Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-91-1579 - 3/11/1991
CITY OF ROUND ROCK PUBLIC WORKS PROJECT 1991 WATFIF PLANT MODIFICATIONS SPECIFICATIONS AND CONTRACT DOCUMENTS 15 '79/ CITY OF ROUND ROCK PUBLIC WORKS PROJECT 1991 WATER PLANT MODIFICATIONS SPECIFICATIONS AND CONTRACT DOCUMENTS et, Section Description A. B. C. D. E. F. G. H. TABLE OF CONTENTS Notice to Bidders Instructions to Bidders Proposal and Proposal Bidding Sheets Agreement Performance and Payment Bond Certificate of Insurance General Conditions of the Agreements Special Conditions of the Agreements Technical Specifications NOTICE TO BIDDERS Sealed proposal addressed to the City ' e ` reLaly. City of Round Ruul:, 221 East Main Streot, Round Rock.Texas 78EE4. for furnishing all labor. materials and equipment and puifurming ell wurk required for the project titled i72i WATER PLANT MODIF16ATICNS will be received until February _O, 1991 at 1O:0) A.M. then publicly upenud and read aloud in the City Council Chambers at the sane address. Bid en,,e'ioFes shcUid state date and time of bid and "1991 'WATER PLANT MODIFICATIONS ". This plojeut involves. in- general, removing existing sludge lagoon pumps end installing two (2) larger capa.lity pumps and installing two slide gates. Any bids received atter scheduled bid opening time will be recur i_'d unopened. Bids must be submitted or. Cit.' or Round auor proposal Perms and muse Ll ..__om.•a':_ad by an a■- ept L:u 3e'Ur_i/ as outir::ed in the Bidders, Pa /aL:r to the City uf Round Rock, Texas, equal to live percent (5%. or the total bid amount. Flans Floposai Forms, Speciiicatlons .,nd ins*_.uctior,s to Biddors may be obtain , d rrum the Departme.lt or .uL11 _ Works, 300 South Blair. rc. .emu 3oc'., Texas beginning Feu_u:,: 11. 1921 le_ a .:f J1 i , tj ., ! 'iU 2,lk • r i g l ._ _r el. bids w_._ a.i• .n: ulrn .,iiLi _ �... i:l eg,lal ___s in Ire bids reueiveu. The s'JLLossiu. bidder wri i ue to exeuutu tiro scandald contract prepared by the 1 aou :u Rock, and to furnish pei rormanc,: sm_I pavmcilt o':.11._ az : bed iii 'Cho bid ..._Ufil,nts. Pub. Date :: Austil, American Statesmen Fe_•: eat, :j, 1J91 _:r:.a. i ', 1991 a,unu February 11, 1991 February 18, 1991 1 l t y INSTRUCTIONS TO BIDDERS L Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal 2. Should the bidder find discrepancies in, or omissions from, the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the City of Round Rock and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders. Bids received after closing time will be returned unopened. 4. Rids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5%) of the total maximum hid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal Proposals submitted without check or bid bonds will not be considered. (See items 11 & 12.) 7. All bid recurities will be returned to the respective bidders within twenty -five (25) days after hirlc are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including sacurity of the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. instruct/2 BD-1 9. In case of ambiguity or lack of clarity in the statement of prices in the bias, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such hid or other bids. 10 Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100 %) of the total contract price. Provided however, if the contract price is less than $50,000.00, the bidder shall have the option of providing a letter of credit in lieu of a performance bond, said letter of credit in a form acceptable to the City of Round Rock. Said performance bond, or letter of credit, if applicable, and payment bond shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement may be waived by the City of Round Rock. Payment will be made following completion of the work. 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, shall be just cause for the annulment of the award. In cases of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. instruct/2 BD-2 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and/or material furnished. 17. No Texas sales tax shall be included in the prices hid for work under this contract This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Exc -iee and Use Tax Act. The contractor performing this contract may purchases, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95 Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0.09 as amended to be effective July ], 1979. 18. No conditional hidg will be accepted. 19. In e lectying the lowest responsible bidder, consideration of the Contractor's competency shall be evaluated by the information submitted on the sheet titled 'INFORMATION REQUIRED OF BIDDERS ". (Number 15 on this form is optionaL) All bid submissions shall contain this completed form. instruct/2 BD-3 PROPOSAL AND PROPOSAL BIDDING SHEETS PROPOSAL TO CITY COUNCIL OF THE CITY OF ROUND ROCK FOR THE Water Plant Modifications: Pump Installation The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that his proposal is made without collusion with any other person, firm or corporation; that ho has carefully examined the form of contract, Notice to Contractors inviting bids, conditions or classes of materials of the proposed work; and agrees that he will provide all the necessary labor, machinery tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specification in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within ten (10) days after written Notice to Proceed has been given. ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the plans, specifications, and contract documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in 60 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities of technicalities in any proposal in the interest of the Owner, except as specifically limited by the terms of the Contract Documents or applicable Laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following addenda: Addendum No. Dated g1De1— fr- 4tk.i7 page 2 of 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL BIDDING SHEET JOB NAME: Water Plant Modifications: Pump Installation JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas Gentlemen: Pursuant to the foregoing Notice to contractor and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water Plant Modifications: Pump Installation and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID Bid Item Description Unit Item Qtv. Unit and Written Unit Price Price Amt. 1. 254 L.F. 8" Backwash return line, Ductile Iron or PVC including pipe, trench, backfill and compaction . complete in place, all depths per linear foot. for filo Y 5001.1 Dollars and fWIY Cents. $ 1'1.50 $11 page 3 of a 1 1 1 1 Bid Item Description Unit Item Qty Unit and Written Unit Price Price Amt I 2. 87 L.F Sawcut Concrete: Including in- general, removing old concrete placing new concrete and all related items as called for in the I plans and specifications for If . fY Dollars 1 and VW11' Cents. $50 SO $ x5 13.50 I 2A. 1 L.S. Pump Removal and Installation: I Including, in- general, the removal of existing, pumps and installation of two new 400 GPM 0 centrifugal pumps complete with'all controls, wiring, II piping, valves and pump enclosure per Lump Sum Bid of W(141Y 1WO . 11%Oi t II '1W. .t1 I?.F -P Dollars and rib Cents. $ZZ $ ZZI i 0 O.00 1 1 3. 1 L.S. Slide Gate Installation: Including, in general, the installation of two (2) slide gates, gasket and handwheel assembly complete in place as called for.in Plans and Specifications. for9W. T1 Dollars 11 and gel Cents. $ 4 1 0 00 . 00 $ (o� feRiY Font - 10011“417 5J t NvNpaza BID TOTAL FlFjYj Dol lars and FIFTY' $ g4 ,1e 8.$D 1 page 4 of 5 If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the instructions to Bidders and commence work within ten (10) days after written Notice of Proceed. The undersigned further agrees to complete the work in full within 60 calendar days after the date of the written Notice to Proceed The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as _ correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, Larry W. ek President Title For: JEZEK CONSTRUCTION CO., INC. Name of Firm February 28, 1991 Date: proposal /spec]. JEZEK CONSTRUCTION CO., INC. P.O. Box 2005 Address Round Rock, Texas 78680 Telephone 512 388 -275 pace 5 of 5' 5 �a is a Corporation Secretary, if Cont�ctoj J�9� 1 1 1 1 1 I (3) Phone Number 517 388 - 2755 (4) Type of Firm: ( ) individual, ( ) Partnership, (xx) Corpora (5) Corporation organized under the laws of the State of Texas (6) List the names and addresses of all management members of the firm' I or names and titles of all officers of the corporation. Larry W. Jezek, Pres /Treas P.O. Box 2005, Round Rock, Texas 78680 1 1 1 1 1 '1 1 1 (1) Name JEZEK CONSTRUCTION CO., INC. (2) Address P.O. Box 2005, Round Rock, Texas 78680 (7) Number of years experience 18 (8) List at least three (3) projects completed of a similar nature: Contract Amount Date Name, Address & $ Engineer Completed ' Telephone of ,Owner a. Lesa L. Jezek, VP /Sec (SEE ATTACHED SHEETS) b. c. INFORMATION REQUIRED OF BIDDER Same (9) List the name and address of each subcontractor who will perform work in excess of one (1%) percent of the total bid price and ' indicate what part of the work will be done by each subcontractor: I!• Name Address Work to be Performed I (10) Payment of taxes, in the State of Texas Yes xx No 1 (11) List current contracts on hand: Projected Description ' Contract Amount Completion Date of Work (SEE ATTACHED SHEETS) 1 1 Water and Wastewater Treatment (12) Mayor type of work performed by your company: Facilities, Pump Stations, etc. (13) Have you defaulted on any contract? Yes No m< If yes, please describe: 1 i (14) Major bank reference: NCNB Texas, Temple Texas, I (15) Attach a notarized financial statement of the most recently completed fiscal year and any other information and references sufficiently comprehensive to permit an appraisal of your current 1 financial conditions. Page 2 of 2 1. JEZEK CONSTRUCTION CO., INC. P.O. B0H 2885 Round Rock, TeHas 78688 Project: LISTING OF COMPLETED AND CURRENT PROJECTS TeHas Dept. of MHMR Seuer Bar Screens and Uaults Austin State School Owner/ Conpletion Engineer: Contract Amount: Percent Conplete: Date: TeHas Dept. of 8888 $59,405.55 188.882 18/18/89 P.O. BoH 12668 Austin, TeHas 78711 Attn: Mr. Joe Sperry 512 465 -4568 Trauls Co. WCIO Ho. 18 Travis Co. WCID Ho. 18 Backflou Preuenters, 5525 Bee Caves Rd., Bldg. M Meters and Uaults Austin, TeHas 78746 Austin, TeHas Attn: Mr. Paul Wakefield Dannenbaun Engineering Corp. 8627 H. Mopac, Suite 388 Austin, TeHas 78759 Attn: Tin Hunter, P. E. 512 345 -6585 Village of Briarcliff Village of Briarcliff Water Plant Inprouenents Ho. 1 Briarcliff Briarcliff, TeHas Spiceuood, TeHas 78669 512 264 -1391 Hada Engineering 3415 Greystone Dr. Suite 283 Austin, TeHas 78731 Attn: Larry Hada, P.E. 512 556 -8994 Canp Swift Septic Adjutant General's Department Renouatlon, Installation Contracting Deptartnent of Concrete Septic Tanks, P.O. BOH 5218 Punps and Controls Austin, TeHas 78763 Flsher,Hagood Hanllton &He I 381 Hester's Crossing Suite 118 Round Rock, TeHas 78681 Attn: Terry Ha9ood, P.E. 512 244 -1546 $29,158.88 $20,438.88 $31,737.88 188.882 18/19/89 188.882 18/28/89 188.882 12/11/89 Project: On Site Uasteuater Treatment Facility Bustin, TeHas JEZEK COHSTRUCTIOH CO., INC. LISTING OF COMPLETED AND CURRENT PROJECTS Round Rock Meter/ Pump Repair Building Round Rock. TeHas Deerhaven Tank Pumping Inprouenents Schertz, TeHas Round Rock Solenoid Value and Vault Installation Round Rock, Tetras Trawls Co. HC &ID Ho. 17 Chlorine /Ammonia Feed Systems Austin, TeHas Trauls Co. HC &ID Ho. 17 Marshall Ford Pump Sta. Owner/ Engineer: City of Round Rock 221 East Main St. Round Rock, TeHas 78664 Rttn: Steve Miller, P.E. 512 255 -3612 City of Schertz 1400 Schertz Parkuay Schertz, TeHas 78154 Ford Engineering, Inc. 11980 Crounpolnt, Suite 188 San Antonio, TeHas 78233 Attn: Paul Denham, P.E. 512 598 -4777 City of Round Rock 221 East Main St. Round Rock, TeHas 78664 Attn: Steve Miller, P.E. 512 255 -3612 Trawls Co. UC &ID Ho. 17 River City Engineering 2828 E. St. Elno Rd.,* 125 Austin, TeHas 78744 Attn: Pat Lackey, P.E. 512 442 -3880 Adjutant General's Department P.O. Sou 5218 Bustin, TeHas 70763 Attn: Clifford Hall, P.E. 512 465 -5871 Travis Co. UC &ID Ho. 17 River City Engineering 2028 E. St. Elmo Rd.,* 125 Bustin, TeHas 78744 Rttn: Pat Lackey, P.E. 512 442 -3888 Contract Amount: $57,894.88 $33,728.08 57,788.88 $29,774.88 $58,300.88 527,600.88 Percent Conplete: 188.882 108.882 188.802 188.882 98.082 8.082 Completion Date: 81/24/98 83/27/90 08/89/90 09/87/98 02/28/91 Estivate 03/81/91 Estimate Current Assets Cash $ 24,777 Certificates of deposit 30,000 Accounts receivable - trade 16,348 - retainage 3,245 Note receivable - current portion 22.050 Total Current Assets 96,420 Property and Equipment Autos and trucks $ 12,536 Machinery and equipment 3,617 Furniture and fixtures 5.962 22,115 Less - accumulated depreciation (6.832) Total Property and Equipment, net Other Assets Note receivable Deposit Total Assets JEZEK CONSTRUCTION CO., INC. BALANCE SHEET December 31, 1990 ASSETS. LIABILITIES Current Liabilities Short -term debt $ 1,508 Current portion of long -term debt 2,056 Accounts payable - trade 16,398 - retainage 1,924 Billings. in excess of costs and estimated earnings on uncompleted contracts 2.966 Total Current Liabilities 24,852 Long -Term Debt 35.578 Total Liabilities 60,430 STOCKHOLDERS' EQUITY Common stock - $ 1 par - 1,000,000 shares authorized, 50,000 shares issued and outstanding $ 50,000 Retained earnings Total Stockholders' Equity Total Liabilities and Stockholders' Equity 4.850 See accountants' review report. The accompanying -notes are an integral part of the financial statements. . 15,283 3,427 150 $ 115,280 54.850 $ 115,280 AGREEMENT THE STATE OF TEXAS COUNTY OF WILLIAMSON That this Agreement made a d entered into this i� day of UpA -CL A.D., 19 II by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party hereinafter termed the Owner, and ft Z6 C�q4 S77€tI ?ON L zNL of the City of ,POIIIUD Ck, County of WILUAnlSc. , State of 7 , Second Party, hereinafter termed contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the First Party to commence and complete the construction of certain improvements at the prices sot forth in the Contractor's Proposal dated for curtain improvements described as follows: "page 1 of 3" AGREEMENT KNOW ALL MEN BY THESE PRESENT Water Plant Modifications: Pump Installation Thu Contractor shall perform all work shown on the Plans and described in the Specification and shall meet all requirements of this agreement, the General and Special Conditions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within ten (10) consecutive calendar days after the data written notice to do so shall have been given to him and shall cause work to progress in manner satisfactory to the Owner. Such work shall be completed in full by The Owner agrees to pay the contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deductions, all as provided in the General Conditions of the Agreement. The following documents together with this Agreement, comprise the contract, and they are as fully a part thereof as if herein repeated in full: The Notice to Bidders The Instructions to Bidders The Proposal and Bidding Sheets The performance & Payment Bonds The Certificate of Insurance The General Conditions of Agreements The Special Conditions of Agreements The Technical Specifications The Special Provisions Addenda Change Orders The plans IN WITNESS WHEREOF, the parties to these present have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK. TEXAS Party of the First Part (OWNER) BY: Mayor Mike Robinson Corporate Seal "page 2 of 2" Party of the Second Part (CONTRACTOR) BY ( 414 4 )- 3 ?4 " ATTEST: / 7 ) kiteLcz, (T a following to be executed if the Contractor is a Corporation). I, )4A L. iJ g- , certify that I am the Secretarx of the Corporation named as Contractor herein: that(LTL'r W. lit1l'- , who signed this Contract on behalf of the Contractor was then 1ee5J04i4T (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is with the scope of its corporate powers. BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE as PRINCIPAL and as SURETY, and held and firmly bound unto the hereinafter referred to as the "OWNER ", in the penal sum of five percent (5%) of the total amount of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ The CONDITIONS OF THIS OBLIGATION ARE SUCH, That Whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF for which bids are to be opened at the office of the OWNER on _ , 1990. NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the town bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. day of , 1990. Principal: In WITNESS WHEREOF, we have hereunto set our hands and seals this Surety: By: By: (Seal) (Seal) In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1990. Principal: Surety: By: By: (Seal) (Seal) 1 IIIOO4i.ISi.,..: AMWEST SURETY INSURANCE COMPAf1 CONTRACT PRICE ISSUED IN FIVE COUNTERPARTS STATUTORY PERFORMANCE BOND - TEXAS KNOW ALL MEN BY THESE PRESENTS, that P. 0. BOX 2005, ROUND ROCK, TEXAS 78680 (hereinafter called the Principal(s), as Principal(s) and AMWEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto CITY OF ROUND ROCK, TEXAS E. MAIN STREET, ROUND ROCK, TEXAS 78664 (hereinafter called the Obligee), in the amount of r ! BOND PREMIUM BASED ON Bond No.: 1237952 PREMIUM: $1,340.00 JEZEK CONSTRUCTION CO., INC. FORTY FOUR THOUSAND SIX HUNDRED FIFTY —EIGHT AND 50/100xxx Dollars ($ 1 1 1 1,658 .50 ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28th day of MARCH 1991 to 1991 WATER PLANT MODIFICATION, ROUND ROCK, TEXAS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if the said Principal shall faith- fully perform the work in accordance with the plans, specifications and contract documents, 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 to Article 5160 of the Revised Civil Statutes of Texas as amended by Chapter 809, Acts of the 65th Legislature, 1977, 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. IN WITNESS WHEREOF, the said Principal(s) and Surety have signed and sealed this instrument this 28th day of MARCH 19 91 .TKZKK CONSTRUCTTON (Principal) AMWEST SURETY INSURANCE COMPANY (Seal) ey -in -Fact ROSANNE KOHLER (Se ( (Principal) (Seal) Alcorn STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY CHAPTER 809. ACTS OF THE 65TH LEGISLATURE, 1977. BOND PREMIUM BASED ON AMWEST SURETY INSURANCE COMPAIvAL CONTRACT PRICE ISSUED IN FIVE COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS: that JEZEK CONSTRUCTION CO.. INC. STATUTORY PAYMENT BOND - TEXAS Bond No.: 1237952 PREMIUM: INCLUSIVE w /PERF.B01 (hereinafter called the Principal(s), as Principal(s) and AMWEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto CITY OF ROUND ROCK E. MAIN STREET ROUND ROCK, TEXAS 78664 (hereinafter called the Obligee), in the amount of FORTY FOUR THOUSAND SIX HUNDRED FIFTY - EIGHT AND 50 /lOOxxx Dollars ($ 44 ,658.50 ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28th day of MARCH 1991 , to 1991 WATER PLANT MODIFICATION ROUND ROCK, TEXAS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, 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 to Article 5160 of the Revised Civil Statutes of Texas as amended by Chapter 809, Acts of the 65th Legislature, 1977, 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. IN WITNESS WHEREOF, the said Principal(s) and Surety have signed and sealed this instrument this 28th day of MARCH 1991. JEZEK CONSTRUCTION CO., INC. ( Princi.al) r (Seal) • r (Principe 1' (Seal) AMWEST SURETY INSURANCE.COMPANY Attorney-in -Fact ROSANNE KOHLER - ' (Seal) STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY CHAPTER 809. ACTS OF THE 65TH LEGISLATURE, 1977. ®®MH Egg HERM momm MINN E num gEgfgg NEE= NNNNN EINEM EMMEN Egg B-1 1 Egg g ggggg ggggg UMHMM NNN N -ggggg MAMA ggggg • MEMO EBNER NNW jgggE gILIvng g.Sll€31r� g7gg ®g'g ® ® ®® ®® e r J aJ l N® N ® gNgg _ �r.� CI I6 NI NNN�f31� .r i.IL ® = 1 ® ®A®� ®�I® ®� ® ® ®�IE�IW ®I ® ®�® IF_I IHI �:IFI� ( � � +11[I II ®�Iffl ®: «Ile ®I - ® ® ®�E31l NmmgonnNNNNNNmnnu 61; C 1", L �-""'°' o � - N NN HHHHHHg gERMRHHNNNi . r1 " m West ` ��� _ " - ( �a Cm panty NNNNNNgNgNN NNIMNgN NNNNNNNL NNNNNNNgggg iso o Z...•. g + ~ -•-- ®®®LEHEHEEHEgHHHIEHE SPRINCIPAL =JEZEK-- C -INC OBLIGEE - -CITY OF ROUND ROCK; TEXAS N©1 U' 1.F} UINLI�S S'FiALIS 11'AD C.ARI 11 LLl�lil br iisrd unlr in r owirm11011 uiIC1hc• I1 1I spr <ifirtl Iu-u' i — This document is panted onmulti- colored seiunty paper with black and red Ink, with bo{rder'1 atid-bears the- ° raised 'Seal of Amtve'st Surety lnsurante Company (the "Company ") Only unalteretrorginMMs of the Power, of Attorney ttorney are > vand This PPS wer of- Atromey is vand solely in connection with the execunon and delivery cif bond noted *cove and may , notbed in conlunctio th any other power of attorney No representations or wafranues regarding tilts Potter of Auorney - may he made bf 'any person This Power of Attorney is governed by the laws_of thr�iate 9 Cahfomta. Any powcy6T atio`mey° -• _ used in connection with any bond issued by the Company must be on this form and no other form shall have force or effect. _ -,-0 s. _ > ., 1 _....0 ....--• - .- = KNOW AI L:MEN BY w THESE PRESENTS, that Amest Surety I n su rance Comp a Cahfomta _ cor p oration (the "Corn any') laes hereby make, constitute and appoint r - / p ,! F es/ - i ROSA KOHLER -- r -'.ft l f j � ''AS`AN EMPLOYEE�OF- AMNEST SURETY INSURANCE COMPANY,.. I - -7, its tote and lawful Attorney n -Fact; with limited power and authonty for and o behalf of the Company as surety, _ to execute, deliver and affix the -seal of the Company thereto if a seal is regmre n bonds ,' undertakings -' rocognizanc stF -other Wilde in the nature thereof as follows: r � " =� f ` - Bid- Bonds -_up to_S ** #*250.000.00 f ", _ j _a f -- -- - Coniract: - "8 Subdivision Bonds up' tofS * ** *250_: 00. " License`8°PerrntitzBo lids _up'to S * * ** *50.000.0'0._ MisceFt ,aneous Bonds *'x* **25.000_00 =--> o 1 -,1'' ; .w;--:. -r- - Stria . Admi nistration- Guaranteed.Bonds -tf'p -to S ** **250.000.00 _ n 1 , " �' l v i m -. 4 ' s•• and to bind Cnmpany thereby This appointment is made under and by auth rto t y of the By -Laws of the Company, - whit - a - fe norm Efu force and effect. , ,.....„,.„= ',^•= f f� r� • j CERTIFICATE _ ` ''''''. -, , ._ - . .' 7 4: -. .-:, - ... , the y seeretary of Amwest Surety Insurance Comjiany; a corporation :Z., _-• DO HEREBY CERTIFY that i isTower of Attorney remains in full force and effect' a has not been revoked L 'and funhermore that the' ol%ons o i on f the Board of Directors set fonf the heverse, and that the relevant pros sfons�orthe By,i w fi Company, are now in full force and - effect N' '''''' - ., :— - ' , / ' . . r S i n d°and l d 51 H TEXAS - - this 28th day o f MARCH , � � - 19_9L 4. s - r - '0000046492 =60 °•t arenG Cohen Secretary , 01111 /EJ -- ,c /i r +t rt >Y�c ggNNgg'gggggNggggNNNNNNNNgg / A • / V + t e - s ' ' rOtt21manunni igagoAngnggNNgNNNNNN N - -� r' gggg J ggEgggNgNggE NgN ±, ,±, . " . �.? / • ."`10-01r 6320 Canoga Avenue Post Office Box 4500 Woodland Hills CA 91365-4500 TEL 818 704 -1111 ' ' I It1wN £1 • £1 01+ IJ I + IH . *IIa I , .-,t, a : . . . . . . . . =� 'I NN®�3NNgggNnggNggfigNggNggNNNN'N r • Kamm mum o-oU F a la ® ® ® N MNI mum IN LEMMA N@N'® ®N - NNNgN NNNNN. MENU NEON IOW IMAM ' MINN NNN®N NNNNN ggggg NNW NNNNN -, HURON EnIMME, NNNNN Mammu EgIggg MEAN ggggg ' gga�N�7E Resolutions of the Board of Directors This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 15, 1975: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment m each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attomey -in- fact or agent and revoke any power of attomey previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attomeys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attomey issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attomey 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 affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 1st day of December, 1990. ■ v John Savage,/President Koren . Cohen ` * r • ' r e r v r . „ • • . . r , _ 'r • STATE OF CALIFORNIA, COUNTY OF LOS ANGELES r r• • . ... • • - r r ' . [ . J : On this 1st day of December, 1990, personally came before me John E. Savage and Karen G. Cohen, to me known to be the individuals and officers of Amwest Surety Insurance Company, who executed the above instrument, and they have acknowledged the execution of the same, and being by me duly swom, did severally depose and say that they are the said officers of the corporation aforesaid and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said corporation. x Restrictions and Endorsements Ana B udto Solis, Notary Pubhc ' Y 1 ®� ® ® ®® ®® LIB �I ,E ® .�� I ; OF �'° t T - O ` 61\, MMMMMMM MMM M l_ i,_ c r �, a ® ® ® ® orgam ®��® ® ® ® ® ® ® ®s ® "' A OVest � Surety instiean '`CompanTraMENNEN��RMil NNNUg ®MNNM®NNNNN NkaLsm - a�d- ��� -� -an _ ' Is.. a .,� �I � ��� — IHEEHEE®®®®®®5RNEE® ©NANMMNMNNMMENENMNMMNNIla]NEETE MSHIRRA r EEMAG®®NESZEEE®® NEE®hal®®®UN,ZgEEEEI®®®®NAENg E0 , BONDNU I R �4 • s 1237952 POWER NUMBER r , - - - ' / 000046492` - NOT,VAIID AFTER /` 1 -13 -922'; =PRINCIPA JEZEK- CONSTRUCTION= CO., = INC_ OBLIGEE - - - .CITY OF ROUND ROCK, TEXAS 1111) CARI l l- ,rnIn0 Ix•rnr 1 W in amjrui<tion nith Ihr bond sl hcrriu This document. Is printed colored sei.uruy paper with black and red ink, with ho;yiden ink hears the raised Seal of Amwe"st Surety i Company (the "Company') Only unalterethor finals of this rowel,. of Attorney are valid - This power Of- Attorney^ rs ∎hlid solely' in connection w cu with the exetion amid ry delne of the bond- note andmay not be t'sed n conjunction <th any uther_power of attorney No representations or warrinhesredrding this Power ofAtto nay made by' ny person Thfs Power of Attorney is governed by the laws of th¢Siate2 Chhforma power p"Fattomey used in connection wnh.kwb and issued by the Company must be-on form and it() other fo»� have forcch'or effect. ; • ✓� ® ®� ' KNQW Al i<MF�(BY THESE PRESENTS, thai Amwest Surety insurance Company, a Caltfomta r ® ® ® corporation (the "Corn any'), thyes hereby make, constitute and appoint: �° ,� ! f % "' � M ®= _ ROSANNE KOyLER . � >< F �® OMER ®®1.. =i* 7 ,0 - AN EMPLOYEE OF A'NY' ,,, -� ®M�•�1 =.� t • - AMWEST SURETY INSURANCE COIIP °,, ct, with it behalf a" -- _. -.,-1 t ' r ' MN® ®� �i it s true and la�vfi lti�ttamey- n Fa limited power and authonry "for and on �hf of the Co �F mpa as surey f_ ® t NEa ®® _ to execute_ deliver and affix the seal of the Company thereto if a seal is require >on bonds' undertakings ,� -, ® ® ® ® ®M ® -, �recognizancess oLomhef ti ?Wien - obligations in the nature thereof as follows :- 1 ' 'w ' . , ® ®10® . EMMEN __ d r. p - �--. -^ � i ^^. f ' ' ! _ '°� '—r r' " ® ® ® 'OHNIEE Bi � 8onds -up to S# ## #250.000.00 (' - / , _� , - - =•ra' - MOE E HE N I 'Conttract:.Cou't - 8 Subdivision Bonds up'to # ## #250•:000.:00 ` ' NMM � ® e : 8 °Pe is t- Bonds u - p" -to "$# # ## #50.000 -0'Uv '" f - -./ � Licens 1 - Prig Misceilaneous.Bonds- up- S # # ## #25.000 -00 y- �.,, ,,.%"y --;:': ';- ®® MOAN ® ® Sma1L- Busiriess`Adm'inisiration Guaranteed - Bonds -'u, -to S # ## #250.000.00 ® ® ® ® ® ,. EMIHIfflta HENEEI MMMMM _ EIBEEM MUMMA f�M[�® .. and to bind }ro�Commpany; thereby This a pp ointment is made under and hs auto t y of the:By -laws of the NO M -.' company a(hich 1 e no\wm'°Il force and effect• / - -,yra' —{ C ERTIFICATE �` MM7N -i F he" un ",i tdersiK ned secretary of Amwest Surety insurance Company sa corporation` MM�7MM' ,.m. w c ._'- -• DO HEREBY CER tha t this`Power of Attorney remains to full force and effect and has not been revoked.,.. 991 -'E - a nd furthermore, -[ at�th resoltt� of the Board of Directors ocr forth on the reverse, and that the relevant prorisionsgof the By-Uwe fhe Company, are' now in -full force and effect � - , - 5tgnecHind ealed-at'' ; this 2 8th daY of MARCH 19 91 HOUSTON, TEXAS pun ® M ® ENEM M®®®® MMMNt7 MNNMN- M AHAN NNW MMMMM mamma' @MMMM '-'/ -'- 046' l - - 0000492 =60 w imp in Karen G Cohen, Secretary crretary 01 /1 /E :1' - - '-- i ®M'�'�''� �MNNN� �Y/�Y�Q f1 it. NN'NN�I ' • M 'J7P' @IU ff f - ivii e. s ' MMMM tglgglgn Ma7EAC NMf17M MEMMMMMMMEMMMMM M - '�• ?�'- J _, . MND, it F MAEeraEEEMMMEEMMEMMMMMINPIg M 1 IR NNAAN h 6320 Canoga Avenue Post Office Box 4500 Woodland Hills CA 91365-4500 TEL 818 704 -1111 ® gib© N.— * ur 1. 1.11.11 +1 1 r*r •r *n r+ 1 *11•I r N 1 ,+ i +l +1 *11 *r r• . . n-iN L ' E'QMNMMMNNENNNMMMMMMMMN®MNNNM®® n -. ... - . . - - - . . - - -A Sfislui.1'� .. . s- _ *am Resolutions of the Board ofbirectors This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 15, 1975: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authonty as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attomey -ln- fact or agent and revoke any power of attomey previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey - - fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attomey 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 affixed IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 1st day of December, 1990. N. 1 Y • c Y John E. Savage/President Karen G. Cohen, Secretary STATE OF CALIFORNIA, COUNTY OF LOS ANGELES t •t ; ' • t • r ' t ' . - r r , J J : - On this 1st day of December, 1990, personally came before me John E. Savage and Karen G. Cohen, to me known to be the individuals and officers of Amwest Surety Insurance Company, who executed the above instrument, and they have acknowledged the execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscnbed to the said instrument by the authority of the Board of Directors of said corporation. Ana 8 udio-Solis, Notary Public 3 Restrictions and Endorsements STATE BOARD OF INSURANCE 1110 SAN JACINTO AUSTIN. TEXAS 73001 -t9% PLEAS FURWARJ ADDRESS CHANGES 'R M TAG 1S 10 army THAT TNT E(t5ON'S, NAMED NEON IS IICENSETpOTAC{ AVATT INSURANCE AGENT EOt THE LICENSE TE1100 AND nil INdCATED KNOW ANDYIM RV TO THE E101'WONS SET 10111i IN TM( STATE IMSU(ANC( CODE. ^T �. f flClit. TEXAS LOCAL RECORJING AGENCY LICEttSE;ALT PRIVAT 1 1 1 1 1 1 � 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT ,of the City of County of , and state of as principal, and authorized under the laws of the State of Texas to act as surety bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 1990, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and mata,;al to him or a subcontractor in the prosecution of the work provided for in said contract, 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 change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or (paybd/6) PAYMENT BOND PB-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration cr addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 1990. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: (paybd/6) PB-2 1 1 ' 1 1 1, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS ) PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON ) THAT of the City of County of , and State af as principal, and authorized under the law of the State af Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, hereinafter called THE CITY, COUNTY OF WILLIAMSON, TEXAS, (owner), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents; WHEREAS, the principal has entered into a certain written contract with the Owner dated the day of , 19 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the convenants, conditions and agreements in and by said Contract, agreed and convenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the Contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of 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. perfbd/5 PBD-3 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 PERFORMANCE BOND (CONTINUED) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specificatidns, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of ,19 Principal By By Title Title Address Address The name and address of the Resident Agent of Surety is: perfbd/5 PBD-4 Surety TYPE OP POLICY CERT. EXP. BATE* ❑ CONTINUOUS ❑ EXTENDED © POLICY TERN POLICY NUMBER LIMIT CU? LIABILITY WORKERS COMPENSATION 07/15/91 WC2- 391 - 092554 -010 - COVERAGE AFFORDED UNDER Y.C. LAYS OF THE FOLLOWING STATES: TEXAS EMPLOYERS LIABILITY Bodily Injury By Accident 500,000 lo.Acc. Bodily Injury By Disease 500,000 Ea. Person zslY Injury1i OTsease 500,000 Po1. Limit COMMERCIAL GENERAL LIABILITY ❑ CLAIMS MADE General Aggregate -Other than Products /Completed Operations Products /Completed Operations Aggregate Bodily Injury and Property Damage Liability per occurrence Personal and Advertising Injury per persn/ organisa RETRO DATE Other ❑ OCCURRENCE SPECIAL /EXCL. ENDORSEMENTS AUTO LIABILITY ❑ OWNED ❑ NON OWNED ❑ HIRED $ EACII ACCIDENT - SINGLE LIMIT-B.I. AND P.O. COMBINED 1 EACH PERSON $ EACII ACCIDENT OR OCCURRENCL $ EACH ACCIDENT OR OCCURRENCE OTHER TEMPLE INS. P.O. BOX 219 TEMPLE, TX 76503 LOCATION(S) OP OPERATIONS 11 JOB (If Applicable) DESCRIPTION OP OPERATIONS, Certificate of Insurance THIS CERTIFICATE 1S ISSUED AS A NATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU, THE CERTIFICATE HOLDER. THIS CERTIFICATE IS HOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER 111E COVERAGE AFFORDED BY THE POLICIES LISILO BELOW. This is to Certify that r L JEZEK CONST. CO., INC. P.O. BOX 2005 ROUND ROCK, TX 78680 J Name and -0— Address of Insured is, at the issue date of this certificate. Insured by the Company under the policy(ies) listed below. The insurance afforded by the listed pollcy(ies) is subject to all their tens, exclusions and conditions and is not altered by any requirements. ten or condition of any contract or other document with respect to which this certificate may be issued. • If the Certificate expiration date is continuous or extended term. you will be notified if coverage is terminated or re- duced before the certificate expiration date. however, you will not be notified annually of the continuation of coverage. NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 45 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: .RTIFICATE (OLDER — CITY OF ROUND ROCK 221 EAST MAIN ST. ROUND ROCK, TX 78664 L LIBERTY MUTUAL. AUTHORIZED REPRESENTIVE 04/04/91 TYLER J DATE ISSUED , OFFICE this certificate Is executed by LIBERTY MUTUAL INSURANCE GROUP as resp .ts such Insurance as Is alrorded by Il..se iunpn�,. 