When reference points,
benchmarks, survey monuments, or control points are in conflict with the Work, then reestablishment will be the
OWNER's responsibility during or upon completion of the Work.
4.4 Hazardous Materials:
00700 04-2020 Page 9 General Conditions
4.4.1 The OWNER shall be responsible for any hazardous material uncovered or revealed at the site which was
not shown, indicated or identified in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in connection with the Work at the site. The
CONTRACTOR shall immediately notify Owner's Representative of any suspected hazardous materials
encountered before or during performance of the Work and shall take all necessary precautions to avoid further
disturbance of the materials.
4.4.2 The CONTRACTOR shall be responsible for any hazardous materials brought to the site by the
CONTRACTOR, Subcontractor, Suppliers or anyone else for whom the CONTRACTOR is responsible.
4.4.3 No asbestos-containing materials shall be incorporated into the Work or brought on the Project site without
prior approval of the OWNER.
4.4.4 TO THE FULLEST EXTENT PERMITTED BY LAWS AND REGULATIONS, CONTRACTOR SHALL
INDEMNIFY AND HOLD HARMLESS OWNER,AND ITS COUNCIL MEMBERS, EMPLOYEES,AGENTS,AND
CONSULTANTS FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES, AND DAMAGES (INCLUDING BUT
NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, AND OTHER
PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS)ARISING
OUT OF OR RELATING TO FAILURE TO CONTROL, CONTAIN OR REMOVE A HAZARDOUS MATERIAL
BROUGHT TO THE SITE BY CONTRACTOR OR BY ANYONE FOR WHOM CONTRACTOR IS RESPONSIBLE,
OR TO A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR OR BY ANYONE FOR
WHOM CONTRACTOR IS RESPONSIBLE.
ARTICLE 5-BONDS AND INSURANCE
5.1 Surety and Insurance Companies:
All bonds and insurance required by the Contract Documents shall be obtained from solvent surety or insurance
companies tht are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the
limits and cov rages required by the Contract Documents. The bonds shall be in a form acceptable to the OWNER
and shall be i sued by a surety which complies with the requirements of Chapter 3503, Texas Insurance Code
(2005)and w ich is otherwise acceptable to the OWNER.
OWNER may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's
capital and s rplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the
U.S. Secreta of the Treasury or have obtained reinsurance from a reinsures that is authorized as a reinsures in
Texas and holds a certificate of authority from the U.S. Secretary of the Treasury.
5.2 Work-rs'Compensation Insurance Coverage:
5.2.1 Defini ions:
.1 C rtificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to
s=If-insure issued by the commission, or a coverage agreement showing statutory workers'
co mpensation insurance coverage for the person's or entity's employees providing services on the
P oject, for the duration of the Project.
.2 D ration of the Project - includes the time from the beginning of the Work on the Project until the
C•NTRACTOR's/person's Work on the Project has been completed and accepted by the OWNER.
.3 P rsons providing services on the Project ("subcontractor" herein) - includes all persons or entities
p:iforming all or part of the services the CONTRACTOR has undertaken to perform on the Project,
r;gardless of whether that person contracted directly with the CONTRACTOR and regardless of
w, ether that person has employees. This includes, by way of illustration and not of limitation,
00700 0 i-2020 Page 10 General Conditions
independent contractors, Subcontractors, leasing companies, motor carriers, owner-operators,
employees of any such entity, or employees of any entity which furnishes persons to provide services
on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project. "Services"does not
include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
5.2.2 The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44)for all employees of the CONTRACTOR providing services on the Project, for the duration of
the Project.
5.2.3 The OWNER will not execute the Contract prior to the CONTRACTOR providing all required certificates of
coverage.
5.2.4 If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the
duration of the Project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of
coverage with the OWNER showing that coverage has been extended.
5.2.5 The CONTRACTOR shall obtain from each person providing services on the Project, and provide to the
OWNER:
.1 a certificate of coverage, prior to that person beginning Work on the Project, so the OWNER will have
on file certificates of coverage showing coverage for all persons providing services on the Project; and
.2 no later than seven(7)days after receipt by the CONTRACTOR, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends during
the duration of the Project.
5.2.6 The CONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for
one(1)year thereafter.
5.2.7 The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery within ten (10)
days after the CONTRACTOR knew or should have known of any change that materially affects the provision of
coverage of any person providing services on the Project.
5.2.8 The CONTRACTOR shall post at its office or on each Project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the
Project that they are required to be covered, and stating how a person may verify coverage and report lack of
coverage.
5.2.9 The CONTRACTOR shall contractually require each person with whom it contracts to provide services on
a Project to:
.1 provide coverage, based on proper reporting of classification codes and payroll amounts and filing of
any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section
401.011(44)for all of its employees providing services on the Project,for the duration of the Project;
.2 provide to the CONTRACTOR, prior to that person beginning Work on the Project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing services
on the Project, for the duration of the Project;
.3 provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the Project;
00700 04-2020 Page 11 General Conditions
.4 obtain from each other person with whom it contracts, and provide to the CONTRACTOR:
a) a certificate of coverage, prior to the other person beginning Work on the Project; and
b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage
period, if the coverage period shown on the current certificate of coverage ends during the duration
of the Project;
.5 retain all required certificates of coverage on file for the duration of the Project and for one (1) year
thereafter;
.6 n tify the OWNER in writing by certified mail or personal delivery within ten (10)days after the person
k ew or should have known of any change that materially affects the provision of coverage of any
p rson providing services on the Project; and
.7 ccpntractually require each person with whom it contracts,to perform as required by paragraphs 5.2.9.1
- 2.9.7, with the certificates of coverage to be provided to the person for whom they are providing
srvices.
5.2.10 By s gning this Contract or providing or causing to be provided a certificate of coverage, the
CONTRACT R is representing to the OWNER that all employees of the CONTRACTOR who will provide services
on the Project will be covered by workers'compensation coverage for the duration of the Project,that the coverage
will be based n proper reporting of classification codes and payroll amounts, and that all coverage agreements will
be filed with t e appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of
Seif-Insuranc Regulation. Providing false or misleading information may subject the CONTRACTOR to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
5.2.11 The ONTRACTOR's failure to comply with any of these provisions is a breach of Contract by the
CONTRACTOR which entitles the OWNER to declare the Contract void if the CONTRACTOR does not remedy the
breach within en (10)days after receipt of notice of breach from the OWNER.
5.3 Cont actor Insurance Requirements:
For specific pond requirements and additional insurance requirements, refer to the Supplemental General
Conditions.
5.3.1.1 Ge eral Requirements:
.1 CONTRACTOR shall carry insurance in the types and amounts indicated below for the duration of
the Contract, which shall include items owned by OWNER in the care, custody and control of
CONTRACTOR prior to and during construction and warranty period.
.2 CONTRACTOR must complete and forward the required Certificates of Insurance to OWNER
before the Contract is executed as verification of coverage required below. CONTRACTOR shall
not commence Work until the required insurance is obtained and until such insurance has been
reviewed by OWNER. Approval of insurance by OWNER shall not relieve or decrease the liability
of CONTRACTOR hereunder and shall not be construed to be a limitation of liability on the part of
CONTRACTOR. CONTRACTOR must also complete and forward the required Certificates of
Insurance to OWNER whenever a previously identified policy period has expired as verification of
continuing coverage.
.3 CONTRACTOR's insurance coverage is to be written by companies licensed to do business in the
State of Texas at the time the policies are issued and shall be written by companies with A.M. Best
ratings of B+VII or better, except for hazardous material insurance which shall be written by
companies with A.M. Best ratings of A-or better.
00700 04-2020 Page 12 General Conditions
.4 All endorsements naming the OWNER as additional insured, waivers, and notices of cancellation
endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, 221 E.
Main St., Round Rock, Texas 78664.
.5 The "other" insurance clause shall not apply to the OWNER where the OWNER is an additional
insured shown on any policy. It is intended that policies required in the Contract, covering both
OWNER and CONTRACTOR, shall be considered primary coverage as applicable.
.6 If insurance policies are not written for amounts specified below, CONTRACTOR shall carry
Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability
Insurance is provided, it shall follow the form of the primary coverage.
.7 OWNER shall be entitled, upon request and without expense,to receive certified copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modification of particular policy terms, conditions, limitations, or exclusions except where policy
provisions are established by law or regulations binding upon either of the parties hereto or the
underwriter on any such policies.
.8 OWNER reserves the right to review the insurance requirements set forth during the effective
period of this Contract and to make reasonable adjustments to insurance coverage, limits, and
exclusions when deemed necessary and prudent by OWNER based upon changes in statutory law,
court decisions, the claims history of the industry or financial condition of the insurance company
as well as CONTRACTOR.
.9 CONTRACTOR shall not cause any insurance to be canceled nor permit any insurance to lapse
during the term of the Contract or as required in the Contract.
.10 CONTRACTOR shall be responsible for premiums, deductibles and self-insured retentions, if any,
stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of
Insurance.
.11 CONTRACTOR shall provide OWNER thirty (30) days written notice of erosion of the aggregate
limits below occurrence limits for all applicable coverages indicted within the Contract.
.12 If OWNER-owned property is being transported or stored off-site by CONTRACTOR, then the
appropriate property policy will be endorsed for transit and storage in an amount sufficient to protect
OWNER's property.
.13 The insurance coverages required under this contract are required minimums and are not intended
to limit the responsibility or liability of CONTRACTOR.
5.3.1.2 Business Automobile Liability Insurance.
Provide coverage for all owned, non-owned and hired vehicles. The policy shall contain the following
endorsements in favor of OWNER:
a) Waiver of Subrogation endorsement TE 2046A;
b) 30 day Notice of Cancellation endorsement TE 0202A; and
c) Additional Insured endorsement TE 9901 B.
Provide coverage in the following types and amounts:
00700 04-2020 Page 13 General Conditions
i
.1 A minimum combined single limit of$500,000 per occurrence for bodily injury and property damage.
Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per
occurrence and at least$100,000 property damage liability each accident.
5.3.1.3 Workers'Compensation and Employers' Liability Insurance:
Coverage shall be consistent with statutory benefits outlined in the Texas Workers' Compensation Act
(Sec tion 401). CONTRACTOR shall assure compliance with this Statute by submitting two(2)copies of
a st ndard certificate of coverage (e.g. ACCORD form) to Owner's Representative for every person
pro iding services on the Project as acceptable proof of coverage. The required Certificate of Insurance
mi nt be presented as evidence of coverage for CONTRACTOR. Workers' Compensation Insurance
cove rage written by the Texas Workers Compensation Fund is acceptable to OWNER. CONTRACTOR'S
polio y shall apply to the State of Texas and include these endorsements in favor of OWNER:
a) aiver of Subrogation, form WC 420304; and
b) 30 day Notice of Cancellation, form WC 420601.
The minimum policy limits for Employers' Liability Insurance coverage shall be as follows:
.1 $100,000 bodily injury per accident, $500,000 bodily injury by disease policy limit and $100,000
bodily injury by disease each employee.
5.3.1.4 Commercial General Liability Insurance.
The Pol cy shall contain the following provisions:
a) Blanket contractual liability coverage for liability assumed under the Contract and all contracts
relative to this Project.
b) Completed Operations/Products Liability for the duration of the warranty period.
c) ' Explosion, Collapse and Underground (X, C & U)coverage.
d) Independent Contractors coverage.
e) Aggregate limits of insurance per project, endorsement CG 2503.
f) OWNER listed as an additional insured, endorsement CG 2010.
g) 30 day notice of cancellation in favor of OWNER, endorsement CG 0205.
h) Waiver of Transfer of Recovery Against Others in favor of OWNER, endorsement CG 2404.
Pro'ide coverages A&B with minimum limits as follows:
.1 i A combined bodily injury and property damage limit of$500,000 per occurrence.
5.3.1.5 Builders'Risk Insurance.
CONTRACTOR shall maintain Builders' Risk Insurance or Installation Insurance on an all risk physical
loss form in the Contract Amount. Coverage shall continue until the Work is accepted by OWNER.
OWNER shall be a loss payee on the policy. If off site storage is permitted,coverage shall include transit
and storage in an amount sufficient to protect property being transported or stored.
5.4 Bo ds:
00700 0 -2020 Page 14 General Conditions
5.4.1 General.
.1 Bonds, when required, shall be executed on forms furnished by or acceptable to OWNER. All
bonds signed by an agent must be accompanied by a certified copy of such agent's authority to
act.
.2 If the surety on any bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent
or its right to do business is terminated in the State of Texas or it ceases to meet the requirements
of the preceding paragraph, CONTRACTOR shall within ten(10)days thereafter substitute another
bond and surety, both of which must be acceptable to OWNER.
.3 When Performance Bonds and/or Payment Bonds are required, each shall be issued in an amount
of one hundred percent (100%) of the Contract Amount as security for the faithful performance
and/or payment of all CONTRACTOR's obligations under the Contract Documents. Performance
Bonds and Payment Bonds shall be issued by a solvent surety company authorized to do business
in the State of Texas, and shall meet any other requirements established by law or by OWNER
pursuant to applicable law. Any surety duly authorized to do business in Texas may write
Performance and Payment Bonds on a project without reinsurance to the limit of 10 percent of its
capital and surplus. Such a surety must reinsure any obligations over 10 percent.
.4 If CONTRACTOR has failed to obtain or maintain a required bond, OWNER may exclude the
CONTRACTOR from the site of the Project and exercise OWNER's suspension and/or termination
rights under the Contract Documents.
5.4.2 Performance Bond.
.1 If the Contract Amount exceeds $100,000, CONTRACTOR shall furnish OWNER with a
Performance Bond in the form set out by OWNER.
.2 If the Contract Amount exceeds $25,000 but is less than or equal to $100,000, CONTRACTOR
shall furnish OWNER with a Performance Bond in the form set out by OWNER, unless the original
Contract Time is 60 Calendar Days/40 Working Days or less, in which case CONTRACTOR can
agree to the following terms and conditions for payment in lieu of providing a Performance Bond:
no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER;
CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion,
and the remaining 5%of the Contract Amount following the one year warranty period.
.3 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to
furnish a Performance Bond; provided that no money will be paid to CONTRACTOR until
completion and acceptance of the Work by OWNER under the following terms and conditions:
CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion,
and the remaining 5%of the Contract Amount following the one year warranty period.
.4 If a Performance Bond is required to be furnished, it shall extend for the one year warranty period.
5.4.3 Payment Bond.
.1 If the Contract Amount exceeds $50,000, CONTRACTOR shall furnish OWNER with a Payment
Bond in the form set out by OWNER.
.2 If the Contract Amount is less than or equal to $50,000, CONTRACTOR will not be required to
furnish a Payment Bond; provided that no money will be paid to CONTRACTOR until completion
and acceptance of the Work by OWNER under the terms and conditions specified in paragraph
5.4.2.3.
00700 04-2020 Page 15 General Conditions
ARTICLE 6- ONTRACTOR'S RESPONSIBILITIES
6.1 Supe ision and Superintendence:
6.1.1 The C•NTRACTOR shall supervise, inspect and direct the Work competently and efficiently,devoting such
attention ther o and applying such skills and expertise as may be necessary to perform the Work in accordance
with the Con I act Documents. Unless otherwise directed by the OWNER in the Contract Documents, the
CONTRALTO' shall be solely responsible for the means, methods, techniques, sequences and procedures of
construction. he CONTRACTOR shall be responsible to see that the completed Work complies accurately with
the Contract Documents.
6.1.2 The CONTRACTOR shall have an English-speaking, competent Superintendent on the Work at all times
that work is in progress. Upon request of Owner's Representative, the CONTRACTOR shall present the resume
of the proposd Superintendent to Owner's Representative showing evidence of experience and successful
superintenden e and direction of work of a similar scale and complexity. If, in the opinion of Owner's
Representativ , the proposed Superintendent does not indicate sufficient experience in line with the Work, he/she
will not be all.wed to be the designated Superintendent for the Work. The Superintendent shall not be replaced
without Writte Notice to Owner's Representative. If the CONTRACTOR deems it necessary to replace the
Superintende t, the CONTRACTOR shall provide the necessary information for approval, as stated above, on the
proposed ne Superintendent. A qualified substitute Superintendent may be designated in the event that the
designated Superintendent is temporarily away from the Work, but not to exceed a time limit acceptable to Owner's
Representativ . The CONTRACTOR shall replace the Superintendent upon the OWNER's request in the event the
Superintende t is unable to perform to the OWNER's satisfaction. The Superintendent will be the CONTRACTOR's
representativ on the Work and shall have the authority to act on behalf of the CONTRACTOR. All communications
given to the S perintendent shall be as binding as if given to the CONTRACTOR. Either the CONTRACTOR or the
Superintende t shall provide an emergency and home telephone number at which one or the other may be reached
if necessary hen work is not in progress.
6.2 Labo , Materials and Equipment:
6.2.1 The •ONTRACTOR agrees to employ only orderly and competent workers, skillful in performance of the
type of Work equired under this Contract. The CONTRACTOR, Subcontractors, Sub-subcontractors, and their
employees m,:y not use or possess any firearms, alcoholic or other intoxicating beverages, illegal drugs or
controlled subtances while on the job or on the OWNER's property, nor may such workers be intoxicated,or under
the influence If alcohol or drugs,on the job. If the OWNER or Owner's Representative notifies the CONTRACTOR
that any work r is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations,
has possesse. any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the
CONTRACTOR shall immediately remove such worker from performing Contract Work, and may not employ such
worker again 0 n Contract Work without the OWNER's prior written consent. The CONTRACTOR shall at all times
maintain goo. discipline and order on or off the site in all matters pertaining to the Project. The CONTRACTOR
shall pay wor Hers no less than the wage rates established in Section 00900, and maintain weekly payroll reports as
evidence ther:of.
6.2.2 UnlesS otherwise specified, the CONTRACTOR shall provide and pay for all materials, equipment, labor,
transportation construction equipment and machinery, tools, appliances, fuel, power, light, heat,telephone, water,
sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing,
performance, re-testing of defective work, start-up and completion of the Work.
6.2.3 All materials and equipment shall be of good quality and new (including new products made of recycled
materials), except as otherwise provided in the Contract Documents. If required by Owner's Representative, the
CONTRACTOR shall furnish satisfactory evidence (reports of required tests, manufacturer's certificates of
compliance with material requirements, mill reports, etc.) as to the kind, quantity and quality of materials and
equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and
conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract
Documents.
00700 04-2020 Page 16 General Conditions
6.2.4 Substitutes and "Approved Equal" Items:
6.2.4.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using
the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to
establish the type,function and quality required. Unless the specification or description contains words reading that
no like, equivalent or"approved equal"item or no substitution is permitted, other items of material or equipment of
other Suppliers may be submitted to Owner's Representative under the following circumstances:
.1 "Approved Equal": If, in the OWNER's sole discretion, an item of material or an item of equipment
proposed by the CONTRACTOR is functionally equal to that named and sufficiently similar so that no
change in related Work will be required, it may be considered by the OWNER as an "approved equal"
item, in which case review of the proposed item may, in the OWNER's sole discretion, be accomplished
without compliance with some or all of the requirements for evaluation of proposed substitute items.
The CONTRACTOR shall provide the OWNER with the documentation required for the OWNER to
make its determination.
.2 Substitute Items: If, in the OWNER's sole discretion, an item of material or an item of equipment
proposed by the CONTRACTOR does not qualify as an "approved equal" item under paragraph
6.2.4.1.1, then it will be considered a proposed substitute item. The CONTRACTOR shall submit
sufficient information to allow the OWNER to determine that the item of material or item of equipment
proposed is essentially equivalent to that named and a substitute therefor.
6.2.4.2 Substitute Construction Methods and Procedures: If a specific means, method, technique, sequence or
procedure of construction is shown or indicated in and expressly required by the Contract Documents, the
CONTRACTOR may with prior approval of the OWNER furnish or utilize a substitute means, method, technique,
sequence, or procedure of construction. The CONTRACTOR shall submit sufficient information to Owner's
Representative to allow the OWNER, in the OWNER's sole discretion,to determine that the substitute proposed is
equivalent to that expressly called for by the Contract Documents.
6.2.4.3 OWNER's Evaluation: The OWNER will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to paragraph 6.2.4.1.1 and paragraph 6.2.4.1.2. The OWNER will be the sole
judge of acceptability. No"approved equal"or substitute shall be ordered, installed, or utilized until the OWNER's
review is complete, which will be evidenced by either a Change Order or completion of the Shop Drawing review
procedure. The OWNER may require the CONTRACTOR to furnish at the CONTRACTOR's expense a special
performance guarantee or other surety bond with respect to any"approved equal"or substitute. The OWNER shall
not be responsible for any delay due to review time for any"approved equal"or substitute.
6.2.4.4 CONTRACTOR's Expense: All data to be provided by the CONTRACTOR in support of any proposed
"approved equal"or substitute item will be at the CONTRACTOR's expense.
6.2.5 The CONTRACTOR agrees to assign to the OWNER any rights it may have to bring antitrust suits against
its Suppliers for overcharges on materials incorporated in the Project growing out of illegal price fixing agreements.
The CONTRACTOR further agrees to cooperate with the OWNER should the OWNER wish to prosecute suits
against Suppliers for illegal price fixing.
6.3 Progress Schedule:
Unless otherwise directed, the CONTRACTOR shall adhere to the progress schedule established in accordance
with paragraph 2.6 as it may be adjusted from time to time as provided below:
.1 The CONTRACTOR shall submit to Owner's Representative for acceptance proposed adjustments in
the progress schedule that will not change the Contract Times or Milestones. Such adjustments will
conform generally to the progress schedule then in effect.
00700 04-2020 Page 17 General Conditions
.2 P oposed adjustments in the progress schedule that will change the Contract Times or Milestones shall
b= submitted in accordance with the requirements of Article 12. Such adjustments may only be made
b a Change Order or Time Extension Request in accordance with Article 12.
6.4 Conc rning Subcontractors,Suppliers and Others:
6.4.1 Assig ment: The CONTRACTOR agrees to retain direct control of and give direct attention to the fulfillment
of this Contra. . The CONTRACTOR agrees not to,by Power of Attorney or otherwise,assign said Contract without
the prior writt ,n consent of the OWNER.
6.4.2 Awar• of Subcontracts for Portions of the Work: The CONTRACTOR shall not employ any Subcontractor,
Supplier or ot er person or organization, whether initially or as a substitute, against whom the OWNER may have
reasonable o. ection. The CONTRACTOR must provide the OWNER with a list of all Subcontractors, Suppliers,
or other perso s or organizations it will use in the Work, and such list must be provided prior to the preconstruction
conference. should the OWNER have objections,the OWNER will communicate such objections by Written Notice.
If the OWNE- requires a change without good cause of any Subcontractor, person or organization previously
accepted by O NER,the Contract Amount may be increased or decreased by the difference in the cost occasioned
by any such c ange, and an appropriate Change Order shall be issued. The CONTRACTOR shall not substitute
any Subcontr-ctor, person or organization that has been accepted by the OWNER, unless the substitute has been
accepted in w iting by the OWNER. No acceptance by the OWNER of any Subcontractor, Supplier or other person
or organizatio shall constitute a waiver of any right of the OWNER to reject defective Work.
6.4.3 The cONTRACTOR shall enter into written agreements with all Subcontractors and Suppliers which
specifically bird the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents
for the benefit of the OWNER and E/A. The OWNER reserves the right to specify that certain requirements shall
be adhered t• by all Subcontractors and Sub-subcontractors as indicated in other portions of the Contract
Documents a d these requirements shall be made a portion of the agreement between the CONTRACTOR and
Subcontracto or Supplier.
6.4.4 The 1 ONTRACTOR shall be fully responsible to the OWNER for all acts and omissions of the
Subcontracto ',, Suppliers and other persons and organizations performing or furnishing any of the Work under a
direct or ind rect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the
CONTRACTsR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any
such Subcont actor, Supplier or other person or organization any contractual relationship between the OWNER and
any such Sub ontractor, Supplier or other person or organization, nor shall it create any obligation on the part of
the OWNER •r E/A to pay or to see to the payment of any amounts due any such Subcontractor, Supplier or other
person or org.,nization except as may otherwise be required by laws and regulations.
6.4.5 The ONTRACTOR shall be solely responsible for scheduling and coordinating the Work of
Subcontracto -, Suppliers and other persons and organizations performing or furnishing any of the Work under a
direct or indir:ct contract with the CONTRACTOR. The CONTRACTOR shall require all Subcontractors, Suppliers
and such oth:r persons and organizations performing or furnishing any of the Work to communicate with Owner's
Representativ- through the CONTRACTOR.
6.4.6 Thevisions and sections of the Specifications and the identifications of any Drawings shall not control the
CONTRACT R in dividing or delineating the Work to be performed by any specific trade.
6.4.7 The ONTRACTOR shall pay each Subcontractor and Supplier their appropriate share of payments made
to the CONTACTOR not later than ten(10)Days after the CONTRACTOR's receipt of payment from the OWNER.
6.5 Pate t Fees and Royalties:
6.5.1 The ONTRACTOR shall be responsible at all times for compliance with applicable patents or copyrights
encompassin , in whole or in part, any design, device, material, or process utilized, directly or indirectly, in the
performance f the Work or the formulation or presentation of its Bid.
00700 0 -2020 Page 18 General Conditions
6.5.2 The CONTRACTOR shall pay all royalties and license fees and shall provide, prior to commencement of
Work hereunder and at all times during the performance of same, for lawful use of any design, device, material or
process covered by letters, patent or copyright by suitable legal agreement with the patentee, copyright holder, or
their duly authorized representative whether or not a particular design, device, material, or process is specified by
the OWNER.
6.5.3 The CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright and shall
indemnify and save the OWNER harmless from any and all claims,costs, losses,expenses and damages(including
but not limited to attorneys fees and consultant fees), direct or indirect, arising with respect to the CONTRACTOR's
process in the formulation of its bid or the performance of the Work or otherwise arising in connection therewith.
The OWNER reserves the right to provide its own defense, with counsel of its own choosing,to any suit or claim of
infringement of any patent or copyright in which event the CONTRACTOR shall indemnify and save harmless the
OWNER from all costs and expenses of such defense as well as satisfaction of all judgments entered against the
OWNER.
6.5.4 The OWNER shall have the right to stop the Work and/or terminate this Agreement at any time in the event
the CONTRACTOR fails to disclose to the OWNER that the CONTRACTOR's work methodology includes the use
of any infringing design, device, material or process.
6.6 Permits, Fees:
Unless otherwise provided in the Supplemental General Conditions, the CONTRACTOR shall obtain and pay for
all construction permits, licenses and fees required for prosecution of the Work.
OWNER will obtain and pay for the following permits, licenses and/or fees, if required:
.1 Site Development Permit.
.2 Building Permit(s).
.3 Texas Department of Transportation permit for work in State rights-of-way.
.4 Railroad Utility License Agreement.
6.7 Laws and Regulations:
6.7.1 The CONTRACTOR shall give all notices and comply with all laws and regulations applicable to furnishing
and performing the Work. Except where otherwise expressly required by applicable laws and regulations, neither
the OWNER nor E/A shall be responsible for monitoring the CONTRACTOR's compliance with any laws and
regulations.
6.7.2 The CONTRACTOR shall plan and execute its operations in compliance with all applicable Federal, State
and local laws and regulations, including those concerning control and abatement of water pollution and prevention
and control of air pollution.
6.7.3 If the CONTRACTOR performs any Work that it is contrary to laws or regulations,then the CONTRACTOR
shall bear and shall indemnify, defend and hold OWNER harmless from all claims, costs, losses and damages
arising therefrom; however, it shall not be the CONTRACTOR's primary responsibility to make certain that the
Specifications and Drawings are in accordance with laws and regulations, but this does not relieve the
CONTRACTOR of the CONTRACTOR's obligations under Article 3.
6.8 Taxes:
6.8.1 The CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by the
CONTRACTOR in accordance with the laws and regulations of the State of Texas.
00700 04-2020 Page 19 General Conditions
6.8.2 The OIVNER is an exempt organization as defined by Chapter 11 of the Property Tax Code of Texas and
is thereby exe pt from payment of Sales Tax under Chapter 151, Limited Use Sales, Excise and Use Tax, Texas
Tax Code, an Chapter 321, Texas Tax Code.
6.9 Use o Premises:
6.9.1 The C NTRACTOR shall confine construction equipment,the storage of materials and equipment and the
operations of orkers to the site and land and areas identified in and permitted by the Contract Documents and
other land an areas permitted by laws and regulations, rights-of-way, permits and easements, and shall not
unreasonably encumber the premises with construction equipment or other materials or equipment. The
CONTRALTO shall assume full responsibility for any damage to any such land or area, or to the owner or
occupant ther of or of any adjacent land or areas, resulting from the performance of the Work. Should any claim
be made by ny such owner or occupant because of the performance of the Work, the CONTRACTOR shall
promptly settl with such other party by negotiation or otherwise resolve the claim by dispute resolution proceeding
or at law. The CONTRACTOR shall indemnify, defend and hold harmless the OWNER, E/A, E/A's consultants and
anyone direct) or indirectly employed by any of them from and against all claims, costs, losses and damages
(including cou costs and reasonable attorneys' fees) arising out of or resulting from any claim or action, legal or
equitable, bro ght by any such owner or occupant against the OWNER, E/A or any other party indemnified
hereunder to t e extent caused by or based upon performance of the Work or failure to perform the Work.
6.9.2 During the progress of the Work and on a daily basis, the CONTRACTOR shall keep the premises free
from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the
Work, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as
well as all tools, appliances, construction equipment and machinery and surplus materials. The CONTRACTOR
shall leave the site clean and ready for occupancy by the OWNER at Substantial Completion of the Work. The
CONTRACTOR shall, at a minimum, restore to original condition all property not designated for alteration by the
Contact Documents.
6.9.3 The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will
endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses
or pressures that will endanger it.
6.10 Record Documents:
The CONTRA TOR shall maintain in a safe place at the site, or other location acceptable to the OWNER, one(1)
record copy o'all Drawings, Specifications,Addenda,Change Orders, Change Directives, Field Orders and written
interpretation and clarifications (issued pursuant to paragraph 9.5) in good order and annotated to show all
changes mad- during construction. These record documents, together with all final samples and all final Shop
Drawings,will be available to the OWNER and E/A for reference during performance of the Work. Upon Substantial
Completion o the Work, these record documents, samples and Shop Drawings showing the final "as built'
construction o the Project shall be promptly delivered to Owner's Representative.
6.11 Safety a d Protection:
6.11.1 The •ONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions
and programs in connection with the Work. Upon request,and prior to installation of measures,the CONTRACTOR
shall submit •- site security and safety plan for approval by the OWNER. By reviewing the plan or making
recommendat ons or comments, the OWNER will not assume liability nor will the CONTRACTOR be relieved of
liability for da age, injury or loss. The CONTRACTOR shall take all necessary precautions for the safety of and
shall provide t e necessary protection to prevent damage, injury or loss to:
.1 al persons on the Work site or who may be affected by the Work;
.2 al the Work and materials and equipment to be incorporated therein, whether in storage on or off the
si e; and
00700 -2020 Page 20 General Conditions
.3 other property at the site or adjacent thereto, including but not limited to, trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities and underground facilities not designated for removal,
relocation or replacement in the course of construction.
6.11.2 The CONTRACTOR shall comply with all applicable laws and regulations of any public body having
jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of
adjacent property and of underground facilities, and utility owners when prosecution of the Work may affect them,
and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage,
injury or loss to any property referred to in paragraph 6.11.1.2 and paragraph 6.11.1.3 caused, directly or indirectly,
in whole or in part, by the CONTRACTOR, Subcontractor, Supplier or any person or organization directly or
indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may
be responsible, shall be remedied by the CONTRACTOR (except damage or loss attributable to the fault of
Drawings or Specifications or to the acts or omissions of the OWNER, or E/A, or E/A's consultant or anyone
employed by any of them or anyone for whose acts any of them may be responsible, and not attributable, directly
or indirectly, in whole or in part, to the faults or negligence of the CONTRACTOR or any Subcontractor, Supplier or
other person or organization directly or indirectly employed by any of them). The CONTRACTOR'S duties and
responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and
Owner's Representative has issued a notice to the OWNER and the CONTRACTOR in accordance with Article 14
that the Work is acceptable(except as otherwise expressly provided in connection with Substantial Completion).
6.11.3 Safety Representative: The CONTRACTOR shall designate a qualified and experienced safety
representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining
and supervising of safety precautions and programs. Upon request of the OWNER, the CONTRACTOR shall
provide certifications or other documentation of the safety representative's qualifications. At a minimum,the safety
representative shall have received the OSHA thirty (30) hour training and a certificate evidencing that the safety
representative has received such training within the last five (5) years shall be provided to the OWNER'S
representative.
6.11.4 Hazard Communication Programs: The CONTRACTOR shall be responsible for coordinating any
exchange of material safety data sheets or other hazard communication information required to be made available
to or exchanged between or among employers at the site in accordance with laws and regulations.
6.11.5 Emergencies:
6.11.5.1 In emergencies affecting the safety or protection of persons or the Work at the site or adjacent thereto,
the CONTRACTOR, without special instruction or authorization from the OWNER or E/A, is obligated to act
reasonably to prevent threatened damage, injury or loss and to mitigate damage or loss to the Work. The
CONTRACTOR shall give Owner's Representative prompt written notice if the CONTRACTOR believes that any
significant changes in the Work or variations from the Contract Documents have been caused thereby. If Owner's
Representative determines that a change in the Contract Documents is required because of the action taken by the
CONTRACTOR in response to such an emergency,a Change Directive or Change Order will be issued to document
the consequences of such action; otherwise the OWNER will not be responsible for the CONTRACTOR's
emergency action.
6.11.5.2 Authorized agents of the CONTRACTOR shall respond immediately to call-out at any time of any day
or night when circumstances warrant the presence on Project site of the CONTRACTOR or its agent to protect the
Work or adjacent property from damage, restriction or limitation or to take such action or measures pertaining to
the Work as may be necessary to provide for the safety of the public. Should the CONTRACTOR and/or its agent
fail to respond and take action to alleviate such an emergency situation, the OWNER may direct other forces to
take action as necessary to remedy the emergency condition,and the OWNER will deduct any cost of such remedial
action from the funds due to the CONTRACTOR under this Contract.
6.11.5.3 In the event there is an accident involving injury to any individual on or near the Work, the
CONTRACTOR shall notify Owner's Representative within twenty-four (24) hours of the event and shall be
responsible for recording the location of the event and the circumstances surrounding the event through
00700 04-2020 Page 21 General Conditions
photographs, interviewing witnesses, obtaining medical reports and other documentation that describes the event.
Copies of such documentation shall be provided to Owner's Representative, for the OWNER's and EtA's records,
within forty-eight(48) hours of the event.
6.12 Contin uing the Work:
The CONTRI4CTOR shall carry on the Work and adhere to the progress schedule during all disputes or
disagreement with the OWNER. No Work shall be delayed or postponed pending resolution of any disputes or
disagreement , except as the OWNER and the CONTRACTOR may agree in writing.
6.13 CON RACTOR's General Warranty and Guarantee:
6.13.1 The C NTRACTOR warrants and guarantees to the OWNER that all Work will be performed in a good and
workmanlike anner in accordance with the Contract Documents and will not be defective. The CONTRACTOR's
warranty and uarantee hereunder excludes defects or damage caused by:
.1 a«use, modification or improper maintenance or operation by persons other than the CONTRACTOR,
S bcontractors or Suppliers; or
.2 n t rmal wear and tear under normal usage.
6.13.2 The •ONTRACTOR's obligation to perform and complete the Work in a good and workmanlike manner in
accordance wi th the Contract Documents shall be absolute. None of the following will constitute acceptance of
Work not in a,cordance with the Contract Documents or a release of the CONTRACTOR'S obligation to perform
the Work in a.cordance with the Contract Documents:
.1 o b servations by Owner's Representative and/or E/A;
.2 rcommendation of any progress or final payment by Owner's Representative;
.3 th- issuance of a certificate of Substantial Completion or any payment by the OWNER to the
C•NTRACTOR under the Contract Documents;
.4 u-e or occupancy of the Work or any part thereof by the OWNER;
.5 a y acceptance by the OWNER or any failure to do so;
.6 a y review of a Shop Drawing or sample submittal;
.7 a y inspection, test or approval by others; or
.8 a y correction of defective Work by the OWNER.
.9 the failure of the OWNER, E/A or any other person or entity acting on behalf of the OWNER or E/A to
o'serve, detect or discover any defect in the Work or any non-conformance of the Work with any
requirement of the Contract Documents.
CONTRACTOR hereby waives any claim or defense to any claim by the OWNER that any failure by the
OWNER, E/A, or any other person or entity acting on behalf of the OWNER or E/A to observe, detect or
discover any defect in the Work relieves or releases, in whole or in part, CONTRACTOR from any
obligations or responsibility for the correction of such defects or any other obligation of CONTRACTOR
under the Contract Documents.
6.14 Indemnification:
00700 04-2020 Page 22 General Conditions
6.14.1 TO THE FULLEST EXTENT PERMITTED BY LAW,AND IN ADDITION TO ANY OTHER OBLIGATIONS
OF CONTRACTOR UNDER THE CONTRACT OR OTHERWISE,CONTRACTOR SHALL INDEMNIFY,DEFEND
AND HOLD HARMLESS OWNER, ITS COUNCIL MEMBERS , EMPLOYEES, AGENTS, AND CONSULTANTS
INCLUDING, BUT NOT LIMITED TO THE E/A (THE "INDEMNIFIED PARTIES" OR INDEMNIFIED PARTY",
FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES,AND DAMAGES (INCLUDING BUT NOT LIMITED TO
ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, CONSULTANTS, EXPERTS AND
OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS)
ARISING OUT OF OR RELATING TO THE PERFORMANCE OF THE WORK, REGARDLESS OF WHETHER
SUCH CLAIMS, COSTS, LOSSES, AND DAMAGES ARE CAUSED, IN WHOLE OR IN PARTY BY THE ACTS,
ACTIONS, ERRORS OR OMISSIONS OF AN INDEMNIFIED PARTY.
BECAUSE OWNER IS A MUNICIPALITY,THE TERMS AND PROVISIONS OF SUBCHAPTER C OF CHAPTER
151 OF THE TEXAS INSURANCE CODE ("CHAPTER 151") DOES NOT APPLY TO THE OWNER. IF,
HOWEVER, ANY PROVISION OF CHAPTER 151 APPLIES TO THE OWNER, IT IS THE INTENT OF THE
OWNER THAT IF THE PROVISIONS OF CHAPTER 151 DO APPLY, NOTHING HEREIN SHALL IMPOSE ANY
REQUIREMENTS ON CONTRACTOR THAT ARE PROHIBITED BY CHAPTER 151 AND THAT ANY OF THE
PROVISIONS HEREOF THAT ARE NOT PROHIBITED BY CHAPTER 151 SHALL REMAIN IN FULL FORCE
AND EFFECT. ACCORDINGLY, IN THE EVENT THAT IN CONSTRUING AND INTERPRETING THE
CONTRACT DOCUMENTS, A COURT OF COMPETENT JURISDICTION OR, IF APPLICABLE, AN
ARBITRATOR, DETERMINES THAT CHAPTER 151 APPLIES TO THE OWNER, THEN THE COURT OR
ARBITRATOR SHALL REFORM THE PROVISIONS HEREOF SO AS TO COMPLY WITH CHAPTER 151 AND
SUCH REFORMATION SHALL NOT AFFECT THE VALIDITY OF ANY PROVISIONS HEREOF THAT ARE NOT
PROHIBITED BY CHAPTER 151.
6.14.2 The indemnification obligation under paragraph 6.14.1 shall not be limited in any way by any limitation on
the amount or type of damages, or compensation or benefits payable by or for the CONTRACTOR or any such
Subcontractor, Supplier or other person or organization under workers'compensation acts, disability benefit acts or
other employee benefit acts.
6.14.3 The obligations of the CONTRACTOR under paragraph 6.14.1 shall not extend to the liability of the
OWNER, E/A, E/A's consultants, and their officers, directors, partners, employees or agents caused primarily by
negligent preparation of maps, drawings, surveys, designs or specifications upon which is placed the applicable
state-authorized design professional seal of the OWNER's, E/A's or E/A's consultant's officers, directors, partners,
employees or agents.
6.14.4 In the event the CONTRACTOR fails to follow the OWNER's directives concerning use of the site,
scheduling or course of construction, or engages in other conduct which proximately causes damage to property
based on inverse condemnation or otherwise, then and in that event, the CONTRACTOR shall indemnify the
OWNER against all costs resulting from such claims.
6.14.5 In the event the CONTRACTOR unreasonably delays progress of the work being done by others on the
site so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the
OWNER for such loss.
6.15 Survival of Obligations:
All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with
the Contract Documents,as well as all continuing obligations indicated in the Contract Documents,will survive final
payment, completion and acceptance of the Work and termination or completion of the Agreement.
6.16 Losses from Natural Causes:
Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the Work to be
done or from action of the elements,floods or from unforeseeable circumstances in prosecution of the Work or from
00700 04-2020 Page 23 General Conditions
i
unusual obstrtctions or difficulties which may be encountered in prosecution of the Work, shall be sustained and
borne by the 9ONTRACTOR at its own cost and expense.
6.17 Notic of Claim:
Should the C 4)NTRACTOR suffer injury or damage to person or property because of any error, omission or act of
the OWNER o of any of the OWNER's employees or agents or others for whose acts the OWNER is liable,a Claim
will be made t'• the other party within thirty (30) calendar days of the event giving rise to such injury or damage.
The provision-; of this paragraph 6.17 shall not be construed as a substitute for or a waiver of the provisions of any
applicable sta jute of limitations, statute of repose, or any other provision of the Contract Documents.
6.18 Liqui.,ated Damages:
At set forth in t e Agreement,paragraph 1.2,the CONTRACTOR or its Surety shall be liable for Liquidated Damages
for the CONT" A CTOR's failure to timely complete the Work or any portion thereof within the Contract Time. See
Supplemental Conditions for amount of Liquidated Damages.
ARTICLE 7- (9 THER WORK
7.1 The 1WNER may perform other work related to the Project at the site by the OWNER's own forces, or let
other contract. therefor, or have other work performed by utility owners. If the CONTRACTOR believes that delay
or additional sost is involved because of such action by the OWNER, the CONTRACTOR may make a Claim as
provided in A icle 11 or Article 12.
7.2 The CONTRACTOR shall afford other contractors who are in a contract with the OWNER and each utility
owner (and th- OWNER, if the OWNER is performing the additional work with the OWNER's employees) proper
and safe acce.s to the site and a reasonable opportunity for the introduction and storage of materials and equipment
and the exec tion of such other work and shall properly connect and coordinate the Work with theirs. Unless
otherwise pro ided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting and patching of the
Work that ma be required to make its several parts come together properly and integrate with such other work.
The CONT A TOR shall not endanger any work of others by cutting, excavating or otherwise altering their work
and will only I ut or alter their work with the written consent of Owner's Representative and the other contractors
whose work ill be affected. The CONTRACTOR shall promptly remedy damage caused by the CONTRACTOR
to completed 0�r partially completed construction or to property of the OWNER or separate contractors.
7.3 If the Droper execution or results of any part of the CONTRACTOR's Work depends upon work performed
by others under this Article 7, the CONTRACTOR shall inspect such other work and promptly report to Owner's
Representative in writing any delays, defects or deficiencies in such other work that render it unavailable or
unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR'S failure to
report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's
Work except for latent or non-apparent defects and deficiencies in such other work.
7.4 The OWNER shall provide for coordination of the activities of the OWNER's own forces and of each
separate contractor with the Work of the CONTRACTOR, who shall cooperate with them. The CONTRACTOR
shall participate with other separate contractors and Owner's Representative in reviewing their construction
schedules when directed to do so. The CONTRACTOR shall make any revisions to the construction schedule
deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the
schedules to be used by the CONTRACTOR, separate contractors and the OWNER until subsequently revised.
7.5 Unless otherwise stated herein, costs caused by delays or by improperly timed activities or defective
construction shall be borne by the party responsible therefor.
7.6 If CONTRACTOR damages,delays,disrupts or interferes with the work of any other contractor,or any utility
owner performing other work at or adjacent to the site of the Project, through CONTRACTOR's failure to take
reasonable and customary measures to avoid such impacts, or if any claim arising out of CONTRACTOR's actions,
00700 04-2020 Page 24 General Conditions
inactions or negligence in performance of the Work at or adjacent to the site of the Project is made by any such
other contractor or utility owner against CONTRACTOR, OWNER, or E/A, then CONTRACTOR shall (1) promptly
attempt to settle the claim as to all parties through negotiations with such other contractor or utility owner, or
otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law,and(2)INDEMNIFY AND
HOLD HARMLESS THE INDEMNIFIED PARTIES, INCLUDING, BUT NOT LIMITED TO THE E/A FROM AND
AGAINST ANY SUCH CLAIMS,AND AGAINST ALL COSTS,LOSSES,AND DAMAGES(INCLUDING BUT NOT
LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, AND OTHER
PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS)
ARISING OUT OF OR RELATING TO SUCH DAMAGE, DELAY, DISRUPTION, OR INTERFERENCE.
ARTICLE 8-OWNER'S RESPONSIBILITIES
8.1 Prior to the start of construction, the OWNER will designate in writing a person or entity to act as Owner's
Representative during construction. Except as otherwise provided in these General Conditions, the OWNER shall
issue all communications to the CONTRACTOR through Owner's Representative.
8.2 The OWNER will not supervise, direct, control or have authority over or be responsible for the
CONTRACTOR'S means, methods,techniques, sequences or procedures of construction or the safety precautions
and programs incident thereto. The OWNER is not responsible for any failure of the CONTRACTOR to comply with
laws and regulations applicable to furnishing or performing the Work. The OWNER is not responsible for the
CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or
omission of the OWNER to discover, or object to or condemn any defective Work or material shall not release the
CONTRACTOR from the obligation to properly and fully perform the Contract.
8.3 The OWNER is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor,
any Supplier, or of any other person or organization performing or furnishing any of the Work.
8.4 Information or services under the OWNER'S control shall be furnished by the OWNER with reasonable
promptness to avoid delay in the orderly progress of the Work.
8.5 The foregoing are in addition to other duties and responsibilities of the OWNER enumerated herein and
especially those in respect to Article 4 (Availability of Lands; Subsurface and Physical Conditions; Reference
Points),Article 7 (Other Work)and Article 14 (Payments to the CONTRACTOR and Completion).
8.6 Notice of Claim:
Should the OWNER suffer injury or damage to person or property because of any error, omission or act of the
CONTRACTOR or of any of the CONTRACTOR's employees or agents or others for whose acts the
CONTRACTOR is liable, a notice of such injury or damage will be sent to the CONTRACTOR within thirty (30)
calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 8.6 shall not be
construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose.
8.7 The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in
accordance with the Contract Documents. The failure or omission of the OWNER, E/A or any other person or entity
acting on behalf of the OWNER or the E/A to observe, detect,discover, or object to or condemn any defective Work
or material shall not release the CONTRACTOR from CONTRACTOR's obligation to properly and fully perform the
Work pursuant to the Contract Documents. The OWNER shall not be responsible for the acts, errors or omissions
of the CONTRACTOR, or any Subcontractor, Supplier or any other person or entity performing or furnishing any of
the Work on behalf of the CONTRACTOR.
ARTICLE 9 -ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION
9.1 E/A's Authority and Responsibilities:
9.1.1 The duties and responsibilities and the limitations of authority of E/A during construction are set forth in the
Contract Documents and shall not be extended without written consent of the OWNER and E/A. The assignment
00700 04-2020 Page 25 General Conditions
h rit duties or responsibilities to E/A under the Contract Documents or under anyagreement between
of any auto y,
the OWNER and E/A, or any undertaking, exercise or performance thereof by E/A, is intended to be for the sole
and exclusive benefit of the OWNER and is not for the benefit of the CONTRACTOR, Subcontractor, Sub-
subcontractor, Supplier, or any other person or organization,or for any surety or employee or agent of any of them.
9.1.2 E/A will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's
means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs
incident thereto. E/A is not responsible for any failure of the CONTRACTOR to comply with laws and regulations
applicable to the furnishing or performing the Work. E/A is not responsible for the CONTRACTOR'S failure to
perform or furnish the Work in accordance with the Contract Documents. Failure or omission of E/A to discover, or
object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to
properly and fully perform the Work.
9.1.3 E/A is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any
Supplier, or of any other person or organization performing or furnishing any of the Work.
9.1.4 If the OWNER so directs, E/A will review the final Application for Payment and accompanying
documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of
inspection,tests and approvals and other documentation required to be delivered by Article 14,but only to determine
generally that their content complies with the requirements of, and in the case of certificates of inspections, tests
and approvals that the results certified indicate compliance with, the Contract Documents.
9.1.5 The lip itations upon authority and responsibility set forth in this paragraph 9.1 shall also apply to E/A's
Consultants, 'esident Project Representative and assistants.
9.2 E/A a- Owner's Representative:
9.2.1 E/A ay be designated as Owner's Representative under paragraph 8.1.
9.3 Visits to Site:
If the OWNER so directs,E/A will make visits to the site at intervals appropriate to the various stages of construction
as is necessa in order to observe as an experienced and qualified design professional the progress that has been
made and the•uality of the various aspects of the CONTRACTOR's executed Work. Based on information obtained
during such visits and observations, E/A will endeavor for the benefit of the OWNER to determine if the Work is
proceeding in :ccordance with the Contract Documents. E/A will not be required to make exhaustive or continuous
on-site inspec ions to check the quality or quantity of the Work. E/A's efforts will be directed toward providing for
the OWNER - greater degree of confidence that the completed Work will conform to the Contract Documents. On
the basis of s ch visits and on-site observations, E/A will keep the OWNER informed of the progress of the Work
and will endevor to guard the OWNER against defective Work. EtA's visits and on-site observations are subject
to all the limitations on E/A's authority and responsibility set forth in paragraph 9.1.
9.4 Project Representative:
If the OWNER and E/A agree, E/A will furnish a Resident Project Representative to assist E/A in providing more
continuous observation of the Work. The responsibilities and authority and limitations of any such Resident Project
Representative and assistants will be as provided in paragraph 9.1 and in the Supplemental General Conditions.
The OWNER may designate another representative or agent to represent the OWNER at the site who is not E/A,
EtA's consultant, agent or employee.
9.5 Clarif cations and Interpretations:
E/A may dete mine that written clarifications or interpretations of the requirements of the Contract Documents (in
the form of dr:wings or otherwise) are necessary. Such written clarifications or interpretations will be consistent
with the intent of and reasonably inferable from the Contract Documents,will be issued with reasonable promptness
by Owner's R presentative and will be binding on the OWNER and the CONTRACTOR. If the OWNER or the
00700 0'-2020 Page 26 General Conditions
CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Amount
or the Contract Times, the OWNER or the CONTRACTOR may make a Claim therefor as provided in Article 11 or
Article 12.
9.6 Rejecting Defective Work:
E/A may recommend that the OWNER disapprove or reject Work which E/A believes to be defective, or believes
will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the
design concept of the completed Project as a functioning whole as indicated by the Contract Documents.
ARTICLE 10 -CHANGES IN THE WORK
10.1 Changes:
10.1.1 Without invalidating the Contract and without notice to any surety,the OWNER, at any time or from time to
time, may order additions, deletions or revisions in the Work. Such changes in the Work will be authorized by
Change Order, Change Directive or Field Order.
10.1.2 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the
CONTRACTOR shall proceed promptly, unless otherwise provided in the Change Order, Change Directive or Field
Order.
10.1.3 The CONTRACTOR shall not be entitled to an increase in the Contract Amount or an extension of the
Contract Times with respect to any Work performed that is not required by the Contract Documents as amended,
modified and supplemented as provided in paragraph 3.3.1 and paragraph 3.3.2, except in the case of an
emergency as provided in paragraph 6.11.5 or in the case of uncovering Work as provided in paragraph 13.4.
10.1.4 Except in the case of an emergency as provided in paragraph 6.11.5, a Change Order or Change Directive
is required before the CONTRACTOR commences any activities associated with a change in the Work which, in
the CONTRACTOR's opinion, will result in a change in the Contract Amount and/or Contract Times.
10.1.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents
(including, but not limited to, Contract Amount or Contract Times) is required by the provisions of any Bond to be
given to a surety, the giving of any such notice will be the CONTRACTOR's responsibility, and the amount of each
applicable Bond will be adjusted accordingly.
10.2 Change Orders:
10.2.1 The OWNER and the CONTRACTOR shall execute appropriate written Change Orders covering:
.1 a change in the Work;
.2 the amount of the adjustment in the Contract Amount, if any; and
.3 the extent of the adjustment in the Contract Time, if any.
10.2.2 An executed Change Order shall represent the complete, equitable, and final amount of adjustment in the
Contract Amount and/or Contract Time owed to the CONTRACTOR or the OWNER as a result of the occurrence
or event causing the change in the Work encompassed by the Change Order.
10.3 Change Directives:
10.3.1 The OWNER may by written Change Directive,without invalidating the Contract,order changes in the Work
within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Amount
00700 04-2020 Page 27 General Conditions
and Contract ime being adjusted as necessary. A Change Directive shall be used in the absence of complete and
prompt agree lent on the terms of a Change Order.
10.3.2 If the ! hange Directive provides for an adjustment to the Contract Amount, the adjustment shall be based
on the methods provided for in paragraph 11.5.
10.3.3 A Cha ge Directive shall be recorded later by preparation and execution of an appropriate Change Order.
10.3.4 Upon eceipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work
involved.
10.4 Field •rder:
10.4.1 Owne 's Representative may authorize minor variations in the Work from the requirements of the Contract
Documents w ich do not involve an adjustment in the Contract Amount or the Contract Times and are compatible
with the desig concept of the completed Project as a functioning whole as indicated by the Contract Documents.
These shall b accomplished by written Field Order and shall be binding on the OWNER and on the CONTRACTOR
who shall pen 'rm the Work involved promptly.
10.4.2 If the CONTRACTOR believes that a Field Order would require an adjustment in the Contract Amount
and/or Contra t Times, the CONTRACTOR shall make written request to Owner's Representative for a Change
Order. Any rquest by the CONTRACTOR for an adjustment in Contract Amount and/or Contract Times shall be
made in writin! prior to beginning the work covered by the Field Order.
10.5 No D-mages for Delay:
Except as oth rwise provided in the Contract Documents, the CONTRACTOR shall receive no compensation for
delays or hin rances to the Work. If delay is caused by specific orders given by the OWNER to stop Work for
reasons for w ich the CONTRACTOR is not responsible, or such delay is not caused by active interference in the
Work by OW ER for reasons for which the CONTRACTOR is not responsible, then such delay will entitle the
CONTRACTOR only to an equivalent extension of time,the CONTRACTOR'S application for which shall, however,
be subject to pproval of the OWNER. No such extension of time shall release the CONTRACTOR or surety on its
performance and from all the CONTRACTOR's obligations hereunder which shall remain in full force until
discharge of t e Contract.
ARTICLE 11 -,CHANGE OF CONTRACT AMOUNT
11.1 The Contract Amount is stated in the Agreement and, including authorized adjustments, is the total amount
payable by the OWNER to the CONTRACTOR for performance of the Work under the Contract Documents.
11.2 The original Contract Amount may not be increased by more than twenty-five percent(25%)and it may not
be decreased more than twenty-five percent(25%)without the consent of the CONTRACTOR to such decrease.
11.3 The Contract Amount shall only be changed by a Change Order. Any claim for an adjustment in the
Contract Amount shall be made by Written Notice delivered by the party making the Claim to the other party promptly
(but in no event later than thirty(30)calendar days)after the start of the occurrence or event giving rise to the Claim
and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be
delivered within thirty (30)calendar days after Written Notice of Claim is delivered by claimant, and shall represent
that the adjustment claimed covers all known amounts to which claimant is entitled as a result of said occurrence
or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract
Amount shall be determined as set out in Article 16.
11.4 Determination of Value of Work:
00700 04-2020 Page 28 General Conditions
11.4.1 The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract
Amount will be determined by one or more of the following methods:
.1 by application of unit prices contained in the Contract Documents to the quantities of the items involved.
.2 by a mutually agreed lump sum properly itemized and supported by sufficient substantiating data to
permit evaluation.
.3 by cost of Work plus the CONTRACTOR's fee for all overhead costs and profit(determined as provided
in paragraph 11.5).
11.4.2 Before using the method described in paragraph 11.4.1.3, the OWNER and the CONTRACTOR agree to
negotiate a Change Order using the methods identified in paragraph 11.4.1.1 and paragraph 11.4.1.2, as
appropriate,to determine the adjustment in the Contract Amount.
11.5 Cost of Work:
If neither of the methods defined in paragraph 11.4.1.1 or paragraph 11.4.1.2 can be agreed upon before a change
in the Work is commenced which will result in an adjustment in the Contract Amount, the OWNER may issue a
Change Directive to the CONTRACTOR. If the OWNER elects to issue a Change Directive, CONTRACTOR shall
perform the Changed Work and payment will be made as follows:
.1 For all personnel, the CONTRACTOR will receive the rate or wage specified in the prevailing wage
rates established in Section 00900 for each hour that said personnel are actually engaged in such
Work, to which will be added an amount equal to twenty-five percent (25%) of the sum thereof as
compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. No
separate charge will be made by the CONTRACTOR for organization or overhead expenses. For the
cost of premiums on public liability insurance, workers' compensation insurance, social security and
unemployment insurance, an amount equal to fifty-five percent (55%) of the wages paid personnel,
excluding the twenty-five(25%)compensation provided above,will be paid to the CONTRACTOR. The
actual cost of the CONTRACTOR's bond(s) on the extra Work will be paid based on invoices from
surety. No charge for superintendence will be made unless considered necessary and ordered by the
OWNER.
.2 The CONTRACTOR will receive the actual cost, including freight charges, of the materials used on
such Work, to which costs will be added a sum equal to twenty-five percent (25%) thereof as
compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. In
case material invoices indicate a discount may be taken,the actual cost will be the invoice price minus
the discount.
.3 For machinery,trucks, power tools, or other similar equipment agreed to be necessary by the OWNER
and the CONTRACTOR, the OWNER will allow the CONTRACTOR the rate as given in the latest
edition of the Associated General Contractors of America "Contractor's Equipment Cost Guide" as
published by Dataquest for each hour that said tools or equipment are in use on such work, which rate
includes the cost of fuel, lubricants and repairs. No additional compensation will be allowed on the
equipment for the CONTRACTOR's overhead and profit.
.4 The compensation, as herein provided for, shall be received by the CONTRACTOR and any affected
Subcontractor as payment in full for work done by Change Directive and will include use of small tools,
and total overhead expense and profit. The CONTRACTOR and the Owner's Representative shall
compare records of work done by Change Directive at the end of each day. Copies of these records
will be made upon forms provided for this purpose by the OWNER and signed by both Owner's
Representative and the CONTRACTOR, with one(1)copy being retained by the OWNER and one(1)
by the CONTRACTOR. Refusal by the CONTRACTOR to sign these records within two (2) working
days of presentation does not invalidate the accuracy of the record.
00700 04-2020 Page 29 General Conditions
11.6 Unit P ice Work:
11.6.1 Wher; the Contract Documents provide that all or part of the Work is to be unit price Work, initially the
Contract Amo nt will be deemed to include for all unit price work an amount equal to the sum of the established
unit price for e.:ch separately identified item of unit price work times the estimated quantity of each item as indicated
in the Bid. Th estimated quantities of items of unit price work are not guaranteed and are solely for the purpose
of comparison of Bids and determining an initial Contract Amount. Determinations of the actual quantities and
classifications of unit price work performed by the CONTRACTOR will be made by Owner's Representative.
Owner's Repr;sentative will review with the CONTRACTOR the preliminary determinations on such matters before
rendering a wr tten decision thereon (by recommendation of an Application for Payment or otherwise).
11.6.2 When "plan quantity" is indicated for a bid item, the CONTRACTOR shall be paid the amount specified in
the Contract Documents without any measurements.
11.6.3 Each nit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to
cover the CO TRACTOR's overhead and profit for each separately identified item.
11.6.4 A Maj r Item is any individual bid item in the Bid that has a total cost equal to or greater than five
percent (5%) f the original Contract Amount or $50,000, whichever is greater, computed on the basis of bid
quantities and Contract unit prices.
11.6.5 The WNER or the CONTRACTOR may make a Claim for an adjustment in the Contract Amount in
accordance wi h Article 11 if:
.1 th actual quantity of any Major Item should become as much as twenty percent (20%) more than or
enty percent(20%) less than in the Bid; or
.2 The CONTRACTOR presents proper documentation contesting the accuracy of"plan quantity," and
Owner's Representative verifies quantity and determines original quantity is in error by five percent
(5%)or more.
11.6.E Right t Verify Information: The CONTRACTOR agrees that any designated representative of the OWNER
shall have th right to examine the CONTRACTOR's records to verify the accuracy and appropriateness of the
pricing data sed to price change proposals. Even after a Change Order Proposal has been approved, the
CONTRACTOR agrees that if the OWNER later determines the cost and pricing data submitted was inaccurate,
incomplete, n t current or not in compliance with the terms of this Agreement regarding pricing of change orders,
then an appro riate contract price reduction will be made.
11.6.7 Pricin Information Requirements: The CONTRACTOR agrees to provide and require all subcontractors
to provide a b eakdown of allowable labor and labor burden cost information as outlined herein. This information
will be used t evaluate the potential cost of labor and labor burden related to change order work. It is intended
that this infor ation represent an accurate estimate of the CONTRACTOR's actual labor and labor burden cost
components. his information is not intended to establish fixed billing or change order pricing labor rates. However,
at the time chnge orders are priced the submitted cost data for labor rates may be used to price change order
work. The accuracy of any such agreed-upon labor cost components used to price change orders will be subject
to later audit. Approved change order amounts may be adjusted later to correct the impact of inaccurate labor cost
components if the agreed-upon labor cost components are determined to be inaccurate.
ARTICLE 12 CHANGE OF CONTRACT TIMES
12.1 Work ng Day and Calendar Day Contracts:
12.1.1 The ontract Times (or Milestones) shall only be changed by Change Order or Time Extension Request
duly executec by both the CONTRACTOR and Owner's Representative. Any claim for an adjustment of the
Contract Time (or Milestones)shall be made by Written Notice delivered by the party making the Claim to the other
00700 04-2020 Page 30 General Conditions
party promptly(but in no event later than thirty(30) calendar days)after the start of the occurrence or event giving
rise to the delay and stating the general nature of the delay. Notice of the extent of the delay with supporting data
shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall
represent that the adjustment claimed is the entire adjustment to which claimant is entitled as a result of said
occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in
the Contract Times (or Milestones) shall be determined as set out in Article 16. No Claim for an adjustment in the
Contract Times(or Milestones)will be valid if not submitted in accordance with the requirements of this paragraph.
12.1.2 When the CONTRACTOR is at fault and the OWNER stops the Work so that corrections in the Work can
be made by the CONTRACTOR, then no extension in time will be allowed.
12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times(or
Milestones) due to delay for which the CONTRACTOR is not responsible, an extension of the Contract Times (or
Milestones) in an amount equal to the time lost due to such delay will be considered by OWNER. Any extension of
the Contract Time shall be the CONTRACTOR's sole and exclusive remedy for such delay. However, adverse
weather shall not be considered justification for extension of Contract Times on Calendar Day contracts, except as
provided for in paragraph 12.2.
12.1.4 The OWNER will consider time extension requests and may grant the CONTRACTOR an extension of time
because of:
.1 Changes ordered in the Work which justify additional time.
.2 Failure of materials or products being at the Project site due to delays in transportation or failures of
Suppliers,for which the CONTRACTOR, a Subcontractor or a Supplier is not responsible. The request
for an extension of time shall be supported by a recitation of acts demonstrating that such delays were
beyond the control of the CONTRACTOR, a Subcontractor or a Supplier including but not limited to,
the CONTRACTOR'S, the Subcontractor's or the Supplier's efforts to overcome such delays
documented as follows:
a) Copy of purchase order for delayed item(s) indicating date ordered by the
CONTRACTOR/Subcontractor and date purchase order received by Supplier.
b) If item(s) require Shop Drawings or other submittal information in accordance with the Contract
Documents, provide record of date submittal(s) forwarded to Owner's Representative, date
submittal(s) returned to the CONTRACTOR, and date submittal(s)forwarded to Supplier.
c) Copy of document(s) from Supplier, on Supplier's letterhead, indicating date(s) item(s) would be
ready for shipment and/or actual shipment date(s).
d) Copies of all correspondence between the CONTRACTOR/Subcontractor and Supplier indicating
the CONTRACTOR/Subcontractor's efforts to expedite item(s).
e) If item(s) are being purchased by a Subcontractor, provision of meeting notes, correspondence,
and the like which reflect the CONTRACTOR'S efforts with the Subcontractor to expedite delivery
of the item(s).
.3 When acts of the OWNER, E/A, utility owners or other contractors employed by the OWNER delay
progress of work through no fault of the CONTRACTOR.
.4 When the CONTRACTOR is delayed by strikes, lockouts, fires, losses from natural causes, or other
unavoidable cause or causes beyond the CONTRACTOR's control.
12.2 Calendar Day Contracts:
00700 04-2020 Page 31 General Conditions
1
Under a Cale dar Day Contract,the CONTRACTOR may also be granted an extension of time because of unusual
inclement wea her that is beyond the normal weather expected for the Williamson and Travis Counties,Texas area.
Normal weathr which prevents the CONTRACTOR from performing Work is expected during a Calendar Day
Contract, and s not a justification for an extension of time. The following delineates the number of days per month
for which, for •urposes of Calendar Day Contracts, expected normal weather will prevent performance of Work:
Jnuary 7 days
F:bruary 7 days
M:rch......................... 7 days
Aril......................... 7 days
M:y............................... .8days
Jne................................................ 6 days
J ly................................. .6 days
Agust............................ 5 days
S:-ptember..................... 7 days
Otober.......... 7 days
N'vember...................... 7 days
D cember....................... 7 days
Days per mon ih exceeding the number shown above may be credited as Rain Days if a Claim is made in accordance
with paragrap 12.1.1 and meets the following definition: a"Rain Day" is any day in which a weather event occurs
at the site an. is sufficient to prevent the CONTRACTOR from performing units of Work critical to maintaining the
project sched Ile during the entire day.
ARTICLE 13 i TESTS AND INSPECTIONS; AND CORRECTION OR REMOVAL OF DEFECTIVE WORK
13.1 Notice of Defects:
Prompt notice of all defective Work of which the OWNER or E/A has actual knowledge will be given to the
CONTRACTOR. All defective Work may be rejected or corrected as provided for in Article 13.
13.2 Access to Work:
The OWNER, E/A, E/A's Consultants, other representatives and personnel of the OWNER, independent testing
laboratories ad governmental agencies having jurisdiction will have unrestricted physical access to the Work site
for observing, inspecting and testing. The CONTRACTOR shall provide them proper and safe conditions for such
access, and advise them of the CONTRACTOR'S site safety procedures and programs so that they may comply
therewith as applicable.
13.3 Tests and Inspections:
13.3.1 The ONTRACTOR shall give timely notice of readiness of the Work for all required inspections, tests or
approvals, an shall cooperate with inspection and testing personnel to facilitate required inspections or tests.
13.3.2 The WNER shall employ and pay for services of an independent testing laboratory to perform all
inspections,t sts or approvals required by the Contract Documents except:
.1 for inspections, tests or approvals covered by paragraph 13.3.3 below;
.2 four reinspecting or retesting defective Work; and
.3 a I otherwise specifically provided in the Contract Documents.
All testing laboratories shall be those selected by the OWNER.
00700 04!-2020 Page 32 General Conditions
13.3.3 If laws or regulations of any public body having jurisdiction require any Work(or part thereof)specifically to
be inspected, tested or approved by an employee or other representative of such public body,the CONTRACTOR
shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in
connection therewith and furnish Owner's Representative the required certificates of inspection or approval. The
CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any
inspections, tests or approvals required for the OWNER's and E/A's review of materials or equipment to be
incorporated in the Work, or of materials, mix designs or equipment submitted for review prior to the
CONTRACTOR'S purchase thereof for incorporation in the Work.
13.4 Uncovering Work:
13.4.1 If any Work (or the work of others) that is to be inspected, tested or approved is covered by the
CONTRACTOR without concurrence of Owner's Representative, or if any Work is covered contrary to the written
request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered and recovered
at the CONTRACTOR's expense.
13.4.2 If Owner's Representative considers it necessary or advisable that covered Work be observed, inspected
or tested, the CONTRACTOR shall uncover, expose or otherwise make available for observation, inspection or
testing that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found
that such Work is defective,the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising
out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory
replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and
the OWNER shall be entitled to an appropriate decrease in the Contract Amount, and may make a Claim therefor
as provided in Article 11. If, however, such Work is not found to be defective,the CONTRACTOR shall be allowed
an increase in the Contract Amount or an extension of the Contract Times (or Milestones), or both, directly
attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and
the CONTRACTOR may make a Claim therefor as provided in Article 11 and Article 12.
13.5 OWNER May Stop the Work:
13.5.1 If the Work is defective, or the CONTRACTOR fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the
Contract Documents, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however,this right of the OWNER to stop the Work shall not give rise to
any duty on the part of the OWNER to exercise this right for the benefit of the CONTRACTOR or any surety or other
party.
13.5.2 If the CONTRACTOR fails to correct defective Work or submit a satisfactory plan to take corrective action,
with procedure and time schedule, the OWNER may order the CONTRACTOR to stop the Work, or any portion
thereof, until cause for such order has been eliminated, or take any other action permitted by this Contract. A notice
to stop the Work, based on defects, shall not stop calendar or working days charged to the Project.
00700 04-2020 Page 33 General Conditions
13.6 Correction or Removal of Defective Work:
If required by the OWNER,the CONTRACTOR shall promptly,as directed,either correct all defective Work,whether
or not fabricated, installed or completed, or, if the Work has been rejected by Owner's Representative, remove it
from the site and replace it with Work that is not defective.The CONTRACTOR shall correct or remove and replace
defective Work, or submit a plan of action detailing how the deficiency will be corrected, within the time frame
identified in the notice of defective Work. The CONTRACTOR shall pay all claims, costs, losses and damages
caused by or resulting from such correction or removal(including but not limited to all costs of repair or replacement
of work of others), including but not limited to all consultant, engineering, expert and attorney's fees incurred by the
OWNER as a result of such defective work or as necessary for OWNER to investigate such defective Work and/or
to determine the appropriate means or methods to address or correct such defective Work. The OWNER shall
have the right, in OWNER's sole discretion, to have the E/A or other consultant specify the means and methods
that will be followed to correct or address any defective Work. If the OWNER specifies a means or method by which
the defective Work will be addressed or corrected, the CONTRACTOR shall perform the specified work necessary
to address or Correct the defective Work at CONTRACTOR's sole cost and expense.
13.7 Warranty period:
13.7.1 If, at any time after the date of Substantial Completion or such longer period of time as may be prescribed
by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or
by any specific provision of the Contract Documents, any Work is found to be defective, the CONTRACTOR shall
promptly,withøut cost to the OWNER and in accordance with the OWNER's written instructions:
(i) correct such defective Work, or, if it has been rejected by the OWNER, remove it from the site and
replace it with Work that is not defective, and
(ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting
therefrom.
If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where
delay would use serious risk of loss or damage, the OWNER may have the defective Work corrected or the
rejected Workremoved and replaced, and all claims, costs, losses and damages caused by or resulting from such
removal and replacement (including but not limited to all costs of repair or replacement of work of others and all
consultant, expert and attorney's fees incurred by OWNER)will be paid by the CONTRACTOR.
13.7.2 In special circumstances where a particular item of equipment is placed in continuous service before
Substantial Completion of all the Work, the warranty period for that item may start to run from an earlier date if so
provided in the Contract Documents and agreed to by OWNER.
13.8 OWNER May Correct Defective Work:
If the CONTRACTOR fails within a reasonable time after Written Notice of the OWNER to correct defective Work,
or to remove and replace rejected Work, or if the CONTRACTOR fails to perform the Work in accordance with the
Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents,
the OWNER may, after seven (7) calendar days' Written Notice to the CONTRACTOR, correct and remedy any
such deficiency. If, in the opinion of Owner's Representative, significant progress has not been made during this
seven(7)caleidar day period to correct the deficiency,the OWNER may exercise any actions necessary to remedy
the deficiency In exercising the rights and remedies under this paragraph,the OWNER shall proceed expeditiously.
In connection with such corrective and remedial action, the OWNER may exclude the CONTRACTOR from all or
part of the sit , take possession of all or part of the Work, and suspend the CONTRACTOR's services related
thereto, and incorporate in the Work all materials and equipment stored at the site or for which the OWNER has
paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the OWNER, its agents
and employees,the OWNER's other contractors,E/A and E/A's consultants access to the site to enable the OWNER
to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or
sustained by the OWNER in exercising such rights and remedies will be charged against the CONTRACTOR and
a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the
00700 04-2020 Page 34 General Conditions
Work. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement
of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective
Work and any and all consultant, expert and attorneys fees incurred by OWNER as a result of OWNER's correction
of defective WORK. The CONTRACTOR shall not be allowed an extension of the Contract Times(or Milestones),
or claims of damage because of any delay in the performance of the Work attributable to the exercise by the
OWNER of the OWNER's rights and remedies hereunder.
13.9 ACCEPTANCE OF DEFECTIVE WORK
If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it,
OWNER may do so. CONTRACTOR shall pay all claims, costs, losses, and damages attributable to OWNER's
evaluation of and determination to accept such defective Work, including but not limited to any expert, engineering
or other consultant's fees incurred by the OWNER to investigate such defective Work and/or to determine the
appropriate means or methods and work necessary to allow OWNER to accept the defective Work and
CONTRACTOR shall pay for all work required to be performed to allow OWNER to accept the defective Work and
any estimated costs, expenses and damages OWNER may sustain in the future as a result of accepting the
defective Work, including any diminution in value of the Project as a result of accepting the defective Work. If any
such acceptance occurs prior to final payment, the necessary revisions in the Contract Documents with respect to
the Work shall be incorporated in a Change Order. If the parties are unable to agree as to the decrease in the
Contract Price, then OWNER may impose a reasonable set-off against payments due under the Contract
Documents. If the acceptance of defective Work occurs after final payment, CONTRACTOR shall pay to OWNER
the above described costs, expenses and damages incurred by OWNER as a result of OWNER's acceptance of
defective Work.
ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION
14.1 Application for Progress Payment:
14.1.1 Not more than once per month, the CONTRACTOR shall submit to Owner's Representative for review an
Application for Payment, in a form acceptable to the OWNER,filled out and signed by the CONTRACTOR covering
the Work completed as of the date of the Application and accompanied by such supporting documentation as is
required by the Contract Documents or as required by OWNER.
14.1.2 Such applications shall not include requests for payment on account of changes in the Work which have
been properly authorized by Change Directives but not yet included in Change Orders.
14.1.3 Such applications shall not include requests for payment of amounts the CONTRACTOR does not intend
to pay to a Subcontractor or Supplier because of a dispute or other reason.
14.1.4 Owner will not pay for materials or equipment not incorporated in the Work but delivered and suitably
stored at the site or at another location. Payment will be made by Owner only for Work completed in accordance
with the Contract Documents.
14.1.5 Where the original Contract Amount is less than$400,000, the OWNER will pay to the CONTRACTOR the
total amount of approved Application for Payment, less ten percent(10%)of the amount thereof,which ten percent
(10%)will be retained until final payment, less all previous payments and less all sums that may be retained by the
OWNER under the terms of this Agreement. Where the original Contract Amount is$400,000 or more,the OWNER
will pay to the CONTRACTOR the total amount of approved Application for Payment, less five percent(5%)of the
amount thereof, which five percent(5%)will be retained until final payment, less all previous payments and less all
sums that may be retained by the OWNER under the terms of this Agreement. In either case, if the Work is near
completion and delay occurs due to no fault or neglect of the CONTRACTOR, the OWNER may pay a portion of
the retained amount to the CONTRACTOR. The CONTRACTOR, at the OWNER's option, may be relieved of the
obligation to complete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due
under the Contract subject to the conditions stated under paragraph 15.2.
00700 04-2020 Page 35 General Conditions
14.1.E Applictions for Payment shall include the following documentation:
.1 u'dated progress schedule;
.2 m•nthly subcontractor report; and
.3 a y other documentation required under the Supplemental General Conditions.
14.2 CON RACTOR's Warranty of Title:
The CONT CTOR warrants and guarantees that title to all Work, materials and equipment covered by any
Application fo Payment,whether incorporated in the Project or not,will pass to the OWNER not later than the time
of payment to he CONTRACTOR free and clear of all liens.
14.3 Revie of Applications for Progress Payment:
14.3.1 Owne 's Representative will, within seven (7) calendar days after receipt of each Application for Payment,
either indicate a recommendation for payment and forward the Application for processing by the OWNER,or return
the Applicatio to the CONTRACTOR indicating Owner's Representative's reasons for refusing to recommend
payment. In t e latter case,the CONTRACTOR may make the necessary corrections and resubmit the Application.
14.3.2 Owne 's Representative's recommendation of any payment requested in an Application for Payment will
constitute a re•resentation by Owner's Representative, based upon Owner's Representative's on-site observations
of the execu ed Work and on Owner's Representative's review of the Application for Payment and the
accompanyin. data and schedules,that to the best of Owner's Representative's knowledge, information and belief:
.1 th Work has progressed to the point indicated; and
.2 th- quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the
ork as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent
tets called for in the Contract Documents, to a final determination of quantities and classifications for
u it price Work, and to any other qualifications stated in the recommendation).
14.3.3 By re ommending any such payment, Owner's Representative will not thereby be deemed to have
represented t at:
.1 in pections have been made to check the quality or the quantity of the Work or that the Work has been
p=rformed in accordance with the Contract Documents;
.2 e amination has been made to ascertain how or for what purpose the CONTRACTOR has used money
p eviously paid on account of the Contract Amount;
.3 th CONTRACTOR's construction means, methods, techniques, sequences or procedures have been
r iewed; or
.4 tht there may not be other matters or issues between the parties that might entitle the CONTRACTOR
to be paid additionally by the OWNER or entitle the OWNER to withhold payment to the
C O NTRACTOR.
14.4 Decisions to Withhold Payment:
14.4.1 The IWNER may withhold or nullify the whole or part of any payment to such extent as may be necessary
on account of:
.1 •efective Work not remedied;
00700 0 -2020 Page 36 General Conditions
.2 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract
Amount;
.3 damage to the OWNER or another contractor;
.4 reasonable evidence that the Work will not be completed within the Contract Time,and that the unpaid
balance would not be adequate to cover actual or liquidated damages for the anticipated delay;
.5 failure of the CONTRACTOR to submit a schedule of values in accordance with the Contract
Documents;
.6 failure of the CONTRACTOR to submit a submittal schedule in accordance with the Contract
Documents;
.7 failure of the CONTRACTOR to submit or update construction schedules in accordance with the
Contract Documents;
.8 failure of the CONTRACTOR to maintain a record of changes on drawings and documents;
.9 failure of the CONTRACTOR to maintain weekly payroll reports;
.10 failure of the CONTRACTOR to submit monthly subcontractor reports;
.11 the CONTRACTOR's neglect or unsatisfactory prosecution of the Work, including failure to clean up;
or
.12 failure of the CONTRACTOR to comply with any provision of the Contract Documents.
.13 OWNER's disagreement with the recommendation of the Owner's Representative, provided the
OWNER has provided a Written Notice to the CONTRACTOR specifying the reasons why OWNER
does not agree with such recommendation.
14.4.2 When the above reasons for withholding payment are removed, the CONTRACTOR shall resubmit a
statement for the value of Work performed. Payment will be made within thirty (30) calendar days of receipt of
approved Application for Payment.
14.5 Delayed Payments:
Should the OWNER fail to make payment to the CONTRACTOR of a sum named in any Application for Payment
with which OWNER agrees and has approved for payment within thirty (30) calendar days after the day on which
the OWNER received the mutually acceptable Application for Payment, then the OWNER will pay to the
CONTRACTOR, in addition to the sum shown as due by such Application for Payment, interest thereon at the rate
of one percent (1%) per month from date due until fully paid, which shall fully liquidate any injury to the
CONTRACTOR growing out of such delay in payment.
14.6 Arrears:
No money shall be paid by the OWNER upon any claim, debt, demand or account whatsoever, to any person, firm
or corporation who is in arrears to the OWNER;and the OWNER shall be entitled to counterclaim and offset against
any such debt, claim, demand or account so in arrears and no assignment or transfer of such debt, claim,demand
or account, shall affect the right of the OWNER to so offset said amounts, and associated penalties and interest if
applicable, against the same.
00700 04-2020 Page 37 General Conditions
14.7 Substntial Completion:
14.7.1 If a C-rtificate of Occupancy is required by public authorities having jurisdiction over the Work, said
certificate sha I be issued before the Work or any portion thereof is considered substantially complete. When the
CONTRALTO considers that the Work, or a portion thereof which the OWNER agrees to accept separately, is
substantially c•mplete,the CONTRACTOR shall notify Owner's Representative and request a determination as to
whether the ork or designated portion thereof is substantially complete. If Owner's Representative does not
consider the ork substantially complete, Owner's Representative will notify the CONTRACTOR giving reasons
therefor. Fail re on the OWNER's part to list a reason does not alter the responsibility of the CONTRACTOR to
complete all ork in accordance with the Contract Documents. After satisfactorily completing items identified by
Owner's Repr-sentative, the CONTRACTOR shall then submit another request for Owner's Representative to
determine substantial completion. If Owner's Representative considers the Work substantially complete, Owner's
Representativ will prepare and deliver a certificate of Substantial Completion which shall establish the date of
Substantial Completion, shall include a punch list of items to be completed or corrected before final payment, shall
establish the tme within which the CONTRACTOR shall finish the punch list, and shall establish responsibilities of
the OWNER -end the CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, warranty and
insurance. Filure to include an item on the punch list does not alter the responsibility of the CONTRACTOR to
complete all ork in accordance with the Contract Documents. The certificate of Substantial Completion shall be
signed by the •WNER and the CONTRACTOR to evidence acceptance of the responsibilities assigned to them in
such certificat .
14.7.2 The O NER shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial
Completion, b t the OWNER will allow the CONTRACTOR reasonable access to complete or correct items on the
punch list.
14.8 Partial Utilization:
The OWNER, at the OWNER's sole option, shall have the right to take possession of and use any completed or
partially completed portion of the Work regardless of the time for completing the entire Work. The OWNER's
exercise of such use and possession shall not be construed to mean that the OWNER acknowledges that any part
of the Work so possessed and used is substantially complete or that it is accepted by OWNER, and the OWNER's
exercise of such use and possession shall not relieve the CONTRACTOR of its responsibility to complete all Work
in accordance with the Contract Documents.
14.9 Final Inspection:
Upon Written Notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete,Owner's
Representative will make a final inspection with the CONTRACTOR and provide Written Notice of all particulars in
which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall immediately take
such measures as are necessary to complete such Work or remedy such deficiencies.
14.10 Final Application for Payment:
The CONTRACTOR may make application for final payment following the procedure for progress payments after
the CONTRACTOR has completed all such corrections to the satisfaction of Owner's Representative and delivered
the following documents:
.1 Three (3) complete operating and maintenance manuals, each containing maintenance and operating
instructions, schedules, guarantees, and other documentation required by the Contract Documents;
.2 Record documents(as provided in paragraph 6.10);
.3 Consent of surety, if any, to final payment. If surety is not provided, complete and legally effective
releases or waivers (satisfactory to the OWNER) of all claims arising out of or filed in connection with
the Work;
00700 04-2020 Page 38 General Conditions
.4 Certificate evidencing that insurance required by the Supplemental General Conditions will remain in
force after final payment and through any warranty period;
.5 Non-Use of Asbestos Affidavit(After Construction); and
.6 Any other documentation called for in the Contract Documents.
14.11 Final Payment and Acceptance:
14.11.1 If, on the basis of observation of the Work during construction, final inspection, and review of the final
Application for Payment and accompanying documentation as required by the Contract Documents, Owner's
Representative is satisfied that the Work has been completed and the CONTRACTOR's other obligations under the
Contract Documents have been fulfilled, Owner's Representative will recommend the final Application for Payment
and thereby notify the OWNER. If the OWNER agrees with the recommendation of the Owner's Representative,
the OWNER will pay to the CONTRACTOR the balance due the CONTRACTOR under the terms of the Contract.
14.11.2 As Contract Time is measured to Final Completion, Owner's Representative will issue a letter of final
acceptance to the CONTRACTOR which establishes the Final Completion date and initiates any warranty period.
14.11.3 Final payment is considered to have taken place when the CONTRACTOR or any of its representatives
negotiates the OWNER's final payment check, whether labeled final or not, for cash or deposits check in any
financial institution for its monetary return.
14.12 Waiver of Claims:
The making and acceptance of final payment will constitute:
.1 a waiver of claims by the OWNER against the CONTRACTOR, except claims arising from unsettled
claims, from defective Work appearing after final inspection, from failure to comply with the Contract
Documents or the terms of any warranty specified therein, or from the CONTRACTOR's continuing
obligations under the Contract Documents; and
.2 a waiver of all claims by the CONTRACTOR against the OWNER other than those previously made in
writing and still unsettled.
ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION
15.1 OWNER May Suspend Work Without Cause and for Convenience:
At any time and without cause and for convenience, the OWNER may suspend the Work or any portion thereof for
a period of not more than ninety(90)calendar days by written agreement or by Written Notice to the CONTRACTOR
which will fix the date on which the Work will be resumed. The CONTRACTOR shall resume the Work on the date
so fixed. The CONTRACTOR may be allowed an adjustment in the Contract Amount or an extension of the Contract
Times,or both,directly attributable to any such suspension if the CONTRACTOR makes an approved Claim therefor
as provided in Article 11 and Article 12.
15.2 OWNER May Terminate Without Cause:
Upon seven (7)calendar days'Written Notice to the CONTRACTOR,the OWNER may,without cause and without
prejudice to any right or remedy of the OWNER, elect to terminate the Agreement. In such case, the
CONTRACTOR shall be paid (without duplication of any items):
.1 for completed and acceptable Work executed in accordance with the Contract Documents prior to the
effective date of termination;
00700 04-2020 Page 39 General Conditions
.2 fo all claims incurred in settlement of terminated contracts with Suppliers, Subcontractors, and others.
T e CONTRACTOR agrees to negotiate in good faith with Subcontractors, Suppliers and others to
mi igate the OWNER's cost CONTRACTOR shall include in any subcontract or purchase order
la guage that provides that if the Agreement is terminated without cause, the Subcontractor and
S ppliers will only be paid for work performed or materials and equipment supplied and shall not have
a 'y other claims against CONTRACTOR or OWNER;
CONTRALTO shall not be paid for any profit or overhead for Work not completed.
15.3 OWN R May Terminate With Cause:
15.3.1 Upon he occurrence of any one or more of the following events:
.1 if+. e CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents;
.2 if she CONTRACTOR disregards laws or regulations of any public body having jurisdiction;
.3 if she CONTRACTOR disregards the authority of Owner's Representative;
.4 if she CONTRACTOR makes fraudulent statements;
.5 if he CONTRACTOR fails to maintain a work force adequate to accomplish the Work within the
C ntract Time;
.6 if he CONTRACTOR fails to make adequate progress and endangers successful completion of the
Crnntract; or
.7 if he CONTRACTOR otherwise violates any provisions of the Contract Documents;
The OWNER ay, after giving the CONTRACTOR(and the surety, if any)seven (7)calendar days'Written Notice
terminate the ervices of the CONTRACTOR. The OWNER, at its option, may proceed with negotiation with surety
for completion of the Work. Alternatively,the OWNER may under these circumstances exclude the CONTRACTOR
from the site :nd take possession of the Work (without liability to the CONTRACTOR for trespass or conversion),
incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the
CONTRACTOR but which are stored elsewhere, and finish the Work as the OWNER may deem expedient. In such
case the CON RACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid
balance of th Contract Amount exceeds all claims, costs, losses and damages sustained by the OWNER arising
out of or resul ping from completing the Work, such excess will be paid to the CONTRACTOR. If such claims,costs,
losses and dmage exceed such unpaid balance, the CONTRACTOR or surety shall pay the difference to the
OWNER.
15.3.2 Wher the CONTRACTOR's services have been so terminated by the OWNER, the termination will not
affect any rig ts or remedies of the OWNER against the CONTRACTOR and surety then existing or which may
thereafter acc ue. Any retention or payment of amounts due the CONTRACTOR by the OWNER will not release
the CONTRAS TOR from liability. In the event the OWNER terminates the Contract with cause, the OWNER may
reject any and all bids submitted by the CONTRACTOR for up to three(3)years.
00700 0 -2020 Page 40 General Conditions
15.4 CONTRACTOR May Stop Work or Terminate:
If through no act or fault of the CONTRACTOR,the Work is suspended for a period of more than ninety(90)calendar
days by the OWNER or under an order of court or other public authority, or (except during disputes) Owner's
Representative fails to forward for processing any mutually acceptable Application for Payment within thirty (30)
calendar days after it is submitted, or(except during disputes)the OWNER fails for sixty(60)calendar days after it
is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, then the
CONTRACTOR may, upon seven(7)calendar days'Written Notice to the OWNER,and provided the OWNER does
not remedy such suspension or failure within that time, terminate the Agreement and recover from the OWNER
payment on the same terms as provided in paragraph 15.2. In lieu of terminating the Agreement and without
prejudice to any other right or remedy, if(except during disputes)Owner's Representative has failed to forward for
processing any mutually acceptable Application for Payment within thirty(30)calendar days after it is submitted, or
(except during disputes) the OWNER has failed for sixty (60) calendar days after it is submitted to pay the
CONTRACTOR any sum finally determined by the OWNER to be due, the CONTRACTOR may upon seven (7)
calendar days' Written Notice to the OWNER stop the Work until payment of all such amounts due the
CONTRACTOR, including interest thereon. The provisions of this paragraph 15.4 are not intended to preclude the
CONTRACTOR from making a Claim under Article 11 and Article 12 for an increase in Contract Amount or Contract
Times or otherwise for expenses or damage directly attributable to the CONTRACTOR's stopping Work as permitted
by this paragraph.
ARTICLE 16-DISPUTE RESOLUTION
16.1 Filing of Claims:
16.1.1 Claims arising from the circumstances identified in paragraphs 3.2, 4.1, 4.2.2, 4.2.4, 6.4.2, 6.11.5.2, 6.17,
7.5, 8.6, 9.5, 10.4.2, 13.8, 15.1, 15.2, 15.3,or 15.4,or other occurrences or events,shall be made by Written Notice
delivered by the party making the Claim to the other party within thirty (30) calendar days after the start of the
occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of
the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is
delivered by claimant and shall represent that the adjustment claimed covers all known amounts to which claimant
is entitled.
16.1.2 Within thirty(30)calendar days of receipt of notice of the amount of the Claim with supporting data,Owner's
Representative and the CONTRACTOR shall meet to discuss the Claim, after which an offer of settlement or
notification of no settlement offer will be made to claimant. If claimant is not satisfied with the proposal presented,
claimant shall have thirty(30)calendar days in which to:
.1 submit additional supporting data requested by the other party;
.2 modify the initial Claim; or
.3 request Alternative Dispute Resolution.
16.2 Alternative Dispute Resolution:
16.2.1 If a dispute exists concerning a Claim, the parties agree to use the following procedure prior to pursuing
any other available remedies. The OWNER reserves the right to include E/A as a party.
16.2.2 Negotiating with Previously Uninvolved Personnel: Either party may make a written request for a meeting
to be held between representatives of each party within fourteen (14) calendar days of the request or such later
period that the parties may agree to. Each party shall endeavor to include, at a minimum, one (1) previously
uninvolved senior level decision maker empowered to negotiate on behalf of their organization. The purpose of this
and subsequent meetings will be good faith negotiations of the matters constituting the dispute. Negotiations shall
be concluded within thirty(30)calendar days of the first meeting, unless mutually agreed otherwise. This step may
00700 04-2020 Page 41 General Conditions
be waived by written agreement of both parties, in which event the parties may proceed directly to mediation as
described below.
16.2.3 Mediation:
16.2.3.1 If he procedure described in paragraph 16.2.2 proves unsuccessful or is waived pursuant to its terms,
the parties sh II initiate the mediation process. The parties agree to select within thirty(30) calendar days one (1)
mediator train d in mediation skills, to assist with resolution of the dispute. The OWNER and the CONTRACTOR
agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated
to act as medi tor. Nothing in this agreement prevents the parties from relying on the skills of a person who also
is trained in th subject matter of the dispute and/or a contract interpretation expert.
16.2.3.2 Mediation is a forum in which an impartial person, the mediator, facilitates communication between
parties to promote reconciliation, settlement, or understanding among them. The parties hereby agree that
mediation, at a minimum, shall provide for 1)conducting an on-site investigation, if appropriate, by the mediator for
fact-gathering purposes, 2) a meeting of all parties for the exchange of points of view and 3) separate meetings
between the mediator and each party to the dispute for the formulation of resolution alternatives. The parties agree
to participate in mediation in good faith for up to thirty(30)calendar days from the date of the first mediation session,
unless mutually agreed otherwise. Should the parties fail to reach a resolution of the dispute through mediation,
then each party is released to pursue other remedies available to them.
ARTICLE 17-RIGHT TO AUDIT
17.1 Right to Audit:
Whenever th OWNER enters into any type of contractual arrangement with the CONTRACTOR, then the
CONTRACTOR's "records" shall upon reasonable notice be open to inspection and subject to audit and/or
reproduction uring normal business working hours. The OWNER's representative, or an outside representative
engaged by t e OWNER, may perform such audits. The CONTRACTOR shall maintain all records relating to this
Agreement fo four (4) years from the date of final payment under this Agreement, or until pending litigation has
been completely and fully resolved, whichever occurs later.
17.1.1 The OWNER shall have the exclusive right to examine the records of the CONTRACTOR. The term
"records"as r;ferred to herein shall include any and all information, materials and data of every kind and character,
including with a ut limitation records, books, papers, documents, contracts, schedules,commitments, arrangements,
notes, daily d aries, reports, drawings, receipts, vouchers and memoranda, and any and all other agreements,
sources of inf'rmation and matters that may, in the OWNER's judgment, have any bearing on or pertain to any
matters, right, duties or obligations under or covered by any contract document. Such records shall include(hard
copy, as well .:s computer-readable data if it can be made available), written policies and procedures, time sheets,
payroll regist;rs, cancelled checks, personnel file data, correspondence, general ledger entries, and any other
record in the ONTRACTOR's possession which may have a bearing on matters of interest to the OWNER in
connection wi ih the CONTRACTOR's dealings with the OWNER(all of the foregoing are hereinafter referred to as
"records"). In :ddition,the CONTRACTOR shall permit interviews of employees as well as agents, representatives,
vendors, sub'ontractors and other third parties paid by the CONTRACTOR to the extent necessary to adequately
permit evalua pion and verification of the following:
a) T e CONTRACTOR's compliance with contract requirements;
b) T e CONTRACTOR's compliance with the OWNER'S business ethics policies; and
c) If necessary, the extent of the Work performed by the CONTRACTOR at the time of contract
trmination.
17.1.2 The C 0 NTRACTOR shall require all payees(examples of payees include subcontractors, insurance agents,
material supp iers, etc.) to comply with the provisions of this Article 17 by securing the requirements hereof in a
00700 0 i-2020 Page 42 General Conditions
written agreement between the CONTRACTOR and payee. Such requirements include a flow-down right of audit
provision in contracts with payees that also apply to subcontractors and sub-subcontractors, material suppliers,etc.
The CONTRACTOR shall cooperate fully and shall require Related Parties and all of the CONTRACTOR's
subcontractors to cooperate fully in furnishing or in making available to the OWNER from time to time whenever
requested, in an expeditious manner, any and all such information, materials, and data.
17.1.3 The OWNER's authorized representative or designee shall have reasonable access to the CONTRACTOR's
facilities, shall be allowed to interview all current or former employees to discuss matters pertinent to the
performance of this Agreement, and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with this Article 17.
17.1.4 If an audit inspection or examination in accordance with this Article 17 discloses overpricing or overcharges
of any nature by the CONTRACTOR to the OWNER in excess of one-half of one percent(.5%)of the total contract
billings, then the reasonable actual cost of the OWNER's audit shall be reimbursed to the OWNER by the
CONTRACTOR. Any adjustments and/or payments,which must be made as a result of any such audit or inspection
of the CONTRACTOR'S invoices and/or records, shall be made within a reasonable amount of time(not to exceed
90 days)from presentation of the OWNER's findings to the CONTRACTOR.
17.1.5 The CONTRACTOR shall take reasonable actions to prevent any actions or conditions which could result
in a conflict with the OWNER's best interests. These obligations shall apply to the activities of the CONTRACTOR's
employees, agents, subcontractors, etc. in their dealings and relations with the OWNER's current and former
employees and their relatives. For example,the CONTRACTOR's employees,agents or subcontractors should not
make or provide to be made any employment, gifts, extravagant entertainment, payments, loans or other
considerations to the OWNER's representatives, employees or their relatives.
17.1.E It is also understood and agreed by the CONTRACTOR that any solicitation of gifts or any other item of
value by anyone representing the OWNER is to be reported within two (2) business working days to the OWNER
at the following telephone number: 512-218-5401. Failure to report any such solicitations or offers shall be deemed
a material breach of contract entitling the OWNER to pursue damages resulting from the failure to comply with this
provision.
ARTICLE 18-MISCELLANEOUS
18.1 Venue:
In the event of any suit at law or in equity involving the Contract, venue shall be in Williamson County, Texas and
the laws of the state of Texas shall apply to Contract interpretation and enforcement.
18.2 Extent of Agreement:
This Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR and
supersedes all prior negotiations, representations or agreements, either written or oral.
18.3 Cumulative Remedies:
The rights and remedies available to the parties are not to be construed in any way as a limitation of any rights and
remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special
warranty or guarantees or by other provisions of the Contract Documents, and the provisions of this paragraph will
be as effective as if repeated specifically in the Contract Documents in connection with each particular duty,
obligation, right and remedy to which they apply.
00700 04-2020 Page 43 General Conditions
18.4 Sever bility:
If any word, p rase, clause, sentence or provision of the Contract, or the application of same to any person or set
of circumstanc-s is for any reason held to be unconstitutional, invalid or unenforceable,that finding shall only effect
such word, ph ase, clause, sentence or provision, and such finding shall not effect the remaining portions of this
Contract; this •eing the intent of the parties in entering into the Contract; and all provisions of the Contract are
declared to be severable for this purpose.
18.5 Indep-ndent Contractor
The Contract hall not be construed as creating an employer/employee relationship,a partnership,or a joint venture.
The CONTRA TOR's services shall be those of an independent contractor. The CONTRACTOR agrees and
understands t at the Contract does not grant any rights or privileges established for employees of the OWNER.
18.6 Prohi.ition of Gratuities
The OWNER ay, by Written Notice to the CONTRACTOR,terminate the Contract without liability if is determined
by the OWNE that gratuities were offered or given by the CONTRACTOR or any agent or representative of the
CONTRALTO' to any officer or employee of the OWNER with a view toward securing the Contract or securing
favorable trea tment with respect to the awarding or amending or the making of any determinations with respect to
the performin• of such Contract. In the event the Contract is terminated by the OWNER pursuant to this provision,
the OWNER s all be entitled, in addition to any other rights and remedies,to recover or withhold the amount of the
cost incurred ty the CONTRACTOR in providing such gratuities.
18.7 Prohi•ition Against Personal Interest in Contracts
No officer,em loyee, independent consultant,or elected official of the OWNER who is involved in the development,
evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct
or indirect, in the Contract resulting from that solicitation. Any violation of this provision, with the knowledge,
expressed or i plied, of the CONTRACTOR shall render the Contract voidable by the OWNER.
End of Gene =I Conditions
00700 04-2020 Page 44 General Conditions
00800 SUPPLEMENTAL GENERAL CONDITIONS
City of Round Rock Contract Forms
Supplemental General Conditions Section 00800
SUPPLEMENTAL GENERAL CONDITIONS TO
AGREEMENT FOR CONSTRUCTION SERVICES
The Supplemental General Conditions contained herein shall amend or supplement the General
Conditions, Section 00700.
ARTICLE 1 -DEFINITIONS
1.16 Engineer/Architect(EtA):
Add the following:
Name(Representative): Jesse Penn,PE
Firm: CAS Consulting&Services,Inc.
Address: 7908 Cameron Road
City, State,Zip: Austin,Texas 78754
Telephone: (512)836-2388
Facsimile: n/a
Email:
1.27 Owner's Representative:
Add the following:
Name: Juan Martinez Title: Engineer-Associate
Address: 3400 Sunrise Road
City, State, Zip: Round Rock,Texas 78665
Telephone: (512)341-3332
Facsimile: n/a
Email: jmartinez@roundrocktexas.gov
ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES
6.18 Liquidated Damages
Add the following:
1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF
five hundred AND NO/100
DOLLARS $500.00 PER DAY FOR EACH DAY BEYOND THE DATE
ESTABLISHED THEREFOR THAT THE CONTRACTOR FAILS TO ACHIEVE
SUBSTANTIAL COMPLETION, AND FOR WHICH OWNER IS UNABLE TO UTILIZE
THE IMPROVEMENTS AND FACILITIES DUE TO THE FAILURE OF CONTRACTOR
TO HAVE ACHIEVED SUBSTANTIAL COMPLETION IN ACCORDANCE WITH THE
CONTRACT.
END OF SUPPLEMENTAL GENERAL CONDITIONS
Page 1
00800 10-2015 Supplemental General Conditions
00090669
00900 SPECIAL CONDITIONS
SECTION 01-INFORMATION
01-01 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
The Agreement will be prepared in not less than two (2) (original signed) sets. The
OWNER will furnish to the CONTRACTOR one (1) copy of conforming Contract
Documents and Specifications unless otherwise requested.
01-02 GOVERNING CODES
All construction as provided for under the Contract Documents shall be governed by
any existing Resolutions, Codes and Ordinances, and any subsequent amendments or
revisions thereto as set forth by the OWNER.
01-03 LOCATION
The location of work shall be as set forth in the Notice to Bidders and as indicated in
the Contract Documents.
01-04 USAGE OF WATER
All water used during construction shall be provided by the OWNER and shall be
metered. The OWNER shall specify the location from which the CONTRACTOR is
to procure water. The CONTRACTOR shall be responsible for obtaining a bulk water
permit from the OWNER and providing all apparatus necessary for procuring,storing,
transporting and using water during construction. The CONTRACTOR shall strive to
use no more water than reasonable to perform the work associated with this Contract
and shall avoid waste.The CONTRACTOR will be required to pay for all water used
if it is found that waste is occurring during construction.
SECTION 02-SPECIAL CONSIDERATIONS
02-01 CROSSING UTILITIES
Prior to commencing the Work associated with this Contract, it shall be the
CONTRACTOR's responsibility to make arrangements with the owners of utility
companies to uncover their particular utility lines or otherwise confirm their location.
Certain utility companies perform such services at their own expense,however,where
such is not the case,the CONTRACTOR will cause such work to be done at his own
expense.
02-02 UTILITY SERVICES FOR CONSTRUCTION
The CONTRACTOR will be responsible for providing its own utility services while
performing the Work associated with this Contract. Provision of said utility services
shall be subsidiary to the various bid items and no additional payment will be made for
this item.
OO9OO4-2O2O Page 1 Special Conditions
00443643
02-03 WAGE RATES
Wage Rates(Information From Chapter 2258,Texas Government Code Title 10)
2288.021.Duty of Government Entity to Pay Prevailing Wage Rates
a. The State or any political subdivision of the State shall pay a worker employed
by it or on behalf of it:
(1) not less than the general prevailing rate of per diem wages for work of
a similar character in the locality in which the work is performed; and
(2) not less than the general prevailing rate of per diem wages for legal
holiday and overtime work.
b. Subsection(a)does not apply to maintenance work.
c. A worker is employed on a public work for the purposes of this section if a
Contractor or Subcontractor in the execution of a contract for the public work
with the State,a political subdivision of the State or any officer or public body
of the State or a political subdivision of the State, employs the worker.
2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor;
Penalty
a. The contractor who is awarded a contract by a public body,or a Subcontractor
of the Contractor, shall pay not less than the rates determined under Section
2258.022 to a worker employed by it in the execution of the contract.
b. A Contractor or Subcontractor who violates this section shall pay to the state
or a political subdivision of the state on whose behalf the contract is made, $60
for each worker employed for each calendar day or part of the day that the
worker is paid less than the wage rates stipulated in the contract.A public body
awarding a contract shall specify this penalty in the contract.
c. A contractor or subcontractor does not violate this section if a public body
awarding a contract does not determine the prevailing wage rates, and specify
the rates in the contract as provided by Section 2258.022.
d. The public body shall use any money collected under this section to offset the
costs incurred in the administration of this chapter.
e. A municipality is entitled to collect a penalty under this section only if the
municipality has a population of more than 10,000.
00900-4-2020 Page 2 Special Conditions
00443643
2258.051. Duty of Public Body to Hear Complaints and Withhold Payment
A public body awarding a contract, and an agent or officer of the public body, shall:
1. take cognizance of complaints of all violations of this chapter committed in the
execution of the contract; and
2. withhold money forfeited or required to be withheld under this Chapter from
the payments to the Contractor under the contract, except that the public body
may not withhold money from other than the final payment without
determination by the public body that there is good cause to believe that the
Contractor has violated this chapter.
Applicable wage rates to be used in Williamson and/or Travis County may be
obtained from the U.S. Department of Labor website at the following web
addresses:
Construction Types: Heavy (Sewer/Water Treating Plant and
Sewer/Incidental to Highway)
http://www.wdol.gov/wdol/scafles/davisbacon/TX33.dvb?v=0
Construction Types: Heavy and Highway
http://www.wdol.gov/wdol/scafiles/davisbacon/TX 1 6.dvb?v=0
Construction Type: Building
http://www.wdol.gov/wdol/scafles/davisbacon/TX76.dvb?v=I
02-04 LIMIT OF FINANCIAL RESOURCES
The OWNER has a limited amount of financial resources committed to this Project;
therefore, it shall be understood by all bidders that the OWNER may be required to
change and/or delete any items which it may feel is necessary to accomplish all or part
of the scope of work within its limit of financial resources. CONTRACTOR shall be
entitled to no claim for damages or anticipated profits on any portion of work that may
be omitted. At any time during the duration of this contract, the OWNER reserves the
right to omit any work from this contract. Unit prices for all items previously approved
in this contract shall be used to delete or add work per change order.
02-05 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the CONTRACTOR to complete all work included in this
Contract, so authorized by the OWNER, as described in the contract documents and
technical specifications. All items of work not specifically paid for in the bid proposal
shall be included in the unit price bids. Any question arising as to the limits of work
shall be left up to the interpretation of the E/A.
00900-4-2020 Page 3 Special Conditions
00443643
02-06 LAND FOR WORK
OWNER provides, as indicated on Drawings, land upon which work is to be done,
right-of-way for access to same and such other lands that are designated for the use of
the 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.
02-07 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on the Drawings, present obstructions to
grade and alignment of proposed improvements immediately notify engineer, who
without delay, will determine if existing utilities are to be relocated, or grade and
alignment of proposed improvements changed. Where necessary to move existing
utilities and appurtenances as determined by the E/A, the E/A and CONTRACTOR
will make relocation arrangements with the utility owner. The OWNER will not be
liable for delay costs or damages due to relocations of utilities which hinder progress
of the work.
02-08 CONSTRUCTION STAKING
All construction staking required to complete the work associated with this contract
shall be provided by the CONTRACTOR. The CONTRACTOR shall be responsible
for determining the layout and extent of staking necessary to construct the
improvements to the lines and grades shown in the Drawings and such staking shall be
satisfactory to the E/A. The CONTRACTOR shall consult with the E/A and Owners
Representative in the field for assistance as necessary. Sufficient staking materials and
equipment shall be provided by the CONTRACTOR including but not limited to:paint,
flagging,laths,hubs,blue tops,nails,hammers,measuring chains or tapes,transits and
levels. The CONTRACTOR shall be responsible for setting and marking control and
off-set points for measuring distances and angles,for shooting levels,and for any other
items pertaining to construction staking. This item shall not be paid for separately and
shall be considered subsidiary to other bid items.
00900-4-2020 Page 4 Special Conditions
00443643
SECTION 03-ACCESS AND TRAFFIC CONTROL
Access shall be provided for the public and emergency vehicles at all possible times.
When it becomes necessary to restrict access, the CONTRACTOR shall notify the
OWNER and coordinate with the OWNER, all applicable agencies (i.e. Fire
Department,E.M.S.,Public Works,etc.),residents,and affected parties.If emergency
access is required during the work and such access is being hindered by the work,the
CONTRACTOR will suspend the work if necessary,and otherwise endeavor to assist
emergency personnel in accessing a location restricted by the work. Unless otherwise
approved by the E/A, at the end of each day all lanes of traffic shall be opened to the
public. The CONTRACTOR shall ensure compliance at all times with the accepted
Traffic Control Plan for the project and shall be responsible for all maintenance,
signing and safety precautions necessary for traffic control. These items shall be
included in the bid item Traffic Control.
00900-4-2020 Page 5 Special Conditions
00443643
01000 TECHNICAL SPECIFICATIONS
ITEM 1 GENERAL DESCRIPTION
1.01 SCOPE OF WORK
The Work covered by these Specifications consists of furnishing all labor, equipment,
appliances, materials and performing all operations in connection with the inspection
and testing, complete in accordance with the Plans, and subject to the terms and
conditions of the Contract Documents.
1.02 GOVERNING TECHNICAL SPECIFICATIONS
STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS
The Round Rock Standard Specification Criteria Manual is hereby referred to and
included in this contract as fully and to the same extent as if copied at length herein,
and shall be applied to this project unless modified elsewhere as discussed below. The
aforementioned Criteria Manual is the"Standard Specifications" section of the City of
Round Rock Design and Construction Standards. The Standard Specifications may be
accessed from the City of Round Rock website (www.roundrocktexas.gov) at the
following web address: www.roundrocktexas.gov/dacs.
Any adjustments,alterations,or additional information regarding Governing Technical
Specifications are contained in the Plans (Drawings), Details and Notes described in
Section 02000 of the Project Manual or are included in Attachment A at the end of this
Technical Specifications Section.
ITEM 2 CONTROL OF WORK
2.01 CLEAN-UP
2.01.1 CONSTRUCTION SITE
During construction, the CONTRACTOR shall keep the site free and clean from all
rubbish and debris and shall clean-up the site promptly when notified to do so by the
E/A.
The CONTRACTOR shall,at its own expense,maintain the streets and roads free from
dust, mud, excess earth or debris which constitutes a nuisance or danger to the public
using the thoroughfare, or the occupants of adjacent properties.
Care shall be taken to prevent spillage on streets and roads over which hauling is done,
and any such spillage or debris deposited on streets, due to the CONTRACTOR's
operations, shall be immediately removed.
Page 1
01000-4-2020 Technical Specifications
00443645
2.01.2 BACKWORK
The CONTRACTOR shall coordinate his operations in such a manner as to prevent the
amount of clean-up and completion of back works from becoming excessive. Should
such a condition exist,the E/A may order all or portions of the work to cease and refuse
to allow any work to commence until the back work is done to the E/A's satisfaction.
2.02 GRADING
The CONTRACTOR shall do such grading in and adjacent to the construction area
associated with this contract as may be necessary to leave such areas in a neat and
satisfactory condition approved by the E/A.
ITEM 3 EXAMINATION AND REVIEW
3.01 EXAMINATION OF WORK
The work covered under this Contract shall be examined and reviewed by the E/A,
representatives of all governmental entities which have jurisdiction, and the Owner's
Representative. The quality of material and the quality of installation of the
improvements shall be to the satisfaction of the E/A. It shall be the CONTRACTOR's
responsibility for the construction methods and safety precautions in the undertaking
of this Contract.
3.02 NOTIFICATION
The E/A and the OWNER must be notified a minimum of 24-hours in advance of
beginning construction,testing,or requiring presence of the E/A,Owner's or Owner's
Representative.
3.03 CONSTRUCTION STAKING
The E/A shall furnish the CONTRACTOR reference points and benchmarks that, in
the E/A's opinion, provide sufficient information for the CONTRACTOR to perform
construction staking.
3.04 PROTECTION OF STAKES.MARKS.ETC_________________.
All engineering and surveyor's stakes, marks, property comers, etc., shall be carefully
preserved by the CONTRACTOR, and in case of destruction or removal during the
course of this project, such stakes, marks, property comers, etc., shall be replaced by
the CONTRACTOR at the CONTRACTOR's sole expense.
Page 2
01000-4-2020 Technical Specifications
00443645
ITEM 4 PROTECTION AND PRECAUTION
4.01 WORK IN FREEZING WEATHER
Portions of the work may continue as directed by the E/A.
4.02 PROTECTION OF TREES.PLANTS AND SHRUBS
The CONTRACTOR shall take necessary precautions to preserve all existing trees,
plants and shrubs but where it is justifiable and necessary the CONTRACTOR may
remove trees and plants for construction right-of-way but only with approval of the
E/A.
4.03 TRAFFIC CONTROL MEASURES AND BARRICADES
Traffic control measures and barricades shall be installed in accordance with the Texas
Manual of Uniform Traffic Control Devices and in other locations deemed necessary
by the E/A, for the protection life and property. Under no circumstances will any
existing road be permitted to remain closed over a weekend. No separate pay will be
made for this item. Costs for this item shall be subsidiary to other items of work.
4.04 PROPERTY LINES AND MONUMENTS
The CONTRACTOR shall be responsible for the protection,reference and resetting of
property corner monuments if disturbed.
4.05 DISPOSAL OF SURPLUS MATERIAL
The CONTRACTOR shall at his own expense, make arrangement for the disposal of
surplus material, such as rock, trees,brush and other unwanted backfill materials.
4.06 CONTRACTOR'S USE OF PREMISES
The Contractor shall,at his own expense,provide additional space as necessary for his
operations and storage of materials.
ITEM 5 MATERIALS
5.01 TRADE NAMES
Except as specified otherwise, wherever in the specifications an article or class of
material is designated by a trade name or by the name or catalog number of any maker,
patentee,manufacturer,or dealer,such designations shall be taken as intending to mean
and specify the articles described or another equal thereto in quality, finish, and
serviceability for the purpose intended, as may be determined and judged by the E/A
in his sole discretion.
5.02 MATERIALS AND WORKMANSHIP
No material which has been used by the CONTRACTOR for any temporary purpose
whatever is to be incorporated in the permanent structure without the written consent
of the E/A. Where materials or equipment are specified by a trade or brand name, it is
not the intention of the OWNER to discriminate against an equal product of another
Page 3
01000-4-2020 Technical Specifications
00443645
manufacturer, but rather to set a definite standard of quality for performance, and to
establish an equal basis for the evaluation of bids. Where the words "equivalent",
"proper" or"equal to" are used,they shall be understood to mean that the item referred
to shall be "proper", the "equivalent" of, or"equal to" some other item, in the opinion
or judgment of the E/A. Unless otherwise specified, all materials shall be the best of
their respective kinds and shall be in all cases fully equal to approved samples.
Notwithstanding that the words"or equal to" or other such expressions may be used in
the specifications in connection with a material, manufactured article or process, the
material, article or process specifically designated shall be used, unless a substitute is
approved in writing by the E/A, and the E/A will have the right to require the use of
such specifically designated material, article or process.
Page 4
01000-4-2020 Technical Specifications
00443645
Attachment A- Technical Specifications Table of Contents
South Round Rock Interceptor Manhole Rehabilitation Project
Table of Contents
Section Number Title
STANDARD TECHNICAL SPECIFICATIONS
301 Asphalts, Oils and Emulsions
307 Tack Coat
340 Hot Mix Asphaltic Concrete Pavement
360 Concrete Pavement
402 Controlled Low Strength Material
403 Concrete for Structures
405 Concrete Admixtures
406 Reinforcing Steel
503 Frames, Grates, Rings and Covers
506 Manholes
509 Trench Safety Systems
510 Pipe
609 Native Grasslands for Erosion Control
700 Mobilization
702 Removal and Relocation of Existing Fences
722 Paint and Painting
DIVISION 33 — UTILITIES
33 01 30 Fiberglass Reinforced Manholes
33 01 30.80 Manhole Grouting
33 01 30.81 Bench and Trough Reshaping
33 01 30.82 Coating for Concrete Manholes
33 01 30.83 Cementitious Manhole Coating
33 01 30.84 Fiberglass Reinforced Manhole Liners
33 01 30.85 Complete and Partial Replacement of Manholes
33 01 30.86 Replacement of Manhole Frame and Grade Adjustments
33 01 30.87 Replacement of Manhole Frame and Covers
33 01 30.88 Sealing of Manhole Frame and Grade Adjustments
1540 Bypass Pumping
Additional Information
Appendix A Photos of Manholes
END
CAS CONSULTING &SERVICES,INC.
DECEMBER 2020 ATTACHMENT A-TABLE OF CONTENTS Page 1 of 1
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
PART 1 GENERAL
A. Description
(a) This Section describes Freestanding Monolithic or Modular Fiberglass-
Reinforced Manholes.
B. Reference Standards
(a) ASTM D695 -Test Method for Compressive Properties of Rigid Plastics
(b) ASTM D790—Test Method for Flexural Properties of Non-Reinforced and
Reinforced Plastics and Electrical Insulating Materials
(c) ASTM D2412 — Standard Test Method for Determination of External
Loading Characteristics of Plastic Pipe by Parallel-Plate Loading
(c) ASTM D3753 — Standard Specification for Glass-Reinforced Polyester
Manholes and Wetwells
PART 2 PRbDUCTS
A. Materials and Workmanship
(a) Resin Systems: The resins used shall be a commercial grade unsaturated
polyester resin or vinyl ester resin. Resins shall be suitable for the service
environment intended (i.e. domestic sanitary wastewater).
(b) Additives: Additives, when used, shall produce a laminate that is inert to
the service environment intended. All particulate additives used in filament
wound components shall be pre-blended with resin using a high shear
mixer to assure complete wetting of particulate surfaces. Pre-blending of
particulate additives shall result in a homogeneous colloidal mixture
(suspension) with additives evenly dispersed and suspended throughout
the resin prior and during use. Manhole components manufactured using
the filament winding process shall contain no sand. Additives, such as
thixotropic agents, catalysts, promoters, etc., may be added to meet the
requirements of the ASTM D-3753 standard.
(c) Reinforcing Materials: The reinforcing materials shall be commercial Grade
"E" type glass in the form of continuous roving and chop roving, having a
coupling agent that will provide a suitable bond between the glass
reinforcement and the resin.
(c) Interior Surfacing Material: The inner surface exposed to the chemical
environment shall be a resin-rich layer of 0.010 to 0.020-inches thick. The
inner surface layer exposed to the corrosive environment shall be followed
with a minimum of two passes of chopped roving length of 0.5-inches (min)
to 2.0-inches (max) and shall be applied uniformly to an equivalent weight
of 3 oz/ft (min). Each pass of chopped roving shall be well rolled prior to
the application of additional reinforcement. The combined thickness of the
inner surface and interior layer shall be 0.10 inch (min).
33 01 30 I 12/18/2020 Page 1 of 8 FIBERGLASS REINFORCED MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
i. The interior surface shall be resin rich with no exposed fibers. The
surface shall be free of crazing, de-lamination, blisters larger than 0.5-
inch in diameter, and wrinkles of 0.125-inch or greater in depth. Surface
pits shall be permitted if they are less than 0.75-inch in diameter and
less than 0.0625-inch deep. Voids that cannot be broken with finger
pressure and are entirely below the resin surface shall be permitted if
they are less than 0.5-inch in diameter and less than 0.0625-inch thick.
Indentations or other shape imperfections that will not affect
performance are allowed.
(e) Exterior Surface: Exterior surface shall be coated with 0.125-inches of gel
coat as an additional water barrier. Gel coat shall be pigmented gray as an
additional UV inhibitor. The exterior surface shall be relatively smooth with
no sharp projections. Handwork finish is acceptable if enough resin is
present to saturate all fibers and eliminate fiber show. The exterior surface
shall be free of blisters larger than 0.5-inch in diameter, de-lamination or
fiber show. Indentations or other shape imperfections that will not affect
performance are allowed.
(I) Repairs: All fiberglass laminate repairs are subject to meet the
requirements of ASTM D3753.
B. Manufacture and Construction
(a) Manhole cylinders, manway reducers, and connectors shall be produced
from fiberglass-reinforced polyester resin using a combination of chop
and/or continuous filament winding process.
(b) Acceptable Manufacturer: Manufacturer shall have, as a minimum, 20-
years of experience in the design and manufacture of fiberglass manholes
for use in domestic or industrial sanitary sewer applications. Manufacturer
shall provide current certification that the requirements of ASME RTP-1,
ISO 9001 and API 12P have been met.
(c) Fiberglass reinforced manholes shall be manufactured by:
i. L.F. Manufacturing, Inc., Giddings TX,
ii. or approved equal.
(c) Wall Construction Procedure: After the inner layer of glass and resin has
been applied, the manhole wall shall be constructed using a chop and
continuous strand filament wound manufacturing process to ensure
continuous reinforcement and uniform strength and composition. Each
layer of glass laminate shall be mechanically roller compacted to remove
entrapped air and thoroughly saturate the glass laminate with resin prior to
adding another layer of glass reinforcement. The cone section, if produced
separately, shall be affixed to the barrel section at the factory with a resin-
glass reinforced laminate joint resulting in a one-piece unit. Seams shall
be fiberglass laminated on the inside and the outside using the same glass-
330130 I 12/18/2020 Page 2 of 8 FIBERGLASS REINFORCED MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
resin jointing procedure. Field joints shall be performed by the
Manufacturer, its agent or qualified third-party.
(e) Wall construction may include a tongue-and-groove joint, joined by epoxy
adhesive, where modular manhole construction may aid in the installation
of the manhole.
(f) Ribs: When used, ribs may be manufactured as a solid construction or
with fiberglass laminate applied over a structural or non-structural form.
The resulting structure shall meet the requirements of ASTM D3753.
(g) Pipe Connections: Pipe connections shall be pipe stub-outs or boot-type
connections. Installation of PVC or FRP pipe stub-out connections shall be
performed by sanding, priming, and using a fiberglass-reinforced laminate
to bond the stub-out to the manhole wall. The resin and fiberglass shall be
the same type and grade as used in the fabrication of the manhole. Boot-
type pipe connections shall be Kor-N-Seal, lnserta-Tee or approved equal.
Where required, Manufacturer shall use a fiberglass-reinforced sleeve to
accommodate boot connections.
(h) Manhole Base Plate: Fiberglass manholes shall have a fiberglass-
reinforced base plate. Fiberglass stiffening C-channel shall be used, where
required, to provide sufficient stiffness to base plate. All base plates shall
have an external anti-flotation flange extending 2.5-inches (min) beyond
manhole outside diameter. The manhole bottom shall be 0.5-inches thick
(minimum).
(1) Fiberglass enclosed bench and invert: When specified, fiberglass enclosed
bench and invert shall be installed by the Manufacturer, Manufacturer's
agent or approved equal. The invert will be formed using a corrosion
resistant material and completely enclosed in 0.25-inches (min) of
fiberglass laminate. Upon engineer's approval, a formed-in-place concrete
bench and invert may be allowed in lieu of a fiberglass bench and invert.
Assembly segments: Individual fiberglass components of manhole shall be
joined by fiberglass-reinforced laminate overlay. The resulting structure
shall meet the all loading and soundness requirements of ASTM D3753.
(k) ' Height Adjustment: Fiberglass manholes shall be height adjustable using
an adjustment ring with an internal lap joint. Riser sections cut for height
adjustment shall be rejoined by fiberglass-reinforced laminate, MacWrap,
tongue & groove joint epoxy joint or approved equal. Fiberglass manholes
shall maintain all loading and soundness characteristics required by ASTM
D3753 after height adjustment has occurred.
(1) Interior Access: Where internal steps are locally required, FRP OSHA-
approved ladders shall be installed. All manholes shall be designed so that
a ladder can be supported by the manhole sidewall. Vertical spacing
between steps shall be in accordance with OSHA standards (or per local
requirements). Ladder bolts that penetrate manhole wall shall be sealed
externally by a fiberglass-reinforced laminate.
330130 I 12/18/2020 Page 3 of 8 FIBERGLASS REINFORCED MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
(m) Manway Reducer: Manway reducers shall be concentric or eccentric with
respect to the centerline of the manhole riser section, as designated by the
Owner.
(n) Grade Adjustment Ring Platform: Top of the cone shall have a fiberglass-
reinforced support platform upon which grade rings may be installed to
accept a locally approved frame and cover casting. To properly transfer
traffic loading to the sidewall, the outside diameter of grade adjustment
rings shall exceed outside edge of grade ring platform by 1-inch (min) on all
sides. Grade rings and frame & cover casting shall be placed over
fiberglass neck and onto the grade ring platform in a manner that evenly
distributes loading. No loading shall be placed onto fiberglass neck.
(o) An FRP neck, extending 3-inches to 18-inches above the grade ring
platform, may be used to aid in jobsite height adjustment and to eliminate
inflow and corrosion in the manhole chimney area. The outside diameter of
the FRP neck shall be sized to extend through grade ring(s) and into the
frame & cover casting.
(p) Marking and Identification: Each manhole shall be marked on the inside
and outside with the following information:
i. Manufacturer's name or trademark
ii. Manufacturer's factory location
iii. Manufacturer's serial number
iv. Total manhole depth.
C. Dimensions
(a) Diameters: Manhole inside diameter shall meet the requirements of the
project specifications and shall be measured in accordance with ASTM
D3753 Section 8.3. Tolerance of inside diameter shall be +/- 1% of
required manhole diameter.
(b) Length: Manhole length shall be measured from lowest invert elevation to
rim elevation and be sufficient to allow for 12-inches of grade rings, plus
frame height.
(c) Wall Thickness: Design thickness shall be sufficient to withstand all dead
and live loads imposed on the manhole for the project conditions.
Manholes subject to highway traffic loading (as indicated on Plans) shall
meet the requirements of AASHTO H2O as described in ASTM D3753.
Wall thickness shall be 5/16" (minimum).
D. Testing
(a) Quality Control: Each completed manhole shall be examined by the
manufacturer for dimensional requirements, hardness, and workmanship.
All required ASTM D3753 testing shall be completed and records of all
testing shall be kept and copies of test records shall be presented to
customer upon formal written request within a reasonable time period.
330130 I 12/18/2020 Page 4 of 8 FIBERGLASS REINFORCED MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
(b) Manholes: Manholes shall be manufactured and tested in accordance with
ASTM D3753.
(c) Load Rating: The complete manhole shall have a minimum dynamic-load
rating of 16,000- pounds when tested in accordance with ASTM D3753 8.4
(note 1). To establish this rating, the complete manhole shall not leak,
crack, or suffer other damage when load tested to 40,000-pounds and shall
not deflect vertically downward more than 0.25-inch at the point of load
application when loaded to 24,000-pounds.
(c) Pipe Stiffness: For solid wall manholes, pipe stiffness (ASTM D2412) may
be physically tested or calculated using the following formula: PS = (EI) /
(0.149r3). For rib-reinforced manholes, Manufacturer shall provide
structural design method.
Per ASTM D3753, manhole cylinder shall have the minimum pipe-stiffness
values shown in the table below when tested in accordance with ASTM
D3753.
Depth (feet) FItY (psi)
6 or less 0.72
6 - 12 1.26
12 -20 2.01
20 - 25 3.02
25 - 35 5.24
> 35 Note'
Note' - For depths greater than 35-feet, pipe stiffness shall
be -xtrapolated from shallower values or Manufacturer shall provide structural
de ign method.
(e) Chemical Resistance: Manhole and all related components shall meet the
chemical resistance requirements of ASTM D3753 and be fabricated from
corrosion resistant material suitable for domestic wastewater collection
system environments.
0) Physical Properties: Manhole riser sections shall have the following
physical properties (minimum). All tests shall be performed as specified in
ASTM D3753 (latest edition), Section 8.
Hoop Direction Axial Direction
Tensile Strength (psi) 18,000 5,000
Tensile Modulus (psi) 0.6 x 106 0.7 x 106
Flexural Strength (psi) 26,000 4,500
330130 I 12/18/2020 Page 5 of 8 FIBERGLASS REINFORCED MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
Flexural Modulus (psi) _ 1.4 x 106 0.7 x 106
Compressive (psi) 18,000 10,000
E. Unloading, Storage and Handling
(a) Unloading - Contractor shall inspect manholes upon arrival to jobsite,
ensuring that manholes have arrived undamaged. Manufacturer shall be
notified of any damage immediately upon discovering.
(b) Storage - Contractor shall avoid storing manhole on rocks, uneven ground
or other surface that may cause point loading or damage to manhole.
Manholes with a height-to-diameter ratio greater than 2:1 shall be stored in
horizontal position, prior to use. Manholes shall not be stacked upon one
another. When possible, Contractor shall orient pipe connections so that
weight of manhole is not resting on pipe connections.
(c) Handling - Manholes shall not be dropped or impacted in a manner that
may be detrimental to manhole. Manholes may be lifted using a forklift or
nylon/textile sling wrapped around the main body of manhole or attached to
lifting lugs, where provided. Manhole shall not be lifted by pipe stubs or
connections. Use of chains or cables in contact with the manhole surface is
prohibited. Manholes shall be unloaded from trucks one at a time.
i. Prior to addition/attachment of external concrete base (anti-float ballast)
and concrete bench and invert, manhole may be lifted by inserting a 4" x
4" timber of sufficient length to span the manhole opening and attaching
cable to midpoint of timber or by attaching a nylon/textile sling around
the center of manhole.
ii. After addition/attachment of concrete base (anti-float ballast) and/or
concrete bench and invert, manhole shall be lifted by lifting lugs cast into
concrete base. When concrete has been added to manhole, lifting lugs
fabricated into fiberglass manhole shall not be used for lifting.
PART 3 INSTALLATION
A. Installation:
(a) Alterations: Contractor shall not alter the design or construction of manhole
without notification of Manufacturer and Manufacturer's written consent.
Only Manufacturer and its agents may alter design or construction of
manhole.
(b) Bedding: Manhole base shall be installed on a flat trench bottom with 4-
inches (min) of granular bedding (i.e. sand, gravel or crushed aggregate).
Unstable soil foundations shall be removed and replaced with select native
soil or granular material and compacted to 95% Standard Proctor Density.
(c) Concrete Base: Manhole installation shall include an external precast or
cast-in-place reinforced concrete base sufficient to provide structural
support and prevent buoyancy for groundwater at rim elevation.
330130 I 12/18/2020 Page 6 of 8 FIBERGLASS REINFORCED MANHOLES
1
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
Attachment of concrete base to manholes shall be in accordance with
Manufacturer's requirements.
i. Concrete ballast slabs shall exceed the outside diameter of the manhole
by 12-inches (min) on all sides. Typical ballast slabs are poured in a
square footprint with a minimum thickness of 12-inches (min)
underneath the manhole. Concrete pour shall extend up along the
manhole's sidewall (over external base flange) for a thickness of 4 to 6-
inches (min). Trench shall remain dewatered until manhole is
completely backfilled.
(d) Line and Grade: Manhole shall be carefully lowered into trench in a
controlled manner. Manhole shall not be dropped or impacted during
installation. Manhole shall be plumb and level and adjusted appropriately
for line and grade. Any structural changes required (including pipe
connections) for line and grade shall be performed by Manufacturer or its
agent.
(e) Bottom Stiffening Ribs: Manholes with internal stiffening ribs on bottom
plate shall have concrete poured inside manhole to sufficiently cover top of
ribs.
(1) Backfill Material: Unless shown otherwise on drawings and approved by
the engineer, crushed stone (less than 10% fines), pea gravel, sand or
select native materials shall be used for backfill around the manhole for a
minimum distance of one foot from the outside surface and extending from
the bottom of the excavation to the top of the cone/reducer section. Backfill
material shall be placed in 12-inch lifts (max) and compacted to 90%
Standard Proctor Density. Compaction by flooding is not permitted. Backfill
shall be distributed evenly around the manhole for each lift and compacted
level and evenly prior to the following lift. Care shall be taken not to cause
unbalanced pressure around the manhole. Select native material, may be
used for the remainder of the backfill.
(g) Casting and Grade Rings: Top of cone/reducer, shall be clean and free of
debris prior to placing concrete grade rings onto manhole. Grade rings
shall be carefully lowered over fiberglass neck (chimney) and onto top of
cone, in a controlled manner, so as not to cause damage to manhole. For
H2O traffic rated manholes, 4-inch thick (min) concrete grade rings shall
overhang grade ring platform by 1-inch. Butyl mastic sealing material shall
be place between manhole, grade rings and frame & cover casting to
prevent the infiltration of ground water. Frame and cover casting may be
placed directly on top of cone for non-traffic manholes.
(h) Repairs: Any damage to manholes shall be reported to the Manufacturer.
All repairs shall be performed by Manufacturer, its agent or qualified third-
party (with Manufacturer's written consent).
B. Field Testing
330130 I 12/18/2020 Page 7 of 8 FIBERGLASS REINFORCED MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION PROJECT
330130 FIBERGLASS REINFORCED MANHOLES
(a) lnfiltration/Exfiltration Test: Each manhole may be tested by plugging all
connections and filling manhole with water to top of fiberglass neck
(chimney). Allowable leakage shall be per project specification
requirements.
(b) Low-Pressure Air Test: Each manhole may be tested by plugging all
connections and applying air pressure (3-psi max) to the interior of the
manhole. Allowable leakage shall be per project specification requirements.
(c) Vacuum Testing: Each manhole may be tested by plugging all connections
and applying a vacuum (10-inches of mercury, max). Allowable leakage
shall be per project specification requirements.
PART 4 MEASUREMENT AND PAYMENT
A. No separate measurement and payment will be made for work herein. The cost
for the item is included in the Lump Sum Bid submitted for the project.
End of Section
330130 I 12/18/2020 Page 8 of 8 FIBERGLASS REINFORCED MANHOLES
I
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.80 MANHOLE GROUTING
PART 1 DESCRIPTION
A. Scope
(a) This section includes all work, materials and testing required for the
pressure grouting of manhole defects. Manholes or sections of manholes
with active leaks are shown in the Construction Drawings.
B. Description
(a) The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion
of pressure grouting of manhole defects in accordance with the Contract
Documents.
C. Man facturers Recommendations
(a) Materials, additives, mixture ratios, and procedures utilized for the grouting
process shall be in accordance with manufacturer's recommendations.
D. Man oles
(a) Manholes to be grouted may be of pre-cast or poured concrete
construction.
PART 2 MA ERIALS
A. Grou ing Materials
(a) Urethane Gel Grout
Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a
hydrophilic polymer. The chemical shall be mixed within the range of
from 8 to 10 parts of water and shall contain a reinforcing agent supplied
by the same manufacturer. The material shall gel and cure to a tough
flexible elastomeric condition. When wet, the gel shall exhibit strength
properties of at least 25 psi tensile at 150 percent elongation. The
material shall not change in linear dimension more than eight percent
when subjected to wet and dry cycles.
(b) The chemical grout shall be applied so as to have the grout material flow
freely into the defects. To avoid any wastage of the material flowing
through the defects gel control agent may be added. The following
properties shall be exhibited by the grout:
• Documented service of satisfactory performance in similar usage.
• Controllable reaction times and shrinkage through the use of
chemicals supplied by the same manufacturer. The minimum gel
set time shall be established so that adequate grout travel is
achieved.
• Resistance to chemicals; resistant to most organic solvents, mild
330130.80 I 12/18/2020 Page 1 of 5 MANHOLE GROUTING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.80 MANHOLE GROUTING
acids and alkali.
• Compressive recovery return to original shape after repeated
deformation.
• The chemical shall be essentially non-toxic in a cured form.
• Sealing material shall not be rigid or brittle when subjected to dry
atmosphere. The material shall be able to withstand freeze/thaw
and moving load conditions.
• Sealing material shall be noncorrosive.
(c) A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or
equivalent shall be utilized in accordance with manufacturer's
recommendations. Any 5612 reinforcing agent, which contains lumps must
be discarded. Care must be taken to be sure that the pH of the water in the
tank is from 5 to 9. As a precaution against the possibility of the pH being
outside this range, take a small amount of water from the tank to which Gel
Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test
sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse
readily. If precipitation occurs, drain the tank and retest. Repeat as
necessary until dispersion occurs. If dispersion does not occur, do not use
the water source.
(c) A filler material such as Celite 292 (diatomaceous earth) from John
Mansville or equivalent shall be utilized. The addition of the filler material
shall not exceed the quantity specified by the manufacturer, and
continuous agitation of the water side of the mixture is required. The filler
material may also be utilized as a reinforcing agent in accordance with the
urethane gel grout manufacturer's recommendations.
B. Additives
(a) Grout additions may be utilized for catalyzing the gel reaction, inhibiting the
gel reaction, buffering the solution, lowering the freezing temperature of the
solution, acting as a filler, providing strength or for inhibition of root growth.
C. Root Control
(a) A root-inhibiting chemical such as dichlobenil shall be added to the
chemical grout mixture at a safe level of concentration and shall have the
ability to remain active within the grout for a minimum of 12 months.
D. Material Identification
(a) Contractor shall completely identify the types of grout, mortar, sealant,
and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and
physical properties, ease of application, and expected performance, to the
satisfaction of the Engineer.
E. Mixing and Handling
330130.80 I 12/18/2020 Page 2 of 5 MANHOLE GROUTING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.80 MANHOLE GROUTING
(a) Mixing and handling of chemical grout and forming constituents, which may
be toxic under certain conditions shall be in accordance with the
recommendations of the manufacturer and in such a manner as to
minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that chemicals or gels
produced by the chemicals are under control at all times and are not
available to unauthorized personnel or animals. All equipment shall be
subject to the approval of the Engineer. Only personnel thoroughly familiar
with the handling of the grout material and additives shall perform the
grouting operations.
F. Portl:nd Cement
(a) Portland Cement concrete shall have a minimum compression strength of
3000 psi at 28 days, no less than 5 sacks of cement per cubic yard, and
shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6"
No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel bars shall be provided on 3-
foot centers, each side. Minimum length of extension into existing base
shall be 12 inches.
G. Oak m
(a) Activated oakum, such as Fibrotite Oakum as manufactured by Avanti
International or equivalent shall be utilized for sealing grout holes.
H. Non-Shrink Grout
(a) Grout shall be non-shrink in the plastic state and show no expansion after
set as tested in accordance with ASTM C 827 and shall develop
compressive strength not less than 3,000 psi with a trowelable mix within
24 hours per ASTM C 109. The placement time shall be not less than 45
minutes based on initial set per ASTM C 191. Test results shall be
furnished by the manufacturer and submitted to the Engineer.
PART 3 EX CUTION
A. General
(a) Manhole grouting shall not be performed until sealing of manhole frame
and grade adjustments or partial manhole replacement is complete.
A. P ace manhole under bypass pumping in accordance with Special
Secification SS 1540 Bypass Pumping.
B. Preli inary Repairs
(a) I Seal all unsealed lifting holes, unsealed step holes, precast manhole
section joints, and voids larger than approximately one-half(1/2) inch in
thickness with Octocrete or approved equal. All cracked or deteriorated
material shall be removed from the area to be patched and replaced with
330130.80 I 12/18/2020 Page 3 of 5 MANHOLE GROUTING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.80 MANHOLE GROUTING
Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance
with manufacturer's specifications.
(b) Cut and trim all roots within the manhole.
C. Temperature
(a) Normal grouting operations including application of interior coating shall be
performed at temperatures of 40F or greater. If grouting is performed below
temperatures of 40F, then it must be performed in accordance with
manufacturer's recommendations.
D. Grouting Materials Usage
(a) Grouting of the manhole may include frame seal, frame and grade
adjustments, corbel, wall, pipe seals, and/or bench/trough. Areas of the
manhole designated to be grouted will be directed by the Engineer. If entire
manhole is scheduled for grouting, grouting shall include the entire
manhole including corbel, wall, pipe seals and bench/trough. Pipe seal
grouting shall include all pipe seals in the specified manhole and grouting
of the specified manhole including the bench/trough to the maximum height
of 18 inches from the crown of the pipe.
E. Drilling and Injection
(a) Injection holes shall be drilled through the manhole at 120-degree angles
from each other at the same plane of elevation. Rows shall be separated
no more than three vertical feet, and the holes shall be staggered with the
holes in the rows above and below. Provide additional injection holes near
observed defects, bench and trough, and at pipe seals. A minimum of 6
injection holes shall be provided in the walls/corbel for each joint grouted,
and three injection holes at each pipe seal and at the bench/trough.
(b) Grout shall be injected through the holes under pressure with a suitable
probe. Injection pressure shall not cause damage to the manhole structure
or surrounding surface features. Grout shall be injected through the lowest
holes first. The procedure shall be repeated until the manhole is externally
sealed with grout.
(c) Grouting from the ground surface shall not be allowed.
(c) Grout travel shall be verified by observation of grout to defects or adjacent
injection holes. Provide additional injection holes, if necessary, to ensure
grout travel.
(e) Injection holes shall be cleaned with a drill and patched with a waterproof
quick setting mortar.
F. All grout shall be removed from interior surfaces of the manhole. After the
grouting is completed, the interior of the manhole shall be coated with a quick
setting mortar such as Hyperform as manufactured by Quadex, or equal. The
coating shall cover at least 6" past the joint each side.
330130.80 I 12/18/2020 Page 4 of 5 MANHOLE GROUTING
SPECIAL SPEC FICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.80 MANHOLE GROUTING
G. Testiig of Rehabilitated Manholes
(a) Testing of rehabilitated manholes for water tightness shall be performed by
the Contractor in the presence of the Engineer in accordance with City of
Round Rock specification 506 Manholes.
PART 4 ME SUREMENT AND PAYMENT
A. The ontract Unit Price shall be payment in full for performing the work and for
furni hing all labor, tools, supervision, materials, equipment, preliminary repairs,
and t sting necessary to complete the work including grouting with urethane
grou .
B. Pay ent for grouting joints shall be based on the unit price for each joint.
Pay ent for grouting pipe seals and lower 18 inches of manhole shall be based
on th Contract Unit Price per each manhole listed in the Bid Form.
End of Sec ion
330130.80 I 12/18/2020 Page 5 of 5 MANHOLE GROUTING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.81 BENCH AND TROUGH RESHAPING
PART 1 DESCRIPTION
A. This Section includes the reforming and/or reshaping of the bench and trough
to form the sweep to transition laminar flow through the trough. This Section
also includes reshaping manhole benches to create a workable bench in
accordance with the details in the Construction Drawings. Manholes designated
for reshaping of bench and trough are listed in the Construction Drawings.
PART 2 MATERIALS
A. Non-Shrink Grout
(a) Grout shall be non-shrink in the plastic state and show no expansion after
set as tested in accordance with ASTM C 827 and shall develop
compressive strength not less than 3,000 psi with a trowelable mix within
24 hours per ASTM C 109. The placement time shall be not less than 45
minutes based on initial set per ASTM C 191. Test results shall be
furnished by the manufacturer and submitted to the Engineer.
PART 3 EXECUTION
A. Place manhole under bypass pumping in accordance with Special
Specification SS1540 Bypass Pumping.
B. Clean existing bench and trough. Remove and dispose any debris or loose
concrete and prep surface to receive grout.
C. Reshape trough to match existing flow line elevations.
D. Use jack hammer if necessary to chisel bench and trough to a minimum
opening of 2.5 feet for TV camera access.
E. Where fiberglass liners are being inserted, saw cut existing bench to allow
fiberglass liner inserts to extend deeper into the manhole. The finished bench
shall have a 12H:IV slope.
F. Form inverts with high strength grout and steel-trowel to produce a dense,
smooth finish and shape to form a "U"-shaped channel extending to the crown
of the pipe encompassing the full cross section of the connecting pipelines.
Provide smooth transitions for pipes of different sizes, different elevations,
and/or at different angles. Form inverts to provide self-cleaning by sloping
normally with a 12H:IV slope.
G. Use City of Round Rock detail to reshape bench and trough.
PART 4 MEASUREMENT AND PAYMENT
A. The Contract Unit Price shall be payment in full for performing the work and for
furnishing all tools, labor, supervision, materials, equipment, incidentals, and
testing necessary to complete the work including removal and disposal of the
existing defective bench and trough, and installation and sealing of the
replacement bench and trough.
B. Payment shall be based on the Contract Unit Price per each manhole as
indicated in the Bid Form.
330130.81 I 12/18/2020 Page 1 of 2 BENCH AND TROUGH RESHAPING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.81 BENCH AND TROUGH RESHAPING 1End of Sec ion
1
1
330130.81 I 12/18/2020 Page 2 of 2 BENCH AND TROUGH RESHAPING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 01 30.82 COATING FOR CONCRETE MANHOLES
PART 1 GENERAL
A. Scope
(a) Work includes blasting and recoating the interior of existing manholes. Blast
and recoat all interior surfaces and base per Coating Manufacturer's
recommendation.Approximate dimensions of the existing manholes are shown
on the Drawings.
B. Related Work
(a) The following Specification section(s) are referenced in this section and contain
specific technical requirements related to the work or requirements related to
the Contractor's execution of this work.
i. Section 01300 - Submittal Procedures.
C. Health and Safety
(a) In confined space environments, as defined in 29CFR 1910.146, the Work
shall comply with the requirements set forth by Federal OSHA applicable to the
construction industry. The Contractor shall provide and require use of safety
and personnel life-saving equipment for persons working in Confined Space
areas, including but not limited to, adequate forced ventilation, body
harnesses, and gas detection meters that continually monitor for levels of
oxygen, hydrogen sulfide, carbon monoxide, and Lower Explosion Limit (LEL).
(b) The CONTRACTOR shall provide all head and face protection equipment and
respiratory devices required to safely perform the work specified herein.
Equipment shall include any applicable masks recommended by the
manufacturer while performing blasting or application of the coating materials.
(c) Use of ear protection devices shall be provided and required by the Contractor
whenever the occupational noise exposure exceeds 29CFR 1910.95 limits.
(d) Failure to comply with health and safety laws, regulations, codes, permits, and
Standard Operation Procedures will be grounds for shutting down the Work. All
costs resulting from a shutdown of the Work that are due to the Contractor's
negligence or failure to comply with applicable safety requirements shall be
borne by the Contractor.After a shutdown of the Work, the Work will not be
permitted to begin again until the Owner and/or Engineer is satisfied that all
necessary health and safety precautions are being taken.
(e) Flammable or volatile solvents in coating system components constitute a
300130.82 I 12/18/2020 Page 1 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.82 COATING FOR CONCRETE MANHOLES
hazard with regard to fire and explosions wherever flame or spark exposure is
possible. All flames, smoking, and welding, etc., are strictly prohibited in Work
or storage areas. Fire abatement devices shall be readily available and in
operating condition. Necessary precautions shall be taken to keep fire hazard
to a minimum; all oily rags, waste, and other combustibles not in covered
containers shall be removed from the area daily. All flammable products shall
be stored in conformance with applicable State, County and Local Fire Codes
pertaining to flammable materials.
(f) The coating project shall never exceed the current VOC limits set by TCEQ
Chapter 115.453. The Contractor shall be responsible for all fines or legal costs
resulting from any VOC limit violations.
D. Protection Of The Environment
(a) The Contractor's operations shall in no way contribute to air, water, or land
pollution, including such nuisances as odors, insects, noise, surface or
groundwater contamination, or any other condition that would have a
detrimental effect on the environment.
E. Submittals
(a) Submittals shall be made in accordance with Section 01300- Submittal
Procedures and the following specific requirements.
i. Interior Coating
1. Coating Manufacturer's product data sheet for each coating type,
including surface preparation requirements, recommended spreading
rates, application procedures, recommended primers, environmental
limits (temperature, humidity and dew point) and other instructions.
2. Material Safety Data Sheets (MSDS) for all coatings, solvents,etc.
3. Applicator's Qualifications.
4. Coating Manufacturer's statement regarding applicator instruction on
product use and application.
5. Coating Manufacturer's detailed description of all required field-
testing processes and procedures.
6. The Contractor's proposed plan to capture and prevent material from
surface preparation of substrate from flowing downstream.
30 01 30.82 I 12/18/2020 Page 2 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.82 COATING FOR CONCRETE MANHOLES
7. A Confined Space Entry Plan.
8. Coating Manufacturer's written warranty.
F. Coating
(a) All Work relative to preparation for and application of coatings shall be conducted
under the supervision of the Owner's Representative. The Owner's
Representative's services shall be provided by the Owner. The Owner's
Representative shall have the authority to act on behalf of the Owner to reject
any coating work that does not comply with these specifications or the
manufacturer's written specifications.
(b) The Owner's Representative will be a NACE Level 2 or Level 3 Peer Review
Coating Inspector with at least 5 years of coating inspection experience in
similar coating environments.
G. Site Information
(a) Power is NOT available from the Owner's existing power distribution system.
H. Delivery, Storage and Handling
(a) Coating products are to be kept dry, protected from weather and stored under
cover and in accordance with the Coating Manufacturer's recommendations.
Products are to be stored at temperatures recommended by the Coating
Manufacturer and handled according to their material safety data sheet(s). Do
not store near flame, heat or strong oxidants.
PART 2 PRODUCTS
A. Coatings
(a) Protective coating products shall be applied to manholes specified to receive a
corrosion protective coating sufficiently thick to totally protect the existing host
structure from further corrosion, deterioration and water vapor transmission.
Substrate and surface preparation, application conditions, application
equipment, material preparation and curing shall be in strict accordance with
the Coating Manufacturer's written recommendations to provide the coating
complete in place.
(b) Products shall be manufactured by one of the following, or approved equal.
i. Raven 405 High Build Epoxy by Raven Lining Systems
300130.82 I 12/18/2020 Page 3 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.82 COATING FOR CONCRETE MANHOLES
ii. Spraywall Process by Sprayroq, Inc.
iii. Structure Guard by Quadex
PART 3 EXICUTION
A. General
(a) The Contractor shall comply with all applicable local, State and Federal laws,
codes, ordinances, and regulations.
(b) Provide all items necessary for workers to perform any work inside the
manholes in a safe manner. These items must comply with all Federal, State,
and local worker safety requirements for working in a hazardous confined
spice. The work area is corrosive with potential for low to no oxygen, presence
of hydrogen sulfide, and presence of methane, which creates an explosive
en ironment. Contractor shall provide ventilation system capable of providing
enough air changes per hour to maintain normal atmospheric concentrations of
oxygen while workers are present inside the manholes. Contractor should
provide an emergency escape plan for workers if ventilation system operation is
interrupted.
B. Co:tings
(a) Co crete protective coatings shall be repaired or replaced as specified herein.
(b) Co rosion-resistant ferrous and nonferrous alloys such as copper, bronze,
alu inum, and stainless steel need not be coated.
(c) Th Contractor shall install scaffolding to access the areas necessary in
ma holes. Fall Protection shall be in accordance with 29CFR 1926.502. All
te porary ladders and scaffolding shall conform to applicable safety
requirements.
(d) Coating Preparation
i. i Install debris catchment or containment prior to surface preparation.
ii. Prepare surfaces in accordance with the Coating Manufacturer's written
recommendations.
iii. Remove all grease, oils, and grime by washing with an emulsifying alkaline
water- base cleaner. Follow with a thorough rinsing.
300130.82 I 12/18/2020 Page 4 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.82 COATING FOR CONCRETE MANHOLES
iv. Remove all surface contaminants including old coatings, chemical salts,
dust, loose concrete, and the laitance layer by blasting, steel shot-blasting,
scabbling, scarifying or dry abrasive blasting. Abrasives used for cleaning
shall be used one time without recycling. Whichever method(s) are used,
they shall be performed in a manner that provides a uniform, sound clean
neutralized surface with sufficient profile to promote and acceptable bond
with the specified coating.
v. Resulting surface must be structurally sound and free of contaminants prior
to coating application.
vi. Surface to be coated can be damp. There shall be no standing water.
vii. Pre-fill cracks in horizontal surfaces with mixed primer and cover with
fiberglass or nylon mesh. For cracks in vertical surfaces, pressure inject
with a suitable injection system per the Coating Manufacturer's
recommendations.
viii. For coatings to be applied to slab on grade, if no vapor barrier is present,
check slab for vapor permeation.
(e) Application of Coating Product
i. Application procedures shall conform to the recommendations of the
Coating Manufacturer, including environmental controls, product handling,
mixing, application equipment and methods.
ii. Spray equipment shall be specifically designed to accurately ratio and
apply the coating product. Equipment shall be in proper working order and
shall be as recommended by the Coating Manufacturer.
iii. Prepared surfaces shall be coated by spray application of the coating
product described herein to a minimum of 80 mils or as recommended by
the Coating Manufacturer.
iv. Subsequent top coating or additional coats shall occur within the product's
recoat time. Additional surface preparation procedures will be required if
this recoat time is exceeded. The Coating Manufacturer's re-coat time for
the specific application, based on temperature and project conditions, shall
be strictly followed by the Contractor.
v. The coating product shall mechanically bond with adjoining construction
materials throughout the structure to effectively seal and protect concrete
300130.82 I 12/18/2020 Page 5 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIFICATI O NS SO UTH ROUND ROCK INTERCEPTOR MAN HOLE R EHABI LITATION
330130.82 COATING FOR CONCRETE MANHOLES
or masonry substrates from infiltration and attack by corrosive
elements. Procedures and materials necessary to affect this bond shall be
as recommended by the Coating Manufacturer. No hollow spots will be
accepted.
(f) Fie ld Quality Control
i. The surface preparation and any repair mortar application required prior to
coating application shall be approved by the Coating Manufacturer's
representative prior to installation.
ii. i Certified Coating Manufacturer's Representative shall be present to
observe application of coating and after completion to inspect and certify
that product was properly applied.
iii. The Owner may, at their option, elect to have the surface preparation and
application witnessed by their representative. The Contractor and Coating
Manufacturer certified installer shall notify the Owner sufficiently in advance
of the dates that surface preparation and application shall occur so that the
Owner can make arrangements for their representative to be present.
(g) Corng Inspection and Testing
i. Inspection:
1. The Contractor shall provide OSHA-approved staging, scaffolding and
lighting as required to permit proper inspection as outlined in these
specifications.
2. Surface preparation, coating application and repairs are subject to
inspection by the Owner's Representative. The standards published by
the Steel Structures Painting Council, specifically SSPC-VISL-635,
Pictorial Surface, will be used as guides for acceptance or rejection of
the cleaning, painting or coating application. Particular attention will be
given for hard-to-reach areas, bolted connections, supports, anchor
bolts and threaded joints.
3. A magnetic-type dry film thickness gauge, and an electrical holiday
detector will be used to determine the acceptability of the paint
application. Calibration of the magnetic thickness gage will be done on
the site using the U.S. Department of Commerce, Bureau of Standard
Film Thickness Calibration Standards.
300130.82 I 12/18/2020 Page 6 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.82 COATING FOR CONCRETE MANHOLES
4. Give sufficient notice in advance of coating applications so that the
Owner's Representative can perform the following inspections:
(1) Examination and approval of surface preparation prior to any
coating.
(ii) Examination and approval of each coat prior to application of the next
coat.
(iii) Inspection of the completed coating for runs, overspray,
roughness, and any evidence of improper application.
(iv) Direction or observation of testing.
ii. Testing:
1. The Contractor shall be responsible for and shall bear all the costs to
perform the quality control tests for the coating.
2. Should any coating system fail to pass a test, the Contractor shall
make necessary changes approved by the Owner for the corrective
measures. The coating system will then be retested.
3. The following tests will be conducted:
(1) Dry film thickness will be tested after each coating has been
applied in accordance with ASTM D6132 - 13(2017) Standard Test
Method for Coatings Using an Ultrasonic Coating Thickness Gage.
A test will be made for every 25 square feet of surface and at
locations designated by the Inspector.
(ii) All submerged systems will be tested for holidays after the final
coat has been applied.
PART 3 MEASUREMENT AND PAYMENT
A. Coating for manholes shall be paid at the Contract Unit Price per vertical foot of
depth measured to the nearest 0.1 foot from the top of the frame to the bottom of the
bench embedment required.
B. Such payment and price shall constitute full compensation for all labor, tools,
materials, equipment and for the performance of all work necessary to complete the
manhole liners, excavation, manhole cleaning preparation, concrete base, manhole
frame and cover, frame and cover grade adjustment and sealing, waterproofing,
300130.82 I 12/18/2020 Page 7 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIIICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.82 COATING FOR CONCRETE MANHOLES
concret masonry, reinforced concrete, backfilling, replacement of any sewers,
conduit, disposal of excess material, surface restoration and testing.
End of Section
i
1
1
1
1
30 01 30.82 I 12/18/2020 Page 8 of 8 COATING FOR CONCRETE MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.83 CEMENTITIOUS MANHOLE COATING
PART 1 GENERAL
A. Scope
(a) This section includes all work, materials and testing required for the
application of interior manhole coating. Manholes designated for interior
coating are listed in the Construction Drawings.
B. Description
(a) The Contractor shall be responsible for the furnishing of all labor, tools,
supervision, materials, equipment, and testing required for the completion
of interior coating of manholes in accordance with the Contract Documents.
C. Manufacturers Recommendations
(a) Materials, mixture ratios, and procedures utilized for the coating process
shall be in accordance with manufacturers' recommendations.
D. Manholes
(a) Manholes to be coated may be of brick, block, pre-cast concrete, or poured
concrete construction. Some may have a previously applied interior mortar
or epoxy coating.
PART 2 MATERIALS
A. Scope
(a) This section governs the materials required for completion of interior
coating of manholes.
B. Interior Coating
(a) Manufacturer to be Quadex, SewperCoat, Strong Seal or approved equal.
No material (other than clean potable water) shall be used with or added
to the coating material without prior approval or recommendation from the
coating material manufacturer.
C. Material Identification
(a) Contractor shall completely identify the types of grout, mortar, patching
compounds, sealant, and/or root control chemicals used and provide case
stories of successful use or defend the choice of grouting materials based
on chemical and physical properties, ease of application, and expected
performance, to the satisfaction of the Owner's Representative.
D. Mixing and Handling
(a) Mixing and handling of interior coating, which may be toxic under certain
conditions shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It
is the responsibility of the Contractor to provide appropriate protective
330130.83 I 12/18/2020 Page 1 of 4 CEMENTITIOUS MANHOLE COATING
SPECIAL SPEC FICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.83 CEMENTITIOUS MANHOLE COATING
measures to ensure that materials are under control at all times and are
not available to unauthorized personnel or animals. All equipment shall be
1 subject to the approval of the Owner's Representative. Only personnel
thoroughly familiar with the handling of the coating material shall perform
the coating operations.
PART 3 E ELUTION
A. Gen ral
(a Manhole coating shall not be performed until sealing of manhole frame
and grade adjustments, partial manhole replacement, manhole grouting or
sewer replacement/repairs are complete and the manhole has been
placed under bypass pumping in accordance with Special Specification
SS1540.
B. Preliminary Repairs
(aAll foreign materials shall be removed from the manhole interior using
1 high-pressure water spray (minimum 3500 psi). Lose and protruding brick,
mortar and concrete shall be removed using a masonry hammer and
chisel and/or scrapers. Existing roots and manhole steps shall be removed
by cutting them flush with the wall of the manhole.
i. All unsealed lifting holes, unsealed step holes, voids larger than
approximately one-half(1/2) inch in thickness shall be filled with
patching compound at least one hour (1) prior to spray application of the
first coat.
i . Active leaks shall be grouted in accordance with Section 33 01 30.80-
Manhole Grouting.
ii . After all repairs have been completed, remove all loose material.
C. Tern'erature
(-} Normal interior coating operation shall be performed at temperatures of
40°F or greater. No application shall be made when freezing is expected
within 24 hours. If ambient temperatures are in excess of 90°F,
precautions shall be taken to keep mixing water below 85°F, using ice if
necessary.
D. Inte for Manhole Coating
(.i Manholes scheduled for interior coating are shown in the Construction
Drawings. The interior coating shall be applied to the manhole from the
bench and trough (including the bench/trough) to 2" above the bottom of
the frame of the first grade adjustment ring.
(4 The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure.
330130.83 I 12/18/2020 Page 2 of 4 CEMENTITIOUS MANHOLE COATING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.83 CEMENTITIOUS MANHOLE COATING
i. The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high-pressure water
spray (minimum 3500 psi.)
ii. Place covers over invert to prevent extraneous material from entering
the sewer.
iii. The surface prior to application shall be damp without noticeable free
water droplets or running water. Coating material shall be spray applied
to a minimum uniform thickness of%-inch minimum. Troweling shall
begin immediately following the spray application. The troweled surface
shall be smooth with no evidence of previous void areas.
iv. After the walls are coated, the invert/bench covers shall be removed and
the bench sprayed with material in such a manner as to produce a
bench having a gradual slope from the walls to the invert with the
wall/bench intersection built up and rounded to a uniform radius for the
full circumference of the intersection. The thickness of the bench shall
be no less than 1/2-inch at the invert and shall increase in the direction
of the wall so as to provide the required slope. Trough area shall be
coated as required to seal all cracks and to provide a smooth surface.
v. The material shall have a minimum of four (4) hours cure time before
being subjected to active flow. Ambient conditions in the manhole are
adequate for curing as long as the manhole is covered.
vi. Traffic shall not be allowed over manholes for 12 hours after
cementitious coating is complete.
vii. Caution should be taken to minimize exposure of applied product to
sunlight and air movement. At no time should the finished product be
exposed to sunlight or air movement for longer than 15 minutes before
replacing the manhole cover. In extremely hot and arid climates
manhole should be shaded while cementitious coating is in process.
viii. No application shall be made to frozen surfaces or if freezing is expected
to occur inside the manhole within 24 hours after application. If ambient
temperatures are in excess of 95 degrees F, Precautions shall be taken
to keep the mix temperature at time of application below 90 degrees F.
Mix water temperature shall not exceed 85 degrees F. Chill with ice if
necessary.
E. Testing of Rehabilitated Manholes
(a) Vacuum testing of rehabilitated manholes for water tightness shall be
performed by the Contractor after the four-hour cure time is complete in
accordance with City of Round Rock standard specification 506 Manholes.
(b) At least two (2) 2-inch cubes shall be taken from each days work with the
date, location and job recorded on each. The cubes shall be sent to a
certified testing laboratory for testing. A compression test will be made per
330130.83 I 12/18/2020 Page 3 of 4 CEMENTITIOUS MANHOLE COATING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.83 CEMENTITIOUS MANHOLE COATING
ASTM C109, and the results will be furnished to the Owner. Test results
shall equal or exceed the manufacturer's published values.
PART 4 M ;ASUREMENT AND PAYMENT
A. Cem: ntitious manhole coating shall be paid at the Contract Unit Price per vertical
foot •f depth measured to the nearest 0.1 foot from the bench and trough to 2-
inch:s (2") above the bottom of the frame of the first grade adjustment ring.
B. Such payment and price shall constitute full compensation for all labor, tools,
mate ials, equipment and for the performance of all work necessary to complete
the anhole liners, excavation, manhole cleaning preparation, concrete base,
man ole frame and cover, frame and cover grade adjustment and sealing,
Ovate l proofing, concrete masonry, reinforced concrete, backfilling, replacement of
any ewers, conduits, disposal of excess material, surface restoration and
testi g.
End of Sec ion
II
330130.83 I 12/18/2020 Page 4 of 4 CEMENTITIOUS MANHOLE COATING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 01 30.84 FIBERGLASS-REINFORCED MANHOLE LINERS
PART 1 GENERAL
A. Description
(a) This section shall govern the construction of fiberglass wastewater
manhole liners, complete in place and the materials therein, including
manhole grade rings, rings and covers.
B. References
(a) AASHTO H-20 -Axle Loading
(b) AASHTO M 306-10- Drainage, Sewer, Utility, and Related Castings
(c) ASTM C581 - Standard Practice for Determining Chemical Resistance of
Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended
for Liquid Service
(c) ASTM D695 - Standard Test Method for Compressive Properties of Rigid
Plastics
(e) ASTM D790 - Standard Test Methods for Flexural Properties of
Unreinforced and Reinforced Plastics and Electrical Insulating Materials
(1) ASTM D2412 - Standard Test Method for Determination of External
Loading Characteristics of Plastic Pipe by Parallel-Plate Loading
(g) ASTM D2583-Standard Test Method of Indentation Hardness of Rigid
Plastics by Means of a Barcol Impressor
(h) ASTM D2584- Standard Test Method for Ignition Loss of Cured
Reinforced Resins
(i) ASTM D3262 - Standard Specification for Fiberglass (Glass-Fiber-
Reinforcement Thermosetting-Resin) Sewer Pipe.
Q ASTM D3753 - Standard Specification for Glass-Fiber-Reinforced
Polyester Manholes and Wetwells
(k) ASTM D4161 - Standard Specification for Fiberglass (Glass-Fiber-
Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric
Seals
m City of Round Rock Standard Specifications Manual
(m) Texas Commission on Environmental Quality (TCEQ) Design Criteria for
Domestic Wastewater Systems (30 TCEQ §217)
C. Related Work
(a) City of Round Rock Standard Specification Section 403 - Concrete for
Structures
(b) City of Round Rock Standard Specification Section 406 - Reinforcing
Steel
(c) City of Round Rock Standard Specification Section 503 - Frames, Grates,
Rings and Covers
(c) City of Round Rock Standard Specification Section 506 - Manholes
D. Submittals
3001 30.84 I 12/18/2020 Page 1 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.84 FIBERGLASS-REINFORCED MANHOLE LINERS
(a) All construction shop drawings related to fabrication, assembly and
installation along with all detailed product/material specifications shall be
submitted for review by the Owner and Engineer. Complete fabrication,
assembly and installation drawings, together with detailed specifications
and data covering materials, shall be submitted in accordance with Section
01300 — Submittal Procedures. The data and specifications shall include,
but shall not be limited to, the following for each manhole liner:
▪ Details showing size and dimensions for each manhole
i . Details of joints, fittings and specials
ii . Liner length
i Test reports
▪ Certification in accordance with ASTM D3753
E. Quality Control
(a) All material and construction work shall be in accordance with current
Texas Commission on Environmental Quality (TCEQ) rules to include:
Design Criteria for Domestic Wastewater Systems (30 TCEQ §217), or any
revisions thereto as applicable.
(b) Fiberglass manhole liners shall be manufactured and tested in strict
accordance with ASTM D3753.
(c) Manhole liners shall be manufactured in one class of load rating. This class
shall be AASHTO H-20 wheel load.
(c) All constructed fiberglass manhole liners shall be watertight. Manhole
covers may be either watertight or water resistant, depending on their
specific location. Every manhole cover located in an identified 100-year
floodplain, or in the Edwards Aquifer Recharge Zone, shall be watertight.
Liners shall be a one-piece monolithic design unit.
(e) Wastewater manhole ring and cover castings shall meet the current
requirements of AASHTO Designation M 306-10.
F. Acceptable Manufacturers
(a) ' Fiberglass manhole liners shall be manufactured by one of the following or
approved equal.
L▪ . F. Manufacturing, Inc.; Giddings, Texas
ii. Containment Solutions, Inc.; Conroe, Texas
PART 2 PRODUCTS
A. Materials
(a) Resin
i. Resins used shall be supplier-certified, commercial grade, unsaturated
isophthalic polyester. Resins may contain chemically enhanced silica to
improve corrosion resistance, strength and overall performance.
300130.84 I 12/18/2020 Page 2 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.84 FIBERGLASS-REINFORCED MANHOLE LINERS
ii. Mixing lots of resin from different manufacturers or"off-lotting" of resins
shall not be permitted.
iii. Non-pigmented resin is required to allow for a light color of manhole
surface in order to facilitate interior inspection from at grade.
iv. If UV inhibitors are to be utilized, they shall be added directly to resins to
prevent photodegradation. For a UV inhibitor, the resin on the exterior
surface of the manhole liner shall have gray pigment added for a
minimum thickness of 0.125- inches.
(b) Fillers /Additives
i. Fillers and additives, when used, shall be inert to the environment and
the manhole liner construction.
ii. All particulate additives used in filament wound components shall be
pre-blended with resin using a high shear mixer to assure complete
wetting of particulate surfaces. Pre-blending of particulate additives shall
result in a homogeneous colloidal mixture (suspension) with additives
evenly dispersed and suspended throughout the resin prior and during
use.
iii. Manhole liner components manufactured using the filament winding
process shall contain no sand.
iv. Additives such as thixotropic agents, catalysts, promoters, etc., may be
added to meet the requirements of ASTM D3753. Calcium carbonate
mixed by the fabricator shall not be permitted.
(c) Interior Surfacing Material
i. The interior surface shall be resin rich with no exposed fibers. The
surface shall be free of crazing, de-lamination, blisters larger than 0.5-
inch in diameter and wrinkles of 0.125-inch or greater in depth.
ii. Surface pits shall be permitted if they are less than 0.75-inch in diameter
and less than 0.0625-inch deep. Voids that cannot be broken with finger
pressure and are entirely below the resin surface shall be permitted if
they are less than 0.5-inch in diameter and less than 0.0625-inch thick.
iii. Indentations or other shape imperfections that will not affect
performance are allowed.
(c) Exterior Surface
i. The exterior surface shall be relatively smooth with no sharp projections.
Handwork finish is acceptable if enough resin is present to saturate all
fibers and eliminate fiber show.
ii. The exterior surface shall be free of blisters larger than 0.5-inch in
diameter, de-lamination or fiber show.
iii. Indentations or other shape imperfections that will not affect
performance are allowed.
300130.84 I 12/18/2020 Page 3 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
1
SPECIAL SPEC( (CATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 01 30.84 FIBERGLASS-REINFORCED MANHOLE LINERS
(e) Reinforcing Materials
(1) Reinforcing materials shall be commercial Grade "E" type glass in the
form of mat, continuous roving and chop roving, having a coupling agent
that will provide a suitable bond between the glass reinforcement and
the resin.
(g) All membrane curing compound shall conform to the provisions of
TxDOT's DMS-4650, "Hydraulic Cement Concrete Curing Materials and
Evaporation Retardants."
B. Production
(a) Wall Construction
After the inner layer has been applied, the manhole liner wall shall be
constructed using a chop and continuous strand filament wound
manufacturing process to ensure continuous reinforcement and uniform
strength and composition. Each layer of glass laminate shall be
mechanically roller compacted to remove entrapped air and thoroughly
saturate the glass laminate with resin prior to adding another layer of
glass reinforcement.
iL The cone section, if produced separately, shall be affixed to the barrel
section at the factory with a resin-glass reinforced laminate joint resulting
in a one-piece unit. Seams shall be fiberglass laminated on the outside
using the same glass-resin jointing procedure.
iii. Should field joints be required, they shall be performed by the
Manufacturer, its agent or qualified third-party.
(b) Laminate shall consist of multiple layers of glass matting and resin. The
surface exposed to the wastewater environment shall be resin-rich and
shall have no exposed fibers.
(c) Rings and Covers shall conform to the requirements of Section 503-
Frames, Grates, Rings and Covers.
(c) Throat rings shall be made of reinforced concrete and have a maximum
thickness of 2 inches. The internal diameter shall match that of the ring and
cover's opening. A minimum of two and a maximum of four throat rings
may be used at each manhole liner installed. Concrete shall conform to the
provisions of Section 403 - Concrete for Structures. Concrete throat rings
are to be used in conjunction with a UV stabilized polyethylene liner. I/I
barrier must meet the following ASTM standards:
1. ASTM D790/1505 Density of Polyethylene Materials
ii. ASTM D1238-10 Melt Flow index
iii. ASTM 638-10 Tensile Strength @ Yield (50 mm/mm)
i .. ASTM 790-10 Flexural Modulus
ASTM 648-07 Heat Deflection Temperature @IGEPAL
v . ASTM 1693-12 EsCR, 100% IGEPAL / 10% IGEPAL
300130.84 I 12/18/2020 Page 4 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.84 FIBERGLASS-REINFORCED MANHOLE LINERS
(e) Marking and Identification: Each manhole liner shall be marked on the
inside and the outside with the following information:
i. Manufacturer's Name and / or Trademark
ii. Manufacturer's Factory Location
iii. Total Manhole Liner Depth
C. Configuration and Dimensions
(a) Manhole liners shall be a circular cylinder, reduced at the top to a circular
manway not smaller than 30 inches (inside diameter). The manway
reducers (cones) shall be concentric with respect to the centerline of the
manhole riser section.
(b) Manhole liners shall be produced in whole foot increments of length +/- 2
inches. Nominal inside diameters shall be 42-inches.
(c) The minimum wall thickness for all manhole liners (all depths) shall be
0.50-inches. Design thickness shall be sufficient to withstand all dead and
live loads imposed on the manhole for the project conditions.
(c) The maximum vertical height of the diameter adjustment section or cone
shall be 36 inches.
PART 3 EXECUTION
A. Construction
(a) Manhole liners shall be constructed of materials and workmanship as
prescribed by these specifications, at such places shown in the contract
documents and in conformity with the typical details.
(b) Place manhole under bypass pumping in accordance with Special
Specification SS1540 Bypass Pumping.
(c) Fiberglass manhole liners must be installed according to the Fiberglass
Manufacturer's installation instructions. In addition to these instructions,
local codes may apply and should be consulted as applicable in manhole
liner installation.
(c) The invert and bench area shall be formed with wet concrete and finished
with an epoxy sealant.
B. Factory Testing
(a) All required ASTM D3753 testing shall be completed and records of all
testing shall be kept and copies of test records shall be presented to
customer upon formal written request within a reasonable time period.
(b) Load Rating
i. The complete manhole liner shall have a minimum dynamic-load rating
of 16,000- pounds when tested in accordance with ASTM D3753. To
establish this rating, the complete manhole liner shall not leak, crack, or
suffer other damage when load tested to 40,000-pounds and shall not
300130.84 I 12/18/2020 Page 5 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.84 FIBERGLASS-REINFORCED MANHOLE LINERS
deflect vertically downward more than 0.25- inch at the point of load
application when loaded to 24,000-pounds.
(c) Stiffness
i. Pipe stiffness (ASTM D2412) may be physically tested or calculated
using the following formula:
PS = (EI) / (0.149r3)
Per ASTM D3753, each manhole cylinder shall have the minimum pipe
stiffness shown in the table below when tested in accordance with ASTM
D3753:
Depth (feet) FlAY (psi)
6 or less 0.72
6+tol2 1.26
12+to 20 2.01
20+to 25 3.02
(c) Chemical Resistance
. Flexural strength, flexural modulus and barcol hardness are to be plotted
versus time on log-log coordinates per ASTM C581 and ASTM 3753.
The line defined by these points is extrapolated to 100,000 hours. The
minimum extrapolation retention allowed for any of these properties is
50%. Test samples used are to be actual pieces of manhole liner or
samples manufactured in a manner consistent in every way with the
manhole liner component construction
(e) Physical Properties
. Manhole riser sections shall have the following physical properties
(minimum). All tests shall be performed as specified in ASTM D3753.
Hoop Axial
Direction Direction
Tensile Strength (psi) 18,000 5,000
Tensile Modulus (psi) 0.6 x 106 0.7 x 106
Flexural Strength (psi) 26,000 4,500
Flexural Modulus (psi) 1.4 x 106 0.7 x 106
Compressive (psi) 18,000 10,000
C. Unlotiding, Storage and Handling
(a) Contractor shall inspect manhole liners upon arrival to jobsite, ensuring that
manholes have arrived undamaged. Manufacturer shall be notified of any
damage immediately upon discovering. Manhole liners shall be unloaded in
accordance with the Manufacturer's recommendations and requirements.
Under no circumstances shall such material be dropped.
3001 30.84 I 12/18/2020 Page 6 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.84 FIBERGLASS-REINFORCED MANHOLE LINERS
(b) All manhole liners are subject to inspection by the Owner or Engineer.
Material found to be defective due to manufacture or damage in shipment
shall be rejected and removed from the job site(s).
(c) The Contractor shall avoid storing manhole liners on rocks, uneven ground
or other surface that may cause point loading or damage. Manhole liners
with a height-to- diameter ratio greater than 2:1 shall be stored in horizontal
position prior to use. Manhole liners shall not be stacked upon one another.
The interior of all manhole liners shall be kept free from dirt or foreign
matter at all times. Manhole liners shall be stored in accordance with the
Manufacturer's recommendations and requirements.
(c) Manhole liners shall not be dropped or impacted in a manner that may be
detrimental to the units. Manholes may be lifted using a forklift or nylon /
textile sling wrapped around the main body of the manhole liner. Use of
chains or cables in contact with the manhole liner surface is prohibited.
Manhole liners shall be unloaded from trucks one at a time. Manhole liners
shall be handled in accordance with the Manufacturer's recommendations
and requirements.
D. Installation
(a) The Contractor shall not alter the design or construction of the manhole
liner without notification of the Manufacturer and the Manufacturer's written
consent. Only the Manufacturer and its designated agents may alter design
or construction of manhole.
(b) The Contractor shall confirm depth of host manhole from rim to top of
bench prior to excavation of the host manhole cone. The manhole liner
length shall be of sufficient length to provide the proper rim elevation after
being placed on host manhole's bench.
(c) The Contractor shall remove the host manhole cone to expose the full
diameter of the host manhole. The Contractor shall assure proper
circumference clearance of manhole liner by lowering into host manhole
prior to trimming liner to proper length.
(c) The Contractor shall clean the existing bench, trough, and manhole walls
prior to installing the liner. The Contractor shall remove and dispose any
debris or loose concrete, the surface is to be clear of loose aggregate and
of a uniform surface.
(e) After the Contractor has confirmed sufficient fit and length of manhole liner,
the Contractor shall measure the centerline location and outside diameters
of all pipe penetrations. The Contractor shall trim the manhole liner to
sufficient length to reach the proper rim elevation. The Contractor shall take
into consideration any concrete grade rings to be used. The Contractor
shall trim manhole liner for all pipe penetrations at the proper centerline
locations. For internal drop connections, Inserta-Tee connections (or equal)
shall be used to seal around the incoming pipe. The Contractor may wish
300130.84 I 12/18/2020 Page 7 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPEC F1CATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.84 ' FIBERGLASS-REINFORCED MANHOLE LINERS
to consider using masonry or carbide tipped cutters to cut and trim
manhole liner. The Contractor shall use OSHA approved eye protection
and dust mask while cutting and trimming the liner.
(1) ; The Contractor shall place a ring of uncured grout along the circumference
of the host manhole bench (and over crown of pipe penetrations at invert)
of sufficient strength, width and thickness to provide a bulkhead seal along
the bottom of the manhole liner.
(g) The manhole liner shall be lifted by placing a textile sling around liner or by
placing a 4"x4" timber of sufficient length to internally span across manway,
attaching a sling to the timber and lifting. Steel cables or chains shall not be
wrapped around the manhole liner for lifting and handling. Contractor shall
carefully lift the manhole liner and lower the liner into host manhole in a
controlled manner. The manhole liner shall be centered within the host
manhole to create equal annular space around manhole liner. The bottom
edge of the manhole liner shall be carefully pressed down into uncured
grout ring on the existing bench. Excess grout on the interior of the
manhole liner shall be troweled smooth around circumference of liner to
assure no gaps exist between the bottom of manhole liner and the bench
surface. Small amounts of additional grout may be required to seal gaps
around pipe penetrations at the invert. Wooden wedges may be placed at
the top of the annular space (three (3), recommended minimum) and
evenly spaced to maintain a center position and prevent teetering of the
manhole liner during grouting. Wooden wedges shall be placed by hand
only and shall not be hammered into place. Internal drops shall be
reconnected prior to annular grouting.
(h) The Contractor shall allow the grout bulkhead, at bottom of manhole liner,
to cure to sufficient strength to prevent flowing or yield due to annular grout
pressure. Annular grout shall be poured in lifts no greater than 12" around
the manhole liner and be distributed evenly prior to adding more grout. The
Contractor shall ensure that equal pressure is maintained on all sides of
the manhole liner and that the manhole liner is not subjected to unbalanced
external grouting loads. The annular grout shall have a minimum
compressive strength of 300-psi. The grout shall be poured to the top of the
host manhole riser.
0) Any manhole liner extending above and beyond the host manhole shall be
backfilled with select native material or#67 (�" to 1") crushed aggregate.
The backfill material shall be placed in 12-inch lifts (max) and compacted to
90% Standard Proctor Density. The backfill shall be distributed evenly
around the manhole for each lift and compacted evenly prior to the
following lift. Care should be taken to prevent the placement of large clods,
cobbles, frozen soil, and organic matter against the manhole liner.
The top of the cone shall be clean and free of debris prior to placing
concrete grade rings onto manhole. Concrete grade rings shall be carefully
300130.84 I 12/18/2020 Page 8 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.84 FIBERGLASS-REINFORCED MANHOLE LINERS
lowered over the fiberglass neck (chimney) and onto the top of the cone, in
a controlled manner, so as not to cause damage to the manhole and
manhole liner. For AASHTO H2O traffic rated manholes, a minimum 4-inch
thick concrete grade rings shall overhang shoulder of fiberglass grade ring
platform by 1-inch. Butyl mastic sealing material shall be placed between
manhole, grade rings and cast iron ring to prevent the infiltration of ground
water. Cast iron ring and cover may be placed directly on top of cone for
non-traffic rated manholes. Grade rings, ring and cover shall be placed
over the fiberglass neck (chimney) and onto the fiberglass support plate in
a manner that evenly distributes loading. No loading shall be placed onto
the fiberglass neck.
(lc) Any damage to manhole liners shall be reported to the Manufacturer. All
repairs shall be performed by the Manufacturer, its agent or qualified third-
party (with the Manufacturer's written consent).
E. Field Inspection
(a) After installation, each manhole liner shall be visually inspected for inflow/
infiltration. The Contractor shall correct any inflow/ infiltration at no
additional cost to the Owner. If the manhole liner fails three (3) consecutive
visual inspections, then the manhole liner shall be removed and a new
manhole liner installed in its place per the requirements herein, at no
additional cost to the Owner.
PART 4 MEASUREMENT AND PAYMENT
A. Fiberglass reinforced manhole liners shall be paid at the Contract Unit Price per
vertical foot of depth measured to the nearest 0.1 foot from the bottom of the
cone to the bottom of the bench embedment required.
B. Such payment and price shall constitute full compensation for all labor, tools,
materials, equipment and for the performance of all work necessary to complete
the manhole liners, excavation, manhole cleaning preparation, concrete base,
manhole frame and cover, frame and cover grade adjustment and sealing,
waterproofing, concrete masonry, reinforced concrete, backfilling, replacement of
any sewers, conduits, disposal of excess material, surface restoration and
testing.
End of Section
300130.84 I 12/18/2020 Page 9 of 9 FIBERGLASS-REINFORCED
MANHOLE LINERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
PART 1 GE ERAL
A. Des ription
(a) This section includes complete and partial replacement of manholes and
the removal and replacement of flattops including excavation, installation,
backfilling and surface restoration.
PART 2 MA ERIALS
A. Precast manhole shall be per City of Round Rock Standard Construction Details.
B. Prec:st concrete manholes shall be bell and spigot with "0" ring joints.
Man oles and sections shall conform to the requirements of ASTM C-478 and
shall be as specified in this section and in Construction Drawings.
C. All c.mplete replacement manholes shall have watertight frame and cover, with a
mini urn 30-inch clear opening, as manufactured by East Jordan Iron Works (as
per detail in Construction Drawings).
D. Exte for surfaces of manhole sections shall be coated with two mop coats of coal
tar e'oxy paint, Kop Coat "Bitumastic Black Solution", Tnemec, "46-450 Heavy
Tne ecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat.
Rec•ating shall be done in accordance with manufacturer's recommendations.
E. All n;w manholes can have the antimicrobial additive ConShielde in place of
coati g the manhole.
F. Ope l ing for each connecting pipe shall be circular with a compression type
flexi le rubber gasket cast integrally into the manhole wall. Flexible gaskets shall
be m-nufactured in accordance with rubber joint specification ASTM C 923 and
shall meet the performance and test requirements of ASTM C 425 for
com«ression joints. Flexible gaskets shall include a coupling with 0-Ring Gasket,
A-Lo , Presswedge, or equal.
G. Pref.rmed and trowelable bitumastic joint sealants shall be EZ-STIK, or equal.
The inimum dimension of preformed material shall be one-half(1/2) inch
squa e. Precast concrete grade adjustment rings shall conform to the
requirements of ASTM C-478 and shall be one continuous structure. To
acco modate steep surface grades, non-uniform precast adjustment rings may
be manufactured so that they are two-inches deep on one side and three-inches
deep on the opposite side. In no instance may any non-uniform precast
adju tment rings be less than two- inches thick or be of multiple piece
cons ruction. Adjustment rings of uniform thickness must be at least two inches
thick'
H. Bac i ill shall be in accordance with City of Round Rock specifications.
I. Non- hrink Grout
(a) Grout shall be non-shrink in the plastic state and show no expansion after
set as tested in accordance with ASTM C 827 and shall develop
compressive strength not less than 3,000 psi with a trowelable mix within
24 hours per ASTM C 109. The placement time shall be not less than 45
330130.85 I 12/18/2020 Page 1 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
minutes based on initial set per ASTM C 191. Test results shall be
furnished by the manufacturer and submitted to the Engineer.
J. Steps
(a) Manhole steps will not be allowed.
K. Cast-In-Place (Monolithic) Concrete Manholes
(a) The design of standard manholes shall be per the Complete Manhole
Replacement Detail Drawings and per City of Round Rock Specifications.
Shallow manholes shall be constructed as detailed on the Drawings and
per City of Round Rock Specifications
i. Pipe extending from the manhole shall be cradled in concrete to the first
pipe joint in the same pour as the manhole foundation. Embedment of
reinforcing steel shall extend not less than twenty (20) bar diameters into
manhole base.
ii. A minimum of six (6) inches rock cushion shall be used beneath
manhole foundations. Where trench has been over excavated, the void
created shall be completely filled with a rock cushion to the underside of
the manhole base.
iii. In the event that ground water is present during the pouring of a cast-in-
place manhole foundation, a pump shall be used to remove the ground
water. Prior to pouring, the subgrade shall be stable, free from muck and
groundwater. After the concrete foundation has been placed, the pump
shall continue to run for at least two (2) hours to enable the concrete to
obtain its initial set.
iv. Cast-in-place concrete manholes shall have an inside diameter at the
base of five (5') feet and an inside diameter at the top of the concentric
cone section of not less than thirty (30") inches unless specified
otherwise herein. The manhole shall have a minimum wall thickness of
8-inches (8") for five (5') feet diameter manholes and shall be smooth
having no form marks on the interior wall or exterior wall of the manhole
exceeding one-quarter (1/4") inch in depth. Concrete used for the
manhole barrel and cone section shall be a minimum compressive
strength of 4000 psi at 28 days, with a slump of five (5") inches to seven
(7") inches during the placement. Concrete shall not be so dry as to
cause extensive honeycombing. During the placement of the concrete in
the manhole barrel forms, thorough vibrating shall be completed at two
(2') foot intervals. If cold joints are necessary because of a time lapse of
more than one hour between placements, then a concrete bonding
adhesive shall be applied to the existing concrete. A concrete collar at
least four (4") inches thick shall extend a minimum of eight (8") inches
above and below the new joint around the outside of the manhole. If
honeycombing of the barrel of the manhole is found to be present after
33 01 30.85 I 12/18/2020 Page 2 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 I COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
removal of the forms, such honeycombing shall be repaired as directed
by the Owner's Representative. Any form marks on the inside wall shall
be smoothed and grouted as directed. Curing compounds or covers may
or may not be used at the option of the Contractor to protect the
concrete to prevent cracking during the curing process and to protect the
manhole during freezing temperatures. The manhole shall not be
backfihled for at least two (2) working days after forms have been
removed or a minimum of three (3) working days after the concrete has
been placed.
Reinforcing steel used in design of reinforced manhole foundations shall
conform to ASTM A 615, Grade 60, deformed bars.
v . Welded steel wire fabrics for cast-in-place manholes shall conform to
ASTM 185.
vi . Manholes bases shall be integral cast. The diameter of the integral base
pad shall be eight (8) inches greater than outside diameter of the
manhole.
vii . Base slab depth and 3/4" washed rock gravel depth shall be minimum as
shown in the standard details, but in all cases, base
slab shall be designed for H-20 loading, plus earth load at 130 p.s.f.
L. Shallow manholes shall be constructed at locations in the sanitary sewer system
where depths are less than four feet, or as directed by the Engineer. Shallow
manholes shall be constructed from 4000 psi reinforced concrete formed in place
as detailed in the Construction Drawings.
M. Fiberglass Reinforced Manholes shall be in accordance with Special
Specification 33 01 30- Fiberglass Reinforced Manholes.
N. Precast Concrete Manhole Sections
(a) Manholes shall conform to ASTM C 478 and as specified herein. Additions
to ASTM C 478 for corrosion resistant concrete is needed to resist
microbiologically induced corrosion (MIC).
(b) Wall thickness shall be minimum 6" for all precast sections for 4' diameter
manholes and 8" for 5' diameter manholes.
(c) � Reinforced concrete flattop sections shall have a minimum 30-inch
diameter opening and be a minimum eight inches thick in non-traffic areas
and a minimum ten inches thick in traffic areas (designed for HS-20
loading). Reinforce flat-top sections with #4 bars at 12-inch centers each
way. Tie and place reinforcing steel below the mid-point. The minimum
cover over the reinforcement shall be two (2) inches. The top or bottom of
the flattop shall be clearly labeled or marked.
(c) Openings for each connecting pipe shall be circular with a compression
type flexible rubber gasket cast integrally into the manhole wall. Flexible
gaskets shall be manufactured in accordance with rubber joint specification
ASTM C 443 and shall meet the performance and test requirements of
330130.85 I 12/18/2020 Page 3 of it COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 01 30.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
ASTM C 425 for compression joints. Flexible gaskets shall include a
coupling with 0-Ring Gasket, A-Lok, Presswedge, or equal.
(e) Preformed and trowelable bitumastic joint sealants shall be Kent-seal,
Ram-Nek, EZ-STlK, or equal. The minimum dimension of preformed
material shall be one-half (1/2) inch square.
(I) Do not deliver precast concrete sections to the job until representative
concrete cylinders have attained a strength of at least 80 percent of the
specified minimum. Inspect precast concrete sections when delivered.
Cracked or otherwise visibly defective units will be rejected.
(g) The maximum depth of lifting holes shall be no more than one-half the
manhole wall thickness. After placement of the manhole, the lifting holes
shall be sealed with a non-shrink grout.
Qi) Contractor is responsible for verifying all manhole depths and sewer pipe
flowlines prior to delivery of precast manholes. The contractor will be
responsible for removing and replacing any manhole that is not properly
fitted to the sewer grades at the existing site.
O. Flattop Sections
(a) Manholes may have a flat lid, if approved by the City of Round Rock, being
12-inch thick with a minimum 30-inch opening, as manufactured by Calvert
Concrete or approved equal. M.F.G. conforming to ASTM C478, 5000 psi
concrete, traffic bearing, and 0-ring joint conforming to ASTM C443. (As
per detail in construction plans).
PART 3 EXECUTION
A. General
(a) Install manholes of the respective types at the designated locations with
flowlines at elevations to match existing.
B. Place manhole under bypass pumping in accordance with Special Specification
SS 1540 Bypass Pumping.
C. Installation of Fiberglass Reinforced Manholes shall be in accordance with
Special Specification 33 01 30- Fiberglass Reinforced Manholes.
D. Interior manhole diameters unless otherwise noted shall be 60-inches for pipe
between 6-inches and 24-inches in diameter.
E. Install frames and covers in accordance with the City of Round Rock
Specifications and Detail Drawings in the construction plans.
F. Form inverts with mortar material and steel-trowel to produce a dense, smooth
finish and shape to form a "U"- shaped channel extending to the crown of the
pipe encompassing the full cross section of the connecting pipelines with a
minimum diameter of 2.5 feet for TV camera access. Provide smooth transitions
for pipes of different sizes, different elevations, and/or at different angles. Also
form inverts to provide self-cleaning by sloping normally with a 12H:IV slope.
G. Existing Pipe Connections
330130.85 I 12/18/2020 Page 4 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
3301 30.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
(a) 'The replacement of manholes shall include the replacement to the next
joint of all existing sewer lines entering the manhole. The sewer lines shall
be connected in accordance with this section. Pipe embedment and backfill
shall be in accordance with City of Round Rock specifications.
H. Pipe tubs
(a) Install pipe stubs for future connections at locations, angles, elevations,
and of materials as specified or as determined by the Engineer.
(b) Install each pipe stub with the bell of the pipe abutting the outside
manhole wall, or the joint if other than a bell, as near the manhole wall as is
practicable but not more than two (2) feet from outside manhole wall for
later connection thereto.
I. Pipe (holes at manholes shall be permanently sealed watertight with non-shrink
grou after installation of the connecting pipelines. The grout shall provide a
smo th transition from the pipe to the manhole wall.
J. Con truct connections to existing manholes in conformance with this section.
Exca ate around the existing manhole so as not to disturb the manhole. The
manhole wall shall be removed for no greater diameter than required to insert
new )ipe. Reshape manhole invert and channel to accept the flows from the new
pipe. Chip the existing invert to a rough new surface and install a new channel
and i ivert the entire side where the new pipe enters. Take care to prevent brick
or ofi ier foreign material from entering the existing downstream sewer. Retrieve
such debris. After the new pipe is installed, completely fill and render
perrranently watertight the void around the new pipe with a non-shrink grout
conf rming to the material specifications herein.
K. Man ole Adjustments
(a) ; Provide new manholes with a maximum of one (1) foot of adjustment
ring(s) underneath the casting. Refer to typical manhole detail. Grade ring
shall be wrapped with a heat-shrink thermo-plastic material.
L. Appl two coats of coal-tar epoxy paint to the manhole exterior. Coating shall be
in ac ordance with Manufacturer's recommendation.
M. Testi g
(a) All new manholes and partial manhole replacement to be vacuum tested in
accordance with City of Round Rock Specification 506 Manholes. Concrete
testing for poured-in-place manholes consist of a minimum of one slump
test and three concrete cylinders per truckload of concrete used for the
', manholes and collars. One cylinder shall be tested for compressive
strength at seven days, one at twenty-eight days, and one shall be a spare.
All sewer pipes replaced in conjunction with the manhole replacement,
including the 5-If section shall be cleaned, televised, and tested to the next
manhole.
330130.85 I 12/18/2020 Page 5 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
N. Formwork
(a) Vertical concrete surfaces shall be formed. The underside of slabs and
beams shall be formed except where the concrete is placed against the
ground. Sloping surfaces shall be formed unless otherwise authorized by
Engineer.
(b) Construct and erect forms so that the concrete will have the shape, line,
and grade indicated. Make forms mortar tight and sufficiently rigid to
prevent deformation under load. Use an adequate number of waters,
stiffeners, and braces to insure straight walls.
(c) Formwork, shoring, and bracing design shall meet the requirements of ACI
347.
(d) Except as noted, tolerances for formed surfaces shall meet the
requirements of ACI 301. Edges of form panels in contact with concrete
exposed to view in the finished work shall be flush within 1/32 inch. Forms
for plane surfaces shall be such that the concrete will be plane within 1/8-
inch in four ft. Leading edges of concrete shall lie within 1/4-inch as
measured from a 10-ft template.
(e) Provide as-cast smooth form finish for formed concrete surfaces that are to
be exposed to view, or that are to be covered with a coating material other
than cement plaster applied directly to the concrete.
(I) Produce smooth form finish by selecting form material to impart a smooth,
hard, uniform texture and arranging them orderly and symmetrically with a
minimum of seams.
(g) Repair and patch defective areas with all fins and other projections
completely removed and smoothed.
O. Reinforcement
(a) Reinforcing steel shall be placed in accordance with ACI 301 and ACI 318.
When concrete is placed, reinforcing shall be free of rust, scale, or other
coatings that will affect the bond. Reinforcement shall be accurately placed,
adequately supported, and secured in position at intersections with
annealed wire not less than 16-ga or with clips. Reinforcement shall be
supported to keep it away from exposed surfaces. Nails or other devices
shall not be driven into forms to support reinforcement.
(b) Provide the following concrete cover unless otherwise shown on the
drawings:
i. Bottom face of slabs 1 inch
ii. Top face of slabs 1 % inch
P. Placing Concrete
(a) General
330130.85 I 12/18/2020 Page 6 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
i. Do not place concrete until forms have been oiled, reinforcement has
been fastened in position, form ties at construction joints have been
retightened, and embedments and openings have been placed and
anchored.
i . Remove and dispose of debris from the space in which concrete is to be
placed.
(b) Convey concrete from the mixer to the place of final deposit by methods
which will prevent separation or loss of materials. The free fall of concrete
shall not exceed three feet.
(c) Consolidating
Consolidate concrete with mechanical vibrating equipment and provide
stand by equipment. Apply vibration directly to the concrete. Vibration
shall be sufficient to cause flow or settlement of the concrete into place.
Apply vibration at the point of deposit and in the freshly placed concrete.
It shall be of sufficient duration to accomplish compaction and
embedment of reinforcement and fixtures.
i . Supplement vibration by forking and spading by hand in the comers and
angles of forms and along form surfaces while the concrete is plastic
under the vibratory action.
Q. Curi g
(a) Maintain concrete in a moist condition for seven days after placement.
Curing may be by any of the following means:
Curing with burlap, cotton, or mats kept continuously wet, or by keeping
forms continuously wet.
i . Waterproof paper curing. Overlap four inches at seams and seal with
tape.
ii . Membrane curing by power spraying with a fugitive dye included. Do not
use this method on surfaces which will receive a finish treatment of any
kind. Submit manufacturer's descriptive data of curing compounds for
approval.
R. Com•lete Manhole Replacement
(a) Manholes designated for complete replacement shall be completely
reconstructed using cast-in-place. The existing manhole structure shall be
completely removed prior to installation of the new structure.
(b) The Contractor shall remove all debris and prevent any material from
entering the sewer line. Debris shall be taken to a landfill or dump site
approved by the Owner.
(c) All sanitary and storm pipe damaged during excavation shall be replaced at
no additional compensation unless otherwise noted.
33 01 30.85 I 12/18/2020 Page 7 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 01 30.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
(c) Any incoming pipes which are two-feet or more above the outgoing invert
elevation shall be equipped with outside drop connections.
(e) Complete manhole replacement shall also include replacement of frame,
cover, bench/trough, sealing of frame, replacement of sewer line within five
(5) lineal feet outside of the manhole, frame and grade adjustments, and
surface restoration. Replacement pipe of the 5 If section shall be of the
same size as existing pipe. Pipe shall be Schedule 40 PVC meeting ASTM
D-3034 for 4-inch pipe, SDR 26 PVC, meeting the requirements of ASTM
D-3034 for pipes 6 inches through 15 inches in diameter, and of ASTM F-
794 or ASTM F-679 for pipes 18 inches or larger in diameter. Connection
of the 5-LF of new pipe to the existing pipe shall be in accordance with City
of Round Rock details.
(I) Where determined by the Owner's Representative that a good connection
cannot be made, the Contractor will be paid for additional footage outside
of the five (5) lineal feet covered by the complete manhole replacement bid
item and be paid for at the unit price per lineal foot for additional pipe.
(g) All newly constructed manholes shall have a concentric cone per
concentric concrete detail in the Construction Drawings.
(h) All manhole covers shall be 32-inches in diameter and bolted and gasketed
when located outside of pavement unless otherwise specified by the
Engineer.
S. Partial Manhole Replacement
(a) The extent of partial manhole replacement shall be based on the depth of
deterioration shown on the rehabilitation schedule. The Owner's
Representative shall be notified if additional deterioration exists. The
remaining structure shall be capable of supporting the newly constructed
portions of the manhole.
(b) Excavate the work area to expose the entire depth of deterioration in the
existing manhole to a minimum depth of 6-inches below the top of
structurally-sound wall.
(c) Perform reconstruction to allow easy access to the manhole. No more than
12-inches of depth of precast concrete grade adjustment rings shall be
allowed to obtain proper grade.
(c) Seal manhole joints in accordance with Section 33 01 30.88- Sealing of
Manhole Frame and Grade Adjustments.
(e) Precast concrete corbel, or barrel sections may be used as necessary. The
diameter of the sections shall be consistent with the existing remaining
structure. Place a flattop section on existing manhole structure prior to
setting sections. Flattop sections shall not overhang existing manhole
structures by more than 6 inches. If the clearance from the underside of
the proposed flattop to the manhole invert is less than 4 1/2 feet, the
manhole shall be completely replaced.
330130.85 I 12/18/2020 Page 8 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
(1) Precast concrete corbel, or barrel sections may be used as necessary. The
diameter of the sections shall be consistent with the existing remaining
structure. Place a flattop section on existing manhole structure prior to
setting sections. Flattop sections shall not overhang existing manhole
structures by more than 6 inches. If the clearance from the underside of
the proposed flattop to the manhole invert is less than 4 1/2 feet, the
manhole shall be completely replaced.
(g) Remove and dispose any debris in any manhole which has had work
performed on it.
T. Flattop Replacement
(a) Existing flattops found to be defective shall be replaced.
(b) Excavate the work area to expose the entire depth of the existing flattop to
a minimum depth of 6 inches below the top of the flattop.
(c) Perform reconstruction to allow easy access to the manhole. No more than
12 inches of depth of precast concrete grade adjustment rings shall be
allowed to obtain proper grade.
(c) Seal flattops in accordance with Section 33 01 30.86C - Sealing of
Manhole Frame and Grade Adjustments.
(e) Flattop replacement shall include excavation, replacement of frame, cover,
sealing of frame, frame and grade adjustments, and surface restoration.
(I) Remove and dispose any debris in any manhole that has had work
performed on it.
U. Shallow manholes shall be constructed at locations in the sanitary sewer system
where depths are less than four feet, or as directed by the Engineer. Shallow
manholes shall be constructed from 4000 psi concrete.
V. Backfilling
(a) Backfill under pavement areas shall be in accordance with the City of
Round Rock specification 201 Subgrade Preparation and 210 Flexible
Base. Contractor shall match the thickness of the existing flexible base
layer, but in no case shall put back less than 8-inches of compacted flexible
base.
(b) Backfilling in non-pavement areas and below pavement subgrades shall be
in accordance with City of Round Rock specification item 506 Manholes.
W. Surface Restoration
i. Surface restoration in paved areas shall match the existing surface
material either HMAC or Concrete and shall be in accordance with City
of Round Rock specifications 340 Hot Mix Asphalt Concrete Pavement
or 360 Concrete Pavement. Thickness of HMAC restoration shall match
existing but not be less than 3" of HMAC Type C. Thickness of concrete
restoration shall match existing but not be less than 8" and shall be
330130.85 I 12/18/2020 Page 9 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
reinforced with No. 4 bars at 12" on center each way and include No. 6
by 30-inch smooth dowels at 12" spacing into the existing pavement.
ii. Surface restoration in grass areas shall include 6-inches of topsoil and
seeding or sodding of grass type to match the existing grass variety, as
indicated in the construction drawings. Repair of any irrigation service
lines shall also be included in surface restoration of non-paved areas.
iii. Surface restoration in landscaped areas shall include 6" of topsoil and
replacement of existing weed barriers, landscape plants and material
with the same quantity, type, variety and size of the plants removed.
Mulch, gravel, compacted granite surfaces, and landscape stones/rocks
shall also be replaced in-kind. Repair of any irrigation service lines shall
also be included in surface restoration of non-paved areas.
PART 4 MEASUREMENT AND PAYMENT
A. Only items listed below will be measured for payment. All other costs shall be
included in the unit or lump sum prices for the item affected thereby.
B. Standard Manhole
(a) The manhole depth shall be determined by measuring from top of casting
to the invert at the center of the manhole. Payment will be made at the
contract unit price for the applicable type, size and depth for each manhole.
Such payment and price shall constitute full compensation for all labor,
tools, materials, equipment and for the performance of all work necessary
to complete the manholes, including removal of existing manhole,
excavation, concrete base, manhole frame and cover, frame and cover
grade adjustment and sealing, waterproofing, concrete masonry, reinforced
concrete, backfilling, replacement of any sewers, conduits, disposal of
excess material, surface restoration, and testing.
C. Partial Manhole
(a) Partial manhole replacement shall be paid at the Contract Unit Price per
vertical foot of depth measured to the nearest 0.1 foot from the top of the
frame to the bottom of section required to be replaced.
(b) Such payment and price shall constitute full compensation for all labor,
tools, materials, equipment and for the performance of all work necessary
to complete the manholes, including removal of existing manhole,
excavation, concrete base, manhole frame and cover, frame and cover
grade adjustment and sealing, waterproofing, concrete masonry, reinforced
concrete, backfilling, replacement of any sewers, conduits, disposal of
excess material, surface restoration and testing.
D. Flattop
(a) Flattop replacement shall be paid at the Contract Unit Price each to be
replaced. Such payment and price shall constitute full compensation for all
330130.85 I 12/18/2020 Page 10 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.85 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES
labor, tools, materials, equipment and for the performance of all work
necessary to complete the manholes, including removal of existing flattop,
excavation, sealing of flattop, manhole frame and cover, frame and cover
grade adjustment and sealing, waterproofing, concrete masonry,
backfilling, surface restoration, disposal of excess material, and testing.
E. Addit onal Sewer Pipe
(a) ,Additional sewer pipe shall be paid at the Contract Unit Price per linear foot
measured to the nearest foot beyond the nearest pipe joint to the point of
connection of the existing sewer main.
(b) Such payment and price shall constitute full compensation for all labor,
materials, equipment, and for the performance of all work necessary to
complete the sewer main connection to manholes, including removal of
existing sewer main, excavation, concrete encasement, tie-in connection,
embedment, backfill, compaction, surface restoration, and testing.
F. The ynit Price for complete and partial manhole replacement shall be eligible for
60 p rcent of the bid price after the repair is made, an additional 10 percent is
eligi le after testing is complete and an additional 30 percent is eligible after
surfa e restoration is complete.
End of Sec ion
330130.85 I 12/18/2020 Page 11 of 11 COMPLETE AND PARTIAL REPLACEMENT OF
MANHOLES
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.86 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS
PART 1 GENERAL
A. Description
(a) This section includes replacement of existing defective manhole frame
grade adjustments and the installation of new adjustments where existing
manholes must be raised. Manholes designated for replacement of frames
are listed in the construction drawings. Installation of new adjustments
where existing manholes must be raised will be designated by the
Engineer. Materials designated for shallow manhole construction are
given on the Construction Drawings.
PART 2 MATERIALS
A. Precast Concrete Adjustment Rings
(a) Precast concrete grade adjustment rings and flattops shall conform to the
requirements of ASTM C-478 and shall be one continuous structure. To
accommodate steep surface grades, non-uniform precast adjustment rings
may be manufactured so that they are two-inches deep on one side and
three- inches deep on the opposite side. In no instance may any non-
uniform precast adjustment rings be less than two-inches thick or be of
multiple piece construction. Adjustment rings of uniform thickness shall be
at least two inches thick.
(b) The replacement precast grade adjustments shall provide a structural
capacity equal to or greater than the existing or specified manhole frame
and shall not affect the opening size or surface appearance.
(c) Cracked or multiple piece precast concrete grade adjustment rings will not
be accepted.
PART 3 EXECUTION
A. Existing Grade Adjustment Rings
(a) Existing grade adjustment rings constructed of precast concrete may be
reused provided they are not cracked and are in otherwise good condition.
(b) Existing frame grade adjustments that are constructed of brick, block, or
materials other than precast concrete rings shall be replaced.
B. Seal frame and grade adjustments in accordance with Section 33 01 30.88 -
Sealing of Manhole Frame and Grade Adjustments.
PART 4 MEASUREMENT AND PAYMENT
A. Payment shall be made as shown in the Bid Form.
End of Section
330130.86 I 12/18/2020 Page 1 of 1 REPLACEMENT OF MANHOLE FRAME AND
GRADE ADJUSTMENTS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 04 30.87 REPLACEMENT OF MANHOLE FRAMES AND COVERS
PART 1 GENERAL
A. Description
(a)This Section includes replacement of manhole frames and covers and the
installation of watertight manhole inserts. Manholes designated for partial
fame and cover replacement are listed in the Construction Drawings.
PART 2 MA ERIALS
A. Refe ce City of Round Rock Standard Construction Detail WW-07 and VVW-
08 fo' manhole frame and cover requirements.
B. Fra yes
(a) F ame material shall be cast iron, gray iron or ductile iron conforming to
ATM A 48-83, Class 35 or better. The frame shall exhibit a tensile
s Tength of not less than 35,000 psi.
(b) F ames for standard manholes shall be East Jordan Iron Works or
a'proved equal and replaced with same size existing frame unless
o herwise specified by Engineer.
(c) Baring surfaces between the ring and cover shall be machine finished or
g ound to assure non-rocking fit in any position, and interchangeability.
C. Cov;rs
(a)T e replacement cover shall form a water-resistant seal between the
fr:me and manhole cover surface. The cover shall have concealed pick
h.les and a machined bearing surface on the bottom of the casting. The
ever shall conform to ASTM A 48-83, Class 35 or better, for Gray Iron.
T e covershall have a tensile strength of 35,000 psi.
(b) A typical standard manhole cover design shall be as shown in standard
dtails. For partial manhole replacement, cover shall be replaced with
s:me size as existing, unless otherwise specified by the Engineer.
(c) rovers shall set flush with the rim of the frame and shall have no larger
t an a 1/8-inch gap between the frame and cover.
(d) Bearing surfaces shall be machine finished.
D. Bolts For Bolt Down Covers
(a) Materials and Design
i. The bolts for bolt down covers shall be ASTM A325 or better. They
shall meet the manufacturer's recommendations as replacement
bolts for the existing frame and cover.
330130.87 I 12/18/2020 Page 1 of 3 REPLACEMENT OF MANHOLE
FRAMES AND COVERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 04 30.87 REPLACEMENT OF MANHOLE FRAMES AND COVERS
(b) Installation
i. The bolts shall be installed as per the manufacturer's
recommendations for the required ft/lbs of torque for tightening.
ii. All existing female bolt threads shall be thoroughly cleaned and those
deemed as deteriorated and unusable by the Engineer shall be re-
threaded.
iii. All gaskets encountered on bolt down covers shall be replaced. There
will be no separate pay item for gaskets.
iv. The payment for replacement of bolts for bolt down covers shall
include materials, labor and equipment for complete installation and be
paid for per each cover. If the existing bolt down frame and cover is
determined to be insufficient and cannot be reused, the Contractor
shall notify the Engineer.
PART 3 EXECUTION
A. The contractor shall be responsible for supplying the required material
for the replacement of manhole frames and covers, including the
unloading, temporary storage, and transporting of the materials.
B. The replacement manhole frame shall be compatible with the
replacement manhole cover specified insuring a water-resistant seal
between frame and cover.
C. Seal replacement frames to the existing manhole in accordance with
Section 3301 30.;;- Sealing of Manhole Frame and Grade Adjustments.
D. Manhole frames that are observed to be cracked, broken, pitted, or
contain gaps in the bearing surface preventing a water-resistant seal shall
be replaced.
E. Remove scrap frames and covers from site.
F. Contractor shall clean the existing bolt holes and re-tap if necessary.
G. The replacement manhole cover bolts shall be compatible with the existing
waterproof manhole cover and frame insuring a water-resistant seal
between frame and cover.
H. Manhole cover bolts found to be missing but not indicated on the Manhole
Rehabilitation Schedule shall be replaced in accordance with this Section,
if authorized by the City.
I. Manhole frames or covers that are observed to be defective or contain
defective threads preventing a water-resistant seal shall be replaced in
3301 30.87 I 12/18/2020 Page 2 of 3 REPLACEMENT OF MANHOLE
FRAMES AND COVERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
33 04 30.87 REPLACEMENT OF MANHOLE FRAMES AND COVERS
acco dance with this Section, or Section 33 01 30.86 - Replacement of
Man ole Frame and Grade Adjustments and Section 33 01 30.88-Sealing
of M nhole Frame and Grade Adjustments.
J. Conti actor shall be responsible for evaluating the condition of the manhole
lid g sket, and if found to be defective, the gasket shall be replaced.
PART 4 ME SUREMENT AND PAYMENT
A. Pay ent shall be as stated in the Bid Form.
End of Section
II
330130.87 I 12/18/2020 Page 3 of 3 REPLACEMENT OF MANHOLE
FRAMES AND COVERS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.88 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS
PART 1 GENERAL
A. Scope
(a) This Section includes the materials required and construction procedures
for sealing manhole frames and grade adjustments with surface
restoration. Manholes designated for sealing of frame and grade
adjustments are listed in the Construction Drawings.
PART 2 MATERIALS
B. Bitumastic Gasket Material
(a) Bitumastic gasket material shall meet or exceed Federal Specification SS-
S-21 OA. The material shall show no signs of deterioration for a period of
30 days when immersed in solutions of acid, alkali or saturated hydrogen
sulfide. Joints shall show no sagging when tested at 135E for a period of
five days. Bitumastic Gasket Material shall be EZ-STIK or approved equal.
Trowelable bitumastic material shall be GS-702 compound or equal.
C. Precast Grade Adjustments and Flattops shall be as specified in Section 33 01
30.88 - Replacement of Manhole Frame and Grade Adjustments.
D. Concrete Bonding Agent
(a) Bonding agent shall be Acryl#60 as manufactured by Thuro-Seal
Company or approved equal.
E. Portland Cement Concrete
(a) Portland Cement concrete shall have a minimum compression strength of
3000 psi at 28 days, no less than 5 sacks of cement per cubic yard, and
shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6"
No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel bars shall be provided on 3-
foot centers, each side. Minimum length of extension into existing base
shall be 12 inches.
F. Quick Setting Mortar
(a) Acceptable Manufacturers: Hyperform as manufactured by Quadex or
approved equal.
G. Polyethylene
(a) Minimum thickness of 4 mils.
H. Backfill shall be in accordance with City of Round Rock specifications.
I. HMAC shall be in accordance with City of Round Rock specifications.
PART 3 EXECUTION
A. Excavation
330130.88 I 12/18/2020 Page 1 of 3 SEALING OF MANHOLE FRAME
AND GRADE ADJUSTMENTS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.88 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS
(a) Nonpaved Areas - Excavate adjacent to the manhole to expose the entire
frame to a minimum depth of 6-inches below the top of the structurally
sound structure. Limit excavation to a 6-foot by 6-foot work area. The sides
of the trench shall not deviate from the vertical for more than 1/2 inch for
each foot of depth.
(b) Paved Areas- Make a square or rectangular full depth sawcut and remove
the pavement by breaking out from the sawcut toward the manhole to avoid
breaking the frame. Do not use pavement breaking equipment in the
sawcut. Frames broken during excavation shall be replaced at the
Contractor's expense. Excavate the work area to expose the entire frame
to a minimum depth of 6-inches below the top of the structurally sound
structure.
B. Sealing Procedure
(a) Remove manhole frame from the manhole structure. Separate and observe
the condition of the grade adjustments. If the grade adjustments are loose,
deteriorated, broken, or show structural defects replace them in
accordance with these Specifications. Replace adjustments that are
constructed of brick, block, or materials other than precast concrete rings
with precast concrete rings, or where necessary, and approved by the
Owner's Representative, a precast flattop section. Precast concrete and
rubber rings, or a precast concrete flattop section will be the only
adjustments allowed.
(b) Wire brush manhole frame and exposed manhole surfaces to remove dirt
and loose debris. Coat exposed manhole surfaces with an approved
bonding agent followed with an application of a quick setting hydraulic
cement to provide a smooth working surface as thin as possible.
(c) If the inside diameter of the manhole is too large to safely support new
adjustments or frame, then a flattop section shall be installed.
(c) Joint surfaces between the frame, adjustments, and cone section shall be
free of dirt, stones, debris, and voids to ensure a watertight seal. Place a
flexible gasket joint material, minimum 1/2-inch-thick, in two concentric
rings along the inside and outside edge of each joint. Position the butt joint
for each length of joint material on opposite sides of the manhole. No steel
shims, wood, stones, or any material not specifically accepted by the
Owner's Representative may be used to obtain final surface elevation of
the manhole frame. If minor elevation adjustment is required to match the
existing pavement surface, quick setting mortar such as Hyperform as
manufactured by Quadex, or approved equal shall be used to adjust the
elevation.
C. Backfihling
330130.88 I 12/18/2020 Page 2 of 3 SEALING OF MANHOLE FRAME
AND GRADE ADJUSTMENTS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
330130.88 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS
(a) Backfill under pavement areas shall be in accordance with the City of
Round Rock specification 201 Subgrade Preparation and 210 Flexible
Base. Contractor shall match the thickness of the existing flexible base
layer, but in no case shall put back less than 8-inches of compacted flexible
base.
(b) Backfihling in non-pavement areas and below pavement subgrades shall be
in accordance with City of Round Rock specification item 506 Manholes.
D. Surface Restoration
(a) Surface restoration in paved areas shall match the existing surface material
either HMAC or Concrete and shall be in accordance with City of Round
Rock specifications 340 Hot Mix Asphalt Concrete Pavement or 360
Concrete Pavement. Thickness of HMAC restoration shall match existing
but not be less than 3" of HMAC Type C. Thickness of concrete restoration
shall match existing but not be less than 8" and shall be reinforced with No.
4 bars at 12" on center each way and include No. 6 by 30-inch smooth
dowels at 12" spacing into the existing pavement.
(b) Surface restoration in grass areas shall include 6-inches of topsoil and
seeding or sodding of grass type to match the existing grass variety, as
indicated in the construction drawings. Repair of any irrigation service lines
shall also be included in surface restoration of non-paved areas.
(c) Surface restoration in landscaped areas shall include 6" of topsoil and
replacement of existing weed barriers, landscape plants and material with
the same quantity, type, variety and size of the plants removed. Mulch,
gravel, compacted granite surfaces, and landscape stones/rocks shall also
be replaced in-kind. Repair of any irrigation service lines shall also be
included in surface restoration of non-paved areas.
PART 4 MEASUREMENT AND PAYMENT
A. Only items listed below will be measured for payment. All other costs shall be
included in the unit or lump sum prices for the item affected thereby.
End of Section
3301 30.88 I 12/18/2020 Page 3 of 3 SEALING OF MANHOLE FRAME
AND GRADE ADJUSTMENTS
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
SS1540 BYPASS PUMPING
PART 1 DECRIPTION
A This special specification includes by-pass pumping for the flow of
was ewater around the section or sections of pipe designated for
reh-bilitation and replacement including active services.
B. The work covered by this specification consists of furnishing all labor,
suprvision, tools, equipment, appliances, and materials to perform all
ope rations in connection with pumping of wastewater and wet weather
flow. around pipe section(s). The purpose of by-pass pumping is to
pre ent wastewater overflows and provide reliable sewer service at all
tims. The Contractor shall maintain sewage flow in the construction area
in o der to prevent back-up and/or overflow into upstream pipe segments
and laterals, adjacent ditches, storm sewers, and waterways.
C. Con ractor shall assume full pipe flow.
PART 2 DEFINITIONS
A By-t ass pumping is the installation and operation of plugs, hoses, piping,
and pumps to maintain wastewater flow and prevent backup and overflow.
B. By-mass pumping provides continuous wastewater service to the users
whit- maintenance or construction operations are in progress by diverting
flow when necessary around the construction location and pumping it to a
do nstream manhole.
PART 3 C•NTRACTOR'S RESPONSIBILITY
A. It is,the sole responsibility of the Contractor to locate and identify all
exis ing sewer lines and services and to provide any and all labor,
mat rial, equipment, techniques and methods to by-pass pump as
nec-ssary for his construction methods and to monitor the effectiveness
of t is installed system and its effect on adjacent facilities.
B. Op:rate, maintain and modify the system(s) as required to conform to this
spe, ification. Upon completion of the Construction, Contractor shall
rem.ve the system(s).
C. Ass me sole responsibility for by-pass pumping systems and for all loss
or d:mage resulting from partial or complete failure of protective
me.sures and any spills or resultant damage caused by his operation.
D. It is the sole responsibility of the Contractor to ensure that by-pass
pu .ping operations do not cross, close, reduce, or otherwise impact any
stre-ts classified by the City of Round Rock Austin Transportation Criteria
Ma ual as "Arterial Streets".
SS1540 I 12/ 8/2020 Page 1 of 5 BYPASS PUMPING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
SS1540 BYPASS PUMPING
PART 4 MATERIALS
A. The pump and by-pass pumping lines shall be of adequate capacity and
size to handle peak wet weather flows. All piping, joints, and accessories
shall be designed to withstand at least twice the maximum system
pressure, or a minimum of 50 psi, whichever is greater.
B. Fused high density polyethylene, HDPE or heavy wall discharge hose
shall be used. Four-inch and six-inch diameter discharge hose shall be
capable of limited traffic driving over the hose for situations where the
hose crosses a driveway. Pumps shall be self-priming, in good working
order, with a working pressure gauge on the discharge. A back-up pump
of the same capacity as the primary pump shall be maintained on site at
all times to be used in the event that the primary pump fails. No
wastewater shall be allowed to drain or stand in earthen sump pits.
C. All pumps shall be equipped with integral sound attenuating enclosures.
Sound attenuated pumps shall reduce noise generated by the equipment
to a maximum of 70 dBA when measured 30 feet from the pump at 50%
throttle.
D. Any wastewater back-ups and/or overflows as the result of inadequate
equipment are the responsibility of the Contractor.
PART 5 SUBMITTALS
A. Submittals: Comply with Item 01300"Submittals."
B. The Contractor shall provide a written description and plan/sketch for
implementation and sequencing of by-pass pumping for review and approval
of the Owner's Representative prior to installation of the by-pass system. The
plan shall include sufficient detail to show the location, number and size of
pumps, the number, location, size and type of hoses and/or rigid piping, and
the location of the downstream discharge. Show any special features where
pipes or hoses cross roadways, such as temporary trenches, support bridges,
etc. A plan for each line segment(s) around which flows are being by-passed
is required. The plan shall include but not be limited to details of the following:
(a) Project information including the project name, location, and permit
number (from plan cover sheet).
(b) Contact information for general Contractor/submitting entity shall
include the company name, contact person (24hrs/day), phone
number(s), and fax number.
(c) Staging areas for pumps including a schematic showing the
SS1540 I 12/18/2020 Page 2 of 5 BYPASS PUMPING
SPECIAL SPEC FICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
SS1540 BYPASS PUMPING
arrangement and layout of the pumping and by-passing facilities at
various stages in the work.
(d) Sewer plugging method and types of plugs.
(e) Calculations for selection of by-pass pump and pipe size(s) based
on wastewater flows.
(1) Length, size, material, location and method of installation of suction
piping.
(g) Length, size, material, location, method of installation and location
of discharge piping and hose.
(h) Pump manufacturer model and pump curve.
(i) Calculations of static lift, friction losses, and flow velocity, (pump
curves showing pump operating range shall be submitted).
Downstream discharge plan.
(k) Method of protecting discharge manholes or structures from
erosion, damage, and unauthorized entry.
(1) ', Method of noise control for each pump and expected decibel levels.
(m, Any temporary pipe supports and anchoring, if required.
PART 6 CO STRUCTION METHODS
A The Contractor's efforts shall maintain sewage flow to prevent backup of
se age in the collection system with the goal of preventing an overflow onto
strets, yards and unpaved areas or into buildings, adjacent ditches, storm
se ers, and waterways. Do not divert sewage outside of the sanitary sewer
sys hem. The Contractor shall take all necessary steps to prevent flooding of
pub ic or private property. Maintaining flow inside the existing pipe during
reh ,bilitation operations is preferred.
B. Any time the by-pass pump(s) are operating, an experienced operator
sha I be on site, or be able to monitor the operation remotely with
app opriate alarms set. The operator shall be able to adjust pump speed,
val es, etc.; maintain and make minor repairs to the system; and report
pro dems.
C. Whre work requires by-passing beyond working hours, the Contractor
sha I operate by-pass pumping and provide at least 2 attendants for the
sys gem for twenty-four (24) hours per day. No overnight bypass pumping
is a(lowed without prior approval from the Owner.
D. Co tractor shall ensure that no damage will be caused to private property
SS1540 I 12/ 8/2020 Page 3 of 5 BYPASS PUMPING
SPECIAL SPECIFICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
SS1540 BYPASS PUMPING
as a result of by-pass pumping operations. Access to adjacent properties
shall be maintained at all times including driveways. Ramps, steel plates,
or other methods shall be employed by the Contractor to facilitate traffic
over surface piping and hose. High traffic commercial properties may
require alternate methods to maintain access.
E Contractor shall complete the Work as quickly as possible and
satisfactorily pass all tests, inspections, and repair all deficiencies prior to
discontinuing by- pass pumping operations and returning flow to the
sewer manhole or line segment.
F. During by-pass pumping, do not allow sewage to be leaked, dumped, or
spilled in or onto any area outside of the existing sanitary sewer system.
G. In the event of accidental spill or overflow, immediately stop the discharge
and take immediate action to clean up and disinfect the spill. Promptly
notify the Owner so that required reporting can be made to the Texas
Commission on Environmental Quality (TCEQ) by the Owner.
H. If the Contractor does not take immediate or appropriate action to clean
up any spill, the City may retain a third party to address the spill, with all
costs passed along to the Contractor.
I. In the event of accidental spill or overflow, the Contractor is responsible
for any regulatory fees associated with the spill and any damages that
may have occurred to public or private property including cleaning,
disinfection, and other corrections to the satisfaction of the Owner's
Representative at no cost to the Owner.
J. Contractor shall not intentionally damage, alter, or remove portions of the
existing sewer system structures for the purpose of installing a by-pass
pumping system without specific approval from the Owner's
Representative or Inspector. If a structure is damaged, it shall be
reconstructed or replaced to the satisfaction of the Owner's
Representative at no additional cost to the Owner.
K The Contractor shall be responsible for any and all damage that results
directly or indirectly from the interference of storm water runoff to by-
passing equipment, piping, and/or appurtenances.
L When by-pass pumping operations are complete, piping shall be drained
into the sanitary sewer prior to disassembly, and all pumps and lines shall
be flushed with clean water until all discharge is clear.
M. Flow thru plugs may be used in low flow scenarios.
S51540 I 12/18/2020 Page 4 of 5 BYPASS PUMPING
SPECIAL SPEC FICATIONS SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION
SS1540 BYPASS PUMPING
PART 7 SC EDUCING
A. The Contractor shall report any by-pass pumping activities not included in
the .ubmitted plan to the Engineer prior to proceeding with these activities.
B. The Contractor shall cease by-pass pumping operations when directed by
the owner's Representative.
C. The Contractor shall perform leakage and pressure tests of the by-pass
pu ping discharge piping using clean water prior to actual operation. The
Ow er's Representative will be given a 24-hour notice prior to testing.
PART 8 ME°SUREMENT
A Bypss pumping set-up, operation, maintenance, and removal for
ma hole rehabilitation will be measured per lump sum.
PART 9 PA MENT
A Pay ent for"Bypass Pumping" will be paid at the unit bid price per lump
su , which will include HDPE discharge piping, hose, fittings, and
app rtenances, backup pump(s) with power and sound attenuating
enc osure of equal capacity.
B The unit bid price shall be full compensation for furnishing all labor,
equ pment, tools, time, equipment, materials, by-pass pumping road
ram.s, fuels, and any incidentals necessary to complete the work.
C. The costs for by-pass pumping for all wastewater lines, and active
se ices that are connected to the 24-inch wastewater line will be
con idered as subsidiary to the indicated "Bypass Pumping" pay items in
this specification.
End of Se ion
SS1540 I 12/18/2020 Page 5 of 5 BYPASS PUMPING
APPENDIX A- MANHOLE ASSESSMENT FORMS AND PHOTOS
INTRODUCTORY INFORMATION
A. Please note that these photos are provided as a reference only. It is the complete
responsibility of the Contractor to verify the existing conditions of the manhole prior
to bidding and construction.
B. Please note that these photos were taken in October 2019.
12/18/2020 APPENDIX A MANHOLE ASSESSMENT FORMS
SOUTH ROUND ROCK INTERCEPTOR MANHOLE REHABILITATION AND PHOTOS
ScONSULTING &SERVICES, INC.
Ae:
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1436022
Bottom of 11.9 ft
Trough
Depth:
Top of 9.9 ft
Bench
Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Has abandoned 36" DI line and live 24" influent lines
• Heav$flow
• Flat shelf that has exposed aggregate
• Influent interceptor angled downward. Effluent interceptor hidden below bench.
MH 1
A,,CAS CONSIJLTING&SER VICES, INC.
__ _,...., , .
., . , ,.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
b
ij:
i
4411,--
lit.
�'' `i
alifi 4t00
aft
, „....ct f,c-,747-lr'- ,,,,,,, : ' -
/*'.. Y x. +
f'
•
b. .,A10111/
,
H,
B
' r
MH1
OAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1430602
Depth: 13.0 ft
Diameter: 32-inch ring, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 5
manhole possible needed
replacement
NOTES & COMMENTS:
• Manhole recently installed
• Coating bubbling at several locations
• Hole in coating on N. side
• Low flow through manhole
• Additional 36" and 24" influent pipes
• Concrete platform around lid and ring is undercut all the way to the manhole
• Manhole in creek area
MH 2
CAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
,. ;'..f,s, 44., e ...'-`.''
,4 „. . -, - •
, .
A'40,
ir .
ft,
.%
4o 7,71,11,
I itr
. ,.
,e 4
''....;, ' ..t.ilk
44-4 , ik , 1.s.
i
. .4
..,.
•...." * .....' .
.11111i
4,
M H 2
iciLGAS CONSULTING &SERVICES, INC.
L.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1430600
Depth: 13 feet
Diameter: 24-inch ring, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Heavy/turbulent flow
• Strong odor
• Coating bubbling
• Trough is deteriorated from possible H2S damage
• Force main to be filled with grout
PHOTOS:
vac
1 =x
r.
, T u
M H 3
zEAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1430598
Bottom of 20.9 ft
Trough
Depth:
Top of 18.7ft
Bench
Depth:
Top of 15.4 ft
Incoming
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Coating bubbled halfway down wall
• Ring needs grouted, 3 of 4 bolts stripped
• High flow
• Manhole walls not plumb/direct, may make it difficult to size a liner
MH 4
CAS CONSULTING &SERVICES, INC.
. „
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
a i
•
•
vl
M H 4
SAS CONSULTING& SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429779
Bottom of 21.2 ft
Trough
Depth:
Top of 19.3 ft
Bench
Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Coatipg bubbled slightly at bottom joint on the North side of manhole
• Trough degraded
• Lid is non-bolted type
• Possible FOAG on top of concrete
• Rough interior, not plumb/direct
MH 5
GAS CONSULTING &SERVICES, INC.
,,‘ L-,,1 Erqr*ozirrN; P--,7 vt•',A: ,-,i. • •A . 1 .
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
,..:
':.
...
,
. .
,
.,... ..,...-
.- -'''.'-::-,'-' - -•°', _,.,
_ _:1'.•.-.04 ., ,b ' ,
. t I oliStiiii
•
",,'. •, 4,°V * ,
. .
— 'I
'
, __.. .,. ....., 1'..'
'. ' "IV, .4.'2,4.11F• --', ' . ,,
k
„...
..., ,..
M H 5
AzkAS CONSULTING &SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429903
Bottom of 18.8 ft
Trough
Depth:
Top of 16.8 ft
Bench
Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Coating bulging, gas bubbles
• Needs new lid/ring
• Odor
• There are a lot of bees around this manhole
MH 6
CAS CONSULTING&SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
l
, r
p
,t
t
�� � fib:, � ' � �; ��`
S i ., r �rv. r F'.a
.fa,„i'I;',k\'\.-..'a*.„'.,:'-..'-,,,,i:4 c, c.
_i .ram Y - '` .3'._
w,1•„,,.,T)-..f.,t....
, ,
'; { by
. 4 .
1-
x
}
• i it f .,11 .
•jam
��., ♦�{ �1} ; _ fit)
1 �'Q� !r !,
., 4... a.f4,,,,.': -•,, ., . fi'" -.:11411,,,,..:.:,,,,s,,,,,,,,:
'-,;i.-,:..''.`:--':.'.141r11'-':l'i
_�*� '� ..p'?t .ako MIDI, n e�; F. "°.
,, .. ., , .... 4itv„ ,:,,--..!.,..., - ,-.
,. ....,::._ .- ' ' 'liii:,.,',, , ,,, , ,..-
"v
MH 6
CAS CONSULTING &SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429904
Bottom of 17.0 ft
Trough
Depth:
Top of 15.6 ft
Bench
Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Manhole in good condition
• Straight lined
• Low flow
MH 7
zsit,,,,AS CONSULTING SERVICES, INC.
.,__.,.....
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
, i
-,`f a
t
', y Yy4�Y ..,. !
a
✓ lull y ,�,"��5✓{h,'
x
j. yr
Y
ram. i.;-
3 T Nam.:
•, N
� .Fad _
M H 7
gietC1,AS CONSULTING&SERVICES, INC.
r Matwormirl "k rvr!
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1432188
Bottom of 12.8 ft
Trough
Depth:
Top of 10.3 ft, 10.7 ft
Bench
Depth:
Bottom of 11.4 ft, 10.2 ft
Bench
Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 1
manhole possible needed
replacement
NOTES & COMMENTS:
• H2S damage on wall
• Spalling concrete, staining, exposed aggregate
M H 8
CONSULTING& INC.
Ailtcii,A-S --
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
y
-- 104,- ---,.,., '.,'. -.\:- :,.:,
Wi" _t
,, ,,,,..,,,,,,r„..,.,.... ...„77-41,,,, .,,,,.,-,, , k„;
Yy
s• e t
�� a' b(�'z ,'.,,,,,,:i
6
R
1. a i' .3_ a
+ a Y" dig
*i.,.,fifikr.#4-,,,, _,. 7, , ,- , ,.
' I ' -i i ' ' '
,,,,,i,-.4:,,:t,t,..-.-it,,,, ......, ,.., .. ,
,,,,„,, ,;.,,,,,,it..., „.,,,,,.,,,,,„„„,...,...4 z,::,,,iii,,,, ,-.,N "`. ' v , ,.,
1, "t*,'
f-� tea,, p_i�v,�4;'.' ' - *II" k:' ' ''''
. -4.- .:
4 ,'k. yk `
Vi,
MH 8
„AIMCONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429905
Trough 11.3 ft
Depth:
Top of 9.5 ft
Incoming
Pipe:
Top of 8.8 ft, 8.7 ft
Bench
Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Exposed aggregate
• H2S damage on N. side on manhole
• Staining
• Bottom in better condition than the top
• Has aj small incoming line with no flow
M H 9
Ati, CONSULTING&SERVICES, INC.
____
, .....
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
,:., 1,,,,,,,oN,i,,,,, ,,,,,,,,..,: ,.,,,, ,„„.., ,,,,,e.‘ ,,..,,,,1,,,.--....$111c, op'-",4-,,,,,,,
toot
Pik' '')-'4"a,r t',' �` h-, -,fir'+ r +��' ,�•,
.:''''' . '.‘':kt, .'' -1;;iii:4'::''''' .''',''''1!.' ' ' ;-&,,i'7,,,,,,i,.„.....,,,:" '',,,...,',..,--i,„,'
, • •--,--',42.-- i,•-:,:,..--, ,..• •-•, e .,y7)41,,,,4r:,,,,,,,,,,„,,,, ..,, .
'4Y.—: 0',4`.:-.:',',..'.' .' e, ,4, '..i ' ''''„I' 0$4,ii;,;,,, , ,.'
'..•. r(Jfr-4i:sk .'i f -"S. t l +�jq',z,,i�.* ` 1
+.. ,,c�+�. •yam--� � \
....#,T,,i
"4
.r—
n
t
;;: 4 el
r
1 l
' n • poi
q k
n x.
R Y
•
•.� k. 7rF F a
J.y. µ;hp
I.
M H 9
AGAS CONSULTING &SERVICES, INC.
'n i.S`a.;�"w 7',p,;.t+ .. : r_a G> ''S. ;'...e. :,.:.►.1,3i-., re ...
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429906
Bottom of 10.1 ft
Trough
Depth:
Top of 8.3 ft, 8.5 ft
Bench
Depth:
Top of 7.8 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 1
manhole possible needed
replacement
NOTES & COMMENTS:
• H2S damage on wall
• Chunks of compost at bottom wall joint
• Lid cracked, needs new lid/ring
• In back yard of 613 Greenlawn Blvd.
• Expo$ed aggregate
MH 10
GAS CONSULTING & SERVICES, INC.
AeL
Lt..L,Xitettflellj PPV9INT
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
. ........— .,_,
,.,,..„, ......... ,,,,__
, , - . • .
),_-•' ---,- ''* _,',,_*--4!-•-, i.,„:„.,.‘,,,,,..., ' _, -
- ' - •4- , ---:',',:‘., ''',.:'--,,,,, ,:f:,;-,,. '''' '..,..* .
....-..' ,..' ,i)*-' - ' '2 it--.7,-,,1'0-.--,..,'„,-,::,-,-,,,-• ' ,,,„
' — • - /,'' ' '' '. -'4i,--,-:-",,.::i,:?, ;.--..-- -sr,-•
f v!,
- ' ..-7[..,
4 — , ;
!.... . ,„..4-
I -.4,.....:'
.4 • ,4:7:''..,_.
,:.
• *%' .
e .
''''::,., • ,
'T ,,, '- •
. _
,. N.
N.,.
''' . '''':''1 W 4 401
...
'...
• .:
_ , c_ b
r
. . -
:1, '' t
'' , •1 :11
' i'• :.
', 114:'.)t'''' •,
. * ' k.'' ,,,,k. •s •- • . ..,...."41. t
v, ,,.?: , .
,
-
,L,
. „ _ -,,,, .. b •
1,44... ..',-,..-,7-c, -' •'...izik'--0 4 /-..
• ,., , ., ,. # J.,
•N.- , r, • '. . ,
.
. . -
•
MH 10
CAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429907
Top of 6.9 ft, 7.2 ft
Bench
Depth:
Bottom of 8.5 ft, 8.3 ft
Bench
Depth:
Top of 7.5 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 1.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Needs new lid/ring (has tab lid), no grout around ring
• Concrete spalling, exposed aggregate, hole in the wall
• In back yard of 705 Greenlawn Blvd.
• Trees and powerlines over the manhole
MH 11
C9N§tiL1]NG & SERVICES, INC.
:
i 4
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
•
It, ,
•:,• .
• •.. .-- :., .., ,
.,i'...:• •' . 1., . - , ,
''litt•'#' : 'I. - '''' ' '" '
,. • .•. . • •. ,..,: .,.•• . , ,, • .,,..
-
' - 1--','-:::::' 4° . -.—- , ' ' ' . ,:r- •''- ' ',1:,',,-.., '
-- -•-,,,_ (A*40' - ,*-." .' . ;.•-:.-....,,.„--, '.,!.1,,,,.
4 .,'-'--.:-,`': - '''''''-',--r ' :t;:::1; '.-' .,,:,,,:,*•11'...‘,--.. ::i,-
,.,,,,, ,.., .. • ... .
,,, 7.*_,,„ :0- . ... ;'.-,,,,, .1,:., .. ..:: . .,.• " , ,, „„,,,,, ..,,,,,,:,_,
? 4
i1,-r.:-. 1,:,•..- . - , - • .., 1 •"• ,,, , *
, . .
,..,
(,' -11,,,,,,,,.'"'=.,„:.-:,'. , , ,,,;.,...,. ,,,,,,r:.,,,,•,,,,,, ,.,..!„,:,,,. . ,.'c''',,,,,,,,,,:,,'.11),411,4*
' •'''A'''''':''
' '_',..-,,,•;,,,,'. , i.-,,, - - . -,,,;,. .,,, .„,.,,,,„r,.,,
„ „-,,-----,-,,--
, „. ,„..„,,, . t.:,•,:',. a ' •' .. ,,,,,,,,,,
-• -ot' , t
.,,_,4,„'-z1,.,..-.4,,. I- ',",,-',•
,......-,., .
• -•',,,,, ,
t:-r''''':.'''-',,,,,,-.,•-lj:i1T.:-: . .' 4' • '''''-- ,...,,„,—--,,,, , ,.
. .., ... _
'- = - ----_-- ,,,.:-.,--_,_-_,,,,,,.. --. , . •'-',-,_ ...*:-.,---, ---,i,--,.,' ..,,,,,,..::::„...',,R;4',-;r1i,.'--,...-..f. ,,, ' ,,,,-4," v-..„,,-,,, ,
vti- 'V- -''''',*ki,..', *-••••,:-L-. ,,,,..;!,"., ..:,-.,,,.i.-:,. ,._-,,,,__..,,,-.,:,,,,,-,-,_,',',-,-:.,,,,•,,,,,,T.,.::'---' ' * 6, ,,,,', --.-f .:i:f--“' 1.' 4,'' ' -,-,--',' - ' ' . -.:,,,'':'''. • --r,,''
,.. . 4„, , . -',-:,,•J' __',.', ' • ' '01
-re,„'', ..„- ''.,,,,, :. ' . •11,104rio.
-,_:•2-,,,..-,- - „,-, ,,,. ,
•
ktV H:4': ''''''''- ...',':,,....:. :„.: •-•'''
‘11--.
:T.:..,,,.-_,.... ?•_,. •,: ,,,, •,,,..-i. .. ,..,,,.. . __
.. •.......,,. ,....:,..
---,,'. :Vtkiz's,.1.,0 - ' r,':f• ,,:-.'''''..' -,....,-,:,.,. ,. _ - '
;,,, ,• - '"C''' '
--. -.-. r.i,:::.,', ,,4;,,•-•'_.,,,:..,4-.
, - - '''''''''' ,41°' . '''.. '- - ,-,, ::f•-:::,..,';*7 ',--' -,'-'
.,,,.
. , •i-, . :',--w, ,7--e4,1
...,, „ ,...„...4
0 r' /,.
,. ........i''
,,,i
1- 11ricor., ,.. -- .: ..„. ..,
... -..,,,...:._--
.• z, 4.4:%.),.,.k .
i., -.T.::,,,,' - ,. --•- ,:-_ -,
_•
.,.:,
j A
_-••.,---, . , iiiiir,z,-..
Fe..., It': . --,-, '-.,,..::. .- • .,: - ,,,-• 7.-''
41144,' ,:- .:-:' •,:----.' '''''' ..,, ,
, , , s,.,......, .,.....„- ,..., ....,,,\-e,iipp:.-7....t•il,,‘..,:..•:---,-,..,. ,,y:,
,,,'„i',41v1:..:('--4.:,' •-__ .04".41,,,,7 ,..,'':,.,2:4. .. 'ir:' --, .;:,',,,---:;';',/,./ :..,.!
AIL"*:c,,..H.,7.,''''..,,:'-,140,ii.-- '...- - • '-,,':*.'.'--'" `'.. . :'''''".4' ' '
MH 11
CAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429908
Bottom of 9.9 ft
Trough
Depth:
Top of 7.1 ft
Bench
Depth:
Bottom of 8.8 ft, 8.5 ft
Bench
Depth:
Top of 7.6 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• H2S damage on North and East sides of wall
• In back yard of 1721 Parkside Cir., owner has three dachshunds
• Spa l l i ng, exposed aggregate
• Straight through pipe
MH 12
4eCAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
a
',:,---f
: -x
F ' 0.
C"
,
i .
IP
-,.:,. _
. - $?� �
.. �YY
T •' t • 11. 1 1
y`
k. ``� M' ' N*44,1' s 41' ' ..'4' ". is . '
,, ,,, 4, i i ,41
1 •*
' ' ' 1 , , '" '',lit-st.?I>i f
, ,. t r ,'1 r
x los..
;,- lit.' Mgt"';$ , ,4' ► '► ..,.t
.t.,,, , i,,,,
.,,&., ,,,,,,,,3ropikTr;*,Pf. -
4
0
n''''..' - *' 'bt Y ifi, '. ''.4' :,,, ' )0,.. ; .'...
ti
1': 1•a--‘.,-' '''.4-': ; .4, f'..: , . i,tio#. - .. .4 . ,
tr ►
I,y�-•'J ti:3'.
1 ir { '�ra,yI 1/� 1, ',' , ,. • � �+..� t =� � Y i F x
N.,,,,•,,,,
,..
. ..*:\.. . '. .,...,?. . i,,,,;:,,,,
„:, Aiti
, _ -
' W,iro !#,h,li.ririi- -
•..,
.:
,,, .; .. . . .
4 .....
•.S ;t •
t
y r.
.... .. _
:-,,,-,,ki.:- ' -'', . ' -'- '
'^1.rt�141' � '
„, V Off•{K L '
''-'4 f"iCs'-'1'--.. 44i tit'1.* ' '''7.,:tilr— - 'A.Z.#-1""''' ; —;
1., t .1 T k SY�r
i SITS } lit
I.
f >-
u
L -!{ 1.,,• •' ° mot.'
MH 12
GAS CONSULTING &SERVICES, INC.
Atte4i -'7,,73fr Mar,s,r-lc! ''.0,1-Jorvrf
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1436050
Bottom of 9.3 ft
Trough
Depth:
Top of 6.2 ft
Bench
Depth:
Bottom of 8.3 ft
Bench
Depth:
Top of 7.6 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Exposed aggregate, concrete degrading
• Had a concrete cap at one point, may need recapping—refill trench with concrete
MH 13
GAS CONSULTING & SERVICES, INC.
,„yr‘Air,,,y,,,,,,-'
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
11
'.. -
46 ,
...., ,
, .
..„._,,
-, -,
, ....
, -,-, -",...4•••••-.....14,-,..**,....W",,,,-,-.::"-#-" " ,
, „......„....„...,.....,--- k
..-.
•,. ,.. .
;,--'-'_.,..‘z•',1: 4-',,,,4.,,,, '4- ,,•• '
••',-.,,,
It '''' '';'''.•E'2' '. ''' '''''.''- . .
'''' '* ‘.:::'...:4:1-'''.° '„';',-, -.•,-i
...lot `i'l,,••
...
, , , .,,,,,;,.„.;. p 40' . "•14:''i*.ii•-'-''-;:ij,f;
-:, f,,• , -.,.,! ; ,•,,,--,
k .s
..-.--!
,
47 ,,
•. -'
r4P , , - . It-.- • ...t''''':::',
•
.
.,! .>
,s..10, ....... _
' -'t• 4. •• ' - '.
t' ,, :tt....-44'•, .,.
..-*,:, , - . 11- , , • ' ire:,
Z 1„,s, ,• 0,,.. -Jir,,:
MH 13
CAS CONSULTING&SERVICES, INC.
.; Pit ' 'it rap,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429739
Bottom of 9.3 ft
Trough
Depth:
Top of 6.3 ft, 6.5 ft
Bench
Depth:
Bottom of 7.9 ft, 8.1 ft
Bench
Depth:
Top of 7.4 ft, 7.0 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed
• Concrete degrading, looks like about an inch of concrete probably lost
• Staining and spalling
MH 14
y'-' '''' '''—
tiA,S..,CCONSULTING &SERVICES, INC.
L4a
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
4,,,,,,' ''',.:7,,,,,-,-;,,,, - ''''''4":1::' ,— - '
..�.�' P
'_
,a
,,,,__,, ,-
,,,.--L'
as k W :p,,,
dy- "''., „ "'4 ' " "�7te " 4w w t ws �- yamMee 1;' �At},": �a w s�aC,2- 3.x.E' x b .m°Tv m; a � .s r• -. '
.,,
n
'.-''-1'. .:,7'-,...'- t k ,.. _ 1..m,'1.4c,',i'li,'
.:5 7
MH 14
AICAS C &SERVICES,INC.
$.,. o.'ng lilt a;.*,.-;
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429738
Bottom of 9.2 ft
Trough
Depth:
Top of 6.4ft, 6.6ft
Bench
Depth:
Bottom of 7.8 ft, 8.1 ft
Bench
Depth:
Top of 7.3 ft
Interceptor
Pipe:
Depth of 7.5 ft
Flowline of
Smaller
Line:
Depth of 7.5 ft
Flowline of
Small Line:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
MH 15
ApAS CONSULTING&SERVICES,INC,
Ari„, 4 Ft - P1",..T i`11 1' r err 1r?,s.,,..*.4
South Round Rock Interceptor
Manhole Rehabilitation
NOTES & COMMENTS:
• Aggregate exposed, crumbled when prodded
• H2S gas, concrete degrading
• Trough appeared to be in good shape
• High flow
• Two smaller incoming lines
PHOTOS:
r't
s }
r
I a f'
f
E�
r /.
4
'
i
,
r•
ro
1 s rod
4 .
i a. 4, ��4.
i i .- r 4„,.
.,.
Yr jam•. r J . ,c M 3.i.,y .
„ .,,,, ,,,,,,
: ,
, -,
- .� Imo ._ ✓r/11 .' �" - 1. 4 '.It Y.
"y! Y.fyy��s ..y�<'��"i!- '•' '� -Y`AvL y: '�l'
lei
,-, ,„;......,;_.,,.
, .__
, iv.,A,„4..,.,. '''‘t ,,,,,,,,.
.• , f:ar , .......111k - -
y�ij it ♦'a :•� / �
. , 4,44$.I f'..—f;','.'--fe,'':,'''-'- ,p, ,
( ,k.,,,,.., 4,,,!....„ . ,,,, ,„ i
, . 4., . , ,
, .."- ,,,....,4
,,,,4:- ..--.,
..1%'-':,,
, #4 ,-..!4...-, ,. ,„• „r i♦i a
.-, ,,,
,. _
..v.
,,,,.„: .,, , „„
, ... ...,,. , , ,.,.
;f, ,,
',.\ '3 4,', 4 i,t?I'44'. ' '''...' ' ' '-'.. - • ..•
Ver .‘.: =4 '%. 't,:i'-n,ielIN't..,,,.-,----''....'''''-''..,:,.'',—, ' :..'''' ,k,
i' } F es*. •-'4"i;!—Iiit• , , ,,1 4 t.1,,v 'te r -.,! ,••"r ti, r ,-,�s
.,..„-4,,,,,lit;
,..4: -.,i-iiiik _-,.--,1
----,- ,..3.---,
i
" � ' irk ;•E��- ,f. . ;�♦ ;.. +e�.�Y w�� �a*a ,�A"
,...
MH 15
CAS CONSULTING&SERVICES, INC.
*#=,5i''rw«',•:f, +;'':.•`, .e � ;"ii['f � 4,__n, ff► i' ••f t-.f
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429792
Top of 8.3 ft
Trough
Depth:
Top of 5.2 ft, 5.5 ft
Bench
Depth:
Bottom of 6.2 ft, 7.7 ft
Bench
Depth:
Top of 6.4 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 2.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed, aggregate crumbles when prodded
• Concrete degrading from H2S
• Exposed aggregate down in the trough
• Located near power lines
MH 16
4 ,,, :,- 1,.0t,,,,,,r'r'Trf'' 'T'''''''''''''''4'"''''''''
Aetlb,
CAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
4044'-'",...„,„
'11",,:,..:.:-
''--1' ,•:'''.' '-',,':e . -.---,-.r'''''''''' .."' .,,,.,. ... '''',--.'', ' - 1,
,...., .., ,
.. ''. . .
' .I 0'.' "'..,,,...._,,,,-.-.,, ••''',,,„'.',' ',,,,
....'„-
,
,,...,
- ,
.,,•,,,, ',' '- ,,
' ' '-'''' '' ,„„,. , •,,' , ,,
11,-',4',:,'::::-,.--_,I;W:_,,'-'-':::''' ,s.- - ;,,,,:,„..,,,,,,,,:_-,,if.-•,-.
,571,_,:.„.::-.-'1,',.---:
4,„.....
, 4 --- -.- —-. ;-
M H 16
CAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429763
Bottom of 13.0 ft
Trough
Depth:
Top of 11.0 ft, 11.0 ft
Bench
Depth:
Bottom of 11.4 ft, 11.4 ft
Bench
Depth:
Top of 11.0 ft
Interceptor
Pipe:
Top ofSmal 11.0 ft
Pipe Depth.
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Cond►tion condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed
• Concrete degrading from H2S
• Some deterioration
MH 17
„AlAS CONSULTING&SERVICES,INC,
v
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
r 4
**4,
MH 17
GAS CONSULTING&SERVICES, INC.
i i'!s eZP.fiCr tit,_P•t" t.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1431841
Bottom of 13.4 ft
Trough
Depth:
Top of 10.5 ft, 10.3 ft
Bench
Depth:
Bottom of 12.1 ft, 12.2 ft
Bench
Depth:
Top of 11.2 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Some aggregate visible and exposed
• Concrete degraded from H2S
• Deterioration at deeper portion of the manhole, possibly past where the fiberglass
would go
MH 18
CAS CONSULTING&SERVICES, INC.
ide
South R Rrep
Manholeound Rehabilitation ock Intector
PHOTOS:
z
•
•� F
MH 18
CAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429761
Bottom of 12.7 ft
Trough
Depth:
Top of 10.3 ft, 10.3 ft
Bench
Depth:
Bottom of 10.3 ft, 10.4 ft
Bench
Depth:
Top of 10.3 ft, 10.4 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 1
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed
• Heavy H2S
• Needs new lid and ring, grout around ring broken
• Spalling, exposed concrete
• Exposed aggregate in trough
• Visible pipe section gasket
MH 19
CAS CONSULTING P-•)9"* &S"k P
1,n ttleIrrE'cSiel INC.
South R t
Round R° °r
Manhole Rehabilitation
216
,•,,'''',0,'•,:.,'.'"':,:* ':':':'-'t':';'C': :::::':''''fir't''''':".:5'...:,<7.::'Si'''''' ''‘i,41%.,' ''''''l'i-,',;''''''''''' '
_:,.,'',',41,,*?:,...,,,f-..,;:',1';''',:.:-',.,,,,7,7:::,2,'
''''
PHOTOS:
it:::„--,',.:',_,-4/4‘:',. .i„,:.'',.:'•..;.,. - -,-,,, ,
-
, .
. ,
1,-.
if', ti:
.. '
,-.' •,..:, e't ,,,,fr
ti: '' ,r'
1
- '•-' ''
', ,,..
4
. . .11
1-:
',,,,,,,•l'..,„..,", .':.:', ''
' "'•
'. tfi
, *1 -`,;
.... .
,,..,.....,
.
4i.
- 94.41110°
-,
.....r. *
- 41.,, ' 'f),. ••-*
;41. -",',...:,,,-,..:.,;,..t..''''.,...•
.... ,.
19
MH -
J4AS CONSULTING & SERVICES,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429757
Bottom of 10.4 ft
Trough
Depth:
Top of 6.9 ft, 7.5 ft
Bench
Depth:
Bottom of 9.0 ft, 9.0 ft
Bench
Depth:
Top of 8.2 ft, 8.4 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggr gate exposed, needs coated, heavy coated
• Heav gas
• Ring has 2 stripped holes
• Exposed aggregate
MH 20
ACAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
,T;;-ei ,,:i,-,-,---,:-.., , „,;_,,-,-,,,--::,-_,.4---,,.,,) ,,,,,:„.,:;;7:,;--.?. ..,,i;,#;;!';',......,:„i;iti.;',,,,,,,,---:;7,,:,,,.',.',.!,:f,-_,,',,,, ,,,.1:;:,,,,,.,;:,;,:,,,..i:T,,,...•:,Ef..,..1,..,....:,.4.„.,,,,t:::',.,-.,.:,,-,,,,,,,.„,„''-T:-',,,.: ,' ,„,..':,,,,,-..:,,,,,,-:,,,, _
,..,,L ,,,„,,,, ,,,,:-,,.,., ,...,,,,,, „.:?,,,, ,, ,,,,,,,,,,,,ts.,„,,,,,,s,,,,-,,,,,,---,..-.,'-----'; '-*''ii''''''''''''''''' '''.* '-- '
,-:-.-,,--.,,,:,,.--:,,,,,, ,,, ..- ,,,, ,:,,,:.,. „-....,., ,,, '::,..,,,,;'„,,:,r,;o4.4;4;,.-t:',.:".:*,t-,,,,,,,,,,,_,,,:-.;;:,;.;,,,,-, ,,,,,_,7:,,,,,,,,_,::,:„,,:,;-,„,,,..,./,:...,,,,,,;.,:,,,,,,s,;-i,z=,,,,-*' :-.,,,!{,-.„.. ,-... , .- _ .,,,,., ' - , .=,.,,__...:,,,,-,
.„,.,,-,,,,:::,. .,,,,,_ :. ,,.:,..,:-..,,,,_.„ . ,„ :,,,,r,„-.,._:-,-,,,--„,„!„,,,..,...,,,„,,,..,...,,,,.„,,.„.„,,,,,,:.,..44,,,,,,:.-'..,,,,,,,,,Z,n,tjf.:.'..',1'.--': ' f,-..-.!--4-''..,'"' •.-'''' '• '- * , ' •
,,.,,,,,'--.., : .,..,;,,,,.,',,:,-,',..1::,,,:,,,,;'..,t'-.',:,?,,,,,;,.;,,',41:;S]i-_-*A,,,-,:iii4t.--1.,4:i,o,:,,,1:`,'7:7:,..,-,-,,cvt.i.0.-,;',,,i!ii'-'.1 : -::_.,,, 7,',.--''''": ',,,,' ..,.':'''''''...''''''*'''''''
s*.* .'?M',6 8 fie. - �i
5
, , ,;,.,,n; 4 a:.;.d# a6 ..# �{" y, dp x�l .24��• 'is b � ^�•' rt•,. .�..,su
f _ t �.� s'`� { ,' s,,.�?K- `# x e 4,� i .w_: .you.was, 'A i
j"4
LL��rr
.._ • rr�....� ems
F
< :` ems•
tJ
:,.',',:• ., , , '' -'
•
4
yP [
f
rA
-_,,-.,
i, ,.: 4 °
,Y
„ ,.f,...,,,,_,„,,...,:,,
,..
` 1, n o-
%
Y 4 ,.-. r ""'off dp .f:�". •lMf. ^' "Itl
' —'sii _ � �k�'�k 4< 6)l+� ,^'. F a�� .'iT �Z..�.�R ._1' �r�^
MH 20
CAS CONSULTING &SERVICES, INC.
4.NY9"otic t-"..• i ;°4:0 3 M4,,,,k t°#
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1431842
Depth: 11.3 ft.
Top of 8.2 ft, 8.3 ft
Bench
Depth:
Bottom of 10.6 ft, 9.7 ft
Bench
Depth:
Top of 9.5ft, 9.2ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• H2S damage in MH
• Exposed/crumbling aggregate
• Exposed aggregate in trough
• Manhole ring broken
MH 21
CASS CONSR oundULTINGRock&SERV InterceICES,INC
AI
South or
Manhole Rehabilitation
PHOTOS:
a :
A fir
► _ , .
w
/
':'. •
•
r
w '
a
,�s
A
y '
ti
�� � i>'tip s J w ,.�
8.
^ its ,.s #�
:4, a � ,q Rt:i .
' 11.--.';'*;.*".i; ' .;"*' ''' ' ''' ''''
,f
ti
3'
' 4. * ''' - ' .'-'*-'' ' '''''.-t
" a �
;
*-- - ff '.' -
"
•
_ r 4. y.
i
, --I'''. r _ s r;.
� � .Y " is rR.
rti .t 'd6?_a f �t
1
�.('J 'fir .
,.i_1•.1,,r:'e,,.
*,,..','.."..'.-.,,-..:*0,.'...,4
`'w w�t'x!1 c: )a VYr i 1 ,,.. *p. 4 . .,e
\_ c ,` p "ate`
.S-..-,;-•,
MH 21
4:±CAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429755
Depth: 10.3 ft
Top of 7.6 ft, 7.2 ft
Bench
Depth:
Bottom of 9.3 ft, 9.3 ft
Bench
Depth:
Top of 8.3 ft, 7.9 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed, trough deteriorated
• Exposed aggregate on sides and in trough
• Good amount of flow
MH 22
. IN .
vICEb, -ztc,A
S
U
&'
ER-
S,,,,,.C',,'O,...N—
�w""#I�•..R'.��lf��b:$,F.�°� S-, e"Y 'e, ' .-
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
yh
ag S.
AH P,� rt i�rer '1{4
*fik'y�i ,t,,� h bi
r
::,,::::':'''','1'1.". S'-';''' '''' ' " '''''' '
_'7D`,� 4 Vy'6 V
.,,., . ''\'',„,,:,' " 7,‘,"-,,,!.,-,,,,,,i,,, , , #
Iti
��`„`".., ,yam # ",, `' p
"4 gym.
MH 22
CAS CONSULTING &SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1755880
Depth: 10.9 ft
Top of 8.2 ft, 8.3 ft
Bench
Depth:
Bottom of 9.3 ft, 9.3 ft
Bench
Depth:
Top of 8.9 ft, 8.7 ft
Interceptor
Pipe:
Flowline of 10.0 ft
Incoming
Line:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, 1 extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Could be coated
• One incoming pipe
MH 23
folLCAS CONSULTING&SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
-ym
.. ems.
c a.
.. �r, L•
MH 23
AC6,AS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429853
Depth: 10.0 ft
Top of 7.0 ft, 7.1 ft
Bench
Depth:
Bottom of 9.6 ft, 9.5 ft
Bench
Depth:
Top of 8.1 ft, 8.0 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed, H2S damage
MH 24
AiAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
*E:41:
•
•
rt
*r
.r
•
•
MH 24
„iiikitAS, CONSULTING &SERVICES, INC.
txposr: ',.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429865
Bottom of 10.0 ft
Trough
Depth:
Top of 7.2 ft, 7.1 ft
Bench
Depth:
Bottom of 9.7 ft, 9.3 ft
Bench
Depth:
Top of 8.3 ft, 7.9 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 1.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed, exposed aggregate in trough.
• Concrete degraded from H2S
• Needs new lid and ring, manhole was open upon arrival when Round Rock crew initially
inspected the manhole (ring had slid over leaving opening into manhole visible).
MH 25
pAQCONSULTING&SERVIIip‘glre,INC..,--.
.,
atzL,,,,..,,,,,,L.,,, ,,...,..10" '
South Round Rock Interceptor
Manhole Rehabilitation
,..t0114,
PHOTOS:
-,--;:- ,. ' '''44,--;.c.)-- - - - ':'-'''''.1,7.;.-:
, --- ,,,,,- .,,?4,-'-7.' ',,;;;:i,c4 '
i i *‘'''' ,4P/:
x ., *"
` ��p;'
,g� .._ ue,. v '^.yw '"..
A
11
i_ ' 'r.- :,,
. , ,,.„- . .., : ,1! i,
, . ift. - . . . . :.4.
7 4.10171:1:-.. — ' .; '
itie:tio
.4,
r yt 'it a,., , i
-..- -
r�.s......
{• i i.-... . .{° -' '- � Tom.
4.
r.
- ,,.-
_ __ ! •::,, _., ,
,,,,,
...., •, .
....., „...
.„
i...„ , _ , 4,,
i.v
- r
, , ...,•,_ ..., •, ..,...7.:,:.
.... .„,..,..
,.... .„:
, . ,., __,: ,
_ . , .. ;, .flet
-,-.4;:e,ti- ' '
.:-
R .. orr, • t. ...w.. A {`y.'.F�a
,f
4,r4';.:1...
, st,.1 . ,
_ ,,,,_,.
j
..,014tiof---* '
ii'4
itots.
,.,..._.-r-,,,4 , ..y."7Pm' gip^ `` <41, ,'
/y
..t - .
.,.
q0"
?"
uti...,a :x'F te.�i-3/4...77,..,,.�A -- - - -c..,:- r�� i. _
_ ''''
, --..,,,,,,,,,: , -,...,,,,::t
......---
- -,
-11.,.-_,,..,41, i_ 1:
- -2—_-_,.
..,..,.7:::;,,... _.):..1....„
�! f , 'ail' ^ , _: w , -.a
s. *• /" j* i
MH 25
GAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429866
Bottom of 8.0 ft
Trough
Depth:
Top of 5.4 ft, 5.0ft
Bench
Depth:
Bottom of 7.5 ft, 7.1 ft
Bench
Depth:
Top of 6.1 ft, 5.7 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Aggregate exposed and fell off when we poked it
• Needs new bolted lid and ring
• Odor
• Concrete deterioration
• Gasket almost exposed
MH 26
&SERSERVICES, INC.
Y' ,.-
-
- -- -
CAS CONSULTING.,,,------ Interceptor
—v-,,,,,----i k Interc ' n
Round Rock
Rehabilitation
South manhole Reha
PHOTOS:
-
.- '''..;*47:*" -- •";-1".r..,<.'''''''''Ii. ' '
' .
. ., .
- .f.-.---:., • .- , . '-f4.-TH' ; • ' .
, .01- .-- ,•* 1- . ,.. '7,1'--,,i- -''',...t$41,1'
-'-
,
• - ,,, . -,.40
. .
...:.: ,14`7.d.'
* . '' ''' ',7:".x,,------,,, ,.'-.;... ••... ' .
,._;._ • ...,......, .P..-, ., ,, ,, ,...........-...'—
..,..„1.--..,t0.-..„,,,i,„-. '''''' _ ._., "----
,..: -•-- .*'•. .;,--,,-.-:-. .,;•,-'•-•:. ''. .. _
•,-,-.
',..*,-.4.-: -•-'`---- --, — , ,,, _,-,-,-:...,-;....4,-., '..,_.
,, ,-7-_,,,::: -!„,,c,z,-
...e.„ .,.,T. :...7' __.--
., ''': :
04#-- ' '''
.., ,,, •.
, s : ,; .-
•
4'
... ,,,,, ,,+. .... ..
,..,
,,, r'-.
4,4„,,,,,„ i 1
, 4 ,
'
- „--- * ,—,•,..*'''Ap?i--'-\,,„,,,:,-'4L ' ,
::
4,41
''''' ' ..gir4X,''''' .''':.:' • l';'"''.:s ' '
' ,'''''t. '::::„• :.,:,,,ii,,, '. ,',..' _'''';';* ' .::: ., ,,' rt.
'Si *
4,,i,
'-'
.i ''
..:441tt: '..' '''''''''''
l'-7, ,.:..iir-'''"
,' —
...1.44i
mH 26
2CAS CONSULTING&SERVICES, INC.
•r,,.,"fin,ki ,_ ,.U c i
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1432133
Bottom of 10.4 ft
Trough
Depth:
Top of 6.8 ft, 7.1 ft
Bench
Depth:
Bottom of 9.5 ft, 9.2 ft
Bench
Depth:
Top of 8.2 ft, 7.8 ft
Interceptor
Pipe:
Flowline of 9.4 ft
Incoming
Pipe Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Frame and frame seal need grouted infiltration at downstream invert about lgpm
• Top ring/concrete fell off when lifting lid
• Deterioration, spalling—especially on the downstream side
• Expoled aggregate
• One incoming pipe
• Consider protection from tractors
MH 27
GAS CONSULTING & SERVICES, INC.
1;."7.7:trt,itic' 1.A.,,,,,yrr,
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:.
. ...fe,,_.iiii„...._,,,.__::::,,,_:,,,,,:,,, t, .. .,_;,,.,,,,, ,.. . .„. •,,,,,,,. .._,,,,, _.:.*41'''.•:,•'.',,:r'-'•,'.'' .-. '',-‘•.. , ‘, •- '-'1,4°' i_-
,--,..... .„.....-...i.,..-.. --• . . , , . :.,,
-- •, r4' i,-.,:„..
:,..
. . .. •
.• 1
.---,.,-,...,.4,-,Ar'•A ,,,,••• ,
..' - •::.',,,,,..:.!',:ii,..i',47,..,,,.;.:;?:.,,,'",,, ,,,,,,,,., .' .
. , .
'''''''''',' '-':-1.',.' r, :,t:- . t •' 4
ki.... .. ,....:,..,.... „ ,
,,,,,,. .„ ..
.... .., , •, ,
... .
.„.... .. ,,..,.,.., _.. , .., ...f,-. . ,.:4--.:,.....--,4"::,',..,.
.. ... ,.. .,
„.. . ., .
..„,.., „ ...,
, ....,..,...,,,_, • , „,. , _..v,..... s ,,,,,
— — ,. ,., . ,
,, ,,/---,' ,-,,,-- .
,.„..,-. ,, .. '4...Of''- - N- p
,
\ ,..".i:i.,,,,,..,.,,i;..,,,,cy.,,,...7t...,,,,v.,,,it._,,r,4,, ,::,,.:...:,,,,..,.,.0.i.,,,,.,...,r.,,,..,,,i,_,, ,....,,...,,.._...,7:,....:...r,,...,:,.,,,.,..,..,,,....,... ..,.._,..,,,,,,.:,.,:...L.,.....:_i.,_..,...:,._,..,,,...,,,,::. ,,i.i,"'*1,,.,;,,,,., ,,.. ,',,,,..,.'„,,,',.1_''- 'Ii.. :: ....,..''
,
\itt.:irl.,4itk........i...........__..._, i , , .....
,... ,
,,,,,-.i.•,,,,,,,,,,.;7,-..:..., —
-,•. , likt..-4.--,:.",,,,-.•.,-,.:,...!...,-.- •: 1
•,.. .,...,...,...., .. :.,.,
' '... ,., ,, •, .- '.,...'''''.:_',. ., ,
' ' v
.,,,,ii.t.,
i;,-- . ,..... .... .
.= .-k r,.....,7.0, ,.. ,.\'''...,,,, '''•-•
-,• #
t",.:i.•tit ..',.. . , - e . •‘ ,. . ,, , , :, ,, .
,?0,,,,, ''' ' "i'',##"•',.•#. ::#••* ' , -
A .44:i.":1 t',. 'i- •'•#.• ''''' '
, ... . .,
.,,,t,, ---•.; 4,1-,..,..:,.--,,,,1,t;t..., .., .
- __ . ,.... ,:„.....,
41
t 16,( ----. ... - -
,..., ., ,..,...,.. . ., ,,,,., .....t, _
• .....,„ , ,....„.•,„ • .. ,.. _.,,,,,,• .
...,...... . . ... , ,.
, ._...... . ,.. ,.., ...,,. . 7 ._ .,
. i
.. ......,.,,.... ... ,
_...,,,....,...,..,_ ..,.. ....
.• ,...,..., .„,,,, , ,., 4. , 4,
‘-.., '_ •, '', 4 k,1
,.
. '... A.,
,. • ......,
•• • • • . : , ,...,_,-, s ,0,._,.. ..• • ... ,
.. .•-•,. ,•-.
•••• , ••...., ,
.„ • . , ,,,c,.....„.. ':',,,„-,• - '
. .. -„,••,,,,,, -
. . .
•,,..
••:.
';'..'• ,1 f,' 4,• ,
i.,,,,,:,•.',,, 0 ,4 ,
M H 27
+. CAS CONSULTING & SERVICES, INC.
.4e
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429868
Bottom of 10.3 ft.
Trough
Depth:
Top of 7.8ft, 7.5ft
Bench
Depth:
Bottom of 9.8 ft, 9.3 ft
Bench
Depth:
Top of 8.4 ft, 8.1 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Needs new lid and ring
• Infiltration at upstream invert
• Exposed aggregate
• Consider protection from tractors
MH 28
CAS CONSULTING&SERVICES,INC.
Azi
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
A • D•.
t..4-- a,Y S� ` s , •
lft4ti:,.
� s
_.,.1-.1,-;..L':':;-,:ri;i;:,''t:;,it1:4:*AtiF:-L!:'
",' ^� ;,WN .fin " 'IVY 4 .
a.
i
f
=' •a, ...•_• ..„..... : .._,...._ ram°" . „ •°r.w
i .
t,
.:__.,..•__., , , , .....
R #
w ,
- zt,ilit$:- ''''''.---'-.'-. ---,':'-'7.-...-.:*:,:- ,., ''"---, :;-,'":1,-..:,.-::-,:;'-''''.....''''--::,. •
- .' L,'3 ,k.f''',A1 .001,,,,,,,,,,,.„,,,,..„,;,„,. ,;,::r'..0,,r1,u!,,,..,,--: --,-,,,,:,„, -,, .. ,i.r.:4,„,„-. -
' :2---- -',--."'„;',; :_,... ''''''''--' '1 t. I(cc,„,-:,,,,,,, \\,,,t,..,,,,,, ,,,,,,„
:.,i, :..,,,.,...
,,,....,. . L,..... .t,. „:::,..„.„ , , _,,,,,,, , . ,.. . .... ..
,t, ,_ ,r„. ,,,,,,,,,.____„,
-,. ::-. -
:,.:,.. . -,..- ....',,_ it..., ,,.
�f-T f} ,-4,-,:- _
.,---. ='.' '---- - '' am,._,* -,!!"1 '., ..tr.,: ' , ,,,,, ,
qa
V 1. :X r �P fir ' y0-.. 7" }, •: y,...
MH 28
aztCAS CONSULTING &SERVICES, INC.
L lc I' ,.,I'a,:8i.11"1SY Ma-t.:. t
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429873
Bottom of 8.4 ft
Trough
Depth:
Top of 7.1 ft, 5.6 ft
Bench
Depth:
Bottom of 8.1 ft, 7.9 ft
Bench
Depth:
Top of 6.6 ft, 6.4 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Small infiltration at downstream invert
• In wooded area
• Exposed aggregate, spalling
• Deteriorated concrete
MH 29
CAS CONSULTING&SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
fi -'--' ..........._,....,..,,„...........
.
-,
f'
r
,,
, „el
..4,,,...7:46;eZS' :,',,'.. '''':'''..:
#,
--,-40-: :.-r
i7: ,,r ;,:!,:,',,i::
..-, •-le'-y."-i'L':-:----:11-,:;,:,,,,----;‘,''.-,:-- ..-- - - .
' ^4-i tor '--•'• if:. :
-,...,:.0,_.1,,,,,,:t,, •-,
.,..,,....,-.., ,. .,.......
. .-....:...,,,-7...•
.t.-.: -• --
--
if
...
-'• .- :4;*....„v—i-, ' ..,,
4'. . •vi
„...•.. '',
1 ,,,, .4. . •
1-lit,,,.....,,,• ..,.. ,. .
,, , . ., ., .., , .. ....._• , ,. ,
,.•,, , .: • .--.,,,-.•. ,..
...„ ,::',..,',Ii....4, ,,... • • ,
, .
. '''.-;'•', --'- "-' ..... e,::,, ,,.:''•' „.,,., :IA '-if.A.:.,,,-• .`
•.... ••?,-,.. ,. • ,
, '- •r A'4_' '‘,.,„,,:''' ''', :._ ---
'•, ,:„-,:.7,,. - /1:::":::,:,,.'-'.3-"''.,',‘,1,!..‘.,/'. , :?'1...:;,:''".- ''''''
...•:::,:;.- ..-.-'' ' ;,,-,',.,:"'':‘._1,;'' "'4'1'.' ''' .' .:.'7:: -,
, .
... ..
' - - f •, ,.• .1.,, _
•_
• _. -,1 ..-„"• -,,,,.. .' , . , , , , _ _
7i r
... ..,744
' ' W."-T'''';'
--• ' -\*...';'-J;' ..-'. * -, •,‹..„, - "', '.:-.:-. '..-'-.. -ik.-.'•' ..;. .
, - .',;.-77..! •.-'
L.,;., ,,,..4 •,,j,• .- . ' "4--- ... • •''''.-*4,04'4-!,-:i- `.*:'.....,:.t,.. --,
t.-, •'.-.. .•5,.....c, -,- !'..., . ...._ ' ilL ',...---,,,,, , .7.-=.__,,,.. -:',......-_,ig°,te
',._A.,, .,-_,.*--,,,-. -....;_,‘„,;,-, , - .---'0•)•----;^ '4 *•-3ii
,a....--,... l'_".' '. .,'.,". e.- ''..' ' ,..'• ' ''::',...',-,..11,.*;-'... '''', .-'-'-
.,-' -- •.". _.... ':,f,-..; 'se _---- z,,,& --N*4- - . ,,,--4-. -,,,,'- •, - ''...\ -.,.., :',,,,-,,,.. : ---_..,,,4,,t, _,• ::,,,,,,:
•• , . 1.0IL '' _ . -. , i'• _'t.'''',',/ i.:'," ,:.1/4 k ';'''..'' ''''.'.'--- -;'": 'i,,'''.
<.',4.---:,.-i.i.," '.•''' : i'''::::-;k:, .-1:*''....'''''''''''''''''''1 ' ' '
-;;..-N, '1....",_' - 7-_,, •,. .''':',.:„ ,.1",„,,t,;,-,‘,` ' ',',- -i,'-'' ' , ".'-'w '' ,,' .
'-40 4,;,'•,-':,' . ,...::',..:41-. r'--: _',-. ;,,:fi09.• k•t''i:•!- l'44-,......1..4
‘,.. .„. ..... .. -, - • ,••-•-... .- ,,i0 -,--;,,Airtr, ....-S;-'40',`':---,.
-.16/1/4 , .. - . 4 ..
'.,r ,. -,4--:.1,;,..,.., , ,..-- • ,..,..-x,".-'„4--,-
.,..-,7.4-c-..,.:,,----,-.',-,,,-.!!.., ,.K.,10- ,,,,„,„ (4...,..--...,\.-...--,-
• ..,-.
;,:.,_ _ ;4, -- -,,,,,-A* - • ,,,,
, - • 1 ,',.:-. '"P.'., . -#-,,:t4",-...,, 4'-.,'''''',.•'''..1, -
4( N,
4, ,, ,...,....„.„
,1/24, - - . . . --4 ' '. '$.-.,i: - - 1--/4"'s- •,....--.,k--!"." ''',-'"-... -
-.1 N. ,,, ,. ,-..#1, .111., ?•,.... . ,,.'\-",4i,.., 7_'14'...\-,;:.,-, -•.
' ilM::_111.• , ,-'',.Z4,.. 4 C-z-47,%:',,*t.1* '-,
,
M H 29
.A- CONSULTING & SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1429874
Bottom of 16.4 ft
Trough
Depth:
Top of 13.2 ft, 13.3 ft
Bench
Depth:
Bottom of 15.5 ft, 15.4 ft
Bench
Depth:
Top of 13.8 ft, 14.1 ft
Interceptor
Pipe:
Flowline of 15.4 ft
Incoming
Pipe Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• H2S damage
• Staining from possible infiltration on wall
• Broken lid
• Top portion of the manhole in better condition than bottom portion
• Exposed aggregate at bottom 5 ft
• One incoming service line
MH 30
CAS CONSULTING&SERVICES,INC,
.,-..-.7-.rr,...r,igyinvol
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
. ,
An, ., •
41414'
i'.
't
•
4
.‘
I' '
-..",..
,•' ''''' .',..r
tr.'4.t
,-
Th
mode:. '-,. •
• I:47M:: . . 1,-,'-ig: -
tIZ1.':
,,,;ct.,..; - • —:- ,-,.....,,
,.,,...•--- -.. • - .- ..
,. .---'-.,,7..-- . . .;.? , ,, • • • .•-• ' .•:--.. ,r.. t ;:,,,, .- ' - -- ...,:,•
....iP .._ ,,, • 1,.. •,,,,, p. . . „. ,
•,,,, •
,..
- ,• .., .' r ' , ,/ ..,.. , ,
•
-.2' 1)
. '.' '•'' ', ,'• ;ri•-''..:VI,-'' •:''''t .:' _'....
,,.!.-1,„;' '- • ,...•'-'-'-',Zia ... '•'-, , ,
'''''--11-6111P'''4.': ,r, ,..,...!!' '.. ,_.---7..,--4.6".01,;;.',. .7 -'. '' - "t* •7: . • - ..:-
. * - :'"re'''''''''' '1'4,•1..".'•'.'"*."''..-': "''' : ':-!`•""•:'-'-',:'1,14,7:-",,'::',.'•-:- 7.--•'-''''' :-:••''' „' .- '•:- •
---7''''''''- -- '4'7 : *,•,-.... -4,,,,,LL7--,-- - ., " '
. ..,, -, .,,,144
, ..... , ....}....t....,_,....... n.,...... . ,_. ,, _ ,...,,,„ ..,,,i..,...,.. . ,.,...'.... ,,.. ,,r,.. • ,,Z::-....•:"i:3,ek;',.
•
,r7L• k , -
----...' .v , :-'4.:;* 4100.2,L .,...ir;*P--0-, '',1,,, ' '
•-* ", ._,•• - '
iii:',„,'.'',.s•‘'!It .;,,L•.:.4.,---...''''Y': :.: ''''`'-'•-:"' t , . „,
'•':'"ei!:''-',.„,i,;(*i.40",:"....,-.''',"1..?'.:iii,,,,,...,..i .7".*:"..,„:, '.,„,,•:,•••'..,1:,..;', "•• ,-...,le, ,
. ... '••''
- ,, •
, ,;stiiie,irsz.r,,,,I.,......, _-•-• ..f.,..,..;,e -,.,, ..„, ,, ,... , , ,. , .,' 4, :-,:-- . *, •'--'-ir''',''''-.-., ' - .— ''''‘ ., ,----
,,
li
A, -
--, . • ,
4, . -'.-'.. .•7:.,ALLS,P,f-t" ......,1,...,4"„,„., '
. . ,
' ,_ t...1.i,...."•0,,,,,.,,,'',„..,...,r,'.."'-'', f
...'.'77-...,":...'A4 ej•-••1-'3;a. •
.., ilitpo '•'''.....-', .. ,-; '-‘..>.-
"..'' ,:*L'''',..,71".'''' '.l'e..''r•';44r4,., '
.. •. ' , - ,.,r.: !V,/,,,,,,,t,• . .•j:',,,,,,,r, . ' - ,..,,,,...;,t,'.' ' '''' ':' 7- "' •!,4',..`"W r - -
- • ,= -. ',,,::.,:o,,T„„,,,,:;i,...,.,:„-r, '•I•
. .-.#, ,•s.;,, ••::".•:,..*::';:"..'''''•;--!i:sLi!••••:—',:.-',;.,---,- '"' 4.,:...''1. ''''f':'. ' -*?..:: ..-;.-,T,, „,,---.: --';'‘'i,-.,*:.,:k0,1;:: .....;:-..7i.''
• .. •.-'" ' '''-..-;.: .— - 4 •- ,... -,` . ' ,-,, -,--' -.4/4,..,.. - - , - . :-,,'-! -..--, :' 4 ,- :-:
'..titlt,'''' - '.., l'.' ',.. . -...--. '-'— ', ".,:'....:1^i;•. '''',:`'''''•'''''U'it!;,',,.. ' •'-;"....:,.!:-.":.•••',.‘,. s,s,r.'ir s:?`,.
t-' '"' ,: . '' " r.-_' , '—:''.'--;,' -‘.'''_"'''-'ir- '-:' '.- .---i'V"ti-g,ont..;.:--11: 1..-•.',,,&"::::',.;-.•'•' ---d•-,
-,, , .,,,_ .,, __ _,...,..-- .•...-., ., --- .- ....,,,,- : •.--,. •,,,-- --..,: -,5:- ,.,.,...10.-.•-:,,,',' ..ii .....' ..?4,', -,:.
'-, -le •ii'.: -"' '. ' ..`.. .,--•.,..'._.'''-'', ' , ,.: -; . • .:'• ""- ' ;,-11 ..S.4, .-
,;., ,6 ,- ,, , .-,..,. .,,,.,,. ...,.-,‘'. .'),::,''C'al -ie'. -.4'"'-•-‘:`-' '''*
'.-•,:,:7 _-.•6•':,/‘•- 14 '--''.,-'...„..;. .. -- - ' ' "......'''''',ii,4:::'.',_?.- :'''' ...,4.,,,,..',.k,4: . ..' .-• ,
' -: , , ; .. '.-,',.•,...,.,.,,, -i• •••), sish. '..,-lltat,4,4*:‘,",..1.-.-,- ....:-.,, -.., .
...,6,....,
,. , • , .
MH 30
CAS CONSULTING & SERVICES, INC.
atit
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1436089
Depth: Depth not confirmed —no rehab recommended because manhole recently
rehabbed
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 5
manhole possible needed
replacement
NOTES & COMMENTS:
• Manhole recently rehabbed
PHOTOS:
y} •
M S[.Wiwi
4`r r
F ya°o ti.
I
':?.-:'-":',.:1,'4t.i,.4f:'
as t �:..,. �
y, rr, �.
i1yrPd'���:t"a.. �. -it:
ar
'a.l .,>yi
r
Ma ^'!, .. ' i as 4 ,
. '''''7,,,tr.,:' ' : :'''?')F*--ftt:'' '-- ,. y
It
f .
7,
.- ..r.,
._ r
is..., . _,,,,,,,,, It'd • .. ,
,
F _
asp
L 1�'.,a. - •.Y'K '�':'i ..AYOr.e..�'.PI+.�'i..:.1 r���_..a i e:, ,.5.-m^"'`�.e 1^'�7SA.�_.J -'IR �>'V-I.�',d4iN.- ...'+T':-.t.' _
MH 31
CAS ztl. .CONSULTING 8rSERtlielt.rEce,p1Nt.oC:r
..,„„.,i _.„..,..4_ .
South Round RockIn
Manhole Rehabilitation
Manhole UID Number: 1434210
Depth: Depth not confirmed —no rehab recommended because manhole recently
rehabbed
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical
Very bad Bad condition, Poor Average to OK condition, Good
Y
Condition
condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed Jr
manhole possible needed
replacement
NOTES & COMMENTS:
• Manhole recently rehabbed
PHOTOS:
t.
F , .)rH 4" 3
,
F
Je
:`2'
�� r „ae,"�'M "`x a'4,• .«: .:, a'��':zz h'• "` �':r
p k A k fi k
)
�' fhk
' � � `�..ter v ,. ;_. ,,,». �a� �
• 3
z
��h
-t P
... J r_i.. a
Yy
r l
fn u, e q M , A�M Ai�TdV.mo-�w +wWP .. O, �} KkkmM � �tik
04
4a,� „a.s ,,,,p'A" 4 Ny FG' 3e m acr
na
A:.. k" e?ern %Q��.+r ,
st
•\�.,4 +Fro•y__ .14
1'...pia i
Z
a '/r k, a .• a. ''i ra
e 0
MH 32
CAS CONSULTING & Si—E,F,iy.,1,,,,,,E,CS, INC.
�:-F�,,:=s�e,!a"5� c._'';u; eq�; .a �.k3t " �m$.1�,�;�W1r,t,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434207
Depth: Depth not confirmed — no rehab recommended because manhole recently
rehabbed
Diameter: 32-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK.condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 5
manhole possible needed
replacement
NOTES & COMMENTS:
• Manhole recently rehabbed
• Odor
PHOTOS:
: , :i-t-,'4. 4" t.-
A
�` � r r���
0 o-
r
1 g
fr.t..1,,i. 'I .
_- ,, _ :.‘?r:.-4,:,,,,,p,, „
ILIP'
:4,---,,,, 3 b45v}
„r
MH 33
CAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434208
Bottom of 8.2 ft
Trough
Depth:
Top of 5.6 ft, 6.0ft
Bench
Depth:
Bottom of 6.2 ft, 6.2 ft
Bench
Depth:
Top of 6.4 ft
Interceptor
Pipe:
Flowline of 3.7 ft
External
Drop Depth:
Depth of 1.8 ft
Collar:
Depth of 3.9 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 0.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Lots of buildup—when the buildup was scraped water leaked out from behind it
• Water appears to be dripping from the walls, walls are wet
• Low/po odor
• One incoming drop
MH 35
C4e± hhAS CONSULTING &SERVICES, INC.
__ __.,_,_,...___ _______ ___
South Round Rock Interceptor
Manhole Rehabilitation
• Medium amount of flow
• Bottom and walls appear to be in tact when prodded
• Manhole difficult to locate due to overgrown brush, had to come back a second day
after removing brush to locate manhole
• Prodded the bottom of the manhole with rebar on a subsequent site visit and it was
hard pipe. Also prodded the sides which felt soft from buildup for'1/2" and then solid.
PHOTOS:
R M m%n s ,
. YY3
c a
v
v r F,
_ v ,fit
�.� apt� ..Y.. ' rw+ _ ' ,�
.i .:- 4 t r 's.
'
,a
-s, - ,
t
• n:
1�
�}
'}. nVl 'k' "4t,dM v,,,, �` i, III!,�,
k
Y
N
s .
.f..:'; .°11,:;#:4!;'44:'' ,* . 1.70,41,
M.',
P441
4
$
rye,, /f
/
'
•
MH 35
CAS CONSULTING & SERVICES, INC.
....... .....
..-.„11.'AV'•19,1*i' • ''.'
South Round Rock Interceptor
Manhole Rehabilitation
•,, , ', , , ' ;,„w 4," ' 7 '. '.7' '''...,,,,,„,„,..' ,,,:, - "" " '. ,* iv: . - .,:'., ...,
— 444. .. , . , , —-- . 4.. 4, •-•"' •-*4,,,,,*144.:,• A ,' ,,.. -,..
e. •-•., . . ,8 ,:4
. .
„ .
- - '-- -
,-,
'
,(e
S. •
'''*•' '-.;4 1 ; ' * • 'N. "• '' '% '''''' ,'" '''s'l -:-
• . ', ,
,, , .ilk „: i .,:.,416,54„,- 4 '44',..'";.4.,,,,, A 4,,,,::%4:,..-4' •
'1'4 ._ -,.' ' 4,,,,,,,..„`-, -e-,;-'.. - ''• ' 5' i :-,,t," -
• e r ..,T7i1",—• `a.,, . '4.:...i7,'"*. "
'• ......,..,. ,..'''
i.,-. i '• ' -If• "
. s•. ., .
•
1
, ,‘""''' Ss-4,•••• .--'' ' .,• ,5,. • 4,..,/ it,' ., r' • '.' •. , ,,,,
fr
.I , ,
L.',-4.:,;,..15".',..i..'' •-' .--*‘. ''..-' i;,-;- ,_ t .,,; '''' ", - '''", „,'„74... .. ',.'.' '',114 ' .4''',i . . ,!''7:4
,ibIL'4tACA.:,' ''• ''' ''''
IP i. -, t' , ' ,,,,, Vlit,,,,, -=. .,,
-V - roi,.„do.---, ,• .; ,
„
- ----n. lhp. t.'
„I'.
,• •i,
t,'
s''
s
',:.,,,Iii ,-7• ''. 1.-' ,.
,.. _
' * ; •f°'''
44;-- • _, , „ 1 ,..
.1,- ' . • ft-
•• . .-;...:,'
t .
•... . r'
4,1: . . •
•
r,
•., - •. s,
,,,, s,,,.,..•
. ,- ''' . ,ttritlit i
\t''''''•ii'''''('''
M H 35
CAS CONSULTING &SERVICES, INC.
440
- I, 1,1 t
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434209
Bottom of 15.9 ft
Trough
Depth:
Top of 13.3 ft, 12.3 ft
Bench
Depth:
Bottom of 14.7 ft, 14.9 ft
Bench
Depth:
Top of 13.8 ft
Interceptor
Pipe:
Flowline of 12.9 ft
Smaller
Incoming
Pipe Depth:
Flowline of 14.7 ft
Incoming
Pipe Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Exposed aggregate, spalling, discoloration
• Aggregate crumbled when prodded
• Two incoming pipes
MH 36
SAS CONSULTING &SERVICES, INC.
All
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
� t,
i
d
d
s
•
•
+"� �'l .4'" .a.' sty
1 gay
A�+ .. - ., S ��. .. Y- tit,
4 9
44
.c'^' tr .w" y, ''' ....A vim.ti { i+ ,r' I'"
1.
..—;„,,,,,..,,,,, .r), '• , 4,,'.., --I•.' ...,-.•• •.:f,
7
etr " : ,' a _ mot' 1• '•f f
'" , 1'1...).:4,:i.:„,4e.,',.'„.:iii,yekti, : .,,' ''',.:::,,,,:), ... . ..,'..., •-''.,,,:ki,-.,,f, x,,,,,,,,.4.49,,,...,, '
.,.
__,.._. :,,. . i,,,,:lf,,,t-", -....•-•,1 ',,, ". ..,.1s', . ,'4:"._t'w,,,71, .,..,io.,,,
j ,y
-. ' - .-...,:,..:;$;,,, -4,...._,....,-, ,.4,:*i,:,...,-,,,'--;_ *,,'
' - ' '''--,-(,.•••,'. .,., ,-,,,, --',„ -.`,..,...4, .i';-, ,, .._,-,,..
} 1Y
-'11Y J 4`_7-. -' '• ems.;
MH 36
.A CONSULTING &SERVICES, INC.
''
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1901789
Bottom of 9.3 ft
Trough
Depth:
Top of 7.2 ft, 7.0 ft
Bench
Depth:
Bottom of 8.1 ft, 8.2 ft
Bench
Depth:
Top of 7.5 ft, 7.4 ft
Interceptor
Pipe:
Flowline of 8.3 ft
Incoming
Pipe Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Difficult to locate/access
• Needs new lid/ring, whole thing came off when trying to remove
• Discolored, exposed aggregate
• One incoming line
MH 37
AteLet,AS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
, , .
. 4 •
I \' ,71 ,...t. 41,,, ,st., )...., .. ,s
,y A II 1 ..., r
, .4_ N.; ., , , ••••• , 4' .._
,. , -, . .:.,....,4
,,`
4001,410,„',: . -:..,,.. ,, •-......... ,'— iz..
.46. I - WP '--'-'., ---1.4t'-' • --,.. 1 , -
' •,,,,, 1,74 -'7,ay i.,,,-,,....e...,. '.,• •• I. ,:,-,, "..** ,•.., '
,-- 4-0...---- ' •.." ---,k7.\--.. -- - ...3 7'.."... , 70,,,,,,W. ' '..
II.-_ ii-iii .1 '-.'''-,-,iii;k:;,..11',,....- - _ .. -_,- -;:;_';•.,‘,4.,,`-•,
- , *,s4,. .•,.,- , ,.
' ,i * '_ -- •
' --1 ; -'-:•--.1. • _
. . . _,. .„.,..:..., , • ..... , . Mr
,.. _ ,.. , .
, .. , _ ,.... , ,
. ,
,,,. ... ,,,_,, ,,.. : r*,'... : ,„, 4... , -. , ,r•,,,„ , , . .
4,-.i.
..,,,
Th;•4,,;\ _ . --.--, -- ,,,,,,, ,,
,. ,,,-•••• _.zit . , ., ,•',-,,,`,),
,.•,_ ,,-,;:! "-.4
,„ ,•-•,,,,
' 7417:.....,„,,,,,-''''' '''''''•.
. ... ,,,, '-'"* : •'' ^,* ' PY,
:,1''i''‘,,---.7------; :--',...1,... *".. -.:::''• ''','-'. 'it 4 ' , I
- ,,, ‘.!..,,s...4:2.:7 '''" i; , :..:,$,,''','• ‘,-.• ,* •• ;.:-.....,. ,,;-.., IL, ___ _,_:
...., .• .-:-•,',-" ,•4._ '-' ,t-.'i,',- ' " I ' I''- ' -
s.. • .- , , . -fi,e, •
'' II/tog:,; :, . -.-.-`•,--. ,.-.'.. - •:;.`4.-'I;I i,
-44) *k"" .‘•-•--7 --,.."';'-grlfg,;...4.i ilAt.11,;,3:1, 1 r:& ; '
• -All • ItA.'. ,fi . (''','., .:, _. , - :. ,•-•‘`it,,:'
„.....---,.r ,....... ...., ,,,, ,, ..e:,,,..„...,,' ....,-,:-4,. ',4ii`:';-: .•
\44' 'It' I y,...•' , „ ,,,,,„ ,, •, 11
, . t,.*.•''‘,, -.. ,": •,..„, ',..,:„_,....,.: , .,
.: 1 , .
..!. ,- <-,-, ,-..:, .- : ,
.,,._ v ,_ .. , . , :,,,,,,.,.., , .•„,.
.....,, , , .,", , 7,7 ,.1. ... ' it. ,, e- . II
l. qi,. ,
4 Stit.AtIA,A., ''•-AiiiiiiialligliSe'
s 1
M H 37
ACAS CONSULTING &SERVICES, INC.
,itt,.;.rt s, :f:e. f erg .m. t o
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1436990
Bottom of 9.0 ft
Trough
Depth:
Top of 6.3 ft, 6.1 ft
Bench
Depth:
Bottom of 8.5 ft, 8.4 ft
Bench
Depth:
Top of 6.7 ft, 7.1 ft
Interceptor
Pipe:
Flowline of 6.0 ft
Incoming
Pipe Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2
manhole possible needed
replacement
NOTES & COMMENTS:
• Buildup on side of manhole at the top
• One incoming line
• Less cxposed aggregate, most of the exposed aggregate is by the ring and a little in the
trough
• Odor
MH 38
At±iAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
',...-'''..). isakipe.8 . ....--- ,..
9 -,,k.,,- -- - \:-..2,4t .!:/45i14' ...., , ,.4, . _ _ . ,,
,,,,,.. $ ' - :7,'10,*',44:::st'Ff'-'4,': *,, " '1111! '• ,, ,.., . ., . ,,,,, .., , ,
4t,..47" - ‘-'t -1-...e€,„,.. '' .,,,,,....ill l,
.arm^♦,,+ �
r
- Y •A >,‘. - ...‘, ,..., ,
, <gy il
�S
:de,
-- --- - iiie , .,,, „, 4 1 -- I -,•.):.Jiti.-..;A
.is
k
0. , ,' , ' - . -' '''"-"'''‘..: ";:7:7. ,.. .ic, -- ' '
p
"
:0" ',;:it'''', '':::.::: -..:;("r-'.--- ' ' '
at
r
N
' •
4. r,
1'14*
® ,.. ,y^ b
p
r A�
i) ' . . - ,
t a VI
,',$,.
'7 :---,
,
'_,,,,...,,,,
,i;',g, ... ,. :.
,•-, 'I ''''''•- .
'-', ', --,_,.
, , .----
x.> � } ; / fir
,. --,...,..,";,
y � �: :,� :>r ,R�,3c�; arii, ,.,,.....-.--.--,,.,.,,,.A,,:,,,,,aye , '�,�-'.
,..,,,.-..,-1....,
,-,,,,,,,,,,,,,
„,,,,-
Am" w 4 5r 6 ¢ 3 t>8,�K'L 1 1 y'5 Y-%' r,`
O.-
' ,d a c u'>
r �,
t a f e YEAS x ra r y q -
'Irj‘,',,".,4,-; M-* - .,,,,,,,
r x ,r
f,
�y 4 9 Y �'?-13" *A.N t j.
1 t Ag'tE i S t�W
-1 +., *'..t _ iii‘e,
> � �...l�,_ a s�Vill**h"�i d � � ^ ,
4 � _
,
it - f r
_ °; , 7
'-,-,':.-4ke '''' )..-7.-;',:;'-'1'
(1
.:' ... k‘ fS;* el-1'47'-155*Li40; :'---;,,, , - , _-,",
14' -:=1:,-,:%. 4.' , .-•
k4:?.:::: 111,10•";"---.----- 4'1:I ' ' '-.- --'
w #
ifi •. .. ',..-Nittss::01,-nr.....,. -.4 -' ..:‘. ,---, ,....
t � RR
_ - , ♦ .may,•
* V� •'��� a •� 1' T
� - -,.
-
t
MH 38
CONSULTING &SERVICES,INC.
jeditiAS +,ir ,wr rl.+^ *,,, r. ,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1435278
Bottom of 14.0 ft
Trough
Depth:
Top of 11.7 ft, 11.7 ft
Bench
Depth:
Bottom of 12.2 ft, 12.4 ft
Bench
Depth:
Top of 11.8 ft, 11.9 ft
Interceptor
Pipe:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Fairly good condition, a little exposed aggregate
• Smooth walls
MH 39
CAS CONSULTING &SERVICES, INC.
, . - . ",..,,r,gaintri
South Round Rock Interceptor
:, , ,, _,_.
Manhole Rehabilitation
PHOTOS:
r *
I NW
,.,,,_
t * .„,.iiiii- - kiwi '
- - 4',. .,,, ,., - .,*,,',':,'''.1,^"4, ,
f - i
‘`, 1 , " -,"'-'-e , .,4,...'t t' ,
• -ti
b .7. y_
1 • A - #w,
1, '. ,r .�
a/ t - -may. ,� .+.f ' --
.. ._ '..--. '... _
,w ,-,,,,,i
A -- p?* .40,........- ,
4. ' / r ?till
" ) gyp,
• 4 tifii. —-,, ,....
it %14 .1 \ ,. l
# n't
,'
41404
4 F'er'y
J 3-,l 'I'3
z
5r=
y
b
-¢ . jib.' '�y
iJ 1l
l
L P
$1:-:;-;:,.-:',-,,,, ,,,,,,,,,,,,,,,,,,,,,,,-,-;,,,,,,,-,:-, ,,,:4!-.;,,,,,,,,
MH 39
ACAS CONSULTING&SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1435279
Bottom of 15.5 ft
Trough
Depth:
Top of 13.7 ft, 14.1 ft
Bench
Depth:
Bottom of 14.1 ft, 14.1 ft
Bench
Depth:
Top of 13.2 ft, 13.2 ft
Interceptor
Pipe:
Flowline of 13.8 ft
Incoming
Pipe Depth:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Flat bench, a little discolored and corroded
• Overall in fairly good condition
• One incoming line
• Located under Highway 45
MH 40
AlltCAS CONSULTING & SERVICES, INC..
li''
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
*t 4 dare e ,
x -`
l
r•
a.#•j ai, ,
r'....
fir..
1—
P.
5;s
iii.
1
.
�• 1
. ;I: :t. \ii
�r,.�,4 ® , �� '" Win... ;��rRTW.��
"i ly
4:,,,,-4,-si-t'' -4?\_, .4.: Ilet --i*. %7114}%t, ,liii.471
,,...iiki. • N.-•',':fai- .,-.:4'- ' ''-4,- - '
-i' . '1''`C( '‘-,e;i0'(.. . : - ' .--- '''''' i -
' '---7'-,:-.,,,*''''''-`1f-:' •. :-...1-',:.!....-.-4:-- •-,::,'.,,,,, . -..!.‘.
.4„,,,-.,:-,-;. -. -.----:"*.t, , ,., - --...,_-'*-,...,1;;:.„,•:'—'.- ''
„:. 4,-,.... ' ,,, ,.- -:-..-- - ,i'_----,..
',,,,,,, .4,••_-....'i .- •
'-' -.-:' ' . ::13''t,A-. ---.:'11/0.4-0',i':- "A,,"#_4 -') ,'- 7„,,,:-.,,,-,-.4,, -..:,..:•.--..i,„.,„,.:_
4-''' ' '''' ''' '''" ''' '''' ''''s. --
-, - . t., .. ..,,,,,,,N. ._......„. ..„:-., „_.... _
..., i. 4.t,,, -.,. ..,,, . , ,,,,..,..._,„..... 7:-'. ..1-r .
M H 40
CAS C
i
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1435277
Bottom of 14.2 ft
Trough
Depth:
Top of 12.3 ft, 12.3 ft
Bench
Depth:
Bottom of 13.3 ft, 12.3 ft
Bench
Depth:
Top of 12.2 ft, 12.2 ft
Interceptor
Pipe:
Flowline of 14.2 ft
Incoming
Pipe Depth:
Diameter: 32-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Located directly off of 45 frontage road
• Slightly exposed aggregate
• One external drop with no flow and one incoming line
• Bench is flat on one side of the manhole and not on the other
MH 41
INC.
CAS CONSULTING
i . .
•••• , •, .7sr,-At.
Rock Interceptor
South RoundRehabilitation
SERVICES,
,detik.
Manhole
PHOTOS:
.. . . •
. .1, ' , .,• ,
"s ,
q, .
----
-;.,1
.. ..,. „ ,
- *s\
—"..•s„--,.,.0',-- e . • - ‘,., . 'I's., ,,,. , \ ,..,;„,,,,,,, ,,,.
. .., .. ,....
• *
, .
...., ,., -
_.
..,H, ...
e ,
.,*,.
,—,:':•:,=::,,=.?....9:,.''''.'''
, N —
7N,
•.,,,,,,,' '''
MH 41
GAS CONSULTING &SERVICES,INC.
}-=$ , a&:,3.e`;w"`Ik'.� �.,�z'..f s- 1,1 r •s t°
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1435276
Bottom of 12.5 ft
Trough
Depth:
Top of 11.8 ft, 10.6 ft
Bench
Depth:
Bottom of 11.8 ft, 10.6 ft
Bench
Depth:
Top of 10.3 ft, 10.1 ft
Interceptor
Pipe:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Fairly good condition, aggregate starting to expose (mostly near the top of the manhole)
• The rIm is a little corroded
MH 42
CAS CONSULTING&SERVICES, INC.
4 i:_,Nr-vseringwr Ai- kyk,
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
, -
•
— ,
s ,
fp
• _
•
•. —
, _ : •
. •
-—— -
M H 42
CAS CONSULTING &SERVICES, INC.
Aefti,,,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1435275
Bottom of 11.7 ft
Trough
Depth:
Top of 10.6 ft, 10.5 ft
Bench
Depth:
Bottom of 10.6 ft, 10.6 ft
Bench
Depth:
Top of 9.7 ft, 9.3 ft
Interceptor
Pipe:
Flowline of 10.9 ft
Incoming
Pipe Depth
Flowline of 5.8 ft
External
Drop Depth
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• One external drop
• Exposed aggregate
• Manhole widens at the bottom
MH 43
CONSULTING &SERVICES,INC.
4,1tfib.AS
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
7,
a
rr y,
r a
/' �rr. i as
e
r s `
S.a
i/ t
,-1#11fr /.4. ,'
4 ,
' T'
Ma
.
c.
i
� � �r
y y
;\ P\`� �ay ,�4 � gyp•,�E`'t�N t. �� r�� f." ,t* ' _il�f�..
lA, iri LL
s
• f ' r'% Ay,..Al
a{',+Itr,•r4-y• .._ i..•. x f \Y,a
`• �:, a. a .J v.- '
`t
1*::.'!-':.4::*-'71
tiM4�
f s ,s
-",:::'''''
,-;"-.1.,'-'- ':* . , ,. ''''..i°,;;;•,
cr, . N4
ek „,,,, lii.„:„, , :',.,
‘,4•It.
,
,.", je , „„ ilik ,,,
, , ,,,,,„,
et 4 ,.
dot r f'4` '',,,4 nq
•
ilk
I�. itiii*.,.,4%,:„
,. •* :71-4(iPA;t., ;'-
K f
_ r, y �Y G - •lY'
tf.
`may`.....,:0,4tt �; { `� s�•. , .ac.'�� r
-, � F � fill i�• ;r �•. �' ..t ,fit • r:�{'
MH 43
AteEhAS CONSULTING & SERVICES, INC.
4 Ergortioni er ral ".-.. .,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1435274
Bottom of 15.5 ft
Trough
Depth:
Top of 14.2 ft, 14.2 ft
Bench
Depth:
Bottom of 14.3 ft, 14.4 ft
Bench
Depth:
Top of 12.8 ft, 13.1 ft
Interceptor
Pipe:
Flowline of 14.5 ft
Incoming
Pipe Depth:
Flowline of 5.8 ft
External
Drop Depth
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Discoloration
• Widens/steps out at bottom
• Minor exposed aggregate, worse at the top
• One external drop
• Concrete of outer collar is crumbling
MH 44
GAS CONSULTING &SERVICES, INC.
South Round Rock IntercepAi.
tor
Manhole Rehabilitation
PHOTOS:
.
i r
s
- '-* ' —
4, .
- - - N, ',-., - .
?!...,...,,,,,..„-,,-,,,' .,,,
_, „.t. .gas
, .
, -- —
.,,,, , ,
, .
w,_
,.-,4 .,,
l �1
. .'.-,.,,
4C,',**g i'
A-,140 .,. .,
- F
,„,„,,,,, ,„„,,,,,„,,,:-:--;;,,,,I., ... , , ,.;
41,44tIkt,
f e`
,......,_,,:,, ,,, ,
i',;•,.,i' tii • , , '_,.-- ,..„..,.., . --:. .',,-;.'.-...-.°,
-- .,-. J-.,- ,, -::-..— ..,.,,
.titiot - -..,___,,,,;,-,,-„.„,,,, .„
„nri_., :..._.. ,..„4,42„.4,,,,?.k ,,,,,,,,,„..;;... , .'4, ,
1, ��lC.`�1F f }. �6�'a S +e
tk..-. .4,#.-,,
'N*7 tt*%``..•
�; :,
.. c.r y� Y`d.+ """y'^ 'gyp „..
�� +'s\ '` 1 � a ,.*.r
�`� - *lfrA.i' '11 1..
V y g� S Oq. �x ,,,
,,,,,
;srm;
s� T _.�` ,gyp'- "F- ,.
s •
'` J �s
:1 r
w
I
Ck
N
6.
J `- J
i
h / i
r
as ,,y tW��
�:�r• a �"u ek'Y �,4.
1 t,
M H 44
CAS CONSULTING &SERVICES, INC.
v-.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1435273
Bottom of 14.2 ft
Trough
Depth:
Top of 12.9 ft, 13.1 ft
Bench
Depth:
Bottom of 13.1 ft, 13.3 ft
Bench
Depth:
Top of 12.0 ft, 12.0 ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed ,3
manhole possible needed
replacement
NOTES & COMMENTS:
• Crumbling collar
• Dete ioration toward the top of the manhole
• Widens/steps out at bottom
• Mild exposed aggregate
MH 45
Att,CAS CONSULTING&SERVICES INC.
rE
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
X
i
r i.4' ,,,
I. ,!\ .,...,(_..,
� . .,-•y,a .
'
A 1 ,a .� _ h +
k ,si , r
,.
, .,,
„, ,i .
. .
, , _....„
. „, , ..
sb s
,....,, . .; •e„,,
fill'''.\ ' t:,-(11 '..r --. v #
� r
r,..
..;
4:- .y, off .. ,...... ,,-.-4, 'y'
, f.„4„:
,.. ,.-
,,,,,,,. .,..,,,,
..."
i), .‘. -1
. ,,,
..„.
t. • •a:
vi''' ' , ,
�-> - � "air .•,' • '4itil
�°t�
r
1_ \ :.' : ...t,',...7''...,' .. , ,.al W
ildi
-a ' =
, '...,.,4:-_-':- ,_,--,4,-. :,----,,,:::-- ' , ,
tdf4 a y
2r �.
,.„.y. .,,
. ,
, . , ,
, ,
, ,
, .
,,,,i .
. .,
,„ ,,,,,
.,
2. ,
, .,,, ..,,,,,,h
„,.,,, , ,
, ,. _ ,.„.. , ,.',,,,..,,,,,e),t,
Irii:,-- ' .
.„ ,•...... ., . 2,,
,,,,,,,..‘1 . Yoir.,,-4 ,
)., ,- ..,,,,,,,,. .
4,,,_,,, .',,,,,,i,,,,,, .,. .,,,,*
,,,...
.„:‘.•.' ...N,r46. „..,,,,,„-
-,, ,..:,,,,,...„, ,, ,.,.:::t--- ,,,,,,,,,,1,„),,,
.e.,„.„ '"`•4 = '...:,..r s 4!4,1:,t, ,. ,
't.ct Iiii,. ,„,
i I
Y y
y,
: V , -.
''''''.;:ar:,t*Vii ',':..,'•;...4,- -. =,,, ,
'':‘,,.'7'.-'-,;,:illt!SZt."fi;l4:,..,,,.i ,
''_'•.":41tiiill':'I';::.* , . , ; ,,, . , ., ,„ ..r44e.T'-,:"'
w
MH 45
CAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434878
Bottom of 19.1 ft
Trough
Depth:
Top of 17.0 ft, 16.5 ft
Bench
Depth:
Bottom of 17.1 ft, 16.9 ft
Bench
Depth:
Top of 16.5 ft, 17.2 ft
Interceptor
Pipe:
Flowline of 17.1 ft
Incoming
Pipe Depth:
Flowline of 17.1 ft
Incoming
Pipe Depth:
Flowline of 11.8 ft
Drop Dept :
Flowline of 10.5 ft
Drop Depth:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 5
manhole possible needed
replacement
MH 46
CASCONSULTING &SERVIC INC.
_ ,..„,----,--,
-- .-- r
South Round Rock IntercjeolLii, .,..,...,..,„ketv-••91
eptor
ManholeRehabilitation
NOTES & COMMENTS: Re
• Two external drops
• Good condition
PHOTOS:
r
P v r
t. m �
i � 4
, ,,,,,,,,,,),_,,,,
x
ftt
•
a
t w r
'b:
M -
...
il
.,,,-._-:,
...._, _
________ ,,,, __:::.,.._______,___
„__<........._ ,,, _ _. ,.,
,,.,,,__,__. ,..,_-_,,,_,,,-,..,,,,
..... , _ _,... ..,.......,..
,...... ___ ____ ,..
..____,,,,,,..._.-:„..._____,_
441
.i.,„
....
....,__ ‘,.,.
. ,,iiir"..`
•
MH 46
AlAS CONSULTING&SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434880
Bottom of 17.2 ft
Trough
Depth:
Top of 15.7 ft, 15.9 ft
Bench
Depth:
Bottom of 15.9 ft, 15.9 ft
Bench
Depth:
Top of 15.3 ft, 15.2 ft
Interceptor
Pipe:
Diameter: 32-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• High odor
• Low flow
• Little discoloring
MH 47
zEbhA CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
x
t
,
4.111' t.
�y.A
1
-At-*-_,11—.... r '',
w - `
4
•
tv•404„ ,,,,,,,
.!1114
,. rt ' „ y"''''''- ¢
1 4' 1 F J t A y Af= J'
Vt �
6 -' ' .- ..
. .. . w Js
. emirs >
CJylj"� .r �
''so •# .A1J r'��.��
w,
I
4 g.,
itritS
,,,.: t )1 4,,,iir
• WM
4
i
:\\It k -,,,%,,4'.:sk.., ,,..
1
MH 47
CAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434881
Bottom of 18.1 ft
Trough
Depth:
Top of 16.3 ft, 16.1 ft
Bench
Depth:
Bottom of 16.5 ft, 16.4 ft
Bench
Depth:
Top of 15.9 ft, 16.2 ft
Interceptor
Pipe:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Fairly good condition, minor deterioration at the bottom of the manhole
• Interior appeared rough
MH 48
CAS CONSULTING&SERVICES,INC,
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
/e4 ram„
Yy '
b'
r, :::!-;;I'r
'.
r `
,.
J
3 vS5
dr.'
sy�X',, '� j ud gym" ,'�'
4-
$Y
r'i
�^ yr v .t�'�' �Y ti.. ydM'"�° 'M
tirlZi--O'.):'r.rr,r., ,.,
',.'''''''''';'.
1
g
fi4
3 4q
,
M H 48
CAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434882
Bottom of 16.5 ft
Trough
Depth:
Top of 14.1 ft, 14.0 ft
Bench
Depth:
Bottom of 14.5 ft, 14.0 ft
Bench
Depth:
Top of 14.2 ft, 14.4 ft
Interceptor
Pipe:
Flowline of 14.2 ft
Incoming
Pipe Depth:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Minor deterioration, slightly worse at the bottom of the manhole
• One incoming line
MH 49
„,.„.,,r.,--.,
CAS CONSULTING 8tckSEIRtileiCrESce,pINC.
tor
Manhole Rehabilitation
South Round Ro n
PHOTOS:
-, .k‘a.:1-1' -71'--. • .'-'4,'. ,:„.--.;
.„...„ 4, AL.--,,—'.--...--- •''---'
ir4t',
• ,4
•
' 4 .
'-'''''''''' \ • , -..—,,,,,,.,
'•',':',,
i ---,...".....,„
,-
tt 1
$ _ ,,,., ,-
* ''' \'' --,
• s.,. _ - H, ,.. ,, '- ,
' **
* *;:',. .4
- t :;i'.,-, ''';‘,...,---4!''''''
-vP N4'
gilittit:''''''4' \\\\
la,
1 ' .--
-.
,__,.,•.,..-,it-' __-i-- ".---i-.-' .--V 4,,,ii
... t„ ••- .., . ,• • ,,, , ,- , , :‘,
•.4',”: ,-- IR. . ....- •::,4,,• . -,i. „,,i 4..4., - . .;
,f,, 4 A.,,,,.. 7.
-,--
:!!
•ei.,,,,,,,;,"1.1,,,';',':,'
,
`.., ..
,,,,,,..,•,.
---,‘„,„:,•..c.„,,,. ,„,,,,,i55.,,,,,--
M H 49
AGAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434884
Bottom of 15.0 ft
Trough
Depth:
Top of 13.6 ft, 13.3 ft
Bench
Depth:
Bottom of 14.1 ft, 13.5 ft
Bench
Depth:
Top of 12.8 ft, 12.9 ft
Interceptor
Pipe:
Flowline of 14.8 ft
Incoming
Pipe Depth:
Flowline of 13.8 ft
Incoming
Pipe Depth:
Flowline for 7.9 ft
External
Drop Depth,:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Good condition
• One external drop, one incoming line
MH 50
CAS CONSULTING & SERVICES, INC.
.4±1
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
y ypt 111,
i
k a�
'Y
4
•
MH 50
AeLCS CONSULTING&SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434885
Bottom of 8.3 ft
Trough
Depth:
Top of 6.2 ft, 6.4 ft
Bench
Depth:
Bottom of 6.5 ft, 6.4 ft
Bench
Depth:
Top of 6.0 ft, 6.1 ft
Interceptor
Pipe:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Little bit of debris on bench, can scrape it off
• Good condition
MH 51
CAS CONSULTING& , .
South Round Rock
SERVICES InterceptoINCr
Manhole Rehabilitation
PHOTOS:
:.,7,,,,,i1,4,_: :..,,- __,:j.,,,,,N,-..„,,;i14,;J.I.:,,,::,,:v.,,,,,,::::,.,-.;,..:i-..',--' ,.',4',"--4-',.;4..-iim::.,'.,'..ti.4,2.-,--'_.i--‘:'. '
Aga-,� iL
yr..,q'.; `�'r h .
u.
'ItiO*:'''' ‘' ' \''\'' ' ''--'4': .' .
a
ryy
�. ,.. .>
l
n
y,;
3'S
, - -- ' ',;;:-A.i.*-alf:!;i7ilt.'::;•:;i:'.i'.' '',. .,
x.
'-''.'...' ' -'4 4''''4M''''''''',7:4'.1--;1:7•-•''''',..:''''-'1514''''1''-.-:ii.',.::',7'-''''1';''-':::::'4':'.,''''''''44.'',..'''''i=:.-.';•"'-f-,-,:'•'.•e r 4';',,,,'':'''T?:'f,;':''''';'-',i ri-:;:giril.-:''-'-';::',::::'-'''':'''':''T::-'
MH 51
SAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434886
Bottom of 13.0 ft
Trough
Depth:
Top of 10.6 ft, 10.6 ft
Bench
Depth:
Bottom of 11.0 ft, 10.8 ft
Bench
Depth:
Top of 10.7ft, 10.9 ft
Interceptor
Pipe:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Good condition
• Very little exposed aggregate
MH 52
At±CAS CONSULTING&SERVICES, INC,
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
_LLB
+�;•
r •
•
__ e
MH 52
GAS CONSULTING&SERVICES, INC.
At:
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434887
Bottom of 12.1 ft
Trough
Depth:
Top of 10.4 ft, 10.2 ft
Bench
Depth:
Bottom of 10.4 ft, 10.3 ft
Bench
Depth:
Top of 10.3 ft, 10.3 ft
Interceptor
Pipe:
Flowline of 10.6 ft
Incoming
Pipe Depth:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 3.5
manhole possible needed
replacement
NOTES & COMMENTS:
• One incoming pipe
• Minor deterioration
MH 53
,11-',41,--'`...'",i'd ".
or
CAS CONSULTING & SERtlielCrEcSe,p1N.tC.
South Round Rock In
Manhole Rehabilitation
PHOTOS:
„..,;
,:,;--;:.4;1•?---"..,
:„."
...---
' :--' 'it•.i,.
, , ,ry.
, ..
41
...„.... .4 i
, ••-
-., -,......•
$ • ,...
-,,,,,,-$._,, •.
':'-',. ''..1 -?': '''. ',:t''''fo,,,'::'$,lftit,*P''*ia,g':„,;:•,•' :,*,,,,,
• --,-it';;,..:, /,',,,::,,,,,,:m„,:,,''..•„„,:,,,,:_,,, ,. .
, ,. , , . . •,,,,. , ,!'„,z,f7,4,,,,,,,,,;;-1, ,„„ *1,4 47(i.c,;;-:',:::',-i--
...'..,..",,.'
„ft,,..-,
i': . ,4, • '-.
• , ,.., ..,-, ''',i .4,,,,,1.:.;:,.4„:'• ` 2."7:-:'
-...' f'4- C1,- " - .'s:0..„,7"—‘,\, ''-..- ',',,', '- i,:',..,. *.,'•-•,',;;. '''s.-:--,'
*4-
.A .#11,.• , ••,,r4r.
44 . —47-
,0,4
4trilf4f-..-,-;-::'',- ,,-'-•-,'1'f.15';[-:::i.'•-.:,.
:,,,,4,..",,,,.., • - , .,..„. ,r , . ',,'..41, .'
'• _ - ,_::. „' -•' .7''::..t.,, ' .,.,:.;),,,ev. : ',, .
410110' 11w,-
- •,,• -. 1,, ,-,',...r.,, ‘,
,•.. -,,-, •,kA.
. '' •,;•.
,, • ,',., ,.'.,' '$, .., ,,,,", ::„.".,'
-,: ..' ,"."....? ...-: .,..•'-:..-,' -';, " ‘,„,,,- ,,,-v.;_
-'': 's':. . - , ' ';'• " ' 7, :.4-'.'":".•4.---•...;
aftcf'--.
,.. ..
,-J-4: .a.,...4t,,A4‘, lit•,:-- •
': •
,• .11'n" . , ,-.:.'s''''
ft•' - .i.,- - it , '.An 04,-,....h. , : ,‘; • ,
....-f;i'ql-i4,. -,7.,,. .,:,..„:-.
t• tg;.. ,,,-.41- , .,,, -.17,•',f4A.,,,,. •
4 ,
;sn '',
' ,' — ''a'ii";-• .''411.:.:("*W...
v• *1,,,, 4s,.;••..,..., , •..,. ,5 . s' ',
,,,,,;:r...-'1., .;,i .:, -1.,;,,,ii,;.:,::.,:44.4,4`;i,',:•:, 4'7;...,,,0:,.)s . ,..,_'.. .:-
• .' :••V--f' ' iAW'''...1.---•
.'- .1 • • J ' . ' ' i i.lts'F' •
mH 53
AiAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1902298
Bottom of 10.7 ft
Trough
Depth:
Top of 8.2 ft, 8.3 ft
Bench
Depth:
Bottom of 9.3 ft, 9.6 ft
Bench
Depth:
Top of 8.5 ft
Interceptor
Pipe:
Depth of 0.7 ft
Collar:
Depth of 4.1 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor, some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Minor exposed aggregate
• High flow
MH 54
CONSULTING .
,,.,
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
, , ,*..:„.i:, ,--.,,
. ,-- -.,..-:::--- :.,..,-, . ' -',;:'
k
-lifIA:\-, . '-:
4
yL� r:
.,,�,, MY fir _
- ,,,-,:...',.4V, :::::;e:
•,,' '414,.!:**,'''',.::::1,--:-,:::44,:•-•L''''''',,, *7'"7.:::'''.''':;:*''''-
1 4' - < ":,-...,,,,,,,,,,,,:,
may, y 4'-,.sc lWw q .t
A '°r� f4 ^ y�S
�
., Z (�f
P & $
:s
• - +1,. x _.,. .x..'.R -,,n. vi,.,.. - m. u,g ..yam.
` #"•
a
i� y � � -; _.'Y> Ad. • ..,. � � � � x
� A
l.•s �- A� Y �aq-, i fq
+ s `y 4 T1 ,, ...vx,,:A‘PYI IRwW II
:-:::'',
%' .l, ...+ h ,! .,_, : f L' Utz t
' -.,,,$,..A'',4.,''.'''',.4,;-iiit-tv..."'.:-7,44:7'''','-'7.‘ 't; . -
_,,,,,,„,,,,,„„..„,,,,,..44.. „,,,,,,,,N.,i.„,.1..,,,,‘,.
& sa
4..r to • w�` ,bra � - � .,
at ,
F
','.:',:'''
MH 54
GAS CONSULTING & SERVICES, INC.
2thi,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1434862
Bottom of 9.9 ft
Trough
Depth:
Top of 7.6 ft, 7.7 ft
Bench
Depth:
Bottom of 9.2 ft, 9.0 ft
Bench
Depth:
Top of 8.1 ft, 8.2ft
Interceptor
Pipe:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Exposed aggregate, a lot toward bottom of manhole
• Spalling
• Possible bubbling
MH 55
CAS CONSULTING SERVICES,INC.
4,110. t1„..
South Round Rock Interc__4-0..,_...,,,,,,,,,,,
eptor
Manhole Rehabilitation
PHOTOS: , ,,,,. ,..._ „,... i
:iiiiiiis, --.
. 4
Joao
.., Al - -- - ,, : -- - 1 , _-.,
\„...„., ,
., ' ,..,.....,,,,,. - . .i„,.....,,,,,
,.„--...-t-- ,,, , _,
,,,...„. ......_...,......- .., ,,..„.•,-;:,,,,,,,,.,„*,,,,,,,,;
,,,,,,,,,.07-,.,;k77,---7., „.,,,,,;,..,,.,'„..,,, ,., ,
',.--
34.--iiii--,,--:„4„,,-,,,,,
#., .,'
:,-,,,,i4k.p. ,i,:,.,:.
‘. ,,:,z-',„--,-: .-.., ,,, .,‘,,,f,-..,,-: -,,,, ,,
..,..,.,‘:,, ;, .,,_,,_,,.;,,,,,,, , :.,,,,,,,-,..,,,,,-„,
0' -.---1
,,,:::,,, ,
,,,,- ..,..,
'-.4, -- w'.t., , #,a Jam
./16,,,...,.
,
. .
i
..,. :.,,
. . if .,,, ,
— „ram
,y
x
3w
d?•i
•
a
M H 55
CAS CONSULTING & SERVICES, INC.
.i; rr kArwrial '
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437309
Bottom of 12.2 ft
Trough
Depth:
Top of 10.2 ft, 10.4 ft
Bench
Depth:
Bottom of 11.6 ft, 10.6 ft
Bench
Depth:
Top of 10.7 ft
Interceptor
Pipe:
Depth of 4.2 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Cond►tion condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 2.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Small amounts of exposed aggregate
• %" deterioration
• Discoloration
• Visible pipe section gasket
MH 56
CONSULTING .,,,,--vi
cr-a'r" -
jetiiicli,,,,A___ C . ,,,,,,,,,,,,%A-Art.11,71,1'1'1,,,„,....-
South Round R ock Interceptor
Manhole Rehabilitation
PHOTOS:
`tea. P �� y
,a
s
rmm
14s�.
#d ` a
9,
r._
ti
-,,5,-:,T,-,i--1. imiL:'-'-':::-
,,,,,,,,,,!',-. wi: '
,!,,,,,:.„.„..„, , . ,...,
-,,,,,,,, --- —
,,,,,,„.
,..‘
.,,,
„ors y,,.
FY � �,F
s4" • f�
j, 4�,' # ' `h-...,- ,i,, :-.44,;' ' F.7,4-4;--, i, :,,,,,,,,,,. ,,,,c , i
F , ♦�a
$V.� f��'X� � 1 �:
Oc.4,,,,,'',1,..trP —'*',o- ,,,
', ,,,,x,i4.3"#'4,1 ,,„,' k ''' -
,..T.1.--
• 1 �J
E �.
-,, ,of.-1,:iit,-
,.,
u ,fiF �
;,,
''''
'';''' ' '' -‘- f
�.,,•' {^ ][ '�. w�'.«max. ." w;i%� ► F. ''.r*.
.„, '--
fib,+7 rr:i �,� • +'�,, .�p�.,,�'�✓+�'e*T.p. 4��.�. 9 `•y��cr►`�'�A�A�Sy'^ t � Yw :r
.,, � � .k�n,�gx ..� �`t .off.,�SSA,,;�f ���#�r er7, 4 G 4�+: •j„� ^�i a
3'> ,� v✓ .Y .a- f�,4 R "^' S ;, y} .` Jam „ �.
f '- y • m ,, w s w 4 0 a R
e h" # �ram•, a l m'mp� . ; za.
.fi.` 1. r, aid �. �y� 4a�,` tf #, ,:,s,*, �*+.;�
d v .u. aa! of b ^�.� ..�'�' fj _-r ...:�i�.'a ..t
MH 56
CAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole U/D Number: 1437310
Bottom of 10.1 ft
Trough
Depth:
Top of 8.3 ft, 8.2 ft
Bench
Depth:
Bottom of 9.7ft, 9.7ft
Bench
Depth:
Top of 8.6ft, 8.7ft
Interceptor
Pipe:
Depth of 3.9 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed ,3
manhole possible needed
replacement
NOTES & COMMENTS:
• Cracked collar
• Odor
• Discoloration, deterioration, exposed aggregate
• Debris in trough
MH 57
CAS CONSULTING &SERVICES,INC.
.I ,_ ..- ,
South R Rrep
Manholeound Rehabilitation ockIntector
PHOTOS:
,, � L
', /..;.90i.,, , 4.-e., ,9 et - i'''-, ,,, - , :-- ,,,..-
S::-,t:i-',,t,"
'"(ti
'� 7 'ray,.y rL '! .r` �x n «Ri -
. �- t
. - - 'i'"4"-'f-_,:;;:!...-;..,..,-.',7.,.' _- -- - --„ '.3'..::::,..., .
c
r-
4.:i',,'",'-',,..,-,::-.• .--''' ,,,,,,'',;,;,-,.. ' t, -'''''' ,,‘,...f"` ''. '16.- '
. it. �:.... .,,, ..•=.w� may. ... + - - dw_''..
' fig;= °_- i- -
•
t,
1.
CIA /
/ , , ,;'''..,,,,'''':,.,11,,,,,,. '41'11,.4...:*,i,''f'7';',
i •f ems, w A} /yam ,•. N 4 •!. y w:,:-
'''',.' -„. ,,,,,Liiiittittlilliiite!::' ;_ \"!,
♦ x
Ilt
-`:' ..,•• i',,i-.s,:•_,,,,',;•,,,e,.i,,,,:, _,::,',,,-,..,:.,,gr.,:tj,,,,f.,.;....:
-.,.?,..,-;,,..-- - '-i._:-4.(,,,-,.- 'r ,, . , :,,, . ,.,,f, ,.:,„.4'..‘,:,::,,,,!,--,,,,,;:',-.:,,i'l';:t,',',5„-:'' ,A,
eii:1-* _ '`*" tom• t 1 w a. ' ''';l,'� i
C
�j'�l�;3 � •ed y '1';�+'-, ""7'.: : 3�"k �
a
•
w
� >n
}1
i"
f
Eat
F*f:::;,...
4
9,,,,, f
.0 s
4i
3
.
k
J ,
•
s
S
It
M H 57
CAS CONSULTING &SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole U/D Number: 1437307
Bottom of 5.9 ft
Trough
Depth:
Top of 4.5 ft
Bench
Depth:
Bottom of 4.5 ft
Bench
Depth:
Top of 4.4 ft
Interceptor
Pipe:
Flowline of 5.2 ft
Incoming
Pipe Depth:
Depth of 4.0 ft (even with ground surface)
Cone:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Exposed aggregate near ring
• Discoloration
• Low flow from incoming pipe
MH 58
AgtetcilscoNsu .r114G8r.,..,,,sERIi.,..! E!, INc,„..
l
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
... J. -4.7. ,,,,„ .
,
,,,, ,' , , ' - 1: ' -„, - -'•-i. , ,P
—,-
,
.it•it, .,
.-.;''''''' - • 'Artil ' ;,.. -,. '
\-..41
'......4 , ..,t.: .
,, ; ,. *:• -- . _:'*‘1`,-.
. , ..
—
1.,r',.;:-
. w.....,...,,,,.._` ,,. ..,,z,re9,10,......,„ ,-..,,,,.....„----,- -- •,,::, - ,
.. ,A.
-:,-J--
-. •-, ,,
. ,
2-
, - ...
.__ .
- 1-:;--'
. ,.,
-k- , _..,
1,--. - , ,,
-• -Nr,:i,lk - v 1
r• - -
'
''v •\,' , ,fl' '',,C „,
,
10
`'-
,_
'..-:•'-',. :!--.-.'''' ''''' , '. 444 „„.4.iilbia,''',, — .
M H 58
At:LAS CONSULTING &SERVICES, INC.
..
f- F�:n 'oi%4 "". Irt?q.fit Ntr.' r'r a .�
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437306
Bottom of 9.6 ft
Trough
Depth:
Top of 8.3 ft, 9.1 ft
Bench
Depth:
Bottom of 9.0 ft, 9.1 ft
Bench
Depth:
Top of 8.3 ft, 9.1 ft
Interceptor
Pipe:
Flowline of 8.2 ft
Incoming
Pipe Depth:
Flowline of 9.1 ft
Incoming
Pipe Depth:
Flowline of 5.9 ft
External
Drop Depth:
Depth of 4.8 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
MH 59
CAS CONSULTING&SERVICES, INC.
AZ ,„. „, ,�„y,,w , ci„`. `-rr%U Xird z ,-*arr., ",t-rery.r
South Round Rock Interceptor
Manhole Rehabilitation
NOTES & COMMENTS:
• Ring and collar combined as one piece
• Exposed aggregate around the ring, not as bad on the walls
• One external drop, one incoming line (one with no flow and one with very little)
• The bench is a little deteriorated with exposed aggregate
PHOTOS:
- Ai* : ' ' ,4-4 - ,
tk 11'' ' ' " ' 4t.;7:4';'''''''-'11' ''---)"' ,
'IP:i ' ' .'4- ' *
��• ��'yr.fit sg` � �,(j'r.���
r
• # ,*e',:::‘,,,,,,,.„ , .,,,4 ,
4`
'',:t,..14' , ' it "i'f;`,,,Affa.-,.,,, .l', -'.-*
k.
/Id
i
, : , ,,
x t z' M A
--, . , ':',' •A'' `'. ' :,y;;;; '
b "'af } d
'1.0 - '''.,,i'4 1111i7,.s. ,`',' `-' ‘-' 41
ti x ':,
•
s, 4;
,f' \
, 1:
j
f
. 4 ' .
_ s� ti �.
6.,` ' ,
,'.,..,', ,AWN
Ad
v
ib,\ '' ':,._ , '".:— .*
d - Bryn N ^yf r,
b
^Y R J:N
MH 59
CAS CONSULTING&SERVICES, INC.
-a
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437305
Bottom of 10.2 ft
Trough
Depth:
Top of 9.1 ft, 9.1 ft
Bench
Depth:
Bottom of 9.5 ft, 9.6 ft
Bench
Depth:
Top of 9.1 ft, 9.1 ft
Interceptor
Pipe:
Flowline of 7.0 ft
External
Drop Depth:
Depth of 2.4 ft
Cone:
Diameter: 32-inch lid, 60-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Walls in good condition, some exposed aggregate at the top of the manhole
• Debris on bench
• One drop
• Deterioration toward the collar, not elsewhere
MH 60
GAS CONSULTING & SERVICES, INC.
f.
,,,
South R Rrep
Manholeound Rehabilitation ockIntector
PHOTOS:
,, mac r
«.�- �• �
_ir,4,4,—:;0'' - -—'-;-wAk,,,t4i'k,..•• ..,, , i•,,...: ,„,..,• . ,.
,.: ..� 9. e am,
,L,M1 Y '' Y
f ,� k r F,r
i ~ .. 1,SQ y V k �3W^ #,4.sid.. #�,!k aa.
r • c
.
u
a ,
•
,a • r
L
r..N'
v
.. .f.,,',,ft-i.--.'4.--..7.'-ii'- '..i .4,„,.,,''- -. -,-..,:'1(1',*-r:.-:'."1.,.'''' *,......
•IiCit'f_ill!' ..i:,
---k,:.- '.r,.,..,-t,...''-:.),..
-, ,..-..-,;,..,_.
1 i` l
*44
a •+a •
. ram,
, . r
Ar s/ yzA rq,sf 4�a
.Q. .;*tix.Y C i-*. ^'� f• A.•
t �rcw"a w`,' r
°�' i 3 +r.rf e4 � ary
t,� a x ?
f
aa.
�•
•
y ....• .
t
_ • •
f
s
r
R,v
si �k ,:, �,;,:'i.•�a. ;'4a':pt
M H 60
CAS CONSULTING &SERVICES, INC.
jety,-,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437316
Bottom of 12.1 ft
Trough
Depth:
Top of 10.6 ft, 10.4 ft, 10.6 ft
Bench
Depth:
Bottom of 11.3 ft, 11.3 ft, 10.2 ft
Bench
Depth:
Top of 10.5 ft
Interceptor
Pipe:
Flowline of 11.1 ft
Incoming
Pipe Depth:
Flowline of 12.0 ft
Incoming
Pipe Depth:
Depth of 2.0 ft
Collar:
Depth of 5.4 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
MH 61
CAS CONSULTING&SERVICES,INC.
.4t ,,,,,r-.....„ p.,,,T.Nty,„..„-„,-. ,---.....-r.,,,,,..„
South Round Rock Interceptor
Manhole Rehabilitation
NOTES & COMMENTS:
• Exposed aggregate
• Mild odor
• Top is in good condition
• Two incoming lines
PHOTOS:
..0? " .i
ts
. c_g
pow
4.� F
°'.+t.r , si v
I � s' '
r
Y
A
2 8
''''',4:4:,,,,,,.-'''
;:-:'i ,,-,--:'':f.4'ii,h-..,,,' „....,
,., ,,..,,,,.,..,,,,),. , ,
''''',,,::.A;;;;;..'
, :,,,_ ..,,,,,„4.-.),-,,,
. „.;:- -;-. '''‘,..,.! , -' ' * -4,-4r4-,i:?citiiit ..
0,,,,,-,,,,,,,,:ri.ir . , ,p,,.4,..te,.... -,'..,, k ,
.I
'.'t-eift;;;;-,',:. - ' ...
.., . . .
',:,„, 1 ,
,.. .
,, ..,.. -,,,t,7:0,'
i,":10s,;',,-;--;:i?..,,t,,*::'::::.,..-,
•
s ,mod - &M` S F.:, li
i ..,.--,,,,,,..
,.. , , , ,,
.. , ,
.- - ,- ,.„--;,,,,..„. .,s . , _-.:,-...- „ . ,
N. . ., ,...„,,,,,-,,i.,:',,,::..:,,..,;,, — - , . ,,,,-;',,,,'7,---
;.,.0);:,.._;,_?-::,,,--0,te .-, . ,,,,,zil
p x
'4a r
MH 61
CAS CONSULTING & SERVICES, INC.
gdei6,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437315
Bottom of 15.3 ft
Trough
Depth:
Top of 13.9 ft, 14.3 ft
Bench
Depth:
Bottom of 14.3 ft, 14.5 ft
Bench
Depth:
Top of 13.7 ft, 14.2 ft
Interceptor
Pipe:
Flowline of 14.9 ft
Incoming
Pipe Depth:
Depth of 2.6 ft
Collar:
Depth of 5.3 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Needs new collar, the collar is not centered and is missing concrete
• Concrete at top of manhole is good
• Walls good, a little discolored but not deteriorated
MH 62
/vs 0—tonfr ytyugnmert r rw,
AZLI,
CAS CONSULTING & SERVICES, INC.
South Rmoaunnhdo Rock Interceptor
PHOTOS:
i"e '.,„:::'4 'Alt,*;:„.,4.
. ,.... 0 st,, A..--,4'J,4
;,t4,,,i, ,to.. ."! t124
,....,„,,,,,A, A..,,,,„ . . 40.--,,,,,,Now_-.„,,,.,,,,,*5••-.,N34.$• :..•'•5 :_ .-..:'..4- .., 4 4*ti
,
\' ,'.,,
-.A2, 44:4.
l ' .f-) cs-•'8,',..:,'"**t ';:li"'''Wtkr '
.."',.-- -.--,,.., ' ,r': s '. '44' 'Y.'. -4,,''3,4 a4., ->•
._.‘ v4.0.,w,4,:'
I:4— 4,-,,e
'.. • '-: 'IA
_• ,...„ . .,
, ,--mk• - ' - '
,.. ..v,
'....--:. • .. .5. ., 5.....; :5, ..
, ..•
: • '
,•„a- '...
,-.•
-..."-'• .:-. ., , ;
, ,. ..,,, . , . • ,liek,
,11,
S 4 . , ja•'''' 5" I'tit, 'Ci44-*''', \NE,,,,.„7-4'''
• ' Hir'' f • ,, • '
.,,, •,..1, „-...,, , -,-# -5,7- --‘ .--. .
,«t ' - • '-.'.:i., ..., ,4-,44, , ,''..
i
L ' ,''' ','.,- ''l 1 , V.' ':‘,'.•'
i ''''''''''.4'''''",•- i t.14; .!:
...• ,
• ,,'-:ie '
_.......,,,,....-- N.-.t
,'-.V- •
it.alir
— L.
1111k ,
isi •Zi.g"..46.''- - ..-"'d i'''''‘Ia.,' '-'f,' ,.' '
.. •-''.9.1:10,... -"'"' ' ...... • Alitio",,,, ---.,4, , - ‘ ,:
Oft , '' .- ..
' / .
. - k..-, '•i''', ' •' ' ';..,:',44
.
-41171.,:i4.‘'. 1. , '''• - -..1/4 i , 7 I :'
\ i - , ,,,,. . ,
rvili
.....•,,.. -
' 1 '' \ ' .,
it.V.,'k- \\ , , AL" •
'‘..!;"/4.1ktirik.,-.- ,
th.N.;:..;.• ',:t.a4. -."..., '',-;.-- - '._, : . 'N , '''‘
..e.4, 3,• „'' '',.lit;--- 1 t 'i 2N- , fl.............wo k —... -4,,
• -4' ..' --TPT- 1 7
ik.
i ,,,4?fill/ ,,i'/ '-'r'. INK a T '
,teik,--, 4...ilk• ---1 ,, , • .,,,,, t, f —,,, ,
I ; ":;'''.. • " 'tir „00,4,4,4. , if ..' i
: + . ,,Or •,• i.
*' ' - .
,.. ....,•n••
...,,,
_. ,,
ri,..
.......,,
.,.. . ,,
. ....,
. ,
4
1, . • \
. ,
...,-..,
. .
..-,.
N61!0\4,01d11
. ,
.,.
,
M H 62
CONSULTING &SERVICES, INC.
jediti.AS
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1657770
Bottom of 15 ft
Trough
Depth:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Expoled aggregate
MH 63
AIGAS CONSULTING&SERVICES,INC.
South Round Rock Interceptor
Manhole Rehabilitation
PHOTOS:
, -----"Illgfill11111/ -- . ' ."0.404,04,...,,,,., , ,'..7- ?,,
iiiiiiiiikiiio,
r,
.
t
m r
hr M
`' o f—••0' `.,r"'A.,..-
A X '\ JIC* '.V''• i• u fA * Q `. ems..:..
.' ' ,.,::;.allililik1/24- V,,,,..,:f
♦-'; P 7 tti
i
'' T-:' :#f; . --,`,4,.:-.*', :',:'/ . A
� LJ-•.,, y� Aa ♦ • t'.a 3
'4'''' '''..-`,'"::,-.‘:7:'''.r.1:4,';''.--.. ,,A ,,-,-::,'ii.•,,,. ?::::'',',":.;::',t,._,,,,.:,:,4 , *..-7.0..- .. ',, ,. i, -.0
. - ; '''', ,:- 4', . - -..-4.41A,,,,,,,,- A.:::,.,,,.-c.;;I% - ,* i '---, - tt.- ', -- -
* ',kfr. ' .' ' - - - '
,,_,) ,.„. -... _ f”..., ..„,., - 4 f ,
' ,:, i.t,:it •41111.F3.4. 7,,,z,
`.+w l+k''` t'' h�ra .'r F/ 4 !7,, 1�r.•t,. + .: _yr .
0
dr.v , _ W
. ry r ..- I II,., :;' t �k k W, b ,
3 'y.
.o
' 4,, '• , ;,-,. t.,,-1,Airs,
kvA ,,A
r
A R y
m
$ n v
'w
3
' '
F
„40,
\*..,' i,''''' -. ,
MH 63
GAS CONSULTING & SERVICES, INC.
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437314
Bottom of 11.2 ft
Trough
Depth:
Top of 9.6 ft, 10.2 ft, 9.9 ft
Bench
Depth:
Bottom of 9.9 ft, 10.0 ft, 9.9 ft
Bench
Depth:
Top of 10.0 ft
Interceptor
Pipe:
Flowline of 10.4 ft
Incoming
Pipe Depth:
Depth of 1.8 ft
Collar:
Depth of 4.3 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Needs tab/lip replaced
• Medium-strong odor
• Looks like there may be an old liner
• Debris on bench
MH 64
Zt:&
GAS CONSULTING & SERVICES, INC.
,--,,,f,T.,..,-,-; C",9-,„Irr kfi,-,
Sou,, Roundth ,, Rocic Interceptor
Manhole Rehabilitation
PHOTOS:
, .,'• * „ ,‘,' * *;•''',1;.''''''''t '' ' ‘1,',,,,'''',,..*,,4:1.,.#4k.,,4,,,c4''*/f'
'',• ' *'''' '''' ''' ''' ' ''''''„, : ,''' '' •' '*—7:'''''.7i'k,e..' "r4,,,,:L'':'..-.. ',-.- '.- . -
•, ,, ,., .
4,,' ,....'4, °'• 't '
V,:, ` ' , t` ,',' ,„,,s*, ,f ' ' ,,,,..'rtti' ,,,,,,4,-'t. ,_i`,.`,,„-,, ',',..`. 4 ,,,' '•. j, ..,.„..°„.• . ,'
''' ' ..,,.' ,": .'•s ' 4'1.
,-.- ,. - •:,- 4 ',4° .. , .4,, ., „,
::-.:' ,t,i'•..- '.` ' ,.•-. ', °,, I SS;. •.' 4';.'i';:.°'''''''.."„,' :',... ' ;‘,.- ,.' •'''' ' ' -
r 4 -,
:' 7 -- ':4 ,,'• """'.,--, k ' ' '. ',- ''',-4••4.4.. - - 4,,,"-°-'-,,,,''„e
, ,e'‘1,..,
•
. ,. - , • ,,i, -4441,--,,.., ,,,, , ,,.., , , ,
eo-,y=i-it--..- - ' •-Vt-
, :41' ./.9!..•.-N:'•,,, ',,.
.,../.
w , .
_,
,4,, - 01,, ..,,,,„—'. ,•,; ,....T.'''' •••,• . , ,.., •.
• #'"' ,...
• ' '.•,-• • 4 , . —
- ' '' - ' ,
' '' . ' . . .... ••• . .... -
•• - .'. ' - ''''' * ' ' •,'I .. ..
•••,•--• - .,,, ,, - ,..••,, .. , , ,.,, , , . • ,
'- ' ' •• ''''''' v .• ir.`
•
•
''''•
•
a" •,
';•i,..'•-:,: .'
,_,,,•,,'1,
t'i''
, ,,,,, .
,
1 - ,
,
,..
.•
.. .4'
:. •
.,:;'‘. A';',— ' ' • '4, .,
/
,.,! „'.'
„,-t.- ,,_•:e, ..v.i .
.,
• • i
1k t'--. .. ,
ir .0.
.,
'"'`.-..,- •,,, , ..;.,' ae.;4,:',,'',.'; '
•••". '- ' `4'ts* ' V0'16'
... ••,,,,, v. -,,, .......,,„„,„ .1. '''•tx.‘,;,,,,,,,i,,,..-• '
*A, • •
...„,_
•- ,.
*
...L.-. ••
mH 64
AGAS CONSULTING&SERVICES, INC.
,. .; %Aim,sormr1
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437313
Bottom of 13.0 ft
Trough
Depth:
Top of 12.8 ft, 11.7 ft, 12.0 ft, 11.9 ft
Bench
Depth:
Bottom of 13.0 ft, 13.2 ft, 13.2 ft, 13.2 ft
Bench
Depth:
Top of 11.7ft
Interceptor
Pipe:
Flowline of 13.4 ft
Incoming
Pipe Depth:
Depth of 2.2 ft
Collar:
Depth of 4.6 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3
manhole possible needed
replacement
NOTES & COMMENTS:
• Located in a street, will need traffic control
• Heavy odor
• Exposed aggregate in trough
• Minor exposed aggregate on walls, medium at top
MH 65
A SS SCO & E VICE ,INC.
South Round
LTINC Rock Interceptor
Manhole Rehabilitation
PHOTOS:
M
F'dM F
;t
-y� .,
(R
jm
I
L`'i e
47,
Y
,.. .,,,,,,,,,":"‘... .
..' --,.*.„-#:*
. ...,,- ......ii:-:.:3,...
, . , ,, ..., -,.. - ' ,t 4 , t
e
Y
r 7 f- n _ „1.�.
A;
i '-;--i�
y
' Z r .$a:�c 1 Kr
::4, ,of. "‘,',. '-:'''', 11:::;:15.,..!:'L:ri'::i.,,,.-171::.;;-,,ijc,''-',1-,tr.",';::-"
1R v,, i
:.r!..,.'1--:t.:',:}c:,_:1-7,',',,,,:';',::',,-;'''' .'
R
\ ,
\ . ' '-4'''''
ay
. „i4'.41.P1'''e*,, ,.'','''Ap'7C''It4.'7, ''''''''''' ''''''''''';::.''t.:. 'ys ,,, ,
t
!
fry:` - � 4 - -
,
tt, / 6;
MH 65
CAS CONSULTING &SERVICES, INC.
A
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437312
Bottom of 13.3 ft
Trough
Depth:
Top of 11.8 ft, 11.7 ft
Bench
Depth:
Bottom of 12.2 ft, 12.1 ft
Bench
Depth:
Top of 11.9ft
Interceptor
Pipe:
Flowline of 12.6 ft
Incoming
Pipe Depth:
Depth of 1.6 ft
Collar:
Depth of 3.7 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 3.5
manhole possible needed
replacement
NOTES & COMMENTS:
• Ring needs to be replaced, it is detached and has concrete falling off
• Concrete is in place,just discolored
• Walls in good condition
• One incoming line with little/no flow
MH 66
A n c
SAS CONSULTING, 8,,,
SERVICES,INC.
South RounuA Rock Interceptor
Rehabilitation
PHOTOS:
' .
if
.c..
,.
-
III
' '::-'-,,,,,*,:c,...---,--,.-; --':',;':','':'-::,-'',;'',:;,'i--;i,.i.-.---;-7::' „,,:,f,,,-*,(0',,,,,;:-.,„'ili•si' J,- ,.. , NI'? ".4,1-7, -- iaokk
,,,,:--,. "'4,V4iii',,, ,:,4,::,',7!--,:ii,,:-:::,-:';',4e ,,,
ii -;-t.,-iii '''' ,„,,— , !;2,.,ite*' '
1111," ,.,,,,,,4 --''-- '- Y.: -
8,.'4 - '',.4.-,• it.,
4.--c if 0 ,4,0"eie' - 441,1'• --, '
.„,--
.-- -,,,
leifil --2 • *''..;',--,..';',-4, -', 4,4:::'4,*" ,,4,4".tik', ,,,,ifir
•
'14filii 4\
,„„, -,--,.....,.. _,
i',,--.::,!,, ..„-',..:,,,,itio(i, t-,:,-..:
‘,-. ,•*•,,,,, . i kk ' '''
,t ..-
; ,'' 'i-';411'ir'''''
.. '' : ' ,•,',- '':''--
''', „......42114,,,
_•
'''''''•..--.:4,::'''.44t-x'
',,,''''''''i:•;;•:,0
$
•
. .,, . * .• ,...
..,...,,#?.. 0,
. .
' :• ..'.i•
0
.' I ',11`
- •-,.-"-i47":„:,-,-'
)., -4''
•
1' ,
‘ i
. .
,...,
•,
ik
MH 66
\ „,,,,,4 41!t:'' *:.•:,1':' „:
,e± .A CONSULTING &SERVICES, INC.
,
South Round Rock Interceptor
Manhole Rehabilitation
Manhole UID Number: 1437311
Bottom of 10.3 ft
Trough
Depth:
Top of 9.1 ft, 9.2 ft
Bench
Depth:
Bottom of 9.6 ft, 10.0 ft
Bench
Depth:
Top of 9.1 ft, 8.9 ft
Interceptor
Pipe:
Flowline of 8.4 ft
External
Drop Depth:
Depth of 0.7 ft
Collar:
Depth of 3.1 ft
Cone:
Diameter: 24-inch lid, 48-inch manhole
FIELD ASSESSMENT SCORES:
CRITERIA Very Bad Poor Adequate OK Good SCORE
Bad (1) (2) (3) (4) (5)
(0)
Physical Very bad Bad condition, Poor Average to OK condition, Good
Condition condition, extensive rehab condition, poor,some minor rehab condition
replace necessary, major work work needed 4
manhole possible needed
replacement
NOTES & COMMENTS:
• Austin and Round Rock flows combine into this manhole
• Coating still in tact
• Has flow meter
• One external drop
MH 67
CAS CONSULTING & INC.
AeL, ------7-7 '' ' ''' :-."
,C,
, „,,,,
South Round Rock Interceptor
Manhole Rehabilitation
, - , : :,,,,,::::*,,;:04::-.,1yoff ` ° w�;#x : �a� :���Srk�1"tiG
ti
�"t, ,'''''':/,-, •
„1 #'va , , �
✓PHOTOS: , Hfa t� r ar a � r 'f � t x 4
t,t.i,-,,,,,t.;;L'il:,,,
ah 'ra re nr , � ce M1��p c~1mL n k x'� i >�*,
��`� '�t�p'� ,..;:,,,,,,,:.,1*:::-::;:-;ems
; r A`' ''�.er ;•vor Yn
:::;::-'''''''''-':,,::',:: , '..,1 : -
'' :''::':5-;:',40.?::;.4t.';:i'f'
\1'', .‘ /
tWSJ 3 ,kxr � + � q{, t ig
''-:"., ''Y;::;''''''',.:::,',j7::',::,', .
l'''',r:- '1,:- ,;:::';',i'A'4-'''-,-,',1''''','!., ,..-:,,,.',,-4 ,,,, 44.,,....,..„
v
'7r, ,i.,„.1,ite.,,,.,...,,,,,,::',' -
}
�, � max ..� r�'i9'�e
:i:.'_,. ',„A {
�. w
c
'''%,
,,,.,e,Q
,'.---— i
/s^ .fie syr.
sa
, 43' ea
yy i y>, r3
:,f'..A•:0:i.o:.-S,:'t.,i'r.x::4i-l'T.;i.4,-,4,.,,,".'''
,-e,,4,,1:,,.,:,,,,,:,4*,:77::--'',.:,-''-,,,5,,,..-::?-i.2 g,,,;i,,•,:
,- C Sir '
.* ,''''',,,,,,;.4. ,*'',''-,-„'--*4''-,,,2 1,,'„'',,',:',',.-..,'-i A,,.„,1m:..1.,e
,,'.,'4'''t'.,i',fr:.,t,",,,N„„'„‘:_-,,
,i,I'—I'I''.
! i
y' 2 ,'*. 7..vr> .?mac di
‘V4r:*.Zl. :a-
V., _,,.,:,_,
r1may_ ,4 � t� i 'i,A!:>4{:,7,,',t.r,,'',' '.4".,,,,t,,,,','.'.';','_,,,' , rt, ,„.,..,
ter, '� -�fYM ,�b* �� � � :77_,4-5,...,101(„,t,,:
-,;''.'..,4'.tf'.
,'....
n.r.".„5.''-
.r„615 T' ,yS y 2. , 'b ' 2 �. .�fC�r_ r.' ' M 9�yi q Y.� !-- „ _ .,,,: "` i
'--t'4_i'Cc1''f,,;,7,1,',,,,,'
r -+Len, ' >: ..F -
,..,_,-:-,-%.47--, ,,,,,,, ,,,,
,,,,,to,�
, -.4,itor , 4...,,,,74.... :r,-...:".„4-,
‘::: -.:, - '..",,,c---2,:-..,,..,:,,,r.,,.....*-. :-. ,,f,. :4
lr ,
k774'.
, ,„-,31v,-,41r,.....,4‘,-.:-, ..-_ "--....-.. ,Y,',''''.4. '*"'' 4'%.,r.,r ......: , -::i,Lir„ , - ,#: '' ,,,, ...:.
L yL M1
Vt - ' ' ,' 4-p‘i*' 61$4<St;'._iii;-:"1. ' '74. ''''''.Cl:%.,:A''''''...;,::' ",'''''',_..•>i:1/I
, ..* '1°,1.-'1A;),„,,....e.;*
At I,..,,,j ',k '
. 4:c. _ , ,4-4 ',.,A- ......,,
ilo,
r;- 4,.: .,„---
A-
. .1 r ,;„ ,7,". „,........... .,,,.. \ .'
1/4
°L, ''''',, f ', ' 1/4s,:****, Mk
, ,,,,, ,
‘ t
zy---, ,,,-.„-, .--. - - , , - --:;:
i al
' \ ' ' ': : k'Q''''' ' '
IP
,,,,,,„ i ik.i,:z„,,,,, wi , ,v,,,,\N‘;‘,.',,,,.. .,,
1._.‘:. '':'1,:: t '.. .4!5
.7.--7.. 2 , ' ' , '\,../
,._, 441
r..t_
sr ...,.....-:...,, ,.
"
.i.'''.4A Itr-
---'-'4' s,'(.,. : i --` 'i*,-' *
I N � F �z "�
it
„1::
.l� ro °'-'0,yam 'b
'4. 9�
i 1':..1." .:N-4‘7.:' :,..''',1 1 tik'
Arl,'i3
-L'''''''/411. '
= ate ", _.Ite7%
MH 67
02000 PLANS, DETAILS AND NOTES
If applicable, insert reference(s)to project plans; details; and notes
Respondent questionnaire and construction drawings in a separate document.
CERTIFICATE OF INTERESTED PARTIES FORM 1295
lofl
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2021-743491
Cruz Tec Inc
Houston,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party tot the contract for which the form is 04/26/2021
being filed.
City Of Round Rock Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
000000
South Interceptor Manhole Rehabilitation
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I intermediary
5 Check only if there is NO interested Party.
X
6 UNSWORN DECLARATION
My name is �Vt•t'►Vl �" " '� and my date of birth is ('
Myaddressis , p `� 1VW l�/ SI"' ► ��
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in U w' t County, State of —on the day of Q ,20A
(month) (year)
Signature of author' agent of ontracting business a tity
(Dedara
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2021-743491
Cruz Tec Inc
Houston,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/26/2021
being filed.
City Of Round Rock Date Acknowledged:
04/27/2021
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
000000
j South Interceptor Manhole Rehabilitation
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party.
MV
2
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of ,20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a