Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-02-04-25-11D5 - 4/25/2002
RESOLUTION NO. R- 02- 04- 25 -11D5 WHEREAS, the City of Round Rock has duly advertised for bids for the 2001 Wastewater Collection System Rehabilitation Project, Basins BC21, 0C24, and CC35, and WHEREAS, Horseshoe Construction, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Horseshoe Construction, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Horseshoe Construction, Inc. for the 2001 Wastewater Collection System Rehabilitation Project, Basins BC21, 0C24, and CC35. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 25th day of Ap : : OOMA\ WOALDO X \0: \WDOX \RESOLUTI \A2042505 .WPO/ SC ATTEST -City of Round Rock, Texas CHRISTINE R. MARTINEZ, City Secretar 1 0 0. i RO M A. STLUKA, JR., Mayor Dear Mr. Rundell: ROUP, INC. ployee-Owned Firm ing and Information gy Services Mr. Don Rundell, P.E Chief Utility Engineer Public Works Department 2008 Enterprise Dr. Round Rock, TX 78664 Subject: 2001 Wastewater Collection System Rehabilitation Project Basins BC21, 0C24, and CC35 -- RJN #18169700 Four contractors submitted bids for the above referenced project. We have prepared Bid Tabulations for the contract items, and find them to be correct. Horseshoe Construction Inc. is the low bidder for a total construction cost of $1,142,600.00. We have checked their references, and have found that their past clients are extremely pleased with the company and their quality of work. We have also checked the insurance rating of their bonding company and it is rated A ++. We recommend the City enter into a contract with Horseshoe Construction Inc. to construct the above referenced project for a cost of $1,142,600.00. Should you have any questions, please call me at (972) 437 -4300. xc: file- 18169700 Very truly yours, RJN Group, Inc. Peter Z. Lai, P.E. Project Manager 12160 Abrams Road, Site 206 Dallas, TX 75243 972.437.4300 fax 972.437.2707 www.rjn.cam BID OPENING: March 21, 2002 RJN ESTIMATE :ULLUM PIPE SYSTEMS, INC. HORSESHOE CONSTRUCTION CO. ITEM VT UNIT DESCRIPTION OF ITEM UNIT TOTAL UNIT TOTAL CONSTRUCTION OF SANITARY SEWERS /MANHOLE REHABILITATION _ LF 6" HDPE SDR -11 SEWER PIPE, BY PIPE BURSTING $188,230.40 8 8 8 8 8 8 8 8 8 8 O 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8n i d m A 8 N m en O b O O 8 ro 8 ° S c, S V) °NOT N 8 V 8 """ §' 0 "$ O N N ,_ N $181,760.00 LF 8" PVC SDR -26 SEWER PIPE 5-6' DEEP, BY OPEN CUT $102,543.00 5233,870.00 LF 8" PVC SDR -26 SEWER PIPE 8' -10' DEEP, BY OPEN CUT $11,490.00 $28,725.00 LF 8" PVC SDR -26 SEWER PIPE BY BORE AND JACK 58,732.00 $35,400.00 LF 18" STEEL ENCASEMENT BY BORE AND JACK 532,732.00 $52,920.00 LF 10" PVC SDR -26 SEWER PIPE 5-8' DEEP, BY OPEN CUT $10,106.00 $27,710.00 LF 8" HOPE SDR -17 SEWER PIPE, BY PIPE BURSTING 583,520.00 $83,520.00 LF 8" DI SEWER PIPE, BY OPEN CUT 51,080.00 52,800.00 LF 10" CIPP LINER, ALL DEPTHS 56000.00 $10,000.00 LF 10" HDPE SDR -11 SEWER PIPE, BY PIPE BURSTING 57,425.00 $9,800.00 EA REMOVE AND REPL. 48" DIA. MANHOLE, 06' DEEP 5345,000.00 $138,000.00 VF REMOVE AND REPL. 48" DIA. MANHOLE, EXTRA DEPTH $25,650.00 527,000.00 EA REMOVE AND REPL. 48" DIA. DROP MANHOLE, 0-6' DEEP $50,400.00 $27,000.00 VF REMOVE AND REPL. 48" DIA. DROP MANHOLE, EXTRA DEPTH 58,285.00 517,400.00 EA ABANDON EXISTING MANHOLE (4.0' DIA.) 53800.00 $3,000.00 LF ABANDON EXISTING SEWER LINE (6 "-8" DIA.) $3,141.00 $5,235.00 EA CUT AND PLUG EXISTING 6-8" SEWER LINE $570.00 51,500.00 m 0 LF 4" SEWER SERVICE LINE, ALL DEPTHS W/POP -UP CLEANOUT O 55,760.00 $6,300.00 EA 6" PVC SEWER SERVICE LINES (0-5') W/ SERVICE CLEANOUT 5142,475.00 $82,000.00 LF ADDITIONAL 6" PVC SEWER SERVICE LINES ( >5) - 517,500.00 524,500.00 LF SAG REMOVAL 521,000.00 535,000.00 LF ASPHALT STREET REPAIR $93,521.00 527,372.00 LF CONCRETE DRIVEWAY REPAIR $1,900.00 51,250.00 LF ASPHALT DRIVEWAY REPAIR 57,140.00 55,250.00 LF CONCRETE CURB AND GUTTER REPAIR $550.00 $825.00 LF CONCRETE SIDEWALK REPAIR $160.00 5400.00 LF SOD REPLACEMENT -TO MATCH EXISTING $2,054.00 53,950.00 LF SEEDING -TO MATCH EXISTING 5730.00 $3,650.00 LS TREE PROTECTION 51,630.00 $2,500.00 LF FENCE REPAIR $665.0 5297.50 LS CLEARING AND GRUBBING 52,600.00 $1,000.00 LF TRENCH SAFETY 5213.30 $4,266.00 LS VIDEO DOCUMENTATION $1,100.00 $2,500.00 EA REPLACE MANHOLE FRAME AND COVE PER D2 -2 (MATERIAL ONLY) $4,140.00 $8,100.00 35 22 EA PAVED FRAME AND GRADE ADJUSTMENT SEALING PER D2-4 10,780.00 1,100.00 524,200.00 550.00 $12,100.00 CITY OF ROUND ROCK, TEXAS 2001 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT BASINS BC21, 0C24, AND CC35 Round Rock 84 3-21.02 Pape 1 of 4 412102 BID OPENING: March 21.2002 RJN ESTIMATE CULLUM PIPE SYSTEMS, INC. HORSESHOE CONSTRUCTION CO. ITEM QUANT UNIT DESCRIPTION OF ITEM 36 9 EA NON PAVED FRAME AND GRADE ADJUSTMENT SEALING PER D2-4 2,790.00 37 30 VF CONCRETE MANHOLE GRADE ADJUSTMENTS (MATERIAL ONLY) PER D2-4 3,150.00 38 40 VF PRESSURE GROUT MANHOLE PER D2 -7 4,000.00 39 54 VF INTERIOR MANHOLE COATING WITH CORROSION RESISANT EPDXY BASED 8,100.00 MATERIAL PER 132-8A 1 850 OC 40 3 EA PRESSURE GROUT PIPE SEAL, BENCH AND TROUGH AND LOWER 18 INCHES OF MAHOLE PER D2 -7 41 180 LF ADDITIONAL PIPE INSTALLED VARYING IN DIAMETER FROM r TO 12 ", COMPLETE IN PLACE , INCLUDING BACKFILL MATERIAL, SERVICE 18,200.0C CONNECTIONS, COMPACTION AND SURFACE RESTORATION IN PAVED AND NON -PAVED AREAS PER D25 42 7 EA SHALLOW MAHOLE REPLACEMENT 16,450.00 43 3 EA INSTALL BOLTS FOR BOLT DOWN COVERS (PER EACH COVER) 300.00 1,302,690.00 POINT REPAIRS 1000 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 lT 8 10 LS 2- SERVICE LATERALS TO PROPERTY LINE, 2- SERVICE LATERAL 4,000.00 10 LS 1-SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 10 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT, AND TREE PROTECTION 2,000.00 10 LS 10 LF OF 8" DIAMETER SEWER LINE 4,000.00 1005 LS 5 LF OF 8" DIAMETER SEWER LINE, 1- SERVICE LATERAL TO PROPERTY 3,500.00 LINE, AND 1- SERVICE LATERAL CLEANOUT 1006 LS 40 LF OF 8" DIAMETER SEWER LINE 5,000.00 1007 LS 5 LF OF 8" DIAMETER SEWER LINE, 1- SERVICE LATERAL TO PROPERTY 3,500.00 LINE, AND 1- SERVICE LATERAL CLEANOUT 1008 LS 10 LF OF B" DIAMETER SEWER LINE, 3- SERVICE LATERALS TO PROPERTY 4,500.0( LINE, AND 3- SERVICE LATERAL CLEANOUTS 1009 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 1010 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1-SERVICE LATERAL CLEANOUT 2,500.00 1011 LS 1-SERVICE LATERAL TO PROPERTY LINE, 1-SERVICE LATERAL CLEANOUT 2,500.00 1012 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 1013 LS 10 LF OF 8" DIAMETER SEWER LINE 4,000.00 1014 LS 10 LF OF 8" DIAMETER SEWER LINE 4,000.00 Round Rock Bld 3 -21-02 TOTALS CITY OF ROUND ROCK, TEXAS 2001 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT BASINS BC21, OC24, AND CC36 Popo 2 014 49, .00 $1,352,190.00 520,165.00 $1,237,219.70 523,660.00 51,142,600.60 4/2/02 BID OPENING: March 21, 2002 RJN ESTIMATE H. DECK CONSTRUCTION CO. BENITEZ CONSTRUCTION CO. ITEM QUANT UNIT DESCRIPTION OF ITEM CONSTRUCTION OF SANITARY SEWERSIMANHOLE REHABILITATION 1 4,044 LF 8" HDPE SDR -11 SEWER PIPE, BY PIPE BURSTING 283,080.0 2 3,598 LF 8" PVC SDR -26 SEWER PIPE 0' -6' DEEP, BY OPEN CUT 233,870.0 3 383 LF 8" PVC SDR -26 SEWER PIPE 6' -10' DEEP, BY OPEN CUT 26810.0 4 236 LF 8" PVC SDR -26 SEWER PIPE BY BORE AND JACK 9,440.0 5 196 LF 16" STEEL ENCASEMENT BY BORE AND JACK 29,400.0 8 326 LF 10" PVC SOR-26 SEWER PIPE 0'-6' DEEP, BY OPEN CUT 26,080.0 7 1588 LF 8" HDPE SDR -17 SEWER PIPE, BY PIPE BURSTING 111,180.0 8 20 LF 8" DI SEWER PIPE, BY OPEN CUT 1,500.0 9 100 LF 10" CIPP LINER, ALL DEPTHS 7,000.0 10 165 LF 10" HDPE SDR -11 SEWER PIPE, BY PIPE BURSTING 13,200.0 11 69 EA REMOVE AND REPL. 48" DIA. MANHOLE, 0'-6' DEEP 172,500.0 12 90 VF REMOVE AND REPL. 48" DIA MANHOLE, EXTRA DEPTH 22,500.0 13 9 EA REMOVE AND REPL. 48" DIA DROP MANHOLE, 0'-0' DEEP 27,000.0 14 29 VF REMOVE AND REPL. 48" DIA. DROP MANHOLE, EXTRA DEPTH 7,250.0 15 6 EA ABANDON EXISTING MANHOLE (4.0' DIA.) 3,300.0 16 1,047 LF ABANDON EXISTING SEWER LINE (8"-8" DIA.) 5,235.0 0 0 r 17 3 EA CUT AND PLUG EXISTING 6-8" SEWER LINE 1,350.0 18 180 LF 4" SEWER SERVICE LINE, ALL DEPTHS WIPOP -UP CLEANOUT 10,800.0 19 205 EA 6' PVC SEWER SERVICE LINES (0-5') W/ SERVICE CLEANOUT 92,250.0 20 700 LF ADDITIONAL 6" PVC SEWER SERVICE LINES (05') 35,000.0 21 500 LF SAG REMOVAL 30,000.0 22 2,281 LF ASPHALT STREET REPAIR 57,025.0 23 50 LF CONCRETE DRIVEWAY REPAIR 1,000.0 24 210 LF ASPHALT DRIVEWAY REPAIR 4,200.0 25 55 LF CONCRETE CURB AND GUTTER REPAIR 1550.0 26 20 LF CONCRETE SIDEWALK REPAIR 1,000.0 27 790 LF SOD REPLACEMENT -TO MATCH EXISTING 3,950.0 28 730 LF SEEDING -TO MATCH EXISTING 1,460.0 29 1 LS TREE PROTECTION 2,000.0 30 35 LF FENCE REPAIR 525.00 31 1 LS CLEARING AND GRUBBING 1,200.00 32 2,133 LF TRENCH SAFETY 10,665.00 33 1 LS VIDEO DOCUMENTATION 1,100.00 34 18 EA REPLACE MANHOLE FRAME AND COVE PER 02 -2 (MATERIAL ONLY) 4,770.00 35 22 1 6 PAVED FRAME AND GRADE ADJUSTMENT SEALING PER D2 -4 10,780.00 730.00 916,060.00 1,250.00 527,500.00 36 9 NON PAVED FRAME AND GRADE ADJUSTMENT SEALING PER 02-4 2,790.00 730.00 56,570.00 715.00 56,435.00 CITY OF ROUND ROCK, TEXAS 2001 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT BASINS BC21, 0C24, AND CC35 Round Rock Bld 34142 Pape 3 014 472/02 BID OPENING: March 21, 2002 RJN ESTIMATE H. DECK CONSTRUCTION CO. BENITEZ CONSTRUCTION CO. ITEM QUANT UNIT DESCRIPTION OF ITEM UNIT TOTAL UNIT TOTAL 37 30 VF CONCRETE MANHOLE GRADE ADJUSTMENTS (MATERIAL ONLY) PER D2-4 3,150.00 15000 $4,500.00 210.00 $6,300.00 38 40 VF PRESSURE GROUT MANHOLE PER 02 -7 4,000.00 175.00 $7,000.00 215.00 $8,600.00 $4 860 00 39 54 VF INTERIOR MANHOLE COATING WITH CORROSION RESISANT EPDXY BASED 8,100.00 125.00 $6,750.00 90.00 MATERIAL PER D2 -8A 40 3 EA PRESSURE GROUT PIPE SEAL, BENCH AND TROUGH AND LOWER 18 INCHES 1,650.00 1,000.00 $3,000.00 600.00 $1.800.00 OF MAHOLE PER D2 -7 41 180 LF ADDITIONAL PIPE INSTALLED VARYING IN DIAMETER FROM 6" TO 12 ", COMPLETE IN PLACE, INCLUDING BACKFILL MATERIAL, SERVICE 16,200.00 44.00 $7,920.00 100.00 $18,000.00 CONNECTIONS, COMPACTION AND SURFACE RESTORATION IN PAVED AND NON -PAVED AREAS PER 02-5 7 EA SHALLOW MAHOLE REPLACEMENT 16,450.00 4,750.00 $33,250.00 2,725.00 $19,075.00 3 EA INSTALL BOLTS FOR BOLT DOWN COVERS (PER EACH COVER) 300.00 100.00 $300.00 100.00 $300.00 1, 302, 690.00 1,647, 463.86 1,848, 782.00 POINT REPAIRS 1000 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 1,800.00 $1,800.00 1,000.00 $1,000.00 1001 LS 2- SERVICE LATERALS TO PROPERTY LINE. 2-SERVICE LATERAL CLEANOUTS 4,000.00 2,500.00 52,500.00 2,00000 $2,000.00 1002 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 1,800.00 $1,800.00 1,000.00 51,000.00 1003 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT, AND TREE PROTECTION 2,000.00 1,800.00 $1,800.00 1,000.00 $1,000.00 1004 LS 10 LF OF 8" DIAMETER SEWER LINE 4,000.00 1,800.00 $1,800.00 2,000.00 $2,000.00 1005 LS 5 LF OF 8" DIAMETER SEWER LINE, 1- SERVICE LATERAL TO PROPERTY LINE, AND 1- SERVICE LATERAL CLEANOUT 3,500.00 2,250.00 52,250.00 1,350.00 61,360.00 1006 LS 40 LF OF 8" DIAMETER SEWER LINE 5,000.00 5,200.00 55,200.00 3,400.00 $3,400.00 1007 LS 5 LF OF 8" DIAMETER SEWER LINE, 1- SERVICE LATERAL TO PROPERTY LINE, AND 1- SERVICE LATERAL CLEANOUT 3,500.00 2,000.00 $2,000.00 1,350.00 61,350.00 LS , 10 LF OF 8" DIAMETER SEWER LINE, 3- SERVICE LATERALS TO PROPERTY LINE, AND 3- SERVICE LATERAL CLEANOUTS 4,500.00 3,750.00 $3,750.00 2,300.00 $2,300.00 1009 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500,00 1,800.00 $1,800.00 1,675.00 51,675.00 1010 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 2,000.00 52,000.00 800.00 $800.00 1011 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 2,000.00 $2,000.00 1,000.00 $1,000.00 1012 LS 1- SERVICE LATERAL TO PROPERTY LINE, 1- SERVICE LATERAL CLEANOUT 2,500.00 2,000.00 $2,000.00 1,000.00 $1,000.00 1013 LS 10 LF OF 8" DIAMETER SEWER LINE 4,00000 2,300.00 52,300.00 975.00 $975.00 1014 LS 10 LF OF 8" DIAMETER SEWER LINE 4,000.00 2,300.00 $2,300.00 975.00 5975.00 Round Rock Bid 3 -21-02 TOTALS CITY OF ROUND ROCK, TEXAS 2001 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT BASINS BC21, 0C24, AND CC35 Papa 4 o14 51,362,190.00 51,682,763.86 81,670,587.00 4/2/02 CITY OF ROUND ROCK'S EDWARDS AQUIFER RECHARGE ZONE G YEAR WASTEWATER COLLECTION SYSTEM INSPECTION SCHEDULE EDWARDS AQUIFER RECHARGE ZONE WASTEWATER COLLECTION SYSTEM INSPECTION PROGRAM ay of Rould Rock's FM YIN NSPECTIONR.E.TATONIAIORMI niORMIAOF WNW, �cwo DATE: April 19, 2002 SUBJECT: City Council Meeting — April 25, 2002 ITEM: 11.D. 5. Consider a resolution authorizing the Mayor to execute a contract with Horseshoe Construction, Inc for the 2001 Wastewater Collection System Rehabilitation Project Horseshoe Construction, Inc. submitted a bid proposal of $1,142,600.00 for this project. Resource: Jim Nuse, Director of Public Works Don Rundell, Chief Utility Engineer History: RJN Group, Inc. was retained by the City to conduct a multi -year Inflow and Infiltration (1 &I) Reduction Plan. Phase I was completed in August 1998, which included flow monitoring, manhole and wastewater line inspections. Phase 11 was the Evaluation Study for Basins BC21Z, 0C24Z, and CC35Z, which included intensive surveying, testing and inspection of the wastewater collection system within these three basins. This general scope of work under this contract, which is based on RJN's recommendations developed under the Phase II Evaluation Study, is for the replacement of 10,800 linear feet of wastewater lines, rehabilitation of 305 manholes, and other minor system repairs within these three basins. We received four (4) bids with a range from $1,142,600.00 to $1,670,587.00. Horseshoe Construction, Inc. had the low bid of $1,142,600.00. Funding: Cost: $1,142,600.00 Source of funds: Wastewater Water Utility Fund (F260) Outside Resources: Horseshoe Construction, Inc. Impact/Benefit: Reducing the I &I entering our wastewater system will reduce potential ground contamination and reduce the City's Wastewater Treatment Cost to the LCRA and BRA. Public Comment: N/A Sponsor: N/A Most importantly we are required under TNRCC, Chapter 213 — Edwards Aquifer Rules to inspect, test and make necessary repairs to our wastewater collection system every five years. 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR TYPE OF INSURANCE POLICY NUMBER DATE YMMFFDEDCmT 1 E POLICY YMMPDD/YY) N LIMITS INSURER A: Bituminous Casualty ∎ GENERAL LIABILITY INSURER C'. INSURER D INSURER E: EACH OCCURRENCE $1,000,000 COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ CLAIMS MADE I I OCCUR MED EXP (Any one person) $ A X Owner /Cont Prot. OCP3145551 07/15/02 07/15/03 PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER n POLICY n JEC n LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) -HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) _ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE S I OCCUR 1 I CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ _ RETENTION $ $ WORKERS COMPENSATION AND I TORY LIMITS I I EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE • POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS City of Round Rock, it s agents and employees are named as additional insureds as respects the Owners and Contractors Protective Policy. ACORD CERTIFICATE OF LIABILITY INSURANCE OPID TR DATE(MMNDW) R SE -1 07/15/02 PRODUCER ISB Insurance Service, Inc . 7600 West Tidwell, Suite 808 Houston TX 77040 Phone: 713- 996 -8210 Fax:713- 996 -8222 AUTHOR! PRESENTAyVES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE p�, "�!, ± I , 1. 1 t INSURED - RECEIVED JUL 1 7 Horseshoe Construction 2309 S. Battleground Rd. LaPorte TX 77571 I 2002 INSURER A: Bituminous Casualty ∎ 9.- INSURERS: L INSURER C'. INSURER D INSURER E: CITR001 City of Round Rock Joanne Land 221 E. Main Street Round Rock TX 78664 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL a0- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY D UPON THE INSURER, ITS AGENTS OR REPRESENT ES AUTHOR! PRESENTAyVES - O2_- OLI -'LT -III COVERAGES CERTIFICATE HOLDER I N I ADDITIONAL INSURED; INSURER LETTER: ACORD 25-S (7197) CANCELLATION ACORD CORP 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 February 2002 Contract Documents 2001 Wastewater Collection System Rehabilitation Project Basins BC21, 0C24, and CC36 Prepared by 'y19 -b'- 5 / /iD5 City of Round Rock Williamson County, Texas APPROVED BY RJN Group, Inc. CI r,'e RNEY Consulting Engineers J. Dallas, Texas 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF ROUND ROCK, TEXAS RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS FEBRUARY 2002 F 1 ORSC5H r. 00 r1ST21 t0Tt011 T ne Contractor S 1 TTl fr--crOUnot Pot Street Address I 2TE 1 x — 1 - 1 -- i City & State Czg l� 41Z 5 Telephone CONTRACT DOCUMENTS 2001 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT BASINS BC21, 0C24, AND CC35 CONTRACT DOCUMENTS 2001 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT BASINS BC21, 0C24, AND CC35 CITY OF ROUND ROCK, TEXAS FEBRUARY 2002 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas. E OF 7f Stis ■ PETER Z. LAI l : 8549 reo cot 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT DOCUMENTS FOR THE CITY OF ROUND ROCK 2001 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT BASINS BC21, 0C24, AND CC35 TABLE OF CONTENTS SECTION TITLE 1.0 NOTICE TO BIDDERS 2.0 BID DOCUMENTS INSTRUCTIONS TO BIDDERS BID BOND PROPOSAL BIDDING SHEETS 3.0 POST -BID DOCUMENTS AGREEMENT PERFORMANCE BOND CERTIFICATE OF LIABILITY INSURANCE WARRANTY BOND 4.0 GENERAL CONDITIONS* 5.0 SPECIAL CONDITIONS SECTION 01 - INFORMATION SECTION 02 - SPECIAL CONSIDERATIONS SECTION 03 - TRAFFIC CONTROL SECTION 04 - WARRANTY BOND SECTION 05 - INSURANCE SECTION 06- WAGE RATES * Section has individual Table of Contents. TABLE OF CONTENTS (CONT.) SECTION TITLE 6.0 SPECIFICATIONS D1 DIVISION 1- GENERAL REQUIREMENTS* D2 DIVISION 2 - SITE WORK* E MANHOLE REHABILITATION SCHEDULE F MANHOLE REHABILITATION DETAILS 1i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTICE TO BIDDERS SECTION 1.0 NOTICE TO BIDDERS Sealed bids addressed to City of Round Rock, Texas, will be received by the City of Round Rock at its City Hall at 221 East Main Street, Round Rock, Texas 78664, until 2:00 p.m. local time on Tuesday, March 21, 2002 then publicly opened and read aloud at the City Hall Council Chambers at the same address, for furnishing all labor, material and equipment and performing all work required for the project titled "2001 Wastewater Collection System Rehabilitation Projects, Basins BC21 -Z, 0C24 -Z, and CC35 -Z, including all related appurtenances. Any Bid received after the closing time will be returned unopened. Bid envelopes should state date and time of bid and "2001 Wastewater Collection System Rehabilitation Projects, Basins BC21 -Z, 0C24 -Z and CC35 -Z ". No bids may be withdrawn after the scheduled opening time. This project includes material and labor, furnishing of all tools, and performing the work necessary to be done in the construction of approximately 9,960 LF (linear feet) of 8 inch to 10 inch diameter sanitary sewer, 236 LF of 8 inch bore and jack with 16 inch steel encasement, 15 point repairs, 70 standard (48 inch diameter manholes) and 9 drop manholes, 205 service connections, 19 manhole cover and frame adjustments, 18 pressure grouted manholes, interior coating of 18 manholes, manhole bench and trough and wall grouting and appurtenant work. 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 from the Department of Public Works Office, 2008 Enterprise Drive, Round Rock, Texas (512- 218 -5555) beginning Tuesday, March 5, 2001 for a non - refundable charge of $ 75.00 per set. If Bid Documents are to be sent by mail, an additional $25.00 is required for each set of documents to cover mailing and handling. The payment will not be refunded. All checks shall be made payable to the City of Round Rock. 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 waive any informalities and irregularities in the bids received. The City of Round Rock reserves the right to reject any and all Bids and any nonconforming Bid and to award the Contract in a period of time not exceeding 90 days from the Bid opening date. Bids shall remain firm for that period. For information concerning the proposed work, contact Mr. Peter Lai, RJN Group, Inc., 12160 Abrams Road, Suite 206, Dallas, Texas 75243, telephone (972) 437 -4300. For an appointment to see the project sites, contact Jeff Bell, City of Round Rock, telephone (512) 218 -7076. The successful Bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds 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 Mandatory Pre -Bid Conference will be held for this project on Tuesday, March 12, 2002 at 2:00 p.m. in the City Council Chambers at 221 East Main Street, Round Rock, Texas 78664. Any Bids submitted by a Bidder that did not attend this Mandatory Pre -Bid Conference will be returned unopened. Publish Dates: Round Rock Leader: March 04, 2002 March 07, 2002 March 11, 2002 noticebd/spec.master NB -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID DOCUMENTS SECTION 2.0 INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms 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 an intelligent proposal. 2. Should the bidder find discrepancies in, or omissions from the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. 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. Bids received after closing 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. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank 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 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the owner elects to-hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or biddoc.mst/spec BD -1 to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. 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 price. If the total contract price is $25,000.00 or less, the performance and payment bonds will not be required. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, with approval prior to bid opening, 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. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. 13. Failure to execute the construction contract within ten (10) days ofwritten notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, shall be just cause for the annulment biddoc.mst/spec BD - of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, 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 certificate ofinsurance form included in the contract documents must be used by the Contractor's insurer to furnish proof of insurance. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and/or material furnished. 17. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the fmished product under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining 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 contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City of Round Rock 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 consumables that were received during the month covered by the estimate; and biddoc.mst/spec BD -3 3) The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City of Round Rock. 18. No conditional bids will be accepted. 19. 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 of Round Rock, the insurance company must famish 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). biddoc.mstlspec BD - BID BOND KNOW ALL MEN BY THESE PRESENTS THAT WE, as PRINCIPAL and as SURETY, are held and firmly bound unto the hereinafter referred to as the "OWNER ", 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 of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF for which bids are to be opened at the office of the OWNER on NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, 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. In the event suit is brought upon this bond by the OWNER and judgement 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. In WITNESS WHEREOF, we have hereunto set our hands and seals this day of biddoc.mstlspec BD -5 Principal: Surety: By: By: (Seal) (Seal) THE STATE OF TEXAS COUNTY OF WILLIAMSON § THIS A AGREEMENT, made and entered into this o( 5 day of , 20 Q, by an betw en pwner) City of Round Rock, Texas of the Stat of Texas, acting through . ., Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) Of\ it t- i of LaPnarr , Texas, County of 4i2 e ∎ 5 , and State of Texas, hereinafter termed CONTRACTOR. AGREEMENT WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: postbid.mst/spcc master 2001 Wastewater Collection System Rehabilitation Project Basins BC21, 0C24, and CC35 Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by RJN GROUP, INC. herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within calendar days after the date written notice to do so have been given to him, and to complete the same within 150 calendar days after the date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions. PBD -1 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS (OWNER) BY: ATTEST: Mayor Corporate Seal postbid.msdspec riame BY: NYLE ni gwa 2 (CONTRAC OR) (Title) PBD -2 (Typed name) A 1 "PEST: rcnaD Q. ` its ,J 1P.e Ornstdejri+ Sec if Contractor is a Corpora on or otherwise registered with the Secretary of State (The following to be executed if the Contractor is a Corporation.) I, JCWlles R. tot-A?- , certify that I am the Secretary of the Corporation named as Contractor herein; that J Q. Fin l , who signed this Contract on behalf of the Contractor was then V tee A2escleirl - (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is within the scope of its corporate powers. Signed` {1 Crn ONO ?, \COLA— POST -BID DOCUMENTS SECTION 3.0 1 1 1 1 1 1 1 1 1 1 1 BID ITEM DESCRIPTION AND UNIT AMOUNT ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 1 1 1 1 1 1 1 1 PROPOSAL BIDDING SHEET JOB NAME: 2001 Wastewater Collection System Rehabilitation Project Basins BC21, 0C24, and CC35 JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: February 2002 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of 2001 Wastewater Collection System Rehabilitation Project Basins BC21, CC35, and 0C24 and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID CONSTRUCTION OF SANITARY SEWERS/MANHOLE REHABILITATION 1. 4,044 LF 8" HDPE SDR -11 Sewer Pipe, by Pipe Bursting 2. 3,598 LF 8" PVC SDR -26 Sewer Pipe, 0' -6' Deep, by Open Cut for Forty dollars and No cents. $ 40.00 $ 161.760.00 for Sixtv -Five dollars and No cents. BD -1 65.00 $ 233.870.00 CONSTRUCTION OF SANITARY SEWERS/MANHOLE REHABILITATION BID ITEM DESCRIPTION AND UNIT AMOUNT 1 ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 3. 383 LF 8" PVC SDR -26 Sewer Pipe, ' 6' -10' Deep, by Open Cut for Seventy -Five dollars ' and No cents. $ 75.00 $ 28.725.00 4 236 LF 8" PVC SDR -26 Sewer Pipe, by Bore and Jack for One Hundred Fifty dollars and No cents. $ 150.00 $ 35,400.00 5. 196 LF 16" Steel Encasement, by Bore and Jack for Two Hundred Seventy dollars and No cents. $ 270.00 $ 52.920.00 1 6. 326 LF 10" PVC SDR -26 Sewer Pipe, 0' -6' Deep, by Open Cut I for Eighty -Five dollars and No cents. $ 85.00 $ 27,710.00 7. 1,588 LF 8" HDPE SDR -17 Sewer Pipe, by Pipe Bursting for Forty dollars and No cents. $ 40.00 $ 63.520.00 1 1 1 1 1 8. 20 LF 8" D.I. Sewer Pipe, by Open Cut for One Hundred Thirty dollars and No cents. $ 130.00 $ 2.600.00 BD -2 1 ' CONSTRUCTION OF SANTTARY SEWERS/MANHOLE REHABILITATION BID ITEM DESCRIPTION AND UNIT AMOUNT ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 9. 100 LF 10" CIPP Liner, All Depths for One Hundred dollars and cents. $ 100.00 $ 10,000.00 1 10. 165 LF 10" HDPE SDR -11 Sewer Pipes by Pipe 1 Bursting for Sixty dollars 1 and Igo cents. $ 60.00 $ 9,900.00 11. 69 EA Remove and Replace 48" Dia. Manhole, 0' -6' Deep 1 for Two Thousand dollars and No cents. $ 2,000.00 $ 138.000.00 1 12. 90 VF Remove and Replace 48" Dia. Manhole, Extra Depth for Three Hundred dollars and No cents. $ 300.00 $ 27,000.00 1 13. 9 EA Remove and Replace 48" Dia. Drop Manhole, 0' -6' Deep 1 for Three Thousand dollars and No cents. $ 3,000.00 $ 27.000.00 1 14. 29 VF Remove and Replace 48" Dia. Drop 1 Manhole, Extra Depth for Six Hundred dollars and No cents. $ 600.00 $ 17,400.00 ' BD -3 1 1 CONSTRUCTION OF SANITARY SEWERS/MANHOLE REHABILITATION BID ITEM DESCRIPTION AND UNIT AMOUNT ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 15. 6 EA Abandon Existing Manhole (4.0' Dia.) for Five Hundred dollars and No cents. $ 500.00 $ 3,000.00 1 16. 1,047 LF Abandon Existing Sewer Line 1 (6 "4" Dia.) for Five dollars 1 and No cents. $ 5.00 $ 5.235.00 1 17. 3 EA Cut and Plug Existing 6 -8" Dia. Sewer for Five Hundred dollars ' and No cents. $ 500.00 $ 1,500.00 1 18. 180 LF 4" Sewer Service Line, with Pop -Up Cleanout, Complete in Place for Thirty-Five dollars and No cents. $ 35.00 $ 6,300.00 1 19. 205 EA 6" PVC Sewer Service Lines (0' -5'), with 1 Cleanout Cap, All Depths, Complete in Place 1 for Four Hundred dollars and No cents. $ 400.00 $ 82.000.00 1 20. 700 LF Additional 6" PVC Sewer Service Lines 1 ( >5') All Depths, Complete in Place for Thirty -Five dollars 1 and No cents. $ 35.00 $ 24,500.00 1 BD-4 1 1 CONSTRUCTION OF SANITARY SEWERS/MANHOLE REHABILITATION BID ITEM DESCRIPTION AND UNIT AMOUNT 1 ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 21. 500 LF Sag Removal (6" - 12" dia.), All Depths 1 for Seventy dollars and No cents. $ 70.00 $ 35.000.00 1 22. 2,281 LF Asphalt Street Repair 1 for Twelve dollars and No cents. $ 12.00 $ 27,372.00 • 23. 50 LF Concrete Driveway Repair for Twentv -Five dollars and No cents. $ 25.00 $ 1,250.00 ' 24. 210 LF Asphalt Driveway Repair for Twenty-Five dollars and No cents. $ 25.00 $ 5,250.00 25. 55 LF Concrete Curb and Gutter Repair for Fifteen dollars 1 and No cents. $ 15.00 $ 825.00 ' 26. 20 LF Concrete Sidewalk Repair I for Twenty dollars and No cents. $ 26.00 $ 400.00 27. 790 LF Sod Replacement -to match existing for Five dollars 1 and No cents. $ 5.00 $ 3,950.00 1 ' BD -5 1 CONSTRUCTION OF SANITARY SEWERS/MANHOLE REHABILITATION BID ITEM DESCRIPTION AND UNIT AMOUNT ' ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 28. 730 LF Seeding -to match existing ' for Five dollars and No cents. $ 5.00 $ 3,650.00 1 29. 1 LS Tree Protection 1 for Two Thousand Five Hundred dollars and No cents. $ 2.500.00 $ 2.500.00 1 30. 35 LF Fence Repair for Eight dollars 1 and Fifty cents. $ 8.50 $ 297.50 1 31. 1 LS Clearing and Grubbing I for One Thousand dollars and No cents. $ 1,000.00 $ 1,000.00 1 32. 2,133 LF Trench Safety 1 for Two dollars and No cents. $ 2.00 $ 4,266.00 33. 1 LS Video documentation for Two Thousand Five Hundred dollars and No cents. $ 2,500.00 $ 2.500.00 1 1 BD -6 1 CONSTRUCTION OF SANITARY SEWERS/MANHOLE REHABILITATION BID ITEM DESCRIPTION AND UNIT AMOUNT ' ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 34. 18 EA Replace Manhole Frame and Cover per ' Section D2 -2 (Material Only) for Four Hundred Fifty dollars and No cents. $ 450.00 $ 8,100.00 ' 35. 22 EA Paved Frame and Grade Adjustment Sealing per Section D2 -4 for Five Hundred Fifty dollars and No cents. $ 550.00 $ 12.100.00 36. 9 EA Non -Paved Frame and Grade Adjustment ' Sealing per Section D 2-4 for Five Hundred Fifty dollars and No cents. $ 550.00 $ 4,950.00 ' 37. 30 VF Concrete Manhole Grade Adjustments (Material Only) ' for Forty dollars and No cents. $ 40.00 $ 1,200.00 38. 40 VF Pressure Grout Manhole per Section D2 -7 1 for Ninetv -Five dollars and No cents. $ 95.00 $ 3,800.00 1 39. 54 VF Interior Manhole Coating with Corrosion 1 Resistant Epoxy per Section D2 -8A for Two Hundred Fifty dollars 1 and No cents. $ 250.00 $ 13,500.00 ' BD -7 CONSTRUCTION OF SANITARY SEWERS/MANHOLE REHABILITATION BID ITEM DESCRIPTION AND UNIT AMOUNT ' ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE BID 40. 3 EA Pressure Grout Pipe Seal, Bench and I Trough, and Lower 18" of Manhole per Section D2 -7 1 for Seven Hundred dollars and No cents. $ 700.00 $ 2,100.00 41. 180 LF Additional Pipe Installed Varying in Diameter from 6" to 12 ", Complete in I Place, Including Backfill Material, Service Connections, Compaction and Surface Restoration in Paved and 1 Non -Paved Areas per Section D2 -5 for Seventy dollars 1 and No cents. $ 70.00 $ 12.600.00 42. 7 EA Shallow Manhole Replacement ' for One Thousand Eiaht Hundred Fifty dollars and No cents. $ 1.850.00 $ 12.950.00 1 43. 3 EA Install Bolts for Bolt Down Covers (Per Each Cover) for Three Hundred Fifty dollars and No cents. $ 350.00 $ 1.050.00 I SUBTOTAL, CONSTRUCTION OF SANITARY SEWERS $1.118,950.50 AND MANHOLE REHABILITATION One Million. One Hundred Eighteen Thousand, Nine Hundred Fifty and Fifty Cents 1 (IN WRITING) 1 ' BD -8 BID ITEM QUANTITY UNIT POINT REPAIRS ITEM DESCRIPTION AND WRITTEN UNIT PRICE 1000 1 LS 1 Service Lateral to Property Line, 1 Service Lateral Cleanout 1001 1 LS 2 Service Laterals to Property Line, 2 Service Lateral Cleanouts 1002 1 LS 1 Service Lateral to Property Line, 1 Service Lateral Cleanout 1003 1 LS 1 Service Lateral to Property Line, 1 Service Lateral Cleanout, Tree Protection 1004 1 LS 10 LF of 8" Dia. Sewer Line for One Thousand Two Hundred dollars and No cents. $ 1.200.00 $ 1,200.00 for One Thousand Three Hundred dollars and No cents. $ 1,300.00 $ 1.300.00 for One Thousand Two Hundred dollars and No cents. $ 1.200.00 $ 1.200.00 for One Thousand Two Hundred dollars and No cents. $ 1,200.00 $ 1,200.00 for One Thousand Seven Hundred dollars and No cents. $ 1,700.00 $ 1,700.00 13D -9 UNIT AMOUNT PRICE BID BID ITEM QUANTITY UNIT for One Thousand Seven Hundred and No POINT REPAIRS ITEM DESCRIPTION AND WRITTEN UNIT PRICE 1005 1 LS 5 LF of 8" Dia. Sewer Line, 1 Service Later to Property Line, 1 Service Lateral Cleanout 1006 1 LS 40 LF of 8" Dia. Sewer Line for Two Thousand Three Hundred dollars and No cents. $ 2300.00 $ 2300.00 1007 1 LS 5 LF of 8" Dia. Sewer Line, 1 Service Lateral to Property Line, 1 Service Lateral Cleanout for One Thousand Seven Hundred Fifty dollars and No cents. $ 1.750.00 $ 1.750.00 1008 1 LS 10 LF of 8" Dia. Sewer Line, 3 Service Laterals to Property Line, 3 Service Lateral Cleanouts for Two Thousand Three Hundred dollars and No cents. $ 2300.00 $ 2.300.00 1009 1 LS 1 Service Lateral to Property Line, 1 Service Lateral Cleanout for One Thousand Two Hundred dollars and No cents. $ 1.200.00 $ 1.200.0 BD -10 UNIT AMOUNT PRICE BID dollars cents. $ 1.700.00 $ 1.700.00 BID ITEM QUANTITY UNIT SUBTOTAL, POINT REPAIRS for Two Thousand One Hundred dollars and No POINT REPAIRS ITEM DESCRIPTION AND WRITTEN UNIT PRICE 1010 1 LS 1 Service Lateral to Property Line, 1 Service Lateral Cleanout 1011 1 LS 1 Service Lateral to Property Line, 1 Service Lateral Cleanout 1012 1 LS 1 Service Lateral to Property Line, 1 Service Lateral Cleanout 1013 1 LS 10 LF of 8" Dia. Sewer Line 1014 1 LS 10 LF of 8" Dia. Sewer Line BD -11 UNIT AMOUNT PRICE BID for One Thousand Two Hundred dollars and No cents. $ 1.200.00 $ 1200.00 for One Thousand Two Hundred dollars and No cents. $ 1200.00 $ 1200.00 for One Thousand Two Hundred dollars and No cents. $ 1.200.00 $ 1.200.00 cents. $ 2,100.00 $ 2.100.00 for dollars and cents. $ 2.100.00 $ 2.100.00 $23.650.00 Twenty -Three Thousand Six Hundred Fifty and No Cents (IN WRITING) CONSTRUCTION OF SANITARY SEWERS AND SEWER MANHOLE REHABILITATION $ 1.118.950.50 POINT REPAIRS TOTAL BASE BID: If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within one - hundred fifty (150) calendar days after the date of the written Notice -to- Proceed. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfull ubmitted, 1-\01t Print Name v tom. PRES■dank Title Horseshoe Construction Co. Date RECAPITULATION IMA BD -12 $ 23,650.00 $ 1.142.600.50 One Million. One Hundred Forty -Two Thousand, Six Hundred Dollars and Fifty Cents (IN WRITING) Address (:1 C) 4 - i 41 Telephone S Corpora if Contractor is a on Travelers? IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3130 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. ( 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON PERFORMANCE BOND Bond No. 61SB103342318BCM KNOW ALL MEN BY THESE PRESENTS: That HORSESHOE CONSTRUCTION, INC. of the City of La Porte , County of Harris , and State of Texas , as Principal, and TRAVELERS CASUALTY* 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 One Million One Hundred Forty Two Thousand ** dollars ($1,142,600.50 ) 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: *AND SURETY COMPANY OF AMERICA * *Six Hundred and 50 /100 WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of , 20_ to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: 2001 Was tewater Collection System Rehabilita- tion Project - Basins BC21, 0C24, and CC35 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, 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 Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract 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. postbid.mstlspec master PBD -3 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, 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 day of 20 HORSESHOE CONSTRUCTION, INC. Principal By: k) kko t)- N o Pre la A Title 2309 S. Battleground Road Address La Porte, TX 77571 Hartford, CT 06183 Resident Agent of Surety: Sue Wood (TDI #1127722) Printed Name Elsey & Associates Surety /Insurance Agency, Inc. 8820 Will Clayton Parkway Address Humble, TX 77338 City, State & Zip Code postbid.msUspec rnas[er PBD -4 TRAVELERS CASUALTY AND SURETY COMPANY Surety OF AMERICA Sue Wood, Attorney -in -Fact Title One Tower Square Address 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON postbid.mstlspec master PAYMENT BOND Bond No. 61SB103342318BCM KNOW ALL MEN BY THESE PRESENTS: That HORSESHOE CONSTRUCTION,INC. , of the City of La Porte , County of Harris , and State of Texas as Principal, and TRAVELERS * 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, (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 One Million One Hundred Forty Two Thousand Six Hundred & 50 / ($ 1,142,600.50 ) 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: *CASUALTY AND SURETY COMPANY OF AMERICA WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 20 , to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: 2001 Wastewater Collection System Rehabilitation Project - Basins BC21, 0C24, and CC35 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 Contract, 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. PBD -5 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, 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 ,20 . Instrument this day of HORSESHOE CONSTRUCTION, INC. Title Address tee Prey rtent 2309 S. Battleground Road La Porte, TX 77571 Hartford, CT 06183 Resident Agent of Surety: Sue Wood (TDI 91127722) Printed Name Elsey & Associates Surety /Insurance Agency, Inc. 8820 Will Clayton Parkway Address Humble, TX 77338 City State & Z5 Code Lseee ignature postbid.mst/spec master PBD -6 TRAVELERS CASUALTY AND SURETY COMPANY Surety OF AMERICA B ,.