012635 Liberty Mutual Insurance Group CO LTR A A B A C 111 E I 1 P =G ATE OF' ZNSWIZ/kW rEll INSURED [ 1 TYPE OF INSURANCE GENERAL LIABILITY LIABILITY X [ ]CLAIMS MADE RAL MADE (X] OWNER'S & CONTRACTORS PROTECTIVE AUTOMOBILE LIABILITY [181008800 [X] SCHEDULED AUTOS [X] HIRED AUTOS K NON-OWNED AUTOS [ 1 GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER BUILDERS RISK - REPORT FORM DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS IS IS UNDERSTOOD AND AGREED THAT THIS FORM SUPERC8DDS ANY CERTIFICATES THAT MAY HAVE BEEN ISSUED TO HOLDER IN THE PAST. JOB: ROUND ROCK WATER TREATMENT PLANT - REPLACE BACKWASH RETURN PUMPS CERTIFICATE HOLDER CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK, TEXAS 78664 COMPANY B AMERICAN ECONOMY INSURANCE COMPANY : LETTER : POLICY :EFFECTIVE POLICY NUMBER : DATE 04 -11- 037447 -2 07/05/90 04 -CC- 038125 -2 07/05/90 02 -B8- 348165 -3 04- CC- 038126 -2 01/30/91 09/29/90 POLICY EXPIRATION DATE 07/05/91 07/05/91 01/30/92 09/29/91 ALL LIMIT5 IN THOUSANDS CSL $ 500 BODILY INJURY : (PER PARSON) : $ BODILY INJURY (PER ACCIDENT) ; $ PROPERTY — DAMAGE ■ $ STATUTORY $100,000 ANY ONE LOCATION $500,000 LIMIT PER DISASTER $10,000 LIMIT AT TEMP.LOCATIOP _AmmiNSURANCE DATE: 04/01/91 PRODUCER : THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS : NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Temple Insurance : EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW P.O. Box 219 ; - - -- — — - — — — Temple, TX 76583 COMPANIES AFFORDING COVERAGE (817) 771 -2888 : COMPANY A AMERICAN STATES INSURANCE COMPANY OF TEXAS LETTER JEZEK CONSTRUCTION COMPANY, INC. :COMPANY C P.O. BOX 2005 ; LETTER ROUND ROCK , Tx 78680 COMPANY D : LETTER COMPANY R _ ; LETTER COVERAGES — -- — THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI5 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS GENERAL AGGREGATE $ 1000 PRODUCTS - COMP /0PS AGGREGATE $ 1000 PERSONAL & ADVERTISING INJURY $ 1000 EACH OCCURRENCE $ 1000 FIRE DAMAGE (ANY ONE FIRE) $ 50 MEDICAL EXPENSE(ANY ONE PERSON)$ 5 EACH OCCURRENCE : AGGREGATE $ $ $ (EACH ACCIDENT) $$ (DISEASE- POLICY LIMIT) (DISEASE -EACH EMPLOYEE) CANCELLATION SHOULD ANY OF T0: ABOVE DESCRIB8D POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL xxxxxxxxxxx MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. XXXXXXXXXXXXXXXXX XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX XXXXXXXXX AUTHORIZED REPRESENTATIVE March 26, 1991 LIBERTY MUTUAL INSURANCE CO. P.O. BOX 9011 TYLER, TEXAS 75711 -9011 Attn: WORKERS COMP. ASSIGNED RISK Re: Jezek Construction Co., Inc. Policy# WC2- 391 - 092554 WORKERS COMPENSATION Effective July 15, 1990 TO July 15, 1991 Agency /producer code: PLEASE ISSUE A CERTIFICATE OF INSURANCE ON THE ABOVE POLICY TO: THANK YOU, CHERYL DOYLE 1) CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK, TEXAS 78664 CC: JEZEK CONSTRUCTION COMPANY, INC. CC: CITY OF ROUND ROCK TEMPLE INSURANCE P.O. BOX 219 TEMPLE, TEXAS 76503 TO: City of Round Rock 221 East Main Street Round Rock, Texas 78664 certins/6 CERTIFICATE OF INSURANCE THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further hereinafter described. Exceptions to standard polices are noted on the reverse side hereof. TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS OF INSURANCE NO. DATE DATE LIABILITY Satutory, State Workmen's of Texas,$ Compensation Employer's Liability Comprehensive Bodily Injury General $ each person T.iahility $ each person Includes Contractual J.iahility Covers Property Damage Independent $ each accident Contractors $ aggregate Owner's Bodily Injury Protective $ each person $ each accident Property Damage $ each accident $ aggregate Comprehensive Bodily Injury Automobile $ each person Liability $ each accident 0 wned Vehicles Property Damage Hired $ each accident Vehicles Non-owned Vehicles Includes Contractual T iahility PBD-6 Date: Description of work: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATE OF INSURANCE (CONTINUED) The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than ten (10) days after the insured has received written notice of such change or cancellation. ' This Certificate of Insurance neither affirmatively or negatively amends, extends, or alters the coverage afforded by policy or policies indicated by this certificate certins/6 (Name of Insurer) By: Title: Address: PBD-7 BOND NUMBER That we, Sealed with our saalq and dated this nineteen hundred and MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, as Principal, and the a Corporation duly organized under the laws of the State of and duly licensed to transact business in the State of ( hereinafter called the "Surety'), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee°),in the sum of dollars ($ ) for the payment of which sum well and truly to be made, we, the said Prinrip.1 and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has heretofore entered into a contract with dated , 19 , for construction of WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materialq or workmanship, which may develop during the period of year(s) from the date of acceptance of the project above described, by owner THE CITY OF ROUND ROCK, TEXAS NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATION IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of year(s) from the date of acceptance cf the proect above described, by owner THE CLTY OF ROUND ROCK, TEXAS or shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failnre or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Principal • Surety by by (maintbd/6) PBD-8 AMOUNT (hereinafter called the "Principal ") day of , 19 . , A.D. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Dear, NOTICE OF AWARD PROJECT: 1991 Water Plant Modifications The Owner has considered the Proposal submitted by you for the above described work in response to its Advertisement for Proposals. You are hereby notified that your Proposal has been accepted for items in the amount of $ You are required to execute the Agreement within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish Certificate of Insurance, performance and payment bond within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Proposal as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of 1991. Receipt of the above Notice of Award is hereby acknowledged by this the day of 1991. award /att /specl The City of Round Rock By: Steven D. Miller, P.E. Public Works Department ACCEPTANCE OF NOTICE Contractor By: Title: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DATE: TO: PROJECT: 1991 Water Plant Modifications Dear NOTICE TO PROCEED You are hereby notified to commence work in accordance with the Agreement dated on or before and you are to complete the work within consecutive days thereafter. The date of completion of all work is therefore 1991. ntcprcd /att /specs The City of Round Rock By: Steven D. Millur, P.E. Public Works Department ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledge by , this the day of , 1991. Contractor By: Title: GENERAL CONDITIONS OF THE AGREEMENT 1 Water Plant Modifications Pump Installation 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 next consecutive midnight. 1.02 Contract Documents. The Contract Documents shall consist of the Invitation to Bidders; the Instruction to Bidders; the Proposal; the Signed Agreement; 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 and Payment Bond, Proposal, Special Conditions of the Agreement, Invitation to Bidders, 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 moan the City of Round Rock or the designated appointee of the City. 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 Owner to 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. 1.05 Owner. "Owner" shall mean the City of Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.06 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 Owner as and when required to clarify the intent and meaning of the contract and (c) drawings submitted by the Contractor to the Owner for acceptance prior to construction. 1.07 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 Owner as and when required to clarify the intent or meaning of all written descriptions, methods and instructions and (c) all written descriptions, methods and instruction submitted by the Contractor for acceptance by Owner prior to Construction. 1.08 Subcontractor. "Subcontractor" shall mean and refer any to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contractor 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. 1.09 Substantially Completed. The term "Substantially Completed" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.10 Work. "Work" shall mean the work to be done and the equipment supplies, material and services to ge . furnished under the Contract unless some other meaning is indicated by the context. 1.11 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. 1.12 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 know to him who gives the notice. 2 2. GENERAL PROVISIONS 2.01 CONTRACTOR 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 paries of this Contract that the Owner 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 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 Owner render any decision or hive 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 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 Owner as rendered shall be promptly carried out. 2.02 Right to Owner 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 the Contract, the Owner 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 may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or material for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or alterations diminish the quality 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 3 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 changed and for the actual expenses incurred in preparation for the work as originally planned. 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 result of the prosection 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 and borne by the Contractor at his own cost and expense. 2.06 Law 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 License, 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 5 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 cost 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 four (4) sets of accepted and executed Plans and Specifications without expense to the Contractor 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 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 inter - pretation 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 Owner 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 prosection 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 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. Where the premiums therefor are based on payroll and material costs. The Owner may direct the form in which accounts of the "actual field costs" shall be kept and may also specify in writing before the 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. 2.12 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. 2.13 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. 2.14 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. 2.15 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 Owner 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 Owner. 2.16 Material. All materials furnished by the Contractor shall be as required by the Plans and Specifications as accepted by the Owner or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Owner has accepted the source of supply of such materials. 6 2.17 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. 2.18 "Or Equal" Clause Whenever a material, 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 Owner requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Owner will evaluate the request to determine if the material, product, or article is of equal substance and function and 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 Owner before it may be incorporated into the work as a substitute for that specified in the Contract Documents. 2.19 Completed Work. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.20 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. This 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. 2.21 Protection of Property. The Contractor shall give reasonable notice to the Owner 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 he 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. 2.22 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 Owner 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 Owner. 2.23 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. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITY. 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 Preformance 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 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. If the contract price is less than $50,000.00, a letter of credit may b furnished in lieu of a performance bond. It is agreed that the Contract shall not be in effect until such performance bonds or letters of credit, and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance bonds or letters of credit, 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 or letters of credit will be made by the Owner. 8 1 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 by 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 Superintendent and Inspections. The Contractor shall hive 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 Owner, 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 Owner 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 Owner 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 workers the installation of such work shall be immediately suspended and shall not be resumed until the Owner is satisfied that the conditions causing such faculty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, shall protect the public and the Owner fully by taking reasonable precautions 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 anyway 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 circumstance. 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 shell keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statues 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 10 work or selected for the same shall be deemed by the Owner as unsuitable or not in conformity with the accepted plans and 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 Owner 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 Owner or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of hood material and of his performing good work herein described and in full accordance with the plans and specifications. No failure or omission of the Owner, 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 Owner, 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 Owner, 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 the specifications for the work. Any questioned work may be ordered taken up or removed for re- examination by the Owner 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 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 maintain the site in a neat and orderly condition throughout the construction period. The Owner 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 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 tracts or grounds which he has occupied and shall leave them in a condition satisfactory to the Owner. 3.13 Guarantee. During a period of 12 months from and after the date of the substantial completion by the Owner of the work embraced by this contract, the Contractor shall make all needed repairs arising out 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 notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence that 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 to 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 Owner. 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 therefor. The Contractor shall give the Owner ample notice of the time and place where lines and grades will be needed. All stakes, markers, 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 Owner 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 are being constructed or installed for the purpose of supervising and inspecting the work 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 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 Owner 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Owner, Supervisors, or Inspectors so appointed when such direction and instructions are consistent with the obligation of this Contract. 4.04 Collateral Work. The Owner reserves the right to provide all labor and material essential to the completion of the 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 Owner. 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 he design and the safety of the structure; 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 conductive to economy of construction; provided however, that the order and time of prosection shall be such that the work shall be substantially completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Owner 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 13 coordinate with other work being done for or by the Owner. 5.02 Rate of Progress. The Contractor shall give the Owner 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 Owner to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Owner 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 nor failure of the Owner to issue such orders shall relieve the Contractor from his obligation to secure the degree 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 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 Owner. 5.04 Hinderance 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. Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or personnel, or where the Owner determines that unreasonable inconvenience to the public is due to such failure, the Contractor's operation 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 of any employee, or by any 14 other Contractor employed by the Owner, or by strikes, fire or other cause or causes outside outside of and beyond the control of the Contractor and which the Owner determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as determined by the Owner shall be granted; provided, however, that the Contractor shall give the Owner prompt notice in writing of he 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: Amount of Contract Less than $ 5,001.00 $ 15,001.00 $ 25,001.00 $ 50,001.00 $ 100,001.00 $ 500,001.00 $ 1,000,001.00 $ 2,000,001.00 6. INDEMNITY $ 5,000.00 $ 15,000.00 $ 25,000.00 $ 50,000.00 $ 100,000.00 $ 500,000.00 $ 1,000,000.00 $ 2,000,000.00 $ 5,000,000.00 Amount of Liquidated Damages Per Day $ 30.00 $ 35.00 $ 40.00 $ 50.00 $ 70.00 " $ 200.00 $ 300.00 $ 400.00 $ 500.00 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 indemnity and save harmless the Owner and the Owner's agents and employees from all losses, damages, ,judgments, decrees, and expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or. in equity brought against the Owner and the Owner's 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 agents and employees for the death or injury to persons or for damage to property 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, worker, 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 sub - contractor's compliance with said statue. 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 $ 500,000.00 each occurrence Property Damage $ 250,000.00 each occurrence Public Liability and Property Damage to protect the Contractor, any of his Sub - contractors and the Owner 16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 against claims arising from personal injury, including accidental death, as well as claims for property damage. 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, and 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 contractor 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 $ 250,000. /person $ 500,000. /occurrence Property Damage $ 250,000. /occurrence 6.06 Builders Risk Insurance. Is necessary to cover Toss of or damage to the building materials while the project is under construction. The Contractor shall supply to the Owner a Certificate of Insurance, on a form supplied by the insurance companies, prior to start work. 6.07 Insurance Certificate. In connection with the insurance coverage set out in section 6.02, 6.03, 6.04, 6.05 and 6.06 above, the Contractor shall furnish the Owner with certificate verifying said insurance. Said certificate shall state that the Owner shall be giver 45 days advance written notice before and provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance' 17 shall be provided to the Owner prior to starting any construction work in connection with this Contractor. 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 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 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 10 days after receipt of the notice. Should he fail to do so within 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 10 days after written notification from the Owner when such orders are consistent with this Contract or with, the specifications hereto attached, then the Contractor' 18 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 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 1.04 "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 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 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 id the same has 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 14 days notice published two or more times in a newspaper having a general circulation in the county of location of work, may let the contract for the completion of 19 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 cost under this Contract such increase shall be charged to the Contractor, and the Surety shall be and remain bond 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 Contraot or his Surety shall be created therewith. 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 Owner 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 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 then 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 to the Owner within the time designated hereinabovo, 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 15 days from the date of said notice the Owner may sell such machinery, equipment, tools, materials, or supplies and apply the sum derived from such sale to the credit of the Contractor and his Surety. Such sale 20 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 person 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 approximated and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit prices 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 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 considerations shall be determined by agreement between the parties or otherwise by the terms of this contract as provided under Section 1.04 "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; 21 specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amount 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 materials 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 Owner. 9.04 Monthly Estimates and Payments. By the 25th of each month, Contractor shall submit to the Owner a statement showing the total value of the work performed up to and including the 24th day of such month. the statement shall also include the value of all such materials, equipment and machinery delivered on the job site with a release of lien or a paid invoice to be included in the work to transfer the ownership to the City, all partially completed work whether bid as a lump sum or a unit price item which in the opinion of the Owner is acceptable. The Owner shall examine and approve such statements within 5 calendar days. On contracts in which the successful bid amount is less than $ 400,000.00, the Owner shall pay the Contractor the total amount of the approved statement, less 10 percent of the amount thereof, which 10 percent shall be retained until final payment, and further less all previous payments and all further sums that may be retained by the Owner under the terms of this Agreement. On contractor in which the successful bid amount is $ 400,000.00, or more, the amount of retainage shall be 5 percent of the amount of the approved statement. The amount due may be paid or mailed on or before the twentieth (20) day of the following month. It is understood, however, that in either case, if the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may pay a reasonable and equitable portion of the retained percentage to the Contractor: or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, there upon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment". 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Owner notice that the work has been completed the Owner shall inspect the work and satisfy himself by examination and test that work has 22 been finally and fully completed in accordance with the plans, specifications and contract so the Owner shall issue a Contract Completion Certificate to 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 Contractor 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 Owner shall certify the Final Estimate and submit it within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the contractor in accordance with the requirements of 9.04. 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 Owner. All prior estimates and payments shall be subject to subject to correction in the final estimate and payments; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive 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 Owner 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 be 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 to the Owner or of any person relating to or affecting the work. 23 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 form loss on account ofs 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. •ane•n aiaSaaaaae1 24 SPECIAL CONDITIONS SECTION 01- INFORMATION 01 -01 OWNER The word Owner in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contractor Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from the Owner at $ 10.00 per set. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE TIME 01 -05 LOCATION Refer to the General conditions of Agreement, Section 5.06, page 18 for description. The location of work shall be as mentioned in the Notice to Contractors and as indicated on Plans. 01 -06 USAGE OF WATER All water used during construction shall be provided by the City. The contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste in occurring during construction. 1 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Owner on or before the time specified in Section 9.04 of the general conditions, then the pay estimate will not be processed and will be returned to Contractor. 01 -08 CONSTRUCTION SPECIFICATIONS All construction shall be in accordance with the City of Austin standard construction specification as adopted and amended by the City of Round Rock. SECTION 02- SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the Owner of such utility companies to uncover their particular utility lines or otherwise confirm their location Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 -02 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility service while performing the work associated with this contract. No additional payment will be made for this item. 02 -03 GUARANTEE AGAINST DEFECTIVE WORK The Contractor warrants the materials and workmanship and that the work is in conformation with the Project Specification Plans included in this contract for a period of one year from the date of acceptance of the project. Said warranty binds the Contractor to correct any work that does not conform with such Project Specification and Plans or any defects in workmanship or materials 2 furnished under this contract which may be discovered within the said one year period. The Contractor shall at his own expense correct such defect within thirty (30) days after receiving written notice of such defect from the Owner by repairing same to the condition called for in the Contract. Should the contractor fail or refuse to repair such defect within the said thirty day period or to provide acceptable assurances that such repair work will be completed within a reasonable time thereafter, the Owner may repair or cause to be repaired any such defect by calling the Contractor's "Warranty Bond ". A one (1) year Warranty Bond in the amount of one hundred (100 %) percent of the contract price, as adjusted by any change orders, will be required for all other improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit form the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner prior to final payment. 02 -05 MINIMUM WAGE SCALE Minimum wage scale as specified and regulated by the State of Texas and the Federal Government. 02 -06 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this project; therefore, it shall be understood by all bidders that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages for anticipated profits on any profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work form this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 3 02 -07 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 - 08 LIMITS OF WORK AND PAYMENT specond /specl /sm It shall be the obligation of the Contractor to complete all work included in this contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid schedule shall be included in the unit price bid. Any questions arising as to the limits of work shall be left up to the interpretation of the Owner. 02 -09 SLUDGE LAGOON PUMPING The Contractor shall make all plans and preparations for the pumping of water out of the sludge lagoons during construction. Approximately 100,000 gallons of water is cycled through the lagoons during an eight (8) hour period. The lagoons shall remain in operation throughout the construction and installation of pumps and piping. The Contractor shall make pumping arrangements to prevent the lagoon structures from overflowing. Water can be directed into a manhole adjacent to the lagoon structures. Pumping operations shall be coordinated with the Owner's representative. 4 GENERAL REQUIREMENTS SECTION 01 Summary of Work 1.01 General SECTION 02 Measurement and Payment 2.01 General 2.02 Schedule of Values SECTION 03 Product Data 3.01 General SECTION 04 Concrete SECTION 05 Pipe SECTION 06 Pumps SECTION 07 Electrical SECTION 08 Slide Gate tspecsm /spec2sm TECHNICAL SPECIFICATION SECTIONS 01 AND 02 SECTION 01 1.01 2.01 General GENERAL REQUIREMENTS SUMMARY OF WORK General The Water Plant Modifications - Pump Installation Project involves all work shown on the plans and described in the specifications. This includes in- general, sand blasting concrete walls, machine tool cleaning structural steel members, painting, removing existing sludge lagoon pumps and installing two larger capacity pumps, and installing two (2) slide gates. SECTION 02 MEASUREMENT AND PAYMENT Measurement of an item of work shall be by the unit indicated in the Bid Schedule. Payment shall be made at the Contract price per unit indicated in the Bid with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities as appropriate to reflect actual work. Such price and payment shall constitute full compensation to the Contractor for furnishing all labor, equipment, tools, and materials, and for performing all operations required to furnish to the City the entire project, complete -in- place, as specified and as indicated on the plans and in the specifications. 2.02 Schedule of Values Within twenty (20) days after award of the Contract, the Contractor shall submit a breakdown of his lump sum bid items to the Engineer for use in the preparation of progress estimates for the Project. Breakdown shall tabulate quantities and unit prices to be applied for the various features of the Work in sufficient detail to permit its use in preparation of progress estimates. The coat breakdown shall not be unbalanced. The Engineer will not approve a progress estimate for payment until a satisfactory cost breakdown has been submitted. Progress payments for materials on hand and equipment delivered for installation as part of the Work will be. tspecwtp /spec2sm 2 SECTION 03 • SECTION 03 PRODUCT DATA 3.01 General t•p•t.l•/•p•t]•• Product Data Collect required data into one submittal of each work or system and mark each copy to show which choice and options are applicable to project. Include manufacturer's standard printed recommendations for application and use, compliance with standards, application of labels and seals, notation of field measurements which have been checked, and special coordination requirements, maintain one set of product data (for each submittal) at project site, available for reference by the Engineer or others. Submittal Do not submit product data, or allow its use on the Project, until compliance with requirements of Contract Documents have been confirmed by the Contractor. Submittal is for information and record, unless otherwise indicated. Initial submittal is final submittal unless returned by the Engineer, marked with an "Action" which indicated an observed noncompliance. Submit three (3) copies, one (1) of which will be returned. Allow two (2) week response time on all submittal information. SECTION 04 1 1 1 1 1 1 1 1 1 , 1 1 1 1 1 1 1 1 1 403.1 Description 403.2 Materials Item No. 403 Concrete for Structures 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, slabs, 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. (1) Cement Portland Cement shall conform to ASTM C 150, Type I, General Purpose, Type II, General Purpose with moderate sulfate resistance and Type III, High Early Strength. • Either Type I or II cement shall be used unless Type II is indicated. Except when Type II 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. (2) Mixing Water Water for use in concrete and for curing shall be potable water free Isom 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 furnace 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. 11 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. Table 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal Grade No. Size 2rh" 2" 11/2" 1" 3 /4" '/s" No.4 No.8 1 21 0 0 -20 15 -50 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)" 3 /4 0 0 -10 45 -80 90 -100 95 -100 6 (7) • +h 0 0 -10 30 -60 85 -100 Page 1 04/17/86 403 Aggregate Nominal Grade No. Size 21/2" 2" 11/2" 1" 'K" No. 4 No. 8 7 8 No. 4 Table 1 (continued) Coarse Aggregate Gradatlon Chart Percent Retained on Each Sieve 0 5 -30 0 0 -5 75 -100 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 Tex - 406 -A, the percent may be increased to 1.5. (4) Floe 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 injurkws 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 Gradatlon Chart Percent Retained on Each Sieve Aggregate Grade No. ib" No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 -5 0 -20 15 -50 35 -75 65 -90 90 -100 97 -100 NOTE 1: Where the sand equivalent is greater than 85, the retainage on the No. 50 sieve may be 65 to 94 percent. NOTE 2: Where manufactured sand is used In Neu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100 percent. 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. I I 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. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand or other approved inert material. 403 04/17/86 Page 2 (6) 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. Admixtures ( Calcium chloride wit 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 ". 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 61nch 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 fine 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 11 shall be the responsibility of the Contractor to furnish 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 bercent 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. Page 3 04/17/86 403 1 1 1 1 1 1 1 1 1 1 1 + 1 1 1 1 1 1 1 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 tumish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary pleasure until he 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 hat 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 ±11 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 SDHPT Test Method Tex- 415-A. 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 Slip -form Sidewalks, driveways and slabs on ground Curbs & gutters Hand - vibrated Hand - tamped or spaded Sllp -fom ✓extrusion machine Table 3 Slump Requirements Type of Construction Slump, Inches Maximum Mlrllmum 2 1 1Y / 4 2 3 4 2 1 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 04/17/86 Page 4 1 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. Thq require- ment for early removal or opening will be at the Contractor's expense, except when the early opening or removal Is relquired 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 /Archltect 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 fors and/or falsework at his own expense. The lest 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 resutts 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 Item No. 403, "Concrete for Structures ". 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 f'c 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. Page 5 04/17/86 403 1 1 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 403.9 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 furnish 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 throughqut the mass and shall be capable of producing concrete meeting the requirements of ASTM C 94, Ready -mixed Concrete andithese 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 wafer can be measured in gallons accurately. When the tank starts to discharge, the inlet supply shall cut oft 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 These mixers shall be designed to receive all the concrete ingredients, including admixtures, required by the mix design in a continuous uniform rale 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. Calibration of these mixers will be required. 403 04/17/86 Page 6 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i (2) Ready -mixed Concrete The use of ready -mixed concrete will be permitted provided the belching 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 be in accordance with the requirements of Item No. 410, "Concrete Structures ". 403.12 Measurement 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 /data 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 rejection 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. A portion of the mixing water, required by the batch design to produce the specified slump, may be withheld and added at the job 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. (c) (3) Site -mixed Concrete Hand mixing of concrete will be permitted only for small placements or in case of an emergency and then ordy on 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 slated above, conveniently located to the structure for which the concrete is being mixed and moved to the placement site in non- agitating equipment. After al 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 manufacturer's 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 matenals 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 Backf111 The excavation, placing of concrete, finishing, curing and backfill shall conform to Item No. 401, "Structural Excavation and Backfill" and Item No. 410, "Concrete Structures ". 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. Dlafram concrete, when required, will be included in the slab measurement' (b) In determining quantities, 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, junc- tion boxes, electrical 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 4 1 e{ rea4wa4tsgitog ni (d) For Slabs on Steel and Prestressed Beams, a quantity for the haunch between the slab and beams will be Page 7 04/17/86 403 1 1 1 1 1 1 1 1 1 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 Section 00140, "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 Section 00140, "General Conditions of Agreement ". (3) 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 Section 00140, "General Conditions 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 Section 00140, "General Conditions of Agreement ". 1 I 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 Section 00140, "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 material; placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; fumishing and placing expansion joint material required by This item and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 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 ". 1 1 1 1 End 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. 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. Variations in concrete headwall quantity incurred if an alternate bid for pipe is permitted will not be measured for payment. (1) (g) (2) Plan Quantity For those items specified for plan quantity payment, adequate calculations have been made conforming to Section 00140, "General Conditions of Agreement ". If no adjustment is required by Item No. 403, "Concrete for Structures ", additional measurements or calculations will not be required. (3) 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: Payment will be made under one of the following: Pay Item No. 403 -A: Structural Concrete — Per Cubic Yard. Pay Item No. 403-B: Foundation Seals — Per Cubic Yard. Pay Item No. 403 -C: Foundations — Per Cubic Yard. Pay Item No. 403 -D: Columns — Per Cubic Yard. Pay Item No. 403 -E: Bridge Abutments and Walls — Per Cubic Yard. Pay Item No. 403 -F: Bridge Decks — Per Square Yard. Pay Item No. 403 -G: Structures — Per Cubic Yard. 403 04/17/86 Page 8 1 1 1 1 1 1 , 1 1 1 I 1 1 1 1 1 1 1 1 1 1 406.2 Materials Item No. 406 Reinforcing Steel 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. (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 electric 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 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM specification. The require 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 govern. 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 (lbs.) of reinforcing steel bars covered by these specifications are as follows: I Bar Size Nominal Nominal Area Weight per Number Diameter Inches Square Inches Linear Foot 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 Smooth bars, larger than No. 4, may be steel conforming to the above or may be fumished 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 185 orA497. 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1! 1 1 (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 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. 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. 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. 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 3.4. 5 6,7,8 Grade 40 Grade 60 3d 4d 4d 5d All bends in main bars and in secondary bars not covered above. Bar Number Grade 40 Grade 60 3 thru 8 6d 6d 9, 10 8d 8d 11 8d 8d 14,18 10d 10d 406.4 Tolerances Fabricating tolerances for bars shall not be greater than shown on Standard 406 -1. 406.5 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 conditlons 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 Ihan,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 tied together. Table 1 Minimum Lap Requirements Bar Number 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 Grade 75 8d 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 shop. Delivered bars shall be of sufficient length to permit this practice. Page 3 04/17/86 406 For box culvert extensions with less than 1 foot of fill, 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 016 Inches will be required. Unless otherwise Indicated, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimltm lap requirements shown In Table 1. Shear transfer dowels shall have a minimum embedment 0112 Inches. 1, 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 '/12 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' /. inch. Cover of concrete io the nearest surface of steel shall as follows: 406.8 Measurement (a) Concrete cast against and permanently exposed to earth (b) Concrete exposed to earth or weather: Bar No. 6 through 18 bars Bar No. 5, W31 or D31 wire and smaller (c) Concrete not exposed to weather or In contact with ground: 406 04/17/86 Page 4 Beams, columns: Primary reinforcement, ties, stirrups, spirals Shells, folded plate members: Bar No. 6 and larger Bar No. 5, W31 or D31 wire, and smaller Minimum Cover, Inches 3 2 Slabs, walls, joists: Bar No. 14 and 18 11 Bar No. 11 and smaller 1 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 al intersections, except that where spacing is less than 1 foot in each direction, alternate 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 8 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 anchoring 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 21 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, overtuming 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 be cleaned from the reinforcement, forms, workers' boots and tools. 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/ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Architeot. lie wires and supporting devices win 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 pald for directly, but shall by 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. Page 5 04/17086 406 SECTION 05 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 510.1 Description Item No. 510 Pipe This Item shall consist 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, etc.. prescribed under this Item in accordance with the provisions of Edwards Acquifer Protection ordinance when applicable. 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 govern for any necessary pumping or bailing and drainage and all sheeting and bracing of trench walls. Unless otherwise provided, this item shall govem for 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, backlilling and cement or lime stabilized backfill, the hauling and disposition of surplus materials, bridging of trenches 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 Crushed Stone Pipe bedding shall be clean granular crushed limestone, free of mud, clay vegetation or other debris, conforming to ASTM C 33 for stone quality. Size gradation shall be as follows: GRADATION TABLE SIEVE SIZE PERCENT RETAINED BY WEIGHT 1W 0 1" 0 -10 h" 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 ". (3) 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. Page 1 04/17/86 510 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 510 04/17/86 Page 2 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: GRADATION TABLE SIEVE SIZE PERCENT RETAINED BY WEIGHT ' it 0 #60 75 -100 #100 95 -100 (4) Soli 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 Vz 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 soil, cement, water and admixture. All measur- ing devices shall be sensitive to a 2 percent variation above or below the actual weights required. 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. (5) Pea Gravel Pea gravel bedding shall be clean washed material, hard and insoluble in water, free of mud, clay, silt, vegetation or other debris. Stone quality shall meet ASTM C 33. Size gradation shall be as follows: GRADATION TABLE SIEVE SIZE PERCENT RETAINED BY WEIGHT o �.' 0 0 -25 V." 90 -100 (6) Select Backlit! 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 backfilling 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. (7) Cement Stabilized Backlit! When indicated or directed by the Engineer, all backfill shall be with cement - stablized backfill rather Than the usual materials. Unless otherwise indicated, cement stablized backfill material shall consist of a mixture of the dry constitu- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (8) Pipe ants 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 All water pipe installed within dedicated utility easements or any other privately owned property shall be Ductile Iron Pipe of 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 acceptable. There may be no service con- nections to Concrete Pressure pipe installed In these areas. All service tubing ( inch thru 2 inches) installed In any such private property shall be 150 psi annealed seamless Type K copper tubing with no syveat or soldered Joints. The quality of materials, the process of manufacture and the finished pipe shall be subject to inspectiop and approval by the Engineer at the pipe manufacturing plant and at the project site prior to and during Installation. (a) Asbestos Cement 1. Asbestos cement water pipe, couplings and fittings shall conform to AWWA C -400, Class 200 asbestos cement wastewater pipe, couplings and fillings shall conform to ASTM C 428, Class 2400, Type 11. 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. (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 slipjoinl iron pipe shall, without exception, be accomplished with the natural or synthetic rubber gaskets of the manufacturer of That particular pipe being used. Ajoint lubricant shall be used and applicable recommendations of the manufacturer shall be followed. Bolls for flanged or mechanical joints shall be stainless steel or corrosion resistant, low alloy, high strength steel bolls. 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 still 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 lilm 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 backfiil and bedding material. Repair rips, punctures or other damage to the polyethylene with adhesive tape. Page3 04/17/86 510 1 1 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (c) Concrete 1. General 510 04/17/86 Page 4 Pipe shall conform to ASTM C 76 for Circular Pipe. Concrete pipe smaller than 12 inches in diameter 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 III 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-ring joint design. 2. Marking 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 Materials When constructing storm sewers, the Contractor shall have the option of making joints with either of the following materials: a. 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, irritating 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 recommendations 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 D 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 solution shall show no visible deterioration. The physical properties of the gasket joint sealing compound as shipped shall meet the fol- lowing requirements: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Typical Analysis Property Teat 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 a177 F Minimum Tex -505 -C 320 F Penetration: ' 32 F (300 g) 60 sec Tex -502 -C 75 77 F (150 g) 5 sec Tex -502 +C 50 120 115F(150g)5sec 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 material shall be placed and tamped against plpe to secure the joint. 5. Bends When horizontal or vertical angles in the alignment of storm sewers are Indicated, a bend shall be constructed with a minimum of a 6 inch reinforced concrete collar or as Indicated. The bend shall be prefabricated. All bends shall be water tight, have a smooth flow line and be equal in strength to the adjacent pipe. 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 fumish 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 (he 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 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. Page 5 04/17/86 510 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 510 04/17/86 Page 6 All concrete steel cylinder fittings shall be constructed of steel plate of adequate strength to with- stand both intemal pressure and extemal loading. Rod reinforcing shall not be used to figure the required steel area. The fittings shall have a concrete lining and 1 Inch minimum coating of cement mortar, except that centrifugally spun lining need not be reinforced. Minimum lining thickness shall be'/ Inch for 16 lnch pipe and 3/4 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 for Polybutylene Molding and Extrusion Materials. ASTM D 2666 — Specification for Polybutylene (PB) Plastic Tubing. 2. Material Requirements The polybutylene 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 at the requirements of this specification. 3. Functional Requirements The polybutylene tubing shall not fail, 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 2660 (Sus- tained Pressure Test). The minimum burst pressure shall be 440 psi at 73.4 F determined in accor- dance with ASTM D 1599. The time of testing of each specimen shall be between 6b 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 DM; standard sizes, dimensions and toler- ances shall be as follows: (f) Polyethylene Tubing 1. General Nominal Outside Diameter Wall Thickness Tube Size Average Tolerance Minimum Tolerance (Inches) (Inches) (Inches) (Inches) (Inches) 3 0.875 ±.008 0.097 +.010 1 1.125 ±.010 0.125 +.012 1' 1.375 ±.010 0.153 +.015 1' 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, pressure rated at 200 psi workrng pressure and must bear the National Sanitary 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 D 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 13 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 i 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 material, 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 Dimension 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) 0.875 ±0.004 0.097 +0.010 1 1.125 ±0.005 0.125 +0.012 11/4 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 Page7 04/17/86 510 1 510 04/17/86 Page 8 (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, crimping, foreign inclu- sions or other defects. It shall be uniform in density and other physical properties. (1) Nominal Outside Diameter Wall Thickness Tube Size Average Tolerance Minimum Tolerance (Inches) (inches) (Inches) (Inches) (inches) 0.625 ±0.0025 0.049 ±0.004 0.875 ±0.003 0.065 ±0.0045 1 1.125 ±0.0035 0.065 ±0.0045 11/4 1.375 ±0.004 0.065 ±0.0045 11/2 1.625 ±0.0045 0.072 ±0.005 2 2.125 ±0.005 0.083 ±0.007 (h) Service Connection Fittings All fittings used In customer service connection — tapping mains, connecting meters, etc. — must be currently listed in the "Standard Products List" or shown on the Standards. (i) 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 materials shall meet the following requirements: Corporation stop thread (where used) shall conform to Table 1, Figure 1, AWWA C -800, com- 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 10 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. 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 unplaslicized 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 I Compression Strength (PSI) 9,400 Modulus of Elasticity 410,000 Coefficient of Linear Expansion 6.70 K/Cx10' 1 � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Izod Impact at 78 F (ft. Ibs./in. notch) Burning Rate Heat Distortion at 264 PSI 0.7 -1.5 Self Extinguishing 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, wrinkles 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 -63i 5. Marking and Identification All PVC pipe shall be continuously and permanently marked with the following information: manu- facturer's name, pipe size, class or schedule, type of pipe and material. When used for potable water line, the pipe shall be stamped with the National Sanitation Foundation seal 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 furnished 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 materials 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 storing 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 extemal bad 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 nonharden- ing pipe dope such as Permatex #2 or equal shall be used on all threaded PVC to metal joints anil 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. Page 9 04/17/86 510 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I (1 ) 510 04/17/86 Page 10 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: AWWA C -900 for 4 Inch to 12 inch PVC Plastic Pipe, having Cast Iron Pipe size outside diameter. . I 3. Material Requirements M pipe and fittings shall be made from clean, virgin, NSF approved, Class 12454B PVC. Clean reworked materials generated from the manufacturers own production may be used within the current limits of the referenced AW WA C -900. 4. 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 Izod Impact at 78 F, (ft. Ibs./in. notch) 0.7 -1.5 Burning Rate Self Extinguishing Heat Distortion at 264 (psi) 160 F Wall Thickness Nominal Outside Diameter DR14 Tube Size Average Tolerance Minimum Tolerance (Inches) (inches) (inches) (Inches) (inches) 4 4.800 ±0.009 0.343 +0.041 6 6.900 ±0.011 0.493 +0.059 8 9.050 ± -0.015 0.646 +0.078 10 11.100 ±0.015 0.793 +0.095 12 13.200 ±0.015 0.943 +0.113 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 fillings. 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. 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). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The legend 'Type PSM SDR 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. Fittings Nipples and fillings extra strong Federal Specification WW-N 351 or WW-P 521. 4. Coatings Black or galvanized as indicated. (n) Continuous Welded Steel Pipe and Fittings for Water -Pipe 1. General Reference Standards Specification. a. Specifications of the American Water Works Association (AW WA) listed below shall apply to this Section. C -200 Steel Water Pipe 6 Inches and Larger. C -205 Cement -Mortar Protective Lining and Coaling 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) Page 11 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. 04/17/86 510 1 , 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. b. Wall Thickness 5. Fittings 510 04/17/86 Page 12 (2) Diameter Nominal pipe diameter shall be the inside diameter of lining or pipe barrel, unless , otherwise designated in Job Conditions. (1) Steel pipe wall thickness shall be designed for the Internal and external loads Speci- fied 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 '/ the minimum yield stress of the material used. a. Welded 6. Flanges Fabricated steel filings shall be of the same material as pipe and shall comply with AW WA C -208. a. Flanges shall comply with the requirements of AWWA C -207, Class 0 or Class E. Thrj shall be based on operating conditions and mating flanges of valves,and equipment. b. Gaskets shall be cloth- inserted rubber, 'h inch thick. c. Flanges shall be flat faced with a serrated finish. 7. Pipe Joints a. Lap Joints for Field Welding (1) 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 11/2 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 gush 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. b. Bell and Spigot Joints with 0 -Ring Gasket (1) 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 sell- 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8. Interior and Exterior Protective Surface Coatings a. Exterior Surface to be mortar coated shall conform to AWWA C -205 for shop application and AWWA 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 maters. 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 mcirtar 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: 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 Ilst 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 bey painted with a zinc dust -zinc oxide paint conforming to Federal Specifications TT•P 641 b. Damdged 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 2. Fabrication a. Steel Pipe Galvanized or aluminized steel pipe shall be lull circle or arch pipe conforming to AASHTO M 36, Type I or Type II as indicated. 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 continuous helical lock seam or ultra high frequency resistance bua- welded seams. b. Aluminum Pipe Pipe shall conform to AASHTO M 196, Type I, circular pipe or Type II, 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. Page 13 04/17/86 510 510 04/17/86 Page 14 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 25 Inches by 'h 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 FM 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 11 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 I 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) Table II (continued) Corrugated Steel 3 Inches x 1 Inch or 5 Inches x 1 Inch Full Circle Plpe 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) i 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 23 inches x +h 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' 12 12 45 45 77 — — 15 12 36 37 56 — — 18 12 28 30 36 43 49 i 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. Page 15 04/17/86 510 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. 510 04/17/86 Page 16 Table A Steel Pipe Arch 21 Inch by' Inch Corrugations H -20 Loading 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, B, C or D for the specified design size and corrugation for metal pipe. 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 I 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. Table B Steel Pipe Arch 3 Inch by 1 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 incheis 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 The fiM 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 dsa, with all dimensions measured from the inside crests of the corrugations. Table C Steel Pipe Arch 5 Inch by 1 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 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 04/17/86 510 Table D Aluminum Pipe Arch 21/2 Inch by rh Inch Corrugations 11-20 Loading Coated Equivalent Diameter Design *Span 'Rise Min. Cover Min. Gage Thickness Full Cir. Pipe Size Inches Inches Inches Required Inches Inches I 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 rise. j The fill heights for all sizes of pipe arch are limited to a maximum of 7 feet. 4. Joint Material 510 04/17/86 Page 18 Except as otherwise indicated. coupling bands and other hardware for galvanized or aluminized steel pipe shall conform 10 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 lightly closed joint after installation. Pipes fumished 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: 101/2 inches wide for 2% inches x 1/2 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. 161/4 inches wide for pipe diameters of 78 Inches and greater. The bands shall Dave 4 cir- cumferential rows of projections. Unless otherwise indicated, all bolts for coupling bands shall be '/e 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 A164 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 prepaied 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 9pecilica- tion as above, applied to the bottom quarter of the circumference, to form a smopth pave- ment with a minimum thickness of 'A 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 lb/cu. yd of concrete. Thickness The lining shall have a minimum thickness of Vs inch above the crest of the corrugations. Page 19 04/17/86 510 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 510 04/17/86 Page 20 (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. d. Fiber Bonded 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 is waived for asbestos bonded pipe. 6. Slotted Drain Storm Sewers 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 wilh 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 'h inch ± annular space between pipe ends when joined together. Bands shall be drawn together by two '/ inch galvanized bolts through the use of a bar and strap suitably welded to the band. When 0 -ring gaskets are indicated they shall 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. 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. The pipes for the 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 3 A& 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. 510.3 Construction Methods (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 Mortar shall be composed of 1 part 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 puny may be added to the mix, but in no case shall it exceed 10 percent by weight of the total dry mix. (p) Vitrified Clay Pipe 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 tor vitrified clay bell and spigot pipe. 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 Section 00140, "General Conditions of Agreement ". Clearing the site shall conform to Item No. 102, "Clearing and Grubbing ". Maintainance of environmental qualify protection shall com- ply with all requirements of Section 00140, "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. If 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 as to the amount of trench left unfilled at any time. All excavation and backlilling shall be accomplished as indicated and in accordance with recommendations of the State Health Department Division of Occupational Safety. 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 connections, sewers, drains, conduits, ducts, 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. 1 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 '/ inch shall be used. For trenches up to 4 feet in width, sheet steel plates having a minimum thickness of 3 /. inches shall be used. In all cases, the plates shall overlay the top of the trench a minimum o118 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 satisfactorily 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 Section 00140, "General Conditions of Agreement ". Page 21 04/17/86 510 (2) , Water Line /New Wastewater Line Separation (3) 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 for use as potable water pipe, with a pressure rating for both the pipe and the joints 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. ' 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 as follows: 510 04/17/86 Page 22 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 of 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, "En- casement 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 and the top of the utility structure is within 18 inches of the bottom of the pipe, the pipe shall be either Ductile Iron or PVC, unless otherwise specified by the Engineer. (4) Trench Excavation Unless otherwise indicated, all underground piped utilities shall be constructed in an open cut with vertical sides from the bottom of the bedding 10 a point 1 foot above the pipe with a minimum trench width of 6 ". (Defined as the pipe zone.) The excavation above this point may be stepped and /or the sides laid back to a stable slope. Required vertical sides shall be sheeted and braced to the extent necessary to maintain the sides of the required vertical excavation throughout the construction period. Adequacy of the sheeting and bracing shall be the responsibility of the Contractor but shall be subject to review by the Engineer. After the pipe has been laid and the backbit 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 provision 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 for and shall be considered subsidiary to the pipe item bid. (5) Trench Width 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 relilled 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 fillings 11 necessary. (6) ( (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. 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. 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 least 36 inches of cover below the actual subgrade. (b) Where not otherwise indicated, all wastewater piping shall be laid to the following minimum depths: 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. 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 tracing, 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 baiting, 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. (9) Trench Conditions 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 backtilled. 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 limes be kept clean, dry and unobstructed. Where the soil encountered at established footing grade is a quicksand, saturated or unstable material, the following procedure shall be used unless other methods are indicated: Page 23 04/17/86 510 1 1 1 1 1 1 1 1 1 1 1 1 1 , 1 1 1 I 1 1 1 (12) Lines and Grades 510 04/17/86 Page 24 All unstable soils shall be removed to a depth oft feet below bottom of piped utility. Such excavation shall be carried out to the trench widths above. All unstable soil so removed shall be replaced with concrete seal foundation rock for the entire trench width or coarse aggregate materials placed in uniform layers not to exceed 6 inches, loose measure and compact4d by mechanical tamping or other means which will provide a stable foundation for the utility. , All forms, concrete seals, sheathing and bracing, pumping, additional excavation and backbit required shall be done at the Contractor's expense. (10) Blasting All blasting shall conform to the provisions of Section 00140, "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- pacting by the methods provided above. Where the trench cuts through storm or wastewater sewers which are known to be abandoned, these sewers shalt 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. 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 substantially. The boards and all location stakes must be protected from possible damage or change of location. The Contractor shall furnish good, sound twilled lines 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- lion 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. Prior to commencement of the Project, reviewed layout plans will be sent to the Contractor marked for construction. Should the Contractors 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 Where not otherwise provided, all piping shall be installed in a continuous envelope of sand, pea gravel, soil cement, cement stabilized or crushed stone meeting the requirements of materials above. The bedding material shall extend from 6 inches below to 12 Inches above the outer parts of the pipe, fittings and accessories for Water and Wastewater pipe and from 6 inches below the pipe to al least 15 percent of the overall height of the pipe for storm sewers, over the full width of the excavation between the undisturbed trench walls. • 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 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 installing 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 has been backfilled. Where not otherwise indicated all pipe bedding materials shall conform to one of the classifications described above. (a) Sand Bedding All sizes of storm sewers and pipe for Water and Wastewater lines up to 15 inches inside diameter may be installed in sand bedding. All pipe installed in trenches excavated by blasting, regardless of pipe size or materi- als, must be laid in pea gravel or crushed stone bedding. (b) Pea Gravel Bedding Water and Wastewater pipe up to 15 inches diameter may be installed in pea gravel beddi. l � (c) Crushed Stone Bedding Pipe may be installed in crushed stone bedding. The crushed stone shall be placed in lilts not to exceed 18 inches and compacted. (d) Soil Cement Soil cement shall be installed beneath welded steel water pipe when unsuitable foundation conditions are encountered. (15) Laying Pipe No pipe shall be installed in the trench until excavation has been completed, the bottom of the trench graded and 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 circumferential 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 debris shall remain in the drainways or drainage structures. 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 accessories 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 manufacturer's 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. Page 25 04/17/86 510 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Pressure pipe shall be laid with bell ends facing the direction of plpe installation. Pipe end bells shall be placed upgrade for all wastewater lines. Before Joining any plpe, 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 material 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 material 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 soft 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 dirt or foreign matter from entering the joint space. (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. (i) 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 alter 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 pint 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, 510 04/17/86 Page 26 (19) Placing Pipe In Tunnels ( 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, canva§ 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. Piping installed as a caner 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 s 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. Temporary Pipe Plugs, Caps and Bulkheads 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 ". (21) Corroslon 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 backfili shall be wrapped with 8 -mil (minimum) polyethylene film meeting ANSI /AWWA C -105 to provide a continuous wrap. (b) Corrosion Monitoring System 1. If indicated the corrosion monitoring 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- sutating 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 1/2 inch. Page 27 04/17/86 510 1 1 1 510 04/17/86 Page 28 1 (2) Using insulated copper cable metallurgically bonded to bdjacent 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 electrical discontinuity. 1 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. a. Both sides of insulating fittings. b. Intermediate locations along the line, such that the test 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 plpelaying length at the above locations, shall also be provided. g. 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 -volt rated Insulation suitable for direct burial. Prior to backfilling, the insulation shall be inspected for defects. All defects shall be repaired by approved methods. 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 installed 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 tine, 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 22 degrees and other bends as directed, shall be securely anchored by suitable concrete thrust blocking or by approved metal hamess. Unless otherwise indicated, on 24 inch or larger piping, all bends greater than 11 degrees shall be anchored as described herein. 1 1 1 1 1 � 1 1 1 1 1 1 1 1 1 ' 1 1 1 i 11 1 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 8 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 be @ring 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 Hamess •' I (1) 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 of 8 mil polyethylene film, to form a continuous protec- tive wrap. (c) Concrete Encasement, Cradles, Saddles and Seals The pipe shall not be laid, except where indicated or approved by the Engineer when the pipe is found to have less than 30 inches or more than 8 feet of cover or that the trench bottom is unstable or excessively wet. The Engineer shall be notified and he may direct the Contractor to install a concrete seal, cradle, saddle or encase- ment. Unless otherwise approved by the Engineer, all concrete cradles, concrete encasements, etc., shall be continuous and shall begin and end within 6 inches of the pipe joints. Concrete material and placement as seal, cradles or saddles shall be Class B, Item 403, "Concrete for Structures ". When Indicated, pipe will be cradled in concrete per the Standard Detail Drawing for Concrete Cradle. Con- crete for cradling will be poured after the pipe Is in place and has been blocked or braced to prevent floating or shifting. (d) Anchorage Bulkheads Concrete bulkheads keyed into the undisturbed earth shall be placed as indicated to support and anchor the pipe and /or backfiil against end thrust, slippage on slopes, etc. Concrete material and placement shall be Class A, Item No. 403, "Concrete for Structures ". (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 rip -rap and/or shaped retards shall be placed as detailed by the standard drawings as protection agalnst 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 end before backfiiling. 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 recommenciations with the Engineer's approval. Page 29 04/17/86 510 1 1 1 1 1 1 1 1 1' 1 1 1 1 1 1 1 1 1 1 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 entering 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 shell 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. 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 backf fling, 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. 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. Unless otherwise provided by the Contract, the Contractor shall, at his expense, perform all necessary ex- cavation, furnish 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. (c) 510 04/17/86 Page 30 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 0R14 and 200 psi AC and will retain and extract the coupon from the pipe. (25) Backrlling (a) General After the pipe has been bedded, laid, jointed, approved and any bedding envelope placed, backfilling shall be done immediately in accordance with the details indicated, with approved material, except that when mortar joints are used for jointing storm sewers, no backfill above the bedding shall be placed until the mortar has cured for at least 6 hours. During backfilling operations, no heavy equipment which might damage the pipe will be allowed until a mini- mum cover of 12 inches above the top of pipe is obtained. During the backfilling operations, special emphasis is placed upon the need for obtaining uniform backfill ma- terial and uniform compacted density throughout the length and depth of the structure. Extreme care is to be taken to insure proper backfill over the pipe. The maximum lift of backfill shall be determined by the equipment selected and in no case shall it exceed 18 inches, loose measurement. All backfill In streets and under structures will be tested by the City and must satisfy the specified density requirements conforming to Section 00344, 'Testing Laboratory Services" before final acceptance. (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 44 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 backfill 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 5. Foundation Rock 6. Blasted material with fines and rock 7. Cement stabilized material 8. Borrow Within the 100 year flood plan sand will not be permitted for bedding or 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 Page 31 04/17/86 510 1 1 1 1 1 1 1 1 1 ' 1 1 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 0120 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 tq Section 00344, "Testing Laboratory Services ". At any time, the Engineer may order proof rolling to test the uniformity of compaction of the backfill !ayer All irregularities, depressions, weak or soft spots which develop shall be corrected immediate by the Contactor. Should the backlit!, 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 material 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. 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 appropriate SDHPT 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 prior 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 stringent. Approval for all completed work in the railroad right of way must be obtained from the Railroad prior to final acceptance. (e) (g) Backfill in Easements Where not otherwise indicated, all backfill in easements across dedicated parkways, planting spaces, under or adjacent to utilities, structures, etc., shall satisfy all the requirements for backfill in streets Or under structures. Where there are no requirements for density, the Contractor may select whatever methods and procedures may be necessary to restore the entire work area to a safe, useful and geologically stable condition satisfac- tory to the Engineer and generally equal or superior to the conditions prior to construction. In and near the flood plain of all streams and watercourses and on all slopes subject to erosion by runoff, all backlili shall be compacted to at least 95 percent of maximum dry density as for street right of way, unless otherwise directed by the Engineer. All soil areas disturbed by the 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 re- placed to their original condition or better. No debris shall remain in the drainways or drainage structures. (26) Quality Testing for Installed Pipe (a) 510' 04/17/86 Page 32 Wastewater Pipe Acceptance Testing After the construction is complete, the Engineer shall determine whether the pipeline is to be tested for infiltra- tion and extillration by the low pressure air test method. 1 1 1 1 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Wastewater pipe installed In the City of Austin and its ETJ areas shall be tested for exfiltration and infiltration as described below In "Exfiltratlon Test" and "Infiltration Test" or by acceptable low pressure air test, as de- scribed below. At 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) Exfltration 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. After the pipeline has been filled and allowed to 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. • I (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 sleep 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.I. 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 cannot 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 0 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. (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 (if 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. Page 33 04/17/86 I 510 1 1 1 1 , 1 1 1 1 1 1 1 1 1� 1 1 1 I 11 1 1 After the Intemal test pressure Is reached, allow at least 2 minutes for the air temperature to stabilize, adding only the amount of alr required to maintain pressure. After the temperature stabilization period, disconnect the alr supply. Determine and record the time In seconds that Is required for the intemal alr pressure to drop tram 3.5 psig to 2.5 psig greater than the average back pressure of any ground water thpt 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 for 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 backfilled and all service laterals, fire hydrants and other appurtenances in- stalled and connected. a leakage test, followed by a pressure 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 furnish 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 alr vents are not located at all high points, the Contractor shall install corporation cocks at such points. (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. ( Allowable Leakage 510 04/17/86 Page 34 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 alr in the pipeline has been expelled and the pipe has been filled with water. The allowable leakage shall com- ply with AWWA C -600 which defines the allowable leakage as: L SD P 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. (28) Service Charges for Testing No charge will be made to the Contractor for the City's test equipment, inspection, etc., when the test results show that leakage is within the Indicated allowable limits. For each test, either for leakage or for pressure, which fails to meet the indicated requirements, the City's flat cl>arge of $50.00 for such tests will be charged to the Contractor and will be deducted from any funds due the Contractor. 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 (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, debris, gasket lubricant, etc., shall be washed from the line by swabbing with hypochiorite 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 sterilization 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 filled with disinfecting solution by feeding thglconcen- trated chlorine 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 pprh 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 chlorine 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 chlorine throughout the treated sec- tion of the pipeline. This heavily chlorinated 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 chlorine 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- teriological 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. After 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, backfiil and cleanup shall be coordinated as directed by the City. The Engineer shall regulate the amount of open ditch and may halt additional trenching if cleanup is not adequate to allow for orderly traffic flow and access. 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 materials unsuitable for or in excess of, backfill requirements. Immediately following the pipe laying work as it progresses, the Contractor shall backlill, 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 Page 35 04/17/86 510 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 •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, till 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. 510.5 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 rirade 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 foundation mat required shall be measured by the cubic yard of the unstable material removed between the next line of the trench to a depth 2 feet below the design bedding elevation. 510.6 Payment Payment for pipe, measured as prescribed above, will be made at the unit price 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 backlit] Is bid as a separate item. The foundation seal shall be paid for at the unit price bid per cubic yard, which shall be full payment or 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 Item No. 510 -C or D. Excavation and backfill, when included as pipe installation will not be measured as such but shall be included in the unit price bid for constructing pipe and measured as pipe complete in place including excavation and backfill. As established in the bid, pipe including excavation and ball 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 full compensation, in accordance with the pay items set in the bid, for excavation, furnishing, hauling and placing pipe including lugs and all incidental and subsidiary materials and work; preparing, shaping, dewatering and shoring of trenches; hauling, placing and preparing bedding; for connecting to new or existing systems or structures; for hauling, moving, placing and compacting backfill materials and for all other incidentals necessary to complete the pipe installation as indicated. (1) Pipe 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 foot shall include all clearing, ex- cavation, bedding material, fittings, plugs, lugs, pipe coatings, connection to the existing system, disposal of surplus materials, 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. (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 foot 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 ". 510 04/17/86 Page 36 1 1 1 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 btd 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 Hem, per linear foot, complete In place. (8) Cement— Stablilized Backfill Cement- stablilized backlit) shall be paid for at the unit price bid per linear foot and shall be full payment to the Con- tractor for furnishing and installing the required material, mixed, placed and cured complete in place. Concrete Encasement When called for in the Bid, Concrete Encasement shall be paid under Item No. 505, "Encasement and Encasement Pipe ". Payment, when included as a contract pay item, will be made under one of the following: End ( Pay Item No. 510 -A: Pay Item No. 510-B: Pay Item No. 510-0: Pay Item No. 510 -D: Pay Item No. 510-E: Pay Item No. 510-F: Pay Item No. 510-G: Pay Item No. 510-11: Pay Item No. 510-1: Pay hem No. 510-J: Pay Item No. 510-K: Pay Item No. 510 -L: Pipe, Dia (all depths). including Excavation and Backfill — Per Linear Foot. Concrete Seal or Cradle, Foot diameter pipe, complete in place — Per Linear Foot. Pipe Excavation, Foot Width — Per Linear Foot. Pipe Trench Backfill, Foot Width — Per Linear Foot. Concrete Trench Cap, complete in place, Foot Width — Per Linear Foot. Wet Connections ( dia x _ dia) complete in place, — Per Each. Pressure Taps ( dia x dia) complete in place — Per Each. Cast Iron or Ductile Iron Fittings complete In place — Per Ton. Concrete Cap and Encasement, Diameter Pipe, complete In place — Per Linear Foot. Cement Stabilized Backlit!, Diameter Pipe, complete in place— Per Linear Foot. Foundation Rock, complete in place — Per Cubic Yard. Coarse Aggregate, complete in place — Per Cubic Yard. Page 37 04/17186 510 (1) 511.3 Valves Item No. 511 Water Valves 511.1 Description This item'shall consist of valves furnished and installed as indicated. Unless otherwise indicated, all valves 3 inches and larger shall be AWWA -type valves of suitable design and fully equipped for service buried In the earth, without need for further modi- fication and shall be wrapped with 8 -mil polyethylene film with all edges and laps securely taped to provide a continuous wrap. Where not indicated, the Contractor may use valves with any type end -joint allowed for fittings of the pipe class being used. Unless otherwise indicated, all valve stems shall be adjusted to situate the operating nut not less than 30 inches nor more than 36 Inches below the proposed ground or paving surface of the finished project. 511.2 Materials One piece valve shafts which extend full -size completely through the valve disk, shall be made of Type 304 stainless steel if Isolated by double packings or compressible 0-rings from any contact with the liquid. Samples, Inspection and Testing Requirements All tests and inspections called for by the applicable standards shall be performed by the manufacturer. ypon re- quest, results of these tests shall be made available to the purchaser. I (2) Other Requirements Each bid shall be accompanied by: Complete data covering the operator, Including type and size, model number, etc., the manufacturer's name and address of his nearest service facility, the number of tums to fully open or close the valve, detailed instruc- tions for calibrating the limit stops for open and closed positions and any other information which may be necessary to operate and maintain the operator. Complete dimensional data and installation instructions for the valve assembly as it is to be installed, Including the operator. Complete replacement parts lists and drawings, Identifying every part for both the valve qnd operator. (1) Iron -Body Gate Valves Unless otherwise indicated, all valves shall conform to the current AWWA Specification C -500 for "Gate Valve for Ordinary Water Works Service" and shall be for burled service. (a) Stem Seals Gate Valves shall have O -ring stem seals for valves 12 inches and smaller. Conventional stuffing boxes and packing shall be used for valve sizes greater than 12 Inches (b) Operation All valves shall have nonrising stems with a 2 inch square operating nut, turning clockwise to close. (c) Gearing Gate Valves in 16 inch and larger sizes shall be geared and shall be the horizontal, level- geared type. (d) Bypass Valves Bypass valves shall be nonrising stem gate valves which meet the same standards as required of the main valve. (e) Valve Ends Valve ends shall be either push -on joint, mechanical joint, flanged or hub ends as indicated. (1) Gear Case Gear cases shall be the extended type, attached to the bonnet of the valve in such a manner as to permit repacking the valve stuffing box without disassembly. Page 1 04/17/86 511 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ( (2) Butterfly Valves Unless otherwise Indicated, all valves shall conform to the current "AWWA" Standard for "Rubber- Seated Butterfly Valves ", AW WA Specification C -504, Class 150B for burled service. (a) Functional Requirements Valves shall have flanged connections on both ends unless otherwise called for. Unless otherwise Indicated, valves which are stipulated to be motorized shall have the following: Vertical shafts with valve stem extension and bonnet of the length Indicated or as required to locate the centerline of the motor operator shaft approximately 4 feet 0 inches to 4 feet,6 inches above ground.' Electric motor operators with cast or malleable iron auxiliary override handwheel turning clockwise to close and valve disk position Indicator located on the operator. . - I Unless otherwise indicated, valves which are stipulated to have handwheels shall have vertical operating stems extended as specified and cast Iron or malleable Iron handwheels tuming clockwise to close. Where not otherwise indicated, valves shall have vertical operating stems extended as indicated or to approxi- mately 2 feet 6 Inches to 3 feet 0 Inches below ground and 2 Inch square "AW WA" operating nut. The rubber seat and mating surface shall be a full circle 360 degree seat not penetrated by the valve shaft. The rubber seat shall be so mounted that it can be replaced and/or adjusted with ordinary hand tools without dis- assembling the valve. On 24 inch and larger valves, the seat shall be completely replaceable and/or adjustable with common hand tools without disassembling the valve from the pipeline. Unless otherwise indicated, motorized butterfly valves shall have a 230/460 volt, 3 -phase reversing motor - operators extended above ground and all necessary controls (except signal wires) for both local and rimote operation, with manual override and handwheel (see Standard Products List, QPL and Specification W Wr102). (3) 511 04/17/86 Page 2 (b) Performance Requirements Unless otherwise indicated, valve operators shall be sized to seat and unseat and open and close the valve with 150 psi shutoff pressure differential across the disk and allow a flow velocity of 16 feet per second past the disk. Brass (Bronze) Valves Unless otherwise indicated, brass gate valves shall be those makes and models included in the Standard Product List (QPL WW-174). Brass globe valves by the same manufacturers will be acceptable when required. (4) Air- Vacuum Release Valves Unless otherwise indicated, these valves shall be as included in the Standard Products List (QPL WW-367). (5) Fire Hydrants All fire hydrants shall be the "break- away" traffic models with 51/4 inch valv 17' openings as included in the Standard Product List (QPL WW -3). h\ 511.4 Construction Methods � Setting Valves, Drains and Alr Releases Unless otherwise indicated, main line valves, drain valves and piping, air and vacuum release assemblies and other miscellaneous accessories shall be set and jointed in the manner described for cleaning, laying, and Jointing pipe. Unless otherwise Indicated, valves shall be set In line with the radius point and the corresponding point of curvature or point of tangency of adjacent curbs or right of way lines. Valves shall be installed and the stems adjusted so that the top operating stems will be at the proper depth required for the piping at the location Indicated above. Valve boxes and valve stem casings shall be firmly supported and maintained, centered and aligned plumb over the valve or operating stem, with the top of the box or casing installed flush with the finished ground or pavement in existing streets and installed with the top of the box or casing approximately 6 inches below the standard street subgrade in streets which are excavated for paving construction or where such excavation is scheduled or elsewhere as directed by the Engineer. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (2) Setting Fire Hydrants (3) (5) ( Drainage branches or air blowoffs shall not be connected to any sanitary sewer or submerged in any stream or be Installed In any other manner that will permit back slphonage Into the distribution system (see "Standard Detail Drawings "). Every drain line and every alr release line shall have a full sized Independent gate valve flanged directly to the main. Flap - valves, shear gates, etc., will not be accepted. Fire hydrants shall be located in a manner to provide accessibility and in such a manner that the possibility of dam- age from vehicles or Injury to pedestrians will be minimized. Unless otherwise directed, the setting of any !hydrant shall conform to the following: When placed behind a curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 nor more than 24 inches from the gutter face of the curb or less than 20 feet from the curb line intersection of any street. If set between streets, the hydrant shall be placed as directed by the Engineer. When set in the lawn space between the curb and the sidewalk or between the sidewalk and property line, no portion of the hydrant or nozzle cap shall be within 6 Inches of the sidewalk. All hydrants shall stand plumb and shall have their nozzles parallel with or at right angles to the curb with the pumper nozzle pointing normal to the curb. They shall conform to the finish grade with the hydrant bury mark approximately level with the ground or other finish grade, with the large pumper nozzle approximately 18 inches above grade as indicated without the use of hydrant extensions except where authorized by the Engineer. Each hydrant shall be connected to the main pipe with the 6 inch Ductile Iron branch. Below each hydrant, a drainage pit 2 feet in diameter and 2 feet deep shall be excavated and filled compactly with coarse gravel or broken stone mixed with coarse sand under and around the blow of the hydrant, excep( where thrust blocking Is situated and to a level 6 lnches above the hydrant drain opening. No hydrant drainage pit shall be connected to a sanitary sewer. The bowl of each hydrant shall be well braced against unexcavated earth at the end of the trench with concrete thrust blocking (taking care not to obstruct the hydrant drain holes) or it shall be tied to the pipe with approved metal harness rods and clamps. Hydrants shall be thoroughly cleaned of dirt or foreign matter before setting. Pressure Taps 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. Unless otherwise provided by the Contract, the Contractor shall, at his expense, perform all necessary excavation, furnish and install the tapping sleeve, valve and accessories, provide the tapping machine, drill the tap, unless other- wise specifically provided for and shall block, anchor and backfill the piping, valve and all acpessories, place the new piping in service and perform all site cleanup. Where the plans or other contract documents stipulate that the City will "make the tap ", City forces are not obligated or expected to perform any work except to provide the 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. (4) Plugging Dead Ends 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 section VIA -3.10, "Pipe Anchorage, Support and Protection ". