Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-88-1164 - 9/22/1988
RESOLUTION NO. // /� WHEREAS, the City of Round Rock has duly advertised for bids for certain site grading and drainage improvements at Old Settlers Park at Palm Valley, and WHEREAS, Illarv,n aaeAmeyer ISQ.e.submitted the lowest and best hid, and WHEREAS, the City Council wishes to accept the bid of Marvin l3 aah m e ie r R oad ConskLIG6 1 and to authorize the above described improvements, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Marvin Bachmerr Rd .LIJ/�S is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with nlarvin &le/Weyer Koad ead. to construct said site grading and drainage improvements at Old Settlers Park at Palm Valley. RESOLVED this roroc`day of September, 1988. ATTEST: e ilLeA/41.2 �. iJ NE LAND, City Secretary C30RESOLDSE MIKE ROBINSON, Mayor City of Round Rock, Texas 16 September 1988 Hon. Mayor and City Council City of Round Rock 221 E. Main Street Round Rock, Texas 78664 RE: Old Settler's Park at Palm Valley Site Grading & Drainage Improvements (Phase I) Hon. Mayor and Council Members: On August 30, 1988, bide were received for the above - referenced project. A tabulation of bide received is enclosed. The lowest totally responsive bid of 8185,814.60 was submitted by Chasco Contracting. We have obtained notarized statements regarding their finan- cial condition, previous experience record and ability to perform the work. Chasco Contracting has successfully completed one of Baker - Aicklen's proj- ects in the past and did an excellent job. Based on our findings, it appears that Chasco Contracting is qualified and capable of performing the work. The actual lowest bid of 8154,352.65 was submitted by Marvin Bachmeyer Road Construction; however, his bid contained certain irregularities. He did not acknowledge receipt of Addendum No. 1, but had corrected the quantities of the four major bid items. He, however, did not adjust quantities for a 6" P.V.C. pipe from 200 L.F. to 480 L.F. nor did he include 200 L.F. of 8" P.V.C. pipe. It is our opinion that Marvin Bachmeyer Road Construction was not completely responsive to the request for bids and, as a general rule, non - responsive bidders are disqualified. In accordance with the contract documents, the City reserves the right to waive any irregularities in bids or in bidding, and we understand that the City may desire to exercise that right. As directed, we have obtained notarized statements regarding Marvin Bachmeyer Road Construction's finan- cial condition and ability to perform the work including a previous experi- ence record. Neither of our firms has first hand experience in working with this contractor; however, based on our findings, it appears that Marvin Bachmeyer Road Construction is also qualified and capable of per- forming the work. Hon. Mayor and City Council 16 September 1988 Page 2 We find no reason not to award the work to Chasco Contracting or if the City elects to waive bidding irregularities, to Marvin Bachmeyer Road Construction. Execution of the contract should be subject to approval of the Contract Form, and the Performance and Payment Bonds by the City Attorney. Sincerely, Joe Baker, P. E. , R.P.S. Baker - Aicklen & Associates, Inc. 1717 N. I11 -35, Suite 206 Round Rock, Texas 78664 Enclosure :min 4J L / William G. Griffin, P. Espey, Huston & Assoc., Inc. 110 South Brown Street Round Rock, Texas 78664 ROBERT D. CAVE ASST. VICE PRESIDENT September 15, 1988 Baker- Aicklen 9111 Jollyville Road, Suite 107 Austin, TX 78759 f Sinc ely, Robert D. Cave RDC /amh MEROHANTS BONDING COMPANY 6000 N. LAMAR SUITE 200 AUSTIN, TEXAS 78752 ATTN: Mr. Bill Estes RE: Marvin Bachmeyer Road Construction Dear Mr. Estes: VIA HAND DELIVERY Our company has committed to execute the performance and payment bonds for Marvin Bachmeyer Road Construction for construction of site work at the Old Settlers Park at Palm Valley for the City of Round Rock, if an award is made to this company. Our committment is conditional upon review and approval, by our company, of the actual contract documents. Should you have any questions please feel free to contact me at 454 -4516. R - • • BID TABULATION PROJECT ENGINEER: SPONSOR MANAGER: Baker -A• 'City Ci ty of Round Rock BID OPENING DATE; Aunust 30. .1988 Larry.M TIME :" 2 :00 p.m. 1- & As o ' -I 11 • ' LOCATION: city Cni5nri1 Chamhprc Round Port LOCATION: Site Grading and Drainage Improvements and Loop Road Improvements • CIR PROJECT NUMBER: CONTRACT NUMBER: ENGINEERS' ESTIMATE: Old Settlers Park at Palm Valley BID INVITATION NUMBER: BIDDER: GI-.IASC.-o GoNTtz.. - . Trot SA.4thet feY>s2. larzi com S'r• PROPOSAL GUARANTEE= CC —BID KENO . CASHIERS CHECK CTC TC— CERTIFIED CHECK tr F.. GG� ■ RECEIPT OF ADDENDA ACKNOWLEDGED: ✓ . '�- ITEM No. QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 110 - C 2,739 CY -Street Excavation (Loop Rd.)- quant. 1•o0 2,734 1.25 3, 4z3 ' 111 -C 46,700 CY Site Excavation - plan quantity , go 1.00 37,3Coo 4,24z 0.90 0.100 42, 03o Z,545 -20 132 -A 4,242 CY P Street Embankment (Loop Rd.)- quant. 132 -B 49,290 CY Site Embankment - plan quantity .80 3',4 p /2,3z2. 150 6,750 CY Topsoil for Playing Fields 3.5a 23,4,2.5 S -So 37,IZ5 160 456 CY Red Clay Infield Topping fo•So 2,96.4 5 -SO 2,SoB 201 47,167 SY Subgrade Preparation • 4 18,&4 O. in 4-,711o.7t 508- 13 CY Misc. Structures & Appurtenances 344 S,I87 10.00 130. KY 22" xF 22 "x13" 108 LF 22"x13" CMP Arch Pipe, xrc 1 ? -6 1, 90Co.za I S, tb 1,9 ` 510 -F 36 "x22" 502 LF Pipe, 36 "x22" CMP Arch ZS-oo 1 2,550 1,557 2 ,. 21.00 14 - 1,449 510 -F 30" 69 LF Pipe, 30" CMP 23•0o TOTAL BID: UNIT PRICE BID TABULATION — GUCCI' 1 „r- 2 .+ PROJECT: LOCATION: BID PROJECT SPONSOR: PROJECT MANAGER= ENGINEER: yak •r - ,1 'City of Round Rock • BID OPENING DATE= Aunust 39..1988 • Larry Madsen -TIME: 9:0O n.m. •n As o .• -. .. , LOCATION: Pity Crn5nril fhamhPrc Rnpn l Port. Site Grading and Drainage improvements and Loop Road Improvements • C.UR PROJECT NUMBER' CONTRACT NUMBER: ENGINEERS' ESTIMATE: • Old Settlers Park at Palm Valley • BID INVITATION NUMBER: BIDDER: • G1 Go N tiler- ia,E, $Ac.I IMM.YatL 1Zp co taS'-r • G — 08 -810 80N PROPOSAL GUARANTEE= CC —CAe ERS D CHECK • CTC— CERTIFIED CHECK ( . RECEIPT OF ADDENDA ACKNOWLEDGED! ✓ ITEM No. DY UNIT , ITEM DESCRIPTION- UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PR AMOUNT UNIT PRE AMOUNT 510 -A 43 "x27" 510 -A .30 "x31" 510 -F 302 LF Pipe, 43 "x27 ",.CMP Arch, including excavation and backfill. 3 3.7o 10, 117.4o 37.00 9,676.4 304 480 LF Pipe, 50 "x31 ", CMP Arch, including Zc 34.x0 1 LF includng &backfill. S Z 5 l 620 50 - 8F 8 200 LF Pipe, 8" Sched. 40 P.V.C., including excavation and backfill. (,.00 I,2do — 591 -G 28 c? 4" Conc. Rip -rap including 6" x 6" W.W.M. 1"15•0o 4 200.00 5;6o° • 1 635 639 1,445 LF. Perimeter Dike 1 .00 1445 0.50 72Z.So 320 LF Rock Berm 3,00 ?/-CC 5.00 1/moo 643 300 LF Stone Outlet Structure 1)°S° 60.00 1, Soo • 670 840 LF Hay Bale Dike Z -Sb 2 / too 1.50 42 Coo . TOTAL BID: 185, 814. &o 154,3SZ.(05 - ,. BID TABULATION PROJEC SPONSO Cit of R R BID OPENING DATES August 30..1988 PROJECT MANAGER: Larry Madsen TIME: ?:n0 n.m. E NGINEER: : ak r -A' ,l n : s ,• -, 11 : LOCATION: Pi ty fnlSnriJ fhamhPrc Rnun t RnC{ Site Grading and Drainage Improvements PROJECT: and Loop Road Improvements CIP. PROJECT NUMBER: - ENGINEERS' ESTIMATE: LOCATION: Old Settlers Park at Palm Valley CONTRACT NUMBER: BID INVITATION NUMBER: BIDDER: 1. CHAsc -o c.N7uite:ni . P.c. P•o .. 0 te....1 _. _ e. J.e. EVANI. 1 -50x 40 47 A 7 • 3. Et1-A Gout- I„ c , 4.PAR P.o. sotc t64T8 • --nw3 T4. .CR P.O. O. II 3cc Geo¢a, • . `� AuS -1tA) rc N G-a1•-ACC.e4 , PROPOSAL GUARANTEE: cc -DA D cc- CASHIE CHECK CTC- CERTIFIED CHECK S 6 1St 1313 12. 13 - NOT RE0'p. ( RECEIPT OF ADDENDA ACKNOWLEDGED: / ✓ 1 / 1 / No 11oc. #/. ITEM No. QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 110 -C 2,739 CY Street Excavation (Loop Rd.)- quant. ).00 z1-7-5, 2.2o ko 1.(04- 4,4-9r.9Ci mo o , ?lo ' ?338.L4 $5; 27!.70 3.0o lss Z.t.S I. 5.5 9,2 7Z, 3$5 II Lg. 3o 111 -C 46,700 CY Site Excavation -plan quantity ritrn Street Embankment (Loop Rd. )- quant. .$0 1 0 37 860 1 A_,,,, 5Z•4Z 39,4' 2 .45 .Coo 114,4 Z 757.30 21,S74 1 .30 I.73 1.73 132 -A 4,242 CY 132 -B 150 49,290 6,750 CY CY Site Embankment - plan quantity . go 76 Topsoil for Playing Fields 1 3.50 23,fo25 L• So 43 7.02. 47,3$5 7. IS 4g2ioZ. 160 456 CY Red Clay Infield Topping G .5o O.4o 2,9 44 le , 5(4(0 - 00 (o., /go 4,728 31733 1 la.7o .4 7,tot5.2o f8,1G(o.8o 7-o .00 0.40 9, IZo -oo 18 201 47,167 SY Subgrade Preparation H 08 13 CY Misc. Structures & Appurtenances 399` 5 1 8 7 S 2.7 (o) %5) 45 5,15o 2030.40 17 241.80 35o is .00 Zo. op 4,650.0o 1 1 cos.. 00 10 040 5104 22 "x13" 108 LF Pipe, 22 "x13" CMP Arch I?.&FS 7'o i 900.2.o 1 2,550 72.20 27.20 2)317.4o 13,G 54.4c 1$. So 24.40 5104 36 "x'2" 502 LF Pipe, 36 "x22" CMP Arch 510 -E 30" 69 LF Pipe, 30" CMP Z3.0 1,587 25.40 1, 720.2o 23 3o 1,(007.70 I S.00 1, .._ TOTAL BID: UNIT PRICE 818 TMBUL AT1o. - RID TABULATION PROJECT SPONSOR: City of Round Rock U1U UNtr'nvv uN1 �: ••� - _ , Madsen TIME = ---- ? °0 R'' PROJECT MANAGER: Larry ENGINEER: ; • . - .1 - • • • -• • I . - LOCATION: City Cnnnril rhamhars Rnunr1 PnrI, ENGINEERS' ESTIMATE: PROJECT: and Loop Road Improvements C.IP PROJECT NUMBER: BID INVITATION NUMBER: LOCATION: Old Settlers Park at Palm Valley CONTRACT NUMBER: BIDDER: Ga/1,3e -0 2 „LG. . Ev�rrs 3 a „ A C... f cr.,. S games RSV/4 .EN.s. 88 -80 BOND PROPOSAL GUARANTEE: CC- CASHIERS CHECK 5E5 gp �6 f31� NoY' Kean. CVC- CERTIFIED CHECK , • ./ - `/ • No Apo. # 1 ( RECEIPT OF ADDENDA ACKNOWLEDGED: AMOUNT - ITEM NO. QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRI AMOUNT UNIT AMOUNT 35.00 IO,7S1.20 35. 5o ,721 0/721 32.00 `/,4ofo� p 1 1 '04o 214" 510 -A 43 "x27" 510 -A 50 "x31" 302 304 LF LF Pipe, 43 "x27 ", CMP Arch, including backfill. 33.70 10,177.4o excavation and Pipe, 50 "x31 ", CMP Arch, including backfill. 35.E 11°,2%31° B8,80 13.70 Hp 95%20 er 5 7'P 4 2.20 13.30 121$2%.$ (0 3$¢ 1 35.00 S.00 excavation and 510 -P 6" 480 LF Pipe, b" Sched. 40 P.V.C., excavation & backfill. 5.5 Z) (04-c' 1,Zoo 15.20 3040 15.50 3,1 Oo 5.SO 1,1'00 5104 8" 200 LF Pipe, 8" Sched. 40 P.V.C., including excavation and backfill . Co•c 47o 13,7(00 180.00 5,0¢0•o0 700.c0 5,4,00 591 -6 28 CY • 4" Conc. Rip -rap including 6" x 6" W.W.M. / 75 • °° 4,900 1.50 z) to 'IS 0 1.40 21 . 2,IG7.5S 635 1,445 LF Perimeter Dike 1•°o 1, .445 639 643 320 300 IF LF Rock Berm Stone Outlet Structure 3.00 9t 4.S 1 S. 0o 1,440 5,400 4.10 5.5o 1 &`d I,(oSo 7.00 10. op Z 3000 3•5o 2.50 1,050 2,100 840 LF Hay Bale Dike 4.50 3,7$9 I.50 I,Z4o 1-So 1 670 i 1 � 111 I 1 -, ! - �_ TOTAL BID' 485) 8 l4• tn0 321,9(ot.26 •297, 911.0 7_ 300, otS.teo I -' BID TABULATION Si te Grading and Drainage Tmprovements PROJECT' and Loop Road Improvements ' PROJECT SPONSOR' City of Round Rock BID OPENING DATE August 30..1988 PROJECT MANAGER- Larry Madsen TIME: ' 7 :00 p.m. ENGINEER ;ak•r -A• .1 •n : , s • ,. -, II : . LOCATION: City Gnl7ncil fhamharc Rnnnrl Pact. CIP PROJECT NUMBER: ENGINEERS' ESTIMATE: LOCATION: Old Settlers Park at Palm Valley CONTRACT NUMBER: ' BID INVITATION NUMBER: BIDDER: 6. [•,g4 - 1( 10.0 iv; 35 S IZo.t .. Rot -r 7.IBAY 01.41P.31 •.o. !. o$5P • • . �, a 8. 1{4r t.ty'Etc T►sp. R o. le. vs 13172 • S-rr N r . 9. TIZ1 V CbV P. o. Moe 790 D U. S Y .e ME2 gr., G Q . z ... _ Le 88 -810 BOND PROPOSAL GUARANTEE: Cc- CASHIERS CHECK CTC-CERTiFiED CHECK 13 %., 136 _ 1., 33 Ll e:. 13 rl r~ +G -. N 41-7- /ZEc I 3ECEIPT OF ADDENDA ACKNOWLEDGED: ITEM NO. CIUANTITY UNIT ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 110 - C 2,739 CY plan Street Excavation (Loop Rd.) quant. I. 4 3,918.`14 1 2.50 !0,' 4 1.40 3,834•• 1.22 3 j - 341-SS _ 111 -C 46,700 CY Site Excavation - plan quantity 1 • 40 , 55 (0- , 333.10 I. 11 3.00 ?7, is--7 IZ,72c, 1. IS O.'75 S3, -2 05 3, 1 81.So 3 0315.5c I (0,S75 5,472 33,o -79 .-_71 . $C0 6,-10 7.50 .53 3`, 893 31 35/.) $ 27 G02.40 41,175.0o 37420 24- j `)9$,5 132 -A 4,242 CY plan Street Embankment (Loop Rd.)- quant. 132 -B 49,290 CY Site Embankment - plan quantity ,z% 13 53 IZZ.50 4., 25,14/.85 I. Go q.4C 0 .40 78,$04 57 037.so 7, 524- 1$ S(,..10 0.(05 Z. So 12. O. 7o 150 6,750 CY • Topsoil for Playing Fields -7, S7 1 160 456 CY Red Clay Infield Topping 9, Bo 0,55 201 508- HCY 47,167 . 13 SY Subgrade Preparation CY Misc. Structures & Appurtenances 385.E 5,005.00 310 4,03 0 Z, /Oto 1 I 471.S0 300 IL •oo 19.00 18.00 3 ,900.00 1,7z8 9153$ _ 1,2¢7- 26 17.S0 Z4.10 22. 3 , 3 So 1 1,390 I Zj013.20 1j S30.'}2____ _ 510 4 22 "x13 108 LF Pipe, 22 "x13" CMP Arch 19.$0 7,2,00 2, 138.40 1004-4- Jai.so 2It5o 23.50 5104 36 "x22" ., 5 02 LF Pipe, 36 "x22" CMP Arch 5104 30" 69 LF Pipe, 30" CMP 22.00 1, 51$ TOTAL BID' UNIT PENCE 810 Tnfun ann.,- • BID TABULATION PROJECT SPONSOR' City of Round Rock 810 OPENING DATE; August 3p...1988 • PROJECT MANAGER: Larry Madsen TIME: - P.:OO n.m. , ENGINEER: I • - - n : 4 .- - , II . . b6JCATION: r.; ry C.neinril fhamhar5 Rnund Rorie Site Grading and Drainage lmprovemenfs PROJECT: and Loop Road Improvements . .1 CIP PROJECT NUMBER: ENGINEERS' ESTIMATE: LOCATION; Old Settlers Park at Palm Valley CONTRACT NUMBER: BID INVITATION NUMBER: BIDDER: (::. _ 13RA-41 7. BA...? • PAAtrrr6MM D.14tt0'rG2 InOO. 9. 'T irt.& v Co ,ST ' °• 84e.Nmc CC- -CARERS CHECK PROPOSAL GUARANTEE: BB - e S CTC -f RTIFIED CHECK ?A V }� PJ5 . ./ 135. ` 13 • ` _ •19 fl T l c•'b ( • 2ECEIPT OF ADDENDA ACKNOWLEDGED: ITEM NO. QUANTITY U UNIT I TEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT PRICE ICE AMOUNT 5104 43 "x?7" 302 LF Pipe, 43 "x27 ', CMP Arch, including excavation' and backfill. 33.0 9 ,* ..O 31.5 9 S 3 25.00 75 So 0.75 11 09t.50 5104 _50 "x51" 304 LF Pipe, 50 "x31 ", CMP Arch, including excavation and backfill. 35.00 10 37.So 11,400 30.00 9,1ZO 90.00 1 Go 510 -F 6" 5104 8" " 480 LF Pipe, 6" Sc 4 P.V.C., including excavation & backfill. g .So Il.oO 2Zo•oo 4 zz4.ex 2 / 2.o e7 (0,1lvo q.00 lo.00 Z 4 32 Z co (0,5 to S Oo $. ea 140.00 Z o0 I At , oo 920 7.90 1. *.s 1$S 3792 1,$9J S,$o 200 LF Pipe, 8" Sched. 40 P.V.C., including excavation and backfill. 591 -C 28 CY - 4" Conc. Rip -rap including 6" x 6" W.W.M. I 635 1,445 LF Perimeter Dike 1. 3 "7.7o 11. 708S.$5 2 3,300 0+1 2..o -7.0o 7. 0o z.so Z Z R90 -2 Z� I v 2 (00 , 2• oO 5 co 7.0o 2 2 $9.0 1, 4.o0 Z, l oo 2 Ioo .SO 5 5. •75 -7z.. . !, S 40 1,725 (050 . 639 320 LF Rock Berm 643 300 LF Stone Outlet Structure 670 . 840 LF Hay Bale Dike 2 .Zo TOTAL BID' 2 - 3 1 ; 55 g 49 - ( P 4 3z3,41(0.30 l9'7, II .SD I 7/8.2/ ---- ' WO TABULATION - 1-'KUJtG1 PROJECT ENGINEER: JYUIVSUtt: MANAGER: t. .r -A' .1 ,• ,'T ..' ",,,..".. ",,^ Larry Madsen TIME: 7:00 p.m. I . • -. .. . - LOCATION: City Cni'inril rhamherc, Round Rork PROJECT; LOCATION: Site Grading and Drainage Improvements and Loop Road Improvements CIP. PROJECT CONTRACT NUMBER NUMBER :. ENGINEERS' ESTIMATE: NUMBER: Old Settlers Park at Palm Valley - • BID INVITATION BIDDER: I. COt .Z4 J&2 C ' o me' r GO ' Box 33 Ed? 2 12. 13. 1¢. /5. BB -BID BOND PROPOSAL GUARANTEE: CC-CASHIERS CHECK CTC- CERTIFIED CHECK SA• AProlWo - IX B t � l RECEIPT OF ADDENDA ACKNOWLEDGED: ITEM No. QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT • 110 -C 2,739 CY parr Street Excavation (Loop Rd.)- quant. 2.c, 5 7,,Z58.3< 123,755 111 -C 46,700 CY Site Excavation - plan quantity -z. Z ro5 1-32-A 4,242 CY Street Embankment (Loop Rd.)- quant. , cpS 2757.30 132 -B 49,290 CY Site Embankment - plan quantity . HSS 32/03$50 50, toZ5 150 6,750 CY • Topsoil for Playing Fields 7. 5 0 160 456 CY Red Clay Infield Topping 45 ,00 -(,:.s 20 3o G5$,S5 l 201 47,167 SY Subgrade Preparation 508- . 13 CY Misc. Structures & Appurtenances 3So / CP.6 , 0 455 O / 722 UCY 5104 22 "x13" 108 LF Pipe, 22 "x13" CMP Arch 36x12" 502 LF pipe, 36 "x22" CMP Arch Pipe, 30" CMP Z.4 .0o 22.0o /Z 04-$ /, Sit 510 -F 30" 69 LF TOTAL BID: UNIT PRICE 810 TABUL A TIO1J — August 30..1988 Co L aL4 Z /Ege. ITEM NO. 43 "x Pipe, 50 "x31 ", CMP Arch, including excavation and backfill. Pipe, 6" Sched. 40 P. . including excavation .& backfill. Pipe, 8" Sched. 40 P.V.C., including excavation and backfill. 4" Conc. Rip -rap including 6" x 6" W.W.M. Zoo Perimeter Dike 2. Rock Berm / /.So 39 -co Stone Outlet Structure Hay Bale Dike 3 :2o 1,445 TOTAL BID' UNIT PRICE 3o. oo 11,7o 339 137, ¢$ UNIT PRICE AMOUNT AMOUN T Pipe, 43 "x27 ", CMP Arch, inc uding excavation and backfill. 635 639 PROJECT SPONSOR' 'City of Round Rock BID OPENING DATE Au4ust 3Q. .1988 PROJECT MANAGER Larry Madsen TIME= 2:00 p.m BID TABULATION ENGINEER: ker- Aicklen & Asanr /Fcpey -H Ictnn a a«hOCATION: r.ity rn6nril rhamhrrc, Pnunr1 RnC4 .rite Grading and Uralnage,Improvements PROJECT and Loop Road Improvements CIEs PROJECT NUMBER: ENGINEERS' ESTIMATE: LOCATION: Old Settlers Park at Palm Valley CONTRACT NUMBER: BIDDER BB -en 8ONM CC- CASHIERS CHECK CTC- CERTIFIED CHECK 3ECEIPT OF ADDENDA ACKNOWLEDGED: 14. BID INVITATION NUMBER: is . DATE: September 19, 1988 SUBJECT: Council Agenda, September 22, 1988 ITEM: 12A. Consider a resolution authorizing the Mayor to enter into a contract for the Site Grading and Drainage Improvements Project at Old Settler's Park at Palm Valley. STAFF RESOURCE PERSON: Sharon Prete STAFF RECOMMENDATION: The City received 11 bids and opened 9 bids on August 30, 1988. The bid range was $154,352.65 tof339,137.45. (see attachment). ECONOMIC IMPACT: Mr. Bachmeyer's bid was not read at the Bid Opening because our consulting engineers noted that Mr. Bachmeyer had not filled in the addendum correctly. Upon explaining the matter to Mr. Bachmeyer, he stated his desire for his bid to be considered at his original quote (the addendum omissions represented a $4,500 increase in the project cost). Mr. Sheets advised staff that the City was within its rights to waive the bid irregularity. Mr. Bachmeyer is bondable and will acquire the necessary bonding if awarded the project. Staff recommends that the bid be awarded to Bachmeyer Road Construction in the amount of $154,352.65. The City will realize a $31,461.95 savings by waiving the irregularity, and awarding the project to the low bidder instead of the second low bidder. OLD SETTLER'S PARK AT PALM VALLEY SITE GRADING & DRAINAGE IMPROVEMENTS (PHASE I) AND LOOP ROAD IMPROVEMENTS TEXAS LOCAL PARK FUND BAKER- AICKLEN & ASSOCIATES, INC. Consulting Engineers Prepared for: City of Round Rock Department of Public Works 221 E. Main Street Round Rock, Texas 78664 STATE PROJECT $ 20 -00264 CONTRACT DOCUMENTS AND SPECIFICATIONS eh 1 1 ESPEY, HUSTON & ASSOCIATES, INC. CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OLD SETTLER'S PARK AT PALM VALLEY SITE GRADING & DRAINAGE IMPROVEMENTS (PHASE I) AND LOOP ROAD IMPROVEMENTS Prepared for: City of Round Rock Department of Public Works 221 E. Main Street Round Rock, Texas 78664 Prepared by: Baker- Aicklen & Associates, Inc. 1717 N. IH -35, Suite 206 Round Rock, Texas 78664 and Espey, Huston & Associates, Inc. 110 South Brown Street Round Rock, Texas 78664 August, 1988 TABLE OF CONTENTS Item No. Category Description No. of Pages 00050 Notices Advertisement For Bids 1 00060 Bidding Req. Information to Bidders 4 Statement of Bidder's Qualifications 4 Wage Rates 2 Bid Proposal Bid Bond 2 00070 Contract Forms Agreement 2 Performance Bond 2 Payment Bond 2 Maintenance Bond 1 Texas Sales Tax Exemption Certificate Certificate of Insurance 1 3 140 Conditions of Contract General Conditions 22 Special Provisions 5 Memoranda reserved Soils Investigation Raba - Kistner - Brytest Report dated April 21, 1988 32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 Item No. Category Description No. of Pages Technical Spec. 101 Preparing ROW 2 102 Clearing and Grubbing 1 110 Street Excavation 2 111 Excavation 2 120 Channel Excavation 1 130 Borrow 1 132 Embankment 3 150 Topsoil for Playing Fields 1 160 Red Clay Infield Topping 1 201 Subgrade Preparation 1 220 Sprinkling for Dust Control 1 230 Rolling (Flat Wheel) 1 232 Rolling (Pneumatic Tire) 2 234 Rolling (Tamping) 1 401 Structural, Excavation & Backfill 6 403 Concrete for Structures 8 405 Concrete Admixtures 3 406 Reinforcing Steel 5 408 Concrete Joint Materials 2 409 Membrane Curing 2 410 Concrete Structures • 16 411 Surface Finishes for Concrete 6 508 Miscellaneous Structures & Appurtenances 2 510 Pipe 38 591 Riprap for Slope Protection 3 601 Salvaging & Placing Topsoil 1 635 Perimeter Dike 1 639 Rock Berm 1 643 Stone Outlet Structure 1 670 Hay Bale Dike 1 803 Barricades, Signs and Traffic Handling 2 900 Restoration 1 NOTICES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADVERTISEMENT FOR BIDS Project: Old Settler's Park at Palm Valley (State Project No. 20- 00264) Owner: City of Round Rock, Texas Separate sealed bids for site grading approximately 35 acres of the City Park including 8 ballfields and preparing subgrade for associated parking areas and approximately 5260 L.F. of Park Loop Road known as "Site Grading & Drainage Improvements (Phase 1) and Loop Road Improvements" will be received by the City of Round Rock at the office of the City Secretary at 221 East Main Street, Round Rock, Texas 78664, until 2:00 o'clock P.M., August 30, 1988, and then in the Council Chambers, publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond Performance and Payment Bond, and other contract documents may be examined and /or copies obtained at the office of Baker - Aicklen & Associates, Inc. at 1717 N. IH -35, Suite 206, Round Rock, Texas 78664, (512) 255 -9771 upon payment of $100.00 for each set. A refund will be made provided the drawings and specifications are returned in good condition within 10 days after the bid opening. This contract is State - assisted. The Contractor must comply with all applicable State regulations. The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid security in the amount of 5 percent of the greatest amount bid, subject to the conditions provided in the Information for Bidders. No bidder may withdraw his bid within 30 days after the actual date of the opening thereof. The above referenced documents will be available for examination and to be picked up at the location described above on or about August 17, 1988. "Site Grading & Drainage Improvements (Phase 1)" plans prepared by Baker - Aicklen & Associates, Inc. and "Loop Road Improvements" plans prepared by Espey- Huston & Associates, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDING REQUIREMENTS 1 1 1 1 1 1 1 1 1 a 1 1 1 1 1 1 1.0 INVITATION 2.0 BID PERIOD d. Qualifications of Bidders. City of Round Rock Old Settler's Park at Palm Valley Site Grading and Drainage Improvements (Phase I) and Loop Road Improvements INFORMATION FOR BIDDERS a. The Work. Bids are invited on a contract for construction of the Old Settler's Park at Palm Valley, Site Grading and Drainage Improvements (Phase I) and Loop Road Improvements, a project of the City of Round Rock. The project is located approximately 3.2 miles west of the Central Business District and is bounded on the north by County Road 113. Bid basi's will be a combination of unit price and lump sum. The work in this contract generally consists of the final grade preparation of approximately 35 acres of the park including 8 ballfields, and preparing adjacent parking areas and park loop road to subgrade. a. Addenda. Addenda will be issued to plan viewing rooms and to bidders of record. b. Questions. Submit written questions about bidding documents to the Engineer. Inquiries must be received no later than 2 weeks prior to bid opening. Necessary replies will be issued to bidders of record as addenda, which become a part of the bidding documents. Oral instructions do not form a part of the bidding documents. c. Prebid Conference. A prebid conference will be held in Round Rock City Council Chambers, 221 E. Main Street, Round Rock, Texas, at 2:00 p.m. on August 23, 1988 . All prospective bidders are invited to attend. (1) The owner may make any investigations deemed necessary to determine the bidder's ability to perform the work. When requested for this purpose, furnish such information including a list of proposed subcontractors. (2) The owner reserves the right to reject the bid of any bidder if evidence or investigation indicates that the bidder is not property qualified, in the opinion of the owner, to complete the work satisfactorily. e. Prequalification of the Equipment. Whenever a material or equipment is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function and quality desired. Other manufacturers' products will be accepted, provided sufficient information is submitted to allow the Engineer to determine that the products proposed are equivalent to those named. If sufficient data pertaining to the equipment is provided to the Engineer at least fourteen days before the date set for opening bids, a review will be made and additional acceptable manufacturers will be announced by addendum prior to the date set for opening bids. Requests for review of equivalency will not be accepted from anyone except construction contractors who have obtained bidding documents. Prospective bidders and equipment manufacturers shall be aware that prequalification of equipment is an indicationlof preliminary acceptance of that manufacturer's equipment. It shall not in any way constitute a waiver of the specifications covering such equipment. Final acceptance of all equipment will be based on full conformity with the specification and contract documents covering the equipment. 3.0 BID SUBMITTAL a. Receipt of Bids. Sealed bids will be received until the time specified in the Notice to Bidders. The City Secretary of the City of Round Rock will receive the bids in City Council Chambers, City Hall. Bids received after this time will not be accepted. Bid opening will be held immediately after this time for receipt of bids has expired. Bids will be opened publicly and read aloud in the City Council Chamber. All interested parties are invited to attend. b. Bid Form. A bid form is bound with the specifications. (1) Submit the proposal in duplicate and other required data in an opaque, sealed envelope. If submitted by mail, enclose bid envelope in another envelope addressed for mailing. Plainly identify the sealed envelope with the following information: a. Do not open before 2:00 p.m., August 30, 1988 b. Bid for Old Settler's Park at Palm Valley. c. City of Round Rock, Public Works Department. d. Bidder: (2) Submit bid on the bid form provided. Fill in all blanks: failure to comply may be cause for rejection. If no amount is to be included, insert zeros ( -0 -) in the spaces. No segregated bids or assignments will be considered. (3) Acknowledge receipt of addenda by writing the addendum number and date in the space provided on the bid form. (4) Do not alter the bid form with written memoranda or qualifications. Any explanation, alternation or other statement proposed by the bidder must be written separately, signed independently, and included in the bid envelope. (5) Sign in longhand below the typed name of the person authorized to bind the bidder to a contract. When the bidder is a corporation the bid must be signed with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of a person authorized to bind the corporation to a contract. c. Alternatives. Wherever in these specifications an item is identified by a "brand name or equal" description, alternatives will be considered. The bidder is responsible for insuring that sufficient data is provided to the Engineer in adequate time so that the requirements concerning questions under paragraph 2.0 BID PERIOD of this Information for Bidders can be satisfied. • d. Completion Time. (1) The work shall be completed within the number of calendar days given in the bid form. The time begins from date of Notice to Proceed. (2) Submission of a bid constitutes acceptance by the bidder of the completion time as a part of the requirements for this work. (3) The contractor agrees to pay the owner, or allow the owner to deduct from the contract sum, as liquidated damages, the sum specified in the General Conditions for each calendar day that the work remains incomplete after expiration of the contract time and for each day the progress of the project is delayed by the contractor's failure to complete a portion of the work specified in the construction schedule. e. Bid Security. (1) Include with the bid a cashier's check, certified check or bid bond for 5 per cent of the bid amount. Make checks payable to the "City of Round Rock ". Bid bonds must be executed by the bidder and a surety company which meets requirements of the conditions of the contract. (2) The successful bidder's security will be retained until he has signed the agreement, furnished the required performance and payment bonds, and submitted any other required contract forms. The bid security will be forfeited to the owner by the successful bidder as damages for default if the bidder fails to execute and deliver a contract and bonds as required. (3) The owner reserves the right to retain the security of the next two lowest bidders until the successful bidder enters into the contract. All other bid securities will be returned within 30 days of bid opening. f. Modification or Withdrawal. Bids may be withdrawn any time before bid opening, but may not be resubmitted. Bids may not be withdrawn or modified after bid opening. 9. Equipment /Material Questionnaire. To be completed by Low Bidder as requested by City of Round Rock prior to awarding the contract. 4.0 CONTRACT REQUIREMENTS a. Award of Contract. The owner is not obligated to accept any bid. The owner reserves the right to reject any or all bids, and to waive any irregularities in bids or in bidding. b. Statement of Bidder's Qualifications. Apparent low bidder will be required to complete a Statement of Bidder's Qualifications within 3 days after bid opening. c. Contract Forms. The successful bidder will be required to complete a Contract and an affidavit on standard City of Round Rock form. Samples of these forms are included with these specifications. d. Performance and Payment Bonds. The bidder must be capable of executing satisfactory performance bond and payment bond for 100 per cent of the contract sum in accord with the conditions of the contract. Bonds must be submitted with the signed contract. Use performance and payment bond forms as provided. e. Maintenance Bond. The successful bidder shall execute a maintenance bond in the amount of 100 per cent of the contract price. This bond shall be in effect for one year from and after the date of acceptance of the completed contract work by the City of Round Rock. Use maintenance bond form as provided. STATEMENT OF BIDDER'S QUALIFICATIONS (Not required prior to bid opening.) All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder. 197.1.ev,Al - 'LiaG.vn-iEJE.e.- /f'oAn f onlsT/tdG7 ad 2. Permanent main office address and telephone number. -. l, oj //S �//np`744% 9497¢' ( ft � .) a:sa. -y8-i% • , - 3sn -3 vit y • 3. When organized., 94A.k,/989 MBE WBE - - 4. If corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 3 Years. 6. Contracts on hand (or scheduled to begin within 180 days): rj (Provide a schedule of these, showing name and address of Owner, Engineer, Architect, amount of each contract, manpower and equipment, and the approximate anticipated dates of completion.) 7. Classification of work performed by your company in which you request prequalification by the City as a Prime Contractor by your experience record in: Airport Buildings Building Remodeling Electric, Overhead Power Plants, New Airport Construction _ Bridges _ Buildings V! Drainage Electric, Underground /Parks Parks Power Plants, Retrofit _Jfe Subdivision Electric — Swimming Pools — Wastewater Plants Wastewater Storage and Pumping _ Water Plants Water and Wastewater Distr. & Collection Water Storage and Pumping Multiple T.B.M. Tunneling over 10,000 L.F. - T Other (specify) BS...bs,U` AAas- PA.eA.NG. /crs eoDRr- r- oortl/n kc%.EaDS r PONDS - C,00wtErrr 8. Have you completed all contracts awarded to you? ✓yes no. If no, submit details. 9. Has your firm ever been awarded a bonus for early completion of work? _yes Vno. If yes, give details. 10. Have you ever defaulted on a contract? N,p If so, where and why? 11. Is your firm presently engaged in litigation with any City? yes ilieno. If yes, submit description and state case number, style of case and court in which pending or in which judgment was entered. 12. Has your firm ever been assessed Liquidated Damages on any project? _yes /no. If yes, submit details. 13. Attach a list of the more important projects recently completed by your company (six most recent), stating the approximate cost for each and the month and year completed. Attach name and address and phone number of the person to contact for each project. 14. Attach a list of your manpower, major equipment available for this contract, and schedule of construction. 15. List experience in construction work similar in importance to this project. Attach name, address and phone number of person to contact from each project. 16. Explain relations with public on past City projects. N�A 17. Attach a copy of the OSHA Form 200, "Log and Summary of Occupational Injuries and Illness" covering all entries for the current year and the past 24 months together with the yearly average work force data using the City Work Force Report, Section 00126. N /4 18. Attach statements of background and experience of the principal members of your organization, including the officers, resident Superintendent /Engineer /Architect and names of other firms the principals are seeking prequalification or are prequalified with the City of Round Rock. 19. Is your firm bondable? i./ Yes No. With whom? �( What limits? $ 20. Bank Credit available: $ /0 0c9 0,e-017 -77z: 7x, 21. Submit a copy of your most recent detailed financial statement submitted to a bank for credit, and a current detailed financial statement together with other pertinent information as required by the City of Round Rock. 22. Submit a list of those subcontractors you plan to use on this project. AO 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Round Rock in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at this / day of STATE OF COUNTY OF (Contracto By Title O yr.e?/ of foregoing questions and al statement Subscribed and sworn to before me this My Commission Expires being dul sworn deposes and says that he is that the answers to the d are true and correct. 19 h . (Notary Public) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDING AND CONTRACT REQUIREMENTS WAGE RATES HIGHWAY - HEAVY, UTILITIES AND INDUSTRIAL BRANCH CONSTRUCTION WAGE RATES JANUARY 8, 1988 WAGE RATES PAID FOR HIGHWAY -HEAVY CONSTRUCTION AND PAVING UTILITIES INCIDENTAL TO GENERAL BUILDING CONSTRUCTION IN ZONE 2 INCLUDING WILLIAMSON COUNTY: Classification Hourly Rate Classification Hourly Rate Asphalt Heater Operator 5.40 Foundation Drill Operator Asphalt Raker 6.80 (Crawler Mounted) • 9.50 Carpenter 7.70 Foundation Drill Operator Carpenter Helper 6.10 (Truck Mounted) 9.45 Concrete Finisher (Paving) 7.95 Front End Loader Concrete Finisher Helper (2 1/2 CY & less) 7.00 (Paving) 6.50 Front End Loader Concrete Finisher (Struct) 7.60 (over 2 1/2 CY) 7.40 Concrete Finisher Helper Motor Grader Operator (Struct) 5.90 (Fine Grade) 10.15 Blaster 8.00 Motor Grader Operator 8.90 Blaster Helper 5.75 Roller, Steel Wheel Electrician 9.90 (Plant Mix Pavements) 6.80 Form Builder (Struct) 6.40 Roller, Steel Wheel (Other Form Builder Helper (Struct)5.30 Flat Wheel or Tamping) 5.95 Form Setter (Struct) 7.00 Roller, Pneumatic Form Setter Helper (Struct) 5.80 (Self Propelled) 5.90 Form Setter (Paving & Curb) 6.00 Scrapers (17 CY and less) 6.40 Steel Worker (Struct) 15.00 Tractor (Crawler Type) Laborer (Common) 5.30 150 HP and less 7.00 Laborer, Utility Man 6.20 Tractor (Crawler Type) Over Mechanic 9.25 150 HP 7.40 Mechanic Helper 6.80 Tractor (Pneumatic) Mixer (16 CF or less) 8.50 80 HP or less 7.75 Painter (Struct) 12.50 Wagon Drill, Boring Machine Painter Helper (Struct) 7.45 or Post Hole Driller Op. 6.00 Pipelayer 6.00 Reinforcing Steel Setter Pipelayer Helper 5.30 (Helper) 5.95 Spreader Box Operator 6.35 Reinforcing Steel Setter Welder 9.50 ( Struct) 8.45 Pipefitter 11.00' Side Boom 7.10 Pipefitter Helper 6.50 Form Loader 6.20 POWER EQUIPMENT OPERATORS: Asphalt Distributor 6.70 Asphalt Paving Machine 7.65 Broom or Sweeper Operator 6.25 Bulldozer (150 HP & less) 7.25 Bulldozer (Over 150 HP) 8.40 Crane, Clamshell, Backhoe Derrick, Dragline, Shovel (1 1/2 CY & Over) 9.50 TRUCK DRIVERS: Single Axle, Light 5.95 Single Axle, Heavy 6.10 Tandem Axle or Semitrailer 6.30 Bid Item Quantity Unit tom Dosertptton and Writton Unit Prlco Unit Prlco Amount 110 -C 2,739 CY Street Excavation (Loop Rd.) - $ 1.25 3,423.75 plan quantity f or dollars and cents 111 -C 46,700 - CY Site Excavation - plan quantity $ 0.90 42,030.00 Mr dollars and cents 132 -A 4,242 CY Street Embankment (Loop Road) - s 0.60 2,545.20 plan quantity for dollars and cents 132 -B 49,290 CY , Site Embankment - plan quantity S 0.25 12,322.50 for dollars and cents 1 1 1 1 1 1 1 1 1 1 t' 1 1 1 1 1 1 1 1 CITY OF ROUND ROCK 221 East Main Street Round Rock, Texas 78664 Dear Sir: SP /C0120UBU Rev. 03/24/88 Series 0 Bidding and Contract Requirements Bid to the City of Round Rock, Texas Section 00120 Date August 30 19 88 The undersigned, in compliance with your invitation for bid construction of Old Settler's Park at Palm Valley, Site Grading and Drainage Improvements (Phase I) and Loop Road Improvements for the City of Round Rock, Texas, having examined Project Manual, Plans and Addendum, the site of the proposed work and being familiar with all of the conditions surrounding construction of the proposed project having conducted all inquiry, tests and investigation deemed necessary and proper purposes to furnish all labor, material and equipment and perform all work required for construction of the project in accordance with the Project Manual, Plans and Addendum for the following prices: Page 1 -A 0,.1 Bid Item Quantity Untt Item Uescrtption and Written Unit Ptics Unit Prtce Amount 150 6,750 CY Topsoil for Playing Fields - plan $ 5.50 37,125.00 quantity for dollars __ _ ._ _ and cents 160 45_6_ CY Red Clay Infield Topping (3 ") - $ 5 2,508.00 plan quantity for dollars and cents 201 47,167 SY Subqrade Preparation for loop Road $ 0.10 4,716.70 and Parking Areas for dollars and cents 508 -HCY 13 CY Miscellaneous Structures and $ 10.00 130.00 Appurtenances (conc. headwalls). for dollars and cents 510-A 108 LF Pipe. 22 "x13" C.M.P. Arrh, $ 18.00 1,944.00 (22 "x13') including excavation and harkfill. for dollars and cents 510 - A 502 LF Pipe, 36 "x22" C.M.P Arch. $ 28 . 00 14,056.00 (36 "x22') including excavation and backfill. for dollars and cents 510 -A 69 LF Pipe, 30" C.M.P., including $ 21 ' 00 1,449.00 (30 ") excavation and backfill. for dollars and cents SPI00120UBU Rev. 03/24/88 Page 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bid l Bid Item Quantity Unit Item Description and Wdtten Untt Price Unit Price Amount 510 -A 43 "x271— 302 LF Pipe, 43 "x27 ", C.M.P. Arch, $ 32.00 9,664.00 including excavation and backfill. for dollars and cents 510 -A 304 LF Pipe, 50 "x31 ", C.M.P. Arch, $ 34.00 10,336.00 50 "x311— including excavation and backfill. for dollars and cents 10 -A 480 LF Pipe, 6" Sched. 40 P.U.C., $ 2.33 1,120.00 i6 including excavation and backfill. for dollars and cents 510 -A 200 LF Pipe. 8" Sched. 40 P.V.C., $ -- NC (8") including excavation and backfill. for dollars and cents 591 -G 28 CY 4" Conc. Rip -rap including $ 200.00 5,600.00 6 "x6" W.W.M. for dollars and cents 635 1,445 LF Perimeter Dike $ 0.50 722.50 for dollars and cents 639 320 LF Rock Berm 5.00 $ 1,600.00 for dollars and cents 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP /001208U Rev. 03/24/88 Page 3 - Bid Bid Item Quantity Unit item Description and Written Unit Price Unit Price Amount 643 300 LF Stone Outlet Structure $ 6.00 1,800.00 to dollars and cents 670 840 LF Hay Bale Dike $ 1.50 1,260.00 tor dollars and cents Total Amou d ne Hundred Fi fty -FO r - hots and Inree Hunare Bid Fifty -Twn and Sixty hive /100 Dollars$ 154,352.65 words figures SP 1001206() Rev. 03124188 Parte 4 -A H1�1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I ( 1 1 1 1 1 1 1 1 ( . 1 1 1 1 1 1 1 1 1 Series 0 Bidding and Contract Requirements Bid Section 00120 Round Enclosed with this Bid is a Cashiers or Certified Check payable to the City of Rock or Bid Bond in the amount of 5 percent of the Total AmountBiid Hundred Fifty - Four Thousand Three Hundred Fifty - Two and Sixty Five /100 Dollars)($ 154,352.65 ). It is agreed that in the event this proposal is accepted by the City and the undersigned Bidder fails to execute the Contract and furnish prescribed performance and payment bonds within ten (1 0) days atter notice of award of contract to him, the bid guaranty shall become the property of the City as liquidated damages, not as a penalty, but for delays and inconveniences or the City may pursue any other action allowed by law TIME OF COMPLETION The undersigned CONTRACTOR agrees to commence work within ten (10) days after written notice as specified in a written "Notice to Proceed" to be issued by the OWNER and to complete construction of the improvements, as required by the Project Manual, Plans and Addendum for the_ Old Settler's Park at Palm Valley - Site Grading & Drainage Improvements (Phase I) and Loop Road Improvements within 90 calendar days. The CONTRACTOR further agrees that should the Contractor fail to complete the work within the time limits specified herein or as subsequently adjusted by Change Order, he shall pay the liquidated damages tor each consecutive day thereafter as provided in the following paragraph, unless the City elects to pursue any other action allowed by law LIOUIDATEDDAMAGES: The CONTRACTOR understands and agrees that the time of completion is an essential consideration of development of his proposal and that failure to complete the work under this contract. within the allotted time as specified or subsequently adjusted by Change Orders, will result in damages to be sustained by the OWNER The CONTRACTOR and OWNER further agree in applying liquidated damages that such damages cannot be precisely measured or that the ascertain- ment of actual damages would be unduly difficult after the tact Therefore. the CONTRACTOR and the OWNER agree in apply- ing liquidated damages that for each and every calendar day the work or any portion thereof, remaining uncompleted after the completion date as established by the first sentence of the above paragraph, "Time of Completion ", the CONTRACTOR shall pay, as agreed liquidated damages, the amount of Two Hundred dollars (5 200 per day and that such amount shall be deducted by the OWNER from any payment to the CONTRACTOR. The bidder acknowledges the liquidated damages and all conditions pertaining thereto as herein established and agrees to pay such damages if the work is not complete on or before the time established herein or as subsequently adjusted by Change Order The undersigned acknowledges receipt of the following addenda: Addendum No. 1 dated August 23, 1988 Received Addendum No. 2 dated Received Addendum No. 3 dated Received _ _ MarvinBachmeyer Road Construction (Seal) End Secretary, if Contractor is a Corporation Rt. 2, Box 115 ntracto By Owner Title Taylor, Texas 76574 Address Page 3 04/17/86 SP'00120U (Must be in an amount of at least 5% of the bid. If the bid is upon alternates, this bond must be for at least 5% of the highest amount for which the bidder offers to do any or all the work bid upon.) THE STATE OF TEXAS COUNTY OF WILLIAMSON BIDDER'S BOND City of Round Rock KNOW ALL MEN BY THESE PRESENTS: THAT WE, , as principal and the other subscriber hereto as Surety, do hereby acknowledge ourselves to beheld and firmly bound to the City of Round Rock, a municipal corporation in the sum of Dollars. The condition of this obligation ft that:- - WHEREAS, the said principal is submitting to the City of Round Rock his or its bid for the doing for the City of Round Rock of certain work and construction of which the following is a brief description to- wit: -- Final grade preparation of approximately 35 acres of City Park including 8 ballfields, and preparing of adjacent parking areas and 5,260 L.F. of park loop road to subgrade. NOW THEREFORE, if the said bidder is awarded the contract for such work, the said bidder will, within the time provided in the specifications, enter into a contract with the City therefor upon the form and to the purpose and intent provided in the specifications, and will furnish a good and sufficient construction surety bond executed by said bidder and one corporate surety organized under the laws of the State of Texas or authorized to do business in the State of Texas and having a fully paid up capital stock of not less than $100,000.00 and duly licensed and qualified by the Board of Insurance Commissioners of the State of Texas under the provisions of Articles 4969 to 4972, both inclusive, Revised Civil Statutes of the State of Texas, which bond shall be for an amount equal to 100 per cent of the contract price and shall be conditioned in accordance with the requirements stated in the specifications upon which such bid is being submitted. In the event said bidder is unable or fails to execute said contract for the work proposed to be done or is unable or fails to furnish said construction bond in the amount and condition as aforesaid, the undersigned principal and surety shall be liable to said City of Round Rock for the full amount of this obligation which is here and now agreed upon and admitted as the amount of the damages which will be suffered by the City of Round Rock on account of the failure of such bidder to so comply with the terms of his bid. Executed this day of , A.D. 19 PRINCIPAL By By Surety INSTRUCTIONS: The surety on the foregoing bid bond must be a corporate surety meeting all of the requirements therein fixed for the Surety upon the performance bond thereby contemplated. Unless such Surety appears on the United States Treasury Department's current list of approved surety companies, this bond must be accompanied by a certificate bearing date not more than five days prior to the date fixed for the opening of the bids to which such bond relates, by the Board of Insurance Commissioners of the State of Texas, certifying to the fact that such Surety is licensed and qualified under the provisions of the Texas Statutes referred to in the above bond. Bidders and their Surety may at their peril and risk furnish a bid bond upon some other form than the foregoing sheet itself; but any bid will be subject to being rejected if the bid bond is upon any other form than the foregoing and fails in any respect to comply with the City's requirements as stated in the City Specifications and General Conditions. CONTRACT FORMS STATE OF TEXAS AGREEMENT COUNTY OF WILLIAMSON THIS AGREEMENT, made and entered into this / /'day of ___ , A.D. 1988 , by and between the City of Round Rock, Texas, a Municipa Corporation, home rule City and political Subdivision organized and existing under the laws of the State of Texas, acting through the City Manager or designee thereunto duly authorized to do so, Party of the First Part, hereinafter termed OWNER, and Marvin Bachmeyer Road Construction , of the City of Taylor County of Williamson , and State of Texas , Party of the Second Part, hereinafter termed Contractor. Witnesseth: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Party (Contractor), hereby agrees with the said Party of the First Part (Owner) to commence and complete the construction of certain improvements described as follows: Final grade preparation of approximately 35 acres of City Park including 8 ballfields, and preparing of adjacent parking areas and 5,260 L.F. of Park Loop Road to subgrade, and all extra work in connection therewith, under the terms as stated in the Project Manual, Plans and Addendum; and at the Contractor's own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, 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 hereto, and in accordance with the Project Manual, Plans and Addendum, which includes all maps, plats, blueprints and other drawings, and printed or written explanatory matter thereof, and the Specifications therefor, as prepared or approved by Baker - Aicklen & Associates, Inc. (1717 N. IH -35, Suite 206, Round Rock, Texas) and /or Espey, Huston & Associates, Inc. (110 S. Brown St., Round Rock, Texas 78664), each of which has been identified by the endorsement of the Contractor and the Engineer /Architect thereon: all of which are made a part hereof by this reference and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date contained in the Notice to Proceed given to the Contractor, and to complete same within 90 calendar days after the date of the written Notice to Proceed. Time is of the essence to this contract. The waiver by the Owner of any breach of this agreement must be in writing to be effective, and waiver of any breach shall not constitute waiver of any subsequent breach. The Owner agrees to pay the Contractor from the available fund for the performance of the contract in accordance with the Bid Proposal submitted therefor, subject to additions and deductions, as provided in the General Conditions of Agreement, and to make payments on account thereof as provided therein. Although drawn by Owner, this Contract shall, in the event of any disputes over its meaning or application, be interpreted fairly and reasonably, and neither more strongly for or against either party. In Witness Whereof, the parties to these presents have executed this Agreement in multiple originals in the year and day first above written. ATTEST: Approved as to form Party of the First Part (Owner) Law Department City of Round Rock Marvin Bachmeyer Road C6nstruction Secretary,* if Contractor is a Party of the Second Part Corporation or otherwise (Contractor) registered with the Secretary of the State End. Name of Signa ory: Owner Title of Signatory: *Copy of Corporate Resolution and minutes with certificate of officer of Contractor as to authority of signatory to bind Contractor to be attached. Bond #TX- 436186 STATE OF TEXAS COUNTY OF WILLIAMSON Marvin Bachmeyer Road Construction Principal C.I.P. NO. Merchants Bonding Company (Mutual) Surety PERFORMANCE BOND Marvin Bachmeyer Know All Men By These Presents: That Road Construction of the City of Taylor County of Williamson , and State of Texas , as Principal, and Merchants Bonding Company (Mutual) a solvent company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto The City of Round Rock (Owner), in the penal sum of One Hundred Fifty -Four Thousand Three Hundred Fifty -Two and Sixty- Five /100 U.S. Dollars (S 154,352.65 U.S.) 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: The conditions of this Bond or such that, whereas, the Principal has entered into a certain written contract with the Owner, dated the day of , 19 88 , which Agreement is hereby referred to and made a part hereof as fully and to the same extend as if copied at length herein. Now, Therefore, The Condition of This Obligation Is Such, that if the said Principal shall faithfully perform said Agreement and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Agreement 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 Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no extension of time, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such extension of time. In Witness Whereof the said Principal and Surety have signed and sealed this instrument this '26th day of September , 19 88 . By Title Owner Address Rt. 2, Box 115 Taylor, Texas 76574 By Tit e Robert D. ave, Attorney -in -Fact Address 6000 N. Lamar, Suite 200 Austin, TX 78752 The name and address of the Resident Agent of Surety is: Bill Pitts. Insurance Agency, P.O. Box 2291, Austin, TX 78768 Note: A copy of the Surety Agent's "Power of Attorney" must be attached hereto. End. Know All Men By These Presents. that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the Slale•oI Iowa, and having its principal office in the City of Des Moines, County of Polk, Slate of Iowa, halh made. constituted and appointed, and does by These presents make. constitute and appoint Robert D. Cave of Austin and State of Texas its true and lawful Attorney -in -Fact. with full power and authonty hereby conferred in its name, place and stead, to sign, execute. acknowledge and deliver in its behalf as surely. Any and all bonds or undertaking provided that no bond or undertaking executed under this authority shall exceed in amount the sum of THREE HUNDRED THOUSAND ( $300,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as 9 such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authonty herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2, SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto. bonds and undertakings, recognizances, contracts of indemnity and other wntings obligatory in the nature (hereof. ARTICLE 2, SECTION 6B. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking. recognizance. or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed In Witness Whereol. MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and Executive Vice President, and its corporate seat 10 be hereto affixed, this 1st day of January A D . 19 88 Attest. STATE OF IOWA COUNTY OF POLK ss MERCHANTS BONDING COMPANY (Mutual) DES MOINES, R WA it Vice Pres,denf This power of attorney expires is continuous POWER OF ATTORNEY By MERCHANTS BONDING COMPANY (Mutual) • • . ,Cp47 • �(t :9 . 2 : yF a ,Ie 9 JV3e •3• • J' cu Ptoale • • ...... . .`ac: On this 1st day of January 19 88 , before me appeared M.J. Long and Rodney Bliss III. to me personally known, who being by me duly sworn did say that they are Vice President and Executive Vice President respectively of the MERCHANTS BONDING COMPANY (Mutual). the corporation described in the foregoing instrument. and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of sad Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, al the City of Des Moines. Iowa the day and year first above written. G. BRU Notary Pubhc Poll. County bna My Comrnrss,wi Enpnes 8 -4 -89 STATE OF IOWA COUNTY OF POLK ss ....... I, M,J Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby certify that the above and foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said MERCHANTS BONDING COMPANY (Mutual). which is still in force and effect . co-. 0. .6i In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company, at . , ...... • O � P 0, • V . q . . This 26th day of September t9 ' 88 , 9 • :y< Of ,ICERTIFICATIANCE ISSUE DATE(MM/DD/YY) 10/6/88 PRODUCER n AMENDED, u • THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS THE POLICIES ELOW T AMEND, EXTE OR ALTER THE CERTIFICATE HOLDER. THIS CERTIFICATE - ROUND ROCK INSURANCE P. 0. Box 356 Round Rock, Texas 78680 COMPANIES AFFORDING COVERAGE COMPANY LETTER A TRANSCONTINENTAL INS. CO. TE LETR Y B TRANSPORTATION INS. CO. INSURED MARVIN BACHMEYER DBA MARVIN BACHMEYER ROAD CONSTRUCTION Rt. 2, Box 115 Taylor, Texas 76574 COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES TIONS OF SUCH POLICIES. COMPANY o LETTER COM D COMPANY E LETTER BEEN ISSUED TO THE NSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- O CO TYPE OF INSURANCE POLICY NUMBER POLICY EFRCTNE OATS EFFEG POLICY EXPIRATION DOTE A LL LIMITS IN THOUSANDS A GENERAL LIABILITY 1 01134804 3/8/88 3/8/89 [[y�am i © COMMERCIAL GENERAL LIABILITY PRODUCTS.COMP /OPS AGGREGATE �wll�ll� ■■ CLAIMS MADE X OCCURRENCE PERSONAL 8 ADVERTISING INJURY X x OWNER'S & CONTRACTORS PROTECTIVE BFCGL EACH OCCURRENCE 12 1111WM =1:3■EINUMI MEDICAL EXPENSE (ANY ONE PERSON) MIME A AUTOMOBILE © x X . 141X < X I> I <I 1 LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OWNED AUTOS GARAGE LIABILITY BUA 30 1134803 3/8/88 3/8/89 L �` $ 500 BODILY (J "I $ InBO°1�v ,SODEN11 $ PROPERTY GAME 'P A EXCESS LIABILITY OTHER THAN UMBRELLA FORM UMB 001134805 3/8/88 3/8/89 EA OCCUENCE $1000 AGGREGATE $ 1000 B WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY WC 501134802. 3/8/88 3/8/89 $ 100 (EACH ACCIDENT) • $ 500 (DISEASE POLICY MD $ 1 00 (DISEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS Certificate holder shall be given 10 days wr'tten notice before any provisions of policies are changed or in the event said policies shall be cancelled. HOLDER CANCELLATION CERTIFICATE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. OLD SETTLERS PALM VALLEY PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF ROUND ROCK MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ROUND ROCK, TEXAS 78680 ! LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE 0 OBLIGATION OR LIABILITY OF ANY KIND UPON THE . •. - ANY, ITS AGENTS . • REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ,p r ,, R11 D ROCK � INSURANCE ACORD 25.S (11!15) , IIR /ACORD CORPORATION 1985 Bond #TX- 436186 STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND Marvin Bachmeyer Know All Men By These Presents: That Road Construction of the City of Taylor , County of Williamson and State of Texas as principal, and erc an s on 'Company (Mutual a solvent corporation 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 interests may appear, all of whom shall have the right to sue upon this bond in the penal sum of One Hundred Fifty -Four Thousand Three Hundred Fifty -Two and Sixty- Five /100 U.S. Dollars ($ 154,352.65 U.S.) 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: The conditions of this Bond or such that, whereas, the Principal has entered into a certain written contract with the Owner, dated the day of , 19 88 , which Agreement is hereby referred to and made a part hereof as fully and to the same extend as if copied at length herein. 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 oweing by said Principals for Subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvement of said Agreement, then this obligation shall be and become null and void: otherwise to remain in full force and effect: Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no extension of time, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such extension of time. In Witness Whereof, the said Principal and Surety have signed and sealed this instrument this 26th day of September 19 88 Marvin Bachmeyer Road Construction Principal Merchants Bonding Company (Mutual) Surety By By Title Owner Tile Robert D. Cave, Attorney -in -Fact Address Rt. 2, Box 115 Address 6000 N. Lamar, Suite 200 Taylor, Texas 76574 Austin. TX 78752 The name and address of the Resident Agent of Surety is: Bi11,Pitts,Insurance Agency, P.O. Box 2291, Austin, TX 78768 Note: A copy of the Surety Agent's "Power of Attorney" must be attached hereto. End. MERCHANTS BONpING COMPANY (Mutual) DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the Stale•of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hash made. constituted and appointed. and does by these presents make. constitute and appoint Robert D. Cave el Austin and Slate of TeXas Its true and lawful Atlomey -in -Fact, with lull power and authonly hereby conferred in Its name, place and stead. to sign, execute. acknowledge and deliver in its behalf as surety: Any and all bonds or undertaking provided that no bond or undertaking executed under this authority shall exceed in amount the sum of THREE HUNDRED THOUSAND ( $300,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual). and all the acts of said Atlomey, pursuant to the authority herein given, are hereby rahlfed and confirmed This Power•ol•Attomey is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2, SECTION 6A — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact. and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings. recognizances. contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 2, SECTION 68. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authonzing the execution and delivery of any bond. undertaking. recognizance or other suretyship obligations or the Company. and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof. MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and Executive Vice President, and its corporate seal to be hereto affixed. this 1st day of January A.D.. 19 88 Attest STATE OF IOWA COUNTY OF POLK ss Nco Pres,donl This power of attorney expires is continuous By MERCHANTS BONDING COMPANY (Mutual) • . .HG co j SOO _ •yam • • a • 19 3 ( y jrecutNe c Pres • • On this 1st day of January , 19 88 . before me appeared M J Long and Rodney Bliss III. to me personally known, who being by me duly sworn did say that They are Vice President and Executive Vice President respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument. and That the Seal affixed to the said instrument Is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behall of said Corporation by authority of its Board of Directors In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal. at the City of Des Moines. Iowa the day and year lust above written 3i IOWA m O r '• •, • ,,: " ' • STATE OF IOWA I. g11 �' COUNTY OF POLK ss • I, M.J. Long. Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby certify that the above and foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said MERCHANTS BONDING COMPANY (Mutual), which is still in force and effect • ' LNG Co •• p •....... 1i In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company, at O • ?•' RPO . '• • this 26th day of September 19 ' 88 : y • 0 9 ) 9 � y <: m- • Notary Pu0ho Polk County lox., My Cwn,nrsswn E•pnus 8 -4 -89 Bond *TX- 436186 STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON THAT WE, Marvin Bachmeyer Road Construction As Principal, hereinafter called "Contractor ", and the other subscriber hereto as Surety, do hereby acknowledge ourselves to be held and firmly bound to the City of Round Rock, a municipal corporation, in the sum of one Hundred Fifty -Far Thousand Three Hundred Fifty-Two and 65/10o DOLLARS ($ 154,352.65 ) for the payment of which sum well and truly to be made to the City of Round Rock, and its successors, the said Contractor and Surety do bind themselves, their successors and assigns jointly and severally. The conditions of this obligation are such that: WHEREAS, the said Contractor has entered into a contract in writing with the City of Round Rock, Texas, dated of even date herewith, for the final grade preparation of approximately 35 acres of City Park including 8 ballfields, and preparing of adjacent parking areas and 5,260 L.F. of Park Loop Road to subgrade, all of such work to be done as set out in full in said contract and the plans and specifications therein referred to, and adopted by the City Council of Round Rock. NOW, THEREFORE, if the said Contractor shall repair, replace and restore any and all defects in, or damages to, said old Settler's Park at Palm Valley occasioned by, and resulting within one (1) year from and after the day of the acceptance of said work by said City of Round Rock from defects in materials furnished by, or workmanship of the Contractor, in performing the work covered by said contract, then this obligation shall become null and void, and shall be of no further force and effect; otherwise, the same is to remain in full force and effect. IN TESTIMONY WHEREOF, witness our hands this 26th day of September , A,D. 19 88 ATTEST: APPROVED: Marvin Bachmeyer Road Construction CONTRACTOR Secretary By: Merchants Bonding Company (Mutual) SURETY Senior Assistant City Attorney By: Robert D. Cave, Attorney - in - Fact The foregoing bond is approved and accepted this day of , A.D. 19 Director of Public Works City of Round Rock, Texas MAINTENANCE BOND MERCHANTS BONDIN COMPANY (Mutual) DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the Stale.oI Iowa. and having Its principal office in the City of Des Moines. County of Polk, Stale of Iowa. !lath made. constituted and appointed, and does by these presents make. constitute and appoint Robert D. Cave of Austin and Stale of Texas Its true and lawful Attorney -in -Fact, with full power and authority hereby conferred in Its name, place and stead. to sign. execute. acknowledge and deliver in Its behalf as surety: Any and all bonds or undertaking provided that no bond or undertaking executed under this authority shall exceed in amount the sum of THREE HUNDRED THOUSAND ( $300,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as 9 such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual) ARTICLE 2, SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company. and attach the seal of the Company (hereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 2. SECTION 68. — The signature of any authonzed officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking. recognizance. or other suretyship obligations al the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused These presents to be signed by its Vice President and Executive Vice President. and its corporate seal lo be hereto affixed, this 1 st day of January A D . 19 88 Attest' MERCHANTS BONDING COMPANY (Mutual) .: c.\ STATE OF IOWA COUNTY OF POLK ss This power of attorney expires is continuous By 'Z: . • ... Oat P.es,een1 . Zp.ncua Preslc 9 J i a o STATE OF IOWA . '. V bd ,- •....- •��a °' COUNTY OF POLK ss • • On this 1 st day of January . 19 88 , before me appeared M Long and Rodney Bliss Ill. to me personally known, who being by me duly swom did say that they are Vice President and Executive Vice President respectively of the MERCHANTS BONDING COMPANY (Mutual). the corporation described in the foregoing instrument. and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal. at the City of Des Moines. Iowa the day and year lust above written Notary Pu0(0 Poo County 0000 My Conirnrsvon E.pues 8-4-89 • "" I, M J Long. Vice President of the MERCHANTS BONDING COMPANY (Mutual). do hereby certify that the above and foregoing is a true and correct copy of the POWER OF ATTORNEY. executed by said MERCHANTS BONDING COMPANY (Mutual). which 15 still in force and effect In Witness Whereof. I have hereunto set my hand and affixed the seal of the Company, at this 26th day of September 19, 88 COMPANY TYPE OF POLICY LETTER INSURANCE NUMBER GENERAL LIABILITY _Comprehensive Form Premises- __ Operations _Explosions and Collapse Hazard _Underground Hazard _Products /Completed Operations Hazard _Contractual Insurance _Broad Form Property Damage _Independent Contractors _Personal Injury POLICY EXPIRATION DATE BIDDING AND CONTRACT REQUIREMENTS THIS CERTIFICATE IS ISSUED FOR THE DURATION OF THE PROJECT 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 LISTED BELOW. NAME AND ADDRESS OF AGENCY COMPANIES AFFORDING COVERAGES COMPANY A LETTER COMPANY B LETTER NAME AND ADDRESS OF INSURED COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER This is to certify that policies of insurance listed bel the insured named above and are in force at this time. requirement, term or condition of any contract or other to which this certificate may be issued or may pertain, by the policies described herein is subject to all the conditions of such policies. Bodily $ Injury Property $ Damage Bodily $ Injury and Property Damage Combined Personal Injury ow have been issued to Not withstanding any document with respect the insurance afforded terms, exclusions and LIMITS OF LIABILITY IN THOUSANDS (000) EACH OCCURRENCE AGGREGATE $ - AUTOMOBILE LIABILITY Comprehensive Form Owned - Hired - Non -Owned EXCESS LIABILITY _ Umbrella Form Other than Umbrella WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY OTHER Builders Risk Description of Operations/ Locations /Vehicles PROJECT TITLE: C.I.P. No. PROJECT LOCATION: Bodily Injury $ (Each Person) Bodily Injury $ (Each Accident) Property Damage $ Bodily Injury and Property Damage $ Combined Statutory (Each Account) The City of Round Rock is named as an additional insured under all insurance, other than Workmen's Compensation. Cancellation: No policies will 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. NAME AND ADDRESS OF CERTIFICATE HOLDER: DATE ISSUED: CITY OF ROUND ROCK End. REPRESENTATIVE AUTHORIZED 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONDITIONS OF CONTRACT 1 1 1 1 1 1 a 1 a 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS OF THE AGREEMENT CONTENTS page 1. DEFINITIONS 1 2. GENERAL PROVISIONS 2 2.01 Engineer's Status and Authority 2 2.02 Right of engineer to Modify Methods and Equipment 3 2.03 Changes and Alterations 3 2.04 Damages 4 2.05 Losses from Natural Causes 4 2.06 Lams and Ordinances 4 2.07 Licenses, Permits, and Certificates 4 2.08 Royalties and Patents 4 2.09 Keeping of Plans and Specifications Accessible 4 2.10 Discrepancies and Omissions 4 2.11 Contractor's Understanding 5 2.12 Extra Work 5 2.13 Payment for Extra Work 5 2.14 Assignment and Subletting 6 2.15 Subcontractors 6 2.16 Owner's Status 7 2.17 Completed Portions of Work 7 2.18 Materials 7 2.19 Receiving and Storage of Materials 7 2.20 "Or Equal" Clause 7 2.21 Completed Work 7 2.22 Materials Furnished by the Owner - 7 2.23 Protection of Property 8 2.24 Shelters for Workmen and Materials 8 2.25 Sanitary Facilities 8 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 8 3.01 Labor, Equipment. Materials and Construction Plant 8 3.02 Performance and Payment Bonds 8 3.03 Contractor's Ability to Perform 9 3.04 Superintendence and Inspection 9 3.05 Character of Employees 9 3.06 Contractor's Duty to Protect Persons and Property 10 3.07 Safety Codes 10 3.08 Barricades 10 3.09 Minimum Wages 10 3.10 Unsuitable Work or Materials 10 3.11 No Waiver of Contractor's Obligation 11 3.12 Site Clean Up 11 3.13 Guarantee 11 (CONTENTS CONTINUED) 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades 4.02 Right of Entry 4.03 Owner's Inspectors 4.04 Collateral Work 4.05 Right -of -Way 4.06 Adequacy of Design Pape 12 12 12 12 12 13 13 5. SCHEDULING AND PROGRESS OF WORK 13 5.01 Order and Prosecution of the Work 13 5.02 Rate of Progress 13 5.03 Sunday. Holiday. and Night Work 13 5.04 Hindrances and Delays 14 5.05 Extensions of Time 14 5.06 Liquidated Damages for Failure to Complete on Time 14 6. INDEMNITY 15 6.01 Contractor's Indemnity Provision 15 6.02 Workmen's Compensation Insurance 15 6.03 Comprehensive General Liability Insurance 16 6.04 Owner's Protective Insurance 16 6.05 Comprehensive Automobile Liability Insurance 16 6.06 Insurance Certificate 16 7. TERMINATION OF CONTRACT 17 7.01 Right of Owner to Terminate 17 7.02 Right of Contractor to Terminate 17 7.03 Removal of Equipment 17 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 17 8.01 Notification of Contractor 17 8.02 Retention.of Contractor's Equipment and Materials' by Owner 17 8.03 Methods of Completing the Work 18 8.04 Final Acceptance 19 8.05 Disposition of Contractor's Equipment 19 9. MEASUREMENT AND PAYMENT 19 9.01 Character of Measurements 19 9.02 Estimated vs. Actual Quantities 19 9.03 Payment 20 9.04 Monthly Estimates and Payments 20 9.05 Certificates of Completion 21 9.06 Final Estimate and Payment 21 9.07 Notarized Affidavit 21 9.08 Release of Liability 21 9.09 Contractor's Obligation 22 9.10 Payments Withheld 22 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the nett consecutive midnight. 1.02 Contract Documents. The Contract Documents shall consist of the Notice to Contractors; Advertisement; thelnformation to Bidders; the Bid Proposal; Signed Agreement; Performance, Payment and Maintenance Bonds; the General Conditions of the Agreement; the Special Conditions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. 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, Payment and Maintenance Bonds, Addenda, Proposal, Special Conditions of the Agreement. Notice to Contractors, Specifications. Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shall mean the business organization or individual named and designated in the Contract Agreement as the "Party of the Second Part ", who has entered into this contract for the performance of the work covered thereby, and its, his. or their duly authorized agents and other legal representatives. 1.04 Engineer. "Engineer" shall mean Baker - Aicklen & Assoc., Inc. or.such other Engineer. supervisor, or inspector who has been designated, appointed. or otherwise employed or delegated by the Owner for this work, or their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. 1.05 Extra Work. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or Owner be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal. except as provided under "Changes and Alterations ". herein. 1.06 Owner. "Owner" shall mean The City of Round Rock, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all drawings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engineer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contractor to the Owner when and as approved by the Engineer. GC -1 1.08 Specifications. "Specifications" shall mean (a) all written descriptions. methods and instructions prepared by the Owner as a basis for proposals. (b) all supplementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions. methods and instructions submitted by the Owner to the Contractor. and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications: it does not, however. include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term "substantially completed" shall mean that the structure or facility has been made suitable for use and is in a conditiontoserve its intended purpose. but still may require minor miscellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the equipment. supplies. material. and services to be furnished under the Contract unless some other meaning is indicated by the contest. 1.12 Working Day. A "working day" is defined as any day not including 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 continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended. or if delivered at or .sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litigation it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Contract; that he shall determine all questions in GC -2 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 relation to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and findings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, however, that should the Engineer render any decision or give any direction 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 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the contractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress required under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. 2.03 Changes and Alterations. The Contractor agrees that the Owner. through the Engineer. 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 .construction without affecting the validity of this Contract and the accompanying bonds. 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. If they increase the amount of work and the increased 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 established for such work under this contract; otherwise such work shall be paid for as provided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work. then the Owner shall compensate the Contractor for any materials or labor so used. for any actual loss occasioned by such change, and for the actual expenses incurred in preparation for the work as originally planned. GC -3 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons. firms. and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. the Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons. firms, corporations. or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage arising out of the nature of the work to be done or from the action of the elements or from any unforeseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered in the prosectuion of the work shall be sustained and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal. State. and local laws. ordinances. rules and regulations which in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his employees or his subcontractors and their employees. 2.07 Licenses. Permits and Certificates. Except as hereinafter stipulated. all licenses. permits. certificates. etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is required such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages. royalties, or fees on any patented invention used by him in connection with the work done or material furnished under this Contract; provided, however. that if any patented material, machinery, appliance, or invention is clearly specified in this Contract. the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such coat is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with five (5) - sets of executed Plans and Specifications without expense to him, and the Contractor shall keep one copy of the same constantly accessible on the work; with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material GC -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 must be furnished in accordance with the generally accepted practice. and 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 which is intended to apply to the work. 2.11 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. No verbal agreement or conversation with any officer. agent. or employee of the Owner. either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change. alteration. or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contractor's Proposal. except as provided in Section 2.03 — "Changes and Alterations ". It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. 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. he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance. the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. 2.13 Payment for Extra Work. It is agreed that the compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: Method "A" — By agreed unit prices; 'Method "B" — By agreed lump sum; or GC -5 Method "C" — If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen. such as foreman, mechanics. craftsmen, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power — driven equipment at agreed —upon rates for the time actually employed or used in the performance of the extra work; (d) transporation charges necessarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants. water, and similar operating expenses; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional premiums for construction bonds, workmen's compensation. public liability and property damage. and other insurance required by the Contract, where the premiums therefore are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and 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 incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the contractor shall cover and compensate him for his profit, overhead, and general superintendence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless .by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to all prior liens of all persons. firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner. his subcontract shall be immediately terminated by the Contractor upon written notice from the Owner. GC -6 1 1 1 1 1 1 1 1 1 1 ,1 1 1 1 1 1 1 1 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not completed in accordance with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction. the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials.. 2.19 Receiving 'and Storage of Materials. The contractor shall make arrangements for receiving and storing materials. The Owner will not sign -for or receive shipments of materials consigned to the ,Contractor. The Owner will not furnish storage space for materials except where the written permission of the Engineer is given. 2.20 "0r Equal" Clause. Whenever a material, product. or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material. product. or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Contract Documents. 2.21 Completed Work. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. The provision shall extend to the taking of all necessary sanitary precautions to avoid contamination of such materials that must be maintained and incorporated into the work in a sanitary condition. GC -7 2.23 Protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work. and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. The Contractor shall satisfactorily shore, support. and protect any and all structures, and all pipes. sewers, drains. conduits, and other facilities belonging to the Owner. and be shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement. interference. or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.25 Sanitary Facilities. Necessary sanitary toilet facilities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor, Equipment. Materials and Construction Plant. The Contractor shall provide all labor. tools. equipment. machinery. supplies and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care. preservation, conservation, or protection of any material. tools. or machinery on any part of the work until it is finally completed and accepted. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Performance and Payment Bonds. 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 100% of the total Contract price in standard forms for this purpose, guaranteeing GC -8 1 1 1 1 1 1 r r 1 1 i 1 1 1 1 1 1 faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. It is agreed that the Contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. 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. The surety company or companies underwriting the performance and payment bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States. shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. - 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment inventory and records showing the satisfactory completion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of Contract ", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a competent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superintendent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervision of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform him that the work being accomplished is of sub — standard character by reason of carelessness, incompetence. or inexperience on the part of the GC -9 workers the installation of such work shall be immediately suspended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract. the Contractor shall protect the public and the Owner fully by taking reasonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in any way connected with the performance of this Contract. the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the performance of this contract unless necessary to its performance. and in that event the Contractor shall provide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondelegable, and the Contractor's compliance with the specific recommendations and requirements of the Owner as to the means of warning shall not excuse the Contractor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal. State. and Municipal safety laws and building and construction codes. All machinery. equipment, and other physical hazards shall be guarded in accordance with the latest edition of 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. 3.08 Barricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established prevailing wage scale for work of a similar character in this locality. A scale of prevailing wages is included in the Special Conditions of these Contract Documents. The Contractor shall pay not less than the general prevailing wages shown on said scale and shall keep accurate wages records accessible in accordance with Article 5159 of the,Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be GC -10 deemed by the Engineer as unsuitable or not in conformity with the specifications. the Contractor shall. after receipt of written notice thereof from the Contracting Officer. forthwith remove such material and replace. rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work. the Engineer may direct that the work be done by others and that the cost of the work be deducted from monies due the Contractor. 3.11 No Waiver of Contractor's Obligations. The Engineer. supervisor, or inspector shall have no 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, supervisor, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out. remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however that the Engineer, supervisor, or inspector shall upon request of the contractor inspect and accept or reject any material furnished, and once the material has been accepted by the Engineer. supervisor, or inspector such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet with the specifications for the 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 specifications for said work. all expense of removing. re- examination, and replacement shall be borne by the Contractor; otherwise the expense thus incurred shall be allowed as "Extra Work" and shall be paid for by the Owner. 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall mainrain the site in a neat and orderly, condition throughout the construction period. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits. pipes. chambers, or conduits, shall tear down and remove all temporary structures built by him, shall remove all rubbish of every kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of the work embraced by this Contract, the Contractor shall make all needed repairs arising out GC -11 of defective workmanship or materials. or both. which in the judgement of the Owner shall become necessary during such period. If within 10 days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs. the Owner is hereby authorized to make such repairs at the Contractor's expense; provided, however, that in case of an emergency where, in the judgement of the Owner. delay would cause serious loss or damage. repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever necessary. 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 therefore The Contractor shall give the Engineer ample 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 by the Engineer at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or location on which the work herein contracted is being constructed or installed for the purpose of supervising a%d inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such Engineer, supervisors, or inspectors as the said Owner may deem necessary to inspect the material furnished and the work done under this Contract. to see that the said material is furnished. and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid. and assistance required by the Engineer. supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Engineer. supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to provide all labor and material essential to the completion of work that is not included in this Contract either by a separate contract or otherwise. Any collateral work shall" be prosecuted in such a manner that it will not damage the Contractor nor delay the progress of the work being accomplished under this Contract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. GC -12 4.05 Right —of —Way. Easements across private property and lands needed for construction under this contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design. sufficiency of the Contract Documents. the safety of the structure and practicability of the operations of the completed project; provided 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. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. 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 time of prosecution shall be such that the work shall be completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the elements or to coordinate with other work being done for or by the Owner. 5.02 Rate of Progress. The Contractor shall give the Engineer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Engineer may order the Contractor to increase or improve his facilities or methods. and the Contractor shall promptly comply with such orders; but neither compliance with such orders; failure to comply will result in placing Contractor in abandonment per Section 8 "Abandonment of Contract by Contractor "; but neither compliance with such orders nor failure of the Engineer to issue such orders shall release the Contractor from his obligation to secure the degreee of safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible for the safety. adequacy. and efficiency of his plant. equipment. and methods. 5.03 Sunday, Holiday, and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already GC -13 done. no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engineer. 5.04 Hindrances and Delays. No claims shall be made by the Contractor for damages. hindrances, or delays from any cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the Owner. If the Owner stops the work for just cause because the Contractor is not complying with the plans and specifications or the intent thereof. the Contractor shall have no claim for damages. hindrances. or delays. However, if the Owner stops the work for any other reason, the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred which in the judgement of the Engineer occurred as a result of the work stoppage. Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment. or personnel. or where the Engineer determines that unreasonable inconvenience to the public is due to such failure. the Contractor's operations shall be suspended until he shall have provided adequate plant. equipment. and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neglect of the Owner or Engineer, or of any employee of either. or by any other contractor employed by the Owner. or by strikes. fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided. then an extension of time sufficient to compensate for the delay as determined by the Engineer shall be granted by the Owner; provided, however. that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete 'on Time. The Contractor agrees that time is of the essence of 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 the preceding paragraph. the Owner may withhold permanently from the Contractor's total compensation. not as a penalty but as liquidated damages. the sum per day given in the following schedule: GC -14 Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 30.00 $ 5.001.00 to $ 15,000.00 35.00 15,001.00 to 25,000.00 40.00 25.001.00 to 50,000.00 50.00 50,001.00 to 100,000.00 70.00 100.001.00 to 500,000.00 200.0_ 500.001.00 to 1.000.000.00 X0.00 1,000,001.00 to 2.000.000.00 400.00 2,000,001.00 to 5.000.000.00 500.00 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract. the Contractor shall indemnify and save harmless the Owner and the Owner's agents and employees from all losses. damages. judgements. decrees, and expenses or costs of any nature whatsoever arising out of or in any way connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts. negligence, nuisance, or breach of any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the Owner and the Owner's agents and employees from all demands of subcontractors, workers, material persons, or suppliers of machinery and parts thereof. equipment, power tools. and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees. subcontractors or their employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas. and to pay or cause to be paid all compensation. medical or other benefits. which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of accidental injury. disease or death sustained by subcontractor's employees. The Contractor shall furnish the Owner with a certificate from the Industrial Accident Board evidencing the Contractor's and subcontractor's compliance with said statute. GC -15 6.03 Comprehensive General Liability Insurance. 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. a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner. which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $100.000 each person $300,000 each accident Property Damage $ 25,000 each accident $ 50.000 aggregate • 6.04 Owner's Protective Insurance. 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 Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liability Insurance ". 6.05 Comprehensive Automobile Liability Insurance. 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, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work of all motor vehicles licensed for highway use. whether they are owned. non — owned. or hired by the Contractor. in which shall specifically insure contractual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50.000 each accident 6.06 Insurance Certificate. In connection with the insurance coverage set out in sections 6.02. 6.03. 6.04 and 6.05 above. the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions of the policies are changed or in the event said policies shall be GC -16 cancelled. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. - 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be guilty of substantial violation of the Contract or any provision thereof, the Owner. upon certification by the Engineer as to the nature and extent of such violation. may without prejudice to any other resources or remedy give the Contractor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the Owner may take possession of the site of the work and all material, equipment, tools, and appliances thereon and may finish the work in accordance with the provisions of Section 8 ^Abandonment of Contract by Contractor". of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if the Owner should substantially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor. then the Contractor may, upon ten (10) days written notice to the Owner, terminate this Contract and recover from the Owner payment for all completed work. 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools. and supplies. and the Contractor shall comply with the request within ten (10) days after receipt of the notice. Should he fail to do so within ten (10) days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment. tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 8.01 Notification of Contractor. If the Contractor should abandon and fail to 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 this Contract or with the specifications hereto attached. then the Contractor shall be deemed as having abandoned the Contract. In such event the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice of abandonment the Contractor shall not GC -17 • 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 2.12 entitled "Extra Work ". it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settlement. 8.03 Methods of Completing the Work. If the Surety should fail to commence compliance with the notice for completion hereinbefore provided 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: a. The Owner may thereupon employ such force of workers and use such machinery. equipment, tools. materials, and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor. machinery, equipment, tools, materials, and supplies to said Contractor, and the 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 Contract. 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 said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same had been completed by said Contractor. then the Contractor or his Surety shall pay the amount of such excess to the Owner. . b. The Owner under sealed bids, after fourteen (14) days notice published two or more times in a newspaper having a general circulation in the county of location of the work. 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 of any increase in cost to the Owner under the new contract as compared to what would have been the coat 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 new contract prove to be less than what would have been the cost to complete under this Contract. the Contractor or his Surety shall be credited therewith. GC -18 8.04 Final Acceptance. When the work has been completed. the Contractor and his Surety shall be so notified and a contract Completion Certificate as hereinafter provided 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. 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 Contract Completion Certificate. 8.05 Disposition of Contractor's Equipment. 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 or his Surety 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 turned over to the Contractor or his Surety. Should the cost to complete the work exceed the contract price. and the Contractor 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.by the Owner 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 fifteer. (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. 9. MEASUREMENT AND PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed. but the actual length. area solid contents. number. and weight only shall be considered unless otherwise specifically provided. 9.02 Estimated vs. Actual Quantities. Any and all estimated quantities stipulated in the proposal form under unit price items 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 GC -19 the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quantity of materials furnished. The 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 amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the estimated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised consideration on the portion of the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing materials for the overrun or underrun quantities. Such revised consideration shall be determined by agreement between the parties or otherwise by the 'terms of this Contract as provided under Section 2.12 entitled "Extra Work ". 9.03 Payment. 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 the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations contained herein. the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, 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 Contract. the attached specifications, and requirements of the Engineer. 9.04 Monthly Estimates and Payments. On or about the 25th day of each month the Engineer will make an approximate estimate of the value of work done in conformity with the plans and specifications during the said calendar month. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Contractor 90 percent of the amount of such estimated sum on or before the 15th day of the next month. It is understood,' however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may, upon written recommendation of the Engineer. pay a reasonable and equitable portion of the retained percentage to the Contractor. GC -20 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Engineer notice that the work has been completed. the Engineer shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accordance with the plans, specifications and Contract. If so, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final acceptance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Completion Certificate has been issued, the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnished under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the Contractor within fifteen (15) days from the 'date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically understood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 entitled "Notarized Affidavit ", has been submitted to the Engineer. All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement. signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company consents to final payment to the Contractor being made by the Owner. 9.08 Release of Liability. The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any person relating to or affecting the work. GC -21 9.09 Contractor's Obligation. Neither the Contract Completion Certificate 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 in the Contract Documents. 9.10 Payments Withheld. The Owner may. on account of subsequently discovered evidence. withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c Failure of the Contractor to make payments properly to subcontractors or for material or labor. d. Damage to another contractor. 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. . GC-22 The following special provisions modify, change, delete from or add to the "General Conditions of the Agreement ", and shall be used in conjunction with them as a part of the contract documents. Civil Rights SPECIAL PROVISIONS OF THE AGREEMENT The contractor is required to comply with regulations issued pursuant to the Civil Rights Act of 1964 with respect to nondiscrimination in assisted programs of the Department as follows: "During the performance of this contract, the contractor agrees as follows: "(1) The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national .origin. The contractor will take affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection of training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the nondiscrimination clause. "(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin. "(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246, as amended (3CFR 169 (1974)), and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246, as amended, and of the rules, regulations and relevant orders of the Secretary of Labor. "(5) The contractor will furnish all information and reports required by Executive Order No. 11246, as amended, and by the rules, regulations, and orders of the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No.1 11246, as amended or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246, as amended, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order, as the contracting agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interest of the United States." Program Funds Funding for this project will be aided by the Texas Local Parks, Recreation and Open Space Fund, administered by the Texas Parks and Wildlife Department. Notification to City Contractor shall notify the City of Round Rock Public Works Department (within 10 days) after accepting new contracts as either sub or general contractor, along with a list of manpower and equipment to be moved from this project, if any. Special Information Existing contours were generated from aerial photography work and are on the average about 6 inches high. Cut (excavation) and fill (embankment) pay quantities are based on absolute quantities generated from finished plan grades and existing cross sections surveyed on the ground. Topsoil and, if needed, borrow is considered subsidiary to other items of work. No payment will be made for, if required, any over excavation of topsoil to obtain a sufficient quantity for final placement, and no payment will be made for, if required, any excavation of borrow to obtain a sufficient quantity of fill to complete work to finished plan grades. SOILS I NVESTIGAT(ON 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Series 0 Bidding and Contract Requirements Soil Investigation Data Section 00220 Depending on project requirements, Owner may have obtained geotechnical information, which may include subsur- face data, logs of soil borings and recommendations from geotechnical consultants. Any information obtained is solely for use by Engineer /Architect in design of project and are not part of contract. If soil borings have been prepared, they will be included in this section or on plans. Any geotechnical information included is for information only. Owner does not guarantee accuracy or validity of sod investigation data, nor does Owner assume any responsibility for Contractor interpretation or conclusions drawn from data. Contractor may, at his option, perform additional subsurface investigations at his own expense. End 00220 Rev. 03124/88 Page 1 Soil Investigation Data 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Project No. AU -02 -88 -0008 April 21, 1988 " City of Round Rock, Texas c/o Espey Huston & Assoc. 110 South Brown Street Round Rock, Texas 78680 Attention: Mr. John Moody, P.E. Re: Pavement Investigation Old Settler's Park Phase II Round Rock, Texas Gentlemen: Consulting 6soteehnical. Materials and Environmental Engineers Geologists. Scientists and Chemists Raba- Kistner- Brytest Consultants, Inc. 8100 Cameron Road, Austin, TX 78753 (512) 3391745 This letter constitutes a report of subsurface conditions for the proposed main roadway for the second phase of the proposed Old Settler's Park in Round Rock, Texas. This investigation was conducted for the City of Round Rock through Espey Huston and Associates and may not contain sufficient information for purposes of other parties for other uses. This study was authorized by Mr. William Griffen February 9, 1988. A total of twenty -four borings were conducted for this investigation, each advanced to a maximum depth of 5.0 feet. Drilling and field testing proce- dures were conducted in substantial accordance with currently accepted prac- tices and standards. The borings were located by Espey Huston and Associ- ates and essentially follow the proposed right -of -way paths. The test holes were advanced using hollow -stem augers and occasionally thin - walled Shelby tube samplers. The borings were advanced without the use of water as a drilling fluid. The sample return was visually logged in the field and all samples were sealed to minimize moisture loss. The samples were placed in core boxes and returned to the laboratory for further analysis. Field logs and samples were reviewed by the project engineer and staff geologist. Representative samples of the subsurface materials were subjected to Atterberg limits and Minus 200 mesh sieve testing. Unit dry weight and natural moisture contents were measured as well. All tests were conducted in substantial accordance with current ASTM standards. Soils were identified in accordance with the Unified Soil Classification System (USCS). Subsurface stratigraphy and field and laboratory test results are provided on the attached Logs of Borings. Based upon the field and laboratory data, an engineering study was conducted and pavement design alternatives developed. Austin / Et Paso 1 San Antonio Mr. John Moody . April 21, 1988 Page 2 Two subgrade types were identified. The predominate subgrade material is a highly plastic dark brown to brown clay. This soil is very poor from a pavement support perspective. The second and less predominate subgrade is a moderate to low plasticity tan severely weathered limestone that has weath- ered in places to a tan silty clay. Planned roadway grade cuts may expose this more desirable subgrade in areas where the highly plastic brown to dark brown clay is relatively thin. This is most likely in the northeastern portion of the site. The boring logs may be consulted to see where this may occur or where additional cuts might be desirable to reduce the required pavement section. A traffic impact study was provided by the Owner for use in assigning design traffic values. This report provided the average daily traffic figure that was used in this analysis. It is believed that the initial ADT value provided therein is conservative. Being the only study made available for design input, the 7608 vehicle per day (VPD) value was used. Additional traffic related input was derived from guidelines provided in the manual for the municipal computerized pavement design program, MFPS. An initial average daily traffic (ADT) value of 7608 vehicles per day, with 1 percent trucks, and a 5 percent annual growth factor was used for this design. These design values were discussed with the Project Civil Engineer. If additional traffic data is developed that might effect the design, such data should be made available to the Geotechnical Engineer. Flexible pavement designs were determined utilizing MFPS. Rigid pavement sections were not requested. The designs presented below include alternatives for stage construction with one planned overlay. The designs are as follows: Dark Brown to Brown Clay Subgrade: 1.5 inches Hot Mix Asphaltic Concrete (HMAC) 23.0 inches Crushed Limestone Base Material (CLBM) 24.5 inches Total Constructed Thickness or or 1.5 inches HMAC 19.5 inches CLBM C inches Lime Stabilized Subgrade (LSSG) 27.0 inches Total 1.5 inches HMAC 18.5 inches CLBM 20.0 inches Total with a 1.5 inch overlay in 10.0 years. Raba- Kistner- Brytest Consultants Inc. Mr. John Moody April 21, 1988 Page 3 or or 1.5 inches HMAC 15.0 inches CLBM 6.0 inches LSSG 22.5 inches Total with a 1.5 inch overlay in 10.0 years. Tan Silty Clay /Severely Weathered Limestone Subgrade 1.5 inches HMAC 10.0 inches CLBM 11.5 inches Total 1.5 inches HMAC 8.0 inches CLBM 9.5 inches Total with a 1.5 inch overlay in 10.0 years. - Typical pavement design methods are intended to provide an adequate thickness of structural materials over a particular subgrade such that wheel loads are reduced to a level the subgrade can support. But, these methods of design do not account for shrink and swell movements of a highly expansive clay subgrade. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink /swell movements of the subgrade. The MFPS design program is one of the few available design methods that does attempt to account for the harmful affects of the shrinking /swelling soils. But, even sections derived from this program are not immune to the effects of active clays. The thicker sections simply reduce the harm caused by the movements. The end result is a thicker design section with a higher probability of maintaining ridability over a longer period of time. From a purely structural perspective, thinner sections would be adequate. Since curbs are not planned for this pavement and exceptional drainage characteristics would be difficult to achieve over the length of the roadway, a purely structural section is not recommended for use at this site. It is important to minimize moisture changes in the subgrade to reduce expansive soil movements. The pavement and adjacent areas should be well drained. Proper maintenance should be performed on cracks in the asphalt surface course to prevent water from passing through to the base material. A lime - stabilized subgrade layer may be used as a water barrier. This layer should extend no less than 3.0 feet beyond the curb or shoulder. With all of these precautions, some movements and related cracking may still occur, requiring periodic maintenance. Raba- Klstner- Brytest Consultants. Inc Mr. John Moody April 21, 1988 Page 4 All surficial vegetation, major root systems, and existing fill material should be removed from beneath the paving areas prior to construction. The exposed natural subgrade should be compacted with any soft or weak areas removed and replaced with compacted fill. Pavements should be specified, constructed, and tested in accordance with the following specifications. - Hot Mix Asphaltic Concrete Surface - TSDHPT Item 240, Type D, fine - graded surface course. - Crushed Limestone Base Material - TSDHPT Item 248, Type A, Grade 2 or better. The base material should be compacted to a minimum of 97 percent of TEX -113 -E maximum density in loose lifts not exceeding 8.0 inches. - Lime - Stabilized Subgrade - Apply hydrated lime at a rate of 36 pounds per square yard of 6.0 -inch compacted thickness. Thoroughly mix, cure, and then compact the material to a minimum of 95 percent of TEX -113 -E maximum density at plus or minus 3 percent of optimum. Materials and workmanship in general accordance with TSDHPT Item 260. - Natural Subgrade - The natural subgrade and /or any natural soil used as fill material in the paved areas should be compacted to a minimum of 95 percent of TEX -113 -E maximum density at minus two to plus three percent of optimum moisture. Lime stabilization is not recommended in the tan silty clay /severely weathered limestone as the cost to benefit ratio is not favorable in this subgrade. It is recommended that the engineering consultant review these recommendations and maintain contact with the Geotechnical Consultants throughout the design and construction phase. We appreciate this opportunity to be of service. Please feel free to call if you have any questions concerning this report. Respectfully submitted, RAGA- KISTNL -OfTii fi lySULTANTS, INC. 0-1:24.4%/" �i• .'v ManageNreTineering Attachments Copies submitted: Above (3) Raba- Kistner- Brytest Consultants Inc WILSIMOLS TiCT MTP lltCl iK .e♦ iti 11. %1w t.. % MID MWLERMWMS I [yCWITIW RViN WO f1ELD --I -3 CH . ......... CH DARK BROWN CLAY with ' weathered limestone fragments • • ..... . BROWN CLAY with weathered fragments ..... ..... �° °° P 0 04 0 1°1 O PI limestone 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 1 Date Drilled: 3 -23 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 1 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number 2 Raba- Kistner- Brvtest Consultants, Inc. n1wiTIal BOIL /YNOOLS On'LE71 MULLS AID FIELD TEST DATA t1Cl - O.,e. /.t Ia1 DD .c, iv. 1 . ,i X -2116 z 0. IAA ROD X A RrTM CH DARK BROWN CLAY CH DARK GRAY CLAY 3 _3 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 2 Date Drilled: 3 -23 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 2 Phase 11 Job No.: AU -0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number 3 Raba- Kistner- Brytest Consultants, Inc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Project: Old Settler's Park Location: Round Rock, TX Boring No.: 3 Date Drilled: 3 -23 -88 Drill Methods: Auger Depth to - Water: I aEV.TTON w:iu CTanis AND FIELD TEST DATA CH CH DARK BROWN CLAY. DARK GRAY CLAY- : MOD PP 3 • _ SOIL TEST BORING SYMBOLIC LOGS BORING 3 Phase II Job No.: AU 0288 - 0008 Elevation: 0 Scale• 1 Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number 4 Raba- Kistner- Brytest Consultants, Inc. SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 4 Date Drilled: 3 -23 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 4 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: -The brown silt from 0.0 - 1.0' contains some brown silty clay lumps. Refer to text for discussion of boring contents. Figure Number __ Raba - Kistner - Brytest Consultants, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 �,L , . .em c a �n ntr mro - W ,c, r-1 LL ■ u -2941 x Ms KM x M Irt[tarlW c c,rN _, _, -a ML CL . ML : ................ BROWN SILT with severely weathered limestone fragments TAN SILTY CLAY with severely weathered limestone fragments • TAN SEVERELY WEATHERED LIMESTONE = s. .:� 4141.... 4141..... .. 4141. 4141.... �■ � _ SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 4 Date Drilled: 3 -23 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 4 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: -The brown silt from 0.0 - 1.0' contains some brown silty clay lumps. Refer to text for discussion of boring contents. Figure Number __ Raba - Kistner - Brytest Consultants, Inc. 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 SOIL TEST Prc t: Old Settler's Park Location: Round Rock, T7{ Boring No.: 5 Date Drilled: 3 -23 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 5 ' Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number Raba - Kistner- Brytest Consultants, Inc. SOIL $flI0.$ SWl6EM SYtO0.i 11C CIaD TEST MT. 060* D.Kr l.ttm DD .t. I I Ii. I.x I Os [.1 1E Ni MD X M 'ELEVATION MOTs _ -. _ CH CL BROWN CLAY with severely weathered limestone fragments TAN SILTY CLAY 7 L T ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Prc t: Old Settler's Park Location: Round Rock, T7{ Boring No.: 5 Date Drilled: 3 -23 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 5 ' Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number Raba - Kistner- Brytest Consultants, Inc. I ELLVATIPI SDM SYMMS DAPPLED SYNODS Mm I IEL, MCI' DATA um. D..< DO .c♦ u II XI - X t•• MD % PP OVTM _ CH ML CL DARK GRAY CLAY TAN SEVERELY WEATHERED LIMESTONE TAN SILTY CLAY T SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 6 Date Drilled: 3 -24 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 6 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number — Raba - Kistner - Brytest Consultants, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OT ( _ aoiE e SThfl r^ WWUM srnoaE) WO na.o TUT vas s..e. �n p an DP ... 1.1. Y1 -zoo x or a non Is h SOW CH DARK BROWN CLAY with severely weathered limestone fragments 1 1 1 ML , TAN SEVERELY WEATHERED LIMESTONE • — �- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 7 Date Drilled: 3 -24 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 7 Phase II - Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number 8 Raba - Kistner - Brytest Consultants, Inc. ION SOIL VOICKILS mmux nmms AND FIELD TEST DATA . m. PC/ i X X X ! . X X IELEVAT DEP. -3 - . . CL CL ML CL BROWN SILTY CLAY with severely weathered limestone fragments TAN SILTY CLAY with some brown clay lumps and limestone fragment TAN SEVERELY WEATHERED LIMESTONE TAN SILTY CLAY with some brown clay lumps and limestone fragments 13 31 14 73 //4 - t. �� SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 8 Date Drilled: 3-24-88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 8 Phase II Job No.: AU-0288-0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked Refer to text for discussion 0+ boring contents. Figure Number_l_ Raba-Kistner-Brytest Consultants, Inc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ELEVNT101 SOIL SY, S SA MAR SY100..S ..m F 1 MD TEST DATA IRDt M.C.. I.IIe� DD f %f -XIS 11 . 1.. pop % M DEPTH I _ - _ , -, '. CL ML • '• '• '• , BROWN SILTY CLAY with severely weathered limestone fragments TAN SEVERELY WEATHERED - LIMESTONE • l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 9 Date Drilled: 3 -24 -88 Drill Methods: Auger Depth to - Water: BOR I NG SYMBOL I O LOGS BORING 9 Phase II Job No.: AU -0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. - The silty clay becomes light brown from 0.5 - 1.0 feet Refer to text for discussion of boring contents. Figure Number Raba- Kistner - Brytest Consultants, Inc. I. VI14:10.11 SAWLER 79001-9 M 51 00•17. .9 1 I O. MIT DATA MCP Wow 14. pc .• PI 2 -Mt 2 . WP 29 51 2 W 115.909, , • - - CH 614LBkowii664Y CL ML DARK BROWN with severely weathered limestone fragments • , with some tan silty clay and weathered limestone fragments TAN SEVERELY WEATHERED LIMESTONE . . . . . • 1\ , SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 10 Date Drilled: 3-24-88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 10 Phase II Job No.: AU-0288-0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. - The limestone fragments from 1.3 - 2.0 feet are severely weathered. Refer to text for discussion of boring contents. Figure Number II Raba-Kistner-Brytest Consultants, Inc 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 SOIL TEST BORING SYMBOLIC LOGS BORING 11 Project: Old Settler's Park Phase II Location: Round Rock; TX Boring No.: 11 Date Drilled: 3 -24 -88 Drill Methods: Auger Depth to - Water: Caving: Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Date Checked. Refer to text for discussion of boring contents. Figure Number 12 Raba - Kistner- Erytest Consultants, Inc. sate s»oas ..ta snows ..o •IRD T[DT MTV ous w+e.i•ttr m n n PS -ass . m MD •. (¢.cwrtm X►TN • • s CH . ........................ CL CL DARK BROWN CLAY with severely weathered limestone fragments • ... ....... LIGHT BROWN SILTY CLAY with severely weathered limestone fragments TAN SILTY CLAY with severely weathered limestone fragments .... 1., .. o ....... s. n ...... ... ... ... . #1 j . — 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING SYMBOLIC LOGS BORING 11 Project: Old Settler's Park Phase II Location: Round Rock; TX Boring No.: 11 Date Drilled: 3 -24 -88 Drill Methods: Auger Depth to - Water: Caving: Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Date Checked. Refer to text for discussion of boring contents. Figure Number 12 Raba - Kistner- Erytest Consultants, Inc. IC1.CVATIW s _1. I OT11.R.1 5011. SYM101.6 T^ am rm. rzn L)0S 1..crl.tIon W. F % 1 - TM O. 1[.I n® % A MP TM CH DARK BROWN CLAY with severely weathered limestone -Fragments 1 . CH DARK BROWN CLAY 3 4 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 12 Date Drilled: 3 -24 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 12 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. -The dark brown clay in this boring contains trace pockets of tan severely weathered limestone. Refer to text for discussion of boring contents. Figure Number 13 Raba - Kistner - Brytest Consultants, Inc. 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 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 13 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 13 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number 14 Raba - Kistner- Brytest Consultants, Inc 0011. rem.. Y � WREP M00.. ♦n . T..1 .w7. ...c. 1.1 den ... z . l z � : ms . . e II. mm ~ (ncwr�� l CL ML BROWN SILTY CLAY with severely weathered limestone fragments TAN SEVERELY WEATHERED LIMESTONE /' J I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 13 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 13 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number 14 Raba - Kistner- Brytest Consultants, Inc Project: Old Settler's Park Location: Round Rock, TX Boring No.: 14 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: IaEvTIa e .TM eon s„na.3 WALED PMIDOLA Mm .16e T[oT DATA CH CL DARK BROWN CLAY TAN SILTY CLAY .e PC le LL .1 .N NOD ,V • SOIL TEST BORING SYMBOLIC LOGS BORING 14 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number 15 Raba - Kistner- Brjtest Consultants, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 15 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 15 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number __1(}_ Raba - Kintner- Brytest Consultants, Inc eOfl 6ttOd9 .161.2 TY,T MI6 .0 Iv.1 Y Y Y t.. If. R lesvoTxm ram • 1 -2 _7 CH CL ... ML DARK BROWN CLAY with severely weathered limestone fragments .. . LIGHT BROWN SILTY CLAY with severely weathered limestone fragments .. .. . TAN SEVERELY WEATHERED LIMESTONE . . . ... .. ° .. . Pli 0 �.. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 15 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 15 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number __1(}_ Raba - Kintner- Brytest Consultants, Inc SOIL TEST BORING SYMBOLIC LOGS ' BORING 16 Project: Old Settler's Park Phase II Location: Round Rock, TX Boring No.: 16 Date Drilled: 3 -25 -88 Scale: 1 Drill Methods: Au9er•Shelby Tube Water Encountered: Depth to - Water: Caving: Date Checked. Job No.: AU- 0288 -0008 Elevation: 0 -The interval from 1.0 - 3.0 feet also contains some light brown silty clay. Refer to text for discussion of boring contents. Figure Number 17 Raba - Kistner - Brytest Consultants, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BOIL BYMaRS ....1.0 tnoaS NIA CM TEST MTN VS. DD .CI u z 2 S a t.1 L NOD .v lag./ DEMI CH DARK BROWN CLAY with severely weathered limestone fragments �r �( CL TAN SILTY CL with severely weathered limestone fragments ;;;:c... -° - • T . SOIL TEST BORING SYMBOLIC LOGS ' BORING 16 Project: Old Settler's Park Phase II Location: Round Rock, TX Boring No.: 16 Date Drilled: 3 -25 -88 Scale: 1 Drill Methods: Au9er•Shelby Tube Water Encountered: Depth to - Water: Caving: Date Checked. Job No.: AU- 0288 -0008 Elevation: 0 -The interval from 1.0 - 3.0 feet also contains some light brown silty clay. Refer to text for discussion of boring contents. Figure Number 17 Raba - Kistner - Brytest Consultants, Inc. 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 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 1? Date Drilled: 3 - 25 - 88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 17 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked Refer to text for discussion of boring contents. Figure Number 18 Raba - Kintner- Brytest Consultants, Inc MILT/NMI uc,stER SYRE0.5 I.LE Ttn p.iw um. D..e.t.t1.R ED M Id.' N Yaw W PR ROE w IELE.T1m rIO CH DARK BROWN CLAY with weathered limestone fragments • CL TAN SILTY CLAY' - ML TAN SEVERELY WEATHERED LIMESTONE -3 CL' TAN S ILTY CLAY -5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 1? Date Drilled: 3 - 25 - 88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 17 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked Refer to text for discussion of boring contents. Figure Number 18 Raba - Kintner- Brytest Consultants, Inc Project: Old Settler's Park Location: Round Rock, TX Boring No.: 18 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: I clFVnn OM 1.. SOIL 81 SAMPLES IBILS CH CL D..erl.t.u4 DARK BROWN CLAY LIGHT BROWN SILTY CLAY with severely weathered limestone fragments DB PC LL 79 !1 SS 9s MRS PP _ SOIL TEST BORING SYMBOLIC LOGS BORING 18 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: - The clay from 2.7 - 2.9 feet becomes lighter brown and contains some fine gravel. Refer to text for discussion of boring contents. Figure Number �2 Raba- Kistner- Brytest Consultants, Inc. 9011 MMOIMMMO IIYM90lII lIBC6 00 Y C -no C MO R IMEMTIW Tw n • x G.i. CH DARK BROWN CLAY CL BROWN SILTY CLAY with severely weathered . t . limestone fragments i t ���1fi,��y�i�': CL TAN SILTY CLAY _ . CL TAN SILTY CLAY with severely weathered limestone fragments . - - . ..... % _ CL TAN SILTY CLAY // 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING SYMBOLIC LOGS BORING 19 Project: Old Settler's Park Phase II Location: Round Rock, TX Boring No.: 19 Elevation: 0 Date Drilled: 3 -25 -88 Scale: 1 Drill Methods: Auger■Shelby Tube Water Encountered: Depth to - Water: Caving: Date Checked. Job No.: AU- 0288 -0008 Refer to text for discussion of boring contents. Figure Number 20 Raba - Kistner - Brytest Consultants, Inc. SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 20 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 28 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number 21 Raba - Kistner - Brytest Consultants, Inc 1 1 1 1 1 1 1 1 1 k 1 1 1 1 1 1 1 1 R 6YNOL6 NM rm. UST 1.21. 116L6 D.Kr1,t1 .`• ivI 0) % I. W M ROD % R 1CLZTl PUT. - - D -� -D CH CL RWN LA severe B ly O wea e w limestone fragments TAN CL SILTY AY with severely weathered limestone fragments r 4` (If �` 0 0 O ril 01 1 111 - ` SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 20 Date Drilled: 3 -25 -88 Drill Methods: Auger Depth to - Water: BORING SYMBOLIC LOGS BORING 28 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number 21 Raba - Kistner - Brytest Consultants, Inc 1 1 1 1 1 1 1 1 1 k 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 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 21 Date Drilled: 3 -25 -88 Drill Methods: Auger\Shelby Depth to - Water: BORING SYMBOLIC LOGS BORING 21 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Tube Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number 22 Raba - Kistner - Brytest Consultants, Inc. 901 Svwn9 iwel.M Eve t, w+0 CI= 7M7 MIA MM . G. DD .c♦ IYHI vt x -3M T. t.f t. If m n X n hag MIMI _ _y CH . CL DARK BROWN CLAY BROWN CLAY with limestone gravel _ _ ... _ _ .. _ TAN SILTY CLAY with severely weathered limestone fragments . . __ . . ... .. 09 Adl 1OCH 11 1 ``JJ ..I1 _ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 21 Date Drilled: 3 -25 -88 Drill Methods: Auger\Shelby Depth to - Water: BORING SYMBOLIC LOGS BORING 21 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Tube Water Encountered: Caving: Date Checked: Refer to text for discussion of boring contents. Figure Number 22 Raba - Kistner - Brytest Consultants, Inc. SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 22 Date Drilled: 3 -25 -88 Drill Methods: Auger■Shelby Dep to - Water: BORING SYMBOLIC LOGS BORING 22 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Tube Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number 23 Raba- Kistner- Brytest Consultants, Inc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 P011 5111110L9 00 110 MOMS 51m FI 0003 lWG D..cr l.tlo. n pc.. Lim PI -101 X O. 1.4 II_xJ ROD X M IMZMTICX1 CH CL 'LIGHT CL DARK BROWN CLAY BROW S ILTY CLAY with severely weathered limestone fragments TAN SILTY CLAY with some light brown silty clay lenses T SE WEATHERED LIMESTONE - _X _, /� D / IiiT _ — ML • �- SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 22 Date Drilled: 3 -25 -88 Drill Methods: Auger■Shelby Dep to - Water: BORING SYMBOLIC LOGS BORING 22 Phase II Job No.: AU- 0288 -0008 Elevation: 0 Scale: 1 Tube Water Encountered: Caving: Date Checked. Refer to text for discussion of boring contents. Figure Number 23 Raba- Kistner- Brytest Consultants, Inc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DL[VAT104 ,011 e»f S 5 0t00,nv .s AHD FIC.D 1050 5000 MOD . D..crl.tlm DD we K X n n -x„ X a t./ v. X P0D X M DEPTH _ 3 CH ML DARK BROWN CLAY TAN SEVERELY WEATH LIMESTONE 7 . . -.. _ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 23 Date Drilled: 3 -25 -88 Drill Methods: Auger\Shelby Depth to - Water: BORING SYMBOLIC LOGS BORING 23 • Phase II Job No.: AU -0288 -0008 Elevation: 0 Scale: 1 Tube Water Encountered: Caving: Date Checked. Re-Per to text for discussion of boring contents. Figure Number 24 Raba- Kistner- Brytest Consultants, Inc. 10M SOIL WOOMS SIST6121 STOOLS WOO 211121 TIM SSTS LORI iv. r SP . e• n _ Li P3 t -200 X Su .14, IEk RCM PP ISLESSO SCOSSI . — . — a - — - , �t — a -. CH .. CL CL DARK BROWN CLAY • .................. BROWN SILTY CLAY with severely weathered limestone fragments TAN SILTY CLAY . .. .. ... . ... ... . . ... ...... 1._. SOIL TEST Project: Old Settler's Park Location: Round Rock, TX Boring No.: 24 Date Drilled: 3-25-88 Drill Methods: Auger\Shelby Depth to - Water: BORING SYMBOLIC LOGS BORING 24 Phase II Job No.: AU-0288-0008 Elevation: 0 Scale: 1 Tube Water Encountered: Caving: Date Checked. Refer to text for discussion o+ boring contents. Figure Number 2 Raba-Kistner-Brytest Consultants, Inc. 1 1 1 a 1 1 1 1 a 1 1 1 1 1 1 1 1 1 Legend: Symbol: Description: p 0 Notes: DARK BROWN CLAY with weathered limestone fragments BROWN CLAY with weathered limestone fragments DARK BROWN CLAY TAN SEVERELY WEATHERED LIMESTONE DARK BROWN CLAY with severely weathered limestone fragments TAN SILTY CLAY with some light brown silty clay lenses TAN SILTY CLAY with some brown clay lumps and limestone fragment BROWN SILTY CLAY with severely weathered limestone fragments TAN SILTY CLAY with severely weathered limestone fragments BROWN CLAY with some tan silty clay and weathered limestone fragments Bulk sample taken from auger flights Symbol: Description: // �. . BROWN SILTY CLAY with severely weathered limestone fragments ,�- TAN SILTY CLAY with some ai l /I brown clay lumps and limestone fragments BROWN SILT with severely weathered limestone fragments BROWN CLAY with severely weathered limestone fragments Undisturbed thin wall Shelby tube d DARK GRAY CLAY TAN SILTY CLAY LIGHT BROWN SILTY CLAY with severely weathered limestone fragments r — i Boring terminated. TT 1. These logs are subject to the limitations, conclusions, and recommendations in this report. 3. Results of tests conducted on samples recovered are reported on the logs. Abbreviations used are: Project No. AU -0008 Figure Number 26 Raba- Kistner- Brytest Consultants, Inc Notes: DD = natural dry density (pc+) MC = natural moisture content LL = Liquid Limit PI = Plasticity Index -200 = percent passing *200 sieve (..) Qu = unconfined strength (tsf> PR = Percent Recovered ( %) RQD = Rock Quality Designation PP = pocket penetrometer TERMS DESCRIBING CONSISTENCY, CONDITION OR TEXTURE Terms used in this report to describe soils with regard to their consistency or condition are in general accordance with the discussion presented in Article 45 of SOIL MECHANICS IN ENGINEERING PRACTICE, Terzaghi and Peck, using the most reliable information available from the field and laboratory observations. Terms used to describe soils according to their texture and grain size are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM (USCS). Project No. AU -0008 Figure Number 26-cont Raba- Kistner- Brytest Consultants, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D -29 O10 SETTLEII'SPA11K ►NASE 11 ROUND HOCK, TEXAS AU- 02-118 -0008 NTY ROAD 113 D -22 c TECHNICAL SPECIFICATIONS 101.1 Description Item No. 101 Preparing Right of Way This item shall consist of preparing the right of way for construction operations by removing and disposing of all obstructions from the right of way and from designated easements, where removal of such obstructions is not otherwise indicated. Such obstructions shall be considered to Include remains of houses not completely removed by others, foundations, floor slabs, concrete, brick, lumber, plaster, cisterns, water wells, septic tanks or basements; abandoned utility pipes, conduits or founda- tions; underground service station tanks, equipment or other foundations; fences, retaining walls, outhouses, shacks and all other debris. This item shall also include the removal of trees, stumps, roots, bushes, shrubs, curb and gutter, dnveways, paved parking areas, miscellaneous stone, brick, concrete, sidewalks, drainage structures, manholes, inlets, abandoned railroad tracks, scrap iron, all rubbish and debris whether above or below ground except live utility facilities. 101.2 Construction Methods Prior to commencing this work, all erosion control and tree protection measures required shall be in place and utilities located and protected asset forth in "General Conditions of Agreement ". Areas within the construction limits as indicated shall be cleared of all obstructions, vegetation, abandoned structures as defined above; except trees or shrubs indicated for preservation which shall be carefully trimmed as directed and shall be protected from scarring, barking or other injuries during construction operations conforming to Item No. 610, "Tree and Shrub Trimming and Preservation" Exposed ends of pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved asphaltic material within 24 hours of the pruning or injury. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed. Unless otherwise indicated, all underground obstructions, stumps and roots shall be removed to the following depths: 1. In areas to receive 6 inches or more embankment, a minimum of 12 inches below natural ground. 2. In areas to receive embankment less than 6 inches and areas to be excavated, 18 inches below the lower elevation of the embankment, structure or excavation. 3. All other areas, 12 inches below natural ground. Holes remaining after removal of all obstructions, objectionable material, trees, stumps, etc. shall be backfilted with select em- bankment matenal and tamped. When a utility in service conflicts with the construction, it shall be modified as set forth in "General Conditions of Agreement ". Where an abandoned existing underground piped utility is found, it shall be cut and plugged, with 6 inches of concrete, bnck and mortar or a precast stopper grouted in place. Material to be removed will be designated salvageable or nonsatvageable by the Engineer prior to removal from the construction site by the Contractor. All salvageable material, as determined by the Engineer, will remain the property of the City and will be stored at the site or loaded on City trucks as directed by the Engineer. All nonsatvageable materials and debris shall become the property of the Contractor and shall be removed from the site and deposited at a permitted disposal site. 101.3 Measurement Preparing right of way for new construction, when included in the contract as a pay Item, will be measured by the acre or by 100 foot stations or by lump sum, regardless of the width of the right of way. - Measurement for payment will be made only on areas indicated and classified as "Preparing Right of Way ". 101.4 Payment This item will be considered subsidiary to Item No. 110, "Street Excavation ", Item No. 111, "Excavation ", Item No. 120, "Channel Excavation" and Item No. 132, "Embankment" unless included as a separate pay item in the contract. When included for pay- ment, it shall be paid for at the contract price bid for "Preparing Right of Way ", which price shall be full compensation for work herein specified, including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under one of the following: 101 Rev. 09130/87 Page 1 Preparing Right of Way End Pay Item No. 101 -A: Preparing Right of Way — Per Acre. Pay Item No. 101 -B: Preparing Right of Way — Per Station. Pay Item No. 101 -C: Preparing Right of Way — Per Lump Sum. Ref: 110, 111, 120, 132, 610 101 Rev. 09130187 Page 2 Preparing Right of Way 102.1 Description Item No. 102 Clearing and Grubbing This item shall consist of removing and disposing of all trees. stumps, brush, roots, shrubs. vegetation. logs, rubbish and other objectionable material. 102.2 Construction Methods Prior to commencing this work. all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "GenemI Conditions of Agreement". Areas within the construction limits or as indicated shall be cleared of all trees, stumps, brush, etc., as defined above; except trees or shrubs indicated for preservation which shall be carefully trimmed as directed. conforming to Item No. 610, "Tree and Shrub Trimming and Preservation" and shall be protected from scarring, barking or other injuries during construction operations. Exposed ends of pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved asphaltic material within 24 hours of the pruning or injury. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed. Within the construction limits or areas indicated, all obstructions. stumps, roots, vegetation, abandoned structures, rubbish and objectionable material shall bo removed to the following depths: 1. In areas to receive 6 inches or more embankment. a minimum of 12 inches below natural ground. 2. In areas to receive embankment less than 6 inches and areas to be excavated, 18 inches below the lower elevation of the embankment, structure or excavation. 3. All other areas, 12 inches below natural ground. Holes remaining atter removal of all obstructions, objectionable material, trees, stumps, etc., shall be backfilled with select em- bankment material and tamped. All cleared and grubbed material shall be disposed of in a manner satisfactory to the Engineer. Unless otherwise provided, all materials as described above shall become the property of the Contractor and removed from the site and disposed of at a permit- ted disposal site. Burning materials at the site shall conform to "General Conditions of Agreement". 102.3 Measurement "Clearing and Grubbing ", when included in the contract as a pay item, will be measured by the acre, 100 foot stations or lump sum regardless of the width of the right of way.. 102.4 Payment This item will be considered subsidiary to Item No. 110, "Street Excavation" or Item No. 111, "Excavation ", unless included as a separate pay item in the contract. When included for payment, it shall be paid for at the unit price bid for "Clearing and Grubbing ", which price shall be full compensation for all work herein specified, including the fumishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under one of the following: Pay Item No. 102-A: Clearing and Grubbing — Per Acre. Pay Item No. 102 -B: Clearing and Grubbing — Per Station. Pay Item No. 102 -C: Clearing and Grubbing — Lump Sum. End Page 1 12/03/86 102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item No. 110 Street Excavation 110.1 Description This item shall consist of excavating and properly utilizing or otherwise satisfactorily disposing of all excavated material. of what- ever character, within the right of way or other limits of the work indicated and the constructing, compacting, shaping and fin- ishing of all earthwork on the entire protect in accordance with the specification requirements herein outlined and in conformity with the required lines, grades and typical cross sections indicated or as directed by the Engineer. When not otherwise included in the Contract Documents, this item shall include the work descnbed in Item No. 101, "Prepanng Right of Way ", Item No. 102, "Clearing and Grubbing", Item No. 104, "Removing Concrete ", Item No. 132, "Embankment" and Item No. 201, "Subgrade Preparation ". 110.2 Classification All excavation shall be unclassified and shall include all matenals encountered regardless of their nature or the manner in which they are removed. 110.3 Construction Methods Prior to commencing this work, all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions of Agreement". Construction equipment shall not be operated within the drip line of trees, unless indicated Construction materials shall not be stockpiled under the canopies of trees No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed conforming to Item No. 610. "Tree and Shrub Trimming and Preservation' All street excavation shall be performed as specified herein and shall conform to the established alignment, grades and cross sections. The Contractor will be required to set blue -tops for the subgrade on centerlines at quarter points and curb lines or edge of pavement at intervals not exceeding 50 feet Suitable excavated materials shall be utilized, insofar as practicable, in construct- ing required embankments. The construction of all embankments shall conform to Item No. 132, "Embankment" Materials with a Plasticity Index (PI) greater than the surrounding materials or with a moisture content greater than 2 percent in excess of optimum shall be classified as unsuitable and must be manipulated to meet the above cntena before use or be removed. Unsuitable excavated matenals or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor. It shall become his sole responsibility to dispose of this material off the limits of the nght of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to the General Notes and to "General Conditions of Agreement ". In all cases where blasting is permitted, a Blasting Permit must be obtained in advance from the Department of Transportation and Public Services. 110.4 Measurement - All accepted street excavation will be measured by Method A. B or C as follows: (1) Method A Measurement of the volume of excavation in cubic yards by the average end areas. Cross sectional areas shall be computed from the existing ground section to the established line of the subgrade as indicated for the limits of the right of way or other work limits shown, including parkway slopes and sidewalk areas. (2) Method B - Measurement of the area in square yards of surface area excavated as indicated. (3) Method C Measurement of Hie volume of excavation in cubic yards. based upon the average end areas taken from pre - construction cross sections and planned grades. The planned quantities for street excavation will be used as the measurement for payment of this item. 110.5 Payment This item will be paid for at the contract unit puce bid for "Street Excavation ", as provided under measurement Method A, B or C as included in the bid, which price shall be full compensation for all work herein specified, including subgrade preparation, unless specified otherwise and the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. Page 1 12/03/86 110 Payment will be made under one of the following: Pay Item No. 11O-A: Street Excavation — Per Cubic Yard. Pay Item No. 110-B• Inch Street Excavation — Per Square Yard Pay Item No. 110-0: Street Excavation — Per Cubic Yard, Plan Quantity. NOTE: Street Embankment is to be measured and paid for separately under Street Embankment, Pay Item No. 132 –A. Subgrade Preparation is to be measured and paid for separately under Subgrade Preparation, Pay Item No. 201. End. 110 04/17/66 Page 2 C a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 111.1 DESCRIPTION This item shall consist of excavating and properly utilizing or otherwise satisfactorily disposing of all excavated materials, of whatever character, within the limits of the work and the constructing, compacting, shaping and finishing of all earthwork in the designated areas indicated in accordance with specification requirements herein outlined and in conformity with the required lines, grades and typical cross sections indicated or as directed by the Engineer. When not otherwise included or in the Contract Documents, this item shall include the work described in Item No. 101 "Preparing Right of Way ", Item No. 102 "Clearing and Grubbing ", Item No. 104 "Removing Concrete ", Item No. 132 "Embankment" and Item No. 201 "Subgrade Preparation ". 111.2 CLASSIFICATION All excavation shall be unclassified and shall include all materials encountered regardless of their nature or the manner in which they are removed. 111.3 CONSTRUCTION METHODS Item No. 111 Excavation Prior to commending this work, all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions of Agreement ". Construction equipment shall not be operated within the dripline of trees, unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed. All excavation shall be performed as specified herein and shall conform to the established alignment, grades and cross sections. Suitable excavated materials shall be utilized, insofar as practical, in constructing required embankments. The construction of all embankments shall conform to Item No. 132 "Embankment ". No material shall be stockpiled within the banks of the waterway. Suitable excavation in excess of that needed for construction shall be placed on site, as directed by the owner, engineer, or as shown on site grading and drainage plan. - Unsuitable excavated materials which are not disposed of on -site shall become the property of the contractor, who shall then be responsible for the disposal of said excavation. All blasting shall conform to the Provisions of "General Conditions of Agreement ". In all cases, a Blasting Permit must be obtained in advance from the Department of Transportation and Public Services. Page 1 12/03/86 III Adequate dewatering and drainage of excavation shall be maintained throughout the time required to complete the work. 111.4 MEASUREMENT All accepted excavation will be measured by Method A, B or C as follows: (1) Method A Measurement of the volume of excavation in cubic yards by the average end areas. Cross - sectional areas shall be computed from the existing ground section to the established line of the subgrade, as shown on typical sections for the limits of the right -of -way or other work limits, including parkway slopes and sidewalk areas. (2) Method B Measurement of the area in square yards of surface area excavated as shown on the typical sections included in the plans. (3) Method C Measurement of the volume of excavation is in cubic yards, based upon the average end areas taken from pre- construction cross sections and planned grades. The planned quantities for excavation will be used as the measurement for payment of this item. 111.5 PAYMENT This item will be paid for at the contract unit price bid for "Excavation ", as provided under measurement Method A, B or C as included in the bid, which price shall be full compensation for all work herein specified; including dewatering, drainage, subgrade preparation, unless otherwise indicated and the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under one of the following: Pay Item No. 111 -A: Excavation - per cubic yard. Pay Item No. 111 -B: -inch Excavation - per cubic yard. Pay Item No. 111 -C: Excavation - per cubic yard, plan quantity. NOTE: Embankment which makes up part of the final completed project is to be measured and paid for separately under Site Embankment, Pay Item No. 132 -B. Subgrade Preparation is to be measured and paid for under Subgrade Preparation, Pay Item No. 201. End. 111 04/17/86 Page 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 . 1 1 Item No. 120 Channel Excavation 120.1 Description This item shall consist of excavation for channels within the limits indicated, regardless of the type of matenal encountered, removing and properly utilizing or otherwise satisfactorily disposing of all excavated matenals and the constructing, shaping and finishing of all earthwork involved in conformity with the required line, grades and cross sections indicated. When not otherwise indicated, this item shall include the work descnbed in Item 101, "Prepanng Right of Way ", hem No. 102, "Clearing and Grubbing ", Item No. 104, "Removing Concrete" and Item No. 132, "Embankment". 120.2 Classification All channel excavation will be unclassified and shall include all materials encountered regardless of their nature or the manner in which they are removed. 120.3 Construction Methods Prior to commencing this work, all erosion control and tree protection measures required shall be in place and utilities located and protected as set forth in "General Conditions of Agreement ". Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be placed under the canopies of trees No excavation or • embankment shall be placed within the drip line of trees until tree wells are constructed. All channel excavation shall be performed as specified herein and shall conform to the established alignment, grades and cross sections. When fill sections are required, Item No. 132, "Embankments' shall govem the construction method. Suitable exca- vated materials shall be utilized, insofar as practicable, in constructing required embankments. Precautions will be maintained at all times to protect all trees in the area of construction. Where removal of trees is necessary, they shall be marked as directed by the Engineer. Unsuitable excavated materials or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor and it shall become his sole responsibility to dispose of this matenal off the limits of the right of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to "General Conditions of Agreement'. In all cases. a Blasting Permit must be obtained in advance from the Department of Transportation and Public Services. 120.4 Measurement Accepted channel excavation will be measured by Method A, B or C as follows: (1) Method A Measurement of the volume of excavation in cubic yards by the average end areas. Cross sectional areas shall be computed from the existing ground sections to the established final section Indicated. (2) Method B Measurement of the length of the channel excavated In linear feet, as shown on the typical section. (3) Method C Measurement of the volume of excavation is in cubic yards, based upon average end areas taken from preconstnrc- tion cross sections and the planned grades. The plan quantities for channel excavation will be used as the measure- ment for payment of this item. 120.5 Payment This item will be paid for at the contract unit price bid for "Channel Excavation ", as provided under measurement Method A, B or C as included In the bid, which price shall be full compensation for furnishing all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under one of the following: Pay Item No. 12044: Channel Excavation — Per Cubic Yard. Pay Nem No. 120-B: Channel Excavation, _ Foot Bottom — Per Unear Foot. Pay Item No. 120-C: Channel Excavation — Per Cubic Yard, Plan Quantity. This item shall be considered subsidiary to the contract, and no separate payment shall be made. Ref. 101, 102, 132 End. 120 Rev. 09130/87 Page 1 Channel Excavation 130.1 Description This item shall consist of required excavation, removal and proper utilization of materials secured from sources obtained by the Contractor and approved by the Engineer. Compaction of embankments constructed from borrow as provided herein shall con- form to the method of Density Control in Item No. 132, "Embankment . Borrow will be resorted to only when indicated or directed by the Engineer and then only from approved sources. 130.2 Materials All authonzed borrow shall conform to one of the following classes: Class A (Select Borrow) Class B This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter reasonably free from lumps of earth and when tested by standard SDHPT laboratory methods, shall meet the following requirements: The Liquid Limits shall not exceed 45 The Plasticity Index shall not be less than 4 nor more than • 15 This material shall consist of suitable nonswelling (soils with plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. Topsoil This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. 130.3 Construction Methods Item No. 130 Borrow Prior to commencing this work, all erosion control and environmental measures required shall be in place. All suitable materials removed from excavations shall be used, insofar as practicable in the formation of embankments conforming to Item No. 132, "Embankment" or otherwise be utilized as indicated or as directed by the Engineer and the completed work shall conform to the established alignment, grades and cross section. Additional material necessary to complete the work described above shall be "Borrow" of the class specified. The Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit 2. New borrow pit 3. Surplus excavated material from a site which has a site development permit. The Contractor shall notify the Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. During construction, the borrow sources shall be kept drained, insofar as practicable, to permit final cross sections to be taken, when required. The Engineer shall be notified sufficiently in advance of opening any borrow source to permit necessary testing for approval of materials. Borrow sites shall be managed to minimize the impact of the appearance of the natural topographic features and at no time create a potential hazard to the public. 130.4 Measurement The measurement of Borrow and Topsoil will be measured by the cubic yard in its final position based upon the average end areas taken from pre - construction cross sections and plan grades. The plan quantities for Borrow or Topsoil will be used as the measurement for payment for this item. 130.5 Payment No separate measurement for payment will be made for this item. Borrow will be con- sidered subsidiary to Items 110C, 111C, 132A and 132B. page 04/17/86 130 132.1 Description 132.2 Construction Methods (1) General Item No. 132 Embankment This item shall consist of the placing and compacting of suitable materials obtained from approved sources for utilization In the construction of street or channel embankments, berms, levees, dikes and structures. Prior to placing any embankment, all tree protection, tree wells and erosion control devices shall be in place and all Item No. 101, "Preparing Right of Way" and /or Item No. 102, "Clearing and Grubbing" operations shall have been completed on the areas over which the embankment is to be placed. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed loosened ground or surface roughened by small washes, shall be restored to approximately its original slope and the ground surface thus prepared shall be compacted by sprinkling and rolling. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials - shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed conforming to Item No. 610, "Tree and Shrub Trimming and Preservation ". Unless otherwise indicated, the surface of the ground of all unpaved areas, other than rock which are to receive embankment, shall be loosened by scarifying or plowing to a depth of not less than 4 inches. The loosened material shall be recompacted with the new embankment,as hereinafter specified. The surface of hillsides to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 4 inches and benches cut before embankment materials are placed. The embankment shall then be placed in layers, as hereinafter specified, beginning at the low side in partial width layers and increasing the widths as the embank- ment is raised. The material which has been loosened shall be recompacted simultaneously with the embankment material placed at the same elevation. Where embankments are.to be placed adjacent to or over existing roadbeds, the roadbed slopes shall be plowed or scanfied to a depth of not less than 6 inches and the embankment built up in successive layers, as hereinafter speci- fied, to the level of the old roadbed before its height is increased. Then, if indicated, the top of the old roadbed shall be scarified and recompacted with the next layer of the new embankment. The total depth of the scarified and added material shall not exceed the permissible layer depth. Trees, stumps, roots, vegetation or other unsuitable materials shall not be placed in embankment. All embankment shall be constructed in layers approximately parallel to the finished grade and unless otherwise indicated, each layer shall be so constructed as to provide a uniform slope of Y inch per foot from the centerline of the roadbed to the outside, except that on superelevated curves, each layer shall be constructed to conform to the superelevatlon indicated. The embankment shall be continuously maintained at its finished section and grade until that portion of the work is accepted. After completion of the embankment to the finished section and grade, the Contractor shall proof roll the subgrade conforming to Item No. 236, "Rolling (Proof)" and revegetation procedures must commence immediately to minimize the soil loss and air pollution. (2) Earth Embankments Earth embankments shall be defined as embankments composed of soil material other than rock and shall be con- structed of acceptable material from approved sources. Except as otherwise indicated, earth embankments shall be constructed in successive 6 inch layers, loose measure, for the full width of the individual cross section and in such length as are best suited to the sprinkling and compaction methods utilized. Minor quantities of rocks not larger than 4 inches, encountered in constructing earth embankment may be incorpo- rated In the earth embankment layers, provided such placement of rock is not immediately adjacent to structures. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compac- tion. Where layers of unlike materials abut each other, each layer shall be feathered on a slope 011'20 or the mate- rial shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrows shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by Page 1 04/17/86 132 (3) blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blad- ing, harrowing, discing cr similar methods to the end that a uniform material of uniform density is secured in each layer. Water required for sprinkling to bring the material to the moisture content necessary for optimum compaction shall be evenly applied and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. All earth cuts, whether full width or partial width cuts in the side of a hill, which are not required to be excavated below subgrade elevation shall be scarified to a uniform depth of at least 6 inches below grade and the material shall be mixed and reshaped by blading and then sprinkled and rolled in accordance with the requirements outlined above for earth embankments and to the same density as that required for the adjacent embankment. Compaction of embankments shall conform to Item No. 201, " Subgrade Preparation ". Each layer shall be com- pacted to the required density by any method, type and size of equipment which will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise indicated. Soils shall be sprinkled as required and compacted to the extent neces- sary to provide not less than 95 percent nor more than 105 percent of the density as determined in accordance with SDHPT Test Method Tex -114 -E at optimum moisture content or within minus 3 percent of the optimum moisture content. Care shall be taken to avoid overcompacting high PI expansive clays. After each layer of earth embankment or select material is complete, tests as necessary will be made by the Engi- neer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction. Rock Embankments Rock embankments shall be defined as those composed principally of rock and shall be constructed of accepted material from approved sources. Rock embankments shall not be placed immediately adjacent to structures. Except as otherwise indicated, rock embankments shall be constructed in successive layers for the full width of the cross section and of 18 inches or less in depth. When, in the opinion of the Engineer, the rock sizes necessitate a greater depth of layer than specified, the layer depth may be increased as necessary, but in no case shall the depth of layer exceed 2' feet. Each layer shall be constructed by starting at one end and dumping the rock on top of the layer being constructed then pushing the material ahead with a bulldozer in such a manner that the larger rock will be placed on the ground or preceding embankment layer and the interstices between the larger stones filled with small stones and spells by the operation and from the placing of succeeding loads of material. The maximum dimension of any rock used in embankment shall be less than the depth of the embankment layer and in no case shall any rock over 2 feet in its greatest dimension be placed in the embankment. All oversized rocks which are otherwise suitable for construction shall be broken to the required dimension and utilized in embankment construction where indicated, except that when preferred by the Contractor and acceptable to the Engineer, such rocks may be placed at other points where the embankment layer is of greater depth, thus requinng less breakage. Each layer shall be compacted to the required density as outlined for "Earth Embankments ", above, except in those layers where rock will make density testing difficult, the Engineer may accept the layer by visual inspection or proof rolling conforming to Item No. 236, "Rolling (Proof) ". Unless otherwise indicated, the upper 3 feet of the embankment shall contain no stones larger than 4 inches in their greatest dimension and shall be composed of material so graded that the density and uniformity of the surface layer may be secured in accordance with SDHPT Test Method Tex - 114 -E. Exposed oversize material shall be broken up or removed. (4) At Culverts and Bridges Embankments adjacent to culverts and bridges which cannot be compacted by use of the blading and rolling equip- ment used in compacting the adjoining sections of embankment shall be compacted in the manner prescribed under Item No. 401, "Structural Excavation and Backfill ". Embankment placed around spill through type abutments shall be constructed in 6 inch loose layers of uniform suit- able material placed in such manner as to maintain approximately the same elevation on each side of the abutment and all materials shall be mixed, wetted and compacted as specified above. 132 04/17/86 Page 2 132.3 Measurement Embankment material placed adjacent to any portion of any structure or above the top of any culvert or similar struc- ture shall be free of any appreciable amount of gravel or stone particles and thoroughly compacted by mechanical compaction equipment. All accepted embankment, when included in the contract as a separate pay item, will be measured in place and the volume computed in cubic yards by the method of average end areas. No allowance will be made for shrinkage. 132.4 Payment This item is usually subsidiary to excavation and/or borrow and is not paid for separately. However, when included in the contract as a separate pay item, it shall be paid for at the contract unit price bid for "Embankment', which price shall be full compensation for all work herein specified, Including the furnishing of all materials (except "Borrow" when paid as a separate bid item), com- pacting, equipment, tools, labor, water for spnnkling, proof rolling and incidentals necessary to complete the work. Payment, when included in the contract as a separate pay item, will be made under: Payi No. 132A: Street Embankment — Per Cubic Yard, Plan Quantity. Pay Item No. 132B: Site Embankment — Per Cubic Yard, Plan Quantity. End Page 3 04/17/86 132 150.1 DESCRIPTION 150.2 MATERIALS 150.3 CONSTRUCTION METHODS 150.4 MEASUREMENT 150.5 PAYMENT Payment will be made under: End. 53% to 65% Sand 5% to 48% Clay 20% to 45% Silt Pay Item No. 150: Topsoil for Playing Fields - per cubic yard, plan quantity. Item No. 150 Topsoil for Playing Fields This item shall consist of placing and fine - grading of suitable sandy loam topsoil obtained from approved sources. Soil shall be clean, friable soil capable of supporting plant life, reasonably free of clay lumps, stone, plant roots and other foreign materials. Sandy loam topsoil shall be of a color different from that used for the Red Clay Infield Topping, Item No. 160, and shall retain the following range of material content: Topsoil shall contain a plasticity index no greater than 8% and shall be excavated from the top surface of the borrow pit to a depth not to exceed 18 ". Contractor shall submit a representative sample in a one - gallon can with source location, depth acquired and estimated quantity available, indicated on the container. Contractor shall also accompany samples with a written description including the above information to the Owner. Prior to commencing this work, all erosion control measures required shall be in place. Item No. 132 Embankments shall govern the construction. Topsoil shall be placed in (2) 3" lifts conforming to the established alignment, grades and cross section, as indicated on plans. One (1) 3" lift will be required below Red Clay infield topping, Item No. 150. The measurement of Topsoil will be measured by the cubic yard per plan quantity for this item. All work performed as required herein and measured as provided under "Measurement" will be paid for at the unit price bid. The prices bid shall be full compensation for furnishing all labor; for all materials; for all royalty and freight involved; for all hauling and delivering on the road; and for all tools, equipment and incidentals necessary to complete the work. Payment for unauthorized work will not be made. Page 1 150 160.1 DESCRIPTION Item No. 160 Red Clay Infield Topping This item shall consist of placing, compacting and fine - grading of suitable materials obtained from approved sources as provided herein. Material shall be reasonably free of clay lumps, stone, plant roots and other foreign materials. 160.2 MATERIALS Red Clay Material - reddish tan color as compared with samples retained by the City of Round Rock and containing a Plasticity Index no greater than 8 %. Red Clay Infield Topping as described above•is available at two designated pit locations: David Fenski & Sons Rt. Box 34B Elgin, Texas 78621 (512) 285 -2561 160.3 CONSTRUCTION METHODS 160.4 MEASUREMENT Marcello's Inc. 2509 Gardenia Austin, Texas 78727 (512) 255 -2333 Alternative sources will be considered as an equal, only upon the examination and determination of the Owner or his designated Representative. Contractor shall submit a representative sample in a one - gallon can with source location and estimated quantity available, indicated on the container. Contractor shall also accompany samples with a written description including the above information to the Owner. Prior to commencing this work, all erosion control measures required shall be in place. Item No. 132 Embankments shall govern the construction. Three inches (3 ") of Brown Topsoil as described in Item No. 150 shall be in place. Red Clay Topping shall conform to established alignment, grades and cross section as indicated on plans. The measurement of Red Clay will be measured by the cubic yard per plan quantity for this item. All work performed as required herein and measured as provided under "Measurement" will be paid for at the unit price bid. The prices bid shall be full compensation for furnishing all labor; for all materials; for all royalty and freight involved; for all hauling and delivering on the road; and for all tools, equipment and incidentals necessary to complete the work. Payment for unauthorized work will not be made. Page 1 160 160.5 PAYMENT Payment will be made under: Pay Item No. 160: Red Clay Infield Topping - per cubic yard, plan quantity. 160 Page 2 Red Clay Infield Topping 201.1 Description This item shall consist of scanfying, blading and rolling the subgrade to obtain a uniform texture and provide as nearly as prac- ticable a uniform density for the top 6 inches of the subgrade. 201.2 Construction Methods All preparing of the right of way and /or clearing and grubbing shall be completed before starting the subgrade preparation. The subgrade shall be scarified and shaped in conformity with the typical sections and the lines and grades indicated or as estab- lished by the Engineer by the removal of existing material or addition of approved material. All unsuitable material shall be re- moved and replaced with approved material. All foundations, walls or other objectionable material shall be removed to a mini- mum depth of 18 inches under all structures and 12 inches under areas to be vegetated. All holes, ruts and depressions shall be filled with approved material. The surface of the subgrade shall be finished to the lines and grades as established and be in conformity with the typical sections indicated. Any deviation in excess of 1 fe Inch cross section and in a length 0110 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and compacting by sprinkling and rolling. Sufficient subgrade shall be prepared in advance to insure satisfactory prosecution of the work. The Contractor will be required to set blue tops for the subgrade on centerline, at quarter points and curb lines or edge of pavement at intervals not exceeding 50 feet. All suitable material removed may be utilized in the subgrade with the approval of the Engineer. All other material required for completion of the subgrade shall also be subject to approval by the Engineer. Subgrade materials on which structures shall be placed shall be compacted by approved mechanical tamping equipment to a density of the total material of not less than 95 percent nor more than 100 percent of the density as determined In accordance with SDHPT Test Method Tex -114-E. Subgrade materials on which planting or turf will be established shall be compacted to a minimum of 85 percent of the density as determined in accordance with SDHPT Test Method Tex -114-E. Tests for density will be made as soon as possible after compacting operations are completed. If the material falls to meet the density specified, it shall be reworked as necessary to obtain the density required. Prior to placing any base materials, density and moisture content of the top 6 inches of compacted subgrade shall be checked and,if tests show the density to be more than 2 percent below the specified minimum or the moisture content to be more than 3 percent above or below the optimum, the subgrade shall be reworked as necessary to obtain the specified compaction and moisture content 201.3 Measurement End Ref: 110,111 201 Rev. 09 /30/87 Item No. 201 Subgrade Preparation All acceptable subgrade preparation will be measured by the square yard. The measured area includes the entire width of the roadway for the entire length as indicated. 201.4 Payment This item will be considered subsidiary to Item No. 110, "Street Excavation or Item No. 111, "Excavation" unless included as a separate pay item in the contract. When included for payment, it shall be measured as specified above and paid for at the con- tract unit price bid for "Subgrade Preparation" which price shall be full compensation for all work herein specified, including the furnishing of all materials, equipment, tools and labor and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under: Pay Item No. 201: Subgrade Preparation — Per Square Yard. Page 1 Subgrade Preparation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item No. 220 Sprinkling for Dust Control 220.1 Description This item shall consist of the application of water or asphalt emulsion on specified streets. detours, haul routes or construction sites for the purpose of maintaining these areas relatively free of dust 220.2 Construction Methods Dust control shall be achieved by the application of water or asphalt emulsion sprinkled in amounts sufficient to control the dust to the satisfaction of the Engineer or by using equipment which is specially designed to trap dust in filters or bags. When asphalt emulsion is to be applied, all environmental safe guards shall be in place poor to placing the emulsion The Contractor shall furnish and operate an approved sprinkler, equipped with valves to regulate the flow of the liquid to the spnnkler bar so that the liquid will be evenly distributed and at a controllable rate over the entire width sprinkled. It shall be the Contractor's continuous responsibility at all times, including nights, holidays and weekends until acceptance of the protect by the City, to maintain the specified areas relatively free of dust in a manner which will cause the least inconvenience to the public. - 220.3 Measurement Sprinkling for dust control will be considered subsidiary to other items of the contract unless included as a separate pay item in the contract. When included for payment in the contract as a separate contract pay item, it will be measured in units of 1,000 gallons actually placed as authorized by the Engineer. . 220.4 Payment This item, when provided for In the contract as a separate pay item. will be paid for in accordance with the contract unit price. The contract unit price shall be the total compensation for all labor, materials, tools, machinery, equipment and incidentals necessary to complete the work as indicated. Payment, when specified in the contract, will be made under one of the following: Pay Item No. 220 -A: Sprinkling for Dust Control (Water) — Per Unit. Pay Item No. 220 -B: Sprinkling for Dust Control (Asphalt Emulsion) — Per Unit. End Page 1 04/17/86 220 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f Item No. 230 Rolling (Flat Wheel) 230.1 Description This item shall consist of the compaction of subgrade, embankment, flexible base, surface treatments and asphalt surfaces by the operation of approved power rollers as herein specified and as directed by the Engineer. 230.2 Equipment End (1) Embankments and Flexible Bases Power rollers shall be of the 3- wheel, self - propelled type, weighing not less than 10 tons and shall provide a com- pression on the rear wheels of not less than 325 pounds per linear inch of wheel width. All wheels shall be flat. The rear wheels shall have a diameter of not less than 48 inches and each shall have a wheel width of not less than 20 inches. (2) Surface Treatments and Pavements Power rollers shall be the 3 -wheel or tandem, self - propelled type, weighing not less than 3 tons nor more than 6 tons. All wheels shall be flat. Rollers shall be equipped with an adequate scraping or cleaning device on each wheel. - Rollers used to compact asphalt mixture shall be equipped with a water system which will keep all tires uniformly wet. (1) In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compacting equipment that will produce equivalent relative compaction in the same period of time as the specified equipment. if the substituted compaction equipment fails to produce the desired compaction within the same period of time as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. Rollers shall be maintained in good repair and operating condition and shall be approved by the Engineer. 230.3 Construction Methods Subgrades, Embankments and Flexible Base The subgrade or embankment layer or the base course shall be sprinkled if directed and rolling with a power roller shall start longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least Y2 the width of the rear wheel of the power roller. On superelevated curves, rolling shall begin at the low sides and progress toward the high sides. Altemate trips of the roller shall be slightly different in length. The rollers, unless otherwise directed, shall be operated at a speed between 2 and 3 miles per hour. (2) Surface Treatments and Pavements Rolling shall be done to produce a satisfactory surface as called for in surface treatment and pavement items. The sequence of work shall be as indicated for embankment layer or base course. The operating speed shall be deter- mined by the Contractor. 230.4 Measurement and Payment No additional compensation will be made for materials, equipment or labor required by this item, but shall be considered subsidi- ary to the venous items included in the contract. Page 1 04/17/86 230 1 1 1 1 1 1 1 1 1 I r 1 1 1 1 1 1 1 i ` 1 Item No. 232 Rolling (Pneumatic Tire) 232.1 Description This item shall consist of the compaction of embankment, flexible base, surface treatments or pavements by the operation of approved pneumatic tire rollers as herein specified. (1) General Requirements When used on seal coats, asphaltic surface treatments and bituminous mixture pavements, the roller shall be sell propelled and equipped with smooth tread tires with 45 psi tire pressure whether "Rolling (Light Pneumatic Tire)" or "Rolling (Medium Pneumatic Tire)" is specified. The roller shall be so constructed as to be capable of being operated in both a forward and a reverse direction. When used on bituminous mixture pavements, the roller shall have suitable provisions for moistening the surface of the tires while operating. When turning is impractical or detrimental to the work and when specifically directed by the Engineer, the roller shall be of the self - propelled type. In lieu of the rolling equipment specified, the Contractor may operate other compacting equipment that will produce equivalent relative compaction in the same penod of time as the specified equipment. II the substituted compaction - equipment tails to produce the desired compaction within the same penod of time its use shall be discontinued. Rollers shall be maintained in good repair and operating condition and shall be approved by the Engineer. (2) Light Pneumatic Tire Roller The Tight pneumatic tire roller shall consist of not less than 9 pneumatic tired wheels, running on axles in such man- ner that the rear group of tires will cover the entire gap between adjacent tires of the forward group and mounted in a rigid Irame and provided with a loading platform or body suitable for ballast loading. The front axle shall be attached to the frame in such manner that the roller may be turned within a minimum circle. The pneumatic tire roller under working conditions shall have an effective rolling width of approximately 60 inches and shall be so designed that by ballast loading the total load may be vaned uniformly from 9,000 pounds or less to 18,000 pounds or more. The roller shall be equipped with tires that wit afford ground contact pressures to 45 pounds per square inch or more. The operating load and tire air pressure shall be within the range of the manufacturers chart. The roller under working conditions shall provide a uniform compression under all wheels. Individual tire inflation pressures shall be within s5 psi of each other. The pneumatic tire roller shall be drawn by either a suitable crawler type tractor, a pneumatic tired tractor, a truck of adequate tractive effort or may be of the self - propelled type and the roller, when drawn or propelled by either type of equipment, shall be considered a light pneumatic tire roller unit. Medium Pneumatic Tire Roller (Type A) The medium pneumatic tire roller (Type A) shall consist of not less than 7 pneumatic tired wheels, running on axles in such manner that the rear group of tires will cover the entire gap between adjacent tires of the forward group and mounted in a rigid frame and provided with a loading platform or body suitable for ballast loading. The front axle shall be attached to the Irame in such a manner that the roller may be turned within a minimum circle. The pneumatic tire roller, under working conditions, shall have an effective rolling width of approximately 84 inches and shall be so designed that, by ballast loading, the total load may be varied uniformly from 23,500 pounds or less to 50,000 pounds or more. The roller shall be equipped with tires that will afford ground contact pressures to 80 pounds per square inch or more. Individual tire inflation pressures shall be within ±5 psi of each other. The operating load and tire air pressure shall be within the range of the manufacturer's chart. The pneumatic tire roller shall be drawn by either a suitable crawler type tractor, a pneumatic tired tractor, a truck of adequate tractive effort or may be of the self - propelled type. The roller, when drawn or propelled by any type of equipment, shall be considered a medium pneumatic tire roller unit. The power unit shall have adequate tractive effort to properly move the operating roller at variable uniform speeds up to approximately 5 miles per hour. (4) Medium Pneumatic Tire Roller (Type B) The medium pneumatic tire roller (Type B) shall conform to the requirements for Medium Pneumatic Tire Roller (Type A) as specified above, except that the roller shall be equipped with tires that will afford ground contact pres- sures to 90 psi or more. (3) 232.2 Construction Methods Tire pressure is critical to successful operation of the roller. Contractor shall have equipment on the construction site to inflate tires as required. 232 Rev. 09/30/87 Page 1 Rolling (Pneumatic Tire) The embankment layer or the base course shall be sprinkled if directed and rolling with a pneumatic tire roller shall start longitu• dinally at the sides and proceed towards the center, overlapping on successive trips by at least ' : of the width of the pneumatic tire roller. On superelevated curves. rolling shall begin at the low sides and progress toward the high sides Alternate trips of the roller shall be slightly different in length. The light pneumatic tire roller shall be operated at speeds between 2 and 6 miles per hour for asphalt surfacing work and all other work. The medium pneumatic tire roller shall be operated at speeds which produce a satisfactory product Sufficient rollers shall be provided to compact the material in a satisfactory manner. When operations are so isolated from one another that 1 roller unit cannot perform the required compaction satisfactorily. additional roller units shall be provided. 232.3 Measurement and Payment No additional compensation will be made for materials, equipment or labor required by this item, but shall be considered subsidi- ary to the various items of the contract. End 232 Rev. 09130167 Page 2 Rolling (Pneumatic Tire) Item No. 234 Rolling (Tamping) 234.1 Description This item shall consist of the compaction of embankment by the operation of approved tamping rollers as herein specified and as directed by the Engineer. 234.2 Equipment The tamping rollers shall consist of 2 metal rollers, drums or shells of 40 inches minimum diameter; each not less than 42 inches in length and unit mounted in a rigid frame in such a manner that each roller may oscillate independently of the other. Each roller, drum or shell shall be surmounted by metal studs with tamping feet projecting not less than 7 inches from the surface and spaced not less than 6 inches nor more than 10 inches, measured diagonally center to center and the cross sectional area of each tamping foot, measured perpendicularly to the axis of the stud, shall not be less than 5 nor more than 6 square inches. The roller shall be supplemented with cleaning teeth to provide self cleaning. The roller shall be so designed that, by ballast loading, the load on each tamping foot may be varied uniformly from 125 to 175 psi of cross sectional area. The load per tamping foot will be determined by dividing the total weight of the roller by the number of tamping feet in 1 row parallel to or approximately parallel to the axis of the roller. The compression to be provided at any time shall be as directed by the Engineer. The tamping roller shall be drawn by suitable power equipment of adequate tractive effort. Two tamping rollers, consisting of 4 cylinders, conforming to the above prescribed requirements, drawn by approved power equipment. shall be considered a roller unit - Where turning is impractical or detrimental to the work and when specifically directed by the Engineer. 1 tamping roller consisting of 2 cylinders, fastened to the front end of approved power equipment, shall be considered a roller unit. In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compact- ing equipment that will produce equivalent relative compaction in the same period of time as the specified equipment If the substituted compaction equipment fails to produce the desired compaction within the same period of time as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. Rollers shall be maintained in good repair and operating condition and shall be approved by the Engineer 234.3 Construction Methods This work shall be done only when ordered by the Engineer. The embankment layer or the base course shall be sprinkled if directed and rolling with a tamping roller unit shall start longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least' of the width of the tamping roller unit. On superelevated curves, rolling shall begin at the low sides and progress toward the high sides. Alternate trips of the unit shall be slightly different in length. The tamping roller unit, unless otherwise directed, shall be operated at a speed between 2 and 3 miles per hour. Sufficient rollers shall be provided to compact the material in a satisfactory manner. The minimum number of rolling units shall be govemed by the progress in placing the material to be compacted. The quantity of material placed per hour shall be determined by averaging the total quantity of material placed within any 1 working day. When operations are so isolated from one another that one roller cannot perform the required compaction satisfactorily. additional rollers shall be provided and operated as directed by the Engineer. 234.4 Measurement and Payment No additional payment will be made for the materials, equipment or labor required by this item, but shall be considered subsidiary to the various items included in the contract End Page 1 04 17/86 234 ( 401 Rev. 09130/87 Item No. 401 Structural Excavation and Backfill 401.1 Description This item shall consist of the excavation for the placing of structures, except pipe sewers, for the disposal of such excavated material and for the backfilling around completed structures to the level of the original ground or grade indicated. The work shall include at necessary pumping or bailing, sheathing, drainage and the construction and removal of any required cofferdams. Unless otherwise indicated, the work included hereunder shall provide for the removal of old structures or portions thereof (abut- ments, buildings, foundations, wingwalls, piers, etc.), trees and all other obstructions necessary to the proposed construction. Where excavation is not classified, It will be grouped under "Unclassified Structural Excavatlon", which shall include the removal of all materials encountered regardless of their nature or the manner in which they are removed. Where excavation is classified, it shall be classed as "Common Structural Excavation" or "Rock Structural Excavation" in accor- dance with the following criteria: "Common Structural Excavation" shall include the removal of all materials other than rock. "Rock Structural Excavation" shall include the removal of firm and compact materials that cannot be excavated with power equipment, without first being loosened or broken by blasting, sledging or dolling. 401.2 Materials (1) Sand (a) Fine aggregate sand shall be Grade 1 conforming to Item No. 302, "Aggregates for Surface Treatments ". (b) Native Sand shall be local material obtained from approved sources and subject to the approval of the Engineer. (2) Flexible Base Flexible base shall conform to Item No. 210, "Flexible Base ". (3) Lime Stabilized Base Lime stabilized base shall conform to Item No. 202, "Hydrated Lime and Lime Slurry" and Item No. 203, "Lime Treatment for Materials in Place ". (4) Concrete Base Concrete base shall conform to Class J Concrete, Item No. 403, "Concrete for Structures ". (5) Granular Material (a) Coarse aggregate shall conform to Item No. 403, "Concrete for Structures ". (b) Foundation Rock Foundation rock shall be well graded, hard, durable coarse aggregate ranging in size from 2 to 6 inches. (c) Pea Gravel Pea gravel shall consist of hard, durable, opaque gravel, free of clay, loam, sand or other foreign substances, ranging in size from V. inch to Ve inch conforming to ASTM C 33. (6) Cement Stabilized Rockflll Cement Stabilized base shall conform to Class J Concrete, Item Na 403, "Concrete for Structures" 401.3 Construction Methods Excavation shall be done in accordance with the lines and depths indicated or as established by the Engineer. Un- less otherwise indicated or permitted by the Engineer no excavation shall be made outside a vertical plane 3 feet from the footing lines and parallel thereto. (2) Excavation shall conform to elevations indicated or raised or lowered by written order of the Engineer, when such alterations are judged proper. When deemed necessary to increase or decrease the plan depth of footings, the al- Page 1 Structural Excavation and Backfill terations in the details of the structure shall be as directed by the Engineer. The Engineer shall have the right to substitute revised details resulting from consideration of changes in the design conditions. When a structure is to rest on an excavated surface other than rock, special care shall be taken not to disturb the bottom of the excavation and the final excavation to grade shall not be performed until just before the footing is placed. Equipment selected and used by the Contractor for excavation which disturbs what was otherwise stable subgrade material, as shown by laboratory tests, will not be used as a justification for payment for excavating to extra depth or for payment for stabilizing materials which may be ordered by the Engineer. (4) Excavated material required to be used for backfill may be deposited by the Contractor in storage piles as indicated or at points convenient for its rehandling during the backfilling operations, subject to the approval of the Engineer, who may require that the survey center line of the structure and the transverse or hub line of any unit of the structure be kept free of any obstruction. The Contractor shall adjust any stockpiles, to facilitate surveying and the work of other Contractors working in the immediate proximity, as directed by the Engineer. Excavated material required to be wasted shall be disposed of as directed by the Engineer, in a manner which will not obstruct the stream or otherwise impair the efficiency or appearance of the structure or other part of the work. (6) For all single and multiple box culverts, pipe culverts, pipe arch culverts and box sewers of all types, where the soil encountered at established footing grade is a quicksand, muck or similar unstable material, the following procedure shall be used unless other methods are indicated: (3) (5) ( (8) 401.4 Cofferdams 401 Rev. 09/30/87 The depth to which unstable material is removed will be determined by the Engineer. It will not exceed 2 feet below the footing of culverts that are 2 feet or more in height and will not exceed the height of culverts for those less than 2 feet high. Excavation shall be carried at least 1 foot horizontally beyond the limits of the structure on all sides. All unstable soil removed shall be replaced with suitable stable material, in uniform layers of suitable depth for compaction as directed by the Engineer. Each layer shall be wetted, if necessary and compacted by rolling or tamping as required to provide a stable foundation for the structure. Soil which has sufficient stability to properly sustain the adjacent sections of the roadway embankment will be considered a suitable foundation material. When, in the opinion of the Engineer, it is not feasible to construct a stable fodting as outlined above, the Contractor shall construct it by the use of special materials, such as flexible base, cement stabilized base, cement stabilized backfill or other material, as directed by the Engineer. This work will be paid for as provided below. Special materials used or additional excavation made for the Contractor's convenience to expedite the work will not be paid for directly, but shall be subsidiary to the various classes of structural excavation. In addition, if the Contractor's construction methods and equipment creates conditions necessitating usage of special mate- rials or additional excavation, the work and materials will not be paid for directly, but shall be subsidiary to the various classes of structural excavation. When the material encountered at footing grade of a culvert is found to be partially rock or incompressible material and partially a compressible soil which is satisfactory for the foundation, the incompressible material shall be re- moved for a depth of 6 inches below the footing grade and backfilled with a compressible material similar to that used for the rest of the structure. When the matenat encountered at footing grade of a bridge bent or pier is found to be partially of rock or in- compressible material and partially of a compressible material, the foundation shall not be placed until the Engineer has inspected the footing and authorized such changes found necessary to provide an adequate foundation. The term cofferdams, whenever used in this specification, designates any temporary or removable structure constructed to hold the surrounding earth, water or both, out of the excavation, whether the structure is formed of earth, timber, steel, concrete or a combination of these. It includes earthen dikes, timber cribs, any type of sheet piling, removable steel shells and the like and all necessary bracing and it shall be understood also to include the use of pumping wells or well points for the same purpose. The cost of cofferdams, when required, shall be included as a part of the bid price for excavation. It is the intent of this specification to require that a suitable cofferdam which will provide a safe work area be provided for all excavation when necessary in order to control water so that the foundation may be placed in a dry condition, as to preclude sliding and caving of the walls of the excavation. Where no ground or surface water is encountered, the cofferdam need be sufficient only to protect the workmen and to avoid cave -ins or slides beyond the excavation limits. The type, strength and clearance of cofferdams, insofar as such details affect the character of the finished work and the safety of laborers and inspectors working therein, will be subject to review by the Engineer, but the Engineer's review shall in no way relieve the Contractor of responsibility for the adequacy and safety of the cofferdam design. Other details or design will be left to the choice of the Contractor, who will be responsible for the successful completion of the work. Approval of the drawings by the Engineer will not relieve the Contractor of responsibility in any manner. The interior dimensions of cofferdams shall provide suffi- Page 2 Structural Excavation and Backfill cient clearance for the construction and removal of any required forms and the Inspection of their exteriors and to permit pumping outside of the forms. Unless otherwise indicated, cofferdams shall be removed by the Contractor after the completion of the substructure without disturbing or marring the structure. 401.5 Pumping or Bailing The manner of pumping or bailing from the interior of any foundation enclosure shall preclude the possibility of the movement of water through or alongside any concrete being placed. No pumping or bailing will be permitted during the placing of concrete or for a period of at least 24 hours thereafter, unless from a suitable sump separated from the concrete work by a water -tight wall. 401.6 Backfilling (1) General As soon as practicable, all portions of excavation not occupied by the permanent structure shall be backfilled. Back - fill material shall be free from large or frozen lumps, wood or other extraneous material. That portion of backfill which will not support any portion of completed roadbed or embankment shall be placed In layers not more than 10 inches In depth (loose measurement) and shall be compacted to a minimum of 95 percent of maximum density as determined by SDHPT Test Method Tex -114 -E and then re- excavated to the proper grade and dimensions. . 401 Rev. 09130187 If the excavation has been made through a hard material resistant to erosion, the backfill around piers and in front of abutments and wings may be ordered by the Engineer to be of stone or lean concrete. Unless otherwise indicated, such backfill shall be paid for as extra work. That portion of the backfill which will support any portion of the roadbed or embankment shall be placed in uniform layers not more than 10 inches in depth (loose measurement) and shall be compacted to a minimum of 95 percent of maximum density as determined by SDHPT Test Method Tex -114 -E and then re- excavated to the proper grade and wetted uniformly to the moisture content required to obtain the specified density and shall be compacted to that density by means of mechanical tampers or rammers, except that the use of rolling equipment of the type generally used in compaction embankments will be permitted on portions which are accessible to such equipment. All portions of embankment too close to any portion of a structure to permit compaction by the use of the blading and rolling equipment used on adjoining sections of embankment, shall be placed and compacted in the same manner as specified above for backfill material. These provisions require the mechanical compaction by means of either rolling equipment or mechanical tampers or rammers, of all backfill and embankment adjoining the barrels and wingwatis or culverts and adjoining all sides of bridge abutments and retaining walls, regardless of whether or not such em- bankments or backfill is above or below the original surface of the ground and regardless of whether the excavation at structure site was performed conforming to Item No. 111, "Excavation", this item, "Structural Excavation; Item No. 110, "Street Excavation" or Item No. 120, "Channel Excavation" Unless otherwise indicated, hand tamping will not be ac- cepted as an attemate for mechanical compaction. As a general rule, material used In filling or backfilling the por- tions described In this paragraph shall be an earth, free of any appreciable amount of gravel or stone particles larger than 4 inches in greater dimension and of a gradation that permits thorough compaction. When, in the opinion of the Engineer, such material Is not readily available, the use of rock or gravel mixed with earth will be permitted, provided that no particles larger than 12 inches or smaller than 6 inches may be used. The percentage of fines shall be suffi- cient to fill voids and insure a uniform and thoroughly compacted mass of proper density. When required by the plans or by written order of the Engineer, cement stabilized material shall be used for backfilling. All portions 011111 and backfill descnbed in the preceding paragraph shall be compacted to the same density require- ments specified for the adjoining sections of embankment in accordance with the goveming specifications therefor. Where no embankment is involved on the project and no specifications therefore are included in the contract, all backfill shall be compacted to a density comparable with the adjacent undisturbed material. No backfill shall be placed against any abutment or retaining wall until such structure has been in place at least 7 days. No backfill shall be placed adjacent to or over single and multiple boxes until the top slab has attained 500 psi fiexeral strength. Backfiil placed around abutments and piers shall be deposited on both sides to approximately the same elevation at the same time. Care shall be taken to prevent any wedging action of backfill against the structure and the slopes bounding the excavation shall be stepped or serrated to prevent such action. (2) Pipe Culverts The following requirements shall apply to the backfilling of pipe culverts in addition to the pertinent portions of the general requirements given in the preceding section. Page 3 Structural Excavation and Backfiil Selected materials from excavation, borrow or other approved material shall be wetted, if required and placed along both sides of the pipe equally, in uniform layers not exceeding 6 inches in depth (loose measurement) and thor- oughly compacted so that there shall be a berm of thoroughly compacted material on each side of the pipe. The method and degree of compaction shall be the same as specified above for portions of backfill within the limits of embankment or roadbed. Filling and /or backfilling shall be continued in this manner to the elevation of the top of the pipe. Special care shall be taken to secure thorough compaction of the material placed under the haunches of the pipe. All fill or backfill below the top of pipe shall be compacted mechanically in the manner and to the density prescribed above, regardless of whether or not such material is placed within the limits of the embankment or roadbed. In the case of pipe placed in trenches, that portion of the backfill above the top of the pipe which supports embankment or the roadbed shall receive mechanical compaction as specified above and the portion which will not support any portion of embank- ment or roadbed shall be placed in layers not more than 10 inches in depth (loose measurement) and shall be com- pacted by whatever means the Contractor chooses, to a density comparable with the adjacent, undisturbed material. Embankments above the top of pipe shall be placed conforming to Item No. 132, "Embankments". During construction adequate cover must be provided to protect the structure from damage. Whenever excavation is made for installing pipe culverts or box sewers across private property or beyond the limits of the embankment, the top soil removed in excavating the trench shall be kept separate and replaced as nearly as feasible in its original position and the entire area involved in the construction operations shall be restored to a pre- sentable condition. (3) Cement Stabilized Backfill When indicated, trenches shall be backfilled to the elevations shown with Cement Stabilized BacktiII. Cement Stabilized Backfi ll below the spring line of pipe culverts shall be sufficiently plastic to completely fill all voids in the trench. The pipe shall be held in alignment by jacks or other suitable means to prevent the mortared joints from cracking due to displacement caused by placing the backfill material. Cement Stabilized Backfill above the spring line of pipe culverts may be dry enough to be transported without special mixing equipment. On structures other than pipe culverts, special mixing equipment will not be required to transport the cement stabi- lized backfill unless otherwise indicated. Hand - operated mechanical tampers may be used with approval of the Engineer for compacting this backfill. 401.7 Measurement Unless otherwise indicated, structural excavation for pipe headwalls, inlets, manholes, culvert widening (extensions), bridge abutments and side road and pnvate entrance pipe culverts will not be measured but shall be considered subsidiary to the various bid items. Determination of quantities for structural excavation shall be made by the method of average end -areas using the following limits to establish templates for measurement. (1) For all structures requiring measurement, except the barrels of pipe culverts, no material outside of vertical planes 1 foot beyond the edges of the footings and parallel thereto will be included. (2) For the barrels of pipe culverts of 42 inches or less nominal or equivalent diameter, no material outside of vertical planes 1 loot beyond the honzontal projection of the outside surfaces of the pipe and parallel thereto will be included. For the barrels of pipe culverts more than 42 inches in nominal or equivalent diameter, no material outside of vertical planes located 2 feet beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto will be included. (3) (4) Where excavation in addition to that allowed for the footings is required for other portions of the structure, such as for the cap, cross strut or tie beam of a pier or bent or for the superstructure, measurements for such additional excava- tion will be limited laterally by vertical planes 1 foot beyond the face of the member and parallel thereto and vertically to a depth of 1 foot below the bottom of such member. Except as allowed by the above conditions, no account will be taken of any excavation necessary for placing forms or falsework. (5) If a cofferdam, as herein defined, is used, the limitations indicated above shall apply just as if no cofferdams were used. (6) Except at side road culverts, all street excavation called for on the contract plans at all structure sites shall be as- sumed to be completed before starting the structural excavation and the measurement of structural excavation will include only matenal below or outside the limits of the completed street excavation. Excavation for side road and private entrance pipe culverts will not be measured for payment but shall be subsidiary to the Item. 401 Rev. 09 /30/87 Page 4 Structural Excavation and Backfill (7) On all structures of bridge classification where the contract plans call for channel excavation at the structure site, it shall be assumed to have been completed before starting the structural excavation and the measurement of struc- tural excavation will include only material below or outside the limits of the completed channel section. The method of measurement for payment will be in accordance with this procedure regardless of the actual construction methods followed. (8) Where excavation diagrams are indicated, they shall take precedence over these provisions. (9) Measurement will not include materials removed below footing grades to compensate for anticipated swellage due to pile driving and it will not include material required to be removed due to swellage beyond the specified limits during pile driving operations. (10) Measurement will not include additional yardage caused by slips, slides, cave -ins, siftings or fillings due to the action of the elements or the carelessness of the Contractor. Water will not be classed as excavated material. (11) Where rock, other incompressible or unstable matenal is undercut to provide suitable foundation for pipe or box culverts, such material below grade, ordered by the Engineer to be removed, will be measured for payment. (12) Except for any required undercut, quantities for "Structural Excavation ", as indicated, shall be considered as final quantities and no further measurement will be required, unless the alignment, grades or structure locations are re- vised by the Engineer during construction. Final determination of quantities for individual structures will be made, if in the opinion of the Engineer or upon evidence furnished by the Contractor, substantial variations exist between quantities indicated and actual quantities due to changes in cross sections or apparent errors. Excavation quantities for foundations indicated where cofferdams are required shall be considered as final quantities and no further mea- surement will be made. (13) For any footing, foundation or other structure unit within the scope of this specification, additional measurement will be made 01 the volume of excavation involved in the towenng or raising of the elevation of a tooting. foundation or structure unit, when such grade change is authorized by the Engineer. Measurement will be made by the addition to or the deduction from, the original quantities for the volume of excavation involved in the authonzed grade change. (14) Cement stabilized backiill shall be measured by the backiill diagram as indicated. The quantity of "Cement Stabi- lized Backfill" as indicated shall be considered as final quantities and no further measurement will be required, un- less alignment or grade elevations as indicated are revised by the Engineer. If such revisions result in an increase or decrease in this quantity, the final quantity will be revised by the amount represented by the changes in alignment or grade elevations. 401.8 Payment Payment for all work prescnbed under this item and measured as provided above will be made at the unit pnce bid per cubic yard for the particular class of excavation specified on the plans in the amount shown on the plans and in the proposal. Payment for revised quantities will be made as specified above and for the removal of unstable and incompressible matenal as noted below. Payment for removal and replacement of unstable or incompressible material below the footing grades of culverts and box sewers as indicated above will be made as follows: , 4 When indicated or the Engineer directs the use of special materials such as flexible base, cement stabilized base, cement stabilized backiill or other special material, payment for excavation below the footing grades shall be made at the unit price bid for "Unclassified Structural Excavation ", "Common Structural Excavation" or "Rock Structural Excavation ", as the case may be. Payment for furnishing, hauling, placing and compacting the flexible base, cement stabilized base, cement stabilized backiill or other special matenal will be made at the unit price bid for these items in the bid or in accordance with pertinent provisions for extra work. Where special materials are not required or specified, the removal and -replacement of the unstable material will be per- formed as described above. Payment therefore will be made at a pnce equal to 200 percent of the unit pnce bid per cubic yard for "Unclassified Structural Excavation ", "Common Structural Excavation" or "Rock Structural Excavation ", as the case may be, which price shall be full compensation for removing the unstable or incompressible material, furnishing, hauling, placing and compacting suitable matenal required to replace it and for all labor, equipment, tools and incidentals necessary to complete the work Payment for "Concrete Base" and "Cement Stabilized Backlill" measured as prescribed above shall be made at the unit pnce bid per cubic yard of "Cement Stabilized Backfill ". Such payment shall be full compensation for furnishing all materials, tools, labor, equipment, sheathing and incidentals required to perform the applicable work prescribed herein. Should the Engineer judge it necessary to lower the structure footings to an elevation below the grade indicated, payment for the "Unclassified Structural Excavation ", "Common Structural Excavation" or "Rock Structural Excavation" as the case may be, required below plan grade down to and including an elevation 5 feet below plan grade for any individual footing will be made at a unit price equal to 115 percent of the contract unit bid price. Payment for the excavation from an elevation over 5 feet below plan grade down to and including an elevation 10 feet below plan grade will be made at a unit price equal to 125 percent of the 401 Rev. 09/30/87 Page 5 Structural Excavation and Backf contract unit bid price for "Unclassified Structural Excavation ", "Common Structural Excavation" or "Rock Structural Excavation" as the case may be. No increase in unit pnce will be allowed for other bid items of the contract and no additional compensation will be allowed for any required cofferdam adjustments made necessary by such lowering of footings. These provisions shall not apply to the lowering of culverts, except when the flow line grade is lowered 1 foot or more below plan grade In cases where the extra depths required for any footing or footings exceeds 10 feel, a supplemental agreement shall be made covering the quantities removed from depths in excess of 10 feet below plan grade. No direct payment will be made for filling or backfilling around structures Payment for the backfilling and compacting of areas which were removed as structural excavation shall be included in the unit prices bid for the various classes of structural excavation At the end of each estimate period, the Engineer shall determine the completed portion 01 the total work under Item No. 401 'Structural Excavation and Backfill" and payment shall be made accordingly. Filling or backfilling of areas above the natural ground level or above the limits of street excavation or channel excavation sections shall be considered as Item No. 132, "Embankment" and payment therefore shall be included in the unit prices bid for the venous classes of Item No. 110, "Street Excavation" Item No. 120, "Channel Excavation" or Item No. 130, "Borrow" Where no channel excavation is provided for at culvert sites and where It is necessary to excavate beyond the limits of structural excavation, as herein described in order that the culvert may function properly, such excavation shall be included with structural excavation or shall be subsidiary to structural excavation and backfill as may be indicated. Payment for all work prescnbed under this item shall be full compensation for all excavation and backf ill including compaction, all soundings, constructing all cofferdams, all dewatering and for furnishing all materials. labor, equipment, tools, sheathing, brac- ing, cofferdams, pumps, drills, explosives and incidentals necessary to complete the work, except for specific allowances stated above. Payment will be made under one of the following: Pay Item No. 401 -A: Unclassified Structural Excavation — Per Cubic Yard -Plan Quantity. Pay Item No. 401 -B: Common Structural Excavation — Per Cubic Yard. Pay Item No. 401-C: Rock Structural Excavation — Per Cubic Yard. Pay hem No. 401 -D: Concrete Base — Per Cubic Yard. Pay Bern No. 401 -E: Cement Stabilized Backfill — Per Cubic Yard. This item shall be considered subsidiary to the contract, and no separate payment shall be made. Ref: 110, 111, 120, 130, 132, 202, 203, 210, 302, 310, 403 End. 401 Rev. 09/30187 Page 6 Structural Excavation and Backfill l 1 1 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 403.1 Description This item shall consist of the quality of concrete materials, storing and handling of these materials and for the proportioning and mixing of concrete for buildings, bridges, culverts, stabs, prestressed concrete and incidental concrete construction. The concrete shall be composed of Portland Cement, aggregates (fine and coarse), admixtures if desired or required and water, proportioned and mixed as hereinafter provided. Accelerating admixtures will not be permitted without the express approval of the Engineer /Architect. 403.2 Materials (1) Cement (2) Mixing Water Water for use in concrete and for curing shall be potable water free from oils, acids, organic matter or other deleteri- ous substances and shall not contain more than 1,000 parts per million of chlorides as CI nor more than 1,000 parts per million of sulfates as SO,. The Contractor may request approval of water from other sources. The Contractor shall arrange for samples to be taken from the source and tested at his expense. Tests shall be made conforming to AASHTO Method T 26, "Stan- dard Method of Test for Quality of Water to be used in Concrete" except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast fumace slag, crushed stone or combina- tions thereof; free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material either free or as an adherent coating and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale nor more than 5 percent by weight of laminated and /or friable particles when tested conforming to SDHPT Test Method Tex - 413 -A. It shall have a wear of not more than 40 percent when tested conforming to SDHPT Test Method Tex - 410 -A. Unless otherwise indicated, coarse aggregate may be subjected to 5 cycles of the soundness test conforming to SDHPT Test Method Tex - 411 -A. The loss shall not be greater than 12 percent when sodium sulfate is used or 18 percent when magnesium sulfate is used. . Permissible sizes and gradation of aggregate shall be govemed by Tables 1, 2 and 4. Except when exposed aggre- gate surfaces are required, coarse aggregate gradation will be as indicated. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 403 Rev. 09/30/87 Item No. 403 Concrete for Structures Portland Cement shall conform to ASTM C 150, Type I, General Purpose, Type dl, General Purpose with moderate - sulfate resistance and Type III, High Early Strength. Either Type 1 or I I cement shall be used unless Type II is indicated. Except when Type I I is indicated, Type III cement _ may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60 F. Type III cement may be used in all precast prestressed concrete except in piling when Type II cement is required for substructure concrete. All cement used in a monolithic placement shall be of the same type. Page 1 Concrete for Structures Table 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal Grade No. Size 21" 2" 11/2" 1" : A" +h" 3/4" No. 4 Na 8 1 2'/ 0 0-20 15-40 60-80 95 -100 2 (467)' 11/2 0 0-5 30-65 70-90 95 -100 3 1 0 0-5 10-40 40-75 95 -100 4 (57)" 1 0 0-5 40-75 90 -100 95-100 5(67)" 34 0 0-10 45-80 90 -100 95-100 6 (7)' 1/2 0-10 30-60 85 -100 7 Vs 0 5-30 75-100 8 No. 4 • 0-5 35-60 90 -100 • Numbers in parenthesis indicate that these gradations conform to ASTM C 33. The aggregate shall be washed. The Loss by Decantation (SDHPT Test Method Tex - 406 -A), plus the allowable weight of clay lumps, shall not exceed 1 percent or the value indicated, whichever is smaller. In the case of aggre- gates made primarily from the crushing of stone, if the material finer than the 200 sieve is definitely established to be the dust of fracture, essentially free from clay or shale as established by SDHPT Test Method Telc- 406 -A, the percent may be increased to 1.5. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities SDHPT Test Method Tex - 408 -A, it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested conforming to SDHPT Test Method Tex - 317 -D. Unless otherwise indicated, the acid insoluble residue of fine aggregate used in slab concrete subject to direct traffic shall not be less than 28 percent by weight when tested conforming to SDHPT Test Method Tex- 612-J. When tested by approved methods, the fine aggregate or combinations of aggregates including mineral filler shall conform to the grading requirements shown in Table 2. Table 2 Fine Aggregate Gradation Chart Percent Retained on Each Steve Aggregate I Grade No. b's" No.4 No. 8 No. 16 No. 30 No. 50 No.100 No. 200 t 1 0 0 -5 0 -20 15 -50 35 -75 65 -90 90 -100 97 -100 I NOTE 1: Where the sand equivalent is greater than 85, the retainage on the No. 50 sieve may be 65 to 94 percent. I NOTE 2: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100 percent. I Fine aggregate will be subjected to the Sand Equivalent Test SDHPT Test Method Tex - 203 -F. The sand equivalent shall not be less than 80 nor less than the value Indicated, whichever is greater. For Class A, C, E and F Concrete, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10 for grade 1 only. For Class H Concrete, the fineness modulus of the fine aggregates shall be between 2.40 and 2.90. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. 403 Rev. 09130187 Page 2 Concrete for Structures 1 1 1 1 1 1 1� 1 1 1 r 1 1 1 1 1 1 1 (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand or other approved inert material. Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color re- quired. When required by the Engineer /Architect, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Air entraining, retarding and water reducing admixtures may be used in all concrete and shall conform to Item No. 405, "Concrete Admixtures". (6) 403.3 Storage of Cement Cement shall be stored in well ventilated, weatherproof buildings or approved bins which will protect it from dampness or absorp- tion of moisture. Storage facilities shall be ample and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer /Architect may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 403.4 Storage of Aggregate The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stock piles shall be clear of all vegetation. The bottom 6 inch layer of aggregate shall not be disturbed or used without recleaning. When conditions require the use of 2 or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stock piles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. All aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 403.5 Measurement of Materials The measurement of the materials, except water, used in batches of concrete shall be by weight or an accurate volumetric mea- suring method approved by the Engineer /Architect. The tine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used it shall be weighed separately but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowances shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected and when the average weight per bag in any shipments, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted. the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 403.6 Classification and Mix Design It shall be the responsibility of the Contractor to fumish the mix design, using a Coarse Aggregate Factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified commercial laboratory to conform with the requirements contained herein and conforming to SDHPT Bulletin C -11 and supplements thereto. The Contractor shall perform, at his own expense, the work required to substantiate the design, including the testing of strength specimens. Complete concrete design data shall be submitted to the Engineer for approval. The mix design will be valid for a period of 1 year and shall be re- established for projects which extend beyond the 1 year period or when there is a change in materials. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, not only for batch designs but for all concrete produced for the project so that the mix conforms to these specifications and any other requirements indicated. In lieu of the above mix design responsibility. the Contractor may request approval of a current design previously accepted by the City, if it can be shown that no substantial change in any of the ingredients has been made. However, this will not relieve the Contractor of the responsibility of providing concrete meeting the requirements of these specifications. The coarse aggregate factor shall not be more than 0.82 except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.68. 403 Rev. 09/30/87 Page 3 Concrete for Structures If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contrac- tor may use an approved water reducing and retarding admixture or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the re- design is checked. Approved water reducing or retarding agents may be used with all classes of concrete at the option of the Contractor and will be required for hot weather concreting and for continuous slab placement. The agents shall conform to Item No. 405, "Concrete Admixtures" and Item No. 410, "Concrete Structures ". When a retarding admixture is required for hot weather concreting, the amount to be used shall conform to Item No. 405, "Con- crete Admixtures ". When used in continuous slab placement, the amount to be used will be established by several trial batches with varying retarder content and simulating the placing conditions to be encountered. When water reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required conforming to Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of zO1 V. percentage points. Variations beyond this tolerance may be cause for rejection. 403.7 Consistency The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities and of the stiffest consistency that can be placed and vibrated into a homogeneous mass within the slump requirements specified in Table 3. Excessive bleeding shall be avoided. Slump values shall conform to SDHPTTest Method Tex - 415 -A. Table 3 Slump Requirements Type of Construction Slump, Inches Maximum Minimum Piers and Cased Drilled Shafts 4 3 Reinforced foundation caissons and footings 3 1 Reinforced footings and substructure walls 3 1 Uncased Drilled Shafts 6 5 Thin - walled Sections (9 inches or less) 5 4 Prestressed Concrete Members 5 4 Wall Sections over 9 inches 4 3 Reinforced building slabs, beams, columns and walls 4 1 Bridge Decks' 4 2 Pavements Fixed -form 2 1 Slip -form 11 Y Sidewalks, driveways and slabs on ground 4 2 Curbs & gutters Hand - vibrated 3 1 Hand - tamped or spaded 4 2 Slip - form /extrusion machine 2 h Heavy mass construction 2 1 High strength concrete 4 3 Riprap and other miscellaneous concrete 6 1 Under water or seal concrete 6 5 403 Rev. 09130/87 Page 4 Concrete for Structures NOTE: No Concrete will be permitted with slump in excess of the maximums shown unless water reducing admixtures have previously been approved. 403.8 Quality of Concrete, General The Concrete shall be uniform and workable and of a consistency acceptable to the Engineer /Architect. The cement content, maximum allowable water /cement ratio, the minimum and maximum slump, the proper amount of entrained air and the strength requirements of the various classes of concrete shall conform to the requirements of Tables 3 and 4 and as required herein. It shall be the responsibility of the Contractor to provide concrete meeting these requirements. Test beams or cylinders will be required for each monolithic placement of bridge decks or superstructures, top slabs of direct traffic culverts, cased drilled shafts, structural beams and otherwise as directed by the Engineer /Architect for "design strength" or early form removal. The require- ment for early removal or opening will be at the Contractor's expense, except when the early opening or removal Is required by the Engineer /Architect and specified in Item No. 410, "Concrete Structures". During the progress of the work. the Engineer /Architect, the City's laboratory or in the absence of the above, the Contractor shall cast test cylinders and/or beams as a check on the compressive and/or flexural strength of the concrete actually placed. The Engineer /Architect or the City's laboratory shall also perform slump tests, entrained air tests and will make temperature checks as required, to insure compliance with the specifications. Test beams or cylinders will be required for small placements on structures such as manholes, inlets, culverts, wingwalls, etc. The Engineer /Architect may vary the number of tests to a minimum of 1 for each 25 cubic yards placed over a several day period. A strength test shall be defined as the average of the breaking strength of 2 cylinders or 2 beams as the case'may be. Specimens will be tested conforming to SDHPT Test Method Tex -418 -A or Tex - 420 -A. If the required strength or consistency of the class of concrete being produced cannot be secured with the minimum cement specified or without exceeding the maximum water /ce- ment ratio, the Contractor will be required to fumish different aggregates, use a water reducing agent, an air entraining agent or increase the cement content in order to provide concrete meeting these specifications. The Contractor may request beam or cylinder tests for removal of forms and/or falsework at his own expense. The test speci- mens shall be cured using the same methods and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured conforming to SDHPT Bulletin C -11 and Supplement thereto. When control of concrete quality Is by 28 day compressive tests, Job control will be by 7 day flexural or compressive tests which are shown to provide the required 28 day strength, based on results from trial batches. Thereafter, if the required 7 day strength is not secured with the quantity of cement specified in Table 4, changes in the batch design will be made as specified in this item. Table 4 Classes of Concrete Class Min. Comp. Min. Beam Max. Water Coarse of Sk. Cement Strength (f'c) Strength Cement Agg. Conc. per C.Y. 28 Day psi 7 Day psi Ratio No. A' 5.0 3000 #500 6.5 2 -3 -4 x B 4.0 2000 300 8.0 2.3 -4 x C' 6.0 3600 #600 6.0 1 -2 -3" D 4.5 2500 #425 7.5 2 -3 -4 x E 6.0 3000 500 7.0 2 -3 F' 6.0 to 8.0 As indicated fc 5.5 2 -3 6 6.0 to 8.0 As indicated N.A. • 5.5 3 I 5.5 3500 575 6.2 2-3-4 x J 2.0 800 2 -3 -4 K 3.0 L 5.0 5000 M 6.0 5000 • Entrained Air (Slabs, piers and bent concrete). • Grade 1 coarse Aggregate may be used in foundation only (except cased drilled shafts). "' Entrained Air for slab concrete. # When Type II Cement is used with Class C Concrete, the 7 day beam break requirement will be 550 psi; with Class A, 460 psi., minimum. X Permission to use grade 4 aggregate must have prior approval of the Engineer. Concrete that is to be placed in the bridge deck shall not have a temperature in excess of 85 F at the time of placement. 403 Rev. 09 /30/87 Page 5 Concrete for Structures 403.9 Mixing Conditions The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in Item No. 410, "Concrete Structures" shall not be used. Retempering of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect quality of the concrete to be placed, the Engineer shall notify the Contractor In writing that the placement of work may not meet the specifications and any work placed may have to be removed and replaced. Where work has been started and changes in weather conditions require protective measures, the Contractor shall fumish adequate shelter to protect the concrete against damage from rainfall or from freezing temperatures as outlined in Item No. 410, "Concrete Structures ". If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stock piles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 403.10 Mixing and Mixing Equipment All equipment, tools and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work under way without excessive delays for repairs or replacement. The mixing shall be done in a mixer of approved type and size that will produce uniform distribution of the material throughout the mass and shall be capable of producing concrete meeting the requirements of ASTM C 94, Ready -mixed Concrete and these specifications. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The mixing equipment shall be capable of producing sufficient concrete to provide the quantities required to comply with Item No. 410, "Concrete Structures ". The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. Improperly mixed concrete shall not be placed in the structure. Delivery of concrete to the site of the work and Its discharge from the mixer, agitator or nonagitating equipment shall conform to the requirements of Item No. 410, "Concrete Structures ". The mixer may be batched by either the volumetric method or by weighing and shall be equipped with a suitable timing device which shall lock the discharging mechanism and signal when specified time of mixing has elapsed. An adequate water supply and suitable metering devices shall be provided. The water tank shall be arranged so that the amount of water can be measured in gallons accurately. When the tank starts to discharge, the inlet supply shall cut off automatically and remain off until the container has emptied completely and the discharge line closed The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, not exceeding a maximum of 1 hour, the mixer shall be thor- oughly cleaned. (1) Proportioning and Mixing Equipment For all miscellaneous concrete placements, a mobile, continuous, volumetric mixer or a volumetric or weight batch mixer of the rotating paddle type may be used. When approved by the Engineer in writing or when specified for use, these mixers may be used for other types of concrete construction, including structural concrete, if the number of mixers furnished will supply the amount of con- crete required for the particular operation in question. These mixers shall be designed to receive all the concrete ingredients, including admixtures, required by the mix design in a continuous uniform rate and mix them to the required consistency before discharging. They may be of the volumetric or weight batch design. The mixers shall have adequate water supply and metering devices. For continuous volumetric mixers, the materials delivered during a revolution of the driving mechanism or in a se- lected interval, will be considered a batch and the proportion of each ingredient will be calculated in the same man- ner as for a batch type plant. The mixing time shall conform to the recommendations of the manufacturer of the mixer unless otherwise revised by the Engineer. 403 Rev. 09/30187 Calibration of these mixers will be required. Page 6 Concrete for Structures 1 , 1 1 1 1 1 1 . r 1 1 1 1 1 1 (2) Ready -mixed Concrete The use of ready - mixed concrete will be permitted provided the batching plant and mixer trucks meet requirements of quality specified herein. When ready -mixed concrete is used, additional mortar (1 sack cement, 3 parts sand and sufficient water) shall be added to each batch to coat the drum of the mixer or agitator truck. Delivery of concrete to the site of the work and its discharge from the truck mixer, agitator or nonagitating equipment shall conform to Item No 410. "Concrete Structures" (3) Site -mixed Concrete 403 Rev. 09130/87 Ready -mixed concrete, batching plant and mixer truck operation shall include the following. (a) A ticket system will be used that includes a copy for the construction inspector. The ticket will have machine stamped time/date of the concrete batch, weight of cement, sand and aggregates: exact no- menclature and written quantities of admixtures and water Any item missing or incomplete on the ticket may be cause for refection of the concrete. (b) Sufficient trucks will be available to support continuous slab placements. The Contractor will satisfy the Engineer that adequate standby trucks are available to support monolithic placement requirements. (c) A portion of the mixing water, required by the batch design to produce the specified slump, may be withheld and added at the fob site, but only with the permission of the Engineer and under the Inspec- tor's observation. When water is added under these conditions, it will be thoroughly mixed before any slump or strength samples are taken. Hand mixing of concrete will be permitted only for small placements or in case of an emergency and then only an the authorization of the Engineer. Hand-mixed batches shall not exceed a 2 bag batch in volume Job mix concrete shall be concrete mixed in an approved batch mixer, conforming to the requirements stated above, conveniently located to the structure for which the concrete is being mixed and moved to the placement site in non- agitating equipment After all the required materials are in the mixer, the concrete shall be mixed not less than 50 seconds nor more than the time indicated on the manufacturers nameplate, measured from the time the last material enters the mixer to the time discharge of the concrete begins. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required and it shall ring a bell after the specified time of mixing has elapsed. 403.11 Excavation, Placing of Concrete, Finishing, Curing and Backffll The excavation, placing of concrete, finishing, curing and backfill shall conform to Item No. 401, "Structural Excavation and Backtill" and Item No 410, "Concrete Structures ". 403.12 Measurement The quantities of concrete of the various classifications which will constitute the completed and accepted structure or structures in place will be measured by the cubic yard, each, square foot, square yard, linear foot or lump sum as the case may be Mea- surement will be as follows: (1) General (a) All concrete quantities will be based on the dimensions indicated or those established in writing by the Engineer/ Architect. Diafram concrete, when required, will be included in the slab measurement (b) In determining quartities, no deductions will be made for chamfers less than 2 inches, embedded portions of structural steel or prestressed concrete beams, piling, anchor bolts, reinforcing steel, drains, weep holes, func- tion boxes, electncal conduit, conduit and/or voids for prestressed tendons or for embedded portions of light fixtures. (c) For Pan Girder Spans. a quantity will be included for the screed setting required to provide proper camber in the roadway surface after form removal (d) For Slabs on Steel and Prestressed Beams, a quantity for the haunch between the slab and beams will be Page 7 Concrete for Structures ( (3) (3) included when required. No measurement will be made during construction for variation in the amount of haunch concrete due to deviation from design camber in the beams. (e) For Slabs on Panels or T- Beams, the combination of span length, theoretical camber in beams, computed deflections and plan vertical curve will be taken into account in determining the quantity for the slab. Additional concrete, which may be required by an adjustment of the profile grade line during construction to insure proper slab thickness, will not be measured for payment. (f) Quantities revised by a change in design, measured as specified herein, will be increased or decreased, as the case may be and included for payment. (g) Venetians in concrete headwall quantity incurred if an alternate bid for pipe is permitted will not be measured for payment. Plan Quantity For those items specified for plan quantity payment, adequate calculations have been made conforming to "General Conditions of Agreement ". If no adjustment is required by this item, additional measurements or calculations will not be required. Measured In Place For those items not specified for plan quantity payment, measurement will be made in place. 403.13 Payment For all structural elements in unit price contracts specified for payment when measured by the cubic yard, the quantity to be paid for will be actual field measurements of the quantity indicated, except as may be modified by the following' Plan quantities will be adjusted: (1) When a complete structure element has been erroneously included or omitted from the plans, the quantity shown on the plans for that element will be added to or deducted from the plan quantity and included for payment. A complete structure element will be the smallest portion of a total structure for which a quantity is included on the plans. Quan- tities revised in this manner will not be subject to the provisions of "General Conditions of Agreement". (2) When the plan quantity for a complete structure element is in error by 5 percent or more, a recalculation will be made and the corrected quantity included for payment. Quantities revised in this manner will not be subject to the provi- sions of "General Conditions of Agreement". When quantities are revised by a change in design, the plan quantity will be increased or decreased by the amount involved in the design change Quantities revised in this manner will be subject to the provisions of "General Condi- tions of Agreement" Payment for increased or decreased costs due to a change in design, on those items measured in "Each, by the "Square Foot" "Square Yard" or "Linear Foot" will be determined by provisions of "General Conditions of Agreement': Payment for additional concrete required for slab on panel or T -beam construction due to adjustment of the profile grade line will not be made under "Additional Work" as provided in "General Conditions of Agreement" The unit prices bid for the various classifications of concrete shown shall be full compensation for furnishing, hauling and mixing all concrete matenal: placing, curing and finishing all concrete; all grouting and pointing; fumishing and placing drains; furnishing and placing metal flashing strips; fumishing and placing expansion joint material required by this item and for all forms and lalsework, labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under appropriate bid items where structural concrete is used as indicated and included in the bid. Box culverts shall be paid for under Item No. 559, "Box Culverts'. Payment will be made under one of the following: Pay Item No. 403-A: Pay Item No. 403 -8: Pay Item No. 403 -C: Pay Item No. 403 -D: Pay Item No. 403-E: Pay Item No. 403 -F: Pay Item No. 403 -G: This item shall be Ref: 401, 405, 410, 559 End. 403 Rev. 09130/87 Structural Concrete — Per Cubic Yard. Foundation Seals — Per Cubic Yard Foundations — Per Cubic Yard. Columns — Per Cubic Yard. Bridge Abutments and Walls — Per Cubic Yard. Bridge Decks — Per Square Yard. Structures — Per Cubic Yard. considered subsidiary to the contract, and no separate payment shall be made. Page 8 Concrete for Structures C 1 1 1 it 1 1 1 1 1 1 1 1 1 1 1 1 1 Item No. 405 Concrete Admixtures 405.1 Description This item shall consist of the materials used, methods of tests and construction methods for the use of admixtures in concrete. 405.2 Materials (1) Air Entraining Admixture An "Air Entraining Admixture" is defined as a material which, when added to a concrete mixture in the correct quan- tity, will entrain uniformly dispersed microscopic air. This admixture shall conform to ASTM C 260, modified as follows: (a) The cement used in any series of tests shall be either the cement proposed for specific work or a "refer- ence" Type I cement from one mill. (b) Unless otherwise Indicated, the minimum relative durability factor shall be 80. The air entraining admixture used in the reference concrete shall be high quality neutralized Vinsol Resin. (2) Water - reducing, Retarding Admixture . A "Water- reducing, Retarding Admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. This admixture shall conform to ASTM C 494, Type A or D, modified as follows: (a) The water- reducing retarder shall retard the initial set of the plastic concrete a minimum of 2 hours and a maximum of 4 hours when the materials are at a temperature of 90 F, the dosage rate specified by the manufacturer. (b) The cement used in any series of tests shall be either the cement proposed for specific work or a "refer- ence" Type I cement from one mill. (c) All concrete tested shall contain entrained air. (3) Water - reducing Admixture A "Water- reducing Admixture" is defined as a material which, when added to a concrete mixture in the correct quan- tity, will reduce the quantity of mixing water required to produce concrete of a given consistency and required strength. This admixture shall conform to ASTM C 494, Type A. (4) Accelerating Admixture An "Accelerating Admixture" is defined as an admixture that accelerates the setting time and the early strength development of concrete. This admixture shall conform to ASTM C 494, Type C, modified as follows: The accelerating admixture will contain no chlorides and shall be used in the liquid form only. (5) High -range Water Reducing Admixtures A "High -range Water Reducing Admixture," referred to as a superplastersizer, is defined as a synthetic polymer material which, when added to a low slump concrete mixture increases the slump without segregation, impermea- bility and durability of the mix. This admixture shall conform to ASTM C 494, Type F or G, modified as follows (a) It shall reduce the required water by a minimum of 15 percent. (b) It shall increase the 7 day compressive strength of the concrete by a minimum of 25 percent. The admixture when added to the mix shall produce the following: (a) (b) It shall prevent a temperature rise of the mix above 100 F during high ambient conditions. (c) Modify a low slump concrete, without the addition of water, to produce a slump which conforms to the range indicated. It shall not increase the chloride content of the mix. 405 Rev. 09130187 Page 1 Concrete Admixtures 405.3 Certification - The Contractor shall submit the name of the admixture proposed and manufacturers certification that products selected meet the requirements of this item and of ASTM C 260 and C 494 as required. If more than one admixture is proposed in the concrete mix, a statement of compatibility of components shall accompany certification. The Engineer /Architect may request additional information to be submitted such as infrared spectrophotometry scan, solids con- tent, pH value, etc., for further identification. A change in formulation discovered by any of the tests prescribed herein or other means and not reported and retested, may be cause to permanently bar the manufacturer from furnishing admixtures for Owners work. The Owner reserves the right to perform any or all of the tests required by ASTM C 260 and C 494 as a check on the tests reported by the manufacturer. In case of any variance, the Owner tests will govern. 405.4 Approval of Admixtures The Engineer /Architect shall approve all admixtures and dosage. Approval of admixtures shall be based on previous perfor- mance of the admixture. The dosage will be determined from the manufacturers recommendations, trial mixes or current job approved mix designs, if it is shown that no substantial change in any of the proposed ingredients has been made. Should the Contractor desire to change the admixture or dosage approved during the progress of the work, the Contractor shall perform trial mixes at his own expense and submit the new mix design for approval. _ 405.5 Construction Use of Admixtures No concrete shall be delivered to the project until the mix design is approved. All concrete delivered shall conform to the ap- proved job mix formula. Unless otherwise indicated, all concrete shall be air entrained. All admixtures will be added at the Batch Plant. All admixtures shall be in the liquid state. No admixtures shall be dispensed on dry aggregates. Each admixture shall be dispensed separately, but at the same time as the mixing water. An approved job mix formula for normal hot weather concreting may not perform satisfactorily for extended retardation, in which case its use will not be permitted. The rotation of the mixer shall be sufficient to thoroughly mix the admixture into the concrete. Admixtures shall be agitated as required to prevent separation or sedimentation of solids. Air agitation of Neutralized Vinsol Resin will not be permitted. Normally Air entraining agents shall be charged into the mixer at the beginning of the batch. Retarding or water reducing admixtures, except for high -range water reducers, shall be charged into the mixer during the last part (approximately 1/3) of the batch when an air - entraining agent is used. Accelerating admixtures will be used only on the written approval of the Engineer. Accelerating admixtures will not be permitted in bridge decks, direct traffic culvert slabs at any time nor when Type II cement Is specified. All admixtures shall be of the same brand from only one manufacturer for the entire project, unless otherwise approved by the Engineer /Architect. Accelerators will be used only to meet special project requirements and will require the approval of the Engineer. For individual placements of concrete of 25 cubic yards or more and for all ready -mix concrete, the admixture shall be measured and dispensed by a readily adjustable dispenser. When set to a predetermined volume, the dispenser shall fill to the preset amount and hold it positively without leakage until the operator releases the content into the mixing water by some positive means. Unless otherwise indicated, completely automatic dispensing will not be required, except for use with a fully automatic plant. The calibrated container shall be a measuring reservoir of the type where the level of the admixture is visible at all times. A strip gauge with one ounce increments for air entraining admixtures, ten ounce Increments for dispersing admixtures, shall be at- tached securely to the measuring apparatus. This strip shall be a material possessing weather resistant qualities. The accuracy equipment shall visibly show the total amount to be dispensed for ready check by the Engineer. When individual placements of less than 25 cubic yards and with the concrete batched on the job site, the Engineer /Architect may waive the requirements for mechanical dispensing equipment. When high range water reducing admixtures are indicated the following will be observed: (a) Ready -mixed concrete shall be delivered in transit mixers and the capacity of the transit mixer shall be reduced for each batch by 25 percent of the rated capacity to assure proper mixing. 405 Rev. 09/30187 Page 2 Concrete Admixtures (b) If, during the placement of concrete, a change in slump resulting in a slump loss in excess of 3 inches is noted, the remaining concrete shall be rejected. (c) The addition of water will not be permitted at the job site. (d) Only one liquid admixture shall be used to achieve the desired results, except where air entrainment is indicated, the air entrainment agent will be permitted. (e) The concrete design shall meet the following requirements: Item Test Value Air entrainment ASTM C 260 3 to 6 percent High range water reducing admixture ASTM C 494 Type F or G Water cement ratio Gal/Sack Max. 6.25 Minimum cement content in Sacks (94 #/sack) 6.0 Coarse aggregate factor 6.5 Slump Maximum, inches 10 Flexural strength @ 7 days, psi 650 Maximum concrete temperature, F 100 405.6 Measurement and Payment No additional compensation will be made for the materials, equipment tests or methods required by this item, but shall be considered subsidiary to Item No. 360, "Concrete Pavement ", Item No. 410, "Concrete Structures" or various items included in the contract. End Ref: 360, 410 405 Rev. 09/30/87 Page 3 Concrete Admixtures 406.1 Description This item shall consist of the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity indicated and in accordance with these specifications. 406.2 Materials (1) Bars Bar reinforcement shall be deformed and shall conform to ASTM A 615, A 616, Grades 40, 60 or 75 and shall be open - hearth, basic oxygen or electnc furnace new billet steel, unless otherwise indicated. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grades 40 or 6015 required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM specification. The required bend shall be 90 degrees at a minimum temperature of 60 F around a pin having a diameter of 10 times the nominal diameter of the bar and shall be free of cracking. Spiral reinforcement shall be either smooth or deformed bars or wire of the minimum diameter indicated. Bars for spiral reinforcement shall comply with ASTM A 675, A 615 or A 617. Wire shall comply with ASTM A 82. The mini- mum yield strength for spiral reinforcement shall be 40,000 psi. In cases where the provisions of this item are in conflict with the provisions of the ASTM Designation to which refer- ence is made, the provisions of this item shall govem. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be re- quired for all reinforcing steel when it is to be welded, except for drill shafts. No tack welding will be allowed. All welding shall conform to the requirements of AWS D -1 -72. The nominal size and area and the theoretical weight (Ibs.) of reinforcing steel bars covered by these specifications are as follows: Bar Size Nominal Nominal Area Number Diameter Inches Square Inches Weight Linea Fooper t 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.65 18 2.257 4.00 13.60 Item No. 406 Reinforcing Steel Smooth bars, larger than No. 4, may be steel conforming to the above or may be furnished in any steel that meets the physical requirements of ASTM A 36. Smooth, round bars shall be designated by size number through No. 4. Smooth bars above No. 4 shall be desig- nated by diameter in inches. (2) Welded Wire Fabric Wire for fabric reinforcement shall be cold -drawn from rods hot - rolled from open - hearth, basic oxygen or electric furnace billet. Wire shall conform to the requirements of the Standard Specifications for Cold - Drawn Steel Wire for Concrete Reinforcement, ASTM A 82 or A 496. Wire fabric, when used as reinforcement, shall conform to ASTM A 185or A497. When wire is ordered by size numbers, the following relation between size number, diameter in inches and area shall apply unless otherwise indicated: Page 1 04;17/86 406 (3) 406.3 Bending 406 04/17/86 Size W Number 31 30 28 26 24 22 20 18 16 14 12 10 8 7 6 5.5 5 4.5 4 3.5 3 2.5 2 1.5 1.2 1 0.5 Structural or Architectural Elements (columns, beams, walls, slabs) exposed to weather, not subjected to sand blasting, water blasting or grinding. Structural or Architectural Elements exposed to weather and subject to sand blasting, water blasting or grinding. Structural or Architectural Elements not exposed to weather or corrosive conditions. Slabs and grade beams cast on grade. Page 2 Nominal Nominal Diameter (inch) Area square Inches 0.628 0.618 0.597 0.575 0.553 0.529 0.505 0.479 0.451 0.422 0.391 0.357 0.319 0.299 0.276 0.265 0.252 0.239 0.226 0.211 0.195 0.178 0.160 0.138 0.124 0.113 0.080 0.310 0.300 0.280 0.260 0.240 0.220 0.200 0.180 1.160 0.140 0.120 0.100 0.080 0.070 0.060 0.055 0.050 0.045 0.040 0.035 0.030 0.025 0.020 0.015 0.012 0.010 0.005 Where deformed wire is required, the size number shall be preceded by 0 and for smooth wire the prefix W shall be shown. Chairs and Supports Chairs and Supports shall be steel, precast mortar or concrete blocks cast in molds meeting the approval of the Engineer /Architect of sufficient strength to position the reinforcement as indicated when supporting the dead load of the reinforcement, the weight of the workers placing concrete and the weight of the concrete bearing on the steel. Chairs shall be plastic coated when indicated. Chair Types and Applicable Uses Galvanized steel or steel chairs with plastic coated feet. Stainless steel chairs. Uncoated steel chairs Steel chairs with a base with 9 Inch' minimum area or suf- ficient area to prevent the chair from sinking into fill or subgrade. Precast mortar or concrete blocks meeting the requirements of this item may be used. The reinforcement shall be bent cold, true to the shapes indicated. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 Unless otherwise indicated, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend. Bar Number Grade 40 Grade 60 3, 4, 5 3d 4d 6,7,8 4d 5d All bends in main bars and in secondary bars not covered above. 406.4 Tolerances Bar Number Grade 40 Grade 60 Grade 75 3 thru 8 6d 6d — 9, 10 8d 8d — 11 8d 8d 8d 14,18 10d 10d — Fabricating tolerances for bars shall not be greater than shown on Standard 406 -1. 106.5 Storing Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports and shall be pro- tected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross sectional area and tensile properties of a hand wire brushed speci- men meets the physical requirements for the size and grade of steel indicated. 406.6 Splices No splicing of bars, except when indicated or specified herein, will be permitted without written approval of the Engineer /Architect. No substitution of bars will be allowed without the approval of the Engineer /Architect. Any splicing of substituted bars shall con- form to Table 1. Splices not indicated will be permitted in slabs not more than 15 inches in thickness, columns, walls and parapets, but not in- cluded for measurement, subject to the following: Splices will not be permitted in bars 30 feet or less in plan length. For bars exceeding 30 feet in plan length, the distance center to center of splices shall not be less than 30 feet minus 1 splice length, with no more than 1 individual bar length less than 10 feet. Splices not indicated, but permitted hereby, shall conform to Table 1. The specified concrete cover shall be maintained at such splices and the bars placed in contact and securely teed together. Bar Number Table 1 Minimum Lap Requirements Grade 40 Grade 60 3 1 foot 0 inches 1 foot 0 inches 4 1 foot 2 inches 1 foot 9 inches 5 1 foot 5 inches 2 feet 2 inches 6 1 foot 9 inches 2 feet 7 inches 7 2 feet 4 inches 3 feet 5 inches No. 8 3 feet 0 inches 4 feet 6 inches No. 9 3 feet 10 inches 5 feet 8 inches No. 10 4 feet 10 inches 7 feet 3 inches No. 11 5 feet 11 inches 8 feet 11 inches Spiral steel shall be lapped a minimum of 1 tum. Bar No. 14 and No. 18 may not be lapped. Welding of reinforcing bars may be used only where indicated or as permitted herein. All welding operations, processes, equip- ment, materials, workmanship and inspection shall conform to the requirements indicated. All splices shall be of such dimension and character as to develop the full strength of the bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field, except Bar No. 6 and larger shall be done in the shop. Delivered bars shall be of sufficient length to permit this practice. Page3 04/17/86 406 ti For box culvert extensions with less than 1 foot of till, the existing longitudinal bars shall have a lap with the new bars as shown in Table 1. For box culvert extensions with more than 1 foot of fill, a minimum lap of 6 inches will be required. Unless otherwise indicated, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 406.7 Placing Reinforcement shall be placed as near as possible in the position indicated. Unless otherwise indicated, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than Y12 of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than 1 /< inch. Cover of concrete to the nearest surface of steel shall as follows: Minimum Cover, Inches (a) Concrete cast against and permanently exposed to earth 3 (b) Concrete exposed to earth or weather: Bar No. 6 through 18 bars 2 Bar No. 5, W31 or D31 wire and smaller 1 1 (c) Concrete not exposed'to weather or in contact with ground: Slabs, walls, joists: Bar No. 14 and 18 1 Bar No. 11 and smaller 1 Beams, columns: Primary reinforcement, ties, stirrups, spirals Shells, folded plate members: 1 Bar No. 6 and larger 1 Bar No. 5, W31 or D31 wire, and smaller 1 Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers or approved precast mortar or concrete blocks. For approval of plastic spacers on a project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than 1 foot in each direction, altemate intersections only need be tied. For reinforcing steel cages for other structural members, the steel shall be tied at enough inter- sections to provide a rigid cage of steel. Mats of wire fabric shall overlap each other 1 full space as a minimum to maintain a uniform strength and shall be tied at the ends and edges. Where prefabricated deformed wire mats are specified or if the Contractor requests, welded wire fabric may be substituted for a comparable area of steel reinforcing bar plan, subject to the approval of the Engineer /Architect. A suitable tie wire shall be provided in each block, to be used for anchonng to the steel. Except in unusual cases and when specifically authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed 2 inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required and the surface to be placed adjacent to the forms shall be a true plane, free of surface imperfections. Reinforcement shall be supported and tied in such a manner that a sufficiently rigid cage of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the above No concrete shall be deposited until the Engineer /Architect has reviewed the placement of the reinforcing steel and all mortar, mud, dirt, etc, shall b'e cleaned from the reinforcement, forms, workers' boots and tools. 406.8 Measurement The measurement of quantities of reinforcement furnished and placed will be based on the calculated weight of the steel actually placed as indicated, with no allowance made for added bar lengths for splices requested by the Contractor nor for extra steel used when bars larger than those indicated or with a higher grade of steel are substituted with the permission of the Engineer/ 406 04/17/86 Page 4 Architect. Tie wires and supporting devices will not be included in the calculated weights. The calculated weight of bar reinforce- ment will be determined using the theoretical bar weight set forth in this item. Measurement required by a change in design will be computed as described above for the actual steel required to complete the work. 406.9 Payment This item shall be paid for at the unit price bid per pound of "Reinforcing Steel ", which price shall be full compensation for furnishing, bending, fabricating, welding and placing reinforcement, for all clips, blocks, metal spacers, ties, chairs, wire or other materials used for fastening reinforcement in place and for all tools, labor, equipment and incidentals necessary to complete the work. - Reinforcement in items specifically including the reinforcement shall not be paid for directly, but shall be included in the unit price bid for the Items of construction in which the reinforcing steel is used. Payment, when included as a contract pay item, will be made under: End. Pay Item No. 406: Reinforcing Steel — Per Pound. This item shall be considered subsidiary to the contract, and no separate payment shall be made. Page 5 04/17;86 406 408.1 Description This item shall govern for the furnishing and placing of all longitudinal, contraction and expansion joint material in concrete work as herein specified in the various items of these specifications as indicated or as directed by the Engineer. 408.2 Material (1) Preformed Asphalt Board Preformed asphalt board formed from cane or other suitable fibers of a cellular nature securely bound together and uniformly Impregnated with a suitable asphaltic binder and meeting the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM D 1751. (2) Preformed Nonbituminous Fiber Material Preformed nonbituminous fiber material shall meet the requirements of the Standard Specifications for the Pre- formed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM D 1751, except that the re- quirements pertaining to bitumen content, density and water absorption shall be voided. • (3) Boards Boards obtained from Redwood timber, of sound heartwood, free from sapwood, knots, clustered birdseye, checks and splits. Occasional sound or hollow birdseye, when not in clusters, will be permitted provided the board is free from any other defects that will impair its usefulness as a joint filler. (4) Joint Sealer (Concrete Pavement) Item No. 408 Concrete Joint Materials This material shall be a one part low modulus silicone especially designed to cure at ambient temperatures by react- ing with moisture in the air and shall have the following properties: As Supplied Color Gray Flow, MIL- 2 -8802D Sec. 4.8.4 0.2 maximum Working Time, minutes 10 Tack -Free Time at 77 F ±2 F Min. MIL- 2 -8802D Sec.4.8.7 60 Cure time, at 77 F (25 C), days 7 -14 Full Adhesion, days 14 -21 As Cured —after 7 days at 77 F (25 C) and 40% RH Elongation, percent minimum 1200 Durometer Hardness, Shore A, points ASTM 2240 15 Joint Movement Capability, percent +100/ -50 Tensile Strength, maximum elongation, psi 100 Peel Strength, psi 25 The joint sealer shall adhere to the sides of the concrete joint or crack and shall be an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperature. (5) Backer Rod Backer Rod shall be expanded closed cell polyethylene foam compatible with sealant. No bond or reaction shall occur between rod and sealant. Backer Rod shall be of sufficient width to be in compression after placement and shall be used with joint sealer (6) Joint Sealing Material Joint Sealing Material for other than pavement use may be a two- component, synthetic polymer or cold - pourable, self leveling type meeting the following requirements: The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low tempera- tures. Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at art average temperature of 77 -3 F so as not to pick up under wheels of traffic in a maximum of 3 hours. Page 1 04/17/86 408 Performance Requirements: When tested in accordance with Test Method Tex - 525 -C, the joint sealing material shall meet the above curing times and the requirements as follows: It shall be of such consistency that it can be mixed and poured or mixed and extruded into joints at temperatures above 60 F. 408.3 Construction Methods Penetration, 77 F. 150 gm. Cone, 5 sec., max. -cm 0.90 Bond and Extension 75 %, 0 F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks • Pass Steel Blocks (Pnmed if specified by manufacturer) Pass Flow at 200 F None Water content % by weight, max. 5.0 Resilience: Original sample min. % (cured) 50 Oven - aged at 158 F. min. % 50 For Class 1 -a raterial only Cold Flow (10 min.) None The Contractor shall install "Concrete Joint Materials" which will function as a compatible system. Joint sealer shall not be placed where a bond braker is present. Asphalt, Redwood board or other materials used shall extend the full depth of the concrete and shall be perpendicular to the exposed face. All joints shall be shaped to conform to the contour of the finished section in which they are installed. AU material shall be a minimum of Y inch thick or as indicated. Wood materials shall be anchored to the adjacent concrete to permanently hold them in place. Joint sealer shall be installed in accordance with the manufacturer's recommendations. The material used for sidewalk expansion joints. shall conform to No. 3 above, unless otherwise indicated. The material used for curb and gutter expansion joints filler shall conform to any of the above, except when placed adjacent to concrete pavement, the joint material shall match the pavement joint material. 408.4 Measurement and Payment No additional compensation will be made for materials, equipment or labor required by this item, but shall be considered subsidi- ary to the various items included in the contract. End 408 04/17/86 Page 2 409.1 Description This item shall consist of curing concrete pavement, concrete base, pavement, curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement stabilized riprap, concrete structures and other concrete as indicated, by applying an impervious liquid membrane forming material. 409.2 Material • The liquid forming membrane curing compound shall comply with the "Standard Specification for Liquid Membrane - forming Compounds for Curing Concrete ", ASTM C 309, Type 1 -0 clear or translucent, with fugitive dye or Type 2 white pigmented. The matenal shall have a minimum flash point of 80 F when tested by the "Pensky -Martin Closed Tester ", ASTM Designation: 0 93. It shall be of such consistency that It can be satisfactorily applied as a fine mist through an atomizing nozzle by means of ap- proved pressure spraying equipment at atmospheric temperatures above 40 F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. - Type 2 compound shall not settle out excessively or cake in the container and shall be capable of being mixed to a uniform consistency by moderate stirnng and shall exhibit a daylight reflectance of not less than 60 percent of that of magnesium oxide when tested as indicated. The compound shall produce a firm, continuous, uniform, moisture impermeable film, free from pinholes and shall adhere satis- factorily to the surfaces of damp concrete. When applied to the damp concrete surface at the rate of coverage indicated, the compound shall dry to the touch in not more than 4 hours and shall not be tacky or crack off concrete after 12 hours. It shall adhere to horizontal and vertical surfaces in a tenacious film and shall not run off or show an appreciable sag, disinte- grate, check, peel or crack during the required curing period. Under traffic, the compound shall not pick up or peel and shall gradually disintegrate from the surface. The compound shall be delivered to the lob only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with the following: Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the following: 24 hours after application 72 hours after application 409.3 Construction Methods 2 percent 4 percent Item No. 409 Membrane Curing The membrane curing compound shall be applied atter the surface finishing has been completed and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of the specified type of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compounds shall not be applied before the surface has become dry, but shall be applied lust after free moisture has disappeared. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers for street and bridge applications. The sprayers used to apply the membrane to concrete exposed surfaces shall travel at a uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. On small miscellaneous items or on interim bridge deck curing the Contractor will be permitted to use hand - powered spray equipment For all spraying equipment, the Contractor shall provide facilities to prevent loss of the compound between the nozzle and the concrete surface during the spraying operations. At locations where the coating shows discontinuities, pinholes or other defects or if rain falls on the newly coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time Page 1 12/03/86 409 designated in the specification for curing, either for membrane curing or for other methods. Dry areas are identifiable because of the lighter color of dry concrete as compared to damp concrete. All suspected areas shall be tested by placing a few drops of water on the suspected areas. If the water stands in rounded beads or small pools which can be blown along the surface of the concrete without wetting the surface, the water impervious film is present. If the water wets the surface of the concrete as deter- mined by obvious darkening of the surface or by visible soaking into the surface. no water - impervious film is present. Should the foregoing test indicate that any area during the curing penod is not protected by the required water - impervious film an additional coat or coats of the compound shall be applied immediately and the rate of application of the membrane compound shall be increased until all areas are uniformly covered by the required water - impervious film. The compounds shall not be applied to a dry surface and if the surface of the concrete has become dry, It shall be thoroughly moistened prior to the application of the membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. When temperatures are such as to warrant protection against freezing. cunng by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that This method of curing is unsatisfactory or is detrimental to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. Curing compounds shall be compatible with the adhesion of toppings or overlays where curing has been applied to the concrete base surface in order to assure adequate bond. When lorms are stripped before the 4 minimum curing days have passed, curing shall continue by an approyed method. 409.4 Measurement and Payment Membrane curing will not be measured for payment. The work and materials prescribed herein will not be paid for directly, but shall be included in the unit price bid for the item of construction in which these materials are used. End 409 04/17/86 Page 2 410.1 Description This item shall consist of the construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other goveming specifications. All concrete structures shall be constructed in accordance with the design requirements and details indicated, in conformity with the pertinent provisions of the items contracted tor, the incidental Items referred to and in conformity with the requirements herein. 410.2 Materials (1) Concrete Concrete shall conform to Item No. 403, "Concrete for Structures ". The class of concrete for each type of structure or unit shall be as indicated or by pertinent governing specifications. (2) Expansion Joint Material (a) Preformed Fiber Material Fiber material shall conform to Item No. 408, "Concrete Joint Materials ". (b) Joint Sealing Material Sealants shall conform to Item No. 408, "Concrete Joint Materials ". (c) Asphalt Board Asphalt Board shall conform to Item No. 408, "Concrete Joint Materials ". (d) Rebonded Neoprene Filler Rebonded neoprene filler shall consist of ground closed cell neoprene particles, rebonded and molded into sheets of uniform thickness of the dimensions indicated. Filler material shall have the following physical properties and shall meet the requirements of ASTM D 1752, Type 1 where applicable: Property Method Requirements Color Black Density ASTM D 1752 Type 1 40 PCG Minimum Recovery ASTM D 1752 Type 1 90% Minimum Compression ASTM D 1752 Type 1 50 to 500 psi Extrusion ASTM D 1752 Type 1 0.25 In. Maximum Tensile strength ASTM D 1752 Type 1 20 psi Minimum Elongation 75% Minimum The manufacturer shall furnish the Engineer with certified test results as to the compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Waterstop Unless otherwise indicated, copper waterstop shall be 16 ounce material conforming to Item No. 720, "Metal for Structures ". Rubber waterstops or Polyvinyl Chloride (PVC) waterstops shall conform to Item No. 438, "Elastomeric Materials ". (4) Curing Materials Curing materials shall conform to Item No. 409, "Membrane Curing ", except curing of bridge decks and the top of direct traffic culverts shall be cured with Type I (Resin Base) curing compound only. Admixtures Retarding, water reducing and air entraining agents shall conform to Item No. 405, "Concrete Admixtures ". 410 Rev. 09/30187 Page 1 Concrete Structures (5) Item No. 410 Concrete Structures (6) City of Austin Survey Monuments The Transportation and Public Services Department shall furnish permanent survey monuments to be cast in con- crete as indicated or as directed by the Engineer. 410.3 General Requirements Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the ade- quacy of which shall be subject to the review by the Engineer. Plans for forms and falsework for piers and superstructure spans over 20 feet long and for all widening details shall be submitted to the Engineer for review, if requested. Similar plans shall be submitted for other units of the structure, if requested by the Engineer. The plans shall be prepared on standard 22 inch by 36 inch sheets and shall show all essential details of the proposed forms, falsework and bracing to permit a structural analysis. Four sets of such plans will be required. Concurrence on the part of the Engineer in any proposed construction methods, approval of equipment or of form and falsework plans does not relieve the Contractor of the responsibility for the safety or correctness of his methods and adequacy of his equipment or from carrying out the work in full accordance with the contract. Unless otherwise indicated, the requirements in the succeeding paragraphs shall govem the time sequence in which construc- tion operations may be carried on and for the opening of completed structures to traffic: Superstructure members, forms, falsework or erection equipment shall not be placed on the substructure before the con- crete therein has attained a 500 psi flexural strength. • Storage of materials on completed portions of a structure will not be permitted until all curing requirements for those partic- ular portions have been met. No forms shall be erected on concrete footings supported by piling or dnlled shafts until the concrete therein has attained a minimum flexural strength of 400 psi. Such work may begin on spread footings after the concrete therein has aged at least 2 curing days. Concrete may be placed as soon as the forms and reinforcing steel are approved. The support of tie beam and/or forms by falsework placed on previously placed tie beams is permissible provided such beams have attained 500 psi flexural strength, curing requirements are completed and the beams are properly supported to eliminate stresses not provided for in the design. Bridges and direct traffic culverts shall not be opened to construction traffic or to the traveling public until authorized by the Engineer in accordance with the following: Authorization may be given after the last slab concrete has been in place at least 14 days for light construction traffic not to exceed a s/. ton vehicle. Authorization to pace embankments to allow normal construction traffic and when necessary to the traveling public, may be given after the last slab concrete has been in place 30 days or when the minimum compressive strength (fc) has reached the 28 day strength conforming to Item No. 403, "Concrete for Structures" or as indicated. 410.4 Drains Weep holes and roadway drains shall be installed and constructed as indicated. 410.5 Expansion Joints Joints and devices to provide for expansion and contraction shall be constructed where and as indicated. The bearing area under the expansion ends of concrete slabs and slab and girder spans shall be given a steel trowel finish and finished to the exact grades required. The material used to separate expansion surfaces shall be as indicated and placed so that concrete or mortar cannot be subsequently worked around or under it. Concrete adjacent to armor joints and finger joints shall be placed carefully to avoid defective anchorage and porous or hon- eycombed concrete in such areas. All open joints and joints to be filled with expansion joint material shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement of the span without requiring full form removal. Preformed fiber joint material or other material indicated shall be used in the vertical joints of the roadway slab, curb, median or sidewalk. The top 1 inch thereof shall be filled with joint seating material, as specified herein. When different material is indicated it shall be used. 410 Rev. 09/30187 Page 2 Concrete Structures Prior to placing the sealing material, the vertical faces of the joint shall be cleaned of all laitance by sandblasting or by mechan- ical routing Cracked or spatted edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails to prevent the material from falling out. , Finished joints shall conform to the plan details with the concrete sections completely separated by the specified opening or joint material. - Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along ex- posed edges to secure full effectiveness of the expansion joints. 410.6 Construction Joints The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean that the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations indicated. Additional joints will not be permitted without written autho- rization from the Engineer and when authorized, shall have details equivalent to those indicated for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. All vertical construction joints shall be chamfered. All horizontal construction joints shall be routed or grooved. . - Construction joints requiting the use of joint sealing matenal shall be as indicated or as directed by the Engineer. The material will be indicated on the plans without reference to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign matter and saturated with water so it is moist when placing fresh concrete against R. Forms shall be drawn tight against the existing concrete and the joint surface flushed with grout just prior to placing the fresh concrete. 410.7 Foundation Excavation for foundations shall conform to Item No. 401, "Structural Excavation and Backfill ". Concrete for foundation seals, unless otherwise indicated, shall be Class E Concrete and placed in accordance with the require- ments herein. The top of the completed seal shall not vary from plan grade or the grade established by the Engineer. Where a concrete seal is indicated, the design will be based on the normal water elevation as indicated. If the foundation con- crete can be placed in the dry at the time of construction, the seal will not be required. If additional seal is necessary for the conditions existing during the time of construction, its thickness shall be increased as deemed necessary by the Contractor and at his expense. If the conditions existing at the time of construction require a seal for placing the foundation concrete in the dry and none is indicated, the Contractor shall place an adequate seal at his expense. The seal shall be allowed to set for at least 36 hours before the caisson or cofferdam is dewatered, after which the top of the seal shall be cleaned of all laitance or other soft material and all high spots exceeding the above limitation shall be cut off and removed. 410.8 Falsework The Contractor is totally responsible for all falsework. He shall design and construct to safely carry the maximum anticipated loads and to provide the necessary rigidity. Details of falsework construction shall be subject to review by the Engineer, but Engineer's review shall in no way relieve the Contractor of responsibility of the adequacy and safety of the falsework design. All timber used in falsework centering shall be sound, in good condition and free from defects which will impair its strength. When wedges are used to adjust falsework to desired elevations, they shall be used in pairs to insure even bearing. Sills or grillages shall be large enough to support the superimposed load without settlement and unless founded on solid rock, shale or other hard materials, precautions shall be taken to prevent yielding of the supporting material. Falsework which cannot be founded on a satisfactory spread footing shall be placed on piling driven to a bearing capacity suffi- cient to support the superimposed load without settlement. The safe bearing capacity of piling shall be determined by test loads or by such other methods that may be required or acceptable to the Engineer. 410 Rev. 09130187 Page 3 Concrete Structures In general, each falsework bent shall be capped transversely by a member of proper size. A short cap section forming a T -head may be substituted to permit the removal of portions of the forms without disturbing the falsework. Caps shall be securely fas- tened to each pile or column in the bent and set at the proper elevation to produce, in conjunction with the use of approved wedges or jacks, permanent camber indicated, plus a construction camber covering allowance for deformation of the forms and falsework. The use of wedges to compensate for incorrectly cut bearing surfaces will not be permitted. Each falsework bent shall be securely braced to provide the stiffness required with the bracing securely fastened to each pile or column it crosses. In setting falsework for arches, allowances shall be made for settlement of falsework, deflection of the arch and permanent camber. Provision shall be made by suitable wedges, sand jacks or other acceptable devices for the controlled lowering of falsework when the arch is swung. Falsework may be required to be placed on jacks to provide for settlement correction during concrete placement. When the falsework is no longer required, it shall be removed. Falsework piling shall be pulled or cut off not less than 6 inches below finished ground level. Falsework and piling in a stream, lake or bay shall be completely removed to a point specified by the Engineer to prevent any obstruction to the waterway. 410.9 Forms Forms for precast prestressed concrete members and for prestressed piling shall be constructed conforming to Item No. 425, "Prestressed Concrete Structures" (1) General Except where otherwise indicated, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted for approval. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Owner for the design of structures. Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted for use in checking form work details for approval. Forms shall be practically mortar - tight, rigidly braced and strong enough to prevent bulging between supports and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Deflections due to cast -in -place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forrns. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all of such work is complete to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, If necessary and the forms shall be reset and securely braced against fur- ther movement. (2) Timber Forms Lumber for forms shall be properly seasoned, of good quality and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least 1 side and 2 edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets, manholes and box girders, the bottom of bridge decks between beams or girders, surfaces that are subsequently covered by backfill material or are completely enclosed and any surface formed by a single finished board. Lining will not be required when plywood forrns are used. Form lining shall be of an approved type such as masonite or plywood. Thin membrane sheeting such as poly- ethylene sheets shall not be used for form lining. 410 Rev. 09/30187 Page 4 Concrete Structures Forms may be constructed of plywood not less than' inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces which remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior of the U.S. Department of Commerce, National Bureau of Standards, U.S. Product Standard, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred or has defects that will produce inferior work shall not be used and if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels sym- metrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise indicated, forms shall be filleted at all sharp comers and edges with triangular chamfer strips mea- sunng 3'. inch on the sides. Forms for railings and ornamental work shall be constructed to standards equivalent to first class millwork. All mold- ings, panel work and bevel strips shall be straight and true with neatly mitered joints designed so the finish work is true, sharp and clean cut. All forms shall be constructed to permit their removal without mamng or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least '/ inch from the concrete surface. They shall be made so the metal may be removed without undue chipping or spelling and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least' inch from the face of the concrete and properly patched. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean -out openings shall be provided for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injunously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms The foregoing requirements for timber forms as regards design, mortar - tightness, filleted comers, beveled projec- tions, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not re- quire lining, unless specifically indicated The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. (4) Form Supports for Overhang Slabs Form supports which transmit a horizontal force to a steel girder or beam or to a prestressed concrete beam will be 410 Rev. 09/30187 Page 5 Concrete Structures permitted, but shall not be used unless a structural analysis has been made of the affect on the girder or beam and approval is granted by the Engineer. When overhang brackets are used on prestressed concrete beams, the following shall apply: (a) In normal spans or in spans skewed not more than 15 degrees, overhang brackets may be used to support standard slab overhangs of widths not exceeding 3 feet, 1' inches without additional support or bracing, when Type A, B, C and Type IV beams are used. When the 15 degree skew angle is exceeded, additional support shall be provided by welding No. 5 reinforcing bars to the stirrups of the exterior beam and adjacent interior beam. Such bars shall be approximately 1% inches above the bottom of the slab and spaced not more than 5 feet, center to center. (b) In normal or skewed spans with standard overhangs not exceeding 3 feet, 1 V. inches, additional support shall be provided using No. 5 bars as specified above and in addition, braces or struts, equivalent in size to a 4 inch x 4 inch timber, shall be wedged between the bottom flanges of the exterior and adjacent interior beam and spaced not more than 15 feet between struts or struts and permanent diaframs, when SDHPT Size 48 inch through 72 inch beams are used. (c) Spans In which the overhang width exceeds 3 feet, 1' inches will require additional support for the outside beams to resist torsion. Details of the Contractor's proposed method of providing additional sup- port shall be included with the slab forming plans submitted to the Engineer for review and approval. (d) To counteract torsion effects, diafram concrete shall be placed and cured and the diafram bars tightened prior to slab placing. • Holes In steel members for support of overhang brackets may be punched or drilled full size or may be torch cut to Y inch under size and reamed full size. In no case shall the holes be bumed full size. The hole shall be lett open unless indicated to be filled with a button head bolt. They shall never be filled by welding. 410.10 Placing Reinforcement Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in Item No. 406, "Reinforcing Steel ". Reinforcing steel supports shall not be welded to I -beams or girders or stirrups of prestressed concrete beams. 410.11 Placing Concrete, General The minimum temperature of all concrete at the time of placement shall not be less than 50 F. The maximum temperature of any concrete, unless otherwise indicated, shall not exceed 95 F when placed. The maximum temperature of cast -in -place concrete in bridge superstructures, diaframs, parapets, concrete portions of railing, curbs and sidewalks and direct traffic box culverts shall not exceed 85 F when placed. Other portions of structures, when indicated, shall require the temperature control specified. For continuous placement of the deck on continuous steel units, the initial set of the concrete shall be retarded sufficiently to insure that it remains plastic in not less than 3 spans immediately preceding the one being placed. For simple spans, retardation shall be required only if necessary to complete finishing operations. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The height of free fall of concrete shall be limited to 3 — 4 feet to prevent segregation. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature whichever is higher 35 F to 79 F Over 80 F 90 F or above 75 F 10 89 F 35 F to 74 F Nonagitated Concrete Agitated Concrete Maximum Time 30 minutes 15 minutes 45 minutes 60 minutes 90 minutes 410 Rev. 09130187 Page 6 Concrete Structures The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maxi- mums by 30 minutes for bridge decks, top slabs of direct traffic culverts and cased drilled shafts and 1 hour for all other concrete except that the maximum time shall not exceed 30 minutes for nonagitated concrete, From the time of initial strikeoff until final finish is completed and required interim curing is in place, the unformed surfaces of slab concrete in bridge decks and top slab of direct traffic culverts and concrete slabs, shall be kept damp, not wet, to offset the effects of rapid evaporation of mixing water from the concrete due to wind, temperature, low humidity or combinations thereof. Fogging equipment capable of applying water in the form of a tine fog mist, not a spray, will be required. Fogging will be applied at the times and in the manner directed by the Engineer. Fogging equipment may be either water pumped under high pressure or a combination of air and water, either system in com- bination with a proper atomizing nozzle. The equipment shall be sufficiently portable for use in the direction of any prevailing winds. The equipment shall be adapted for intermittent use to prevent excessive wetting of the surfaces. upon completion of the final finish, interim curing will be required for slab concrete in bridge decks and top slabs of direct traffic culverts as follows: (1) Required water curing shall begin as soon as it can be done without damaging the concrete finish. (2) Unless otherwise indicated, Type 1 membrane curing compound (Resin Base Only) shall be applied to the slab surface. The Contractor shall give the Engineer sufficient advance notice-before placing concrete in any unit of the structure to permit the review of forms, reinforcing steel placement and other preparations. Concrete shall not be placed in any unit prior to the comple- tion of form work and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done in daylight hours, unless adequate provisions are made to light the entire placement site. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. If conditions of wind, humidity and temperature are such that concrete cannot be placed without cracking, concrete placement shall be done in the early morning or at night. The sequence for placing concrete shall be as indicated or as required herein. The placing shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in the form design. The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforce- ment and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 4 feet, except in the case of thin wall sections. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement. Con- crete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by con- veyors shall be protected from sun and wind, ff necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, ff necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. The coarse aggregate content of the concrete shall be within the limits specified in Item No. 403, "Concrete for Structures ". Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement or the chute ends shall terminate in vertical down - spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms In layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogeneous mass with the previously placed concrete without a cold joint. Not more than 1 hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. 410 Rev. 09130187 Page 7 Concrete Structures An approved retarding agent shall be used to control stress cracks and/or authorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking, such as on false work, in deep girder stems, etc. Openings in forms shall be provided, if needed, for the removal of laitance or foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least 1 standby vibrator shall be provided for emergency use in addition to the ones required for placement. For lightweight concrete, vibrators of the high frequency type which produce a minimum of 7000 impulses per minute will be required. The concrete shall be vibrated immediately after deposition. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures and into the comers and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Holes for anchor bolts in piers, abutments, bents or pedestals may be dnlled or formed by the insertion of oiled wooden plugs or metal sleeves in the plastic concrete. Formed holes shall be large enough to permit horizontal adjustments of the bolts. The bolts shall be carefully set in mortar. In lieu of the above, anchor bolts may be set to exact locations when the concrete is placed. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least 4 full curing days or timber planking, placed on top of the slab for the carts to traverse along . Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheel- ing concrete over finished slabs. Exposed concrete surfaces, while still plastic, shall be stamped with an impression having the Contractor's name, the month and year. The stamp shall be of an approved design. Atter concrete has taken its initial set, to prevent damage to the concrete at least 1 curing day shall elapse before placing strain on projecting reinforcement. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 410.12 Placing Concrete In Cold Weather (1) General • The Contractor is responsible for the protection of concrete placed under any and all weather conditions and is responsible for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under adverse weather conditions prove unsatisfactory, it shall be removed and replaced. (2) Cast-In-Place Concrete Concrete may be placed when the atmospheric temperature is not less than 35 F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 F. Aggregates shall be tree from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 F and/or the aggregate temperature shall not exceed 150 F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 F and 85 F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 F or above for a period of 72 hours from time of placement and above 40 F for an additional 72 hours. (b) The temperature at the surface of all concrete in bents, piers, culvert walls, retaining walls, parapets, wingwalls, bottom of slabs and other similar forms shall be maintained at 40 F or above for a period of 72 hours from time of placement. 410 Rev. 09130187 Page 8 Concrete Structures (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 F for a period of 72 hours from time of placement. Protection shall consist of providing additional covenng, insulated forms or other means and if necessary, supple- menting such covering with artificial heating. Curing shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all neces- sary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with lie placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. (3) Precast Concrete A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms and is equipped with ap- proved steam curing facilities may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within 1 hour after the concrete is placed. This shall not be construed to be 1 hour after the last concrete is ' placed, but that no concrete shall remain unprotected longer than 1 hour. (b) Steam heat shall keep the air surrounding the concrete between 50 F and 85 F for a minimum of 3 hours prior to beginning the temperature rise which is required for steam curing. 410.13 Placing Concrete In Hot Weather When the temperature of the air is above 85 F, an approved retarding agent will be required in all exposed concrete, concrete used in superstructures, top slabs of direct traffic culverts and all cased drilled shahs regardless of temperatures. The maximum temperature of all concrete, unless otherwise indicated shall not exceed 95 F. 410.14 Placing Concrete In Water Concrete shall be deposited in water only when indicated or with written permission of the Engineer. The forms, cofferdams or caissons shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being depos- ited. Pumping will not be permitted dunng the concrete placing nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket or other approved method and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. Its surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizon- tally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than' cubic yard. It shall be lowered gradu- ally and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. Unless otherwise indicated, all concrete placed under water shall be Class E. 410.15 Placing Concrete in Superstructure Unless otherwise indicated, simple span roadway slabs shall be placed without transverse construction joints by using a longitu- dinal screed or a self propelled transverse finishing machine. The screed shall be adequately supported on a header or rail system sufficiently stable to withstand the longitudinal or lateral thrust of the equipment. Unless otherwise indicated, temporary intermediate headers will be permitted for placements exceeding 50 feet in length for the longitudinal screed, provided the rate of placement is rapid enough to prevent a cold joint and these headers are designed for early removal to permit satisfactory consol- idation and finish of the concrete at their locations. Unless otherwise indicated, slabs on continuous units shall be placed in one continuous operation without transverse construc- tion joints using a longitudinal screed or a self propelled transverse finishing machine. Rails for transverse finishing machines supported from the beams or girders shall be installed so they may be removed without damage to the slab. Bond between removable supports and the concrete shall be prevented in a manner acceptable to the Engineer. Rail support parts which re- main embedded in the slab shall not project above the upper mat of reinforcing steel. Rail or screed supports attached to I -beams or girders shall be subject to "General Requirements" stated above. 410 Rev. 09/30187 Page 9 Concrete Structures For continuous placements of slab on steel or prestressed members, continuous slab and girder units or continuous slab spans, the Contractor shall submit his rate of placement schedule. For simple span units, a minimum rate of placement for a particular unit may be indicated. If not so indicated, the Contractor shall satisfy the Engineer that the equipment furnished is capable of placing, finishing and curing the slab at an acceptable rate to insure compliance with the specifications. The profile gradetine may require adjustment, due to variation in beam camber and other factors, to obtain the required cover over the stab reinforcement. Beams shall be set in a sufficient number of spans so that when adjustment is necessary the profile gradeline can be adjusted over suitable increments so that the revised gradeline will produce a smooth riding surface. One or more passes shall be made with the screed over the bridge deck segment prior to the placement of concrete thereon to insure proper operation and maintenance of grades and clearances. Slab concrete shall be deposited between the exterior beam and the adjacent beam prior to placing concrete in the overhang portion of the slab. For transverse slab finishing, concrete shall be placed in transverse strips, proceeding from the lowest end of the placement. For longitudinal screeding, concrete shall be placed in longitudinal strips starting at a point In the center of the segment adjacent to one side, except as provided herein and the strip completed by placing uniformly in both directions toward the ends except that for spans on a grade of 1.5 percent or more, placing shall start at the lowest end. The width of strips shall be such that the concrete therein will remain plastic until the adjacent strip is placed. Where monolithic curb construction is specified, the con- crete shall be placed therein in proper sequence to be monolithic with the adjacent longitudinal strips of the slabs. Forms for the bottom surface of concrete slabs, girders and overhangs shall be maintained true to the required vertical alignment dunng concrete placing. An approved system of checking shall be used to detect any vertical movement of the forms or falsework. Unless otherwise indicated, girders, slab and curbs of deck girder spans shall be placed monolithically. The girder stems shall be filled first and the slab concrete placed within the time limits specified in "Placing Concrete, General" above. Construction joints when permitted for slab placements on steel and prestressed concrete beams shall be as indicated. Where plans permit segmental placing, without specifying a particular order of placement, any logical placing sequence which will not result in the overstressing of any of the supporting members will be permined subject to the approval of the Engineer. Any falsework under steel girder or truss spans shall be released and the spans swung free on their permanent supports before placing any slab concrete thereon. When the curb forms are filled, the top of curb and sidewalk section shall be brought to the correct camber and alignment and finished as described in "Treatment and Finishing of Horizontal Surfaces Except Roadway Slabs" and "Ordinary Surface Finish ", below. The slab shall be finished as specified in "Finish of Roadway Slabs ", below. When the slab is to receive an additional weanng surface or level -up (widening), it shall be given a reasonable smooth float or screed finish. 410.16 Placing Concrete in Concrete Arches Concrete shall be placed in arch rings so the loading is kept symmetrical on the falsework. The arch rings and ribs shall be placed in one continuous operation unless otherwise indicated or permitted by the Engineer. The spandrel walls or columns and the beams shall not be placed until the arch is swung. Floor slab, railing, parapet walls, etc., shall not be placed until all spandrels are complete. Slab placement shall be symmetrical about the transverse centerline so the loading of the arch is kept approxi- mately symmetrical. The placing sequence shall be as indicated. 410.17 Placing Concrete in Box Culverts In general, construction joints will be permitted only where indicated. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than 1 nor more than 2 hours shall elapse before placing the top slab to allow for shrinkage in the concrete wall, • The base slab shall be trowel finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry traffic shall be finished as specified for roadway slabs in "Finish of Roadway Slabs," below. Top slabs of fill type culverts shall be given a reasonably smooth float finish. 410.18 Placing Concrete in Foundations and Substructure Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. 410 Rev. 09/30187 Page 10 Concrete Structures Placing of concrete footings upon seal courses will be permitted after the caissons or cofferdams are free from water and the seal course cleaned. Any necessary pumping or bailing during the concrete placement shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted if desired by the Contractor and approved by the Engineer and the entire excavation filled with concrete to the elevation of the top of footing in which case measurement for payment will be based on the footing dimensions indicated. Concrete in columns shall be placed monolithically unless otherwise indicated. Columns and caps and /or tie beams supported thereon may be placed in the same operation. To allow for shrinkage of the column concrete, it shall be placed to the lower level of the cap or tie beam and placement delayed for not less than 1 hour nor more than 2 before proceeding. 410.19 Treatment and Finishing of Horizontal Surfaces Except Roadway Slabs All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classifica- tion will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Bridge sidewalks shall be given a wood - float or broom finish or may be striped with a brush as specified by the Engineer. The tops of caps and piers between bearing areas shall be sloped sightly from the center toward the edge and the tops of abutments and transition bents sloped from the backwall to the edge, as directed by the Engineer, so that water will drain from the surface and shall be given a smooth trowel finish. When indicated, the coating of caps and piers shall be done using Type x epoxy material. Unless otherwise indicated, the color shall be concrete gray. Bearing areas for steel units shall be constructed in such a manner to have a full and even bearing upon the concrete When the concrete is placed below grade, bearing areas may be raised to grade on beds of Portland Cement mortar consisting of 1 part cement, 2 parts sand and a minimum amount of water. Bearing seat buildups or pedestals for concrete units may be cast integrally with the cap or with a construction joint as follows: The construction joint area under the bearing shall have the surface roughened thoroughly as soon as practical after initial set is obtained. The bearing seat buildups shall be placed using a latex based grout or an epoxy grout, mixed in ac- cordance with the manufacturer's recommendation. Pedestals shall be placed using Class C concrete, reinforced as Indicated. Bearing areas under elastomeric pads shall be given a slightly textured wood float finish. 410.20 Finish of Roadway Slabs In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. For concrete slab or concrete girder spans cast in place on falsework, an additional amount of camber shall be provided to offset the initial and final deflections of the span. The additional amount of camber shall be determined from the dead load deflection diagram indicated. When dead load deflection is not indicated, the additional amount of camber shall be 1/2 inch per 10 foot of span length but not to exceed ih inch. For pan girder spans the additional camber for initial and final deflections shall be approxi- mately ih inch for 30 foot spans and 3/4 inch for 40 foot spans. Roadway slabs supported on prestressed concrete beams, steel beams or girders shall receive no additional camber, except that for slabs without vertical curvature, the longitudinal camber shall be approximately' /. inch. Work bridges or other suitable facilities shall be provided from which to perform all finishing operations and check measurements for slab thickness and reinforcement cover. As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be struck off, leveled and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed shall be used in all slabs more than 20 feet in width. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a sawlike motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screed a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screed surface shall be worked to a smooth finish with a long handled wood or metal float of the proper size or hand floated from bridges over the slab. 410 Rev. 09/30/87 Page 11 Concrete Structures - The Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to and perpen- dicular to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depres- sions over Yu, inch in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. A broom finish shall be applied with longitudinal screeding. A broom or burlap drag finish shall be applied with transverse screeding. Unless otherwise indicated, the burlap drag shall consist of 4 or more layers of 10 ounce burlap fabric, free of seams, dirt or hardened concrete; it shall be kept wet when in use and it shall be drawn over the surface in as many passes as required to produce the desired texture depth. Broom finishes shall be applied with stiff bristled brooms. The Contractor shall have on hand at all times brooms for the purpose of providing the desired texture depth when surface conditions are such that the burlap drag well not provide it. Upon completion of the floating and/or straightedging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with SDHPT Test Method Tex - 436 -A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. At the option of the Contractor or when indicated, the surface shall be given its final texture by saw grooving to meet the above requirements. Saw grooving may be done a minimum of 4 days after the slab concrete has been placed. If saw grooving is done prior to the completion of curing, the curing shall be continued after sawing to provide the minimum curing time required. When the plans require that a concrete overlay be placed on the slab (new construction) or on prestressed concrete box beams, the slab or top surface of shear key and diafram concrete shall be given a metal tine finish of approximately 0.050 inch. When the plans indicate an asphaltic tack coat and overlay be placed on the slab (new construction) or on prestressed concrete box beams, the slab or the top surface of shear key and diafram concrete shall be given a lightly textured broom finish, similar to a sidewalk finish having an average texture depth of approximately 0.025 inch. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 foot straightedge. The straightedge shall be placed parallel to and perpendicular to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed Ys inch, making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding i'is inch will be acceptable, tf in the opinion of the Engineer it will not affect the riding qualities. Irregularities exceeding the above requirements shall be corrected. Areas which are corrected to produce satisfactory riding qualities shall be provided with an acceptable surface texture in a manner approved by the Engineer. 410.21 Placing Survey Monuments The Contractor shall obtain City Survey Monuments, for a fee of 510.00, from the Transportation and Public Services Department, Construction Inspection. Monuments shall be Imbedded in freshly poured concrete at locations indicated and accessible to sur- vey equipment at the completion of the project. The monuments shall be Installed flush with the adjacent concrete In a workman like manner. 410.22 Curing Concrete The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing, shall provide the proper equipment and material in adequate amounts and shall have the proposed method, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities therefor shall be cause for the Engineer to notify the Contractor, in writing, that the work is unsatisfactory and the concrete will have to be removed and replaced. All concrete shall be cured for a period of 4 curing days except as noted herein. 410 Rev. 09130/87 Exceptions to 4 Day Curing Description Required Curing Upper Surfaces of Bridge Slabs and Top Slabs 8 curing days (Type I or III cement) of Direct Traffic Culverts. 10 curing days (Type 11 cement) Concrete Piling (nonprestressed) 6 curing days Page 12 Concrete Structures When the air temperature is expected to drop below 35 F, the water curing mats shall be covered with polyethylene sheeting, burlap - polyethylene blankets or other material to provide the protection required by "Placing Concrete in Cold Weather ", below. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 F for at least 19 hours (or colder days if satisfactory provisions are made to maintain the temperature al all surfaces of the concrete above 40 F for the entire 24 hours). The required curing period shall begat when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1, below and the following require- ments for each method of curing. (1) Form Curing When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for - curing shall meet the requirements for concrete mixing water as indicated in Item No. 403, "Concrete for Structures ". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be.used: (a) Wet Mat Polyethylene sheeting or burlap - polyethylene blankets placed in direct contact with the slab will be required when the air temperature is expected to drop below 40 F during the first 72 hours of the curing period. Wet mats placed in direct contact with the slab will be required when the air temperature is expected to remain above 40 F for the first 72 hours of the curing period. Damp burlap blankets made from 9 ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats, anchored positively to the forms or to the ground, so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (3) Membrane Curing Unless otherwise indicated, either Type 1 -D or Type 2 membrane curing compound may be used where permitted except that Type 1 -D (Resin Base Only) will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. 410 Rev. 09130187 When forms are striped before the 4 day minimum curing time has elapsed, curing shall continue by an approved method. (b) Water Spray This method shall consist of overlapping sprays or spnnklers that keep all unformed surfaces continuously wet. (c) Ponding This method requires the covering of the surfaces with a minimum of 2 inches of clean granular material, kept wet at all times or a minimum of 1 inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated sand. TABLE 1 REQUIRED PERMITTED Water Membrane Water Membrane STRUCTURE UNIT for Complete for Interim for Complete for Complete DESCRIPTION Curing Curing Curing Curing 1. Upper surfaces of Bridge Roadway, X X Median and Sidewalk Slabs, Top Slabs of (resin base) Direct Traffic Culverts. Page 13 Concrete Structures STRUCTURE UNIT DESCRIPTION 410.23 Removal of Forms and Falsework TABLE 1 (continued) REQUIRED PERMITTED Water Membrane Water Membrane for Complete for Interim for Complete for Complete Curing Curing Curing Curing 2. Top Surface of any Concrete Unit upon X *X *X which Concrete is to be placed and bonded at a later interval (Stub Walls, Risers, etc.). Other Superstructure Con- crete (Curbs, Wingwalls, Parapet Walls, etc.). 3. Top Surface of Precast and/or Pre- X X stressed Piling. 4. All Substructure Concrete Culverts, *X *X Sox Sewers, Inlets, Manholes, Retaining Walls, Riprap. * Polyethylene Sheeting, Burlap - Polyethylene Mats or Laminated Mats in close intimate contact with the concrete surfaces, will be considered equivalent to water or membrane curing for items under 4. For substructure concrete, only one Type of curing compound wit be permitted on any one structure. Material requirements and construction methods shall conform to Item No. 409, "Membrane Curing ", except as changed herein. The membrane shall be applied in a single, uniform coating at the rate of coverage recommended by the manufacturer and as approved by the Engineer, but not less than 1 gallon per 180 square feet of area. Tests for acceptance shall be at this specified rate. Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise indicated, the choice of mem- brane type shall be at the option of the Contractor, except that the Engineer may require the same cunng method for like portions of a single structure. Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than 1 day when Type I or Type II cement is used and not less than r day when Type III cement is used, provided it can be done without damage to the concrete. Forms for Inside curb faces may be removed in approximately 3 hours provided it can be done without damage to the curb. Weight supporting forms and falsework for structures, bridge components and culvert slabs shall remain in place a minimum of 4 curing days after which they may be removed if the concrete has attained a Flexural strength of 500 psi as evidenced by strength tests using specimens made from the same concrete and cured under the same conditions as the portion of the structure in- volved. Forms for other structural components may be removed as specified by the Engineer. Inside forms (walls and top slabs) for inlets, box culverts and sewers may be removed after the concrete has aged not less than 3 days and has acquired a flexural strength of not less than 300 psi, provided an overhead support system, approved by the Engineer, is used to transfer the weight of the top slab to the walls of the box culvert or sewer before the support provided by the forms is removed. If all test beams made for the purpose of form removal have been broken without attaining the required strength, forms shall remain in place for a total of 14 curing days. Formwork supporting weight of concrete, such as beam soffits, joints and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28 days. Determine potential corn - pressive strength of in place concrete by testing field cured specimens representative of concrete location of members. The above provisions relative to form removal shall apply only to forms or parts thereof which are constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the structure. Backfilling against walls of Type I or Type II cement shall not take place for a minimum of 7 days. Backfilling against walls of Type III cement shall not take place until the flexural beam strength has reached 500 psi or the wall has cured for 5 days. 410 Rev. 09130/87 Page 14 Concrete Structures 1 1 1 1 1 1 1 1 1c 1 1 1 1 1 1 1 1 1 410.24 Defective Work Any defective work discovered after the forms have been removed shall be repaired as soon as possible in accordance with "Finishing Exposed Surfaces," below. If the surface of the concrete is bulged, uneven or shows excess honeycombing or form marks, which in the opinion of the Engineer, cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor 410,25 Finishing Exposed Surfaces (1) Ordinary Surface Finish An Ordinary Surface Finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher grade or class of finish. Higher grades and classes of finish shall conform to Item No. 411, "Surface Finishes for Concrete". Where neither a grade or class of finish Is specified, an Ordinary Surface Finish only, will be required. Ordinary Surface Finish shall be provided as follows: After form removal, all porous or honeycombed areas and spelled areas shall be corrected by chipping away all loose or broken material to sound concrete. (2) Rubbed Finish In general, the following areas shall require a rubbed finish and shall receive a first and second rubbing: (a) The top, exterior and roadway facia of curbs and parapet walls. (b) All concrete surfaces of railing. (c) The exterior vertical facia of slab spans, rigid frames, arches and box girders. (d) The outside and bottom surfaces of facia beams or girders (except precast concrete beams). (e) The underside of overhanging slabs to the point of juncture of the supporting beams (f) All vertical surfaces of piers, columns, bent caps, abutments, wingwalls and retaining walls which are exposed to view after all backfill and embankments is placed. (g) Exposed formed surfaces of inlet and outlet structures on culverts, transition structures, headwalls and inlets. (h) Such other surfaces specified elsewhere to receive a rubbed finish and such additional surfaces re- quired by the Engineer to receive a rubbed finish. 410 Rev. 09/30/87 Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spells caused by removal of metal ties, etc., as required by "Forms ", above, shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of V Inch and the surface repaired. All fins, runs, dnps or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discoloration resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. Unless otherwise indicated Ordinary Surface Finish shall be the final finish for the following exposed surfaces: inlets, manholes, sewer appurtenances, inside of culvert barrels, bottom of bridge decks between beams or girders, ver- tical and bottom surfaces of intenor concrete beams or girders. After removal of forms and as soon as the mortar used in pointing has set sufficiently, surfaces to be rubbed shall be wet with a brush and given a first surface rubbing with a medium coarse carborundum stone This rubbing shall be done before the concrete has cured more than 48 hours. , Page 15 Concrete Structures 410.26 Measurement and Payment No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this item, but shall be considered subsidiary to the particular items required by the bid. End The second rubbing shall present a cleaned uniform appearance free from drip marks and discoloration. It shall be given with a No.30 carborundum stone or an abrasive of equal quality. If the Contractor elects to use an epoxy paint in lieu of the second rubbing, he may do so upon approval of the Engineer. (3) Special Surface Finishes Striated, exposed aggregate and other special surface finishes shall conform to Item No. 411, "Surface Finishes for Concrete" and/or with the requirements indicated. Ref: 401, 403, 405, 406, 408, 409, 411, 425, 438, 720, 508 410 Rev. 09 /30187 Page 16 Concrete Structures 1 1 1 1 1 1 1 1 1 ( 1 1 1 1 1 1 1 1 1 1 411.1 Description This item shall govern for the fumishing of all materials and the application by the methods of construction indicated for the application of a surface finish to concrete. 411.2 Materials (1) Masonry Sand Masonry sand shall conform to ASTM C 144. (2) White Cement White cement shall conform to ASTM C 150. (3) Portland Cement All cement unless otherwise indicated shall be Portland Cement conforming to ASTM C 150. (4) Membrane Curing Membrane curing shall conform to Item No. 409, "Membrane Curing ". (5) Adhesive Grout This subsection sets forth the requirements for three epoxy adhesives with different viscosities designed to bond fresh Portland Cement concrete to existing Portland Cement concrete, hardened concrete to hardened concrete and steel to fresh or hardened concrete. These adhesives are as follows: Type V: Standard (medium viscosity) for applying to horizontal and vertical surfaces. This material Is suit- able for surface sealing of fine cracks in concrete. Type VI: Low viscosity for application with spray equipment to horizontal surfaces. Type VII: Paste consistency for overhead application and where a high buildup is required, This material is suitable for surface sealing of cracks in concrete which are veed out prior to sealing and for grouting of dowel bars where clearance is '/,e inch or less. (a) Mixing Ratio: The ratio of resin and hardener components to be mixed together to form the finished adhesive shall be either 1 to 1 or 2 to 1 by volume. Any specific coloring of resin and/or hardener components desired will be stated by the Engineer. • • Fillers, pigments, and thixotropic agents. All fillers, pigments and /or thixotropic agents in either the epoxy resin or hardener component must be of sufficiently fine particle size and dispersed so that no appreciable separation or settling will occur during storage. Any fillers present in the low viscosity version must be of such a nature that they will not interfere with application by spray equipment or abrade or damage such equipment. The concrete adhesive shall contain no volatile solvents. (b) Consistency: The adhesives shall comply with the following: Type V Type VI Viscosity of mixed adhesive at 400 Maximum 150 Maximum must be sufficiently fluid to apply by 77 ± 1 F, Poises trowel or spatula without difficulty Pot Life at 77 F, minutes, minimum — 30 Set lime at 77 F, hours, maximum — 12 (Time required to attain 180 psi) Item No. 411 Surface Finishes for Concrete Type VII Page 1 04/17/86 411 ( Thixotropy test shall be performed at both 77 and 120 F. Average thickness of cured adhesive remaining on test panel, mils minimum. Type V Type VII 30 45 Samples of the individual components in sealed containers shall be maintained at 115 - 3 F for 2 weeks. The mixed adhesive prepared from these samples must still comply with the minimum thixotropy requirements. The viscosity of the Type V and Type VI versions must not show an increase of more than 20 percent compared with the viscosity prior to the stability test. The Type VII adhesive must still be sufficiently fluid to apply by trowel or spat- ula without difficulty. (c) Physical Properties of the Cured Adhesive Property - Requirements Adhesive Shear Strength, psi, minimum 2200 Water Gain, percent by weight, maximum 0.20 Ability to bond fresh Portland Cement Concrete 400 to cured Portland Cement concrete, psi, minimum (7 days cure time) Synthetic Resin Paint Type X Epoxy: This is a high solids epoxy coating designed for application by brush or roller. The materials can also be applied by airless spray by addition of a maximum of 5 percent toluene solvent at the direction of the Engineer. Raw Materials The basic raw materials to be Incorporated into this coating are listed below, along with the specific requirements for each material. The final decision as to the quality of materials shall be made by the Engineer. After the Engineer has approved the brand names of raw materials proposed by the Contractor, no subsitution wit be allowed during the manufacture without prior approval of the Engineer. Epoxy Resin The basic epoxy resin used in the formulation shall be an unmodified liquid resin conforming to the following chemi- cal and physical requirements: Viscosity at 25.0 ± 0.1 C, cps. 7,000 to 10,000 Weight per epoxy equivalent, gms per gm — mole • 175 to 195 Color (Gardner Number), maximum 5 Hydrolyzable chlorine, maximum percent by weight 0.2 Specific gravity, 25/25 degrees 1.14 to 1.18 Test methods to be used in determining these qualities are listed below: (a) Viscosity — Test for Kinematic Viscosity (ASTM Designation: D 445). (b) Weight per Epoxy Equivalent — Test for Epoxy Content of Epoxy Resins (ASTM Designation: D 1652). (c) Color — Test for Color of Transparent Liquids (Gardner Color Scale) (ASTM Designation: D 1544). (d) Hydrolyzable Chlorine — Test for Hydrolyzable Chlorine Content of Liquid Epoxy Resins (ASTM Desig- nation: D 1726). (e) Specific Gravity — Method of Test for Density of Paint, Vamish, Lacquer and Related Products (ASTM Designation: D 1475). 411 04/17/86 Page 2 Pigment Titanium Dioxide The titanium dioxide used in this formulation shall be equivalent to DuPont R -900. This shall be a pure, chalk - resistant, rutile titanium dioxide meeting the requirements of ASTM D 476, Type III. Extender The extender used in this formulation shall be Nyad 400, manufactured by Interpace Pigments. Specific require- ments are as follows: Particle size distribution: (2) Grade I (3) Grade 11 Minimum Maximum Minus 20 microns, percent by weight 95 Minus 10 microns, percent by weight 70 80 Minus 5 microns, percent by weight 40 50 Minus 3 microns, percent by weight 30 40 Minus 1 micron, percent by weight 14 20 01! Absorption (rub out, Ibs/1001bs) 25 maximum Brightness (G.E.) 92.5 minimum 411.3 Grade of Finish (1) General The grade and/or class of finish shall be as described herein and as indicated. "Grade" of finish designates the areas to which a higher finish is to be applied beyond the requirements of an Ordi- nary Surface Finish. Four grades of finish are included herein. "Class" of finish designates the matenals or the process to be used in providing the grade of finish. Three classes of finish are included herein. For structures and surfaces not described herein under grade of finish, a class of finish only may be indicated. Where neither a grade nor class is specified, an Ordinary Surface Finish only will be required as specified in Item No. 410, "Concrete Structures ". Where the plans specify a grade and class of finish, i.e., Grade II, Class C, only that type of finish shall be furnished. Where the plans specify a grade of finish only, i.e., Grade I Finish, any of the classes of finish may be furnished. Only one class of finish shall be furnished on any individual structure, twin structures or on structures in close proximity to each other, except as specified for prestressed concrete members below. The following areas shall receive a Class A, B or C (two rub) Finish, except that prestressed members shall receive either a Class A or 8 Finish only. All concrete surfaces of railing, including the parapet types; exterior vertical faces of slabs, slab spans, arches and box girders; the outside and bottom surfaces of fascia beams or girders (including prestressed members); the under- side of overhanging slabs to the point of Juncture of the supporting beam; all exposed vertical surfaces of bents and piers and bottom surfaces of bent caps; all exposed surfaces of tie beams, abutments, bridge wingwalls, culvert headwalls and wingwalls and retaining walls exposed to view after all backfill and embankment is placed. Unless otherwise indicated, the underside of the slab of slab spans shall be finished its entire width. Unless otherwise indicated, exposed surfaces of pump houses and other miscellaneous concrete surfaces shall receive a Class A, B or C (one rub) Finish. All concrete surfaces of railing, including the parapet types, all exposed surfaces of bridge wingwalls and the exterior vertical faces of slabs and slab spans shall receive a Class A, B or C (two rub) Finish, All other surfaces described Page 3 04/17/86 411 under Grade I Finish shall receive a Class A or B finish only. The underside of slab spans shall receive an Ordinary Surface Finish only. (4) Grade ill All concrete surfaces of railing, including the parapet types, all exposed surfaces of bridge wingwalls and the exterior vertical faces of slabs shall receive a Class A, B or C (two rub) Finish. All other surfaces described under Grade I Finish shall receive an Ordinary Surface Finish (5) Grade IV The top and roadway faces only of all concrete railing, including the parapet types, and bridge wingwalls shall re- ceive a Class A, B or C (one rub) Finish. All other surfaces described under Grade I shall receive an Ordinary Sur- face Finish. 411.4 Class of Finish The Class of Finish designates either an adhesive grout material, a paint -type material or a rubbing process applied to surfaces specified in "Grade of Finish ", as required above and /or as indicated. Unless otherwise indicated, the color shall be concrete gray. (1) Class A This finish shall consist of an adhesive grout textured coating with a minimum V113 inch thickness, composed of 1 'part white cement, 1 part natural (gray) cement, 2 parts masonry sand, 1 part (latex) emulsion and enough water to form a viscous slurry of a consistency that may be applied by spray gun, brush or roller without appreciable running or sagging. The proportions of white and gray cement may be varied slightly to obtain the desired color. Gradation of the masonry sand shall be as required to produce a texture satisfactory to the Engineer. Prepackaged materials meeting these requirements and acceptable to the Engineer as to color, texture and appear- ance will be permitted. (2) Class B The finish shall be a paint -type material, consisting of a synthetic resin, containing fibrous as well as texturing pig- ments, which when applied by a 1 coat spray application at the rate of 45 —_ 5 square feet per gallon will yield an acceptable textured coating. Certification by the manufacturer of the above materials will be required. (3) Class C This finish shall consist of a one rub or two rub system, as the case may be, meeting the requirements set forth below under "Construction Methods ". 411.5 Approval of Surface Finishing Materials The matenal to be furnished shall meet the requirements of SDHPT Specification D -9 -8110, "Structural Coatings', latest revision. In addition to the above, the manufacturer shall furnish the following: (1) At the time of original request for approval of the surface furnishing material, the manufacturer shall supply a 1 gallon sample of the material to the Engineer /Architect, if requested. (2) Each 6 months after approval of the material, the manufacturer shall furnish a notarized certification indicating that the material onginally approved has not been changed or altered in any way. Any change in formulation of a surface finish shall require retesting prior to use. The Engineer may request additional information to be submitted such as infrared spectophotometry scan, solids content, etc , for further identification. A change in formula discovered by any of the tests prescribed herein or by other means and not reported and retested, may be cause to permanently bar the manufacturer from furnishing surface finish materials for City work. The City reserves the right to perform any or all of the tests required by this specification as a check on the tests reported by the manufacturer. In case of any variance the City tests will govern. 411.6 Construction Methods Prior to application of any of the finishes required herein, concrete surfaces shall be given an Ordinary Surface Finish. For Class A and 8 materials, concrete surfaces shall be clean and free of dirt, grease, curing compound or any other bond breaking sub- 411 04/17/86 Page 4 stance. Class A shall be applied on moistened surfaces but Class B requires a dry surface. The temperature of the atmosphere, concrete and compound shall be above 50 F for Classes A and B at the time of application. The finished surfaces shall be protected against rain or freezing for a period of 24 hours after application. Class A materials shall be applied by spraying, by roller or by brush. Class B materials shall be applied by spraying only All applications shall provide an acceptable texture of the proper coverage. The Class A and B material shall be applied after all preparation work required by Ordinary Surface Finish has been completed. The Class C Finish shall be performed with a carborundum stone as follows, after all preparatory work required by Ordinary Surface Finish has been completed. For a two rub system, the first rubbing shall bring the wetted concrete face to a paste and produce a smooth dense surface without pits, form marks or other irregularities. The use of cement or grout to form the paste will not be permitted. Striping with a brush and washing after the first rubbing wit not be required. Chamfer lines shall be finished during the second rubbing. The first rubbing shall be done soon after form removal. Membrane curing, if used, shall be applied after the first rub is complete. Prior to the second rubbing, any remaining curing membrane shall be removed from the surface by brushing, buffing or other satisfactory methods. The second rubbing shall be performed when conditioning the structure for final acceptance. The specified surfaces shall be cleaned of drip marks and discolorations and given a final rubbing. The surface shall be striped neatly with a brush and the paste allowed to take a reset, after which the surfaces shall be washed with clean water leaving them with a neat and uniform appearance and texture. For a one rub system, the rubbing requirements shall be the same as for the first rub above, except chamfer lines shall be finished and the paste spread uniformly, striped with a brush and allowed to take a reset after which the surfaces shall be washed with clean water leaving them with a neat and uniform appearance and texture. 411.7 Special Surface Finishes (1) General When special surface finishes are required for retaining walls, panels, copings or similar construction, the Contractor shall prepare sample panels for approval of the finish and the method of application. Unless otherwise indicated, panel or pattern arrangement and dimensions may be vaned to achieve a more pleasing appearance or to utilize forming material more efficiently when approved by the Engineer /Architect. Aggregates, materials, variation of panel or pattern arrangement, dimensions and other features affecting the work shall be approved prior to start of the work. (2) Striated Finish The striated (grooved) pattern shall be as indicated or as approved by the Engineer /Architect. The finish shall be made by lining the forms with striated sheets of plywood, plastic, fiberglass, 'metal or other mate- rial acceptable to the Engineer /Architect. The striations on the panels shall be of a smooth, wide pattern, not sharp or angular. A chamfer groove shall be used along all edges of each panel. All ties, bolts or other forming accessories shall be located along the chamfer grooves or panel edges. (3) Exposed Aggregate Finish Exposed aggregate panels may be either raised, recessed or as indicated with the sides of each panel chamfered as directed by the Engineer /Architect. The aggregate used for thls finish shall be approved by the Engineer /Architect. Unless otherwise indicated, aggre- gate shall conform to the grading requirements of Grade 2 aggregate except that a minimum of 50 percent shall be retained on the inch sieve. Gravel of predominately rounded particles shall be used, except that when indicated or approved by the Engineer /Architect in writing, crushed stone may be used. The aggregate shall be large enough to remain firmly anchored in the face of the final product. The depth shall be V. inch minimum to '/z inch maximum, unless otherwise indicated or directed by the Engineer /Architect. A surface retarder that penetrates the concrete approximately '/a inch shall be applied to the forms or concrete sur- face as an aid in achieving the desired finish. Wood forms may require 2 or 3 coatings to compensate for absorption. Form joints shall be taped or caulked to prevent escape of the retarder during placing operations. Treated form surfaces shall be protected from sun and ram while exposed to the atmosphere. In case of high humid- Page 5 04/17/86 411 ity or if ram has dampened the forms prior to placing concrete, a reapplication of the surface retarder may be re- quired to provide uniform coverage of the retarder on the forms. Adjacent areas of fresh concrete not requiring exposed aggregate finish shall be protected when the retarder is applied. The finish shall be obtained by sandblasting, bush hammering, water blasting or other methods, as approved by the Engineer /Architect. Horizontal surfaces may be finished by combination of brushing and washing, but only after the concrete has set sufficiently to prevent loosening of the aggregate. Unless otherwise directed by the Engineer /Architect, forms for surface requiring exposed aggregate finish shall be removed 12 to 15 hours after concrete placement. The exposed aggregate operation shall be accomplished imme- diately after form removal. Except for the time required for obtaining the exposed aggregate finish, curing of all sur- faces shall be maintained for the minimum 4 day curing time. All surfaces shall be either water cured or may be cured with an approved clean membrane compound. If water curing is used, it shall be followed by a clear membrane curing compound conforming to Item No. 409, "Membrane Curing ". Care shall be taken to ensure proper vibration at all points of concrete placement to prevent honeycomb or segrega- tion of the materials. Vibration shall be done in such a manner as to provide adequate penetration of previously placed concrete lifts. Care shall be taken to prevent contact of the vibrator with the face form. 411.8 Measurement and Payment No direct measurement or payment will be made for the work to be done, the equipment or materials to be fumished under this item, but shall be considered subsidiary to the particular items required by the plans and the contract. End 411 04/17/86 Page 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ( Item No. 508 Miscellaneous Structures and Appurtenances 508.1 Description This item shall consist of the construction of miscellaneous structures and appurtenances complete in place or to the stage detailed indicated and the materials used herein, including the excavation, installation, backfilling, placement of the concrete and when required. the furnishing and installation of frames. grates. rings and covers and any concrete curb and gutter indicated. 508.2 Types The various types of structures and appurtenances such as inlets. headwalls, energy drssrpators, etc., are designated on the plans by letter or by number for the particular design of structure to be constructed in accordance with the details indicated Unless otherwise indicated, the Contractor may have the option of furnishing cast in place or precast structures 508.3 Materials (1) Concrete Concrete shall conform to Item No. 403, "Concrete for Structures; with the following classes: Cast in Place Concrete Class A Precast Concrete ' Class N (2) Mortar Mortar shall be composed of 1 part Portland Cement and 2 parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of Item No. 403, "Concrete for Structures" for fine aggre- gate. Hydrated lime or lime putty may be added to the mix. but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcement and Steel Reinforcing Steel shall conform to Item No. 406. "Reinforcing Steel ". Structural Steel shall conform to Item No. 720, "Metal for Structures ". (4) Frames, Grates, Rings and Covers Frames, grates, rings and covers shall conform to Item No. 503, "Frames, Grates, Rings and Covers': (5) Safety End Treatment for Structures (a) Bolts and Nuts All bolts, nuts and associated hardware shall meet the specifications of ASTM A 307. (b) Plates and Angles All plates and similar angles and brackets shall meet the specifications of ASTM A 36. (c) Pipe Runners Pipe Runners shall conform to the requirements of ASTM A 53, Grade B. (d) Galvanizing All hardware including nuts, bolts and plates listed above shall be galvanized conforming to ASTM A 123 or A 153. (6) Miscellaneous Items 508 Rev. 09 /30/87 Cast iron for supports. steps and inlet units shall conform to the shape and dimensions indicated. The casting shall be clean and perfect. tree from sand or blow holes or other defects. Cast iron castings shall meet the requirements of ASTM A 48, Class 30 Steel for temporary covers when used with Stage Construction shall be adequate for the loads imposed. Page 1 Miscellaneous Structures and Appurtenances 508.4 Construction Methods All concrete work shall be performed in accordance with Item No. 410. "Concrete Structures ". Forms will be required for all cast in place concrete walls, except where the nature of the surrounding material is such that It can be trimmed to a smooth vertical face (the outside form for concrete bases). Where cast in place concrete is used in wall construction of storm sewers, the steps shall be cast into the wall when the concrete is placed. The construction Inlets shall be done as soon as is practicable after sewer lines into the inlet are complete. All sewers shall be cut neatly at the inside face of the walls of the inlet and pointed up with mortar. Bases for cast in place inlets may be placed prior to or at the Contractor's option after the sewer is constructed Bases for box sewers shall be cast as an integral part of the sewer. The manholes may be constructed prior to backfilling or if the Contractor so elects, the manhole opening may be covered temporarily with a steel plate to facilitate the compaction of backfill for the sewer as a whole Thereafter, required excavation for the inlet shall be made and the inlet constructed and backfilled. The inverts passing out or through an inlet shall be shaped and grouted across the floor of the inlet as indicated. This shaping may be accomplished by adding shaping mortar or concrete after the base is cast or by placing the required additional material with the base. All miscellaneous structures shall be completed in accordance with the details indicated. Backlitling to original ground elevation shall be in accordance with the provisions of the appropriate items and as directed by the Engineer. 508.5 Measurement All miscellaneous structures and safety end treatments satisfactorily completed as indicated will be measured as completed units per each. Concrete removed, excavation and backflll, riprap, pipe, headwalls, wingwalls, collars and apron slabs will not be measured under this item but will be considered subsidiary to the other items. Frames, grates, rings, covers, safety end treatment and any concrete curb and gutter indicated will not be measured and paid for but shall be considered subsidiary to one of the pay items set in the bid. 508.6 Payment (1) Inlets Payment for Inlets of the type indicated in place in accordance with these specifications and measured as prescribed above will be made at the unit price bid for each Inlet, of the type specified. (2) Energy DIssipators and Headwalls Payment for special complete structures will be made at the unit price bid per each. (3) Safety End Treatment Payment for Safety End Treatment, complete in place will be made at the unit price bid for each unit of the type indicated. Payment will be made under one of the following: Pay Item No. 508-E Energy Dissipators, _ In. Dia — Per Each. Pay Item No. 508.1 Headwalls, Type In Dia. Pipe — Far Each. Pay Item No. 508.IA: _ nlet, Area Per Each Pay Item Na 508 -IG: n let, Grated — Per Each. Pay Item Na 501ISET: Safety End Treatment, Type Size — Per Each. Pay Item No, 508 -I5R: nlet, Recessed — Per Each. Pay Item Na 508.110R: nlet, Recessed — Per Each. Pay Item No 508.115R: nlet, Recessed — Per Each. Pay Item No. 508 -120R: n let, Recessed — Per Each. Pay Item No. 50815S: nlet, Recessed — Per Each. Pay Item No. 508410S: nlet, Standard — Per Each. Pay Item No. 508&115S: nlet, Standard — Far Each. Pay Item No. 508.120S: nlet, Standard — Per Each. Pay Item No. 508 -HCY Headwalls - Per Cubic Yard. End Ref: 403, 406, 410, 503, 720 508 Rev. 09130187 Page 2 Miscellaneous Structures and Appurtenances 1 1 1 1 1 1 t1 1 1 1 1 1 1 1 1 1 1 1 Item No. 510 Pipe 510.1 Description This item shall consists of furnishing all pipe and /or materials for constructing pipe mains, sewers, laterals, stubs, inlet leads, service connections and culverts, including all applicable work such as excavating, bedding, jointing, backfilling materials, tests, concrete trench cap, concrete cap and encasement, etc., prescribed under this item in accordance with the provisions of Edwards Aquifer Protection ordinance when applicable and the Standard Specifications for Cuts in the Public Right of Way for existing streets. The pipe shall be of the sizes, types, class and dimensions indicated or as designated by the Engineer and shall include all joints or connections to new or existing mains, pipes, sewers, manholes, inlets, structures, etc., as may be required to complete the work in accordance with specifications and standard published practices of the trade associations for the material specified and to the lines and grades indicated. This item shall consist of pumping, bailing, drainage and Trench Safety Systems for trench walls when indicated. Unless otherwise provided, this item shall consist of the removal and disposition of trees, stumps and other obstructions, old structures or portions thereof such as house foundations, old sewers, masonry or concrete walls, the plugging of the ends of abandoned piped utilities cut and left in place and the restoration of existing utilities damaged in the process of excavation, cutting and restoration of pavement and base courses, the furnishing and placing of select bedding, backfilling and cement or lime stabilized backfill, the hauling and disposition of surplus materials, bridging of trenching and other provisions for maintenance of traffic or access as indicated. 510.2 Materials (1) Concrete Concrete shall conform to Item No. 403, "Concrete for Structures ". (2) Coarse Aggregate Coarse aggregate shall conform to Item No. 403, "Concrete for Structures" or one of the following. (a) Pipe Bedding Stone Pipe bedding stone shall be clean gravel, crushed gravel or crushed limestone, free of mud, clay, vegeta- tion or other debris, conforming to ASTM C 33 for stone quality. Size gradation shall conform to ASTM C 33 No. 57 or No. 67 or the following table: (3) GRADATION TABLE SIEVE SIZE PERCENT RETAINED BY WEIGHT 11/2" 0 1" 0 -10 %z" 40 -85 ' #4 90 -100 #8 95 -100 (b) Foundation Rock Foundation rock shall be well graded coarse aggregate ranging in size from 2 to 8 inches. (c) Flexible Base Flexible base shall conform to Item No. 210, "Flexible Base'. .. Fine Aggregate (a) Concrete and Mortar Sand Fine aggregate shall be Grade 1 and shall conform to Item No. 403, "Concrete for Structures ". (b) Bedding Sand Sand for use as pipe bedding shall be clean, granular and homogeneous material composed mainly of mineral matter, free of mud, silt, clay lumps or clods, vegetation or debris. The material removed by decantation SDHPT Test Method Tex - 406 - A. plus the weight of any clay lumps, shall not exceed 4.5 percent by weight. 510 Rev 09130187 Page 1 Pipe (4) Soil Cement Soil cement bedding shall consist of a mixture of approved soil, cement, water and approved admixtures. The soil cement mixture shall have a minimum 14 day compressive strength of 120 psi and a maximum shrinkage of 5 per- cent. The mix design and the results of mix testing, both done by an independent testing laboratory acceptable to the Owner, shall be submitted to the Engineer for approval prior to construction. The water content shall not exceed that required to provide a mix that will flow, can be pumped and will maintain the soil in suspension while being placed The soil cement bedding shall be placed such that all voids are filled. Soil for the soil cement bedding shall meet the following requirements: , a. .. A minimum of 80 percent by dry weight shall pass a #4 sieve. b. Between 5 percent and 30 percent shall pass a #200 sieve. c. The soil material shall have a plasticity index of 3 or less. d. The maximum size of any clay balls in the soil shall be ih inch. Class C or Class F fly ash may be used as an admixture. The fly ash shall meet the requirements of ASTM C 595, C 618 and the supplier's certificate as to the analysis and composition shall be furnished. Batching equipment shall be provided to obtain the proper weights of sod, cement, water and admixture. All measur- ing devices shall be sensitive to a 2 percent variation above or below the actual weights required. (5) Pea Gravel ( 510 Rev. 09/30187 The average electrical resistance when water - saturated shall be at least 1,800 ohm/cm by the single probe method, with no single test reading lower than 1,500 ohm/cm. Size gradation of sand for bedding shall be as follows: The mixers used for mixing the soil cement bedding shall be designed and operated so that the soil cement dis- charged from the mixer is uniform in compaction and consistency throughout each batch. Pea gravel bedding shall be clean washed material, hard and insoluble in water, free of mud, clay, silt, vegetation or other debris. Stone quality shalt meet ASTM C 33. Size gradation shall be as follows: Cement Stabilized Backfill GRADATION TABLE SIEVE SIZE PERCENT RETAINED BY WEIGHT /." 0 #60 75 - 100 #100 95 -100 SIEVE SIZE '/. GRADATION TABLE PERCENT RETAINED BY WEIGHT 0 0 -25 90 -100 (6) Select Backf(II or Borrow This material shall consist of borrow or suitable material excavated from the trench which has a plasticity index of less than 20, a moisture content which does not exceed 2 percent from optimum as determined in accordance with SDHPT Test Method Tex -114 -E and free of stones or rocks over 8 inches. All suitable materials from excavation operations not required for backbiting the trench shall be placed in embank- ments, if applicable. All unsuitable materials should be dried or modified to make them suitable for use, as required. When indicated or directed by the Engineer, all backlit! shall be with cement - stablized backlill rather than the usual materials. Unless otherwise indicated, cement stablized backlit) material shall consist of a mixture of the dry constitu- Page 2 Pipe (8) Pipe ents described for Class J Concrete. The cement and aggregates shall be thoroughly dry-mixed with no water added to the mixture except as may be directed by the Engineer. General Water pipe in or near structures, landscaped areas, pedestrian or vehicular traffic areas within utility easements or other private property shall be Ductile Iron Pipe or Thickness Class 52 wrapped as indicated, except for sizes over 24 inches, Concrete Pressure Pipe, Steel Cylinder Type, conforming to the requirements of AWWA C -301 will be ac- ceptable. There may be no service connections to Concrete Pressure Pipe installed in these areas. All service tubing (3/4 inch thru 2 inches) installed in any such private property shall be 150 psi annealed seamless Type K copper tubing with no sweat or soldered joints. The quality of materials, the process of manufacture and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufactunng plant and at the project site prior to and during installation. (a) Asbestos Cement 1. Asbestos cement water pipe shall conform to AWWA C -400, Class 200. Asbestos cement wastewater pipe shall conform to AS1M C -428, Class 2400, Type II. 2. Size Nominal sizes from 6 to 12 inches. 3. Pipe and Gasket Marking All components of AC pipe shall be marked with the manufacturer's identification. size, year of manufac- ture and the class of pipe and the test mark or test pressure. (b) Iron Pipe Ductile Iron Pipe shall conform to AWWA C -151 of the class indicated. Pipe shall be cement lined and outside standard coated conforming to AWWA C -104. - 1. Ductile Iron and Gray Iron Fittings Fittings shall conform to AWWA C -110 and may be bell and spigot, mechanical joint, flanged or push -on joint. Fittings shall be cement lined and outside standard coated in accordance with AWWA C -104. 2. Joint Materials All gaskets shall conform to AWWA C -111. Jointing of sfipjoint iron pipe shall, without exception, be accomplished with the natural or synthetic rubber gaskets of the manufacturer of that particular pipe being used. A joint lubricant shall be used and applicable recommendations of the manufacturer shall be followed. Bolts for flanged or mechanical joints shall be stainless steel or corrosion resistant. low alloy, high strength steel bolts Tee -head bolts, hex -head bolts and all nuts shall be marked for ready visual identifi- cation and conform to AWWA C -111. In the event that corrosion resistant bolts are not available and the use of carbon steel bolts is permitted, they must be coated as follows: Nuts and bolts shall be immersed in Koppers Super Tank Solution. inserted and tightened in the joint while 5511 wet and all exposed parts touched up with a brush coat immediately after tighten- ing. After an interval of at least 1 hour, the entire joint shall be coated with 1 inch minimum thick- ness of mortar or 2 coats of Koppers Bitumastic #50 or approved equal 3. Polyethylene Wrap All iron water pipe and fittings shall be wrapped with 8 -mil (minimum) polyethylene film meeting AWWA C -105, with all edges and laps taped securely to provide a continuous wrap to prevent contact between the pipe and the surrounding backfill and bedding material. Repair rips, punctures or other damage to the polyethylene with adhesive tape. 4. Marking Each pipe joint shall be marked with the pipe class, manufacturers identification, year manufactured and "Ductile' or "DI': 510 Rev. 09130/87 Page 3 Pipe (c) Concrete 1. General Pipe shall conform to ASTM C 76 for Circular Pipe. Concrete pipe smaller than 12 inches in diameter 1 shall conform to ASTM C 14, Extra Strength. All pipe shall be machine made or cast by a process which will provide uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved belch- ing facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use In precast pipe. The pipe shall be Class 111 or the class indicated. Storm sewer pipe shall be of the tongue and groove or 0 -ring joint design. Wastewater pipe shall be of the 0 -nng joint design. 2. Marking Each joint of pipe shall be marked with the pipe class, the date of manufacture, the manufacturer's name or trade mark, diameter of pipe and orientation, if required. Pipe marking shall be waterproof and conform to ASTM C 76. Marking of Life Design shall be included on wastewater pipe. 3. Minimum Age for Shipment Pipe shall be considered ready for shipment when it conforms to the tests specified in ASTM C 76. 4. Joint Matenals When constructing storm sewers, the Contractor shall have the option of making joints with either of the following materials: Mortar Mortar for joints shall meet the requirements set forth above in "Mortar ". b. Cold Applied Preformed Plastic Gaskets Cold Applied Plastic Gaskets shall be suitable for sealing joints of tongue and groove con- crete pipe. The gasket sealing the joint shall be produced from blends of refined hydrocar- bon resins and plasticizing compounds reinforced with Inert mineral filler and shall contain no solvents, imtating fumes or obnoxious odors. The gasket joint sealer shall not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength and shall be supplied in extruded rope form of suitable cross section. The size of the plastic gasket joint sealer shall be in accordance with the manufacturer's recomrgendations and sufficient to obtain squeeze -out around the joint. The gasket joint sealer shall be protected by a suitable removable wrapper designed that may be removed longitudinally without disturbing the joint sealer to facilitate application. The chemical composition of the gasket joint sealing compound as shipped shall meet the following requirements: Composition Test Method Typical Analysis Bitumen (petroleum plastic content) (% by weight) ASTM 0 4 50 -70 Ash - inert Mineral Water (% by weight) Tex -526 -C 30 -50 Volatile Matter (at 325 F) (% by weight) Tex -506 -C 2.0 Maximum The gasket joint sealing compound when immersed for 30 days at ambient room tempera- ture separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated H,S solution shall show no visible deterioration. The physical properties of the gasket joint sealing compound as shipped shall meet the fol- lowing requirements: 510 Rev. 09/30187 Page 4 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Property Typical Analysis Test Method Minimum Maximum Specific Gravity at 77 F ASTM D 71 1.20 1.35 Ductility at 77 (cm) Minimum Tex -503 -C 5.0 Softening point at 77 F Minimum Tex - 505 - 320 F Penetration: , 32 F (300 g) 60 sec Tex -502 -C 75 77 F (150 g) 5 sec Tex -502 -C 50 120 115 F(150 g) 5 sec Tex -502 -C 150 Flashpoint C.O.C. F Tex -502 -C 600 F Fire Point C.O.C. F Tex -504 -C 625 F When constructing wastewater lines, the Contractor shall use 0 -ring gasket joints conforming to ASTM C 443. Just before making a joint, the ends of the pipe shall be clean, dry, free of any foreign matter, lumps, blisters, excessive coal-tar coating and grease or oil and shall be wire brushed. The gasket and the inside surface of the bell shall be lubricated with a light film of soft vegetable soap compound to facilitate assembly of the joint. Rubber 0 -ring gaskets shall be stretched uniformly in the joint. No hori- - zontal or vertical angles in the alignment of waste water pipes shall be permitted unless indicated. The spigot shall be centered In the bell, the pipe pushed uniformly home and brought into true alignment. Bedding matenal shall be placed and tamped against pipe to secure the joint. 5. Bends When horizontal orvertical angles in the alignment of storm sewers are indicated, the bend or angle shall be constructed by cutting on a bias one or both pipes as may be required for the alignment indicated. _ The pipe cut shall be sufficiently long to allow exposing the reinforcement, which shalt be bent, welded and incorporated into the pipe bend and reinforced concrete collar to maintain the struc- tural integrity. The collar shall be 6 inches minimum, reinforced with 114 bars on a 1 foot center both directions. Builder's hardware cloth may be used on the outside of the joint to aid in holding cementing materials in place. Plywood, fiberboard or other materials placed on the inside of the pipe as formwork shall be removed as soon as the joint materials have obtained initial set, after which the inside surface of the pipe joint shall be finished smooth and true to the line and grade established. The Contractor may use prefabricated bends meeting the specification requirements in lieu of field fabricated bends. All bends shall be watertight, have a smooth flow line and be equal or greater in strength to the adjacent pipe. Horizontal or vertical bends in wastewater lines shall be accomplished by use of manholes. With the Engineer's approval, bends may be constructed using beveled radius pipe joints or deflected straight pipe meeting the manufacturers recommended minimum radius of curvature. 6. Sulfide and Corrosion Control All concrete pipe used for wastewater installations shall be protected from sulfide and corrosion damage by using limestone aggregate or wall thickness pipe which meets the 100 year life design. (d) Concrete Steel Cylinder (CSC) Pipe 1. General Requirements The Contractor shall submit to the Engineer for approval along with other required data a tabu- lated layout schedule with reference to the stationing and grade lines to be used. The manufacturer shall furnish all fittings and special pieces required for closures, bends. branches, manholes, air valves, blowoffs and connections to main line valves and other fittings as indicated. Each pipe length, fitting and special joint shall have plainly marked on the bell end of the pipe, the head condition for which it is designed. In addition, marking will be required to indicate the location of each pipe length or special joint in the line and such markings will be referenced to the layout schedules and drawings and submitted for approval. Hydrostatic testing of concrete steel cylinder fittings during fabrication will not be required 2. Design and Inspection - Where not otherwise indicated, concrete steel cylinder pipe shall be Class 150, designed to with- stand a vacuum of not less than 28 feet of water in addition to other loads. Valve reducers, tees and outlets from a pipe run shall be designed and fabricated so that all stresses are carried by the steel plate forming the fitting or outlet. Concrete steel cylinder pipe shall meet one of the following specifications: AWWA C -301 — Any Size AWWA C -303 — 24 inch maximum size 510 Rev. 09130/87 Page 5 Pipe All pipe flanges shall conform to AWWA C -207, requirements for standard steel flanges of pres- sure classes corresponding to the pipe class. Pipe to be installed in a tunnel or encasement shall be manufactured with 1 inch thick by 24 inch wide skid bands of mechanically Impacted mortar in addition to the normal coating. All concrete steel cylinder fittings shall be constructed of steel plate of adequate strength 10 with- stand both Internal pressure and extemal loading. Rod reinforcing shall not be used to figure the required steel area. The linings shall have a concrete lining and 1 inch minimum coating of cement mortar, except that centnfugally spun lining need not be reinforced. Minimum lining thickness shall be % inch for 16 inch pipe and 3 inch for sizes larger than 16 inch pipe. Where it is impractical to place such concrete protection on interior surfaces of small outlets, 2 coats of "Bitumastic Tank Solution" shall be applied. No fitting shall be made by cutting of standard pipe, except that outlets of less than 75 percent of the pipe diameter may be placed in a standard pipe. Beveled spigots may be placed on standard pipe. 3. Joint Materials Joints shall be of the rubber gasket type conforming to the applicable standards. The inside and outside recesses between the bell and spigot shall be completely filled with Cement Grout in ac- cordance with the pipe manufacturer's recommendations. Grout materials for jointing such pipe, unless otherwise indicated, shall be as described herein. (e) Polybutylene Tubing All polybutylene (PB) plastic tubing shall be pressure rated at 250 psi working pressure and must bear the National Sanitation Foundation seal of approval for potable water service. The color of polybutylene tubing shall be blue. 1. Applicable Specifications , All polybutylene plastic tubing shall conform to: ASTM D 2581 — Specification tor Polybutylene Molding and Extrusion Materials. ASTM D 2666 — Specification for Polybutylene (PB) Plastic Tubing. 2. Material Requirements The pblybutylene plastic tubing shall be homogenous throughout and free of visible cracks, holes, foreign inclusions or other injurious defects. It shall be uniform in color, opacity, density and other physical properties. The polybutylene plastic extrusion compound shall meet the requirements of Type II, Grade I, ASTM D 2581. Clean, reworked material, generated from the manufacturer's own tubing production may be used by the same manufacturer, as long as the tubing produced meets all the requirements of this specification. 3. Functional Requirements The polybutylene tubing shall not fall, balloon, burst or weep (this means a slow leak) as defined in Section 5 of ASTM D 1598, when tested in accordance with Section 7.6 of ASTM D 2666 (Sus- tained Pressure Test). The minimum burst pressure shall be 440 psi at 73.4 F determined in accor- dance with ASTM 0 1599. The time of testing of each specimen shall be between 60 and 70 seconds. The polybutylene tubing shall be rated for use with water at 73.4 F at maximum working pressure of 250 psi. The tubing shall satisfactorily couple to standard brass water works flare fit- tings by ordinary cold methods, with no heating necessary. Permanent marking on the tubing shall include the following Information at intervals of not more than 5 feet: Nominal tubing size. The type of plastic material, i.e., PB2110 The Dimension Ratio (DR) or the pressure rating in psi for water at 73.4 F (e.g , DR 9, 250 psi). Tubing shall conform to ASTM D 2666. The manufacturer's name or trade mark and code. It shall also include the seal of approval (NSF mark) of the National Sanitation Foundation. The tubing shall be standard copper tube size equal to DR9. standard sizes, dimensions and toler- ances shall be as follows: 510 Rev. 09130187 Page 6 Pena (1) 510 Rev. 09 /30/87 Polyethylene Tubing 1. General Nominal Outside Diameter Wall Thickness Tube Size Average Tolerance Minimum Tolerance (inches) (Inches) (Inches) (Inches) (inches) �/. 0.875 ±.008 0.097 +.010 1 1.125 ±.010 0.125 +.012 11/4 1.375 ±_.010 0.153 +.015 1'h 1.625 - ±.012 0.181 +.018 2 2.125 ±.012 0.236 +.024 All polyethylene (PE) plastic tubing shall be high density, high molecular weight plastic tubing, pres- sure rated at 200 psi working pressure and must bear the National Sanitation Foundation seal of approval for potable water service When tested for Environmental Stress Cracking, the PE tubing shall not show any loss of pressure in the 6 specimens tested for 3 hours in accordance with the requirements of ASTM 0 2737 using the test pressure of 400 psi at 73.4 F. The minimum burst pressure shall be 630 psi at 73.4 F determined in accordance with ASTM D 1599, latest revision. The time of testing of each specimen shall be between 60 and 70 seconds. The tubing shall not fail, balloon, burst or weep as defined in ASTM D 1598, latest revision, when tested in accordance with the Sustained Pressure Test Method of ASTM D 2737 but under the following test conditions: Temperature Time' Pressure 73.4 F 1,000 hours 400 psi 100 F 1,000 hours 330 psi 2. Markings Permanent marking on the tubing shall include the following at intervals of not more than 5 feet: Nominal tubing size The type of plastic matenal, i.e., PE 3408. The Standard Dimension Ratio (SDR) and the pressure rating in psi for water at 73.4 F (e.g., SDR -9, 200 psi). ASTM D 2737 designation. The manufacturer's name or trademark code and seal of approval (NSF mark) of the Na- tional Sanitation Foundation. 3. Tube Size PE tubing shall be standard copper tube size outside diameter, with Standard Dimensiot. Ratio (SDR) of 9. Standard sizes, dimensions and tolerances shall be as follows: Nominal Outside Diameter Wall Thickness Tube Size Average Tolerance Minimum Tolerance (Inches) (inches) (Inches) (Inches) (inches) 3,4 0.875 . ±0.004 0.097 +0.010 1 1.125 ±0.005 0.125 +0.012 1' 1.375 ±0.005 0.153 +0.015 11/2 1.625 ±0.006 0.181 +0.018 2 2.125 ±0.006 0.236 +0.024 Page 7 Pipe (g) Copper Tubing All copper service tubing shall be annealed seamless Type K water tube rated at 150 psi working pres- sure. The tubing shall be homogenous throughout and free from cracks, holes, cnmping, foreign inclu- sions or other defects. it shall be uniform in density and other physical properties. Nominal Outside Diameter Wall Thickness Tube Size Average Tolerance Minimum Tolerance (inches) (Inches) (Inches) (inches) (inches) Vz 0 625 x0.0025 0.049 =0.004 3'. 0.875 -0.003 0.065 x0.0045 1 1.125 ±0.0035 0.065 x0.0045 11/4 1.375 x0.004 0.065 x0.0045 1' 1.625 x0.0045 0.072 x0.005 2 2.125 =0.005 0.083 x0.007 (h) Service Connection Fittings All fittings used in customer service connection — tapping mains, connecting meters, etc. — must be cur- rently listed on the Water and Wastewater Standard Products List or called for in the Standard Installa- tion Details in the Service Connection Guide section of the City of Austin Standards. (1) Brass Goods All brass stops, couplings, bends, connections, nipples and miscellaneous brass pipe fittings and ac- cessories used in meter connections, copper service lines, air release piping assemblies and wherever needed in the water distribution system, shall conform to the standards set within AWWA C -800, except as herein modified or supplemented. • Unless otherwise noted, the goods described herein shall be fabricated of standard Red Brass (Water- works Brass) consisting of 85 percent copper and 5 percent each of tin, lead and zinc Exposed threads shall be covered with plastic caps or sheeting to protect the threads. Brass Goods of each type and class shall be compatible with other fittings in common usage for similar purposes. Where not otherwise indicated, all such matenals shall meet the following requirements: Corporation stop thread (where used) shall conform to Table 1, Figure 1. AWWA C -800, corn - monly called the Mueller Thread. Corporation stops with iron pipe threads are also permitted. Iron pipe threads shall conform to ANSI B2, 1 -1969 and Table 9, Figure 9, of AWWA C -800. Copper fittings threads shall conform to Table 2 and 3, Figure 2 and 3 of AWWA C -800 and ANSI 81.1960 with approximate tolerance of Class 2. Flanges shall conform to ANSI 816.1, Class 125 (or Class 250 where so noted), as to dimensions, drillings, etc. Brass pipe shall conform to the weight and dimensions of Table 2 in the appendix for AWWA C -800. All fittings shall be suitable for use at hydrostatic working pressures up to 150 psi. (j) PVC — Plumbing Pipe 1. General Polyvinyl chloride pipe and fittings shall be Type I, Grade 1, schedule 40, 200 psi conforming to the City of Austin plumbing code, CS 270 and PS 21. 2. Physical Requirements Pipe shall be extruded from 100 percent virgin unplasticized Type 1, Normal Impact Polyvinyl Chloride (PVC) to conform to the following minimum physical properties: Specific Gravity 1.36 -1.40 Tensile Strength at 78 F (PSI) 7.500 Compression Strength (PSI) 9,400 Modulus of Elasticity 410,000 Coefficient of Linear Expansion 6.70 K/Cx10' 510 Rev 09130187 Page 8 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Izod Impact at 78 F (ft. lbs./in. notch) 0.7 -1.5 Buming Rate Self Extinguishing Heat Distortion at 264 PSI 160 F 3. Visual Inspection Pipe shall be homogenous throughout and free from visible cracks, holes or foreign materials. Pipe shall be free from blisters, wnnkles and dents. This inspection shall be made on each length of pipe. 4. Dimensions and Tolerance Dimensional measurements of plastic pipe will be made on the outside diameter, wall thickness and out -of- roundness. Pipe not meeting these requirements shall be rejected. Dimensions and tolerances shall be in accordance with Commercial Standard CS 256 -63. 5. Marking and Identification All INC pipe shall be continuously and permanently marked with the following information: manufac- turers name, pipe size, class or schedule, type of pipe and material. When used for potable water Tine, the pipe shall bear the seal of the National Sanitation Foundation for potable water pipe. . 6. PVC Pipe Fittings All fittings shall be of schedule 40 or heavier plasticized polyvinyl chloride. 7. Inspection and Testing of Materials Test certificates from a testing laboratory and/or guarantee by the manufacturer satisfactory to the Engineer shall be fumished for the pipe and fittings to be incorporated in the work. As required by the Engineer, certificates shall be submitted for other materials to be incorporated in the work. These certificates, stating that the materials meet the requirements of the specifications, will be required before permission is given to incorporate such materials in the work. The cost of this inspection and testing will be paid for by the Contractor and shall be included in his price bid for such matenals complete in place. Any material brought on the ground for use in the work and deemed by the Engineer as unsuitable or not in conformity with the specifications shall be removed from the site of the work by the Con- tractor upon receipt of written notice from the Engineer to that effect. 8. Handling of PVC Pipe and Fittings The Contractor is cautioned to exercise care in handling, loading, unloading and stonng PVC pipe and fittings. All PVC pipe and fittings will be stored under cover before using and will be trans- ported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subject to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded until said section of pipe is cut out and rejoined with a coupling. 9. Threaded Connections On PVC to metal connections, the Contractor shall work the metal connections first. A nonh. rden- ing pipe dope such as Permatex #2 or equal shall be used on all threaded PVC to metal joints and light wrench pressure is all that should be used. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. (k) Polyvinyl Chloride Water Pipe 1. General All polyvinyl chloride (PVC) water pipe shall be of the rigid (UNPLASTICIZED) type and must bear the National Sanitation Foundation seal of approval for potable water pipe. Each joint of pipe shall consist of single continuous extrusion, bells or other components attached by solvent welding are not acceptable. Pipe shall be pressure rated at 200 psi (SDR -14), or 150 psi (SDR -18) as indicated. 510 Rev. 09130/87 Page 9 - Pipe 510 Rev. 09130187 Pipe shall have push -on, rubber gasket joints of the bell and spigot type with thickened integral bells or of the double spigot type with thickened coupling sleeves with rubber gasket joints. The wall thickness of each pipe bell and joint coupling must be greater than the standard pipe barrel thickness. Clearance must be provided in every gasket joint for both lateral pipe deflection and for linear expansion and contraction. Solvent welding of PVC water pipe shall not be allowed. All fittings shall conform to AWWA C -110. 2. Applicable Specifications Except as modified or supplemented herein, PVC pipe shall meet the following standards: AW WA C -900, SOR 18 or SOR 14 for PVC Pressure Pipe, in 4, 6, 8 and 12 inch nominal sizes, having Cast Iron Pipe size outside diameters. Fittings used with PVC Pressure Pipe shall be AWWA C -110 Short-Body Cast Iron Fittings. Standard sizes, dimensions and tolerances shall be as follows: SDR -18 SDR -14 Nominal Outside Diameter Wall Thickness Wall Thickness Size Avg. Tolerance Min. Tolerance Min. Tolerance (inches) (inches) (Inches) (inches) (inches) (inches) (inches) 4 4.800 ± 0.009 0.267 . ±0.032 0.343 ± 0.041 6 . 6.900 ± 0.011 0.383 ± 0.046 0.493 ±0.059 8 9.050 ±0.015 0.503 ±0.060 0.646 ± 0.078 12 13.200 ±0.015 0.733 ±0.088 0.943 ±0.113 All pipe 4 inches and larger must be approved Underwriter's Laboratories for use in buried water supply and fire protection systems. 3. Matenal Requirements All pipe and fittings shall be made from clean, virgin, NSF approved, Class 12454B PVC. Clean reworked materials generated from the manufacturer's own production may be used within the current limits of the referenced AWWA C -900. (I) 4 Marking Permanent marking on each Joint of pipe shall include the following at intervals of not more than 5 feet: Nominal pipe size and OD base (eg., 4 CIPS). The type of plastic material (e.g., PVC 12454.8). • The standard Dimension Ratio and the pressure rating in psi f " r water at 73 F (e.g., SDR 18, 150 psi). The AWWA or ASTM designation with which the pipe complies (e.g., AWWA C 900). The manufacturer's name or code and the National Sanitation Foundation (NSF) mark. Polyvinyl Chloride (PVC) Pipe (Nonpressure) and Fittings 1. General Where PVC sewer or wastewater pipe is Indicated, it shall conform to ASTM D 3034, Type PSM or ASTM F 679 Type T -1 Wall Polyvinyl Chloride (PVC) sewer pipe and fittings. Minimum wall dimen- sion ratio shall be SDR 35. 2 Joint Material PVC pipe shall have elastomeric gasket Joints conforming to ASTM D 3212; gaskets to ASTM F 477. Page 10 Pipe 3. Pipe Markings Permanent marking on the pipe and fittings shall include the following at intervals of not more than 5 feet: Manufacturer's name and/or trademark. Nominal pipe size. Minimum cell classification (12454 -B). The legend "Type PSM SCR 35 PVC Sewer Pipe". ' Designation ASTM D 3043 or ASTM F 679 Pipe. (m) Steel Pipe 1. Standard Weight ASTM A 53, Schedule 40. 2. Extra Heavy Weight Seamless ASTM A 53, Schedule 80. 3. Finings Nipples and fillings extra strong Federal Specification WW-N 351 or WW-P 521. 4. Coatings Black or galvanized as indicated. (n) Welded Steel Pipe and Fittings for Water -Pipe 1. General Reference Standards Specification. a. Specifications of the American Water Works Association (AWWA) listed below shall apply to this Section. C -200 Steel Water Pipe 6 Inches and Larger. C -205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe, 4 inches and larger, Shop Applied. C - 206 Field Welding of Steel Water Pipe. C -207 Steel Pipe Flanges for Waterworks Services, Sizes 4 Inches through 144 Inches. C -208 Dimensions for Steel Water Pipe Fittings. C -602 Cement -Mortar Lining of Water Pipelines, 4 Inches and Larger in Place. 2. Submittals a. Furnish shop drawings, product data. design calculations and test reports as described below: (1) Certified copies of mill tests confirming the type of materials used in steel plates, mill pipe flanges and bolts and nuts to show compliance with the requirements of the ap- plicable standards. (2) Complete and dimensional working drawings of all pipe layouts Shop drawings shall include the grade of material, size, wall thickness of the pipe and fittings, type and location of fittings and the type and limits of the lining and coating systems of the pipe and fittings. (3) Product data to show compliance of all couplings, supports, fittings. coatings and re- lated items 3. Job Conditions a. The internal design pressure of all steel pipe and fittings shall be as indicated. b. The interior of all steel pipe for pot water, 4 inches and larger. shall be cement -mortar lined. 510 Rev. 09/30/87 Page 11 Pipe 510 Rev. 09130187 4. Manufacturing a. Description Pipe shall comply with AWWA C -200. (1) Circumferencial deflection of all pipe in -place shall not exceed 2.0 percent of pipe diameter. (2) Diameter Nominal pipe diameter shall be the inside diameter of lining or pipe barrel, unless otherwise designated in Job Conditions. b. Wall Thickness ( 5. Fittings a. Welded Fabricated steel fitings shall be of the same material as pipe and shall comply with AWWA C -208. - 6. Flanges a. Flanges shall comply with the requirements of AWWA C -207, Class D or Class E. The class shall be based on operating conditions and mating flanges of valves and equipment. b. Gaskets shall be cloth - inserted rubber, V. inch thick. c Flanges shall be flat faced with a serrated finish. 7. Pipe Joints a Lap Joints for Field Welding Lap joints for field welding shall conform to AWWA C -206 This item applies only to pipes 72 inches in diameter and larger. (2) The bell ends shall be formed by pressing on a hydraulic expander or a plug die After. forming, the minimum radius of curvature of the bell end at any point shall not be less than 15 times the thickness of the steel shell. Bell ends shall be formed in a manner to avoid impairment of the physical properties of the steel shell Joints shall permit a lap of at least 11 inches when assembled. The longitudinal or spiral weld on the inside of the bell end and the outside of the spigot end on each section of pipe shall be ground flush with the plate surface. The inside edge of the bell and the outside edge of the spigot shall be scarfed or lightly ground to remove the sharp edges or burrs. (1) b. Bell and Spigot Joints with 0 -Ring Gasket (1) Steel pipe wall thickness shall be designed for the internal and external loads speci- lied in this section and as indicated. The cylinder thickness needed to resist internal pressure shall be based on an allowable stress in the steel equal to W the minimum yield stress of the material used. Bell and spigot joints with rubber gasket shall conform to AWWA C -200. (2) The bell and spigot ends shall be so designed that when the joint is assembled, it will be self - centered and the gasket will be restrained or confined to an annular space in such manner that movement of the pipe or hydrostatic pressure cannot displace It. Compression of the gasket when the joint is completed shall not be dependent upon water pressure in the pipe and shall be adequate to ensure a watertight seal when subjected to the specified conditions of service. Bell and spigot ends shall be welded on preformed shapes. The bell and spigot ends shall conform to the reviewed shop drawings. Page 12 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8. Intenor and Exterior Protective Surface Coatings a. Exterior Surface to be mortar coated shall conform to AWWA C -205 for shop application and AW WA C-602 for field application. Pipe materials shall be the product of an organiza- tion which has had not less than 5 years successful experience manufacturing pipe materi- als and the design and manufacture of the pipe, Including all materials, shall be the product of one company. b. All surfaces except as noted in c and d below shall receive shop application of mortar lining and coating. c. Field Welded Joints. After installation, clean, line and coat unlined or uncoated ends adja- cent to welded field joints, including the weld proper, as specified for pipe adjacent to the weld. d. Machined Surfaces. Shop coat machined surfaces with a rust preventative compound. After jointing surfaces, remaining exposed surfaces shall be coated per a and b above. (o) Corrugated Metal Pipe 1. General Pipe shall be corrugated continuous lock or welded seam helically corrugated pipe. Corrugated metal pipe may be galvanized steel, aluminized steel or aluminum conforming to the following: 2. - Fabrication Galvanized Steel AASHTO M 218 Aluminized Steel AASHTO M 274 Aluminum AASHTO M 197 Where reference is made herein to gage of metal, the reference is to U.S. Standard Gage for uncoated sheets. Tables in AASHTO M 218 and AASHTO M 274 list thicknesses for coated sheets in inches. The Tables in AASHTO M 197 list thicknesses in inches for clad aluminum sheets. Sampling and testing of metal sheets and coils used for corrugated metal pipe shall be in accor- dance with SDHPT Test Method Tex - 708 -I. Damaged speller coating shall be repaired by thoroughly wire brushing the damaged area and removing all loose, cracked or weld - burned spelter coating. The cleaned area shall be painted with a zinc dust -zinc oxide paint conforming to Federal Specifications TT -P 641 b. Damaged pipe shall be rejected and removed from the project. Damaged aluminized coating shall be repaired in accordance with the manufacturer's recommendations. The following information shall be clearly marked on each section of pipe: Thickness and corrugations Trade Mark of the manufacturer Specification compliance a. Steel Pipe Galvanized or aluminized steel pipe shall be full circle or arch pipe conforming to AASHTO M 36, Type I or Type II as indicated. It may be la5ncated with circumferential corrugations, lap joint construction with riveted or spot welded seams or it may be fabricated with helical corrugations with continuous helical lock seam or ultra high frequency resistance butt- welded seams b Aluminum Pipe Pipe shall conform to AASHTO M 196. Type I, circular pipe or Type ll, pipe arch as indi- cated. It may be fabricated with circumferential corrugations, lap joint construction with riveted or spot welded seams or it may be fabricated with helical corrugations with a con- tinuous helical lock seam. 510 Rev. 09/30187 Page 13 Pipe " 510 Rev. 09/30/87 Portions of aluminum pipe that are to be in contact with high chloride concrete or metal other than aluminum, shall be insulated from these materials by a coating of bituminous material. The coating applied to the pipe or pipe arch to provide an insulation between the aluminum and other material shall extend a minimum distance of 1 foot beyond the area of contact. 3. Selection of Gages The pipe diameter, permissible corrugations and required gauges shall be as indicated. Table I Corrugated Steel 21 inches by '/ Inch Corrugations Full Circle Pipe Minimum Cover, Thickness Top of Pipe to Pipe Top of 0.064 Inch 0.079 Inch 0.109 Inch 0.138 Inch 0.168 Inch Diameter Subgrade 16 Gage 14 Gage 12 Gage 10 Gage 8 Gage Inches Maximum Fill Height Above Top of Pipe in Feet' 12 12 112 122 157 164 171 15 12 90 97 125 131 137 18 12 75 81 104 109 114 21 12 64 70 82 94 98 24 12 56 60 69 78 86 27 12 50 54 60 67 73 30 12 49 51 55 59 65 33 12 41 44 52 55 59 36 12 37 41 49 52 55 42 12 41 45(57) 46(90) 49(94) 50(98) 48 12 — 43(50) 44(78) 46(82) 47(86) 54 12 - 43 43(70) 44(73) 45(76) 60 12 — 43(63) 43(66) 44(69) 66 12 — — 43(60) 43(62) 72 12 — — 43(55) 43(57) 78 12 — — — — 42(53) 84 12 — — — — 42(49) ' Fill heights in ( ) apply when pipe is 5 percent vertically elongated prior to installation. Note: Thickness in inches, as shown above, refers to the coated metal atter galvanizing. The line in the gage columns is drawn below the maximum diameter allowed for that gage. Table II Corrugated Steel 3 Inches x 1 Inch or 5 inches x 1 inch Full Circle Pipe Minimum Cover, Thickness Top of Pipe to Pipe Top of 0.064 Inch 0.079 Inch 0.109 Inch 0.138 Inch 0.168 Inch Diameter Subgrade 16 Gage 14 Gage 12 Gage 10 Gage 8 Gage Inches Maximum Fill Height Above Top of Pipe in Feet' 48 12 48 52(60) 56(89) 61(107) 60(118) 54 12 43 48(53) 52(79) 55(95) 58(105) 60 12 38 46(48) 49(71) 51(85) 53(95) 66 12 35 43 47(65) 48(78) 50(86) Page 14 Pipe 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 Table II (continued) Corrugated Steel 3 inches x 1 Inch or 5 Inches x 1 Inch Full Circle Pipe Minimum Cover, Thickness Top of Pipe to Pipe Top of 0.064 Inch 0.079 Inch 0.109 Inch 0.138 Inch 0.168 Inch Diameter Subgrade 16 Gage 14 Gage 12 Gage 10 Gage 8 Gage Inches Maximum Fill Height Above Top of Pipe in Feet' 72 12 32 40 45(59) 47(71) 48(79) 78 12 29 36 44(54) 45(66) 46(73) 84 12 — 34 43(51) 44(61) 45(68) 90 12 _ — 32 43 44(57) 44(63) 96 12 — 30 43 43(53) 44(59) 102 24 — 28 : 42 43(50) 43(56) 108 24 — — 39 42 43(53) 114 24 — — 37 42 42(50) 120 24 — — 35 42 42 ' Fill heights in ( ) apply when pipe is 5 percent vertically elongated prior to installation. Note: Thickness in inches, as shown above, refers to the coated metal after galvanizing. The line in the gage columns is drawn below the maximum diameter allowed for that gage. Table III Corrugated Aluminum 235 Inches x inch Corrugations Full Circle' Pipe Minimum Cover, Top of Pipe to Pipe Top of 0.060 Inch 0.075 Inch Diameter Subgrade 16 Gage 14 Gage Thickness 0.105 Inch 12 Gage Inches Maximum Fill Height Above Top Of Pipe In Feet' 0.135 Inch 10 Gage 0.164 Inch 8 Gage 12 12 45 45 77 — — 15 12 36 37 56 — — 18 12 28 30 36 43 49 24 12 22 23 25 28 31 27 12 20 21 23 25 27 30 12 18 18 21 23 24 33 12 16 17 20 21 22 36 12 — 15 19 20 21 42 12 — — 19 19 20 48 15 — — 18 18 19 54 16 — — 17 18 18 60 16 — — — 16 18 66 18 — — — 12 15 72 20 — — — 18 11 78 20 — — — — 9 84 20 — — — — 7 ' Fill heights in ( ) apply when pipe is 5 percent vertically elongated prior to installation Note Thickness in inches, as shown above, refers to the clad sheet. The line in the gage columns is drawn below the maximum diameter allowed for that gage. 510 Rev. 09/30187 Page 15 Pipe 510 Rev. 09130187 Table IV Corrugated Aluminum 3 inches x 1 inch or 6 Inches x 1 Inch Corrugations Full Circle Pipe Minimum Cover, Thickness Top of Pipe to Pipe Top of 0.060 Inch 0.075 Inch 0.105 Inch 0.135 Inch 0.164 Inch Diameter Subgrade 16 Gage 14 Gage 12 Gage 10 Gage 8 Gage Inches Maximum Fill Height Above Top of Pipe in Feet' 30 12 27 30 35 41 46 36 12 23 24 28 30 34 42 14 21 22 24 26 28 48 16 20 20 22 23 24 54 18 19 19 20 21 22 60 20 18 19 20 20 21 66 22 — 18 19 19 20 72 24 — 17 19 19 19 78 26 — — 18 18 19 84 26 — — 15 18 18 90 24 — — — 16 18, .96 24 — — — 14 16 102 30 — — — — 14 108 30 - - - - 12 114 30 — — — — 10 120 30 — — — — 8 • Fill heights in ( ) apply when pipe is 5 percent vertically elongated prior to installation. Note: Thickness in inches, as shown above, refers to the clad sheet. The line in the gage columns is drawn below the maximum diameter allowed for that gage. For pipe arch, the design size and permissible corrugations only will be indicated, since the shape and minimum gage for pipe arch shall be as designated in Tables A, 8, C or D for the specified design size and corrugation tor metal pipe. Table A Steel Pipe Arch 2% Inch by / Inch Corrugations H -20 Loading Coated Equivalent Diameter Design 'Span 'Rise Min. Cover Min. Gage Thickness Full Cir. Pipe Size Inches Inches Inches Required Inches Inches 1 17 13 12 16 0.064 15 2 21 15 12 16 0.064 18 3 28 20 12 16 0.064 24 4 35 24 12 16 0.064 30 5 42 29 12 14 0.079 36 6 49 33 12 14 0.079 42 7 57 38 12 12 0.109 48 8 64 43 12 12 0.109 54 9 71 47 12 10 0.138 60 The fill heights for all sizes of pipe arch are limited to a maximum of 7 feet. A tolerance of plus or minus 1 inch or 2 percent of equivalent circular diameter, whichever Is greater, will be permissible in span and rise, with all dimensions measured from the inside crests of the corrugations. Page 16 Pipe Coated Equivalent Diameter Design *Span *Rise Min. Cover Min. Gage Thickness Full Clr. Pipe Size Inches Inches Inches Required Inches Inches 7 53 41 12 12 0.109 48 8 60 46 12 12 0.109 54 9 66 51 12 12 0.109 60 10 73 55 12 12 0.109 66 11 81 59 12 12 0.109 72 12 87 63 12 12 0.109 78 13 95 67 12 12 0.109 84 14 103 71 18 12 0.109 90 15 112 75 18 12 0.109 96 16 117 79 18 12 0.109 102 17 128 83 24 12 0.109 108 18 137 87 24 10 0.138 114 19 142 91 24 10 .0.138 210 510 Rev 09130/87 Table B Steel Pipe Arch 3 Inch by 1 Inch Corrugations H -20 Loading The fill heights for all sizes of pipe arch are limited to a maximum 0110 feet. A tolerance of plus or minus 1 inch or 2 percent of equivalent circular diameter, whichever is greater, will be permissible in span and rise, with all dimensions measured from the inside crests of the corrugations. Table C Steel Plpe Arch 5 Inch by 1 Inch Corrugations H -20 Loading Coated Equivalent Diameter Design 'Span 'Rise Min. Cover Min. Gage Thickness Full Clr. Pipe Size Inches Inches Inches Required Inches Inches 11 81 59 12 12 0.109 72 12 87 63 12 12 0.109 78 13 95 67 12 - 12 0.109 84 14 103 71 18 12 0.109 90 15 112 75 18 12 0.109 96 16 117 79 18 12 0.109 102 17 128 83 24 10 0.138 108 18 137 87 24 10 0.138 114 19 142 91 24 10 0.138 120 The fill heights for all sizes of pipe arch are limited to a maximum of 10 feet. A tolerance of plus or minus 1 inch or 2 percent of equivalent circular diameter, whichever is greater, will be permissible in span and rise, with all dimensions measured from the inside crests of the corrugations. Page 17 Pipe Table D. Aluminum Pipe Arch 21 inch by 'h Inch Corrugations H -20 Loading Coated Equivalent Diameter Design 'Span 'Rise Min. Cover Min. Gage Thickness Full Cir. Pipe Size Inches Inches Inches Required Inches Inches 1 17 13 12 16 0.060 15 2 21 15 12 16 0.060 18 3 28 20 12 14 0.075 24 4 35 24 12 14 0.075 30 5 42 29 18 12 0.105 36 6 49 33 18 12 0.105 42 7 57 38 18 10 0.135 48 8 64 43 18 10 0.135 54 9 71 47 18 8 0.164 60 'All dimensions are measured from the inside crests of the corrugations. A tolerance of plus or minus 1 inch or 2 percent of the equivalent circular diameter, whichever is greater will be permissible in span and nse. The fill heights for all sizes of pipe arch are limited to a maximum of 7 feet. 4. Joint Material 510 Rev. 09130187 Except as otherwise indicated, coupling bands and other hardware for galvanized or aluminized steel pipe shall conform to AASHTO M 36 for steel pipe and AASHTO M 196 for aluminum pipe. Field joints for each type of corrugated metal pipe shall maintain pipe alignment during construc- tion and prevent infiltration of soil material during the life of the installation. Coupling bands shall be not more than 3 nominal sheet thicknesses lighter than the thickness of the pipe to be connected and in no case lighter than 0.052 inch for steel or 0.048 inch for aluminum. Coupling bands shall be made of the same base metal and coating (metallic or otherwise) as the pipe. Coupling bands shall lap equally on each of the pipes being connected to form a tightly closed joint after Installation. Pipes furnished with circumferential corrugations shall be field jointed with corrugated locking bands This includes pipe with helical corrugations which has reformed circumferential corruga- tions on the ends. The locking bands shall securely fit into at least one lull circumferential corru- gation on each of the pipe ends being coupled. The minimum width of the corrugated locking bands shall be as shown below for the corrugation which corresponds to the end circumferential corrugations on the pipes being joined: 10% inches wide for 2% inches x % inch corrugations. 12 inches wide for 3 inches x 1 inch or 5 inches x 1 inch corrugations. Helical pipe without circumferential end corrugations will be permitted only when it is necessary to join a new pipe to an existing pipe which was installed with no circumferential end corrugations. In this event pipe furnished with helical corrugations at the ends shall be field jointed with either helically corrugated bands or with bands with projections or dimples. The minimum width of heli- cally corrugated bands shall conform to the following: 12 inches wide for pipe diameters up to and including 72 inches 14 inches wide for 1 inch deep helical end corrugations. Bands with projections shall have circumferential rows of projections with one projection for each corrugation The width of bands with projections shall be not less than the following: 12 inches wide for pipe diameters up to and including 72 inches The bands shall have 2 circumferential rows of projections. Page 18 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 161/4 inches wide for pipe diameters of 78 inches and greater. The bands shall have 4 cir- cumferential rows of projections. Unless otherwise indicated, all bolts for coupling bands shall be 'h inch diameter. Bands 12 inches wide or less will have a minimum of 2 bolts and bands greater than 12 inches wide shall have a minimum of 3 bolts. Galvanized bolts may be hot dip galvanized conforming to AASHTO M 232, mechanically gal- vanized to provide the same requirements as AASHTO M 232 or electrogalvanized per ASTM A 164 Type RS. 5. Additional Coatings or Linings a. Bituminous Coated Bituminous Coated pipe or pipe arch shall be as indicated both as to base metal and fab- rication and in addition shall be coated inside and out with a bituminous coating which shall meet the performance requirements set forth herein. The bituminous coating shall be 99.5 percent soluble in carbon bisulphide. The pipe shall be uniformly coated inside and out to a minimum thickness of 0.05 inch, measured on the crests of the corrugations. The bituminous coating shall adhere to the metal tenaciously, shall not chip off in handling and shall protect the pipe from deterioration as evidenced by samples prepared from the coating material successfully meeting the Shock Test and Flow Test in accordance with Test Method Tex - 522 -C. b. Paved Invert Where a Paved Invert is indicated, the pipe or pipe arch, in addition to the fully coated treat- ment described above, shall receive additional bituminous material of the same specifica- tion as above, applied to the bottom quarter of the circumference to form a smooth pave- ment with a minimum thickness of 'h inch above the crests of the corrugations. c. Cement Lined (1) General Except as modified herein, pipe shall conform to AASHTO M 36 for lock seam or welded helically corrugated steel pipe. Pipe shall be of full circle and shall be fab- ricated with two annular corrugations for purposes of joining pipes together with band couplers. Lock seams shall develop the seam strength as required in Table 3 of AASHTO M 36. Concrete lining shall conform to the following: Composition Concrete for the lining shall be composed of cement, fine aggregate and water that are well mixed and of such consistency as to produce a dense, homoge- nous, nonsegregated lining. Cement Portland Cement shall conform to AASHTO M 85. Aggregates shall conform to AASHTO M 6 except that the requirements for gra- dation and uniformity of gradation shall not apply. Mixture The aggregates shall be sized, graded, proportioned and thoroughly mixed with such proportions of cement and water as will produce a homogenous concrete mixture of such quality that the pipe will conform to the design requirements indicated. In no case, however, shall the proportions of Portland Cement, blended cement or Portland Cement plus pozzolanic admixture be less than 470 Ibfcu. yd of concrete. Thickness The lining shall have a minimum thickness of 1 inch above the crest of the corrugations. 510 Rev. 09130187 Page 19 Pipe 510 Rev. 09130187 d. Fiber Bonded Lining Procedures The lining shall be plant applied by a machine traveling through a stationary pipe. The rate of travel of the machine and the rate of concrete placement shall be mechanically regulated so as to produce a homogenous nonsegregated lining throughout. Surface Finish The lining machine shall also mechanically trowel the concrete lining as the unit moves through the pipe. Certification Furnish manufacturer's standard certification of compliance upon request of the purchaser. Joints Pipe shall be joined together with coupling bands made from steel sheets to an indicated thickness of 0.064 inch (12 ga.). Coupling bands shall be formed with two corrugations that are spaced to provide seating in the third corrugation of each pipe end without creating more than 1 inch x annular space between pipe ends when joined together. Bands shall be drawn together by two Y inch galvanized bolts through the use of a bar and strap suitably welded to the band. When 0 -ring gaskets are Indicated they shalt be placed in the first corrugation of each pipe and shall be compressed by tightening the coupling band. Rubber 0 -ring gaskets shall conform to Section 5.9, ASTM C 361. (2) Causes for Rejection Pipe shall be subject to rejection on account of failure to conform to any of the indica- tions. Individual sections of pipe may be rejected because of any of the following: Damaged ends, where such damage would prevent making satisfactory joint. Defects that indicate poor workmanship and could not be easily repaired in the field. Severe dents or bends in the metal itself. If concrete lining is broken out, pipe may be rejected or at the discretion of the Engineer, repaired in the field in accordance with the manufacturer's recom- mendation. Hairline cracks or contraction cracks in the concrete lining Is to be expected and does not constitute cause for rejection. Where fiber bonded pipe Is indicated, the pipe or pipe arch shall be formed from sheets whose base metal shall be as indicated. In addition. the sheets shall have been coated with a layer of fibers. applied in sheet form by pressing them into a molten metallic bonding. If a paved invert IS indicated it shall be in accordance with the procedure outlined above. The test for speller coating above is waived for fiber bonded pipe. 6. Slotted Drain Storm Sewers The pipes for the slotted drain and slotted drain outfall shall be helically corrugated, lock seam or welded seam pipe. Materials and fabrication shall be in accordance with the above. The metal thickness shall be a minimum 16 gage. - The chimney assemblies shall be constructed of V16 inch welded plate or machine formed 14 gage galvanized steel sheets. The height of the chimney required will be as indicated. Metal for the welded plate slot shall meet the requirements of ASTM A 36 and the completed plate slot shall be galvanized after fabrication in accordance with ASTM A 123. Page 20 Pipe 1 / 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) General Weld areas and the heat affected zones where the slot is welded to the corrugated pipe shall be thoroughly cleaned and painted with a good quality asphalt base aluminum paint. 7. Mortar (p) Vitrified Clay Pipe Mortar shall be composed 011 pad Type I Portland Cement and 2 parts clean, sharp mortar sand suitably graded for the purpose and conforming in other respects to the provisions for fine aggre- gate of Item No. 403, "Concrete for Structures ". Hydrated lime or lime putty may be added to the mix, but in no case shall it exceed 10 percent by weight of the total dry mix. Vitrified Clay Pipe shall conform to ASTM C 700, extra strength clay pipe. The joint material for vitrified clay pipe shall conform to ASTM C 425 compression joints for vitrified clay bell and spigot pipe. 510.3 Construction Methods Prior to commencing this work, all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions of Agreement". Clearing the site shall conform to Item No. 102, 'Clearing and Grubbing". Maintenance of environmental quality protection shall comply with all require- ments of "General Conditions of Agreement" and Item No. 601, "Salvaging and Placing Topsoil" The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of all existing utilities. 11 at any time the Contractor damages the utilities in place through his operations, the Contractor shall immediately notify the owner of the utility to make the necessary repairs. When active wastewater sewer lines are cut in the trenching operations, temporary flumes shall be provided across the trench, while open and the lines shall be restored when the backfilling has pro- gressed to the original bedding lines of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay and expense. The Contractor shall cooperate with all utility owners concerned in effecting any utility adjustments necessary and shall not hold the City liable for any expense due to delay or additional work because of conflicts arising from existing utilities ' The Contractor shall do all trenching in accordance with the provisions and the directions of the Engineer to the amount of trench left unfilled at any time. All excavation and backfilling shall be accomplished as indicated and in compliance with requirements of OSHA. Where excavation for a pipe line is required in an existing City street, a street cut permit is required and control of traffic shall be as indicated and in accordance with the Texas Manual on Uniform Traffic Control Devices. Wherever existing utility branch donnections, sewers, drains, conduits. duds, pipes or structures present obstruc- tions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated or recon- structed by the Contractor through cooperation with the owner of the utility. structure or obstruction involved. In those instances where their relocation or reconstruction is impractical, a deviation from line and grade will be ordered by the Engineer and the change shall be made in the manner directed. Adequate temporary support, protection and maintenance of all underground and surface utility structures, drains, sewers and other obstructions encountered in the progress of the work shall be furnished by the Contractor, at his expense and as approved by the Engineer. Where traffic must cross open trenches, the Contractor shall provide suitable bridges. For trenches less than 2 feet in width, sheet steel plates having a minimum thickness of Vz inch shall be used. For trenches up to 4 feet in width, sheet steel plates having a minimum thickness of 3/4 inches shall be used. In all cases, the plates shall overlay the top of the trench a minimum of 18 inches on both sides and secured by asphalt. Adequate provisions shall be made for the flow of sewers, drains and watercourses encountered during construction and any structures which may have been disturbed shall be satislactonly restored upon completion of work. When rainfall or runoff is occurring or is forecast by the U S. Weather Service. the Contractor shall not perform or attempt any excavation or other earth moving work in or near the flood plain of any stream or watercourse or on slopes subject to erosion or runoff, unless given specific approval by the Engineer. When such conditions delay the work, an extension of time for working day contracts will be allowed in accordance with "General Conditions of Agreement': 510 Rev. 09/30187 Page 21 Pipe (2) Water Line/New Wastewater Line Separation Installation of Water and Wastewater lines shall conform to the latest Water Line/New Wastewater Line Separation guidelines as published by the State Health Department. When new wastewater lines are installed, they shall be no closer to water lines than 9 feet in all directions and parallel wastewater line and water lines must be installed in separate trenches. Where the 9 foot separation distance cannot be achieved, the following procedures shall be used: Where a new gravity wastewater sewer parallels a new water main, the wastewater line shall be constructed of cast iron, ductile iron or PVC pipe meeting AWWA Specifications tor use as potable water pipe, with a pressure rating for both the pipe and the taints of greater than or equal to 150 psi. The wastewater line may be placed no closer than 2 feet vertically and 4 feet horizontally from the water line, with the separation distances measured between the nearest outside pipe diameters. The wastewater line shall be installed at a lower elevation than the water line. (3) Where a new wastewater line crosses a water line and that portion of the wastewater line is within 9 feet of the water main it shall be constructed of ductile iron or C.900 PVC as follows: (5) Trench Width The wastewater line may be placed no closer than 6 inches from the water line. The separation distance must be measured between the nearest outside pipe diameters. The wastewater line shall be located at a lower elevation than the water line wherever possible and one length of the wastewater line must be centered on the water line. Unless wastewater manholes and the connecting sewer can be made completely watertight and tested for no leakage, they must be installed so as to provide a minimum of 9 feet 01 horizontal clearance from an existing or proposed water line. Where a new wastewater force main parallels or crosses a water main, that portion of the force main which is within 9 feet of the water line shall be constructed of ductile iron or PVC meeting AWWA C -900 specifications. Utility and Storm Sewer Crossings When the Contractor installs a pipe that crosses under a utility structure or storm sewer and the top of the pipe is within 18 inches of the bottom of the utility structure, the pipe shall be encased as specified in Item No. 505, "Con- crete Encasement and Encasement Pipe, for a distance of at least 1 foot on either side of the ditch line of the utility structure or the storm sewer. Unless otherwise specified by the Engineer, concrete encasement will not be required for Ductile Iron or AWWA C -900 PVC pipe. When the Contractor installs a pipe that crosses over a utility structure or storm sewer and the top of the utility structure or storm sewer is within 18 inches of the bottom of the pipe, the pipe shall be either Ductile Iron or AWWA C-900 PVC, unless otherwise specified by the Engineer. (4) Trench Excavation Unless otherwise indicated, all underground piped utilities shall be constructed in an open cut in accordance with applicable State Statutes with a trench width and depth described below. Required vertical sides shall be sheeted and braced as indicated to maintain the sides of the required vertical excavation throughout the construction period. Adequacy of the design of sheeting and bracing shall be the responsibility of the design professional. Contractor shall be responsible for installation as indicated. After the pipe has been laid and the backfill placed and compacted to 12 inches above the top of the pipe, any sheeting, shoring and bracing required may be removed with special care to insure that the pipe is not disturbed. As each piece of sheeting is removed, the space left by its removal must be thoroughly filled and compacted with suitable material and provisions made to prevent the sides of the trench from caving until the backfill has been completed. Any sheeting left in place will not be paid tor and shall be consid- ered subsidiary to the pipe item bid. Trenches for water and wastewater lines shall have a minimum width of 6 inches and a maximum width of 1 foot on each side beyond the outside surfaces of the pipe bell or coupling Trenches for Storm Sewers up to 42 inches shall have a width of 1 foot on each side beyond the outside surfaces of the pipe. Pipes more than 42 inches shall have a trench width not to exceed 18 Inches on each side beyond the outside surfaces of the pipe. If trench width within the pipe zone exceeds this maximum, the entire pipe zone shall be refilled with approved backfill material, thoroughly compacted to a minimum of 95 percent of maximum density as determined by SDHPT Test Method Tex -114 -E and then re- excavated to the proper grade and dimensions. Excavation along curves and bends shall be so oriented that the trench and pipe are approximately centered on the centerline of the curve, using short links of pipe and/or bend fittings if necessary. 510 Rev. 09/30/87 Page 22 Pipe 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 (6) Trench Depth and Depth of Cover All pipe and in -line appurtenances shall be laid to the grades indicated. The depth of cover shall be measured from the established finish grade, natural ground surface, subgrade for staged construction, street or other permanent surface to the top or uppermost projection of the pipe. (a) Where not otherwise indicated, all water piping shall be laid to the following minimum depths: 1. Water piping installed in undisturbed ground in easements of undeveloped areas which are not within existing or planned streets, roads or other traffic areas shall be laid with at least 36 inches of cover. (8 ( For all utilities to be constructed in fill above natural ground, the embankment shall first be constructed to an eleva- tion not less than 1 foot above the top of the utility after which excavation for the utility shall be made as indicated. 2. Water piping installed in existing streets, roads or other traffic areas shall be laid with at least 48 inches of cover below finish grade. 3. Unless approved by the Engineer installation of water piping in proposed new streets will not be permitted until paving and drainage plans have been approved and the roadway traffic areas ex- cavated to the specified or standard paving subgrade, with all parkways and sidewalk areas graded according to any applicable provisions of the drainage plans or sloped uniformly from the curb line to the right of way line. Piping and appurtenances installed in such proposed streets shall be laid with at feast 36 inches of cover below the actual subgrade. • (b) Where not otherwise indicated, all wastewater piping shall be laid to the following minimum depths: Trench Conditions 1. Wastewater piping installed in natural ground in easements or other undeveloped areas which are not within existing or planned streets, roads or other traffic areas shall be laid with at least 42 inches of cover. • 2. Wastewater piping installed in existing streets, roads or other traffic areas shall be laid with at least 66 inches of cover. 3. Wastewater piping installed in such proposed streets shall be laid with at least 48 inches of cover below the actual subgrade. (7) Classification of Excavation Excavation will not be considered or paid for as a separate item of work. so excavated material will not be classified as to type or measured as to quantity. Full payment for all excavation required for the construction shall be included in the various unit or lump sum contract prices for the various Items of work Installed, complete in place. No extra compensation, special treatment or other consideration will be allowed due to rock, pavement, caving, sheeting and bracing, falling or rising water, working under and in the proximity of trees or any other handicaps to excavation. Dewatering Excavation Underground piped utilities shall not be constructed or the pipe laid in the presence of water. All water shall be removed from the excavation prior to the pipe placing operation to insure a dry firm granular bed on which to place the underground piped utilities and shall be maintained in such unwatered condition until all concrete and mortar is set. Removal of water may be accomplished by bailing, pumping or by a well -point installation as conditions warrant. In the event that the excavation cannot be dewatered to the point where the pipe bedding is free of mud, a seal shall be used in the bottom of the excavation. Such seal shall consist of Class B concrete, conforming to Item No. 403, "Concrete for Structures ", with a minimum depth of 3 inches. Before attempting to lay pipe, all water, slush, debris, loose material, etc., encountered in the trench must be pumped or bailed out and the trench must be kept clean and dry while the pipe is laid and backfilled. Where needed, sump pits shall be dug adjoining the Trench and pumped as necessary to keep the excavation dewatered. Backfilling shall closely follow pipe laying so that no pipe is left exposed and unattended after initial assembly. All open ends, outlets or other openings in the pipe shall be protected from damage and shall be properly plugged and blocked watertight to prevent the entrance of trench water, dirt, etc The interior of the pipeline shall at all times be kept clean, dry and unobstructed. - Where the soil encountered at established looting grade is a quicksand, saturated or unstable material, the following procedure shall be used unless other methods are indicated: 510 Rev. 09(30187 Page 23 Pipe - 510 Rev. 09130187 All unstable soils shall be removed to a depth of a minimum 2 feet below bottom of piped utility or as required to stabilize the trench foundation. Such excavation shall be carried out for the entire trench width. All unstable soil so removed shall be placed with a concrete seal, foundation lock or coarse aggregate materials placed across the entire trench width in uniform layers not to exceed 6 inches, loose measure and compacted by mechanical tamping or other means which will provide a stable foundation for the utility. Forms, sheathing and bracing, pumping, additional excavation and backf ill required in unstable trench condi- tions shall be subsidiary to pipe bid. (10) Blasting All blasting shall conform to the provisions of "General Conditions of Agreement" (11) Removing Old Structures When out of service masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth of 1 foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new sewers, such manholes and inlets within the construction limits shall be removed completely to a depth 1 foot below the bottom of the trench. In each instance, the bottom of the trench shall be restored to grade by backfilling and com• paling by the methods provided above. Where the trench cuts through storm or wastewater sewers which are • known to be abandoned, these sewers shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. When old structures are encountered, which are not visible from the existing surface and are still in service, they shall be protected and adjusted as required to the finished grade. (12) Lines and Grades Grades, lines and levels shall conform to Section No. 00341, "Grades, Lines and Levels ". Any damage to the above by the Contractor shall be re- established at the Contractor's expense. The location of the lines and grades indicated may be changed only by direction of the Engineer and it is understood that the Contractor will be paid on the basis of his unit contract prices bid for such work actually performed and will make no claim for damages or loss of anticipated profits due to the change of location or grade. The Contractor shall furnish, at his expense, all necessary batter boards or electronic devices for controlling the work. Batter boards shall be of adequate size material and shall be supported substahtially. The boards and all location stakes must be protected from possible damage or change of location. The Contractor shall furnish good, sound twilled Imes for use in achieving lines and grades and the necessary plummets and graduated poles. The Contractor shall submit to the Engineer at least 6 copies of any layout plans from the pipe manufacturer for review and approval. The Contractor shall submit the layout plans at least 30 days in advance of any actual construc- tion of the project. The Engineer will forward all comments of the review to the Contractor for revision. Revisions shall be made and forwarded to the Engineer for his acceptance. Pnor to commencement of the Protect, reviewed layout plans will bb sent to the Contractor marked for construction. Should the Contractor's procedures not produce a finished pipe placed to grade and alignment, the pipe shall be removed and relayed and the Contractor's procedures modified to the satisfaction of the Engineer. No additional compensation shall be paid for the removal and relaying of pipe required above. (13) Surplus Excavated Materials Excess material or material which cannot be made suitable for use in embankments will be declared surplus by the Engineer and shall become the property of the Contractor to dispose of off site at a permitted fill site, without injury to the City or any individual. Such surplus material shall be removed from the work site promptly following the comple- tion of the portion of the utility involved. (14) Pipe Bedding Pipe shall be installed in a continuous bedding envelope as required to meet the existing soil and flooding conditions, consisting of sand, pea gravel, soil cement, cement stabilized backf ill or pipe bedding stone The plans and specifications will set forth the pipe bedding requirements for the project. In the absence of plan de- tails or specification provisions, the following bedding shall be used: Bedding material shall extend for the full width of the trench excavation and from 6 inches below the pipe to the following. Water and Wastewater Pipe 12 inches above the outer parts of the pipe, fillings and accessories. Page 24 Pipe Stone Sewers Minimum of 15 percent of the overall pipe height All bracing, struts, etc., installed by the pipe manufacturer (or temporary replacements by the Contractor) shall be kept in place in the pipe, undisturbed, until the trench has been backfilled at least to the top of the pipe. When install- ing mortar lined and mortar coated steel pipe, all bracing, struts, etc., installed by the pipe manufacturer shall be kept in the pipe, undisturbed until the pipe bedding has been placed and the trench backf ill placed. The following bedding shall be used: Pipe bedding stone Bedding sand Soil cement Pea gravel Cement stabilized backfill Crushed stone bedding shall not be used for polyethylene or polybutylene tubing or for piping with corrosion resis- tant wrap' or coating which could be damaged by contact with sharp, angular edges. Sand bedding shall not be used in trenches where water is present, or where rock has been blasted. (a) Welded Steel Water Pipe Cement stabilized backf ill or crushed limestone bedding. (b) Welded Steel Pipe in unsuitable soil conditions. Cement stabilized backf ill. (c) Water Pipe except (a) and (b) above May be bedded in sand, pea gravel or pipe bedding stone, except that in trenches excavated by blasting, pipe must be bedded in pea gravel or pipe bedding stone, subject to above limitation on use of crushed stone. (d) Wastewater pipe up to 15 inches I0. (e) Wastewater Pipe larger than 15 inches I0. (1) Storm Sewers May be bedded in either sand, pea gravel or pipe bed- ding stone, except that In trenches excavated by blast- ing, pipe must be bedded in pea gravel or pipe bedding stone subject to above limitation on use of crushed stone. Must be laid in pipe bedding stone, regardless of ex- cavation method, subject to above limitation on use of crushed stone. • All storm sewers shall be laid in sand bedding, ex- cept within the 25 year flood plain and subject to the limitations above. (15) Laying Pipe No pipe shall be installed in the trench until excavation has been completed, the bottom of the trench graded a, id the trench completed as indicated. Laying of corrugated metal pipes on the prepared foundation shall be started at the outlet end with the separate sections firmly joined together, with outside laps of circumlerential joints pointing upstream and with longitudinal laps on the sides. Any metal in joints which is not protected by galvanizing shall be coated with a suitable asphaltum paint. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without damaging the pipe or disturbing the prepared foundation and the sides of the trench. Any pipe which is not in alignment or which shows any undue settlement after laying or is damaged, shall be taken up and relaid without extra compensation. Multiple installations of corrugated pipe or arches shall be laid with the centerlines of individual barrels parallel. When not otherwise Indicated, clear distances of 2 feet between outer surfaces of adjacent pipes shall be maintained. No debns shall remain in the drainways or drainage structures. 510 Rev. 09130187 Page 25 Pipe - All backfill in streets and under structures will be tested by the City and must satisfy the specified density require- ments conforming to Section 00344, "Testing Laboratory Services" before final acceptance of or payment for the work. All recommendations of the manufacturer shall be carefully observed during handling and installation of each mate- rial. Unless otherwise indicated, all materials shall be delivered to the project by the manufacturer or agent and unloaded as directed by the Contractor. Each piece shall be placed facing the proper direction near to where it will be installed. The interior of all pipe, fittings and other accessories shall be kept free from dirt and foreign matter at all times and stored in a manner that will protect them from damage. Stockpiled materials shall be stacked so as to minimize entrance of foreign matter. The interior of all pipeline components shall be clean. dry and unobstructed when installed. Piping materials shall not be skidded or rolled against other pipe, etc. and under no circumstances shall pipe, fittings or other accessones be dropped or jolted. During handling and placement, materials shall be carefully observed and inspected and any damaged, defective or unsound materials shall be marked, rejected and removed from the job site. Minor damage shall be marked and repaired in a manner satisfactory to the Engineer. Joints which have been placed but not joined, backfilled, etc., shall be protected in a manner satisfactory to the Engineer. (16) Assembling of Pipe Angular spacing of all joints shall meet the manufacturers recommendations for the pipe and accessories being used. Side outlets shall be rotated so that the operating stems of valves will be vertical when the valves are installed. Pressure pipe shall be laid with bell ends facing the direction of pipe installation. Pipe end bells shall be placed upgrade for all wastewater lines. Onentation marks, when applicable, shall be in their proper position before pipe is seated. Before joining any pipe, all foreign matter, lumps, blisters, excess coal tar coating, oil or grease shall be removed from the ends of each pipe and the pipe ends shall then be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Every precaution shall be taken to prevent foreign matenal from entering the pipe during installation. No debris, tools, clothing or other materials shall be placed in the pipe. (17) Joints (a) Mortar Pipe ends shall be clean, free of asphalt or other contaminants which will inhibit the bond of the mortar to the pipe. The pipe ends shall be moistened immediately prior to placing the mortar in the joint. (b) Cold Applied Preformed Plastic Gaskets The pipe ends shall be clean and the joint material applied to the dry pipe. In cold weather, the joint material shall be heated to facilitate the seal of the joint. (c) 0 -Ring Just before making a joint the ends of the pipe shall be clean, dry, free of any foreign matter, lump blisters, excessive coal tar coating and grease or oil and shall be wire brushed. The gasket and the inside surface of the bell shall be lubricated with a light film of soft vegetable soap compound to facilitate assembly of the joint. The rubber gasket shall be stretched uniformly as it is placed in the spigot groove to insure a uniform volume of rubber around the circumference of the grove. The spigot shall be centered in the bell, the pipe pushed home uniformly and brought into true alignment. Bedding matenal shall be placed and tamped against pipe to secure the joint. (d) Push - on Joints Just before making a joint, the bell and spigot rings shall be clean and dry. The gasket and the inside surface of the bell shall be lubricated with a light film of soh vegetable soap compound (Flax Soap) to facilitate telescop- ing the joints. The rubber gasket if not factory installed shall be stretched uniformly as it is placed in the spigot groove to insure a uniform volume of rubber around the circumference of the groove. The spigot shall be cen- tered in the bell, the pipe pushed home and brought into true alignment. It shall be secured there with bedding material which is carefully tamped under and on each side of the pipe. Care should be taken to prevent din or foreign matter from entering the joint space. 510 Rev. 09130187 . Page 26 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (e) Bolted Joints All flanged, mechanical or other bolted joints shall be joined with nuts and bolts of high strength, low alloy, corrosion resistant steel, stainless steel or be coated as indicated above in Iron Pipe. (f) Solvent Weld — For plumbing pipe. (18) Pressured Pipe Laying (a) Grout for Concrete Steel Cylinder Pipe (CSC) and Welded Steel Pipe Aggregate, cement, etc. shall be as indicated in "Mortar" herein. Grout shall be poured into the recess between the bell and spigot on the outside of the pipe and contained by a joint wrapper ( "diaper ") recommended by the pipe manufacturer. The wrapper shall have a minimum width of 7 inches for 30 inch and smaller and 9 inches for larger pipe, secured to the pipe by "Band Iron" steel straps. The grout shall be poured in 1 continuous operation in such manner that after shrinkage and curing the joint recess will be completely filled. Mortar for the inside recess shall be of the consistency of plaster. The inside recess between the bell and spigot shall be filled with mortar after the pipe joint on either side of the recess has been backfilled and well tamped in and no less than one pipe joint has been installed ahead of the pipe forming the recess. The mortar shall completely fill the recess and shall be trowelled and packed into place and finished off smooth with the inside of the pipe. The Contractor shall Inspect the joint after the mortar has set and make repairs of any pockets, cracks or other defects caused by shrinkage. The Inside surface shall be cleared of any mortar droppings, cement, water, slurry, etc., before they have become set and shall be cleared of any other foreign matter. The inside surface of the pipe shall be left clean and smooth. Pipe shall be handled at all times with wide nonabrassive slings, belts or other equipment designed to prevent damage to the coating and all such equipment shall be kept in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch -bars, chain slings, rope slings without canvas covers, canvas or composition belt slings with protruding rivets, pipe hooks without proper padding or any other handling equip- ment which the engineer deems to be injurious to the coating shall not be permitted. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the cement mortar lining (19) Placing Pipe In Tunnels Piping Installed as a carrier pipe in a tunnel, encasement pipe, etc., shall have uniform alignment, grade, bearing and conform to the reviewed shop drawings. All necessary skid blocks, rails, bedding material, grout cradle or paving, bracing, blocking, etc., as stipulated by the Contract or as may be required to provide and maintain the required pipe alignment and grade, shall be provided by the Contractor at no cost except as provided by the Bid Items. This shall include at least 1 screw -type hold down jack per joint of pipe to prevent flotation of the pipe, unless otherwise indi- cated. Such carrier piping shall have flexible bolted or gasketed push -on joints or Concrete Steel Cylinder pipe in- stalled as follows: (a) 21 Inch Pipe and Smaller - Prior to placing the pipe in the tunnel, the inside joint recess at the bell shall be buttered with cement mortar. After the joint is engaged, the excess mortar shall be smoothed by pulling a tight fitting swab through the joint. The pipe joints shall then be welded rigid by placing 3 segments of weld, having a minimum length of 9 Inches each and equally spaced around the joint. Cement mortar protection shall then be placed in the normal manner to the exterior of the joint and allowed to harden sufficiently to avoid dislodgement during installation. If time is of the essence, a quick setting compound may be used. (b) 24 Inch Pipe and Larger Each length of pipe shall be pushed into the tunnel as single units. A flexible mastic sealer shall be applied to the exterior of the joint prior to joint engagement. The surfaces receiving the mastic sealer shall be cleaned and primed in accordance with the manufacturer's recommendation. Sufficient quan- tities of the mastic sealer shall be applied to assure complete protection of all steel in the joint area. The interior of the joint shall be filled with cement mortar in the normal manner after the pipe is in its final position within the tunnel 510 Rev. 09130/87 Page 27 Pipe - (20) Temporary Pipe Plugs, Caps, Bulkheads and Trench Caps Temporary plugs, caps or plywood bulkheads shall be installed to close all openings of the pipe and fittings when pipeline construction is not in progress. Standard plugs shall be inserted into the bells of all dead ends of pipes, tees or crosses and spigot ends shall be capped. All end plugs or caps shall be secured to the pipe as provided under Item No. 507, "Bulkheads ". 510 Rev. 09/30/87 Trench caps shall be reinforced Class D concrete as indicated. (21) Corrosion Control (a) Protective Covering Unless otherwise indicated, all flanges, nuts, bolts, threaded outlets and all other iron or steel components buried and in contact with earth or bacMlll shall be wrapped with 8 -mil (minimum) polyethylene film meeting ANSI/AWWA C -105 to provide a continuous wrap. (b) Corrosion Monitonng System 1. If indicated the corrosion monitonng system shall be furnished and installed to meet the following requirements: a. Bonds shall be provided between steel cylinders of adjacent pipe sections and all nonin- sulating joints as necessary to assure electrical continuity except where electrical isolation is necessary or required. The joint bonds shall be designed: (1) With sufficient slack to allow for a total joint displacement of Yz inch. (2) Using insulated copper cable metallurgically bonded to adjacent cylinders. All bare copper and steel at the connection shall be insulated by an approved means. b. Intermediate bonds for the prestress wire of embedded cylinder prestressed concrete pipe shall also be provided as required to minimize attenuation. The intermediate bonds shall be In the form of steel straps embedded in the outer surface of the concrete core directly upon which the prestress wire is tightly wound. The size and number of straps shall be designed to provide uniform current distribution to all embedded metallic surfaces of the pipe. c. Electrical isolation in the form of either flexible or rigid insulating fittings as specified herein shall be provided as required to obtain electncal discontinuity. d. Flexible insulating fittings required shall be style 39 insulating couplings as manufactured by Dresser Industries, 41 Fisher Avenue, Bradford, PA 16701; or equal. e. Rigid insulating fittings required shall be insulated with fullface gaskets and combination bolt sleeves and washers for flanges as manufactured by Central Plastics Co., P.O. Box 762, Shawnee, OK 74801 or equal 1. Corrosion test stations shall be installed on the pipeline at: (1) All buried line crossings. (2) The beginning and end of the portions of the pipeline to be monitored. g. a. Both sides of insulating fittings. b. Intermediate locations along the line, such that the lest stations are no more than 1,000 feet apart. c. For the embedded cylinder prestressed concrete pipe alternative, test stations, with wires originating at the prestress wire at the midpoint of the pipelaying length at the above locations, shall also be provided. Test stations shall be of the two -wire type with one of the wire being sized (No. 6 AWG or larger) such that it can be used for bonding. The other wire, for determining pipe -to -soil po- tentials, shall be No. 12 AWG or larger. Both leads shall be continuous (without splices) and laid with sufficient slack to prevent stress. The leads shall be insulated with 600 -voil rated insulation suitable for direct burial. Prior to backfiliing, the insulation shall be inspected for defects. All defects shall be repaired by approved methods. Page 28 Pipe 1 1 1 1 1 - 1 1 1 1 1 1 1 1 1 1 1 1 1 h. Test stations shall be of the flush type (terminal below grade) or the above surface type, protected as required for permanency. The flush type shall be instated in developed, urban areas (streets, alleys, sideways, etc.,) and the above- surface type (mounted on a post) shall be installed in cross- country areas (rangeland, farmland, etc.). Where practicable, test sta- tions shall be located at or closely adjacent to clearly identifiable topographical features (fence line, road intersection, section line. etc.) of the pipeline right of way. i. The Contractor shall perform tests as required to determine the following and correct the corrosion- monitoring system to comply with these specifications. 1. Pipeline electrical continuity. 2. Effectiveness of insulating joints. 3. Test station integrity. 4. Static pipe - to-soil potentials at each test station. 5. Soil resistivity at each test station. j. All design, installation and testing shall be consistent with sound corrosion engineering practice. (22) Pipe Anchorage, Support and Protection All pressure pipelines tees, plugs, caps and bends exceeding 221 degrees and other bends as directed, shall be securely anchored by suitable concrete thrust blocking or by approved metal harness. Unless otherwise indicated, on 24 inch or larger piping, all bends greater than 111/4 degrees shall be anchored as described herein. Storm sewers on steep grades shall be lugged as indicated. (a) Concrete Thrust Blocking Concrete for use as reaction or thrust blocking shall be Class B conforming to Item No. 403, "Concrete for Structures'. Concrete blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on the pipe and on the ground shall be as indicated or directed by the Engineer. The blocking shall, unless other- wise indicated, be so placed that the pipe, fittings and joints will be accessible for repair. The trench shall be excavated at least 6 inches outside the outermost projections of the pipe or appurtenance and the trench walls shaped or undercut according to the detail drawings or as required to provide adequate space and bearing area for the concrete. The pipe and fittings shall be adequately weighted and laterally braced to prevent floating, shifting or straining of the pipeline while the concrete is being placed and taking initial set. The Contractor shall be solely respon- sible for the sufficiency of such restraints. (b) Metal Thrust Harness ( A metal hamess of tie rods and pipe clamps of adequate strength to prevent movement or other suitable means may be used instead of concrete backing, as approved or directed by the Engineer. Harness rods, clamps. lugs, etc., shall be of stainless steel or hot - dipped galvanized steel and ductile iron, with 2 coats of Bitumastic #50 and wrapped with a layer 018 mil polyethylene film, to form a continuous protec- tive wrap. (c) Concrete Encasements, Cradles, Caps and Seals When trench foundation is excessively wet or unstable or installation of water or wastewater pipe will result in less than 30 inches of cover, Contractor shall notify Engineer. Engineer may require Contractor to install a concrete seal, cradle, cap, encasement or other appropriate action. All concrete cap, eta, shall be continuous and begin and end within 6 inches of pipe joints. Concrete cap, cradle and encasement shall conform to City of Austin Standards No 510-1, 510.9 and 510 -7 respectively. The pipe shall be well secured to prevent shifting or flotation while the concrete is being placed. (d) Anchorage Bulkheads Concrete bulkheads keyed into the undisturbed earth shall be placed as indicated to support and anchor the pipe and /or backlit against end thrust. slippage on slopes, etc. Concrete material and placement shall be Class A, Item No. 403, "Concrete for Structures ". 510 Rev. 09130/87 Page 29 Pipe - (e) Trench Caps, Concrete Rip -Rap and Shaped Retards Where called for by the Contract or as directed by the Engineer, concrete trench caps, concrete np -rap and/or shaped retards shall be placed as detailed by the standard drawings as protection against erosion. Concrete material and placement shall be Class B, Item No. 403, "Concrete for Structures ". (23) Wastewater Connections (a) Connections to Mains 12 Inches and Smaller All branch connections of new main lines shall be made by use of manholes. Service stubs shall be installed as indicated. Minimum grade shall be 1 percent and minimum cover shall be 41/2 feet at the curb. Standard plugs shall be installed in the dead and before backfilling. Where a service connection to a main 12 inches or smaller is indicated, a wye, tee or double wye shall be installed. Where a service connection to a main 15 inches or larger is indicated, a field tap may be made with the pipes installed crown to crown. The tap should be made conforming to the pipe manufacturer's recommendations with the Engineer's approval. Where not otherwise indicated, service connections to mains shall be installed at an angle approximately 45 degrees above the horizontal. (b) Connections to the Existing System , Unless otherwise specified by the Engineer, all connections made to existing mains shall be made at man- holes with the crown of the inlet pipe installed at the same elevation as the crown of the existing pipe. Service stubs installed on the existing system shall be Installed by use of tapping saddles unless otherwise approved by the Engineer. Extreme care shall be exercised to prevent material from depositing in the existing pipe as the taps are being made. When connections to existing mains are made, a temporary plug approved by the Engineer must be Installed downstream in the manhole to prevent water and debris from entenng the existing system before final accep- tance. These plugs shall be removed after the castings are adjusted to finish grade or when final acceptance is given. (24) Water System Connections , The Contractor shall, at his expense, make all necessary connections of new piping or accessories to the existing water system. To minimize any inconvenience from outages, the Contractor shall schedule all such connections In advance and such schedule must be approved by the Superintendent of Water Division before beginning any work. (a) Shutoffs The City will make all shutoffs on existing water mains where more than one valve is involved. The Contractor will be required to notify the Engineer's field representative on the job at least 24 hours prior to the desired time for any shutoff. Where only one valve will be operated, the Contractor may operate the valve under the imme- diate supervision of the Engineer's field representative. (b) Wet Connections to Existing Water System The Contractor shall make all wet connections called for by the Contract or required to complete the work. A wet connection shall include draining and cutting into existing piping and connecting a new pipeline or other extension into the existing pressure piping, forming an addition to the water transmission and distribution network. 510 Rev 09130187 The contract price for wet connections shall be full payment for all necessary shutoffs, excavation, removing plugs and fittings, pumping water to drain the lines, cutting in new fittings, blocking and anchoring piping, bed- ding and backfilling, placing the lines and service and all site cleanup. No water containing detectable amounts of chlorine may be drained, released or discharged until specific plan- ning and appropriate preparations to handle, dilute and dispose of such chlorinated water are approved in advance by the City and the disposal operations shall be witnessed by an authorized representative from the City. (c) Pressure Taps to Existing Water System The Contractor shall make all pressure taps called for by the Contract Documents or required to complete the work. A pressure tap shall consist of connecting new piping to the existing water system by drilling Into the existing pipe while It is carrying water under normal pressure without taking the existing piping out of service Page 30 Pipe Unless otherwise provided by the Contract, the Contractor shall, at his expense, perform all necessary ex- cavation, fumish and install the tapping sleeve, valve and accessories, provide the tapping machine, drill the tap (unless otherwise indicated) and shall block, anchor and backfill the piping, valve and all accessories, place the new piping in service and perform all site cleanup. Where that the City will make the tap, City forces are not obligated or expected to perform any work except to provide tapping machine and drill the actual hole. The full cost of such drilling and any other work required of City crews in order to complete the drilling, will be charged to the Contractor and will be deducted from funds due the Contractor. (d) Service Connections Tapping of PVC or AC pipe for service connections may be made using either a service clamp or saddle or a tapping sleeve recommended by the manufacturer and approved as satisfactory by the Engineer. Direct tap- ping will not be permitted. All service connections shall be installed so that the outlet is at an angle of approximately 45 degrees above horizontal at the main line. Precautions should be taken to ensure that the tapping saddle or sleeve is placed on the pipe straight to pre- vent any binding or deformation of the PVC pipe. The mounting chain or U -bolt strap must be tight. Tapping shall be performed with a sharp shell type cutter so designed that it will smoothly penetrate heavy walled PVC DR14 and 200 psi AC and will retain and extract the coupon from the pipe. (25) Backbiting (a) General Six inch bedding under pipe shall be brought to or near optimum moisture content and densified to provide adequate support for pipe. Remainder of bedding shall be brought to or near optimum moisture content and densified immediately after pipe placement as indicated, except when mortar joints are used for jointing storm sewers, no backfill above bedding shall be placed until mortar has cured for a least 6 hours. Special emphasis is placed upon the need for obtaining uniform backfill material and uniform compacted den- sity throughout the bedding and backfill. Extreme care is to be taken to insure proper backfill over the pipe. The maximum lift of backfill shall be determined by the compaction equipment selected and in no case shall it exceed 18 inches, loose measurement. No heavy equipment, which might damage pipe, will be allowed over the pipe until sufficient cover has been placed and compacted. Testing of the completed bedding and backfill in streets and under and around struc- tures shall meet the specified density requirements to be accepted. All initial testing will be at no expense to the Contractor and shall conform to Section 00344, "Testing Laboratory Services" (b) General Corrugated Metal Pipe After the corrugated metal pipe structure has been completely assembled on the proper line and grade and headwalls constructed when indicated, selected material free from rocks over 8 inches in size from excavation or borrow, as approved by the Engineer, shall be placed along both sides of the completed structures equally, in uniform layers not exceeding 6 inches in depth (loose measurement), sprinkled if required and thoroughly compacted between adjacent structures and between the structures and the sides of the trench or for a dis- tance each side of the structures equal to the diameter of the pipe if pipe is laid above the existing ground. Backfill material shall be compacted to the same density requirements as indicated for the adjoining sections of embankment in accordance with the governing specifications thereof. Above the 14 point of the structure, the fill shall be placed uniformly on each side of the pipe in layers not to exceed 12 inches, loose measure. Prior to adding each new layer of loose backill material, until a minimum of 12 inches of cover is obtained over the crown of the pipe, an inspection will be made of the inside periphery of the corrugated metal structure to determine if any floating, local or unequal deformation has occurred as a result of improper construction methods. (c) Backfill Materials The Engineer may approve any of the following well graded materials: 1. Select trench material 2. Sand 3. Crushed rock cuttings 4. Rock cuttings 510 Rev. 09/30/87 Page 31 Pipe " 510 Rev. 09130187 5. Foundation Rock 6. Blasted material with fines and rock 7. Cement stabilized material 8. Borrow Within the 100 year flood plain sand will not be permitted for backfilling. The Engineer shall approve the topsoil for areas to be seeded or sodded. (d) Backfill in Street Right of Way Placement of backfill under structures and within 2 feet of structures shall be compacted to the required den- sity using any method, type and size of equipment which will give the required compaction without damaging the pipe or bedding. The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compacting equipment used and the test results thereby obtained. Prior to and in conjunction with the com- paction operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled to insure uniform compaction over the entire layer. Testing for density will be in accor- dance with Test Method Tex -114 -E and Test Method Tex- 115-E. Each layer of backfill must provide the density as required herein. Swelling soils (soils with plasticity index of 20 or more) shall be sprinkled as required to provide not less than optimum moisture nor more than 2 per- cent over optimum moisture content and compacted to the extent necessary to provide not less than 95 per- cent nor more than 102 percent of the density as determined in accordance with Test Method Tex - 114 -E. Nonswelling soils (soils with plasticity index less Than 20) shall be sprinkled as required and compacted to the extent necessary to provide not less than 95 percent of the density as determined in accordance with Test Method Tex - 114 -E. After each layer of backfill is complete, tests may be made by the Engineer. If the material fails to meet the density indicated, the course shall be reworked as necessary to obtain the indicated compaction and the com- paction method shall be altered on subsequent work to obtain indicated density and conform to Section 00344, "Testing Laboratory Services ". At any time, the Engineer may order proof rolling to test the uniformity of compaction of the backfill layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the backfill, due to any reason or cause, lose the required stability, density or finish before the pave- ment structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Exces- sive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent backfill layer or granular material. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than 4 percent below the optimum of compaction ratio density. Backfill shall be placed from the top of the bedding matenal to the existing grade, base course, subgrade or as indicated. The remainder of the street backfill shall be Flexible Base, Concrete or Hot Mix Asphalt Concrete as indicated or to replace in kind the surface removed to construct the pipe. • (e) Backfill in County Street or State Highway Right of Way All work within the right of way must meet the requirements of (d) above, as a minimum and shall meet the requirements of the permit issued by the County when their requirement are more stringent. Prior to the start of construction, the Contractor will be responsible for contacting the appropnate SOHPT office or County Commissioner's Precinct Office and for coordinating his activities with the operating procedures in effect for utility cut permits and pavement repair under their jurisdiction. Approval for all completed work in the State or County right of way must be obtained from the appropriate Official poor to final payment by the Owner. (f) Backfill in Railroad Right of Way All work within the railroad right of way must meet the requirements of (d) above, as a minimum and shall meet the requirements of the permit issued by the Railroad Owner when their requirements are more stnngent. Approval for all completed work in the railroad right of way must be obtained from the Railroad prior to final acceptance. (g) Backfill in Easemdnts Where not otherwise indicated, Contractor may select whatever methods and procedures may be necessary to restore entire work area to a safe, useful and geologically stable condition with a minimum density of 85 percent or a density superior to that prior to construction. In and near flood plain of all streams and watercourses, under or adjacent to utilities, structures, etc., all backfill shall be compacted to a density of not less than 95 percent conforming to SOHFI Test Method Tex-114-E, un- less otherwise directed by Engineer. Page 32 Pipe 1 l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All soil areas disturbed by construction shall be covered with top soil and seeded conforming to Item No. 604, "Seeding for Erosion Control ". All turf, drainways and drainage structures shall be constructed or replaced to their original condition or better. No debris shall remain in the drainways or drainage structures. (26) Quality Testing for Installed Pipe (a) Wastewater Pipe Acceptance Testing Atter construction is complete, Engineer shall determine whether the pipeline is to be tested for infiltration, exfiltration or by the low pressure air test method. Wastewater pipe installed in the City of Austin and its ETJ areas shall be tested for exfiltration and infiltration as described below in "Exfiltration Test" and "Infiltration Test" or by acceptable low pressure air test, as de- scribed below. Al the conclusion of either test series, the work shall be further tested for pipeline settlement as described below. The Contractor shall be solely responsible for making proper structural repairs to those ele- ments which do not pass these test requirements. (b) Exflltration Test The pipeline shall be completely filled with water for its complete length or by sections as determined by the Engineer. If tested for its complete length, the maximum head at any point shall not exceed 25 feet unless otherwise indicated. If tested in sections, the manholes in the test section shall be completely filled with water. Amer the pipeline has been filled and allowed 10 stand for 24 hours, the amount of exfiltration shall be calcu- lated. Any amount in excess of 200 gallons per inch of inside pipe diameter per mile per day shall be cause for rejection. (c) Infiltration Test When the pipe placed in easements is completed, the upper portion of the ditch backfill shall be removed to a depth of not less than 18 inches below the finished surface and width equal to the original trench width. The trench shall then be flooded with water until it is completely saturated and water stands in the ditch a minimum of 12 inches deep. In cases of steep terrain, earthen dikes shall be used to assure that water will stand over the trench. After it is apparent that the trench is completely saturated, the main shall then be inspected with closed - circuit television for infiltration. Any section of the main or any service stub that indicates excessive infiltration shall be cause for rejection. • This procedure shall not be used for pipes installed in areas where the P.I. of the surrounding material is 20 or higher or where the backfill material has a P.1. of 20 or more. (d) Pipeline Settlement Test During the infiltration test or after the exfiltration test, the pipe will be TV inspected for possible settlement. When air testing has been used, water shall be flowed into the pipe to permit meaningful observations. Any pipe settlement which causes excessive ponding of water in the pipe shall be cause for rejection. (e) Low Pressure Air Test of Gravity Flow Wastewater Lines (1) General Wastewater lines in sizes for which the City has testing equipment may, at the discretion of the Engineer, be air tested between manholes. Backfilling to grade shall be completed before the test and all laterals and stubs shall be capped or plugged by the Contractor so as not to allow air losses which could cause an erroneous test result. Manholes are to be plugged so they are isolated from the pipe and carrot be included in the test. All plugs used to close the sewer for the air test must be capable of resisting the internal pressures and must be securely braced. Place all air testing equipment above ground and allow no one to enter a manhole or trench where a plugged sewer is under pressure. Release all pressure before the plugs are removed. The testing equipment used must include a pressure relief device designed to relieve pressure in the sewer under test at 10 psi or less and must allow continuous monitoring of the test pressures in order to avoid excessive pressure. Use care to avoid the flooding of the air inlet by infiltrated ground water. (Inject the air at the upper plug if possible.) Use only qualified personnel to conduct the test. (2) Ground Water Since the presence of ground water will affect the test results, test holes shall be dug to the pipe zone at intervals of not more than 100 feet and the average height of ground water above the pipe (if any) shall be determined before starting the test. 510 Rev. 09130187 Page 33 Pipe (3) Test Procedure The Engineer may, at any time, require a calibration check of the instrumentation used. Use a pressure gauge having minimum divisions of 0.10 psi and an accuracy of 0.0625 psi. (One ounce per square inch.) All air used shall pass through a single control panel. Clean the sewer to be tested and remove all debris where Indicated. Wet the sewer prior to testing. The average back pressure of any groundwater shall be determined (0.433 psi) for each foot of average water depth (il any) above the sewer. Add air slowly to the section of sewer being tested until the internal air pressure is raised to 4.0 psig greater than the average back pressure of any ground water that may submerge the pipe. After the internal test pressure is reached, allow at least 2 minutes for the air temperature to stabilize, adding only the amount of air required to maintain pressure. After the temperature stabilization period, disconnect the air supply. Determine and record the time in seconds that is required for the internal air pressure to drop from 3.5 psig to 2.5 psig greater than the average back pressure of any ground water that may submerge the pipe. Compare the time recorded with the time required as follows: Pipe Size (Inches) 6 8 10 12 15 18 21 24 Time (Minutes) 3 4 5 6 7.5 9 10.5 12 Any drop in pressure, from 3.5 psig to 2.5 psig, in a time less than that required by the above table shall be cause tor rejection. When the line tested includes more than one size pipe, the minimum time shall be that given for the largest size pipe included. When lines are air tested, manholes are to be tested separately by exfiltration or infiltration. (27) Pressure Pipe Hydrostatic Testing After the pipe has been installed and backfilied and all service laterals, fire hydrants and other appurtenances in- stalled and connected, a pressure test, followed by a leakage test, will be conducted by the City. The City will furnish the pump and gauges for the tests. The Contractor will be present and shall fumish all necessary assistance for conducting the tests. The specified test pressures will be based on the elevation of the lowest point of the line or section under test. Before applying the specified test pressure, all air shall be expelled from the pipe. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks at such points. 510 Rev. 09130187 (a) Pressure Test The entire project or each valved section shall be tested, at a pressure of 200 psi for a sufficient period (ap- proximately 10 minutes) to discover all leaking or defective materials. Repairs shall be made by the Contractor to correct any leaking or defective materials. (b) Pressure Pipe Leakage Test A leakage test will follow the pressure test and be conducted on the entire project or each valved section. The leakage test shall be at 150 psi for at least 1 hour. (1) Allowable Leakage Leakage shall be defined as the quantity of water that must be supplied into any test section of pipe to maintain the specified leakage test pressure (see above, "Pressure Pipe Leakage Test") after the air in the pipeline has been expelled and the pipe has been tilled with water. The allowable leakage shall com- ply with AWWA C -600 which defines the allowable leakage as: SDP L 133,200 where L = Leakage in gallons per hour S = Length of pipe in feet D = Diameter (inside) of pipe in inches P = Pressure in pounds per square inch If such testing discloses leakage in excess of this specified allowable, the Contractor, at his expense, shall locate and correct all defects in the pipeline until the leakage is within the indicated allowance. Page 34 Pipe t . (28) Service Charges for Testing No charge wilt be made to the Contractor for the City's test equipment, inspection, etc., when the test resutts show that leakage is within the indicated allowable limits. For each test, either for leakage or for pressure, which tails to meet the indicated requirements, the City's flat charge of 550.00 for such tests will be charged to the Contractor and will be deducted from any funds due the Contractor. (29) Sterilization of Potable Water Lines The Contractor shall protect all piping materials from contamination during storage, handling and installation. Prior to disinfection, the pipeline interior shall be clean, dry and unobstructed. All dirt, debns, gasket lubricant, etc.. shall be washed from the line by swabbing with hypochtonte solution and /or flushing with clean water. The City, at its expense, will supply the test gauges and the concentrated disinfecting material and City personnel will supervise and direct the overall stenlization procedure. The Contractor, at his expense, shall provide all other equipment, supplies and the necessary labor to perform the sterilization under general supervision of the City. (a) Procedure and Dosage All valves shall be arranged to prevent the strong disinfecting dosage from flowing back into the existing water supply piping. The new pipeline shall then be completely Tilled with disinfecting solution by feeding the concen- trated chlonne and approved water from the existing system uniformly into the new piping in such proportions that every part of the line has minimum concentration of 50 parts per million (50 ppm or 50 mg/liter) available chlorine. Unless otherwise indicated, all quantities called for herein refer to measurements by the testing procedures in the current edition of "Standard Methods ". The chlorine concentration of each step in the sterilization proce- dure shall be verified by chlonne residual determinations. This disinfecting solution shall be retained in the piping for at least 24 hours and all valves, hydrants, etc., shall be operated to disinfect all their parts. After this retention period, the water shall contain no less than 25 parts per million chlonne throughout the treated sec- tion of the pipeline. This heavily chlonnated water shall then be carefully flushed from the line until the chlorine concentration is no higher than the residual generally prevailing in the existing distribution system or approximately one part per million. Proper planning and appropriate preparations to handle, dilute and dispose of this strong chlonne solu- tion without causing injury or damage to the public, the water system or the environment must be approved by the City before flushing of the line may begin and the flushing shall be witnessed by an authorized represen- tative of the City. (b) Bacteriological Testing After final flushing of the strong disinfecting solution, water samples from the line shall be tested for bac- tenological quality by the City and must be found free of coliform organisms before the pipeline may be placed in service. One test sample shall be drawn from the end of the main and additional samples collected at inter- vals of not more than 1000 feet along the pipeline. The Contractor, at his expense, shall install sufficient sampling taps at proper locations along the pipeline. Each sampling tap shall consist of a standard corporation cock installed in the line and extended with a copper tubing gooseneck assembly. Atter samples have been collected, the gooseneck assembly may be removed and retained for future use. Samples for bacteriological analysis shall be collected only from suitable sampling taps in sterile bottles treated with sodium thiosulfate. Samples shall not be drawn from hoses, fire hydrants, etc. The City, at its expense, will furnish the sterile sample bottles and may, at its discretion, collect the test samples with City personnel. If the initial disinfection fails to produce acceptable sample tests, the disinfection procedure shall be repeated (without extra compensation) until satisfactory test results have been obtained before the piping may be placed in service. (30) Cleanup and Restoration It shall be the Contractor's responsibility to keep the construction site neat, clean and orderly at all times. Cleanup shall be vigorous and continuous to minimize traffic hazards or obstructions along the streets and to drive- ways. Trenching, backfill and cleanup shall be coordinated as directed by the City. The Engineer shall regulate the amount of open ditch and may hall additional trenching if cleanup is not adequate to allow for orderly traffic flow and access. 510 Rev. 09/30187 Page 35 Pipe - 510.4 Measurement Pipe will be measured by the linear foot along the centerline of the pipe for the various sizes and classes of pipe in place, in accordance with these specifications, complete and accepted by the Engineer, including excavation and backfill, unless they are included in the bid as a pay item. Where wyes, branches or connections to existing pipe lines are involved, measurement of the new connecting pipe will be made from the intersection of its central axis with the outside surfaces of the,pipe Into which It connects. Where inlets, headwalls, catch basins, manholes, junction boxes or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. Any concrete seal or mat required shall be measured by the cubic yard of material placed, calculated by the minimum trench width specified times the depth of foundation or mat placed below the pipe bedding. 510.5 Payment Payment for pipe, measured as prescnbed above, will be made at the unit pnce bid per linear foot for the various sizes of pipe, of the materials and class Indicated, unless unstable material Is encountered or trench excavation and backfill is bid as a separate Item. The concrete seal, foundation rock or coarse aggregate shall be paid for at the unit price bid per cubic yard, which shall be full payment for all excavation and removal of unsuitable material and furnishing, placing and compacting the foundation rock, coarse aggregate or other approved material all complete in place. Excavation and backfill, when included as a separate pay item, will be measured by Pay Item No. 510E or F. Excavation and backlit!, when included as pipe installation will not be measured as such but shall be included in the unit pnce bid for constructing pipe and measured as pipe complete in place including excavation and backfill. As established in the bid, pipe including excavation and backlit' may be either (1) payment for any and all depths or (2) payment in 2 foot incremental depth. Payment for pipe excavation will be included in the Bid to be measured and paid by any of the methods of measurement and payment methods indicated above or may be measured as "Structural Excavation and Backfill" as indicated. Payment shall be lull compensation, in accordance with the pay items set in the bid, tor excavation, furnishing, hauling and placing pipe including lugs and all incidental and subsidiary materials and work; preparing, shaping, dewatenng and shoring of trenches; hauling, placing and preparing bedding; for connecting to new or existing systems or structures; for hauling, moving, placing and compacting backlit' materials and for all other incidentals necessary to complete the pipe installation as indicated. (1) Pipe 510 Rev. 09130187 Materials at the site shall be stored in a neat and orderly manner so as not to obstruct pedestrian or vehicular traffic. All damaged material shall be removed from the construction site immediately and disposed of in a proper manner. All surplus excavated materials become the property of the Contractor for disposal at his expense. After trenching, the Contractor shall immediately remove all excavated matenals unsuitable for or in excess of, backfill requirements. Immediately following the pipe laying work as it progresses, the Contractor shall backfill, grade and compact all excavations as provided elsewhere and shall immediately clean up and remove all unused soil, waste and debris and restore all surfaces and improvements to a condition equal or superior to that before construction began and to an appearance which complements the surroundings. The Contractor shall grade and dress the top 6 inches of earth surfaces with soil or other material similar and equal to the surrounding, fill and smooth any visible tracks or ruts, replace and re- establish all damaged or disturbed turf or other vegetation and otherwise make every effort to en- courage the return of the entire surface and all improvements to a pleasant appearance and useful condition appro- priate and complementary to the surroundings and equal or similar to that before construction began. When called for in the Bid, pipe shall be paid for at the unit contract price bid per linear foot for the size and type of pipe specified at the depth specified, complete in place. The bid price per linear toot shall include all cleanng, ex- cavation, bedding material, fittings, plugs, lugs, pipe coatings, connection to the existing system, disposal of surplus matenals, laying of pipe, backfilling and cleanup. Measurement for depth shall be from the existing ground surface or proposed street subgrade, whichever is less, over the centerline of the pipe. Measurement for length shall be the horizontal distance along the centerline of the pipe as surveyed by the Engineer. Payment will also represent com- pensation for removal and replacement of pavement, curb, drainage structures. driveways and any other improve- ments damaged during construction. Concrete blocking for supporting and reinforcing bends and thrust blocks shall be included in the cost for pipe. No separate payment will be made for welded joints or hamessed joints required for thrust restraint which are sched- uled or indicated. Page 36 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (2) Concrete Cradles and Seals When called for in the Bid, concrete seals or cradles shall be paid for at the unit contract price bid per linear loot for the size of pipe specified, complete in place. (3) Concrete Retards When called for in the Bid, Concrete Retards shall be paid under Item No. 593, "Concrete Retards ". (4) Boring, Jacking and Tunneling When called for in the Bid, boring, jacking and tunneling shall be paid under Item No. 501, "Jacking or Boring" or Item No. 502, "Tunneling ". (5) Wet Connections to Water Mains Wet connections shall be paid for at the unit price bid per each, complete in place, according to the size of the main that is in service and shall, be full compensation for all work required to make the connection and place the pipe in service. Cast iron fittings shall be paid for as a separate item. (6) Fittings Cast iron and ductile iron fittings of the class indicated, furnished in accordance with these specifications will be paid for at the unit price bid per ton, complete in place, according to ANSI A 21.10 (AWWA C -110) scheduled weights for mechanical joint fittings furnished, including glands, bolts and gaskets. Class to be as specified in the Contract. Steel cylinder concrete pipe fittings will not be paid for separately. The Contractor shall include these in his bid for pipe. (7) Concrete Trench Cap and Encasement Where the distance between the top of the concrete encasement and the top of the trench cap is less than 36 inches, the concrete cap and encasement will be poured as one unit and paid for under this bid Item at the contract price bid per linear foot. When the distance above is greater than 36 inches or when the trench cap is placed separately, the trench cap shall be paid for as a separate item, per linear foot, complete in place. (8) Cement— Stablilized Backfill Cement- stablllized backfill shall be paid for at the unit price bid per linear foot and shall be lull payment to the Con- tractor for fumishing and installing the required material, mixed, placed and cured complete in place. ( Concrete Encasement When called for in Bid, Concrete Encasement shall be paid under Item No. 505, "Concrete Encasement and Encase- ment Pipe. (10) Pressure Taps Pressure taps will be paid for at the unit price bid. complete in place, according to the size tap made and the size main lapped and shall be full payment for furnishing all necessary materials, making the tap, testing and placing the connection in service (11) Trench Safety Systems - When called for in Bid. Trench Safety Systems will be paid for at the unit contract price bid, complete in place as indicated and shall be lull payment for 1 urnishing necessary materials, installation of systems and removal when permitted. Payment, when included as a contract pay item, will be trade under one of the following: Pay Item No. 510-A: Pay Item No. 510-AW: Pay Item No. 510-E Pay Item Na 510-F: Pay Item No. 510-G: Pay Item No. 510 Pay Item Na 510-1: Pay Item No. 510•K: Pipe. Dia Pipe. Dia Foot Pipe Excavation. Pipe Trench Backlit'. Concrete Seal or Cradle. Concrete Trench Cap. Concrete Cap and Encas Cement Stabilized Backf tall depths). including Excavation and Backf ill — Per Linear Foot. to depths). including Excavation and Backfill — Per Linear Ft Width — Par Linear Foot Ft Width — Per Linear Foot. • Dia. Pipe — Per Linear Foot. Fl Width — Per Linear Foot. enu•nt. Dia. Pipe — Per Linear Foot. Dia. Pipe — Per Linear Foot 510 Rev. 09130/87 Page 37 Pipe - A "W" after the pay item indicates the use for water. A "WW" after the pay item indicates the use for wastewater. End Pay Item Na 510-M: Foundation Rock —Fbr Cubic Yard. Pay Item Na 510-0: Coarse Aggregate — Per Cubic Yard Pay Item Na 510•S: Trench Safety Systems —Far Linear Foot. Pay Item Na 510•T. Pressure Taps, Dia. x Dia. —For Each. Pay Item No. 510-V: Wet Connections, Dia. x Dia. — Per Each. Pay Item Na 510•X: Cast Iron or Ductile Iron Fittings —Per Ton. Ref: 102, 210, 403, 501, 505, 507, 593, 601, 604 510 Rev. 09/30/87 Page 38 Pipe Item No. 591 Riprap for Slope Protection 591.1 Description This item shall consist of excavation of all matenals encountered for placing riprap, disposal of excess matenal and backfilling around the completed riprap to the grade indicated. The work shall include all pumping and bailing, furnishing and placing riprap of rock or concrete in accordance with the details and to the dimensions indicated. 591.2 Materials (1) Rock 591 Rev. 09 /30187 Rock for riprap shall consist of field rock or rough, unhewn quarry rock as nearly uniform in section as is practicable. The rock shall be dense, resistant to the action of air and water and suitable in all respects for the purpose intended. (2) Broken Concrete The rock used for mortar riprap may consist of broken concrete removed under the contract or obtained from other approved sources. Broken concrete shall be as nearly uniform In section as practicable and of the sizes indicated below. (3) Concrete Cast in place concrete shall be Class A Concrete and shall conform to Item No. 403, "Concrete for Structures ". (4) Grout and Mortar Grout and mortar shall consist of 1 part Portland Cement and 3 parts sand, thoroughly mixed with water. Mortar shall have a consistency such that It can be easily handled anc( spread by trowel. Grout shall have a consistency such that it will flow into and completely fill all joints. (5) Reinforcement Reinforcement shall conform to Item No. 406, "Reinforcing Steel ". (6) Joints Premolded expansion joint material shall conform to Item No. 408, "Concrete Joint Material ". (7) Tie Backs and Anchors Galvanized tie backs and anchors shall be as indicated. . (8) Filter Fabric Filter Fabric shall conform to Item No. 620, "Filter Fabric ". 591.3 Construction Methods Prior to commencing this work, all erosion control and tree protection measures required shall be In place and utilities located and protected as set forth in "General Conditions of Agreement': Construction equipment shall not be operated within the drip line of trees unless indicated. Construction materials shall not be placed under the canopies of trees. No excavation or embank- ment shall be placed within the drip line of trees until tree wells are constructed. Spells and small stones used to fill open joints and voids in rock nprap shall be rocked and wedged to provide a tight fit. Unsuitable excavated matenals or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor and it shall become his sole responsibility to dispose of this material off the limits of the right of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to "General Conditions of Agreement" In all cases, a Blasting Permit must be obtained in advance from the appropnate City agency. 591.4 Riprap Unless otherwise indicated, all rocks used in these types of riprap shall weigh between 50 and 150 pounds each and at least 60 percent of the rocks shall weigh more than 100 pounds each. The rocks shall be placed in a single layer with close joints. The upright axis of the rocks shall make an angle of approximately 90 degrees with the embankment slope. The courses shall be Page 1 Riprap for Slope Protection placed from the bottom of the embankment upward, with the larger rocks being placed'on the lower courses. Open joints shall be filled with spells. Flocks of greater dimension than the required riprap thickness shall be embedded in the embankment to present a uniform finished top surface such that the variation between tops of adjacent rocks shall not exceed 3 inches. Rocks that project more than the allowable amount in the finished work shall be replaced, embedded deeper or chipped. Dry Riprap may have a toe wall of concrete with dimensions and reinforcement indicated. 591.5 Mortared Rock Riprap Rock for this purpose, as far as practicable, shall be selected as to size and shape in order to secure fairly large, flat - surfaced rock which may be laid with a true and even surface and a minimum of voids. Fifty percent of the mass rock shall be broad flat rocks, weighing between 100 and 150 pounds each, placed with the flat surface uppermost and parallel to the slope. The largest rock shall be placed near the base of the slope. The spaces between the larger rocks shall be tilled with rocks of suitable size, leaving the surface smooth, reasonably tight and conforming to the contour required. In general, the rocks shall be placed with a degree of care that will insure for plane surfaces a minimum of variation from the true plane of not more than 3 inches in 4 feet. Warped and curved surfaces shall have the same general degree of accuracy as indicated for plane surfaces. Before placing mortar, the rocks shall be wetted thoroughly and as each of the larger rocks is placed, it shall be surrounded by fresh mortar and adjacent rocks shall be shoved into contact. After the larger rocks are in place, all of the spaces or opening(s) between them shall be filled with mortar and the smaller rocks then placed by shoving them into position, forcing excess mortar to the surface and insuring that each rock is carefully and firmly embedded laterally. After the work has been completed as described above, all excess mortar forced up shall be spread uniformly to completely fill all surface voids. All surface joints then shall be pointed up roughly, either with flush joints or with shallow. smooth raked joints. 591.5 Concrete Riprap Concrete for rlprap shall be placed as indicated or as established by the Engineer. Unless otherwise indicated, concrete riprap shall be reinforced using wire or bar reinforcement. Concrete shall be Class A or as indicated and shall conform to Item No. 403, "Concrete for Structures ". When welded wire reinforcement is indicated, it shall be a minimum of 6 x 6 W1.4 x W1.4 with a minimum lap of 6 inches at all splices. At the edge of the rlprap, the wire fabric shall not be less than 1 inch nor more than 3 inches from the edge of the concrete and shall have no wires projecting beyond the last member parallel to the edge of the concrete. When bar reinforcement is used, the sectional area of steel in each direction shall not be less than the sectional area of the wire fabric described above. The spacing of bar reinforcement shall not exceed 18 inches in each direction and the distance from the edge of concrete to the first parallel bar shall not exceed 6 Inches. Reinforcement shall be supported properly throughout the placement to maintain its position approximately equidistant from the top and bottom surface of the slab. Unless otherwise indicated, expansion joints of the size and type indicated shall be provided at intervals not to exceed 40 feet and shall extend the full width and depth of the concrete. Marked joints shall be made 3 /8 inch deep at 10 foot intervals. All joints shall be perpendicular and at right angles to the forms unless otherwise indicated. Slopes and bottom of the trench for toe walls shall be compacted and the entire area sprinkled before the concrete is placed. After the concrete has been placed. consolidated and shaped to conform to the dimensions indicated and set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. Immediately following the finishing operation, the riprap shall be cured conforming to Item No. 410, "Concrete Structures ". 591.7 Pneumatically Placed Concrete Riprap, Type I and Type II Pneumatically placed concrete for nprap shall be placed as Indicated or as established by the Engineer. Pneumatically placed concrete shall conform to Item No. 404, "Pneumatically Placed Concrete ". Reinforcement shall conform to the details indicated and Item No. 406, "Reinforcing Steel'. Reinforcement shall be supported properly throughout placement of concrete. All sub - grade surfaces shall be moist when concrete is placed. The surface shall be given a wood float finish or a gun finish as indicated. The strength and design of Pneumatically Placed Concrete Riprap shall be Type I or if indicated. Type II conforming to Item No. 404, "Pneumatically Placed Concrete ". Immediately following the finishing operation, the riprap shall be cured conforming to Item No. 410, "Concrete Structures". 591 Rev. 09130187 Page 2 Riprap for Slope Protection 591.8 Measurement - Measurement of acceptable nprap will be made on the basis of the area in square yards indicated, complete in place or the volume of concrete placed in cubic yards, complete in place as indicated for the thickness specified. Concrete toe walls will not be measured separately but shall be subsidiary to the riprap of the type with which it is placed. 591.9 Payment The riprap quantities, measured as provided above, will be paid for at the unit prices bid per square foot or per cubic yard as indicated for riprap of the venous classifications shown, which price will be full compensation for furnishing, hauling and placing all materials, including toe walls, reinforcement and premolded expansion Joint material and for all labor, tools, equipment and incidentals necessary to complete the work. Payment for excavation of toe wall trenches and for all necessary excavation below natural ground or bottom of excavated chan- nel will be included in the unit price bid for riprap. Payment for excavation required for shaping of slopes for riprap shall be included in the unit price bid for riprap, except that when the header banks upon which the riprap is to be placed are built by prior contract excavation for shaping of slopes, will be paid far conforming to Item No. 401. "Structural Excavation and BackflII ". Payment will be made under one of the following: Pay Item No.- 591.A. Dry Rlprap —Per Square Yard. Pay Item No. 591•D: Mortared Rock Rlprap — Per Square Yard. Pay Item No. 591 -F: Concrete Riprap, _ In — Fer Square Yard. Pay Item No. 591.6: Concrete Riprap — Per Cubic Yard. - Pay Item No. 591.P: Pneumatically Placed Concrete Riprap_ In. — Per Square Yard. End Ref: 401, 403, 404, 406, 408, 410, 620 591 Rev. 09/30187 Page 3 Riprap for Slope Protection 601.1 Description 601.2 Construction Methods Item No. 601 Salvaging and Placing Topsoil This item shall consist of removing and salvaging clean, triable topsoil consisting of loam, sandy loam or clay loam free of roots and rocks larger than 2 inches and debris and placing where indicated. The existing topsoil shall be removed from the area indicated, stockpiled in a windrow along the right of way or at designated locations or spread over an area that is ready for topsoil application in accordance with the plans or as directed by the Engineer Trash, wood, brush, stumps, rocks over 2 inches in size and other objectionable material encountered shall be removed and disposed of as directed by the Engineer prior to beginning of work required by this item. Grass and other herbaceous plant materials may remain. Large clumps shall be broken up. After the grading has been completed to the required alignment, grades and cross - sections and prior to the spreading of the salvaged topsoil, any clay or tight soil surfaces shall be scanfied by plowing furrows approximately 4 inches deep along horizon- tal slope lines at 2 foot vertical intervals. The spreading of the salvaged topsoil shall be undertaken as soon as the grading has been completed. The topsoil shall be spread so as to form a cover of uniform thickness indicated. After the topsoil has been - placed and shaped, it shall be sprinkled and rolled to provide a suitable seed bed. 601.3 Measurement and Payment Salvaging and/or placing topsoil shall not be measured for payment, but shall be subsidiary to Item 110C. Item 111C, Item 132A, and Item 132B. End Page 1 04/17/86 601 Item No. 635 Perimeter Dike 635.1 Description This item shall consist of a temporary ridge of compacted soil located along the perimeter of the site or disturbed area The purpose of a perimeter dike is to prevent offsite storm runoff from entering the disturbed area and to prevent sediment -laden storm runoff from leaving the construction site or disturbed area 635.2 Materials (1) Riprap Riprap for stabilization shall conform to Dry Riprap, Item No 591, "Riprap for Slope Protection" (2) Seeding Seeding shall conform to Item No. 604. "Seeding for Erosion Control ". 635.3 Construction Methods All trees, brush, stumps, obstructions and other objectionable material shall be removed and disposed of so as not to interfere with the excavation and construction of the dike as indicated. The dike shall not drain onto the public right of way. All perimeter dikes shall be machine compacted to the extent necessary to provide not less than 95 percent density conforming to SDHPT Test Method Tex -114 -E and shall have positive drainage to an outlet. Diverted runoff from a protected or stabilized upland area shall flow directly onto an undisturbed stabilized area or into a level spreader or grade stabilization structure Di- verted runoff from a disturbed or exposed upland area shall be conveyed to a sediment trapping device such as sediment trap, a sediment basin or to an area protected by any of these practices Unless otherwise indicated, stabilization shall conform to Item No. 591, "Riprap for Slope Protection" and /or Item No 626, "Grass - Lined Swale ". Riprap, when used, shall be placed in a uni- form layer embedded into the soil. The structure shall be inspected monthly and after each rainfall. Repairs shall be made by the Contractor, as needed, throughout the duration of this contract or until the Engineer gives wntten permission to remove the structure. 635.4 Measurement Acceptable work performed as prescnbed by this item will be measured by the linear foot along the center line of the 2 loot minimum top width. 635.5 Payment Work performed and material furnished for this item will be paid for at the unit price bid per linear foot. Payment will be made under: Pay Item No. 635: Perimeter Dike — Per Linear Foot. End Page 1 04 17 86 635 639,3 Materials 639.1 Description This item shall consist of a temporary berm constructed of open graded rock installed at the toe of a slope on the perimeter of a developing area. The purpose of a rock berm is to Intercept sediment laden water from unprotected areas, retain the sediment and release the water in sheet flow. This item shall include removal of the "Rock Berm" and revegetation of the area. 639.2 Design Criteria A rock berm is constructed near the perimeter of a disturbed site within the developing area. A detailed design is not required for the installation of a rock berm; however, the following critena shall be observed: Item No. 639 Rock Berm Drainage area — less than 5 acres. Height —18 inches minimum height, measured vertically from the top of the existing ground at the upslope toe to the top of the berm. Top width — 2 feet minimum. Side slopes — 2:1 or flatter. Grade — Berms will be built along a contour at 0 percent grade or as near possible. Surplus rock excavated from utility trenches or from other excavations may be used for construction of these berms. In general, stones shall be sound with a minimum of 3 inches in smallest dimension and shall weigh between 10 and 30 pounds each. Seeding for revegetation shall conform to Item No. 604, "Seeding for Erosion Control ". Use only open - graded rock, with most of the fines removed. 639.4 Construction Methods All trees, brush, stumps, oblectional material shall be removed and disposed of so as not to interfere with the construction of the berm. A trench shall be excavated to place the rock as indicated. The rocks shall be placed in layers with close joints starting at the base. Open joints shall be filled with spalls as required to stabilize the berm. The rock berm shall be inspected after each rain and the stone shall be replaced when the structure ceases to function as intended due to silt accumulation among the rocks, washout, construction traffic damage, etc. When the site is completely stabilized, the berm will be removed and disposed of in an approved manner. The area will be revegetated as required by Item No. 604, "Seeding for Erosion Control ". The area upstream from the rock berm shall be maintained in a condition which will allow sediment to be removed following the runoff of a rainfall event. Inspection, after each rainfall of 1 inch or more, will be made by the Contractor, and when the silt reaches a depth equal to Vs the height of the berm or 1 foot, whichever is less, the Contractor will remove the accumulated silt and dispose of it at an approved site in a manner that will not contribute to additional siltation. The berm will be reshaped as needed during construction. The rock berm shall be left in place until all upstream areas are stabilized and then removed and the area revegetated. 639.5 Measurement Acceptable work performed and prescribed in this item will be measured by the linear foot along the centerline of top of berm. 639.6 Payment Work performed and material furnished to construct this item will be paid for at the unit price bid per linear foot. This work shall also include seeding, Inspection, silt removal, rock replacement, removal of rock berm and reseeding. Payment will be made under: Pay Item No. 639: Rock Berm — Per Linear Foot. End Page 1 04/17/86 639 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 643.1 Description This item shall consist of a temporary crushed stone dike installed in conjunction with and as part of a diversion dike. interceptor dike or perimeter swale The purpose of this stone outlet structure is to provide a protected outlet for a diversion dike. Interceptor dike or perimeter dike to provide for diffusion of concentrated flow and to allow the area behind the dike to dewater. This item shall include removal of the 'Stone Outlet Structure" and revegetation of the area 643.2 Materials (1) Stone The stone used in construction of this stone outlet dike shall be crushed stone at least 3 inches in diameter but not over i:s cubic toot in volume. (2) Seeding Seeding for revegetation shall conform to Item No 604. "Seeding for Erosion Control" 643.3 Construction Methods Item No. 643 Stone Outlet Structure On the area over which the Stone Outlet Structure is to be placed, all clearing, grubbing and excavation operations shall be completed before placing the Stone Outlet Structure The Stone Outlet Structure foundation shall be compacted to the extent necessary to provide not less than 90 percent of the density as determined in accordance with SDHPT Test Method Tex - 114 -E. The stone shall be placed. spread and shaped to the grades indicated All disturbed areas shall be graded and compacted to 85 percent of the maximum density and seeded. The stone outlet structure shall be inspected by the Contractor monthly and alter each rainfall and stone shall be replaced when the structure ceases to function as intended due to silt accumulation among the stone, washout, construction traffic damage. etc When indicated, the Stone Outlet Structure shall be removed when directed by the Engineer and the area leveled off and pro- tected by erosion control measures appropriate for the terrains. Stabilization shall consist of complete vegetation cover, suffi- ciently established to be erosion resistant. 643.4 Measurement Acceptable work performed as prescribed by this item shall be measured by the cubic foot of the outlet. 643.5 Payment Work performed and material furnished for this item will be paid for at the unit price bid per cubic foot. Aggregate will not be a separate pay item. but will be included in this cost Payment will be made under: Pay Item No. 643: Stone Outlet Structure — Per 1 1 nea r f Dot . End Page 1 04 17 86 643 670.1 DESCRIPTION This item shall consist of a temporary barrier constructed with hay bales installed across or at the toe of a slope. The purpose of a hay bale dike is to intercept and detain small amounts of sediment from unprotected areas of limited extent. 670.2 CONSTRUCTION METHODS Bales shall be placed in a row with ends tightly abutting the adjacent bales. Each bale shall be embedded in the soil a minimum of four inches, where possible, and securely anchored in place by stakes or re -bars driven through the bales. The first stake in each bale shall be angled toward previously laid bale to force bales together. Inspection of bales shall be frequent, and repair or replacement shall be made promptly as needed by Contractor. Bales shall be removed when they have served their usefulness so as not to block or impede storm flow or drainage. 670.3 MEASUREMENT Acceptable work performed as prescribed by this item shall be measured by the linear foot along the center line of the dike. 670.4 PAYMENT Work performed and materials furnished for this item will be paid for at the unit price bid per linear foot. Payment will be made under: End. Pay Item No. 670: Hay Bale Dike -- per linear foot. Item No. 670 Hay Bale Dike Page 1 670 1 1 1 1 1 1 1 1 1 1 1 1 . 1 1 1 1 Item No. 803 Barricades, Signs and Traffic Handling 803.1 Description This item shall consist of providing, installing, moving, replacing, maintaining, cleaning and removing temporary or permanent street closure barricades, signs or other devices required to handle the traffic in conformance with the current edition of the Texas Manual of Uniform Traffic Control Devices for Street and Highways and as indicated or directed by the Engineer. Construction Detours, if required, shall conform to Item No. 801, "Construction Detours ". Capital Improvement Project signs shall conform to Item No. 802, "Capital Improvement Project Signs ". 803.2 Materials All materials used in barricades, signs and traffic handling shall conform to the following: (1) Signs Sign Plates — .080 in thickness alodine finished Federal Specification 6061 — T6 aluminum Sign Posts — 1.25 ounce /square foot hot dipped galvanized welded steel tubing ASTM A 513, O.D. 2.375 inches, wall thickness .065 inch, 1.60 pounds per toot. Hardware — Aluminum alloy ASTM A 444 sign hardware for clamp casting or stainless steel with galvanized or electroplated cold rolled steel U bolts, bolts, washers and nuts. (2) Sign Plate Message and Size Sign Designation Size OM — 4R 18 inch x 18 inch W14 -1 30 inch x 30 inch (3) Lumber Rails shall be new unweathered S4S grade #2 fir or yellow pine, 01 the size indicated. Posts, of the size indicated, shall be pressure treated with pentachlorophenol. (4) Concrete Concrete shall be Class A Concrete conforming to Item No. 403, "Concrete for Structures ". (5) Retro-Refiective Sheeting Red and white strips shall conform to Table I CIE Chromaticity Coordinates, ASTM Designation 0 523, ASTM 397, SDHPT Test Method Tex.842 -B, ASTM D- 98748 %, Atlas Twin ARC Weathering ASTM E 4269, Type E conforming to ASTM D 82260X which requires the ASTM E 42 Type E Atlas XW data L -23008 dated January 7, 1970. (6) Paint Exterior 011 base paint, colors as indicated. 803.3 Construction Methods Pnor to commencing construction, suitable "Barricades, Signs and Traffic Handling" devices shall be installed to protect the workers and the public. The Contractor shall be responsible for installing ad markers, signs and barricades conforming to the Manual on Uniform Traffic Control Devices andlor as indicated. if, in the opinion of the Engineer, additional markers, signs or barricades are needed in the interest of safety, the Contractor will install such as are required or as directed by the Engineer. 803.4 Maintenance It shall be the Contractor's responsibility to maintain, clean, move and replace if necessary, barricades, signs and traffic handling devices during the time required for construction of the project. Permanent barncades shall be constructed as required after the completion of the street by drilling holes to place the posts and concrete foundations. Foundation concrete shall be cured before the rails are attached. When no longer needed all temporary Barricades, Signs and Traffic Handling Devices shall be removed and the area restored to its original condition or as directed by the Engineer. 803 Rev. 09130(87 Page 1 Barricades, Signs and Traffic Handling 803.5 Measurement The work performed and the matenals furnished by this item as indicated, except for barricades, will not be measured for pay- ment but will be considered subsidiary to the work or to Item No. 801, "Construction Detours ". Barricades shall be measured as each complete barricade constructed and placed as indicated. Any temporary barricades fur- nished shall not be measured for payment and shall be considered subsidiary to the work or to Item No. 801. "Construction Detours" 803.6 Payment The work performed and material fumished as prescribed by this item will be paid for at the unit price bid for "Barricades" per each complete barricade. Payment will be made under: Pay Item No. 803: Barricades — FFr Each. Pay Item No. 803•L• Barricades— Lump Sum. End 803 Rev. 09130187 Page 2 Barricades, Signs and Traffic Handling 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 900.1 DESCRIPTION This item shall consist of the restoration, complete in place, to City standards of all improvements damaged during construction of this project which are not included as a separate contract pay item. 900.2 MATERIALS AND CONSTRUCTION METHODS The applicable items contained within this manual and the City of Austin Standard Specifications as adopted and amended by the City of Round Rock shall govern improvements to be restored. 900.3 MEASUREMENT AND PAYMENT Item No. 900 Restoration Restoration, complete in place, of improvements, which are not included as a separate contract pay item, damaged during construction of this project shall be considered subsidiary to the contract and no measurement for additional payment shall be made. End. Page 1 900