� Sue Wood, Attorney -in -Fact Title One Tower Square Address 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BONDNUMBER 61SB103342318BCM Sealed with our seals and dated this and postbid.rtsstispec master WARRANTY BOND KNOW ALL MEN BY THESE PRESENTS, That we, HORSESHOE CONSTRUCTION, INC. AMOUNT $1,142,600.50 (hereinafter called the "Principal ") as Principal, and the TRAVELER5 CASUALTY AND SURETY* a Corporation duly organized under the laws of the State of Connecticut and duly licensed to transact business in the State of Texas (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK. TEXAS (hereinafter called the "Obligee "), in the sum of One Million One Hundred Portz Two Thousand Six Hundred and 50 /100 dollars ($ 1,142,600.50 ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. *COMPANY OF AMERICA day of , A.D. nineteen hundred WHEREAS, the said Principal has heretofore entered into a contract with The City of Round Rock, Texas Dated , 20 , for construction of: 2001 Wastewater Collection System Rehabilitation Project Basins BC21, 0C24, and CC35 WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of one (1) year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of one (1) year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas PBD -8 WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. HORSESHOE CONSTRUCTION, INC. TRAVELERS CASUALTY AND SURETY COMPANY Principal Surety OF AMERICA 1 By: Title (0_e fPStrie_n"t' 2309 S. Battleground Road Address La Porte, TX 77571 Resident Agent of Surety: Sue Wood (TDI #1127722) Printed Name Elsey & Associates Surety /Insurance Agency, Inc. 8820 Will Clayton Parkway ' Address Humble, TX 77338 City, State & Zip Code (281) 540 -155 Signature Sue Wood, Attorney -in -Fact Title One Tower Square Address Hartford, CT 06183 1 1 1 1 1 1 1 1 1 1 1 posebid,mstlspec master PBD-9 1 (11 -0 0 Standard) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Bruce C. DeHart, Edward L. Moore, David R. Groppell, Nancy T. Tanko, Theresa Gardner, Kathleen M. Meeks, Sue Wood, of Humble, Texas, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. ' IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be ' signed by their Senior Vice President and their corporate seals to be hereto affixed this 14th day of March 2002. 1 1 1 1 1 1 1 CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set ' forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of 1 1 1 1 1 1 STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD On this 14th day of March, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. , 20 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By George W. Thompson Senior Vice President My commission expires June 30, 2006 Notary Public Marie C. Tetreault By Kori M. Johanson Assistant Secretary, Bond ■ an. ai aa•oinm rrt�lrr,a0 Ii, UM111.L CERTIFICATE OF LIABILITY INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE TSB Insurance Services, Inc. 7600 W. Tidwell, Suite 808 A Bituminous Casualty Houston, TX 77040 B INSURED Horseshoe Construction C 2309 S. Battleground Rd. LaPorte, TX 77571 D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LTR NUMBER DATE DATE GENERAL LIABILITY A CLP3118774 A A AUTOMOBILE LTABRt1Y EXCESS LIABILITY WORKERS' COMPENSATION AND EMPLOYERS' LLABILITY WC3118773 7/15/01 7/15/01 7/15/02 A CAP3118775 7/15/01 7/15/02 CUP2535322 7/15/01 7/15/02 7/15/02 OTHER Equipment CLP3118774 7/15/01 7/15/02 Agg. Limit 300,000 Leased /Rented Ded. 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES /SPECIAL ITEMS/EXCEPTIONS CERTIFICATE HOLDER: Ciry of Round Rock 221 E. Main Street Round Rock. Texas 78664 alto: Joanne Land GENERAL AGGREGATE PRODUCTS- COMP/OP AGG. PERSONAL & ADV- INJURY EACH OCCURRENCE FIRE DAMAGE (Arty eoe fire) MED. EXPENSE (Ar5 one person) S COMBINED SINGLE LIMIT 51,000,000 BODILY INJURY (Per person) 6 BODILY INJURY (Per arektemq 3 PROPERTY DAMAGE S EACH OCCURRENCE AGGREGATE LIMITS X STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE - EACH ILMPLOYEE. The City of Round Rock is named as additional insured with respect to all policies except Workers Compensation and Employers' Liability. Should any of the above deacribcd policies be cancelled or changed before Be expiration date thereof. the issuing company will mail thirty (30) days written octice to the certificate holder named below. SIGNATUR AUTHORIZES, »T /T1 Typed Maroc: Ronald L Rnfllnff Tide: P.rpaidapt T -192 P- 002/002 F -I18 Dale: 04/30/02 6 2,000,000 5 2,000,000 51,000,000 31,000,000 100,000 10,000 5 4,000,000 64,000,000 s1 ,000,000 3 1,000,000 51,000,000 1 CERTIFICATE OF LIABILITY INSURANCE Date: in PRODUCER 1 1 INSURED D 1 THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY LTR NUMBER GENERAL LIABILITY 1 1 AUTOMOBILE LIABILITY 1 C EFFECTIVE EXPIRATION DATE DATE COMPANIES AFFORDING COVERAGE A B LIMITS GENERAL AGGREGATE $ PRODUCTS - COMP /OP AGG. $ PERSONAL & ADV. INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED. EXPENSE (Any one person) $ COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS EACH ACCIDENT $ DISEASE - POLICY LIMIT $ 1 DISEASE - EACH EMPLOYEE $ OTHER 1 DESCRIPTION OF OPERATIONSJLOCATIONSNEHICLES /SPECIAL ITEMS/EXCEPTIONS The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any I of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. I CERTIFICATE HOLDER: City of Round Rock SIGNATURE OF AUTHORIZED REPRESENTATIVE 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land ' Typed Name: Title: postbidmstJspec master PBD -7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t i WARRANTY BOND BOND NUMBER AMOUNT KNOW ALL MEN BY THESE PRESENTS, That we, (hereinafter called the "Principal ") as Principal, and the a Corporation duly organized under the laws of the State of and duly licensed to transact business in the State of (hereinafter called the "Surety "), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "), in the sum of dollars ($ ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. Sealed with our seals and dated this and WHEREAS, the said Principal has heretofore entered into a contract with Dated , 20 , for construction of: WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas postbid.mst/spec master PBD -8 day of , A.D. nineteen hundred WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Principal By: Title Address Resident Agent of Surety: Printed Name Address City, State & Zip Code Signature postbid.mst/spec master PBD -9 Surety By: Title Address GENERAL CONDITIONS SECTION 4.0 1 1 1 1 1 1 1 . 1 1 1 1 1 1 1 1 1 1 Contents 1. Definition of Terms 1.01 - Owner, Contractor and Engineer 1.02 - Contract Documents 1.03 - Subcontractor 1.04 - Sub - Subcontractor 1.05 - Written Notice 1.06 - Work 1.07 - Extra Work 1.08 - Working Day 1.09 - Calendar Day 1.10 - Substantially Completed General Conditions of Agreement 2. Responsibilities of the Engineer and the Contractor 2.01 - Owner - Engineer Relationship 2.02 - Professional Inspection by Engineer 2.03 - Payments for Work 2.04 - Initial Determinations 2.05 - Objections 2.06 - Lines and Grades 2.07 - Contractors Duty and Superintendence 2.08 - Contractors Understanding 2.09 - Character of Workers 2.10 - Contractor's Buildings 2.11 - Sanitation 2.12 - Shop Drawings 2.13 - Preliminary Approval 2.14 - Defects and Their Remedies 2.15 - Changes and Alterations 2.16 - Inspectors _ 3. General Obligations and Responsibilities 3.01 - Keeping of Plans and Specifications Accessible 3.02 - Ownership of Drawings 3.03 - Adequacy of Design 3.04 - Right of Entry gencond.mst/spec master GC -1 3. General Obligations and Responsibilities (cont'd) 3.05 - Collateral Contracts 3.06 - Discrepancies and Omissions 3.07 - Equipment, Materials and Construction Plant 3.08 - Damages 3.09 - Protection Against Accident to Employees and the Public 3.10 - Performance and Payment Bonds 3.11 - Losses from Natural Causes 3.12 - Protection of Adjoining Property 3.13 - Protection Against Claims of Subcontractors, etc. 3.14 - Protection Against Royalties or Patented Invention 3.15 - Laws and Ordinances 3.16 - Assignment and Subletting 3.17 - Indemnification 3.18 - Insurance 3.19 - Final Clean-Up 3.20 - Guarantee Against Defective Work 3.21 - Testing of Materials 3.22 - Wage Rates 4. Prosecution and Progress 4.01 - Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01 - Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Extra Work and Claims 6.01 - Change Orders 6.02 - Minor Changes 6.03 - Extra Work 6.04 - Time of Filing Claims 6.05 - Continuing Performance 7. Abandonment of Contract 7.01 - Abandonment by Contractor 7.02 - Abandonment by Owner 8. Subcontractors 8.01 - Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9. Separate Contracts 9.01 - Owner's Right to Award Separate Contracts 9.02 - Mutual Responsibility of Contractors 9.03 - Cutting and Patching Under Separate Contracts 10. Protection of Persons and Property 10.01 - Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities 11. Termination 11.01 - Termination by Owner for Cause 11.02 - Termination for Convenience gencond.mst/spec master GC -3 1. Definition of Terms 1.01 Owner, Contractor and Engineer General Conditions of Agreement The Owner, the Contractor and the Engineer and those persons or organizations identified as such in the Agreement are referred to throughout the Contract Documents as if singular in number and masculine in gender. The term "Engineer" means the Engineer or his duly authorized representative. The Engineer shall be understood to be the Engineer of the Owner, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the Engineer and the Contractor. 1.02 Contract Documents The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any such documents before the execution of the agreement. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. 1.03 Subcontractor The term "Subcontractor," as employed herein, includes only those having a direct contract with the Contractor. It includes one who furnishes material worked to special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 Sub - Subcontractor The term "Sub - Subcontractor" means one who has a direct or indirect contract with a Subcontractor to perform any of the work at the site. It includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked gencond.mstispic master GC-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.05 Written Notice 1.06 Work Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the Contract Documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which, when so applied, have a well -known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term "Extra Work" shall be understood to mean and include all work that may be required by the Engineer or the Owner to be done by the Contractor to accomplish any change, alteration or addition to the work shown upon the plans, or reasonably implied by the specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations" herein. 1.08 Working Day The term "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.09 Calendar Day The term "Calendar Day" is defined as any day of the week or month, no days being excepted. 1.10 Substantially Completed The term "Substantially Completed" shall be understood to mean that the structure has been made suitable for use or occupancy or that the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. gencond.mstispec master GC -5 2. Responsibilities of the Engineer and the Contractor 2.01 Owner- Engineer Relationship The Engineer will be the Owner's representative during construction. The duties, responsibilities and limitations of authority of the Engineer as the Owner's representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the Owner and the Engineer. The Engineer will advise and consult with the Owner, and all of the Owner's instructions to the Contractor shall be issued through the Engineer. 2.02 Professional Inspection by Engineer The Engineer shall make periodic visits to the site to familiarize himself with the progress of the executed work and to determine if such work meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspection of the quality or quantity of the work or be responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees or any other person, fum or corporation performing or attempting to perform any of the work. 2.03 Payments for Work The Engineer shall review the Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such amounts; such recommendation of payment to the Contractor constitutes a representation to the Owner of the Engineer's professional judgement that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such recommendation of an application for payment to the Contractor shall not be deemed as a representation by the Engineer that the Engineer has made any examination to determine how or for what purpose the Contractor has used the monies paid on account of the contract price. 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the Owner relating to execution or progress of the work or interpretation of the Contract Documents. The Engineer's decision shall be rendered in writing within a reasonable time, which shall not be construed to be less than ten (10) days. gencond.mst/spec master GC -6 writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections In the event the Engineer renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the Engineer within thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to litigation as hereinafter provided. 2.06 Lines and Grades Unless otherwise specified, all lines and grades shall be furnished by the Engineer or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer reasonable notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the Contractor's expense. 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent English - speaking Superintendent and any necessary assistants to supervise and direct the work. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of perforating such work, so long as such methods do not adversely affect the completed improvements, the Owner and the Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection and safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications, as well as any additional information concerning the work to be performed passing from or through the Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from the plans and specifications; the intent of such drawings, specifications and any other such information being to define with specificity the agreement of the parties as to the work the Contractor is gencond.mst/spec master GC -7 performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by the Engineer or the Owner, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or methods, is agreed by the Contractor to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling the Contractor to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the Contractor from full and complete responsibility for the proper performance of his work on the project, including but not limited to the propriety of means and methods of the Contractor in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the Contractor from plans and specifications that may have been in evidence during any such visitation or observation by the Engineer, or any of his representatives, whether called to the Contractor's attention or not, shall in no way relieve the Contractor from his responsibility to complete all work in accordance with said plans and specifications. 2.08 Contractor's Understanding It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. The Contractor agrees that he will make no claim against the Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent, unfaithful or disorderly, or refuse instructions from the Engineer in gencond.mst/spec master GC - the absence of the Superintendent, such worker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. No illegal alien may be employed by any Contractor for work on this project, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien who works for the Contractor at this project. 2.10 Contractor's Buildings The building of structures for housing workers, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.11 Sanitation Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. 2.12 Shop Drawings The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during the Contractor's performance hereunder. gencond.mst/spec master GC -9 2.13 Preliminary Approval The Engineer shall not have the power to waive the obligations of this contract for the furnishing by the Contractor of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform the contract, including without limitation, the obligation to at once tear out, remove and properly replace any defective work or material at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in the event the material has been once accepted by the Engineer, such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re- examination by the Engineer, prior to final acceptance, and if found not in accordance with the plans and/or specifications for said work, all expense of removing, re- examination and replacement shall be bome by the Contractor. Otherwise, the expense thus incurred shall be allowed as Extra Work and shall be paid for by the Owner; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the Engineer. 2.14 Defects and Their Remedies It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 Changes and Alterations The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying performance and payment Bonds. gencond.mst/spec master GC - If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment ". If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment ". Otherwise, such additional work shall be paid for as provided under Extra Work. In the event the Owner makes such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. 2.16 Inspectors The Engineer may provide one (or more) field inspectors at the work site for the limited purpose of observing the work in progress and reporting back to the Engineer on the extent, nature, manner and performance of the work so that the Engineer may more effectively perform his duties hereunder. Such inspectors may also communicate between the Engineer and the Contractor their respective reports, opinions, questions, answers and clarifications concerning the plans, specifications and work but shall not be deemed the agent of the Contractor for all purposes in communicating such matters. Such inspectors may confer with the Contractor or the Contractor's Superintendent concerning the prosecution of the work and its conformity with the plans and specifications but shall never be, in whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such inspector is not authorized by the Engineer or the Owner to independently act for either or answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No inspector's opinion, advice, interpretation of the plans or specifications of this contract, apparent or express approval of the means or methods or manner of the Contractor's performance of work in progress or completed, or discovery or failure to discover or object to defective work of materials shall release the Contractor from his duty to complete all work in strict accordance with the plans and specifications or stop the Owner or the Engineer from requiring that all work be fully and properly performed including, if necessary, removal of defective or otherwise unacceptable work and the re -doing of such work. gencond.mstlspec master GC -11 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with an adequate and reasonable number of copies of all plans and specifications without expense to him and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 Ownership of Drawings All drawings, specifications and copies thereof furnished by the Engineer shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the Owner. 3.03 Adequacy of Design It is understood that the Owner believes it has employed competent engineers and designers. It is therefore agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project provided that the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. 3.04 Right of Entry The Owner reserves the right to enter the property or location at which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 3.05 Collateral Contracts The Owner agrees to provide, by separate contract or otherwise, all labor and material essential to The completion of the work specifically excluded from this contract, in such manner so as not to unreasonably delay the progress of the work or damage the Contractor, except where such delays are specifically mentioned elsewhere in the Contract Documents. The Owner will attempt to coordinate the collateral work of utility companies regulated by City franchises, but the City shall not be responsible for delays or other damages to the Contractor which may result from their acts or omissions. gencond.mstlspec master GC -12 3.06 Discrepancies and Omissions The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with generally accepted practices for construction. In the event of any discrepancies between the separate Contract Documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the Engineer shall define what is intended to apply to the work. 3.07 Equipment, Materials and Construction Plant The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages In the event the Contractor is damaged in the course of completion of the work by the act, negligence, omission, mistake or default of the Owner or the Engineer, thereby causing loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall reimburse the Owner for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state, and municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state, or municipal laws or regulations. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor. gencond.mstlspec master GC -13 In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the Owner and the Engineer of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the Owner and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, on standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantee required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the contract. If the contract price is $25,000.00 or less, no payment or performance bond shall be required. It is agreed that the contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this contract, and no extra payment for such bonds will be made by the Owner. Unless otherwise approved in writing by the Owner, the surety company underwriting the bonds shall be licensed to write such bonds in the State of Texas. 3.11 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 the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense. 3.12 Protection of Adjoining Property The said Contractor shall take proper means to protect the adjacent or adjoining property or properties, in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or gencond.mst/spec master GC -14 growing out of the performance of the contract regardless of whether or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Furnishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the Owner and the Engineer harmless from all claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the Owner, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the Owner may either pay directly any unpaid bills of which the Owner has written notice, or may withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims. When satisfactory evidence is fumished that all liabilities have been fully discharged, payments to the Contractor shall be resumed in full in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon the Owner by either the Contractor or his surety. 3.14 Protection Against Royalties or Patented Invention The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the Owner and the Engineer harmless from any loss on account thereof, except that the Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then the Contractor shall indemnify and save the Owner harmless form any loss on account thereof. If the material or process specified or required by the Owner is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives such information to the Owner. 3.15 Laws and Ordinances The Contractor shall at all times observe and comply with all federal, state and local laws, ordinance and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the Owner and the Engineer against any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or his employees, except where such violations are called for by the provisions of the Contract gencond.mst/spec master GC -15 Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. In case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contract, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. 3.16 Assignment and Subletting The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney or otherwise, or sublet said contract without the written consent of the Engineer, and that no part or feature of the work will be sublet to anyone objectionable to the Engineer or the Owner. The Contractor further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner as provided by this agreement. 3.17 Indemnification The Contractor shall defend, indemnify and hold harmless the Owner and the Engineer and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damage, claim, loss, demand, suit, judgment, cost or expense: 1. is attributable to bodily injury, sickness, disease or death of any person including Contractor's employees and any Subcontractor's employees and any Sub - subcontractor's employees, or to injury to or destruction of tangible property including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub- subcontractor including the loss of use resulting therefrom; and, 2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation of maps, plans, reports, surveys, change orders, designs or specifications, or the approval of maps, plans, reports, gencond.mst/spec master GC -16 surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or Sub - subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. A. Statutory Workmen's Compensation. Definitions: Certificate of coverage ("certificate") - a copy of a certificate of insurance, a certificate of authority to self - insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in § 406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any -such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. gencond.mst/spec master GC -17 The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that 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. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. ( c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: "As States except those listed in 3A and the States of NV, ND, OH, WA, WV, and WY." The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven (7) calendar 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. - The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the Contractor knew or should have known of gencond.mst/spec master GC -18 any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post 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. The Contractor shall contractually require each person with whom it contracts to provide services on the project to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts of filing of any coverage agreements, that 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; (b) gencond.mst/spec master GC -19 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; (c) 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; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) 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; -- (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the Commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, and/or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten (10) calendar days after the receipt of notice of breach from the governmental entity. B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. C. Property Damage Insurance with minimum limits of $50,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and Property Damage minimum limits of $50,000 for each occurrence. Contractor shall require Subcontractors to provide Automobile Liability Insurance with same minimum limits. The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been approved by the Owner and the Engineer. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the Owner and the Engineer shall not relieve or decrease the liability of the Contractor hereunder. The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance (other than workers' compensation) shall be endorsed to include the Owner as an additional insured thereunder. gencond.mst/spec master GC -20 The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which the insurance applies, the expiration date, and the above - mentioned notice of cancellation clause. 3.19 Final Clean - up Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event the Contractor fails or refuses to clean and remove surplus materials and debris as above provided, the Owner or the Engineer may do so, or cause same to be done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from the final payment. 3.20 Guarantee Against Defective Work The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for a period of one year from the date of acceptance of the project. Said warranty binds the Contractor to correct any work that does not conform with such plans and specifications or any defects in workmanship or materials furnished under this contract which may be discovered within the said one year period. The Contractor shall at his own expense correct such defect within thirty (30) days after receiving written notice of such defect from the Owner or the Engineer by repairing same to the condition called for in the Contract Documents and plans and specifications. Should the Contractor fail or refuse to repair such defect within the said thirty (30) day period or to provide acceptable assurances that such repair work will be completed within a reasonable time thereafter, the Owner may repair or cause to be repaired any such defect at the Contractor's expense. - 3.21 Testing of Materials Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the Owner. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the extent of the retesting gencond.mstispec master GC -21 shall be determined by the Engineer. The Engineer may require additional testing for failing tests and may require two (2) passing retests before acceptance will be made by the Owner. The testing laboratory will be designated by the Owner. All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to furnish a manufacturer's certificate stating that the material meets the requirements specified for this project. 3.22 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 m 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 the worker is employed by 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. 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. gencond.mst/spec master GC -22 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. WR1001 July 1997 Applicable wage rates are shown in Section 06 WAGE RATES of the SPECIAL CONDITIONS. 4. Prosecution and Progress 4.01 Time and Order of Completion It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal: provided, also, that when the Owner is having other work done, either by contract or by his own force, the Engineer may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. 4.02 Extension of Time Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or the Engineer, or of any employee of either, or by other contractors employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer; provided, however, that the Contractor shall give gencond.mstispec master GC -23 the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for extension of time on "Calendar Days" contracts. 4.03 Hindrances and Delays No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the Owner) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the Owner, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the Owner to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 Estimated Quantities This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated or contemplated quantity for such items, then either party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of the work above or below twenty percent (20 %) of the estimated quantity. gencond.mstfspec master GC -24 A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a total cost equal to or greater that five percent (5 %) of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this agreement, as provided under "Extra Work ". 5.03 Price of Work In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the Contractor, and on the completion of all work and on the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the prices set forth in the proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this agreement. 5.04 Partial Payments On or before the first day of each month, the Contractor shall submit to the Engineer a statement showing the total value of the work performed up to and including the 25th day of the preceding month. The statement shall also include the value of all sound materials delivered on the job site and to be included in the work and all partially completed work whether bid as a lump sum or a unit item which in the opinion of the Engineer is acceptable. The Engineer shall examine and approve or modify and approve such statement. The Owner shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less five percent (5 %) of the amount thereof, which five percent (5 %) shall be retained until final payment, and further less all previous payments and all further sums that may by retained by the Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, then the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment ". - 5.05 Use of Completed Portions The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an gencond.mst/spec master GC -25 acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost or delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or both, as the Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's list of unfinished work and will add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 Final Completion and Acceptance Within ten (10) days after the Contractor has given the Engineer written notice that the work has been completed, or substantially completed, the Engineer and the Owner shall inspect the work and within said time, if the work is found to be completed in accordance with the Contact Documents, the Engineer shall issue to the Owner and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the Owner to issue a Certificate of Acceptance to the Contractor or to advise the Contractor in writing of the reason for non- acceptance. 5.07 Final Payment Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make final measurements and prepare final statement for the value of all work performed and materials furnished under the terms of the agreement and shall certify same to the Owner, who shall pay to the Contractor on or before 35th day after the date of the Certificate of Completion, the balance due the Contractor under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required. 5.08 Payments Withheld The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect- himself from loss on account of: a) Defective work not remedied or other obligations hereunder not done. b) Claims filed or reasonable evidence indicating probable filing of claims. gencond.mst/spec master GC -26 c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. fl g) d) Damage to the Owner or another contractor's work, material or equipment. e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. Reasonable indication that the work will not be completed within the contract time. Other causes affecting the performance of the contract. When the above grounds are removed or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 Delayed Payments Should the Owner fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of six percent (6 %) per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payment," until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims 6.01 Change Orders Without invalidating this agreement, the Owner may at any time or from time to time order additions, deletions or revisions to the work; such changes will be authorized by change order to be prepared by the Engineer for execution by the Owner and the Contractor. The change order shall set forth the basis for any change in contract price, as hereinafter set forth for extra work, and any change in contract time which may result from the change. In the event the Contractor shall refuse to execute a change order which has been prepared by the Engineer and executed by the Owner, the Engineer may in writing instruct the Contractor to proceed with the work as set forth in the change order and the Contractor may make claim against the Owner for extra work involved therein, as hereinafter provided. gencond.mstlspec master GC -27 6.02 Minor Changes The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in contract price. If the Contractor believes that any minor change or alteration authorized by the Engineer involves extra work and entitles him to an increase in the contract price, the Contractor shall make written request to the Engineer for a written field order. In such case, the Contractor by copy of his communication to the Engineer or otherwise in writing shall advise the Owner of his request to the Engineer for a written field order and that work involved may result in an increase in the contract price. Any request by the Contractor for a change in contract price shall be made prior to beginning the work covered by the proposed change. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a change order or for which a claim for extra work is made shall be determined by the unit prices upon which this contract was bid to the extent such work can be fairly classified within the various work item descriptions and for work items that cannot be so classified by one or more of the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method © If neither Method (A) nor Method (B) is agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work, plus fifteen percent (l5 %). In the event said extra work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the Contractor of all workmen, such as foremen, timekeepers, mechanics -and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on gencond.mst/spec master GC -28 performance and payment bonds and maintenance bonds, public liability and property damage and workers' compensation, and all other insurance as may be required by any law or ordinance, or directed or agreed to by the Owner. The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the Engineer. The Engineer or the Owner may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100 %), unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15 %) of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the Contractor's camp or field office must be maintained primarily on account of such extra work; then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Engineer for written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefor, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to mediation or litigation. 6.04 Time of Filing Claims It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) days after the Engineer has given any directions, order or instruction to which the Contractor desires to take exception. The Engineer shall reply within thirty (30) days to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the Engineer's decision, any demand for mediation shall be filed with -the Engineer and the Owner in writing within ten (10) days after the date of delivery to Contractor of the Engineer's final decision. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claims by either party, except claims by Owner for defective work or enforcement of warranties and except as noted otherwise in the Contract Documents. gencond.mst/spec master GC -29 6.05 Continuing Performance The Contractor shall continue performance of the contract during all disputes or disagreements with the Owner. The production or delivery of goods, the furnishing of services and the construction of projects or facilities shall not be delayed, prejudiced or postponed pending resolution of any disputes or disagreements, except as the Owner may otherwise agree in writing. 7. Abandonment of Contract 7.01 Abandonment by Contractor In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Engineer, or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with the Contract Documents, then and in that case, where performance and payment bonds exist, the sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the surety on the performance bond, or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor (except when used in connection with extra work, where credit shall be allowed as provided for under Section 6 herein), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in case the surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (1) The Owner may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies as the Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to the Contractor, and expense so charged shall be deducted and paid by the Owner out of such monies as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. In case such expense is less than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor shall receive the difference. gencond.mstispec master GC -30 In case such expense is greater than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor and/or his surety shall pay the amount of such excess to the Owner, or (2) The Owner, under competitive bids taken after notice published as required by law, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case there is any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the surety shall be and remain bound therefor. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this contract, the Contractor and/or his surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified by the Engineer as being correct, shall then be prepared and delivered to the Contractor and his surety, whereupon the Contractor and/or his surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be tumed over to the Contractor and/or his surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor and his surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the Contractor or his surety, to their proper owners. The books on all operations provided herein shall be opened to the Contractor and his surety. gencond.mst/spec master GC -31 7.02 Abandonment by Owner In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the Contractor and have not been wrought into the work. Thereupon, the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and which cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this agreement and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this agreement. 8. Subcontractors 8.01 Award of Subcontracts for Portions of the Work Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the Contractor, as soon as practicable after the award of the contract, shall furnish to the Engineer in writing for acceptance by the Owner and the Engineer a list of the names of the Subcontractors proposed for the principal portions of the work. The Engineer shall promptly notify the Contractor in writing if either the Owner or the Engineer, after due investigation, has objection to any Subcontractor on such list and does not accept him. Failure of the Owner or the Engineer to make objection promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor. The Contractor shall not contract with any Subcontractor or any person or organization (including those who are to furnish materials or equipment fabricated to a special design) proposed for portions of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for the principal portions of the work who has been rejected by the Owner and the Engineer. The Contractor will not be required to contract with any Subcontractor or person or organization against whom he has a reasonable objection. gencond.mstlspec master GC - If the Owner or the Engineer refuses to accept any Subcontractor or person or organization on a list submitted by the Contractor in response to the requirements of the Contract Documents or the Instructions to Bidders, the Contractor shall submit an acceptable substitute and the contract amount shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued; however, no increase in the contract amount shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting for acceptance any list or lists of names as required by the Contract Documents or the Instructions to Bidders. If the Owner or the Engineer requires a change of any proposed Subcontractor or person or organization previously accepted by them, the contract amount shall be increased or decreased by the difference in cost occasioned by such change and an appropriate change order shall be issued. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Engineer, unless the substitution is acceptable to the Owner and the Engineer. 8.02 Subcontractual Relations All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: (1) (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; (5) preserve and protect the rights of the Owner and the Engineer under the contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with this contract; obligate each subcontractor specifically to consent to the provisions of this section. gencond.mst/spec master GC -33 A copy of all such subcontract agreements shall be filed by the Contractor with the Engineer before the Subcontractor shall be allowed to commence work. 8.03 Payments to Subcontractors The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount directly based upon the value of the work performed and allowed to the Contractor on account of such Subcontractor's work, less the percentage retained from payments to the Contractor. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Engineer fails to approve a payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any monies to such Subcontractor except as may otherwise be required. 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts The Owner reserves the right to award other contracts in connection with other portions of the project under these or similar conditions of the contract. When separate contracts are awarded for different portions of the project, "the Contractor" in the contract documents in each case shall be the contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper gencond.mst/spec master GC -34 execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's work. Should the Contractor cause damage to the work or property of any separate contractor on the project, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner or initiates an proceeding allowed hereunder on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or award against the Owner arises therefrom the Contractor shall pay or satisfy it and shall reimburse the Owner for all attomey's fees and court costs or other costs which the Owner has incurred. 9.03 Cutting and Patching under Separate Contracts The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work, except as otherwise specifically provided in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. 10. Protection of Persons and Property 10.01 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. 10.02 Safety of Persons and Property The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to: (1) all employees on the work and all other persons who may be affected thereby: (2) all the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub - subcontractors; and gencond.mst/spec master GC -35 (3) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, fences, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly inflammable materials, shall conform to federal, state, local laws and ordinances. All city ordinances shall be complied with even though some or all of the blasting is done outside the city limits unless the applicable ordinance is in conflict with the law of the jurisdiction where the action is being taken. The following is a list of requirements in addition to federal, state, and local laws and ordinances: 1. The Contractor shall furnish the City of Round Rock with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty-four (24) hours prior to using explosives. A blasting permit must be obtained from the city at least five (5) days prior to use of explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The following public utility companies and city departments will be notified by the Contractor, on every occasion, at least twenty-four (24) hours prior to the use of explosives: Water and Wastewater, Electric, Gas, Telephone and the City Engineering Department. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineering Department. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the City Inspector, the permit, or by safe blasting practices. gencond.mst/spec master GC -36 5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the City Code. 6. The Director of Engineering or his representative shall have the right to limit the use of explosives and/or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. 7. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. All claims of damage shall be investigated by the City of Round Rock or by consulting firms approved by the city. 8. The Contractor shall maintain accurate records throughout the blasting operations showing the type explosive used, number of holes, pounds per hole, depth of hole, total pounds per shot, delays used, date and time of blast and initials of the inspector. The Contractor is fully responsible for all claims resulting from his blasting operation. All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty drawings or specifications or solely to the acts or omissions of the Owner or the Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner and the Engineer. 10.03 Location and Protection of Utilities Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. The Contractor shall 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. Upon request, the Owner shall provide such information as it has about the location and grade of water, sewer, gas, and telephone and electric lines and other utilities in the work area but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and nondelegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. gencond.mstlspec master GC -37 11. Termination 11.01- Termination by Owner for Cause Conditions for termination are as follows: 1. Without prejudice to any other legal or equitable right or remedy which it would otherwise possess hereunder or as a matter of law, City shall be entitled by giving Contractor five (5) days prior written notice to terminate this contract in its entirety at any time: a. If the Contractor becomes insolvent, voluntarily files for bankruptcy, is the subject of an involuntary petition for bankruptcy commenced by its creditors, makes a general assignment for the benefit of creditors or becomes the subject of any other proceeding commenced under any statute or law for the relief of debtors; or b. If a receiver trustee or liquidator of any of the property or income of Contractor shall be appointed; or 1) If Contractor: a) Shall fail to prosecute the work or any part thereof with diligence necessary to insure its progress and completion as prescribed by the time schedules; and Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or 2) If Contractor: a) Shall fail for any reason other than the failure by City to make payments called upon when due, and b) Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or 3) If Contractor: a) Shall commit a substantial default under any of the terms, provisions, conditions, or covenants contained herein; or b) Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or c) In the event of such termination, Contractor shall only be paid its reimbursable costs incurred prior to the effective date of the termination notice and shall not be entitled to receive any further fixed fee payments hereunder and shall be further subject to any claim City gencond.mst/spec master GC -38 may have against Contractor under other provisions of this agreement or as a matter of law, including the refund of any overpayment of reimbursable costs and/or fixed fee. 2. If this Contract is terminated for cause, the City shall have the right but shall not be obligated to complete the work itself or by others; and to this end, City shall be entitled to take possession of and use such equipment and materials as may be on the job site, and to exercise all rights, options, and privileges of Contractor under its subcontracts, purchase orders, or otherwise; and Contractor shall promptly assign such rights, options and privileges to City. If City elects to complete the work itself or by others, pursuant to the foregoing, the City will reimburse City for all costs incurred by City (including, without limitation, applicable, general, and administrative expenses, and field overhead, and the cost of necessary equipment, materials, and field labor) in correcting work by Contractor which fails to meet contract requirements. Nothing contained in the preceding sections shall require City to pay for any work which is unsatisfactory as determined by the Director or which is not submitted in compliance with the terms of this Contract. City shall not be required to make any payments to Contractor when Contractor is in default under this Contract, nor shall this Article constitute a waiver of any right, at law and at equity, which City may have if Contractor is in default, including the right to bring legal action for damages or to force specific performance of this Contract. 11.02 Termination for Convenience In connection with the work outlined in the Contract, it is agreed and fully understood by Contractor, that City may cancel or indefinitely suspend further work hereunder or terminate this Contract either for cause as outlined above, or for the convenience of City, upon fifteen (15) days written notice to Contractor, with the understanding that immediately upon receipt of said notice all work and labor being performed under this Contract shall cease. Contractor shall invoice City for all work satisfactorily completed and shall be compensated in accordance with the terms of this Contract for work accomplished prior to the receipt of said notice. No amount shall be due for lost or anticipated profits. After receipt of a notice of termination and acceptance otherwise directed by City, Contractor shall, in good faith, and to the best of his ability, do all things necessary, in the light of such notice and of such request and implementation thereof as City may make to assure the efficient proper closeout of the terminated work (including the protection of City property). Among other things, the Contractor shall, except as otherwise directed or approved by City: 1. Stop the work on the date and to the extent specified in the notice of termination. 2. Place no further orders for subcontracts for services, equipment or materials, except as may be necessary for completion of such portion of the work as is not terminated. gencond.mst/spec master GC -39 3. Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. 4. Assign to City, in the manner and to the extent directed by it, al right title, and interest of Contractor under the orders or subcontracts so terminated; in which case, City shall have the right to settle or pay any or all claims arising out of such termination of such orders and/or subcontracts. 5. With the approval of City, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts. 6. Deliver to City, all documents, property, plans, field surveys, maps, cross sections and other data, designs and work related to the Project shall become the property of the City upon termination of this Contract, in a reasonably organized form, without restriction on future use. Should City subsequently contract with a new contractor for continuation of services under this Project, Contractor shall cooperate in providing information. 7. In the event of such termination, no cost incurred after the effective date of the notice of termination shall be treated as reimbursable costs unless it relates to carrying out the unterminated portion or taking closeout measures. gencond.mst/spec master GC - SPECIAL CONDITIONS SECTION 5.0 SECTION 01- INFORMATION 01 -01 ENGINEER 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED specond,msUspecs The word "Engineer" in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME The Contractor agrees that time is of the essence for this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such extension of time as is provided for under the provisions of Section 4.02 of the General Conditions, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages, the sum of $250.00 per calendar day. - 01 -05 LOCATION The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. SC -1 01 -06 USAGE OF WATER All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 5.04 of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. 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 such 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 his own utility services while performing the work associated with this contract. No additional payment will be made for this item. 02 -03 GUARANTEES specond msUspecs The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for SC -2 specond.msUspecs the period that the Warranty Bond, as outlined in Section 04 of the Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -04 MINIMUM WAGE SCALE Contractors are required to pay prevailing wage rates to laborers, workmen and mechanics employed on behalf of the City engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for work of a similar character. This applies to Contractors and Subcontractors. The Contractors and Subcontractors shall keep and make available records of workers and their wages. Contractors and Subcontractors shall pay the prevailing wage rates as adopted by the Owner. There is a statutory penalty of $60.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the Contractor or any Subcontractor. 02 -05 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 he 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 -06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. SC -3 02 -07 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 considered subsidiary to the total project cost . Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -08 PAYMENT FOR MATERIALS ON HAND Owner will not pay for materials on hand. Payment will be made for work completed in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 -09 "AS- BUILT" DRAWINGS 02 -10 LAND FOR WORK specond,msNspecs The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the Owner. Each appurtenance shall be located by at least two (2) horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as- builts tie -ins provided no existing utilities as previously described are available Costs for delivering as -built drawings shall be subsidiary to other bid items. Owner provides, as indicated on Drawings, land upon which work is to done, right -of -way for access to same and such other lands which are designated for use of 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 SC -4 02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES specond.mst/specs Whenever existing utilities, not indicated on Plans, 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 services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the owner of the utility to be moved and have it moved. The costs of any utility relocations will be at the Contractor's sole expense. Owner will not be liable for relocations costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work. 02 -12 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 Plans. This item shall not be paid for separately and shall be considered subsidiary to other bid items. SECTION 03- TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access, the Contractor shall notify all applicable agencies (ie. Fire Department, E.M.S., Public Works, etc.). At the end of each day two lanes of traffic shall be opened to the public. The Contractor shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. This item shall be considered subsidiary to bid item "Traffic Control" and no additional compensation shall be given for complying with this Special Condition. SC -5 SECTION 04- WARRANTY BOND specond.mstlspecs Per City of Round Rock Ordinances, a two (2) year Warranty Bond naming the City of Round Rock as obligee will be required for public streets constructed without lime stabilization of subgrade material when the Plasticity Index of the subgrade is above 20. A one (1) year Warranty Bond naming the City of Round Rock as obligee will be required for all other construction. Warranty Bond shall remain in effect for one (1) year or two (2) years, as applicable, from date of City of Round Rock acceptance of improvements. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety or other surety or sureties acceptable to the Owner prior to final payment. SC -6 SECTION 05- INSURANCE specond.msUspecs Section 3.18 of the General Conditions of the Agreement is hereby amended to include the following: 3.18 Insurance Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and furnish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: a. Statutory Worker's Compensation and minimum $100,000 Employers Liability Insurance. b. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. c. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or Combined Single Limit of $600,000. d. On all new or remodeling building projects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract price for such improvements. Owner and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risk Insurance required under this section, except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. e. Owner and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial SC -7 specond.msVspecs General Liability coverage as described above, entitled "Commercial General Liability Insurance." When offsite storage is permitted, policy will be endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to owner. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 of any and all changes to policy 30 days prior to change. SC -8 specond,mst/specs 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and/or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to receive copies of policies and all 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 regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. SC -9 SECTION 06- WAGE RATES General Decision Number TX000043 Superseded General Decision No. TX990043 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies): BELL BEXAR BRAZOS COMAL Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). *NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT/PUMP STATIONS IN BELL, CORYELL, McLENNAN AND WILLIAMSON COUNTIES. Modification Number 0 County(ies): BELL BEXAR BRAZOS COMAL CORYELL GUADALUPE HAYS MCLENNAN SUTX2042A 03/26/1998 specond.mstlspecs CORYELL GUADALUPE HAYS MCLENNAN AIR TOOL OPERATOR ASPHALT HEATER OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER CARPENTER CONCRETE FINISHER -PAVING CONCRETE FINISHER- STRUCTURES CONCRETE RUBBER ELECTRICIAN TRAVIS WILLIAMSON Publication Date 02/11/2000 TRAVIS WILLIAMSON SC -10 Rates 8.08 11.00 8.00 7.97 11.00 10.80 9.57 8.83 8.52 16.25 Fringes Rates FLAGGER 6.86 FORM BUILDER - STRUCTURES 8.77 FORM LINER -PAVING & CURB 8.00 FORM SETTER -PAVING & CURB 8.68 FORM SETTER - STRUCTURES 8.73 LABORER- COMMON 7.12 LABORER - UTILITY 7.99 MECHANIC 12.15 OILER 11.40 SERVICER 8.44 PAINTER - STRUCTURES 10.00 PIPE LAYER 8.27 ASPHALT DISTRIBUTOR OPERATOR 9.70 ASPHALT PAVING MACHINE 9.26 BROOM OR SWEEPER OPERATOR 7.12 BULLDOZER 9.28 CONCRETE CURING MACHINE 7.79 CONCRETE FINISHING MACHINE 11.00 CONCRETE PAVING SAW SLIPFORM MACHINE OPERATOR 11.15 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 10.12 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 15.00 FRONT END LOADER 8.86 HOIST - DOUBLE DRUM & LESS 10.81 MIXER 7.12 MIXER - CONCRETE PAVING 11.00 MOTOR GRADER FINE GRADE 12.37 MOTOR GRADER 11.14 PAVEMENT MARKING MACHINE 8.31 PLANER OPERATOR 15.75 ROT T.FR, STEEL WHEEL PLANT -MIX PAVEMENTS 7.73 ROT I .F.R, STFF.T WHEEL OTHER FLATWHEEL OR TAMPING 7.33 ROJ 1 FR, PNEUMATIC, SELF PROPEI .FD 7.17 SCRAPERS 8.38 TRACTOR - CRAWLER TYPE 9.40 TRAVELING MIXER 7.92 TRENCHING MACHINE, HEAVY 9.92 WAGON-DRILL/BORING MACHINE 8.00 specond.mst/specs SC -11 9.79 Fringes Rates REINFORCING STEEL SETTER PAVING 14.50 REINFORCING STEEL SETTER STRUCTURES 10.61 STEEL WORKER - STRUCTURAL 11.73 SPREADER BOX OPERATOR 8.55 WORK ZONE BARRICADE 8.29 SIGN INSTALLER 7.97 TRUCK DRIVER -SINGLE AXLE LIGHT 8.32 TRUCK DRIVER -SINGLE AXLE HEAVY 7.954 TRUCK DRIVER - TANDEM AXLE SEMI TRAILER 8.02 TRUCK DRIVER - LOWBOY/FLOAT 10.12 WELDER 11.02 Fringes Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 15.5(a) 1 (ii)) WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: - specond.asyspecs Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 SC -12 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: 4.) All decisions by the Administrative Review Board are final. specond.mstspecs Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 END OF GENERAL DECISION SC -13 CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER 58.78 50.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 50.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 50.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 50.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $12.08 $0.76 $0.50 $0.05 513.39 DRYWALL INSTALLER/CEILING INSTALLER $10.91 50.00 $0.00 50.00 $10.91 ELECTRICIAN $17.44 $2.16 $1.05 $1.05 $21.70 ELEVATOR MECHANIC $16.75 $3.85 $2.19 $1.50 $24.29 FIRE PROOFING INSTALLER 58.00 50.00 50.00 $0.00 58.00 GLAZIER $13.60 $2.24 $1.15 50.54 $17.53 HEAVY EQUIPMENT OPERATOR $10.56 50.00 $0.00 50.00 $10.56 INSULATOR $13.75 $1.16 50.92 $0.03 $15.86 IRON WORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 50.00 50.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 50.00 $0.00 $0.00 $7.75 MASON 516.00 $0.00 50.00 $0.00 516.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 50.34 511.96 MILLWRIGHT $15.91 $1.63 $1.00 50.00 $18.54 PAINTER/WALL COVERING INSTALLER 58.00 $0.00 $0.00 $0.00 $8.00 PIPEFITTER $18.10 $1.42 51.80 50.00 $21.32 PLUMBER $12.68 50.00 $0.00 50.00 $12.68 ROOFER $10.00 $0.00 $0.00 $0.00 510.00 SHEET METAL WORKER $18.40 $2.39 $2.55 $0.33 $23.67 SPRINKLER FITTER 518.25 $3.40 $2.20 $0.00 $23.85 TERRAZZO WORKER 50.00* $0.00 $0.00 $0.00 - $0.00* TILE SETTER $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER/CAULKER $10.64 50.00 $0.00 50.00 $10.64 COUNTY NAME: WILLIAMSON PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES Date Printed: April 15, 1997 *$0.00 in the rate field indicated insufficient data was received to determine a prevailing wage rate for this classification. Govemment Code Title 10, Sec. 2258.023, paragraph C state: "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 in Section 2258.022. (Property of General Services Commission, Based on 1996 Survey results) specond.mst/specs SC -14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 - 1 1 1 1 SPECIFICATIONS SECTION 6.0 DIVISION 1 - GENERAL REQUIREMENTS SECTION D1 Section Subject TABLE OF CONTENTS FOR SECTION 6.0 SPECIFICATIONS DIVISION 1 GENERAL REOUIREMENTS D1 -1 SUMMARY OF WORK D1 -2 CUTTING AND PATCHING D1 -3 SUBMITTALS D1- 4 MATERIAL AND PERFORMANCE TESTING D1 -5 CONTROL OF CONSTRUCTION SITE D1 -6 MEASUREMENT AND PAYMENT D1 -7 MANHOLE TESTING D1 -8 SANITARY SEWER REPAIR TESTING D1 -9 SANITARY SEWER CONSTRUCTION TESTING D1 -10 TRENCH SAFETY SYSTEM A. General D1 -1 SUMMARY OF WORK 1. The Plans, Special Conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturer's name, number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. The order of precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Texas State Highway and Transportation Department Specifications The following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated above. 2. Work Covered By Contract The work to be performed is generally described in the Notice to Bidders and indicated in the Contract Documents. The manhole rehabilitation work to be completed under this contract shall be as indicated on the Manhole Rehabilitation Schedule and as described in the Contract Documents. 3. Contractor's Duties a. Except as specifically noted, provide and pay for: 1) Labor, materials, and equipment. 2) Tools, construction equipment, and machinery. 3) Samples, shipping costs, and tests. 4) Necessary utilities, such as water supply, electrical power, telephones, roads, fences, and sanitary facilities, including maintenance thereof. 5) Other facilities and services necessary for proper execution and completion of work. b. Perform all the work described in these General Requirements except where specifically indicated to be done by others. c. Pay legally required patent fees, sales, consumer, and use taxes. D1 -1(1) City of Round Rock Sewer System Improvements d. Secure and pay for legally required permits, licenses, and government fees. e. Give required notices. f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work assigned to them. Comply with codes, laws, ordinances, rules, regulations, orders, and other legal requirements of public authorities bearing on the conduct of the work. h. Submit written notice to Owner's Representative of observed variance of Contract Documents from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work. i. Enforce discipline and good order among Contractor and subcontractor employees. Any person employed by Contractor or subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of Owner, be removed from the project immediately and shall not be employed in any portion of the work without the approval of Owner. Provide at all times facilities for access and inspection of the work by representatives of Owner and by official governmental agencies designated by Owner as having the right to inspect the work. k. Cooperate with other contractors who may be performing work of Owner, and with Owner's employees working in the vicinity of the work done under the Contract. g. J. I. Submit shop drawings on all materials and equipment to be installed on the project. 4. Contractor's Use of Premises a. Confine operations at site to areas permitted by law, ordinances, permits, and the Contract Documents. b. Do not Load or permit any part of a structure to be subjected to any force that will endanger its safety. c. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. d. Assume responsibility for protection and safekeeping of products stored on premises. e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any waterway as will violate regulations of any legally constituted authority. f. Move stored products which interfere with the operations of Owner or other Contractors. g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. City of Round Rock D1 -1(2) Sewer System Improvements Existing Manhole Steps The steps of the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equipment to assure safe access and a safe working environment inside the manhole. 5. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by Owner's Representative. c. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. 6. Sequence of Construction a. The Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property prior to any construction or rehabilitation work on that property. b. Sanitary sewer line point repairs and sanitary relief sewers or replacement sewers shall b scheduled together for construction when in the same immediate vicinity. c. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or Owner. d. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. e. The Contractor shall submit to the Engineer each night the next days proposed activities. f. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. A revised monthly progress schedule shall be submitted with each payment request. h. The Contractor shall maintain flow in the existing sanitary sewer lines until all connections have been made to the proposed system. All connections to existing manholes shall be considered a non -pay item. The City shall not reimburse the Contractor for any water used to perform the work as required in the contract. The Contractor shall provide all sanitary sewer by- passes as required to perform the work as specified in the plan and specifications as a non -pay item. g. D1 -1(3) City of Round Rock Sewer System Improvements k. The Contractor shall preserve all trees, shrubs, sprinkler systems, fences, and other property owner improvements located within the limits of the construction. The removal and/or replacement of the said property owner improvements by the Contractor shall be considered as a non -pay item unless noted otherwise. 1. All local residents who will be denied access to their driveways shall be notified by the Contractor two (2) working days prior to the closure of their access. m. All driveways which are open cut shall have at least a temporary riding surface at the end of each day and will be considered a non -pay item. n. Project signs shall be required in accordance with the Supplementary Conditions, and shall be considered a non -pay item. o. All cast iron frames and lids from manhole structures which are required to be removed shall be disposed by the Contractor at no additional cost to the Contract. 10. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A ampere AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ANSI American National Standards Institute AREA American Railroad Engineers Association ASTM American Society for Testing and Materials AWWA American Water Works Association Bil basic impulse insulation level BOD biochemical oxygen demand btu British Thermal Unit C degrees Celsius cc cubic centimeter cf . cubic foot cfin cubic feet per minute Co Company cone concrete Corp Corporation CRSI Concrete Reinforcing Steel Institute cu . cubic cy cubic yard F degrees Fahrenheit FIA Factory Insurance Association FM Factory Mutual fpm feet per minute fps feet per second ft feet FS Federal Specifications City of Round Rock D1 -1(4) Sewer System Improvements g gram ga gauge gal gallon gpd gallons per day gpm gallons per minute H -O -A Hand - off - automatic h hour HP horsepower hz hertz IEEE Institute of Electrical and Electronic Engineers Inc Incorporated L Liter lb pound lbs pounds max maximum min minimum mg/L milligrams per liter mgd million gallons per day mm millimeter MS Military Specifications NBBPVI . National Board of Boiler and Pressure Vessel Inspectors NBS National Bureau of Standards NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association no number OSHA Occupational Safety and Health Administration ppm parts per million psf pounds per square foot psi pounds per square inch gauge pvc polyvinyl chloride SDHPT Texas State Department of Highways and Public Transportation sf square feet sq square SSPC Steel Structural Painting Counsel sy square yard UL . Underwriters Laboratory U.S United States V volt END OF SECTION D1 -1 D1-1(5) City of Round Rock Sewer System Improvements A. General B. Materials D1 -2 CUTTING AND PATCHING 1. Description a. Cutting and patching shall include the cutting (including excavation), fitting, or patching necessary to: 1) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) Obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owner's Representative. 2. Submittals a. Before doing any cutting submit a written notice to Owner's Representative requesting consent, including: 1) Description of affected work. 2) Necessity for cutting. 3) Scope of cutting and patching. 4) Trades and products to be used and extent of refinishing. b. Prior to doing cutting and patching identified in writing by Owner's Representative as additional work, submit a cost estimate. c. Notify Owner's Representative when work is to be performed. Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. D1 -2(1) City of Round Rock Sewer System Improvements C. Execution 1. Provide shoring, bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even and uniform finish. D. Measurement and Payment Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION D1 -2 City of Round Rock D1 -2(2) Sewer System Improvements A. Progress Schedule D1 -3 SUBMITTALS 1. Prepare a detailed progress schedule in graphic form showing proposed dates of starting and completing each major division of the work, monthly completion percentages, and anticipated monthly payment requests. 2. The schedule shall be consistent with the time and order of work requirements of the Specifications, and shall be the basis of Contractor's operations. 3. A condensed critical path method schedule is preferred but another practicable form of presentation will be acceptable. 4. Submit three copies to Engineer within 10 days after the effective date of Award. 5. At the end of every pay request period, submit a revised schedule showing the current status of the work as compared to the projected status. The current application for a progress payment will not be processed until the revised schedule is delivered to Engineer. B. General 1. Shop Drawings, Project Data, and Samples a. General Submit to Owner's Representative shop drawings, project data, and samples required by the Specifications. b. Shop Drawings 1) Shop drawings are original drawings prepared by the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of the work and show fabrication, layout, setting, or erection details of equipment, materials, and components. 2) Unless otherwise instructed, submit to Owner's Representative for review and approval three prints of each plan or two prints and one reproducible sepia or reproducible on vellum. Owner Representative will return with review comments one print or one reproducible. D1 -3(1) City of Round Rock Sewer System Improvements 3) Shop drawings shall be 8 -1/2 by 11 inches, 8 -1/2 by 14 inches or standard size plans, or as directed by Owner Representative, and shall be clearly identified as to location of the equipment, material, and apparatus in the work. 4) Fold drawings to an approximate size of 8 -1/2 by 11 inches in such a manner that the title block will be located in the lower right hand comer of the exposed surface. Roll, do not fold, reproducible copies of drawings. 5) Furnish Owner Representative, as requested, without extra charge, the number of complete sets of prints of shop drawings as Owner Representative shall request for office files and for use in the field. c. Project Data 1) Project data are manufacturers' standard schematic drawings, catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, parts lists and other standard descriptive data. 2) Modify drawings to delete information not applicable and to add information applicable to the project. 3) Mark copies of printed material to identify pertinent materials, products, or models. 4) Show dimensions and clearances required, performance characteristics and capacities, and wiring diagrams and controls. 5) Submittal procedures shall be the same as for shop drawings. d. Samples 1) Samples are examples to illustrate materials, equipment, or workmanship, and to establish standards by which completed work is judged. 2) Samples submitted shall be of sufficient size and quantity to illustrate functional characteristics of product or material and full range of colors available. 3) Field samples and mock -ups when required by the specifications shall be erected at the project site where directed. City of Round Rock D1 -3(2) Sewer System Improvements e. Contractor Responsibilities 1) Review and approve shop drawings, project data, and samples before submitting them. 2) Verify field measurements, field construction criteria, catalog numbers, and similar data. 3) Coordinate each submittal with the requirements of the Contract Documents. 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. 5) In a clear space above the title block, or on the back, hand stamp the following, and enter the required information: Name of Owner - City of Round Rock Project Name - City of Round Rock 2001 Wastewater Collection System Rehabilitation Project Basins BC21, 0C24, and CC35 Date Identification Contract Drawing No. Specification Section This document has been checked for accuracy of content and for compliance with the Contract Documents and is hereby approved. The information contained herein has been coordinated with all involved Contractors. Contractor Signed 6) Contractor's responsibility for errors, omissions, and deviations from requirements of the Contract Documents in submittals is not relieved by Owner's Representative's review. 7) Notify Owner's Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. D1 -3(3) City of Round Rock Sewer System Improvements 8) Do not install materials or equipment which require submittals until the submittals are retumed with Owner's Representative's stamp and initials or signature indicating review. 9) Revise returned shop drawings as required and resubmit until final approval is obtained. Indicate on the drawings any changes which have been made other than those requested by Owner's Representative. 10) Submit new project data and samples when the initial submittal is returned disapproved. 11) No claim will be allowed for damages or extension of time because of delays in the work resulting from rejection of material or from revision and resubmittal of shop drawings, project data, or samples. f. Owners Representative's Duties 1) Owner's Representative will review submittals for compliance with the Contract Documents and with the design concept of the project. 2) Review of a separate item does not constitute acceptance of an assembly in which the item functions. 3) Owner's Representative will affix a stamp to the returned copy of each submittal. The stamp will be marked to indicate "Furnish as Submitted ", "Furnish as Corrected ", "Rejected ", or "No Review Required ". The stamp will be initialed or signed certifying the submittal review. 2. Video Tape Recordings of Surface Conditions a. Video tape recordings of surface conditions shall be provided for all relief sewers, replacement sewers, and sewer point repairs. b. The following location information shall be provided on color audio -video tape recording. 1) Audio: Each recording shall begin with a verbal description of the current date, project name and municipality and be followed by the general location, i.e., name of the street, viewing side and direction of progress. 2) Video: City of Round Rock D1 -3(4) Sewer System Improvements Transparent information must appear on the viewing screen. This information will consist of the date and time of recording. The data information will contain the month, day and year. 3) Digital: To preclude the possibility of tampering or editing in any manner, all video recordings must, by electronic means, display continuously and simultaneously generated transparent digital information to include the date and time of recording. The date information will contain the month, day and year. c. The taped coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio description. Audio description shall be made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, fences, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, retaining walls, or buildings located within such zone of influence. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged items, or as may be required by the Engineer. It is the intent of this coverage to accurately and clearly document pre - existing conditions and especially any items that could result in construction claims. The excavation areas shall be physically marked with high visibility fluorescent paint prior to video taping. The markings shall include the job number and stationing. d. The zone of influence shall be defined as an area within 30 feet of the proposed work, and an additional 20 feet of supplemental coverage shall be provided in residential areas. e. The Contractor shall be able to televise and tape areas with paved roads, along co -owned easements through parks, lawns, and open fields. If video taping on private property, the Contractor shall give the Owner sufficient prior notice of such entry so that property owners may be advised of and their permission obtained for the work. f. To produce the proper detail and perspective, adequate lighting will be required to fill in the shadow area caused by trees, utility poles, road signs and other such objects in residential areas or as directed by the Engineer. g. Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, can be located by reference. h. The rate of speed in the general direction of travel of the conveyance used during taping shall not exceed 48 feet per minute in residential areas, nor exceed 100 feet per minute in non - residential areas. Panning rates and zoom -in, zoom -out rates shall be controlled sufficiently such that during playback will produce clarity of the object viewed. The playback picture shall be in focus and be of extreme clarity at all times. D1 -3(5) City of Round Rock Sewer System Improvements All taping shall be done during times of good visibility. No taping shall be done during periods of visible precipitation, or when more than 10% of the ground area is covered with snow, unless otherwise authorized by the Engineer. j. The Owner shall have the authority to designate what areas may be omitted or added for audio -video coverage. k. All tapes (cassettes and cases) shall be properly identified by tape number, location and project name and municipality in a manner acceptable to the Owner. 1. A record of the contents of each tape shall be supplied by a run sheet identifying each segment in the tape by location, i.e., roll number, street or road viewing, tape counter number, viewing side, point starting from, traveling direction and ending destination point. m. Conventional wheeled vehicles can not be used. n. Audio -video VHS tape, 3M T60 broadcast type or equivalent tapes shall be one -half inch (1/2 ") color video - cassette player /recorder. An effort should be made to utilize the same recorder that would be required for review of the sewer line televising. o. Video output from camera(s) used must be capable of producing NTSC -525 lines /60 fields. Resolution shall have a minimum 260 TV lines at center, for optimum color imagery and minimum lag through ten (10) foot candles, with Geometric Distortion not to exceed 1.5% of Picture Height at any point in picture area. p. The equipment shall be capable of a minimum of 240 lines horizontal resolution. Camera shall have character /time generators. VCR shall be General Electric Model 9 -7215 or equivalent, with a Mitsubishi Model CS -1903 recorder /tuner, with adapter, connector plugs, and still frame capability. q. Any portion of the video tape recording not conforming to specifications shall be rejected. r. Any taped coverage not acceptable to the Owner shall be refill/led at no additional charge. The Contractor shall reschedule unacceptable coverage five (5) days after being notified. s. All taping shall be performed by Contractor and reviewed prior to construction. City of Round Rock D1 -3(6) Sewer System Improvements t. One original and two copies are to be provided. Original to Owner, one copy to Engineer, and one copy to Contractor. 3. Final Inspections a. Notify Owner in writing when project, or designated portion of project, is substantially complete. b. Owner's Representative will make an inspection of the substantially completed work, and prepare and submit to Contractor a list of items to be completed or corrected. c. Take immediate steps to remedy the listed deficiencies, and notify Owner in writing that the project is complete and ready for final inspection. d. Owner's Representative will make a final inspection and, if he considers the work is complete, he will notify Owner that the work is ready for final acceptance. 4. Closeout Submittals a. Special guarantees and bonds. b. Certificates of inspection required by laws and ordinances for mechanical and electrical work, and any other legally required inspections. c. Contractor's Waiver of Liens. d. Separate Waivers of Lien for subcontractors, suppliers, and others with lien rights against property of Owner. e. Final payment estimate. 5. Work Schedule a. Prepare a detailed weekly work schedule and submit the schedule to the Owner's Representative on the Thursday before the schedule is to take effect. b. Contractor shall update the weekly work schedule on a daily basis so to advise the Owner's Representative where and on what the Contractor will be working. c. Work schedule shall include, but not be limited to, a listing of job numbers and manholes that will be worked on a daily basis and a brief description of the type of work to take place. D1 -3(7) City of Round Rock Sewer System Improvements C. Measurement and Payment Payment will be at the contract lump sum price for Video Documentation which price shall include all labor, equipment, and materials necessary to complete the work. No other Contract Prices are established for Submittals. END OF SECTION D1 -3 City of Round Rock D1 -3(8) Sewer System Improvements A. General D1 -4 MATERIAL AND PERFORMANCE TESTING 1. Scope a. Perform the inspections and tests required by the Specifications. b. Provide product certification as required by the Specifications. c. Neither observations by Owner's Representative, nor inspections, tests, or approvals by other than Contractor, shall relieve Contractor from his obligation to perform the work in accordance with the requirements of the Contract Documents. 2. Testing Laboratory Services a. Employ the services of an independent testing laboratory to perform specified services. b. Obtain approval of Owner before employing laboratory. c. Laboratory shall meet "Recommended Requirements for Independent Laboratory Qualification" published by the American Council of Independent Laboratories. d. Laboratory shall meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction ". 3. Laboratory Duties a. Perform specified tests and services. b. Comply with specified standards, ASTM, other recognized authorities, and as specified. c. Ascertain compliance with requirements of Contract Documents and so note in writing on all reports. d. Promptly notify Owner's Representative and Contractor of irregularities or deficiencies of work observed during performance of services. e. Promptly submit three copies of reports of inspections and tests to Owner's Representative. f. Include in the reports, the date, project title, number, name and signature of inspector, date of inspection or sample, record of temperature and weather, date of test, identification of product and Specification Section, location in project, type of test, and observations regarding compliance with requirements. D1 -4(1) City of Round Rock Sewer System Improvements 4. Contractor's Responsibilities a. Cooperate with laboratory personnel. b. Provide laboratory with samples of materials to be tested in required quantities. c. Furnish to the Owner's Representative three copies of test results. d. Provide facilities for storage and curing of test samples. e. Notify Owner's Representative sufficiently in advance of time and place of tests to be made at point of manufacture, assembly, or fabrication to permit Owner's Representative to witness tests if he so desires. B. Measurement and Payment No Contract Prices are established for Material and Performance Testing. END OF SECTION D1 -4 City of Round Rock D1 -4(2) Sewer System Improvements A. General 1. Removal of Debris D1 -5 CONTROL OF CONSTRUCTION SITE Keep the work sites free from accumulating waste materials and rubbish caused by his work or employees. All materials and equipment required on the site shall be kept in such a manner so as to cause a minimum of inconvenience and nuisance to other Contractors and the general public. The site shall be kept broom clean. 2. Traffic Control a. Contractor shall, at all times, conduct the work in such a manner as to insure least obstruction to vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in hospital and school zones. Notify Owner's Representative at least three work days in advance of starting any construction work which might inconvenience or endanger traffic. A minimum of one lane shall be open to traffic at all times. b. Submit a traffic control plan to Owner, Owner's Representative, and appropriate highway official three days prior to closing any road. Contractor shall inform police, fire, public works, and bus service companies on the day of closure. c. When any section or portion of road is closed to traffic, provide, erect, and maintain barricades, red flags, detour signs, and torches or lights at each end of the closed section, at all intersecting roads, and at all locations shown on the plans, in accordance with any City of Round Rock Standard Specification. d. Contractor shall provide a sequencing arrow panel when performing construction on heavily traveled roads and streets. The sign panel shall consist of a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned or behind the other laterally and the arrowheads of separate groups being opposed. e. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. f. Contractor shall provide access to private property. Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. 3. Fencing shall be placed around open excavation or trenches at the end of a day in a manner acceptable to the Owner's Representative and the Owner. Fencing and placement of same shall meet the approval of the Owner's Representative. D1 -5(1) City of Round Rock Sewer System Improvements 4. Equipment Operation a. Where the Contractor's equipment is operated on any portion of a traveled surface or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the traveled surface of all dirt and debris at the end of each days operations. The cost of this work shall be included in the unit price bid and no additional compensation will be allowed. b. Protect traveled surfaces and structures on or adjacent to the work, in a manner satisfactory to the Owner's Representative, from damage by lugs or cleats or equipment Walking of tracked - rolled equipment directly on paved streets, driveways, curbs, or sidewalks shall not be allowed. c. Equipment used in the performance of the work shall comply with legal loading limits established by the statutes of State or local regulations when moved over or operated on any traveled surface or structure unless permission in writing has been issued by the Owner's Representative. Before using any equipment which may exceed the legal loading, the Contractor shall secure a permit, allowing ample time for an analysis of stresses to determine whether or not the proposed loading is within safe limits. The Owner will not be responsible for any delay in construction operations or for any costs incurred by the Contractor as a result of compliance with the above requirements. 5. Utilities a. The Contractor shall notify public and private utility companies which may have overhead or underground facilities in the area at least 48 hours before construction begins. The Contractor shall make necessary arrangements for having these companies to locate, protect, brace or move their facilities as may be necessary for construction of the improvements. Costs incurred due to the moving, bracing, or protection of utilities or in satisfying the requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately notify a responsible official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. c. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility companies or by him; or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. City of Round Rock D1 -5(2) Sewer System Improvements 6. Accident Reporting a. Notification B. Measurement and Payment Accidents occurring on the job which damage public or private property, or result in injury to workers or other persons, shall be promptly reported to the Police Department. b. Utilities Accidents involving utilities shall also be reported to them. This applies to all accidents, including, but not limited to, traffic accidents, broken pipe lines, power and telephone facilities and damage to adjacent properties. No Contract Prices are established for Control of Construction Site. END OF SECTION D1 -5 Dl -5(3) City of Round Rock Sewer System Improvements A. General The Contract price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all equipment and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Agreement shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the Contract prices. 1. Estimated Quantities Quantities stipulated in the Bid Form or Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefore. 2. Measurements and Payments Payments will be made in accordance with the General Conditions for actual quantities constructed or installed in accordance with the Contract Documents, be they more or less than the listed quantities; said quantities being measured as hereinafter specified. 3. Items Not Listed In Contract D1 -6 MEASUREMENT AND PAYMENT There shall be no measurement or separate payment for any items not listed in the Contract and all costs pertaining thereto shall be included in the contract unit prices for other items listed. END OF SECTION D1 -6 D1 -6(1) City of Round Rock Sewer System Improvements A. General D1 -7 MANHOLE TESTING 1. Scope This section describes manhole testing to effectively confirm the watertight integrity of new manholes and existing manholes following infiltration related repairs and inflow related repairs. 2. Description a. Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. b. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. 3. Testing, Observations and Guarantee Period a. The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. b. The Contractor shall test rehabilitation work completed by the Contractor and by the Owner. Testing shall not be performed on a specific manhole until all work as shown on the Manhole Rehabilitation Schedule has been completed for that specific manhole. c. Any rehabilitated manholes or new manholes that are observed to be leaking by the Engineer shall be subject to additional repairs. The Contractor shall only be responsible for all additional repairs of those work items completed by the Contractor. B. Materials Not specified. C. Execution 1. Infiltration Testing a. All new manholes shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible. D1-7(1) City of Round Rock Sewer System Improvements Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H, (10 "H, 9 "H,) (MIN:SEC) HEIGHT OF M.H. (DEPTH IN FT.) 48" M.H. 60" M.H. 72" M.H. 0 - 20' :40 :50 1:00 22' :44 :55 1:06 24' :48 1 :00 1:12 26' :52 1:05 1:18 28' :56 1:10 1:24 30' 1:00 1 :15 1:30 ADDITIONAL 2' DEPTHS -ADD FOR EACH 2' :04 :05 :06 b. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop - connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporally plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop - connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 -inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. The Contractor shall spray a soap solution on the manhole wall and pipe seals to help determine leakage sites. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. c. Manhole vacuum levels observed to drop greater than 1 -inch of mercury (Final vacuum less than 9 inches of mercury) will have failed the test. The Contractor shall make the necessary repairs at no additional compensation. The manhole shall then be retested as described above until a successful test is made. 2. Inflow Testing a. All new manholes shall be dyed water tested in the presence of the Engineer. The Engineer shall select the 20 percent samples to be tested. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. b. Manholes observed to be actively leaking will have failed the test and will not be acceptable. The Contractor shall make the necessary repairs at no additional compensation. The manhole shall then be retested as described above until a successful test is made. City of Round Rock D1 -7(2) Sewer System Improvements 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D. Measurement and Payment No contract unit prices are established for manhole testing. However, specific sections of the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. END OF SECTION D1 -7 D1 -7(3) City of Round Rock Sewer System Improvements B. Materials Not specified. C. Execution D1 -8 SANITARY SEWER REPAIR TESTING A. General 1. Scope This section describes sewer repair testing required to effectively confirm the watertight integrity of sewer lines following sanitary sewer point repairs. 2. Description All repaired sewers shall be tested by the Contractor to determine if infiltration and inflow have been eliminated through rehabilitation work. The testing required shall be as designated by the Engineer and documented to the satisfaction of the Engineer. Internal television inspection during high groundwater conditions shall be performed on all repaired sewer line segments, after backfilling has been completed, to verify the adequacy of the sewer pipe rehabilitation work. 1. Sewers with selected sewer repairs shall be internally televised with a color camera while Jetting the backfill to simulate high groundwater conditions to determine the adequacy of each repair. In areas where the repaired sanitary sewer section crosses an existing storm drain or ditch, flooding of the storm drain (using suitably sized pneumatic or mechanical pipeline plugs) or ditch section shall be required along with concurrent internal televising of the sanitary line segment. VHS video tapes of the entire sewer line segment shall be provided to the Engineer. 2. Acceptable Limitations for Acceptance The following observations shall be utilized to determine if repairs are inadequate or improper. 1) Leaking joints greater than one (1) drip per five (5) seconds. 2) Offset or misaligned joints where the entire pipewall thickness is seen 3) Cracked or broken pipe 4) Poor grade 5) Any other defects determined unsafe or hazardous by the engineer 4. VHS video tapes shall become the property of the Owner following completion of construction. If the repair of the defect is determined to be improper or inadequate by the Engineer the Contractor shall again repair the defect at no additional compensation. D1 -8(1) City of Round Rock Sewer System Improvements D. Measurement and Payment No Contract Prices are established for Sanitary Sewer Repair Testing. However, specific sections of the Contract Documents indicate that certain percentages of various Contract prices will not be eligible for payment unless testing has been performed. END OF SECTION D1 -8 City of Round Rock D1 -8(2) Sewer System Improvements A. General B. Materials Scope This Section governs the furnishing of all labor, equipment, tools and materials, for the performance of acceptance tests for replacement and relief sewers. 2. Description The Contractor shall fumish all materials, water, equipment, labor and reports for the required tests. All pipelines, including repaired building service lines shall undergo and pass tests to determine the soundness and workmanship regarding alignment, grade, infiltration, exfiltration and/or pressure. Pipelines which do not conform to the project requirements shall be repaired and/or replaced along with all appurtenant work necessary to complete the entire work according to the Contract Documents at no additional cost to the Owner and shall be retested until the pipeline is of a condition meeting the project requirements. Results of each test shall be recorded by the Contractor in a neat, professional manner and three (3) copies shall be submitted to the Engineer. Test shall be performed after backfill and compaction operation has been completed. Testing for acceptability of the sanitary sewers shall be conducted by: a. Internal Inspection b. Infiltration Test c. Low Pressure Air Test (Exfiltration) d. Deflection Test At a minimum either the low pressure air test or the infiltration test, in addition to internal inspection, shall be required for acceptance of the sanitary sewers. Deflection testing shall be required for polyvinylchloride pipe. Where the new sewer constructed replaces an existing sewer with active service connections, only intemal inspection during high groundwater conditions shall be required. The Engineer may require individual joints to be pressure tested. If all joint test results conform to the specified leakage then the cost of the test will be paid for by the Owner. If any joint test results do not conform to specified leakage, then the cost of the test and repairs required to properly install the pipe will be paid for by the Contractor and at no additional cost to the Owner. Replacement sewers and service laterals that parallel or cross storm or ditch sections shall also be tested in accordance with Section D1 -8.C.1 to determine that inflow has been eliminated from the sewer system. Not specified. D1 -9 SANITARY SEWER CONSTRUCTION TESTING D1 -9(1) City of Round Rock Sewer System Improvements C. Execution 1. Alignment and Grade Check alignment, grade and visible infiltration by methods of visual internal inspection; and by television inspection. Laser equipment is recommended to test the pipe grade and alignment. a. Visual Internal Inspection 1) Clean pipe of excess mortar, joint sealant and other dirt and debris prior to inspection. 2) Inspect sewer by flashing a light between manhole and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned, displaced, or broken pipe and the presence of visible infiltration or other defects. b. Internally inspect each line segment utilizing a closed circuit color television camera in the presence of the Engineer. In addition, provide a video tape of the sewer line to the Engineer with tapes to become the property of the Owner following completion of testing. 2. Infiltration or Exfiltration tests The total exfiltration as determined by a hydrostatic head test, must not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of two feet above the crown of the pipe at the upstream manhole. When pipes are installed below the groundwater level an infiltration test must be used in lieu of the exfiltration test. The total infiltration, as determined by a hydrostatic head test, must not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of two feet above the crown of the pipe at the upstream manhole, or at least two feet above existing groundwater level, whichever is greater. For construction within the 25 year flood plain, the infiltration or exfiltration must not exceed 10 gallons per inch diameter per mile of pipe per 24 hours at the same minimum test head. If the quantity of infiltration or exfiltration exceeds the maximum quantity specified, remedial action must be undertaken in order to reduce the infiltration or exfiltration to an amount within the limits specified. 3. Low Pressure Air Testing of Gravity Systems ( Exfiltration) a. Test manholes in accordance with Section D1 -7. b. Pipelines Test each section of gravity pipeline between manholes and/or structures after backfilling, separately with equipment and methods as outlined below. 1) Contractor shall perform air tests for all pipe sizes unless the pipe is of concrete construction. Concrete pipe must pass a weir test. 2) Fumish facilities required including necessary piping connections, test pumping equipment, pressure gauges, bulkheads, regulator to avoid overpressurization, and miscellaneous items required. City of Round Rock D1 -9(2) Sewer System Improvements where: a) The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce air into the line being tested through suitable valves and fittings, so that the input air may be regulated. The second tap will be fitted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer pipe. Additional valve and fitting will be incorporated on the tap used to check internal pressure so that a second test gauge may be attached to the internal pressure tap. The pressure test gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. b) The pressure test gauge shall meet the following minimum specifications: Size (diameter) Pressure Range Figure Intervals Minor Subdivisions Pressure Tube Accuracy Dial Pipe Connection 4 -1 /2 inches 0 -15 psi 1 psi Increments 0.05 psi Bourdon Tube or diaphragm Plus or minus 0.25% of maximum scale reading White coated aluminum with black lettering, 270 degree arc and mirror edge Low male 1/2 inch N.P.T. Calibration data shall be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data shall be available to the Engineer whenever air tests are performed. 3) Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4) Low Pressure Air Test. The procedure for the low pressure air test must conform to the procedures described in ASTM C -828, ASTM C- 924, ASTM F -1417 or other appropriate procedures, except for testing times. The test times must be as outlined in this section. For sections of pipe less than 36 -inch average inside diameter, the following procedure must apply unless the pipe is to be joint tested. The pipe must be pressurized to 3.5 psi greater than the pressure exerted by groundwater above the pipe. Once the pressure is stabilized, the minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge must be computed from the following equation: T - 0 .085 x Dx K Q T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419 X D X L, but not less than 1.0 D = average inside pipe diameter in inches D1 -9(3) City of Round Rock Sewer System Improvements Pipe Diameter (inches) Minimum Time (seconds) Length for Minimum (feet) Time for Longer Length (seconds) 6 340 398 0.855(L) 8 454 298 1.520(L) 10 567 239 2.374(L) 12 680 199 3.419(L) 15 850 159 5.342(L) 18 1020 133 7.693(L) 21 1190 114 10.471(L) 24 1360 100 13.676(L) 27 1530 88 17.309(L) 30 1700 80 21.369(L) 33 1870 72 25.856(L) L = length of line of same size being tested, in feet Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface will be used. Since a K value of less than 1.0 will not be used, there are minimum times for each pipe diameter as outlined below: The test may be stopped if no pressure loss has occurred during the first 25% of the calculated testing time. If any pressure loss or leakage has occurred during the first 25% of the testing period, then the test must continue for the entire test duration as outlined above or until failure. Lines with a 27 -inch average inside diameter and larger may be air tested at each joint. Pipe greater than 36 inch diameter must be tested for leakage at each joint. If the joint test is used, a visual inspection of the joint must be performed immediately after testing. The pipe is to be pressurized to 3.5 psi greater than the pressure exerted by groundwater above the pipe. Once the pressure has stabilized, the minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge must be 10 seconds. 5) In areas where groundwater is known to exist, install a one -half (1/2) inch diameter capped pipe nipple, approximately ten (10) inches long, through manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line acceptance test, determine ground water level by removing pipe cap, blowing air through pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertical and a measurement of height in feet of water shall be taken after the water stops rising in this plastic tube. Divide the height in feet by 2.3 to establish the pounds of pressure that will be added to all readings. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Round Rock D1 -9(4) Sewer System Improvements 4. Deflection Test Deflection test must be performed on all flexible pipes and as outlined below: For pipelines with inside diameters less than 27 inches, a rigid mandrel must be used to measure deflection. For pipelines with an inside diameter of 27 inches and greater, a method approved by the executive director must be used to test for vertical deflections. Other methods must provide a precision of ± two tenths of one percent (0.2 %) deflection. The test must be conducted after the final backfill has been in place at least 30 days. No pipe will exceed a deflection of five percent. If a pipe should fail to pass the deflection test, the problem must be corrected and a second test must be conducted after the final backfill has been in place an additional 30 days. The tests must be performed without mechanical pulling devices. The design engineer should recognize that this is a maximum deflection criterion for all pipes and a deflection test less than five percent may be more appropriate for specific types and sizes of pipe. Upon completion of construction, the design engineer or other Texas Licensed Professional Engineer appointed by the owner must certify, to the Executive Director, that the entire installation has passed the deflection test. This certification may be made in conjunction with the notice of completion required in §317.1(e)(1) of this title (relating to General Provisions). This certification must be provided for the Commission to consider the requirements of the approval to have been met. (i) The rigid mandrel shall have an outside diameter (O.D.) equal to 95% of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe, all dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. (ii) The rigid mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75% of the inside diameter of the pipe. A proving ring shall be provided and used for each size mandrel in use. (iii) Adjustable or flexible mandrels are prohibited. A television inspection is not a substitute for the deflection test. A deflectometer may be approved for use on a case by case basis. Mandrels with removable legs or runners may be accepted on a case by case basis. D. Measurement and Payment No contract prices are established for Sanitary Sewer Construction Testing. END OF SECTION D1 -9 D1 -9(5) City of Round Rock Sewer System Improvements A. General D1 -10 TRENCH SAFETY SYSTEM 1. Scope This section describes the trench safety requirements for construction of sanitary sewers and appurtenances in accordance with the Contract Documents. 2. Description The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P- Excavations shall be the minimum governing requirements for trench safety. 3. Trench Protection B. Materials Not Specified. C. Execution Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to the recommendations of the Occupational Safety and Health Administration Standards (OSHA) for construction. The apparent low bidder shall be required to submit a site specific trench safety plan prepared, seal, signed, and dated by a professional engineer registered in the State of Texas. The trench safety plan shall specify the method or methods of trench safety to be used with specific information given for each so that it is clear what is required to meet governing requirements for trench safety. The submittal of the trench safety plan to the Owner and Engineer is for information only. The submittal of the trench safety plan in no way relieves the contractor from his responsibility for trench safety. D. Measurement and Payment Payment for the trench safety system shall be at the Contract Unit Price per linear foot of trench safety system installed in sewer line trenches exceeding five feet in depth. This item includes costs for all material, equipment, labor, and sub - surface investigation necessary to design and implement the trench safety system. END OF SECTION D1 -10 D1 -10(1) City of Round Rock Sewer System Improvements DIVISION 2 - SITE WORK SECTION D2 1 1 1 1 D2 -1 D2 -2 D2 -3 D2-4 D2-5 D2 -6 D2 -7 D2 -8 1 D2 -8A D2 -9 D2 -10 1 D2 -11 D2 -12 D2 -13 D2 -14 D2 -15 1 D2 -16 D2 -17 D2 -18 1 D2 -19 1 1 TABLE OF CONTENTS FOR SPECIFICATIONS DIVISION 2 SITE WORK INDEX SITE PREPARATION REPLACEMENT OF MANHOLE FRAMES AND COVERS REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES REPLACEMENT OF MANHOLE BENCH AND TROUGH MANHOLE GROUTING INTERIOR MANHOLE COATING (RAVEN LINING SYSTEM) INTERIOR MANHOLE EPDXY COATING EXCAVATION BACKFILL SANITARY SEWER REPAIRS CURED -IN-PLACE PIPE SANITARY SEWER CONSTRUCTION CONCRETE STRUCTURES CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS PIPE BURSTING RESTORATION TREE PROTECTION AND PRUNING CLEARING AND GRUBBING A. General B. Materials Not specified C. Execution 1. General 2. Surface Obstructions D2 -1 SITE PREPARATION 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights -of -way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights -of -way, shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a lawful manner off the work site. a. Saw cut obstructions in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the joint or line of cut be less than one foot outside the edge of the trench. Reconstruct surface obstructions removed to permit construction as specified and to the dimensions, lines and grades of original construction. Restore damaged utilities as required by the utility company at no additional cost to the Owner. D2 -1(1) City of Round Rock Sewer System Improvements b. Protect, move, or brace public and private utilities as specified in Section D1 -5. c. Maintain mailboxes in the manner that the Postal Service requires in order to prevent interruption of mail delivery. d. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements (right -of -way), or as may be provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the Owner and /or the Owner's Representative must be obtained before the existing landscaping is removed. 1) Trees All trees shall be saved unless removal is approved by the Owner and /or the Owner's Representative. Trim trees in accordance with the Owner's instructions. 2) Shrubbery Shrubbery shall be saved unless removal is approved by the Owner and/or the Owner's Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3) Small Plants and Flowers At least two weeks prior to the start of construction notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights -of- way or as may be allowed for in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. City of Round Rock D2 -1(2) Sewer System Improvements f. Private Sewer Facilities g. Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not shown on the Plans. When these facilities are disturbed or damaged by the work, make necessary repairs to the facilities to maintain continuous service prior to the close of the work day at no additional cost to the Owner. Property Pins Preserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the contractor's expense and shall be re -set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal land comers, they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites for construction supplies and insofar as practicable, keep free from stockpiles or excavated materials. 3. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends and /or holidays) in advance of performing any work in the vicinity. Excavate, install pipeline and backfill in the vicinity of such utilities in the manner required by the respective Owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. b. Protect, move, or brace public and private utilities as specified in Section D1 -5. c. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where defmite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. D2 -1(3) City of Round Rock Sewer System Improvements D. Measurement and Payment No contract prices are established for Site Preparation. END OF SECTION D2 -1 City of Round Rock D2 -1(4) Sewer System Improvements A. General B. Materials D2 -2 REPLACEMENT OF MANHOLE FRAMES AND COVERS 1. Description This Section describes replacement of manhole frames and covers and the installation of watertight manhole inserts. Manholes designated for partial replacement of frames and covers are listed on the Manhole Rehabilitation Schedule in Section E. For complete replacement of manholes see Section D2 -5 for frame /cover requirements. 1. Frames a. Frame material shall be cast iron, gray iron or ductile iron conforming to ASTM A 48 -83, Class 35 or better. The frame shall exhibit a tensile strength of not less than 35,000 psi. b. Frames for standard manholes shall be East Jordan Iron Works or approved equal, and replaced with same size existing frame unless otherwise specified by Engineer. c. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 2. Covers a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have concealed pick holes and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48 -83, Class 35 or better, for Gray Iron. The cover shall have a tensile strength of 35,000 psi. b. A typical standard manhole cover design shall be as shown in detail drawings. For partial manhole replacement, cover shall be replaced with same size as existing, unless otherwise specified by the Engineer. c. Covers shall set flush with the rim of the frame and shall have no larger than a 1/8 -inch gap between the frame and cover. D2 -2(1) City of Round Rock Sewer System Improvements d. Bearing surfaces shall be machine finished. 3. Bolts for Bolt Down Covers a. Materials and Design C. Execution 1) 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. b. Installation 1) The bolts shall be installed as per the manufacturer's recommendations for the required ft/lbs of torque for tightening. 2) All existing female bolt threads shall be thoroughly cleaned and those deemed as deteriorated and unusable by the Engineer shall be re- threaded. 3) All gaskets encountered on bolt down covers shall be replaced. There will be no separate pay item for gaskets. 4) 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. 1. 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. 2. The replacement manhole frame shall be compatible with the replacement manhole cover specified insuring a water resistant seal between frame and cover. 3. Seal replacement frames to the existing manhole in accordance with Section D2-4. 4. 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. 5. Remove scrap frames and covers from site. 6. Contractor shall clean the existing bolt holes and re -tap if necessary. City of Round Rock D2 -2(2) Sewer System Improvements 7. 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. 8. 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. 9. Manhole frames or covers that are observed to be defective or contain defective threads preventing a water - resistant seal shall be replaced in accordance with this Section, or Section D2 -3 and Section D2-4. 10. Contractor shall be responsible for evaluating the condition of the manhole lid gasket, and if found to be defective, the gasket shall be replaced. D. Measurement and Payment 1. Payment shall be based on the Contract Unit Price per manhole frame and cover or manhole bolts replaced and shall be for material only. Payment for sealing of the manhole frame and surface restoration shall be paid for in accordance with Section D2-4. Payment for replacement of the manhole cover, frame, or bolts not indicated on the Manhole Rehabilitation Schedule, but authorized to be replaced by the City, shall be paid for in accordance with this Section, or Section D2 -3 and Section D2-4. No separate or additional payment will be made for any lid gaskets replaced. 2. Payment for Watertight Manhole Inserts shall be at the Contract Unit Price per each insert actually furnished and installed. END OF SECTION D2 -2 D2 -2(3) City of Round Rock Sewer System Improvements D2 -3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Description B. Materials This section describes 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 on the Manhole Rehabilitation Schedule in Section E. 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 Drawings. 1. Precast Concrete Adjustment Rings C. Execution 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. 1. 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. D2 -3(1) City of Round Rock Sewer System Improvements b. Existing frame grade adjustments that are constructed of brick, block, or materials other than precast concrete rings shall be replaced. 2. Seal frame and grade adjustments in accordance with Section D2-4. D. Measurement and Payment 1. Payment shall be made at the Contract Unit Price per vertical foot for new precast grade adjustments. This shall be for the cost of the new precast concrete ,Adjustment material only. Payment for grade adjustments with a nonuniform depth shall be based on the average vertical depth dimension. All other material costs and labor costs shall be compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. 2. Payment will not include the height of joint material. 3. Existing adjustments that are reinstalled are not eligible for payment. 4. Payment for sealing of the frame and grade adjustments shall be paid for in accordance with Section D2-4. END OF SECTION D2 -3 City of Round Rock D2 -3(2) Sewer System Improvements A. General 1. Scope B. Materials D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. Manholes designated for sealing of frame and grade adjustments are listed in the Manhole Rehabilitation Schedule in Section E. 1. Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS- S -210A, 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 135F 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. 2. Precast Grade Adjustments and Flattops shall be as specified in Section D2 -3. 3. Concrete Bonding Agent Bonding agent shall be Acyrl #60 as manufactured by the Thuro -Seal Company or equal. 4. Portland Cement Concrete As specified in Section D2 -17. 5. Polyethylene Minimum thickness of 4 mils. C. F,xecution 1. Excavation a. Nonpaved Areas D2 -4(1) City of Round Rock Sewer System Improvements 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. 2. 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 sections 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. d. 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. e. When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper grade, no more than 24 vertical inches may be used, unless approved by the Owner's Representative. City of Round Rock D2 -4(2) Sewer System Improvements f. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. g. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one -half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. h. Manholes in open fields, unimproved land, or drainage courses shall be set as required by the Owner's Representative. On non -paved manholes, exterior surfaces of all exposed grade adjustments and four inches below sound structure shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofmg material when backfilling, following sealing of the frame and grade adjustment. j. Concrete grade rings shall be wrapped with a heat - shrink thermo- plastic material. 3. Backfill a. Non -paved Excavated material subject to review of the Engineer shall be used for backfill and mechanically compacted following sealing of the frame and grade adjustments. Bentonite may be added to backfill at the Contractor's discretion. The level of the backfill shall be to one inch above the frame bottom with the removed topsoil being placed on top of the compacted impervious backfill prior to replacement of sod. b. Paved Portland cement concrete (Section D2 -17) shall be used for backfill following sealing and testing of the frame and grade adjustments to prevent compaction of the joint material and extend to 6 inches below the top of structurally sound structure as shown on the Detail for Manhole Restoration. D2 -4(3) City of Round Rock Sewer System Improvements 4. Restoration Restore surfaces in accordance with Section D2 -17. Grassed areas shall be replaced with sod to match existing conditions. Pavement replacement shall match existing pavement material. Restoration of all surfaces will not be paid for separately. 5. Testing of Rehabilitated Frame and Grade Adjustment Seals. Test rehabilitated frame and grade adjustment seals for watertightness in accordance with Section D1 -7. D. Measurement and Pavment Items listed below shall be paid for separately. Cost of all items not specifically listed for separate payment shall be considered incidental to the contract. 1. Non -paved frame and grade adjustment sealing (labor and equipment). 2. Paved frame and grade adjustment sealing (labor and equipment). Unit Price for sealing frames and grade adjustments shall be eligible for 60 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete (less retainage if applicable). The Unit Price bid for these items shall include all labor and equipment necessary to complete the work described, including, but not limited to, sawcut, pavement removal, excavation, sealing of manhole frame and adjusting rings, backfill, testing, pavement repair, seed, and sod. The cost of grade adjustment materials shall be paid in accordance with Section D2 -3. END OF SECTION D2-4 City of Round Rock D2 -4(4) Sewer System Improvements A. General 1. Description B. Materials D2 -5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES This section describes complete and partial replacement of manholes and the removal and replacement of flattops. 1. Precast concrete manholes shall be bell and spigot with "0" ring joints. Manholes and sections shall conform to the requirements of ASTM C-478 and shall be as specified in this section and in construction plan details. 2. All complete replacement manholes shall have watertight frame and cover, with a minimum 30 -inch clear opening, as manufactured by East Jordan Iron Works (as per detail in construction plans). 3. Exterior surfaces of manhole sections shall be coated with two mop coats of coal tar epoxy paint, Kop Coat "Bitumastic Black Solution ", Tnemec, "46 -450 Heavy Tnemecol ", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. 4. Entire interior of wastewater manholes and underside of flattops to have 5 mil DFT Polibrid 672 primer and 75 mil DFT Polibrid 705 topcoat, or 80 mil coat of "Raven" self - priming epoxy coating, or an 80 mil coat of "Spraywall ". 5 Opening 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 923 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall include a coupling with 0-Ring Gasket, A -Lok, Presswedge, or equal. - 6. Preformed and trowelable bitumastic joint sealants shall be EZ -STIK, or equal. The minimum dimension of preformed material shall be one -half (1/2) inch square. 7. Backfill shall be in accordance with Section D2 -10. D2 -5(1) City of Round Rock Sewer System Improvements 8. Mission couplings with stainless steel outer band or equal shall be utilized to connect replacement pipe to existing pipe. Encase the joint with concrete a minimum distance of 12" each side of the coupling. Replacement pipe 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. 9. Non - Shrink Grout 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. 10. Steps a. Manhole steps will not be required. 11. Cast -In -Place (Monolithic) Concrete Manholes 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 a. 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. b. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. c. 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. City of Round Rock D2 -5(2) Sewer System Improvements d. Cast -in -place concrete manholes shall have a minimum inside diameter at the base of four (4') 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 six (6 ") inches and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one - quarter (3 ") 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 removal of the forms, such honeycombing shall be repaired as directed by the Engineer. 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 backfilled 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. e. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, Grade 60, deformed bars. f. Welded steel wire fabrics for cast -in -place manholes shall conform to ASTM 185. g. 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. h. Base slab depth and 3/4" washed rock gravel depth shall be minimum as shown in Table 1 of standard detail drawings, but in all cases, base slab shall be designed for H -20 loading, plus earth load at 130 p.s.f. 12. 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 construction drawings. D2 -5(3) City of Round Rock Sewer System Improvements 13. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 and as specified herein. b. Wall thickness shall be minimum 6" for all precast sections. 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. d. 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 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 -STIK, or equal. The minimum dimension of preformed material shall be one -half (1/2) inch square. f. 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. h. 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. 14. 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 City of Round Rock D2 -5(4) Sewer System Improvements C. Execution 1. General C478, 5000 psi concrete, traffic bearing, and 0 -ring joint conforming to ASTM C443. (As per detail in construction plans). Install manholes of the respective types at the designated locations with flowlines at elevations to match existing. 2. Interior manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 24 inches in diameter and typical box manhole will be constructed for 30 -inch and larger pipes. 3. Install frames and covers in accordance with the City of Round Rock Specifications and Detail Drawings in the construction plans. 4. 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. 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 1:2 slope. 5. Existing Pipe Connections The replacement of manholes shall include the replacement of five (5) feet of all existing sewer lines. The sewer lines shall be connected in accordance with this section. Pipe embedment and backfill shall be in accordance with Section D2 -10 of these Specifications. 6. Pipe Stubs 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. 7. Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. D2 -5(5) City of Round Rock Sewer System Improvements 8. Construct connections to existing manholes in conformance with this section. Excavate 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 pipe. 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 invert the entire side where the new pipe enters. Take care to prevent brick or other foreign material from entering the existing downstream sewer. Retrieve such debris. After the new pipe is installed, completely fill and render permanently watertight the void around the new pipe with a grout conforming to the material specifications herein. 9. Manhole Adjustments 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. 10. Apply two coats of coal -tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. 11. Testing Test manholes in accordance with Section D1 -7. 12. 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 walers, 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. City of Round Rock D2 -5(6) Sewer System Improvements 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. f. 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. 13. 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: 14. Placing Concrete Bottom face of slabs Top face of slabs a. General c. Consolidating 1 inch 1 1/2 inches 1) 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. 2) Remove debris from the space in which concrete is to be placed. b. - Convey concrete from the mixer to the place of fmal deposit by methods which will prevent separation or loss of materials. The free fall of concrete shall not exceed three feet. 1) 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 D2 -5(7) City of Round Rock Sewer System Improvements 15. Curing 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. 2) Supplement vibration by forking and spading by hand in the corners and angles of forms and along form surfaces while the concrete is plastic under the vibratory action. a. Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: 1) Curing with burlap, cotton, or mats kept continuously wet, or by keeping forms continuously wet. 2) Waterproof paper curing. Overlap four inches at seams and seal with tape. 3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a fmish treatment of any kind. Submit manufacturer's descriptive data of curing compounds for approval. 16. Complete 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. d. Any incoming pipes which are 2 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. City of Round Rock D2 -5(8) Sewer System Improvements f. Where determined by the engineer that a good connection can not 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 an concentric cone per concentric concrete detail in detail 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. 17. 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 structure. 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. d. Seal manhole joints in accordance with Section D2 -4. 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. f. Partial manhole replacement shall also include replacement of frame, cover, sealing of frame, frame and grade adjustments, and surface restoration. Existing frame and cover shall be replaced with same size frame and cover unless otherwise specified by the Engineer. g. Remove any debris in any manhole which has had work performed on it. D2 -5(9) City of Round Rock Sewer System Improvements 18. 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. d. Seal flattops in accordance with Section D2-4. e. Flattop replacement shall include excavation, replacement of frame, cover, sealing of frame, frame and grade adjustments, and surface restoration. f. Remove any debris in any manhole that has had work performed on it. 19. 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, formed in place as detailed in Section F of the Manhole Rehabilitation Details. 20. Testing of Reconstructed Manholes Test manholes in accordance with Section D1 -7. D. Measurement and Payment 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. 1. 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, 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 City of Round Rock D2 -5(10) Sewer System Improvements b. Payment for a standard manhole will be in accordance with the contract prices as follows: 2. Shallow Manhole masonry, reinforced concrete, backfilling, replacement of any sewers, conduits, disposal of excess material and restoration. 1) A unit price to cover the construction of one standard manhole of the diameter and type indicated; 4.01 feet to less than 6.00 feet in depth. 2) A unit price which shall cover the entire cost of each additional foot of vertical manhole depth m excess of 6.01 feet, measured to the nearest 0.1 foot. Payment for shallow manholes will be made at the contract unit price for each manhole constructed. Shallow manholes include all manholes less than 4.00 feet in depth. Such payment and price shall constitute full compensation for all labor, 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 and restoration. 3. Partial Manhole 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. Such payment and price shall constitute full compensation for all labor, 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 and restoration. 4. Flattop Flattop replacement shall be paid at the Contract Unit Price each to be replaced. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete D2 -5(11) City of Round Rock Sewer System Improvements 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, and disposal of excess material. 5. Additional Sewer Pipe Additional sewer pipe shall be paid at the Contract Unit Price per linear foot measured to the nearest 0.1 foot from the minimum required 5' of sewer pipe stub to the point of connection to existing sewer main. 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. 6. The Unit Price for complete and partial manhole replacement shall be eligible for 60 percent of the bid price after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2 -5 City of Round Rock D2 -5(12) Sewer System Improvements A. General 1. Description B. Materials D2 -6 REPLACEMENT OF MANHOLE BENCH AND TROUGH This section describes replacement of defective manhole bench and trough. Manholes designated for replacement of bench and trough are listed on the Manhole Rehabilitation Schedule in Section E. Refer to Section F - Manhole Rehabilitation Details (and Construction Plan Details) for Typical Bench and Trough Replacement. 1. Materials for Bench and Trough Replacement Portland Cement concrete in accordance with D2 -17. C. Execution 1. Procedure for Bench and Trough Replacement The existing deteriorated bench and trough area shall be completely removed. Care must be taken to avoid damaging other areas of the manhole structure. Loose and broken concrete shall be routinely removed from the manhole to eliminate the possibility of pieces entering the sewer lines. After removal of loose and broken concrete, a new bench and trough shall be formed. Sanitary sewer service shall be maintained during bench and trough replacement. If the manhole does not have an existing concrete base, minimum bench and trough thickness shall be 4 inches. Bench and trough shall be constructed as per Section D2 -5. 2. Finishing a. The bench and trough shall be furnished in such a manner so that a watertight seal exists between the manhole walls, pipe, and bench/trough area. D2 -6(1) City of Round Rock Sewer System Improvements b. The trough shall be troweled so that the wetted surface is smooth. The invert of the trough shall form a continuous conduit with the sewer pipe entering and leaving the manhole provided that the pipe was originally constructed or intended to be constructed in this manner. Care shall be taken to prevent the degradation of freshly poured troughs. c. The bench and trough shall be cleaned of silt, debris or foreign matter of any kind. 3. Testing of Bench and Trough Replacements Test of bench and trough replacements for watertightness in accordance with Section D1 -7. D. Measurement and Pavment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Rehabilitation Schedule in Section E. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. END OF SECTION D2 -6 City of Round Rock D2 -6(2) Sewer System Improvements A. General 1. Scope This section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks are shown on the Manhole Rehabilitation Schedule in Section E or will be designated by the Engineer for manhole grouting. 2. Description D2 -7 MANHOLE GROUTING 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. 3. Manufacturers Recommendations Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be grouted may be of pre -cast or poured concrete construction. 5. Minimum Experience Requirements The Contractor shall demonstrate an experience requirement of a minimum of 5,000 vertical feet or 900 manholes of manhole wall grouting. B. Materials 1. Scope This section governs the materials required for completion of pressure grouting of manhole defects. D2 -7(1) City of Round Rock Sewer System Improvements 2. Grouting Materials a. Urethane Gel Grout 1) 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. 2) 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: a) Documented service of satisfactory performance in similar usage. b) 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. c) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. d) Compressive recovery return to original shape after repeated deformation. e) The chemical shall be essentially non -toxic in a cured form. t) 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. g) Sealing material shall be noncorrosive. 3) 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 City of Round Rock D2 -7(2) Sewer System Improvements 3. Additives 4. Root Control 5. Material Identification 6. Mixing and Handling 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. 4) 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. 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. 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. 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. 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. D2 -7(3) City of Round Rock Sewer System Improvements 7. Portland Cement As specified in Section D2 -17. 8. Oakum Activated oakum, such as Fibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized for sealing grout holes. 9. Non - Shrink Grout C. Execution 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. General Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole replacement is complete. 2. Preliminary Repairs a. 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 Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature 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. City of Round Rock D2 -7(4) Sewer System Improvements 4. Grouting Materials Usage 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. 5. 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 and three injection holes at each pipe seal and at the bench/trough. Manholes shall be grouted from the top of the corbel or bottom of flattop to the pipe invert. 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. d. 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. 6. Testing of Rehabilitated Manholes Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section D1 -7. D2 -7(5) City of Round Rock Sewer System Improvements D. Measurement and Payment If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot measured from the center of the manhole based on the depth (ft.) as indicated on the Manhole Rehabilitation Schedule in Section E. Payment shall be from the top of the corbel or bottom of flattop to the pipe invert, including the pipe invert. This Contract Unit Price shall include grouting of the pipe seals. Payment for grouting pipe seals and lower 18 inches of manhole shall be based on the Contract Unit Price per each manhole listed in the Manhole Rehabilitation Schedule in Section E or as specified by the Engineer. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs, and testing necessary to complete the work including grouting with urethane grout. Unit Price for grouting shall be eligible for 90 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete. END OF SECTION D2 -7 City of Round Rock D2 -7(6) Sewer System Improvements A. General 1. Scope 2. Description B. Materials D2 -8 INTERIOR MANHOLE COATING (RAVEN LINING SYSTEM) This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Section E. Interior manhole coating shall meet the requirements of this Section. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated may be of pre -cast or poured concrete construction. Some may have a previously applied interior mortar coating. 5. Minimum Experience Requirements The Contractor shall demonstrate an experience requirement of a minimum of 5,000 vertical feet or 900 manholes of interior coating according to these specifications. 1. Scope This section governs the materials required for completion of interior coating of manholes. City of Round Rock D2 -8(1) Sewer System Improvements 2. Interior Coating C. Execution Raven Ultra High -Build Epoxy Coating, a two -part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining Systems and designated as Raven 405. 3. Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed 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. These grouting materials shall be compatible with Raven 405 interior coating. The Contractor shall be responsible for getting approval from Raven Lining Systems for the use of these grouting materials. 4. Mixing and Handling 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 measures to ensure that materials 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 coating material shall perform the coating operations. 1. General 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. 2. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 3500 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. Loose 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. City of Round Rock Sewer System Improvements D2 -8(2) b. 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. c. Active leaks shall be stopped using products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section D2 -7 - Manhole Grouting. d. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. Trough area shall be coated as required to seal all cracks and to provide a smooth surface. Cementitious patching compounds or epoxy grout as recommended by Raven shall be used. e. After all repairs have been completed, all loose material shall be removed. 3. Temperature 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. 4. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section E. The interior coating shall be applied to the manhole from the top of the manhole corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) 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.) or sandblasting, as recommended by Raven. 2) Place covers over invert to prevent extraneous material from entering the sewer. 3) The surface prior to application may be damp but shall not have noticeable free water droplets or running water. Materials shall be spray applied per manufacturer's recommendations to an average City of Round Rock D2 -8(3) Sewer System Improvements uniform thickness of 125 mils with a minimum thickness of 100 mils. After the walls are coated, the bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 4) The final application shall have a minimum of three (3) hours cure time before being subjected to active flow. 5) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. 5. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven coverage shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative (with the Contractor's assistance), and the Contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section D1 -7 - Manhole Testing. D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole actually coated. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. The Contractor will be eligible for 90 percent of the bid price after coating is completed and the additional 10 percent after successful testing is completed. Measurement and payment for grouting of pipe seals, bench and trough and 18 inches above crown of pipe of manhole shall be in accordance with Section D2 -7 - Manhole Grouting. END OF SECTION D2 -8 City of Round Rock Sewer System Improvements D2 -8(4) A. General 1. Scope 2. Description 4. Manholes B. Materials 1. Scope 2. Epoxy Coating D2 -8A INTERIOR MANHOLE EPDXY COATING This section governs all work and materials required for the application of interior manhole epoxy coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule in Section E. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, and equipment required for the completion of interior epoxy coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. Manholes to be epoxy coated may be of pre -cast or poured concrete construction, or will have an interior coating applied under this contract. 5. Minimum Experience Requirements The Contractor shall demonstrate an experience requirement of a minimum of 5,000 vertical feet or 900 manholes of interior coating according to these specifications. This section governs the materials required for completion of interior epoxy coating of manholes. D2 -8A (1) City of Round Rock Sewer System Improvements The epoxy coating shall be a sprayable/brushable two- component product composed of 100 percent solids. Product shall be FE -100 as supplied by Thane -Coat, Inc., Raven 405 Ultra High -Build Epoxy Coating, or equal. Dry film thickness shall be a minimum of 65 mils. 3. Mixing and Handling C. Execution Mixing and handling of epoxy 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 measurers to ensure that materials 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 epoxy material shall perform the coating operations. 1. General Apply interior epoxy coating to fully cured, clean surfaces only. Surfaces to be cleaned per epoxy manufacturer's recommendations. Contractor shall follow the manufacturer's recommendations regarding product pot life, cure time, substrate, ambient air temperature during application, and application procedures. 2. Preliminary Repairs a. All foreign materials shall be removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose 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. b. All unsealed lifting holes, unsealed step holes, voids larger than approximately three - quarter (3/4) inch in thickness shall be filled with patching compound at least three hours (3) prior to spray application of the first coat. c. Active leaks shall be grouted in accordance with Section D2 -7. Grouting will be paid by the bid item number 37 and as specified in section D2 -7. Contact Epoxy Coating Manufacturer for grouting recommendations. City of Round Rock D2 -8A (2) Sewer System Improvements d. After all repairs have been completed, remove all loose material from within the manhole. 3. Temperature Normal interior epoxy coating operation shall be performed at temperatures of 75° 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. 4. Interior Manhole Coating a. Manholes scheduled for interior epoxy coating are shown on the Manhole Rehabilitation Schedule listed in Section E. b. The interior epoxy coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) 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.) 2) Place covers over invert to prevent extraneous material from entering the sewer. 3) The surface prior to application shall be damp without noticeable free water droplets or running water. The epoxy coating material shall be spray applied according to the manufacturer's recommendations. Troweling shall begin immediately following the spray application. The troweled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with epoxy coating 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. 4) The material shall have a minimum cure time as recommended by the manufacturer. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. D2 -8A (3) City of Round Rock Sewer System Improvements 5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 6) 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 reconstruction is in process. 7) 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° F, precautions shall be taken to keep the mix temperature at time of application below 90° F. Mix water temperature shall not exceed 85° F. Chill with ice if necessary. 8) A minimum of three (3) copies of the manufacturer's recommendations for epoxy coating must be submitted to the Engineer for approval and will become a part of the Contract Documents. 5. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Manhole Testing Section D1 -7. b. At least two 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 ASTM C109, and the results will be furnished to the Engineer and Owner. Test results shall equal or exceed the manufacturer's published values. City of Round Rock D2 -8A (4) Sewer System Improvements D. Measurement and Payment Payment shall be based on the Contract Unit Price per vertical foot. The Contract Unit Price shall be payment in full for performing the work and for fumishing all labor, supervision, materials, and equipment necessary to complete the work. END OF SECTION D2 -8A D2 -8A (5) City of Round Rock Sewer System Improvements A. General 5. Definitions B. Materials Not specified. a. Excavation D2 -9 EXCAVATION 1. Excavation work shall be accomplished under the supervision of a person experienced with the materials and procedures which will provide protection to existing improvements, including utilities and the proposed pipeline. 2. The alignment, depth, and pipe subgrades of all sewer trenches may be determined by overhead grade lines parallel to the sewer invert, or by the use of a laser. 3. In the event hazardous wastes as defined by the Resource Conservation and Recovery Act of 1976 (PL94 -580) are encountered work shall be halted and the Owner shall be notified. Work shall be resumed only after the Owner notifies the Contractor. 4. If the specified maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety System Special Condition (D1 -10) of this document. Excavation is the removal of all material from the trench area. Included in excavation is the removal of existing paved surfaces including but not limited to concrete curb and gutter, PCC pavement, and bituminous pavement. D2 -9(1) City of Round Rock Sewer System Improvements C. Execution 1. Open Cut Method (Trenching) a. General Open cut (trench) pipeline excavations except as otherwise specified or approved by the Engineer Minimize inconvenience and disturbance to the general public. Sort and stockpile the excavated material so the proper material is available for backfill. b. Trench Depths Excavate trenches to depths required for proper pipe embedment. Overdepth excavation may be required when the subgrade is unstable. Backfill overdepth excavations with granular pipe embedment material, unless otherwise directed by the Engineer. c. Trench Walls Undercutting of trench walls is not permitted. d. Trench Widths 1) The bottom width of the trench at and below the top of the pipe and inside the sheeting and bracing, if used, shall not exceed the trench widths indicated on the Drawings. 2) If the allowable maximum widths are exceeded at manholes, bore pits, tees, and in unstable earth material, provide bedding adequate to develop the required lateral support for the pipe and/or provide a sufficient strength class of pipe to accommodate the loading conditions as approved by the Engineer. e. Trench Safety Trench safety shall be in accordance with Section D1 -10. f. De- Watering 1) Should groundwater be encountered, Contractor shall be responsible for utilizing a dewatering system(s) to remove water from the City of Round Rock D2 -9(2) Sewer System Improvements g. Unsuitable Soil h. Blasting Areas excavations. Contractor shall install and operate dewatering system(s) to achieve the following: a) Keep excavations free from water. b) Maintain groundwater a minimum of 24 inches below excavations. c) Prevent displacement of surrounding soils. 2) Form dams, flumes or other works necessary to keep the trenches clear of water while the sewers and their foundations, and other foundation works, are being constructed. Remove water from such excavation in a manner that does not damage property. 3) Repair pit excavations shall be kept free of water and sewage during sewer pipe replacements through final inspection. Plug lines upstream and if necessary provide bypass pumps of sufficient capacity to reroute water and sewage to a downstream manhole until pipe replacements have been completed and bedding material has been effectively placed and compacted. No bypassed wastewater from the sanitary sewer shall be allowed to discharge to natural or manmade surface drainage. Where plugging only is used for flow control, the Contractor shall monitor upstream manholes and prevent excessive surcharge conditions. Flow bypassing equipment shall be set up for immediate use and available on site in all stages of construction. When unsuitable soil conditions are encountered under sewers below the depth of standard bedding, replace the unsuitable material with trench foundation material of gradation approved by the Engineer. 1) Blasting of any kind for rock excavation or any other purpose will not be allowed unless approved by the Engineer. 2) When blasting is permitted by the Engineer the Contractor shall use the utmost care to protect life and property. The Contractor shall comply with all laws, ordinances, and the applicable safety code requirements and regulations relative to the handling, storage and use of explosives and protection of life and property, and he shall be responsible for all damage thereto caused by his or his subcontractor's operations. D2 -9(3) City of Round Rock Sewer System Improvements D. Measurement and Payment 3) Contractor shall provide insurance as required by the Owner before performing any blasting. The governing agency shall be notified at least 24 hours before blasting operations begin. 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. 1. Trench safety system shall be paid for in accordance with Section D1 -10. END OF SECTION D2 -9 City of Round Rock D2 -9(4) Sewer System Improvements A. General B. Materials 2. Embedment: D2 -10 BACKFILL 1. This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material may be used by the Contractor without approval by the Engineer. 1. Trench Foundations Materials: Three -inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. Trench foundation material shall only be used where unsuitable soil conditions are encountered under sewers before the depth of standard embedment as defined in Section D2 -9. a. Embedment material shall be Grade A crushed rock free from dirt, clay balls, and or aiuc material, per NCTCOG Standard Specification, latest edition. b. Embedment material shall be placed per the Standard Embedment Sanitary Sewer Detail. 3. Trench Backfill: Trench backfill will be divided into the general classification as follows: a. Street Backfill: Street backfill material above the pipe embedment material shall be cement stabilized sand per TxDOT 1993 Standard Specifications. b. Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than one inch, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for D2 -10(1) City of Round Rock Sewer System Improvements C. Description the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. Earth Backfill per NCTCOG Specifications, latest edition. 1. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and excavation around structures shall be backfilled to the original surface of the ground. b. The Contractor shall be responsible for all damage or damages which might occur as a result of the settlement of trench or other backfill made by him in the fulfillment of these Contract Documents, within and during a period of two (2) years from and after the date of final acceptance thereof by the Owner, including the cost to the owner of all claims of damages filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. 2. "Pavement Areas" shall be defined as all streets, paved alleys, parking areas, driveways, curbs and gutters, and sidewalks. D. Execution 1. General a. Remove trash and debris from the excavation prior to backfilling. b. Backfilling trenches and excavations to the original ground surface unless otherwise indicated on the Drawings. c. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. d. Do not backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material, rubbish or other deleterious substances. City of Round Rock D2 -10(2) Sewer System Improvements e. The backfill material shall be placed in six -inch (6 ") lifts. Each lift shall be compacted to the required density prior to the next lift being placed. f. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. 2. Backfilling m Street Right -of -Way and Pavement Areas a. Backfill trenches under and within 2 feet of all existing and proposed pavement, driveway pavement, sidewalk, and curb and gutter using granular trench backfill. b. Granular trench backfill shall consist of the following: Grade A crushed rock conforming to the reference standard. c. Compaction Method Granular trench backfill shall be mechanically compacted in layers of six inches (6 ") loose measure. Each layer shall be firmly compacted to 95 percent of density as determined by Standard Proctor Test. Material may be compacted by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. d. Undermining of Paved Surfaces Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. 3. Backfilling in Areas Other Than Street Right -of -Way and Pavement Areas a. Backfill trenches using acceptable job excavated materials or as directed by the Engineer. b. Backfill in layers of six inches(6 ") maximum and mechanically compact to 90 percent of density as determined by Standard Proctor Test. c. Place a minimum of six inches (6 ") of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend one foot from each side of the pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. D2 -10(3) City of Round Rock Sewer System Improvements 4. Testing All density tests shall be performed per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at excavations for partial or complete manhole replacements only, to assure a minimum density of 95 percent Proctor. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed manhole. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. b. The cost of providing access to the level of trench backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be tested by the Owner. c. Test results not conforming to specified densities shall be paid for by the Contractor at no additional cost to the Owner. 5. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the Contractor in the performance of work under these Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the completion of the entire work covered by these Contract Documents, to the extent that the top of the backfill is below the original ground surface, such trenches shall be refilled and backfill surface compacted and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns damaged by reasons of such settlement, and the repair thereof, shall be replaced. E. Measurement and Payment 1. Payment for the work in this Section shall not be paid for separately, but shall be included in the unit price bid for all work items affected thereby. City of Round Rock D2 -10(4) Sewer System Improvements 2. Payment for trench foundation material will be based on the Contract unit price per cubic yard actually used as authorized by the Engineer. No measurement and payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish material at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the manhole base grade to provide for a stable base for the manhole. This item is to provide for unstable base encountered in the progress of the work and shall be used only at the direction of the Engineer. END OF SECTION D2 -10 D2 -10(5) City of Round Rock Sewer System Improvements A. General 1. Scope This section governs all work, materials and testing required for point repairs of defective sanitary sewer lines. Sanitary sewer lines requiring repairs are designated on the Drawings. Any additional pipe sections or service connections which are observed by the Contractor to be defective shall also be replaced as directed by the Engineer. 2. Description D2 -11 SANITARY SEWER REPAIRS The Contractor shall be responsible for the furnishing of all labor, materials, supervision, equipment and fmal testing required for the completion of sanitary sewer line point repairs in accordance with the Contract Documents. The locations of the designated repairs are shown on the Drawings. a. Pipe point repairs to eliminate direct or indirect connections between the storm system and sanitary sewers are intended to eliminate inflow sources. The specified work is intended to eliminate the flow of stormwater from the storm sewer system to the sanitary sewer while minimizing work on the storm sewer system. The Contractor shall limit work on the storm sewer system to the sanitary sewer repair area where storm sewers cross the sanitary sewer. b. Other pipe point repairs are intended to eliminate defects allowing groundwater infiltration into the sanitary sewer system. c. Work associated with sanitary sewer line point repairs shall include replacement of defective building service lateral connections and building service lateral pipes as shown on the Drawings. 3. Drawings Rehabilitation notes are given on the Drawings specifying individual sewer line point repairs at specific locations. Details are also shown on the Drawing which are applicable to individual repairs. D2 -11(1) City of Round Rock Sewer System Improvements B. Materials 1. Pipe and Fittings a. Pipe and fittings shall be as specified in Section D2 -13. 2. Sewer Pipe Material Utilization a. PVC pipe may be utilized for sanitary sewer installations for all diameters in this contract. b. Reinforced concrete pipe shall be utilized for storm sewers. c. Sewer pipe material shall be as specified in Section D2 -13. 3. Rubber Couplings and Stainless Steel Clamps Rubber couplings for replacement pipe connection to existing pipe shall be as manufactured by Mission Rubber Co., Femco., or equal. Rubber couplings shall be fastened using two type C -305 stainless steel adjustable clamps to provide a leakproof seal. Apply shrink wrap product WRAPID SEALTM Heat Shrinkable system manufactured by Canusa Coating Systems, or approved equal, around all flexible couplings. 4. Pipe Embedment Pipe embedment shall be as specified in Section D2 -10 and D -13. 5. Specifically designed adaptor couplings shall be used for the connection if dissimilar pipe material must be connected. 6. Storm Sewers Inlets, Catch Basins, Manholes C. Execution Storm Sewers Inlets, catch basins or manholes removed shall be replaced with precast units with dimensions to match existing structures. Frames and grates shall be reused. 1. Videotapes of Surface Conditions The existing surface area of each work location shall be videotaped, in accordance with Section D1 -3, prior to any excavation. City of Round Rock D2 -11(2) Sewer System Improvements 2. Site Preparation Site preparation shall be as specified in Section D2 -1, "Site Preparation ". 3. Excavation of Repair Pits Excavation of repair pits shall be as specified in Section D2 -9. 4. Procedures for Repair a. Replacement pipe shall be placed in the same line and grade of the existing pipe sections. The condition of the pipe sections upstream and downstream of the specified repair location shall be inspected and, if defective, the Engineer will determine if additional repairs are necessary. If additional pipe repairs of five feet or less are required, no additional compensation shall be made. b. When specified repairs cannot be made because of physical limitations at the site, the Engineer shall be promptly notified. Alternate repair techniques shall be evaluated in cases where conventional repairs are not practical. Change orders may be required for alternate repairs. Sewer line repair pits shall remain uncovered until an inspection by the Engineer has been made. c. Excavate repair pit and uncover the main line sewer a minimum of one foot clearance all around at the damaged section or as directed by the Engineer, and remove damaged pipe by powersaw cutting to a flat vertical surface. If pipe with bell end is removed, spigot end shall be saw cut and removed a minimum length of the pipe bell. New sanitary sewer pipe to be used in the replacement shall be powersaw cut to a flat vertical surface. d. Defective pipe sections and service connections shall be removed by cutting the pipe past the bell end, if necessary, to allow for the use of rubber coupling. Replacement pipe lengths shall be cut to within one - fourth inch of the required replacement pipe length and attached to the existing pipe with appropriate sized rubber couplings. Defective service connections shall be replaced with appropriate sized tee, and rubber couplings. All couplings shall be secured with stainless steel bands. Pipe bedding under the replacement pipe section shall be a minimum thickness equal to 1/4 the outside diameter of the sewer pipe but not less than six inches. e. Defective service connections in sewer lines sliplined with polyethylene pipe shall be repaired with a saddle. The Contractor shall remove the appropriate amount of carrier pipe to allow the saddle to be directly connected to the outside wall of the liner pipe. After installation of the saddle, the Contractor shall completely encase the saddle and the exposed liner in concrete. Care D2 -11(3) City of Round Rock Sewer System Improvements f. The Contractor shall verify by testing all service connections in the repair area to determine if they are active or inactive. Only active services shall be reconnected to the sanitary sewer system. Inactive services shall be plugged with hydraulic cement. The Contractor shall be responsible for any liability associated with the accidental plugging of active services. g. shall be used not to damage the liner during the repair. If damage occurs to the liner as a result of the Contractor's operations, the Contractor shall assume all costs associated with the repair of the liner. Where a replacement of service laterals under storm sewers is specified, a minimum vertical separation of 18 inches shall be maintained. Where the minimum separation cannot be maintained because of grade restrictions, the service lateral shall be replaced with ductile iron pipe a distance of at least 5 linear feet on each side of the storm sewer. h. Replacement of sanitary service connections shall include the filling of any voids which may be found to exist around the lateral. The void space shall be filled with hydraulic cement or other approved material for a minimum distance of three feet. i. Where the existing service lateral pipe is found to be in such a deteriorated condition that the specified reconnection cannot be made, the Engineer and Owner shall both be notified. j. When more than one pipe section is to be replaced consecutively, the conventional bell and spigot joint with a compression joint will be utilized on the interior pipe sections. The entire replacement length will then be joined to the existing line by means of rubber couplings. k. Seal joints within the repair pit that appear to be open or in poor condition but the barrel of the pipe is still good. Roots in open joints shall be removed before sealing. This situation may or may not exist. All determinations for sealing joints shall be made by the Engineer. Joints that are open or in poor condition shall be cleaned and packed with a butyl rubber sealant and encased in quick setting, non -shrink concrete followed by encasement with concrete. The encasement shall be centered on the joint, have a minimum thickness of six inches, and have a minimum length equal to the pipe diameter and not less than twelve inches. Methods for sealing open joints other than that described above shall be submitted to the Engineer for approval. City of Round Rock D2 -11(4) Sewer System Improvements 5. Polyethylene Wrapping Polyethylene material for pipe encasement shall meet the requirements of ANSI /AWWA C- 105/A21.5 -82, or latest revision thereof. 6. Backfill and Surface Restoration a. Backfilling shall be as specified in Section D2 -10. b. Surface restoration shall be as specified in Section D2 -17. c. Contractor shall verify with the respective property owners the particulars of all easement conditions (c.f. Section H) prior to any site preparation, work, or restoration. 7. Testing Repaired Sewer Lines Testing of sewer lines for watertightness and structural integrity following point repairs, and house service connection renewals shall be as specified in Section D1 -8. D. Measurement and Payment 1. This work shall be paid at the Contract price for each individual job number. The price shall be payment in full for performing the work as specified herein. Costs for all materials and labor, excavation, dewatering, existing pipe removal and disposal, pipe bedding and backfill material, including service connection reinstatement, temporary surface restoration, final surface restoration, and internal television inspection before and after repair shall be included in the Contract price for each individual job number. 2. The lump sum bid price shall be eligible for 60 percent of the bid price after the repair is made, an additional 10 percent is eligible after testing is completed, and an additional 30 percent is eligible after surface restoration is completed. If additional pipe required deviates by five feet or less from those lengths listed on the Plan Sheets, no additional compensation shall be made. Additional compensation may be approved by the Engineer for installation of pipe lengths in excess of five additional feet under pay item 4A1. 3 All costs for dewatering shall be included in the unit prices for sewer and manhole construction. END OF SECTION D2 -11 D2 -11(5) City of Round Rock Sewer System Improvements A. General 1. Description B. Materials The Contractor shall utilize the installation of flexible sewer pipe (CIPP) in accordance with ASTM F1216 to restore the watertight condition of sanitary sewer lines which would otherwise require various point repairs and/or removal of cross connections. Due to existing alignment conditions in the sewers to be lined, only products meeting ASTM F1216 (Installation by Inversion Method) will be accepted. 1. Cured -in -Place Material (CIPP) 2. Sizing of the CIPP D2 -12 CURED -IN -PLACE PIPE (CIPP) The flexible tube material shall be a polyester fiber felt tubing lined on one side with polyurethane and fully impregnated with a liquid, thermosetting resin as specified. The polyester felt tubing, including the polyurethane coated felt and the thermosetting resin shall meet manufacturer's standards. The cured pipe shall be a hard impermeable pipe which shall conform to the minimum structural standards applicable including ASTM D -638 for 3,000 psi tensile stress, ASTM D -790 for 4,500 psi for flexural stress, and ASTM D -790 for 400,000 psi for modules of elasticity. The finished liner shall incorporate thermosetting materials which will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee of his compliance with these standards. The tube material shall meet the requirements of ASTM F1216, Section 5.1. The resin system shall meet the requirement of ASTM F1216. The chemical resistance requirements shall conform to ASTM F1216, Appendix 2. The CIPP diameter, length and wall thickness shall be appropriate for each designated location. The Contractor shall verify the actual sewer lengths and diameters in the field prior to cutting the tube to length and sizing the diameter. a. The tube shall be fabricated to a size that when installed will neatly fit the intemal circumference of the sewer designated for CIPP. Allowance for circumferential stretching during insertion shall be made as per manufacturer's standards. D2 -12 (1) City of Round Rock Sewer System Improvements C. Execution b. The length of the CIPP shall be that deemed necessary by the Contractor to effectively carry out the insertion and seal at the inlet and outlet points. When cured, the CIPP should extend from end to end of the sewer segment being lined in a continuous tight fitting watertight pipe- within -a -pipe. c. The CIPP shall be 3.5 mm thickness for pipe 6 inches in diameter, 4.5 mm thickness for pipe 8 inches in diameter and 6 mm thickness for pipe 10 inches in diameter, unless otherwise specified on the Drawings. 1. General CIPP installation shall be accomplished by inverting the resin impregnated tube into the existing sanitary sewer pipeline utilizing an inversion standpipe and hydrostatic head. Curing of the CIPP shall be accomplished by circulating hot water /steam to cure the thermosetting resin into a hard impermeable pipe. 2. Preliminary Cleaning and Inspection a. Prior to CIPP installation of designated sanitary sewer line segments the Contractor shall remove internal deposits as necessary to assure proper liner installation. b. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location and extent of any structural failures, which may prevent proper installation of lining materials into the pipelines and location of service laterals. c. It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots, dropped joints, protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction not indicated in these specifications, that cannot be removed by conventional cleaning equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation in order to remove such obstruction. 3. Documentation Video tapes and a suitable log shall be provided by the Contractor which shall document, to the satisfaction of the Engineer, the condition of the sewer line segment both immediately before and after lining has been installed. The video City of Round Rock D2 -12 (2) Sewer System Improvements tapes (VHS) and log shall become the property of the Owner. The Contractor shall review the existing condition of the line and justify to the satisfaction of the Engineer any and all point repairs prior to any construction. 4. Flow Bypassing The Contractor, when required, shall provide for the transfer of flow around the section or sections of pipe that are to be lined. The bypass shall be made by diversion of the flow at an existing upstream access point and pumping the flow into a downstream access point or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The proposed bypassing system shall be approved in advance by the Owner. 5. Notification of the Public The Contractor shall notify all property owners affected by the CIPP installation work at least 48 hours prior to commencement of the work which will temporarily plug the sanitary services of the property owners connected to the sewer line segment being lined. 6. CIPP Installation a. The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated liner will be vacuum impregnated prior to installation. The Contractor shall allow the Owner to inspect the material and 'wet out procedure. A resin and catalyst compatible with the requirement of this method shall be used. The quantities of the liquid thermosetting materials shall be in accordance with the manufacturer's standards to provide the lining thickness specified. b. The wet out tube shall be inserted through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend the lining to the next designated access point. The impregnated tube shall be inserted into the inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe, the tube shall be turned inside out and attached to the inversion standpipe so that a leak proof seal is created. The inversion head will be adjusted to be of sufficient height to invert the liner to the next access point designated and to hold the liner snug to pipe wall and to produce dimples at side connections and flared ends at the entrance and exit access points. The use of a lubricant is recommended and if used such lubricant shall be approved by manufacturer's standards. The manufacturer's standards shall be closely followed during the elevated temperature process curing so as not to over stress the felt fiber and cause damage or failure of the liner prior to cure. In certain cases, the Contractor D2 -12 (3) City of Round Rock Sewer System Improvements may elect to use a Top Inversion. In this method the tube is pre- inverted to a distance that corresponds to the minimum inversion head and instead of attaching to an elbow at the base of the inversion tube, the liner is attached to a top ring. c. After inversion is completed the Contractor shall supply a suitable heat source and water recirculation equipment. The equipment shall be capable of delivering hot water to the far end of the liner through a hose, which has been perforated per manufacturer's recommendations, to uniformly raise the water temperature in the entire liner above the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat exchanger circulating water. Thermocouples shall be placed between the tube and the invert at near and far access to determine the temperature of the tube and time of exotherm. Water temperature in the line during the cure period shall not be less than 150 °F as measured at the heat exchanger return line. Initial cure shall be deemed to be completed when inspection of the exposed portions of the liner appear to be hard and sound and the thermocouples indicate that an exotherm has occurred. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the Insituform process, during which time the recirculation of the water and cycling of the heat exchanger to maintain the temperature in the tube shall be continuous. d. The Contractor shall cool the hardened CIPP to a temperature below 100 °F before relieving the static head in the inversion standpipe. Cool -down may be accomplished by the introduction of cool water into the inversion tube to replace water being drained from a small hole made in the end of the CIPP at the downstream end. Care shall be taken in the release of the static head such that a vacuum will not be developed that could damage the newly installed CIPP. e. The finished CIPP shall be continuous over the entire length of an insertion run and be as free from visual defects such as foreign inclusions, dry spots, pinholes, and delamination. The CIPP shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the CIPP. Any defects which will affect, in the foreseeable future, or warranty period, the integrity or strength of the CIPP, shall be repaired at the Contractor's expense, in a manner mutually agreed by the Owner and the Contractor. City of Round Rock D2 -12 (4) Sewer System Improvements 7. Completion of CIPP a. If due to broken or misaligned pipe at the access point, the CIPP fails to make a tight seal, the Contractor shall apply a seal at that point. The seals shall be of a resin mixture compatible with the CIPP. b. After the CIPP has been cured, the Contractor shall reconnect the existing active service connections. Reconnection of service connections shall be accomplished by external excavation unless otherwise allowed by the Engineer. Any bypass pumping that is required shall be provided at no additional cost for sewer lines where lining is being performed. Service interruptions to any homes tributary to this sewer line shall not exceed 18 hours. c. The watertightness of the CIPP shall be gauged while the tube is curing, and under a positive head. After the work is completed, the Contractor will provide the Owner with a video tape showing both the before and after CIPP conditions including the restored connections. Upon completion of the installation work after required testing indicates the CIPP is acceptable, the Contractor shall reinstate the project area affected by his operation and perform any surface restoration in accordance with these Specifications. d. Service connections in CIPP lines shall be reinstated with a saddle unless otherwise directed by the Engineer. Contractor shall remove the appropriate amount of carrier pipe to allow the saddle to be directly connected to the outside wall of the CIPP. An epoxy, meeting the manufacturers recommendation, shall be applied to the saddle to assure a water tight seal between the saddle and liner. The saddle shall be secured with stainless steel bands. After the epoxy has set, the Contractor shall completely encase the saddle and exposed CIPP in concrete. Care shall be used not to damage the CIPP, if damage occurs as a result of the Contractor's operations, the Contractor shall assume all cost associated with the repair of the CIPP. 8. Manhole Connections All cracked or deteriorated material shall be removed from the area to be sealed. Thoroughly plug the annular space between the liner and the host pipe with resin used to impregnate the liner Finish grout smooth and flush with the interior manhole wall surface and make watertight with non -shrink grout. 9. Testing Repaired Sanitary Sewer Lines Testing of sanitary sewer lines for watertightness following installation of CIPP shall be televised and dyed water flooded as directed by the Engineer as specified in Section D1 -8. D2 -12 (5) City of Round Rock Sewer System Improvements D. Measurement and Payment 1. CIPP Payment shall be made at the Contract Unit Price as indicated on the Bid Schedule for each individual job number. The price shall be payment in full for providing all materials, labor and equipment to install the lining system, excavation, backfill, surface restoration, temporary surface restoration, testing, final surface and internal television inspection before and after CIPP. 2. Obstruction Excavation Payment shall be made at the Contract Unit Price indicated on the Bid Schedule. Payment shall include excavation, backfill, restoration and up to fifteen (15) linear feet of main line sewer replacement and any related lateral and service connection work. External service reconnection work will not be paid for as an obstruction removal. 3. Service Lateral Reinstatement Payment for intemal and external reinstatement of service laterals shall be made at the Contract Unit Price indicated on the Bid Schedule for each service reinstated. External reinstatement shall include all service laterals to the property line and a service cleanout. Payment shall include material and labor, excavation, backfill and restoration necessary to complete the work. 4. Manhole Connections No contract prices are established for connections at manholes, but shall be considered subsidiary to the cost of the CIPP. 5. Unit price for CIPP shall be eligible for 80 percent payment after repair is made. An additional 20 percent is eligible for payment after testing is complete. END OF SECTION D2 -12 City of Round Rock D2 -12 (6) Sewer System Improvements A. General 1. Scope B. Materials D2 -13 SANITARY SEWER CONSTRUCTION This Section governs all work, materials and testing required for installation of gravity pipelines of the respective types and sizes shown on the Drawings for the particular location and conforming to the requirements of these specifications. All pipelines shall be constructed to proper line and grade as shown on the Drawings and shall result in an unobstructed, smooth and uniform conduit. 2. Description Sanitary sewer construction shall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the Contract Documents. 3. Revisions of Standards When reference is made to a Standard Specification i.e. ASTM, ANSI, AWWA, MCIB, the Specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to Bidders, except as noted on the Drawings or in the Specifications. 1. General This section governs materials required for pipeline construction. a. Requirements Furnish pipe of materials, joint types, sizes, and strength classes indicated and specified. Higher strengths may be furnished at the Contractor's option, at no additional cost to the Owner. b. Manufacturer The manufacturer shall be experienced in the design, manufacture and commercial supplying of the specific material. D2 -13(1) City of Round Rock Sewer System Improvements c. Testing Testing shall be performed by the manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner, Engineer, or an independent testing laboratory. The Contractor shall provide three (3) copies of certified test reports indicating that material does conform to the specifications. d. Handling The manufacturer and contractor shall use equipment and methods adequate to protect the pipe, joint elements and prevent shock contact of adjacent unit during moving or storage. Damaged sections that cause reasonable doubt as to their structural strength or watertightness will be rejected. 2. Pipe, Fittings, Joints, Coatings and Linings a. General Furnish pipe and fittings of materials, joint types, sizes, strength classes, coatings and linings as indicated and specified. Rubber couplings shall be as manufactured by Mission Rubber Co., Femco., or equivalent. Rubber couplings shall be fastened using two type C -305 stainless steel adjustable clamps to provide a leakproof seal. b. SDR 26 Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings shall conform to ASTM D -3034 for pipes 4 inches through 15 inches in diameter. PVC pipes greater than 15 inches in diameter shall conform to ASTM F -679. 1) Furnish maximum pipe lengths normally produced by the manufacturer except for fittings, closures and specials. 2) The pipe shall be made of PVC plastic having a cell classification as required in the reference standard as defined in ASTM D 1784. The resin portion of the copolymer compounds shall contain a minimum of 90 percent vinyl chloride and the compounding ingredients shall not exceed 10 percent by weight. The compounding ingredients may consist of lubricants, stabilizers, non poly (vinyl chloride) resin modifiers, and pigment essential for processing, property control, and coloring. Certification of resin compounding shall be provided by the pipe manufacturer prior to shipment to the job site. One test to verify resin compounding may be required by the Owner or Engineer. The test shall be performed by an independent testing laboratory to which the Owner has no objection and shall be performed City of Round Rock D2 -13(2) Sewer System Improvements on a sample of pipe obtained from the job site. The test shall be performed at no additional cost to the Owner and shall be performed in accordance with ASTM D 817 - Ash Determination for pipe manufactured with primarily noncombustible compounding ingredients. 3) Solid wall pipe shall have an integral wall bell and spigot joint and a minimum wall thickness conforming to SDR 26. Pipe stiffness for pipe 21 inches in diameter or larger shall be 46 psi when tested in accordance with ASTM D -2412. 4) Joints shall conform to ASTM D 3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F 477. Natural rubber gaskets will not be allowed. 5) Fittings defined as tee or wye connections suitable for assembly to four (4) inch or six (6) inch building service lines shall be bell -end with a minimum wall thickness conforming to SDR 26 and shall be furnished by the pipe manufacturer. c. Polyvinyl Chloride (PVC) Plastic Water Pipe The pipe material shall be Polyvinyl Chloride (PVC) meeting the requirements of ASTM D 1784, with a cell classification of 12454 -B. The standard Dimensional Ratio for the pipe will be DR14 (Class 200) conforming to AWWA 900. d. Non - Metallic Water and Sanitary Sewer Pipe Detection 1. The detectable tape shall be "Detect Tape" as manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and the width shall not be less than 2 inches with a medium unit weight of 2 1/2 pounds/1" x 1000'. D2 -13(3) City of Round Rock Sewer System Improvements C. Installation 1. General 2. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legends 2. Site Preparation and Excavation 3. Pipe Embedments City of Round Rock D2 -13(4) Sewer System Improvements Water Safety Precaution Blue Caution Buried Water Line Below Sewer Safety Green Caution Buried Sewer Line Below a. Install pipelines in accordance with the applicable reference standard listed below and as specified herein. 1) ASTM D 2321 - PVC Solid Wall, PVC Composite Wall. 2) AWWA C 600 - Installation of Ductile Iron Water Mains and Appurtenances. a. Site preparation shall be as specified in Section D2 -1. b. Excavation shall be as specified in Section D2 -9. c. All existing lines which are to be abandoned shall be internally inspected to identify locations of all existing service connections. a. Install a minimum of 6 inches of stabilized sand (1 -1 /2 sack) pipe bedding at all locations except where the pipe is encased in concrete. b. Place pipe bedding below and on the sides of the pipe as indicated in the typical trench details on the Drawings. c. Compact bedding and dig bell holes for bell and socket pipe so that the pipe is uniformly supported for its entire length and will be true to line and grade after installation. d. After each pipe has been brought to grade, aligned, and placed in final position, extend the crushed limestone bedding to the pipe spring line. Shovel slice sufficient bedding material under the pipe haunches and on each side of the pipe to hold the pipe in proper position during subsequent pipe jointing, bedding, and backfilling operations. crushed limestone embedment material shall then be added to a compacted depth of twelve (12 ") inches above the top of pipe. e. Place pipe that is to be concrete encased in proper position on temporary supports consisting of wood blocks or bricks with wood wedges. When necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. f. Place concrete for embedment or encasement uniformly on each side of the pipe and deposit at approximately its final position. Do not move concrete more than five (5) feet from its point of placement. 4. Pipe Laying a. Pipe laying shall not proceed if the trench width as measured at the top of pipe exceeds the maximum allowable trench width. If this occurs the Contractor shall provide, to the approval of the Engineer better bedding for the pipe or pipe of sufficient strength to provide safe supporting strength. b. Store and handle pipe and fittings with care to prevent damage thereto. Do not use hooks to transport or handle pipe or fittings. Do not drop pipe or fittings. c. Rejected pipe and fittings shall be marked and removed from the Project Site at no cost to the Owner Examine pipe and fittings for soundness and specification compliance prior to placement in the trench. d. Clean joint contact surfaces prior to jointing. Use lubricants, primers, or adhesives as recommended by the pipe or joint manufacturer. e. Pipe laying normally shall begin at the lowest point. f. Unless otherwise required, lay all pipe straight between manholes. Excavate bell holes for each pipe joint. When jointed, the pipe shall form a true and smooth pipeline. g. Plug pipelines at the end of each day's progress. Utilize plugs or other positive methods of sealing at all times to protect any existing system from entrance of stormwater or other foreign matter. D2 -13(5) City of Round Rock Sewer System Improvements Contractor shall reconnect the existing active service connections and activate the sewer line as directed by the Engineer. 5. Building Service Laterals a. Unless otherwise noted on the plans, all active service connections on sewer segments to be abandoned or removed and replaced shall be connected to the proposed sanitary sewer. Contractor shall be responsible for locating service connections prior to construction. b. Install tee -wye connections as manufactured by MULTI FITTINGS part # 480277 (or approved equal), for pipe sizes 8 through 21 inch diameter. c. Reconnection of building service shall include replacement to property line. Bass & Hays # 404 lateral cleanout (or approved equal) shall be installed at property line. d. Install Building service lines with a straight alignment and at a uniform grade not less than two (2) percent unless otherwise specified. Embedment shall be same as main sewer. When a building service line grade exceeds twenty (20) percent, pipeline anchors shall be installed as required for anchors, with the first anchor not more than twelve (12) nor less than seven (7) feet upstream of the tee -wye. e. Maintain an accurate record for submittal to the Engineer of location, size and direction of each tee, saddle and/or location, size and length of each building service line. Locations shall use the pipeline stationing as shown on the Plans, or the distance from the first downstream manhole. f. Contractor shall verify by testing all service connections to determine if they are active or inactive. Only active services shall be connected to the existing sanitary sewer system. Inactive services shall be plugged with hydraulic cement. In addition, the Contractor shall be responsible for any liability associated with the accidental plugging of active services. g. All service laterals shall be inspected by the Owner's Representative prior to reconnection to the replacement sewers. If the service laterals are found to be -in a deteriorated condition in the opinion of the Owner's Representative, then the Contractor shall replace the service lateral to the property line as directed by the Owner's Representative. h. All service laterals shall be wye connections. 6. Extension of Service Laterals Service laterals which require a connection to the relief /replacement sewer greater than five (5) feet in length, measured horizontally, shall be considered a service lateral extension. The service location for all abandoned, replacement, or relief City of Round Rock D2 -13(6) Sewer System Improvements sewer shall be determined prior to excavation. The extension pipe shall be laid to provide sufficient slope to the new sanitary sewer not less than two (2) percent unless otherwise specified. All building lateral extensions on private property shall be made by a licensed Master plumber. 7. Anchors Anchor pipelines in accordance with the table below: a. Installation PIPELINE ANCHORS Center to Center Percent of Grade Max. Spacing (Feet) 0 -20 Not Required 20 -35 36 35 -50 24 50 16 The anchor shall be made of concrete or other material approved by the Engineer. Concrete anchors shall have a minimum thickness of twelve (12) inches. The anchor shall extend not less than one (1) foot into undisturbed earth on the sides and bottom and one (1) foot above top of pipe. In incompressible material, the above dimensions may be six (6) inches each side and bottom. The anchor shall support a joint fitting. 8. Connection of Pipes of Dissimilar Materials Connect different pipe materials using proprietary transition couplings, that will provide permanent and watertight connections which will withstand the hydrostatic test pressure. Shrink wrap products shall be WRAPID SEALTM Heat Shrinkable system (or approved equal) as manufactured by Canusa Coating Systems and marketed by Public Works Marketing, Inc., P.O. Box 38174, Dallas, Texas 75238 -0174, Phone No. (214)340 -4226 The following steps shall be carried out for installation: 1) Ensure surface to be covered is free of dirt, sharp points, and preheated to remove moisture. D2 -13(7) City of Round Rock Sewer System Improvements 2) Apply the primer over all areas to be covered and jet dry (5 -15 min.). 3) Cut a length of sleeve. Do the same for the joint areas using a 150 mm (6 -inch) wide sleeve. 4) Wrap the sleeve around the flexible coupling. 5) Position the self adhering closure seal at the overlap. 6) Heat the overlap area and pat down with a gloved hand to ensure bonding. 7. Heat the sleeve until the entire sleeve has recovered. 8) Smooth out the wrinkles. 9) Quench with water or allow to cool prior to backfilling for the adhesive to set. b. Acceptance Inspection The following tests shall be carried out: 1) Visual inspection for defects. 2) Measurement of dimensions. 3) Hot tensile strength ( polyolefm backing). 4) Longitudinal and transverse orientation (polyolefin backing). 5) Adhesive softening point (ASTM E28) Application testing. 9. Sewer Pipe and Water Main Separation Sanitary sewers, house sewers or storm drains that are laid in the vicinity of pipe lines designated to carry potable water shall meet the following conditions. a. Parallel Installation - Sewers and Water Mains 1) Normal Conditions - Any sanitary sewer, storm sewer or sewer manhole shall be located at least ten (10) feet in all directions from water mains, whenever possible; the distance shall be measured from edge to edge. City of Round Rock D2 -13(8) Sewer System Improvements 14. Testing 2) Unusual Conditions - Where the ten (10) foot separation cannot be achieved, the vertical separation shall be a minimum of two (2) feet between outside diameters and the horizontal separation shall be a minimum of four (4) feet. The sewer shall be located below the water main and pressure rated (160 psi). b. Crossings - Sewers and Water Mains 1) Normal Conditions - A vertical separation of at least 18 inches shall be maintained between any potable water supply and sanitary sewers. 2) Unusual Conditions - When local conditions prevent a vertical separation as described above, the water main can be relocated. 10. Drainage Course Crossing Pipelines that cross well- defined drainage courses and have less than three (3) feet of cover shall be ductile iron or concrete encased. The length of ductile iron pipe or concrete encasement shall be as indicated, or if not indicated, as specified by the Engineer. 11. Polyethylene Wrapping Polyethylene material for pipe encasement shall meet the requirements of ANSI/AWWA C- 105/A21.5 -82, or latest revision thereof. 12. Non- Metallic Water and Sanitary Sewer Pipe Detection Detectable underground utility waming tapes which can be located from the surface by a pipe detector shall be installed above non - metallic pipe. Installation of detectable tapes shall be per manufacturer's recommendation and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the line. 13. Backfill Backfill trenches as specified in D2 -10. Clay dams or concrete dams (1,500 psi minimum) shall be placed at locations as shown on the Contract Drawings, or as directed by the Engineer. Test new sanitary sewers in accordance with Section D1 -9. Test replacement sewers (where previous cross connections with storm sewers existed) in accordance with Section D1 -8. D2 -13(9) City of Round Rock Sewer System Improvements 15. Bypass Pumping Perform bypass pumping for flow control. No bypassed wastewater shall discharge to natural or manmade drainage structures. 16. Abandonment of Existing Manholes a. Prior to the abandonment of a manhole, Contractor shall verify that no existing services will be affected. b. The top of the manhole shall be lowered to an elevation at least 24 inches below final grade. c. All pipes shall be plugged with hydraulic cement, to a minimum depth of 1 foot. After the cement has set, the manhole shall be filled with thoroughly tamped sand or Class 7 Base. Surface restoration shall be compatible with surrounding surface. d. Frames and covers shall be removed from the site. 17. Pipe Plugging and Sanitary Sewers to be Abandoned a. Prior to the plugging of a sewer segment, Contractor shall verify that no existing services will be affected. b. Physically remove sanitary sewer pipe outside of the manhole for a minimum distance of one foot. c. Fill pipe for a minimum length of one foot with hydraulic cement. Fill void outside of manhole with hydraulic cement, and repair manhole wall. D. Measurement and Payment 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. 1. Sewer Pipe Sewer pipe of the respective type, size, and/or strength including specified pipe embedments (other than concrete), and testing will be paid for at the Contract Unit Price per linear foot of pipeline actually required and installed, measured along the centerline of the pipeline from center of manhole to center of manhole. This item includes costs for labor and materials, dewatering, locating existing services, excavation, existing pipe removal and disposal (for open cut only), furnishing and placing pipe embedment materials, tees, furnishings and placing pipe, fittings and City of Round Rock D2- 13(10) Sewer System Improvements joint material, making connections to pipe of dissimilar materials, making connections to manholes, backfill, disposing of excess excavated material, testing and any resulting repairs and incidental and appurtenant work required to complete the item. 2. Trench Depth Depth categories for payment purposes shall be zero to six feet and four foot increments for pipe depths greater than six feet. Trench depth shall be measured from the surface of the ground to the flow line of the pipe. Exceptions to this section include boring and jacking where no depth categories for payment purposes shall be applicable. 3. Connect Service Laterals Payment for connection of service laterals to the proposed replacement/relief sewer shall be at the Contract Unit Price indicated. Payment shall include 5 linear feet of the service lateral which may be required to connect the service lateral to the proposed replacement/relief sewer and the installation of service lateral cleanout. Payment shall also include trench backfill, restoration (unpaved areas only), concrete cradle, stainless steel bands, flexible couplings, and testing. 4. Extension of Service Laterals Payment for extension of service laterals from the initial four (5) feet of lateral shall be at the Contract Unit Price indicated. Payment shall include the length of service lateral required to extend the service lateral to the proposed replacement/relief sewer, trench backfill, restoration (unpaved areas only) and testing. 5. Installation of Service Lateral Cleanout Payment for installation of service lateral cleanouts shall be at the Contract Unit Price for connecting service laterals. Payment shall include furnishing and installation of the cleanouts as indicated on the drawings. 6. Internal Television Inspection Payment for internal television inspection and cleaning shall be considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected thereby. 7. Concrete Encasement or Cradle of Sewer Pipe Payment for installation of concrete encasement or cradle where indicated on the plans or as directed by the Engineer, shall be considered subsidiary to the pipe installation cost. Payment shall include all labor, materials, and form work necessary to perform the work. D2- 13(11) City of Round Rock Sewer System Improvements 8. Sewer Main Pipe and Water Main Separation When a minimum vertical clearance of three (3) feet cannot be maintained between sanitary sewer main and storm sewer, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and placing pipe embedment material, tees, furnishing and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, backfill, testing and any resulting repairs and incidental and appurtenant work shall be included in the Contract Unit Price for ductile iron pipe. 9. Sewer Main Pipe and Storm Sewer Conflict When conflicts occur between sanitary sewers and storm sewers, the sanitary sewer main shall be ductile iron pipe. Compensation for excavation, furnishing and placing pipe embedment material, tees, furnishing and placing pipe, fittings and joint material, making connections to pipe of dissimilar materials, backfill, testing and any resulting repairs and incidental and appurtenant work shall be included in the Contract Unit Price for ductile iron pipe. 10. Abandon Manhole Abandonment of manholes shall be paid at the Contract Unit Price per each manhole. Payment shall include pipe plugging, and all labor and materials necessary to complete this item. 11. Water Main Relocation Water main relocation shall be paid at the Contract Unit Price for each water main relocation as indicated on the plans. The price shall be payment in full for performing the work as specified. Cost for all material and labor, existing pipe removed and disposed, pipe bedding and backfill material including service connection reinstatement, temporary and final surface restoration shall be included in the Contract Unit Price. 12. Pipe Plugging and Sanitary Sewers to be Abandoned. Pipe plugging and abandoning of sanitary sewers 10 feet or less in length shall be incidental to the Contract. END OF SECTION D2 -13 City of Round Rock D2- 13(12) Sewer System Improvements A. General 1. Description 2. Non - Shrink Grout 3. Flexible Gaskets 4. Bitumastic Gasket Material D2 -14 CONCRETE STRUCTURES This section describes the installation of new cast -in -place concrete manholes, new precast concrete manholes, and other miscellaneous structures. 2. Furnish the labor, materials, equipment, tools, and services required for the installation of the concrete work required on this project. B. Materials 1. Coal -Tar Epoxy Paint Kop Coat " Bitumastic Black Solution," Tnemec, "46 -450 heavy Tnemecol ", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. 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. 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 ASTM C 425 for compression joints. Flexible gaskets shall be A -Lok, Presswedge, or equal. Bitumastic gasket material shall meet or exceed Federal Specification SS- S -210A. The material shall show no signs of deterioration for a period of 30 days when D2 -14(1) City of Round Rock Sewer System Improvements immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135 °F for a period of five days. Bitumastic Gasket Material shall be GS /5 Precast Concrete Sealant or CS -102 Con Seal, EZ -STIK, or equal. Trowelable bitumastic material shall be GS -702 compound or equal. 5. Precast concrete grade adjustment rings 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 must be at least two inches thick. 6. Flattop section shall have a 24 -inch diameter opening and the following minimum thickness: a. 6 -inch in non - traffic areas for 48 -inch diameter manhole. b. 8 -inch in non - traffic areas for 60 -inch diameter manhole or larger. c. 8 -inch in traffic areas /design for H -20 loading. 7. Frames a. Frame material shall be cast iron conforming to ASTM A 48, Class 30 or better. The frame shall exhibit a tensile strength of not less than 30,000 psi. b. Frames for standard manholes shall be Vulcan 1418 -2N or approved equal. c. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 8. Covers shall follow City of Round Rock specifications as shown in detail drawings. a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have pick bars or pick slots and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48, Class 30 or better, for Gray Iron. The cover shall have a tensile strength of 30,000 psi. Manufacturer shall certify that each manhole lid meets HS -20 loading. City of Round Rock D2 -14(2) Sewer System Improvements b. A typical standard manhole cover design shall be Vulcan 1418 -2N with Round Rock City logo or approved equal. c. Covers shall set flush with the rim of the frame and shall have no larger than a 1 /8 -inch gap between the frame and cover. d. Bearing surfaces shall be machine finished. e. Lid weights shall be 210 lbs. for cast iron or 175 lbs. for ductile iron. Weight shall be cast on both top and bottom of lid. f. Lids shall be cast with two 1 -inch diameter steel pick bars. 9. Steps a. Manhole steps will not be required. 10. Epoxy Liner Entire interior of wastewater manholes and underside of flattops to have 5 mil DFT POLIBRID 672 Primer and 75 mil DFT POLIBRID 705 topcoat, or 80 mil coat of "RAVEN" self - priming epoxy coating or an 80 mil coat of "SPRAYWALL ". 11. Cast -In -Place (Monolithic) Concrete Manholes Standard manhole design shall follow the City of Round Rock's standards and is shown in the detail drawings. Shallow manholes shall be constructed as detailed on the Drawings. Sketches of all manholes indicating complete details of the proposed design shall be submitted to the Engineer for review prior to ordering material and/or construction. Cast in place construction will be considered for circular manholes only unless appropriately designed with reinforcing steel. The concrete for circular manholes shall be reinforced with wire mesh conforming with this document. The minimum sidewall thickness shall be 6 inches or one- eighth the inside diameter whichever is greater. The base thickness of manhole below the underside of flow channel shall vary, depending on the diameter, the depth of manhole, whether base is reinforced or not and on the type of joint occurring between base slab and wall. The minimum base thickness shall be 8 inches or 1/8 the manhole diameter plus 1 /30th of the manhole depth, whichever is greater. a. Foundations of manholes for sanitary sewer shall be concrete of a minimum compressive strength of 4000 psi at 28 days. The invert channels shall be smooth, accurately shaped, and in accordance with the plans. The invert of the manholes shall be shaped and smooth so that no projections will exist. Flow channels will be formed in the inverts so that D2 -14(3) City of Round Rock Sewer System Improvements the manhole will be self - cleaning and free of areas where solids may be deposited as sewage flows through the manhole from all inlet pipes to all outlet pipes. Where the pipe can be laid continuously through the manhole, the pipe can be placed in the base. After the construction of the manhole, the pipe can be trimmed by cutting out the top half after the concrete base is constructed and has cured sufficiently. If it is not possible to lay the pipe continuously through the manhole base, the invert may be poured and formed directly in the concrete of the manhole base. The invert floor shall have a minimum slope of 1" per foot unless noted otherwise. The manhole invert shall extend from wall to wall. The minimum thickness for all bases shall eight (8) inches. Reinforce bases with 44 bars at 12 -inch centers each way. Tie and place reinforcing steel above the midpoint. The minimum cover over the reinforcement shall be two (2) inches. When the connecting pipelines are required to have concrete embedment, extend the embedment reinforcing steel not less than twenty (20) bar diameters into the manhole base. b. 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. c. A minimum of six (6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. d. 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. e. Cast -in -place concrete manholes shall have a minimum inside diameter at the base of four (4') 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 six (6 ") inches and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one - quarter ('A") 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 City of Round Rock D2 -14(4) Sewer System Improvements g. 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 removal of the forms, such honeycombing shall be repaired as directed by the Engineer. 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 backfilled 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. f. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, Grade 60, deformed bars. Welded steel wire fabrics for cast -in -place manholes shall conform to ASTM 185. h. 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. 12. Shallow manholes shall be constructed at locations in the sanitary sewer system for depths less than four feet where specifically designated on the Project Plans, or as directed by the Engineer. Shallow manholes shall be constructed rectangular in shape from 4000 psi reinforced concrete formed in place as detailed in the Drawings. 13. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 as specified herein. b. Wall thickness shall be not less than one - twelfth (1/12) of inside diameter or five (5) inches, whichever is greater, to be used when the manhole depth is less than sixteen (16) feet; one - twelfth (1/12) of inside diameter plus one (1) inch or (5) inches, whichever is greater, to be used when manhole depth is sixteen (16) feet or greater. c. Concentric cones shall be utilized when manhole depth exceeds six feet. The clear opening of the cone shall be 30 inches. d. Reinforced concrete flat -top 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. 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. D2 -14(5) City of Round Rock Sewer System Improvements C. Execution e. 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 ASTM C 425 for compression joints. Flexible gaskets shall be A -Lok or equal. f. Preformed and trowelable bitumastic joint sealants shall be Kent -seal, Ram -Nek, EZ -STIK, or equal. The minimum dimension of preformed material shall be one -half (1/2) inch square. g. 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. h. 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. 1. General Install manholes of the respective types at the designated locations with flowlines at elevations shown on the Drawings. 2. Manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 18 inches in diameter. 3. Form inverts with mortar material and steel -trowel to produce a dense, smooth finish and shape to form a "U "- shaped channel approximating the lower one -half (1/2) cross section of the connecting pipelines and extending upward three- fourths (3/4) of the inside pipe diameter in a "U "- shape. 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 two (2) inches from manhole wall to edge of "U" channel with a smooth finish. 4. Pipe Stubs a. Install pipe stubs for future connections at locations, angles, elevations, and of materials as shown on the Drawings. City of Round Rock D2 -14(6) Sewer System Improvements 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. 5. Pipe holes at manholes shall be permanently sealed watertight after installation of the connecting pipelines. 6. Construct connections to existing manholes in conformance with this section. Excavate 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 pipe. 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 invert the entire side where the new pipe enters. Take care to prevent brick or other foreign material from entering the existing downstream sewer. Retrieve such debris. After the new pipe is installed, completely fill and render permanently watertight the void around the new pipe with a grout conforming to the material specifications herein. 7. Manhole Adjustments a. Provide new manholes with a maximum of one (1) foot of adjustment ring(s) underneath the casting. Grade rings shall be wrapped with a heat -shrink thermo - plastic material. b. 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 City's Representative may be used to obtain final surface elevation of the manhole frame. c. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 -inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. d. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one -half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. D2 -14(7) City of Round Rock Sewer System Improvements e. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation directed by the Engineer. 8. Apply two coats of coal -tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. 9. Concrete Collars a. Construct concrete collars at the locations shown on the drawings. b. Concrete collars shall be constructed per the details shown on the drawings. Concrete shall be 3000 psi at 28 days. c. The surface of the concrete collar shall receive a broom finish. d. Curing compound shall be used as recommended by the manufacturer. 10. Testing Test manholes in accordance with Section D1 -7. 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. 11. 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 walers, 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 feet. Leading edges of concrete shall lie within 1/4 -inch as measured from a 10 -ft template. City of Round Rock D2 -14(8) Sewer System Improvements 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. f. 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. 12. 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: Bottom face of slabs Top face of slabs 13. Placing Concrete a. General 1 inch 1 1/2 inches (1) 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. (2) Remove 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 (1) 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 D2 -14(9) City of Round Rock Sewer System Improvements 14. Curing (1) (3) D. Measurement and Payment 1. Standard Manhole City of Round Rock D2- 14(10) Sewer System Improvements 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. (2) 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. 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. (2) Waterproof paper curing. Lay four inches at seams and seal with tape. 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. 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. 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, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, dewatering, concrete base, manhole frame and cover, waterproofing, concrete masonry, reinforced concrete, backfilling, connection of any sewers, conduits, disposal of excess material and restoration. b. Payment for a standard manhole will be in accordance with the contract prices as follows: 2. Shallow Manhole 1) A unit price to cover the construction of one standard manhole of the diameter and type indicated; 0 to 6 feet in depth. 2) A unit price which shall cover the entire cost of each additional foot of vertical manhole depth in excess of 6 feet, measured to the nearest 0.1 foot. Payment for shallow manholes will be made at the contract unit price for each manhole constructed. Such payment and price shall constitute full compensation for all labor, 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, waterproofing, concrete masonry, reinforced concrete, backfilling, replacement of any sewers, conduits, disposal of excess material and restoration. END OF SECTION D2 -14 D2- 14(11) City of Round Rock Sewer System Improvements A. General D2 -15 CLEANING AND TELEVISION INSPECTION OF EXISTING SANITARY SEWERS 1. This section includes specifications for cleaning and closed circuit television inspection and all associated work for the pipe sizes and lengths of sewers encountered. 2. All sewers are to be inspected following cleaning. 3. It is not required that television inspection be provided by the Contractor during the cleaning operation. However, he may do so at his own expense. 4. Contractor's operations are limited to daylight hours on Monday through Friday except holidays unless previously approved by the Engineer. 5. Contractor shall provide traffic control personnel during operations to maintain safety of all personnel and public traffic maintenance. B. Materials 1. General The Contractor shall allow Engineer to become familiar with Contractor's equipment before commencement of work. 2. Cleaning Equipment a. The Contractor shall provide all equipment necessary for proper flushing of the sewers in the sizes indicated prior to television inspection. Hydraulic high pressure cleaning equipment shall be specifically designed and constructed for sewer cleaning. The sewer cleaner shall have a minimum usable water capacity of 600 gallons and a pump capable of delivering at least 30 gallons per minute (gpm) at 1,000 psi. Pressure to the nozzle shall be regulated by a relief valve adjustable from 0 to 1,500 psi minimum The equipment will be subject to approval by the Engineer. b. Satisfactory precautions shall be taken to protect the sewer lines from damage that may result from the improper use of cleaning equipment. D2 -15(1) City of Round Rock Sewer System Improvements 3. Television Equipment C. Execution a. The television camera used for the inspection shall be specifically designed and constructed for such inspection and shall provide a color picture. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe acceptable to the Engineer. The camera shall be operative in 100 percent humidity conditions and shall have a minimum of 600 line resolutions. b. Cassette recording equipment will be required for all videotaping. The video tapes that will be provided to the Engineer shall be VHS format. 1. Cleaning Operation a. Existing flows shall not be interrupted for periods longer than one hour. Sewage diverted during cleaning operations shall be returned to the sanitary system and not discharged into the streams or storm sewer system. Cleaning of these sewers may be by means of hydraulic high pressure jetting or other equipment as needed. b. Arrangements for construction water and meter must be made with the City of Round Rock. c. Cleaning shall be performed immediately before closed circuit television inspection. d. Unless other methods are approved by the Engineer, hydraulic cleaning shall be performed for all sewers to be inspected. e. Remove all sludge, dirt, sand, grease, roots, rocks, gravel, and other material from the pipe during cleaning operations and collect and remove resulting debris from the downstream manhole of the sewer section being cleaned. Passing material from sewer to sewer section will not be permitted. An approved dam or weir shall be constructed in the downstream manhole in such manner that debris and solids will be trapped and retained. 2. Disposal of Debris a. Under no circumstances shall sewage or solids be dumped onto the ground surface, street or into ditches, catch basins or storm drains. City of Round Rock D2 -15(2) Sewer System Improvements b. All solids or semisolids resulting from the operations shall be removed from the site by the Contractor unless authorized or directed otherwise by the Engineer. Trucks hauling solids or semisolids from the site shall be watertight so that no leakage or spillage will occur. 3. Internal Television Inspection a. The inspection shall be done one sewer section at a time. The section being inspected shall be isolated from the remainder of the sewer in a manner approved by the Engineer. Such methods may include plugging or partial plugging of upstream flow, and/or by passing the flow from the section. The Contractor shall be responsible for monitoring the depth of surcharging upstream of any plugs. b. The camera shall be moved through the line in either direction at a uniformly slow rate, stopping at all defects to allow adequate evaluation by Engineer. In addition, the camera shall be stopped at each service connection. c. If progress of the television camera is impeded or stopped by roots in the sewer reach being inspected, the camera shall be withdrawn, at the direction of the Engineer. The camera shall then be reinserted at the other manhole of the sewer reach and the television inspection resumed. d. Other obstructions may be encountered during the course of the internal inspection that prevent the travel of the camera. Should an obstruction not be passable, the Contractor shall withdraw the equipment and report the obstruction to the Engineer so that a repair can be made, and the remainder of the line may be inspected. Cost related to difficulties encountered during internal inspection will not be measured for payment nor constitute additional cost to the Contract Price, but will be considered as incidental to the contract. 4. Viewing Cost for excavation to retrieve cleaning and internal inspection equipment shall be the responsibility of the Contractor. The Owner and Engineer shall not be liable for any costs relative to retrieving the Contractor's equipment from the sanitary sewer system. Exceptions to this section include obstruction excavations which shall be repaired in accordance with Section D2 -11 and paid for at the Contract Unit Price per each as indicated in the Proposal. Telephones, portable radio, CB, walkie talkies, or other electronic means of communication must be set up where voice or manual communication is not feasible. The Contractor shall provide facilities for the purpose of viewing the monitor while the inspection is in progress. D2 -15(3) City of Round Rock Sewer System Improvements 5. Record Logs a. Measurement in the sewer main shall be at the ground level by means of a meter device. Marking on cable or the like which requires interpolation for depth of manhole will not be allowed. Measurement meters shall be accurate to 0.2 feet. A measurement target in front of the television camera shall be used as an exact measurement reference point, and the meter reading shall show this exact location of the measurement reference point. The first feature out of the manhole or cleanout will be measured and used as the initial reference point. b. The Contractor shall furnish all cassette video equipment, cassette video tape film for cassette video tape recording, and equipment. No reel to reel video recording or tapes will be permitted. In the course of inspection, all sewer sections will be videotaped in their entirety. c. Defects shall be described and quantified verbally on the video tapes by the Contractor. Where appropriate, existing landmarks shall be identified. d. The cassette video tapes will be reviewed by the Engineer for focus, lighting, clarity of view, and technical quality. The Contractor shall maintain sharp focus, proper lighting, and clear, distortion -free viewing during the camera operations. The Contractor shall maintain plugging and eliminate steam in the line for the duration of the inspection. Failure to maintain these conditions will result in rejection of the video tape by the Engineer. Any sewer line whose video tape is not acceptable to the Engineer will be retelevised at no expense to the Engineer or Owner. e. Each individual cassette video tape shall be properly labeled by the Contractor prior to submittal to the Engineer. The label shall list the Engineer's sewer line segment number, date, City/Owner, name of Contractor, and tape number. f. Each set -up shall be described visually (by superimposing a descriptive caption on the video tape recording which identifies critical information) and describe audibly on the video tape recording, both at the initiation and at the conclusion of the set -up. The line segment shall be described by the Engineer's segment number which included both basin and manhole numbers. The video counter number shall be voiced on the video tape recording and written on the record logs both at the initiation and conclusion of each set -up. City of Round Rock D2 -15(4) Sewer System Improvements D. Measurement and Payment Payment for cleaning/internal television inspection shall be considered incidental to the associated work task. END OF SECTION D2 -15 D2 -15(5) City of Round Rock Sewer System Improvements A. Gener 1. Description This Clause includes requirements to rehabilitate existing sanitary sewers by pipe bursting. herein called bursting or pipe bursting, which splits the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Quality Assurance D2 -16 PIPE BURSTING a. The Contractor shall be certified by the particular Pipe Bursting Manufacturer that such firm is a licensed installer of their system. b. Polyethylene pipe jointing shall be performed by personnel trained in the use of fusion joint equipment And recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall receive training in the proper methods for handling and installing the polyethylene pipe. Training shall be performed by a qualified representative. 3. Submittals a. Submit the following Contractor's Drawings to the ENGINEER: 1) Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendations for handling, storage, and repair of damaged pipe and fittings. 2) Method of construction and restoration of existing sewer service connections: This shall include: a) Detail drawings and written descriptions of the entire construction procedure to install pip, bypass sewage flow and reconnections to sewer service connections. b) Working drawings for information only showing sewage flow bypass and maintenance of traffic. Dewatering shall be the Contractor's responsibility. D2 -16(1) City of Round Rock Sewer System Improvements 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe installation. 4. Delivery, Storage and Handling a. Transport, handle, and pipe and fittings as recommended by manufacturer. B. Materials b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the City Engineer at the Contractor's expense, before proceeding further. c. Deliver, store and handle other materials as required to prevent damage. ] . Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type III, Class C, category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have a hydrostatic design basis of 1600 psi at 73 f and 800 psi at 140 f. c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework except that obtained from the manufacturer's own production of the same formulation shall be used. City of Round Rock D2 -16(2) Sewer System Improvements 2. Tests d. Pipe supplied under this specification shall have a nominal IPS (Iron Pipe Size) outside diameter. The Standard Dimension Ratio (SDR) and minimum pressure rating of the pipe shall be SDR 17 - 100 psi. Pipe with a lower SDR ratio and higher pressure rating may be used in lieu of the minimum specified. e. Where sewer does not meet 10 foot separation with waterline, SDR 11 -160 psi high pressure pipe shall be used. The Contractor shall be required to send submittals to the Engineer on the production material. a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837 and validated in accordance with the latest revision of PPI TR -3. b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. Sewer Service Connections 1. Sewer service connections shall be connected to the new pipe by fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. a. Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be Strap -on- Saddle Type as manufactured by Drisco pipe or Tapping Saddle manufactured by DuPont, or approved equal. HDPE branch saddles may be fused onto the outside diameter of the installed HDPE pipe. This may be done with a commercially available sidewall fusion machine or installed with "Unicore" HDPE splice under the base of the saddle and heated to the pipe outside diameter. D2 -16(3) City of Round Rock Sewer System Improvements b. Connections to existing sewer service pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Femco Joint Sealer Co., DFW Plastics, Inc. or approved equal. c. The Contractor shall upon request permit the Engineer to take elevations on both the existing and new portions of the service connection to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral pipe shall be reconnected as directed by the Engineer. d. Service interruptions to homes shall not exceed 4 hours. D. Preparation 1. Bypassing Sewage a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging an existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. 2. Television Inspection If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for television inspection of sanitary sewers. City of Round Rock D2 -16(4) Sewer System Improvements E. Pipe Bursting and Pipe Installation 1. Site Organization a. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. b. Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Silencers or other devices shall be provided to reduce machine noise at the request of the Engineer. 2. New Pipe Installation a. Winch cable, chain or threaded steel pipe ad associated lines shall be threaded through sewer section to be rehabilitated. Lines shall be kept away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Manhole inverts and bottoms may be removed as required. The threaded winch chain, cable or threaded steel pipe shall be attached to the cutter and machine head, and tension applied. New pipe shall be installed by pulling the cutter and head forward, along with the attached pipe, in a continuous fashion until the receiving pit is reached. 3. Anchoring New Pipe and Sealing Manholes a. After the new pipe has been installed in the entire length of the sewer section, the pipe shall be anchored at manholes. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. A flexible gasket connector shall be provided in the manhole wall at the end of the new pipe, centered in the existing manhole wall. The flexible connector shall be grouted in the manhole, filling all voids the full thickness of the manhole wall. c. Manhole bottoms and inverts shall be restored after the new pipe is sealed. 4. Field Testing a. Final Post Television Inspection of New Pipe 1) After the existing sewer is completely replaced, internally inspect with television camera and video tape as required. The finished pipe shall be continuous over the entire length of the sewer between two manholes and be free from visual defects. D2 -16(5) City of Round Rock Sewer System Improvements F. Measurement and Payment 1. Pipe Installation 2) Defects which may affect the integrity or strength of the pipe in the opinion of the Engineer shall be repaired or the pipe replaced at the Contractor's expense. a. Pipe installation will be measured for payment by the linear foot of the pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. END OF SECTION D2 -16 City of Round Rock D2 -16(6) Sewer System Improvements A. General 1. Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications. B. Materials D2 -17 RESTORATION a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior rights (i.e. utility easement, sewer easement) and /or has obtained rights -of -way, licenses and /or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. c. Restore public property with strict adherence to the requirements of the public body having jurisdiction therein. d. No restoration shall occur until testing is complete and accepted by the Owner's Representative. e. Complete fmal surface restoration within three weeks of the sewer installation or repair or as directed by the Owner's Representative. 2. Reference Standards Surface restoration including pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Texas Department of Transportation Standard Specifications (1993 Edition), NCTCOG Specifications (latest edition), and these Specifications. 1. Topsoil a. Topsoil shall be free from large roots, sticks, weeds, brush, stones or other litter and waste products. A minimum of 4 inches compacted depth of topsoil shall be used. D2 -17(1) City of Round Rock Sewer System Improvements 3. Sod 4. Seed b. The soil texture shall be classified as loam or sandy loam according to the following criteria: Sand (2.0 to 0.05 mm diameter) (No. 10 sieve) Silt (0.05 to 0.002 mm diameter) (No. 270 sieve) Clay (smaller than 0.002 mm diameter) (Hydrometer analysis) Loam Sandy Loam 25 -50% 45 -85% 30 -50% Less than 50% 5 -25% Less than 20% c. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 10 and No. 270 sieves and a hydrometer analysis. 2. Fertilizer Fertilizer shall be a standard commercial 16 -8 -8, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1 -1/2 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completing of placing and protect against exposure to the sun, wind, freezing during transportation to the site, and during storage prior to placing. Grass seed shall be fresh and shall match existing grass in the area of excavation. City of Round Rock D2 -17(2) Sewer System Improvements 5. Portland Cement Concrete 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. 6. Curing Compound Commercial grade conforming to ASTM C 309, Type I. 7. Reinforcing Steel Conform to ASTM A 615, Grade 40. 8. Asphalt Cement Asphalt cement for binder shall be AC 85 -100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 9. Prime Coat Asphalt to be used for a prime coat shall be asphalt emulsion Type RS -2, CRS -2, or liquid asphalt MC -70, MC -250, or RC -250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. 10. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 11. Asphalt Concrete Asphalt concrete for paving the designated area shall be Type D hot mix and all materials shall conform to the requirements of Item 2.4.13 of the NCTCOG Standard Specifications, latest edition. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. D2 -17(3) City of Round Rock Sewer System Improvements C. Execution 1. Cleanup 3. Sod Upon completion of installation and backfill operations, clean and dress up the work area as follows. a. Remove construction debris and litter from the site. b. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. c. Remove tools, equipment and construction materials except for designated storage areas. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide drainage wash checks necessary to prevent soils from being washed downstream. e. Machine or hand grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. f. Restore all street signs and mail boxes. g. Maintain adequate safety signs, barricades and lights until final restoration of work area is completed. 2. Finish Grading Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four -inch depth of topsoil. a. Restore grassed areas disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the Spring and six weeks prior to the average date for the first freeze in the Fall according to the Texas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owner's Representative in writing. Place sod at any time during this period except when the temperature is over 90 degrees Fahrenheit, drought conditions exist or the sod or ground surface is frozen. City of Round Rock D2 -17(4) Sewer System Improvements Cut sod as thick as possible to aid the sod in taking root at the earliest possible date. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. d. Provide sufficient water to prevent the sod from drying out. e. Existing sod which was salvaged during construction may be reused at the contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. 4. Seeding a. The areas to be restored by seeding shall be only as directed by Engineer. Seed bed preparation shall not be started until all stones, boulders, and debris larger that 3 inches in diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 inches with a disk or other method approved by the Engineer, reducing all soil particles to a size not larger than 2 inches in diameter. The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sown until the seed bed has been approved by the Engineer. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Mechanically apply grass seed. d. Do not seed during high winds or when the seed bed is too wet for working. Within 12 hours lightly rake seeded areas and roll with a 200 pound roller. After raking and rolling, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. D2 -17(5) City of Round Rock Sewer System Improvements e. In lieu of mechanical application of seed, hydraulic application may be used. The seed slurry shall be constantly agitated until pumped from the tanks. The seed shall not be allowed to set in water more than four hours before application. f. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings performed a minimum of one week apart. g. Reseed areas where the grass did not take. 5. Tree, Bush, and Hedge Transplanting and Replacement a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owner's Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. c. Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. d. Set trees at a depth slightly below finished grade, half -fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a well -rotted mulch. e. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one -third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. f. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. City of Round Rock D2 -17(6) Sewer System Improvements g. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2 -inch by 3 -inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and on the south side of the tree, and 12 inches to 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 6. Restoration of Pavement Surfaces a. General 1) Restore (unless otherwise specified or ordered by the Owner's Representative) permanent type pavements, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal in appearance and quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Sawcut existing paved surfaces to provide a straight joint between the existing and new surface. Sawcutting shall be full depth and square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. b. Concrete Sidewalks 1) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. D2 -17(7) City of Round Rock Sewer System Improvements 2) Sidewalk replacement shall be constructed according to the Sidewalk Replacement Detail Drawing in the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (NCTOG). c. Concrete Curb and Gutter Curb and Gutter dimensions shall be constructed per City of Round Rock Standards and Details. d. Concrete Driveway Approaches Concrete driveway approaches shall be replaced per City of Round Rock Standards and Details. e. Concrete Driveways Replace concrete driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 6 inches. f. Bituminous Concrete Driveway g. Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt Concrete Pavement Replacement for Pipe Trenches. Tack Coat Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Standard Specifications for Public Works Construction, North Central Texas Council of Governments (NCTOG). h. Prime Coat The prime coat shall be applied to the leveling course in accordance with Section 403 of the referenced specification at the rate of 0.20 to 0.30- gallon per square yard of surface area. The exact amount is to be determined by the Engineer. i. Construction Of Asphalt Concrete Pavement Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3- inches. The method of proportioning, mixing, transporting, City of Round Rock D2 -17(8) Sewer System Improvements J• laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of NCTOG Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density specified in the referenced Standard Specification. The grade, line, and cross section of the fmished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. Asphalt Highway Repair Asphalt Highway Repair shall be in accordance with the Texas Department of Transportation Standard Specifications for Highway Construction. k. Concrete Highway Repair Concrete Highway repair shall be in accordance with the Texas Department of Transportation Standard Specifications for Highway Construction. 1. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. m. Concrete Pavement Pavement replacement shall be the same thickness as that removed, except that in no instance shall it be less than a minimum of 6- inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. D2 -17(9) City of Round Rock Sewer System Improvements Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Texas Department of Transportation Standard Specifications for Highway Construction. n. Gravel Surfacing D. Measurement and Payment Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock, gravel surfacing material, as specified herein, on streets, driveways, parking areas, street shoulders, and other graveled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to the existing grades and surfaces. 1. Separate measurement and payment will only be made for restoration work associated with sewer construction as specified. Payment for restoration associated with other work items, including but not limited to, manhole rehabilitation, point repairs and cross connections shall be included in the unit price for the applicable work item. 2. The length of removal and replacement of pavements, driveways, and sidewalks, crossed by conduits shall be measured along the center line of the pipe line, including manholes, over which removal and replacement was made. Additional widths necessary at manholes and special structures shall not be measured. The cost of such additional removal and replacement shall be included in the unit price bid for manholes and special structures. 3. Payment quantities for sod, sidewalk, driveways, pavement, curb and curb and gutter removal and replacement, where such items are parallel or approximately parallel to the proposed pipe line, shall be included only when the edge of these items are within the maximum trench width as given in the trench width table (See construction plan details) plus one foot on each side of the trench. Where the items are at a greater distance from the trench, any damage shall be replaced at the Contractor's expense. Where sidewalk parallel to a proposed pipe line is to be removed and replaced, the Engineer shall determine the extent of such removal and replacement. The Contractor may elect to construct the conduit in a tunnel with a review of the Engineer. In such an event, he shall be compensated by payment of the amounts of driveways, sidewalks, or curbs and gutters which would have been measured for payment had open cut methods been employed. 4. The contract unit price for the surface restoration items shall be considered payment in full for furnishing all labor, equipment, materials, and supervision to remove and reconstruct the respective surfaces in the manner specified. City of Round Rock D2- 17(10) Sewer System Improvements 5. If restoration work is not completed, on work other than relief sewer restoration work where separate payment for restoration has been established, then 30 percent of the Contract Price will not be eligible for payment. END OF SECTION D2 -17 D2- 17(11) City of Round Rock Sewer System Improvements A. General 1. Description B. Materials D2 -18 TREE PROTECTION AND PRUNING This work shall consist of furnishing, installing, and maintaining tree protection for trees designated and approved by the engineer to be protected from construction activities. 2. No trees or cultured plants shall be cut, trimmed or removed unless clearly shown on the plans or marked by the Engineer. All trees and other vegetation which are so marked and must be removed to perform the work, shall be removed and disposed of by the Contractor. No on -site burning shall be permitted. 3. All protection of trees, trimming, root cutting, and repair of trees and plants shall be performed by qualified nurserymen or horticulturist . 4. All trees shown on these plans to be retained shall be protected during all phases of demolition/construction with temporary fencing. 5. Tree protection fences shall be installed prior to the commencement of any site preparation work. 6. The Contractor shall not be required to replace trees within existing easements except as noted on plans. All reasonable effort will be made to save existing trees in accordance with Section D2 -18. 1. Tree Protection Fencing a. Fencing Post: Fencing posts shall be standard 6' -0" metal T -Post. b. Fencing: Fencing shall be standard plastic safety fencing "orange" in color. D2 -18(1) City of Round Rock Sewer System Improvements C. Execution 1. Assembly Fencing posts shall be installed at 6' -0" on center. Safety fencing shall be installed and fastened securely to the T -Post with steel tie -wire and/or plastic tie - wraps. 2. Tree protection fencing shall be installed 5' -0" outside the drip line of the tree. See details in plans. D. Measurement and Payment 1. The quantity to be paid for tree protection and pruning shall be the lump sum price per the bid proposal. The lump sum price for tree protection & pruning shall include all labor, equipment, materials, and other appurtenances for the complete protection of all trees as designated by the Engineer as shown on both plans and/or as directed by the Engineer. 2. The unit price for the protection & pruning of trees shall be eligible for 80 percent of the bid price after the construction of work in the area where protection was required and 20 percent is eligible after final acceptance of the work in the area where the protection was required. City of Round Rock Sewer System Improvements END OF SECTION D2 -18 D2 -18(2) A. Description Clearing and grubbing shall consist of the removal and disposal of trees, stumps, brush, roots, vegetation, logs, rubbish and other objectionable matter from the designated area. B. Construction Methods 1. The designated area shall be cleared of all trees, brush, shrubbery, plants, etc., not designated by the Owner or indicated on the plans to be preserved. Trees and brush designated to be left in place shall be carefully trimmed as directed and shall be protected from scarring, barking or other injuries during construction operations. Pruned limbs over 2 in. (50 mm) in diameter shall be treated by painting the exposed ends with an approved asphaltic material. Unless otherwise indicated on the plans, trees and stumps shall be cut off or otherwise removed as close to the natural ground as practicable on areas which are to be covered by at least 3 ft. (1 m) of embankment. On areas required for borrow sites and material, sources, stumps, roots, etc., shall be removed to the complete extent necessary to prevent such objectionable matter being mixed with the material to be used in construction. 2. All cleared and grubbed material shall be disposed of by the Contractor. Unless otherwise provided, all merchantable timber removed as previously specified shall become the property of the Contractor. It is the intent of this specification to provide for the removal and disposal of all obstructions and objectionable materials not specifically provided for elsewhere by the plans and specifications. C. Measurement and Payment D2 -19 CLEARING AND GRUBBING Clearing and grubbing shall be measured for payment by lump sum. Measurement for payment shall be made only on areas indicated and classified on plans as clearing and grubbing. Clearing and grubbing shall be paid for at the contract lump sum price, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing all material, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the plans and these specifications. When not listed as a separate contract pay item, clearing and grubbing shall be considered as incidental work, and the cost thereof shall be included in such contract pay items as are provided for in the proposal contract. END OF SECTION D2 -19 D2 -19(1) City of Round Rock Sewer System Improvements MANHOLE REHABILITATION SCHEDULE SECTION E ROUND ROCK, TEXAS 2001 MANHOLE REHABILITATION SCHEDULE BASINS BC21, CC35, AND 0C24 JOB NO. BASIN - MANHOLE NUMBER LOCATION WORK ITEMS SURF TYPE WALL CONST MANHOLE DEPTH (FT) 1 2 3 4 5 6 7 8 1 BC21- 1 612 PELAN AVE C NP (4) B 5.9 2 BC21- 2 PECAN AVE C P (1) B 20.2 3 BC21- 3 608 SPRING ST C P (1) B 13.7 4 BC21. 4 407 SPRING ST C P (1) B 14.0 5 BC21- 5A 409 MILAM AVE C P (1) B 9.5 6 BC21- 6 605 N LEWIS ST C P (1) CO 7 BC21 7 MILAM AV SHEPPARD ST C P (1) B 7.3 8 BC21- 8 210 FANNIN AVE C P (1) B 52 9 BC21- 11 410 LAMPASSES ST C P (1) B 4.4 10 BC21- 15 307 N LEWIS ST C P (1) B 12.9 11 BC21- 16 305 N LEWIS ST C P (1) 5 14,6 12 BC21- 18 300 ANDERSON AVE C P(1) 9 8.4 13 BC21. 20B ANDERSON AVE X P (6) C 9.0 14 BC21- 20D 100 AUSTIN AVE X P(1) C 6.5 15 BC21- 23 ANDERSON AVE C P (1) H 14.0 16 BC21- 23A 305 W ANDERSON AVE X P (1) C 13.9 17 BC21- 24 401 ANDERSON AVE C P (1) B 13.0 18 BC21- 25 100 ANDERSON AVE C P (1) B 8.9 19 BC21- 26 LEE ST C P (1) B 6.2 20 BC21. 28 302 BROWN ST c P (1) CO 3.1 21 BC21- 31 404 WAUSTIN AVE C P (1) F -B 4,2 22 BC21- 32 500 ROUND ROCK AVE X P(1) C 4.8 23 BC21. 33 410 W LIBERTY AVE C P(1) B 5.8 24 BC21- 34 402 W LIBERTY AVE C P(1) B 5.4 25 BC21- 36 410 W MAIN ST C NP(5) F -B 3.1 26 BC21- 39 110 HARRIS ST C P(1) F -B 3.2 27 8C21. 40 BROWN ST C P(1) B 9.4 28 BC21- 41 200 BROWN ST C P(1) B 6.2 29 BC21- 42B 208 BLAIR ST X P(1) F -B 3.4 30 13C21- 43 105 S BLAIR ST C P(1) B 5.4 31 BC21- 47 BLAIR ST X X P(7) N 4.4 32 BC21- 50 BAGDAD AVE C NP(11) 13 11.6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SIIRFACF TVPF P - PAVED (See Surface Code) NP - NON -PAVED (See Surface Code) NP -NOT POIIND (Field Verify) WAIL, CONSTRUCTION B - BRICK/BLOCK C- CONCRETE PRECAST /POURED PG - FIBERGLASS P - FLATTOP N - NONE CO - CLEANOUT WORK TTF.M PRSCRIPTION HID ITFMWS) 1 REPLACE MANHOLE FRAME/COVER PER 1)2-2 32 2 SEAL FRAME & GRADE ADJUSTMENT PER D2 -3 & 1)2-4 33, 34, 35 3 COAT MANHOLE INTERIOR WITH EPDXY COATING 37 (COMPLETE (C) OR PARTIAL (P = #VF) PER D2 -8A 4 GROUT MANHOLE WALLS (COMPLETE (C) OR PARTIAL (P =MVP) PER D2 -7 36 5 COMPLETE (C) OR PARTIAL (P =MVP) REPLACEMENT PER D2-5 11, 12, 13, 14. 40 6 REPLACE BENCH AND TROUGH PER D2 -6 7 INSTALL BOLTS /GASKET FOR BOLTDOWN COVERS PER 1)2 -2 41 GROUT PIPE SEALS, LOWER 18. OP MANHOLE 38 INCLUDING BENCH AND TROUGH PER D2 -7 Page 1 SURFACF. CODF 1 - STREET 7 - PARKING LOT/DRIVEWAY 2- INTERSECTION 8- BACKYARD /FRONT YARD 3 - HIGHWAY 4- STRUCTURE 5 - ALLEY 6 - SIDEWALK 9 - DTfcH /CREEK 10 - CURB /GUTTER 11 - EASEMENT 12- PRIVATE RESIDENCE ROUND ROCK, TEXAS 2001 MANHOLE REHABILITATION SCHEDULE BASINS BC21, CC35, AND 0C24 m BASIN - MANHOLE NUMBER LOCATION WORK ITEMS SURF TYPE WALL CONST MANHOLE DEPTH (FT) 1 2 3 4 5 6 7 8 33 BC21- 55 BURNET ST C P(1) F -B 3.5 34 BC21- 55A EBAGDAD AVE C P(1) F -B 3.8 35 BC21- 57 301 EMAIN AVE C P(1) F -B 3.2 36 BC21- 59A 105 SHEPPARD ST C 8(1) F -B 4.3 37 BC21- 62 104 LAMPASS ST X P(1) F -B 4.5 38 BC21- 65 102 N MAYS ST C NP(11) CO 47 39 BC21- 65A 102 N MAYS ST C NP(11) CO 5.5 40 BC21- 67A 209 ROUND ROCK AVE C NP(8) CO 41 BC21- 72 205 N MAYS ST C NP(5) CO 42 BC21- 74 601 E MAIN AVE C P(8) F -B 6.8 43 BC21- 75 600 E LIBERTY AVE C P(1) F -B 3.3 44 BC21- 76 701 E MAIN AVE C P(1) F -B 5.7 45 CC35- 1A SUNRISE RD X NP(10) C 7.9 46 CC35- 2 SUNRISE RD X P =3 P =2 X X P(1) C 6.3 47 CC35- 4 906 COUNTRY AIRE DR X P =3 P =2 NP(11) C 7.2 48 CC35- 5 806 COUNTRY AIRE DR P =3 P =2 P(7) C 6.3 49 CC35- 7 800 COUNTRY AIRE DR P =3 P =2 NP(11) C 6.4 50 CC35- 8 2303 MESA PARK DR X P =3 P =2 NP(11) C 6.5 51 CC35- 13 2294 MISTY MORNING WAY X P =3 P =2 NP(11) C 5.9 52 CC35- 15 SUNRISE RD X P =3 P =2 X P(1) C 5.8 53 CC35- 15A SUNRISE RD X P =3 P =2 X P(1) C 6.8 54 CC35- 18 1112 WOODLIFE TRL X X P =3 P =2 NP(11) C 5.8 55 CC35- 17 1010 WOODLIFE TRL X X P=3 P =2 NP(11) C 5.8 56 CC35- 18 908 WOODLIFE TRL X X P =3 P =2 NP(11) C 5.6 57 CC35- 19 902 WOODLIFE TRL X X P =3 P =2 NP(11) C 5.5 58 CC35- 20 SUNRISE RD X P =3 P =2 P(1) C 5.9 59 CC35- 22 MEADOW BROOK DR C P(1) CO 60 CC35- 23 2104 WHISPERING DR X P(1) C 6.2 61 CC35- 24 2100 WHISPERING DR C P(1) CO 62 CC35- 25 2100 MEADOW BROOK DR X P(1) C 6.3 63 CC35- 26 2205 MEADOW BROOK DR C P(1) CO 64 CC35- 27 SUNRISE RD X X P =3 P =2 P(1) C 9.0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SURFACE TYPF P - PAVED (See Surface Code) NP - NON -PAVED (See Surface Code) NF- NOT FOUND (Field Verify) WATT CONSTRUCTION B - BRICK/BLOCK C- CONCRETE PRECAST /POURED FG - FIBERGLASS F - FLATTOP N - NONE CO - CLEANOUT WORK ITEM HESCRTPTION Sm ITRM(S) 1 REPLACE MANHOLE FRAME/COVER PER D2 -2 32 2 SEAL FRAME & GRADE ADJUSTMENT PER D2 -3 & 132-4 33, 34, 35 3 COAT MANHOLE INTERIOR WITH EPDXY COATING 37 (COMPLETE (C) OR PARTIAL (P =NVP) PER D2 -8A 4 GROUT MANHOLE WALLS (COMPLETE (C) OR PARTIAL (P =NVF) PER D2•7 36 5 COMPLETE (C) OR PARTIAL (P =WE) REPLACEMENT PER D2 -5 11, 12. 13, 14, 40 6 REPLACE BENCH AND TROUGH PER D2 -6 - 7 INSTALL BOLTS /GASKET FOR BOLTDOWN COVERS PER D2 -2 41 8 GROUT PIPE SEALS, LOWER 18" OF MANHOLE 38 INCLUDING BENCH AND TROUGH PER D2-7 Page 2 1 - STREET 2 - INTERSECTION 3- HIGHWAY 4- STRUCTURE 5 - ALLEY 6 - SIDEWALK STIRFACF CODF. 7 • PARKING LOT /DRIVEWAY 8 - BACKYARD/FRONT YARD 9 -DITCH /CREEK 10 - CURB /GUTTER 11 - EASEMENT 12 - PRIVATE RESIDENCE ROUND ROCK, TEXAS 2001 MANHOLE REHABILITATION SCHEDULE BASINS 8C21, CC35, AND 0C24 JOB NO. BASIN - MANHOLE NUMBER LOCATION WORK ITEMS SURF TYPE WALL CONST MANHOLE DEPTH (FT) 1 2 3 4 5 6 7 8 85 CC35- 28 2208 SPRING BREEZE DR X P(1) C 4.8 66 CC35- 29 2108 SPRING BREEZE DR X P =3 P =2 P(1) C 7.7 67 CC35- 30 1105 MORNING DEW CV C P(1) CO 68 CC35- 32 2101 SPRING BREEZE DR C P(1) CO 69 CC35- 33 2012 MEADOW BROOK DR X P(1) C 4.0 70 0C24- 4 1700 EGGER AVE X P(1) C 6.0 71 0C24. 6 508 VIRGINIA DR X X NP(8) C 10.1 72 0C24- 7 510 DENNIS DR X P(1) C 6.4 73 0C24- 10 ROBB LN X X P(1) C 7.0 74 0C24- 11 ROBB LN X P =3 P =2 P(1) C 6.3 75 0C24- 12 507 DENNIS DR P =3 P =2 P(1) C 6.1 78 0C24- 15 1606 ROBB LN X X P(1) C 5.3 77 0C24- 16 506 SARA DR X P(1) C 5.8 76 0C24- 17 1601 EGGER AVE X X P(1) C 5.8 79 0C24- 20 515 HEATHER DR X P(1) C 6.2 80 0C24- 21 1809 ROBB LN X P(10) C 5.7 81 0C24- 22 1504 ROBB LN P =3 P =2 X NP(9) C 9.3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SURFACE TYPE, P- PAVED (See Surface Code) NP - NON -PAVED (See Surface Code) NF- NOT FOUND (Field Ve ify) WATT, CONSTRUCTION B - BRICK/BLOCK C- CONCRETE PRECAST /POURED F0- FIBERGLASS F - FLATTOP N -NONE CO - CLEANOUT WORK TTEM DESCRIPTION BTD 1TFM(S). 1 REPLACE MANHOLE FRAME /COVER PER 112 -2 32 2 SEAL FRAME & GRADE ADJUSTMENT PER 02.3 & D2-4 33, 34, 35 3 COAT MANHOLE INTERIOR WITH EPDXY COATING 37 (COMPLETE (C) OR PARTIAL (P =MVF) PER 112 -8A 4 GROUT MANHOLE WALLS (COMPLETE (C) OR PARTIAL (P = /VP) PER D2 -7 36 5 COMPLETE (C) OR PARTIAL (P./NE) REPLACEMENT PER D2 -5 11, 12, 13, 14, 40 6 REPLACE BENCH AND TROUGH PER D2 -6 7 INSTALL BOLTS /GASKET FOR BOLTDOWN COVERS PER 112 -2 41 8 GROUT PIPE SEALS, LOWER I8" OF MANHOLE 38 INCLUDING BENCH AND TROUGH PER 132.7 Page 3 1 - STREET 2 - INTERSECTION 3 - HIGHWAY 4 - STRUCTURE 5 - ALLEY 6 - SIDEWALK STIRFACF CODF, 7 - PARKING LOT /DRIVEWAY 8 - BACKYARD /FRONT YARD 9 - DITCH/CREEK 10 - CURB /GUTTER 11 - EASEMENT 12 - PRIVATE RESIDENCE MANHOLE REHABILITATION DETAILS SECTION F SECTION F - MANHOLE REHABILITATION DETAILS (ALSO, SHEETS 25 AND 26 OF CONSTRUCTION PLANS) INDEX MR 1. SEALING PROCEDURE MR 2. TYPICAL CORBEL GROUTING MR 3. TYPICAL MANHOLE WALL GROUTING MR 4. TYPICAL PIPE SEAL GROUTING MR 5. TYPICAL BENCHITROUGH GROUTING MR 6. MANHOLE INTERIOR COATING MR 7. BENCH 8E TROUGH REPLACEMENT MR 8. MANHOLE RESTORATION MR 9. TYPICAL PRE -CAST SHALLOW MANHOLE DETAIL IIIMMM IMO 1=11=I= MN MEM= =11 TROWELABLE BITUMASTIC GASKET MATERIAL GS -702 OR EQUAL (NON -PAVED AREAS) GRADE RINGS SHALL BE WRAPPED WITH A HEAT — SHRINK THERMO— PLASTIC MATERIAL POLYETHYLENE SHEET (NON —PAVED AREAS) SEALING PROCEDURE N.T.S. SET MANHOLE RIMS V TO 1" HIGHER THAN SURROUNDING AREA IN NON —PAVED AREAS AND Ise' BELOW FINISHED GRADE IN PAVED AREAS. FOR RIM AND FRAME MATERIAL. SEE SPECIFICATION D2 -2. PRECAST GRADE ADJUSTMENTS CONFORMING TO ASTM C -478 (2 MINIMUM /4 MAXIMUM) 2 ROWS OF BITUMINOUS GASKET MATERIAL CONCRETE BONDING AGENT AND QUICK SETTING HYDRAULIC CEMENT TO PROVIDE SMOOTH WORKING SURFACE OE51CN6NC 0M'NMrc CNECNEMR] COIMENT5 SEALING PROCEDURE ip.EU av No1 .1657W .7 DATE CITY OF ROUND ROCK. TEXAS ENCEEERMO OCPMTNEN 3001 WASTEWATER COLLECTION ILITATION PNOJICT RA GROW, INC. 12160 ]E. IS R020.5274 ]a 1151 MI OM • I= - - - -- MOM= MN OM - MI- MN MO SEAL LIFTING HOLE WITH HYDRAULIC CEMENT STEP SEAL TYPICAL CORBEL GROUTING N.T.S. SECTIONAL ELEVATION TYPICAL INJECTION HOLE FOR GROUTING PROBE PLACED IN OR NEAR DEFECT. SEE SPECIFICATIONS FOR LOCATIONS AND SPACING OF INJECTION HOLES. CRACKED CORBEL CORBEL TO WALL JOINT CITY OF ROUND ROCK, TEXAS EN0IEERMG I PMLTNENT 2001 WASTEWATER COLLECTION ILITATION PROJECT DE9CN_KNC O6AND ELN CICCKED. PLE C0a€NTS BY DATE CORBEL GROUTING RJN GROUP. NC. 0M 206 DALLAS. RUM. 9,00 MTEO I 7 b� hN� iE�69T MR2 WALL SECTION SEAL (FOR GROUTING. SEE SPECIFICATION D2-7) SECTIONAL ELEVATION TYPICAL MANHOLE WALL GROUTING N.T.S. CORBEL TO WALL JOINT SEAL LIFTING HOLE WITH HYDRAULIC CEMENT CRACKED WALL TYPICAL INJECTION HOLE FOR GROUTING PROBE PLACED IN OR NEAR DEFECT. SEE SPECIFICATIONS FOR LOCATIONS AND SPACING OF -----INJECTION HOLES. RED. CITY OF ROUND ROCK, TEXAS 3001 WASTEWATER COLLECTION SSSSSS REHABILITATION SSSSS CT MANHOLE WALL GROUTING lug �� Kri By DATE � GROUP, ME. MR3 •• M - - - - •• MI MN MO MI MO MO NM NM TYPICAL DETAIL SHOWING LOCATION FOR GROUTING PROBE PLACED IN OR NEAR DEFECT SECTIONAL ELEVATION NOTE: TYPICAL PIPE SEAL GROUTING N.T.S. PIPE SEAL GROUTING SHALL ALSO INCLUDE GROUTING THE BENCH AND TROUGH AND THE LOWER 18 INCHES OF THE MANHOLE. CITY OF ROUND ROCK. TEXAS ENGNEERNG DEPMlTNENT E001 WASTEWATER COLLECTION OTOTEN NENAmLITATION OOOJECT tti OERW. 0*0 ORAN 0 EEN CNECNEO: R2 OOUEN75 BY O0IE PIPE SEAL GROUTING RJN GROUP. NC. RN IH 1.26 0020.5031 ] motto MOS MU ler ml MOM W4 • MI MI • -- MN I MI MO NM • NM MI = MI MI NW NM A V I I TYPICAL DETAIL SHOWING LOCATION FOR GROUTING PROBE PLACED IN OR NEAR DEFECT I I 00° SECTIONAL ELEVATION TYPICAL BENCH / TROUGH GROUTING N. T. S. REV. CWENTS BY DATE CITY OF ROUND ROCK, TEXAS ENCMEERMC BEPORI CNT 1001 WASTEWATER COLLECTION •TOTEM REHABILITATION OOOJECT BENCH / TROUGH GROUTING DESIGN. .PC ORAMU ELR 0CO2ES 0.S PA CROUP, INC. 51160 0BN 0.0. 0 STN F TFED 16169700 MR5 I OM • OM NM MI I• • NE OM OM • UM MN NM MINN— OM w co a NOTE:COAT INTERIOR FROM BOTTOM OF FRAME. DOWN TO TROUGH. FOR COATING REOUIREMENTS.SEE SPECIFICATION D2 -8A. PRECAST OR POUREO CAST IRON MANHOLE FRAME AND COVER REPAIR UNEVEN SURFACES WITH SPECIALTY CEMENT PRODUCT AS SPECIFIED. SECTIONAL ELEVATION MANHOLE INTERIOR COATING N.T.S. NEW AOJUSTMENT RINGS WITH JOINT SEALANT ALL STEPS TO BE REMOVED A MIN. 1' BELOW WALL SURFACE REPAIR BENCH AND TROUGH AREA. REMOVE EXISTING BRICK /CONCRETE BENCH AND TROUGH TO SOLID MATERIAL. IF MANHOLE BASE I5 DETERMINED BY ENGINEER TO BE UNSTABLE. CONTRACTOR SHALL TIE OR KEY REPAIR INTO THE EXISTING WALLAS APPROVED BY THE ENGINEER AT NO ADDITIONAL COST TO THE CITY. EXISTING PIPE EXISTING BEDDING CONNENT5 !1 041E CITY OF ROUND ROCK, TEXAS ENOlCERNO OEPARIYEN 1001 I0110TLMATNN COLLICTION I LITIITION PNO.INCT MANHOLE INTERIOR COATING OE0ON. NSE MANN. 018 O(CNEO: 010 RJN CROUP, INC. C! 0IL , HOs5 ROM. )5]1] 208 I �1 I 18 169700 MR6 - • I - • - - - - - - - - - - - - - • UNIFORM SLOPE FROM CROWN OF PIPE TO MANHOLE WALLS REMOVE EXIST.BRICK /CONC.BENCH AND INVERT TO EXIST..B OF MANHOLE. IF MANHOLE BASE IS C ONTRACTOR SH ALLT ENGINEER E TO NEW BNN UNSTABLE. ENGINEER ANO AT NO ADDITSIONA APPROVED COST TO THE CITY BENCH & TROUGH REPLACEMENT N.T.S. SHAPE TO FORM A 'U' SHAPE CHANNEL EXTENDING TO THE CROWN OF THE PIPE ENCOMPASSING THE FULL CROSS SECTION. 1:2 SLOPE FROM MANHOLE WALL TO CHANNEL FL TO TOP OF PIPE CROWN Ky. CITY OF ROUND ROCK, TEXAS EMwEERNG OEPYITIEq 100E •AOTBWATEH COLLECT ON OTRTEY REHABILITATION PROJECT BENCH & TROUGH REPLACEMENT OR mc ocaco: rtE COUNTS V UM R. GROUP. MC. O pNl VW' r:tfl 1 16.4 1 M77 UM MN •• MO • MO MN • OM OM NM • OM MB • NM MO 3000 P5) CONCRETE 10 EXTEND 0001 12' BELOW FRAME TO 4 BELOW RIM SLOPE FROM MANHOLE TO EX5I1IN0 GROUND TCP SOIL u*0 500 COIeACTEO BACKFILL MATERIAL IBENIONITE MAT BE A00ED1 FREE FROM ROCKS. STONES. AND DEBRIS NON -PAVED I ASPHALT / CONCRETE PAVED SECTIONAL ELEVATION MANHOLE RESTORATION N.T.S. FULL DEPTH SAW CUT IF EXISTING PAVEMENT 15 ASPHALT. NA1Cx NUN DOUBLE THE THICKNESS OF E0ISTING PAVEMENT IF MANHOLE LOCATION IS WITHIN CURB AND GUTTER. DRINEMAT• SIDEWALK. 08 PORTLAND CEMENT CONCRETE PAVEMENT SURFACE. RESTORE SURFACE TO MATCH EXISTING COIDITIONS. 3000 P51 CONCRETE TO EX1EN0 TO AT LEAST 12" BELEM FRAME REV. CITY OF ROUND ROCK, TEXAS (NOMURA. DEPARTMENT 2001 VA$TIVATU2 COLLNCT ON 0TSTIN IMITATION PROJECT OE xNL RN clErxLa.Raz COIRANIS BY OAK MANHOLE RESTORATION RAN GROUP, INC. I OKiAs 153i]� o, ].P Iei ssr 1/ OM MI • NM OM MI MI NM MI NM MO MI MI MI S MO MI MI MO FLEXIBLE RUBBER PIPE GASKET 0 PRECAST CONCRETE � RISER FLARE ENTRANCE TO OUTFALL PIPE PLAN VIEW CAST IRON FRAME AND COVER. COMPLETE WITH WATERTIGHT MANHOLE INSERT TYPICAL PRECAST N.T.S. 2 ROWS OF BITUMINOUS GASKET MATERIAL PER SEALING PROCEDURE BENCH MIN. SLOPE OF 1" PER FOOT •4'S @ 12" o.C.'E.W. Ia n MIN. INTEGRAL MANHOLE BASE OR PRECAST CONC. SLAB (6' MIN. THICKNESS) PER ASTM C -478 "C" DIA SHALLOW MANHOLE DETAIL SF(TION(FN CAST IRON FRAME AND COVER. COMPLETE WITH WATERTIGHT MANHOLE INSERT PRECAST CONCRETE FLAT TOP •4'S O.C.E.W. •4 0 12" EACH WAY TOP FACE 2" CLEAR 0 wQ < L c Z I 0 Z ? Z GRANULAR MANHOLE BEDDING c■.RHls O. OAIC CITY OF ROUND ROCK, TEXAS MOWING OCPmT.RNT !00I 01ASTEVATII1 COLLIOTION ILITATION PNOJNCT SHALLOW MANHOLE RJH GROIP, IHC. N D tl Cttl '9]]iJ KSIm4 pme M oN Nm kR9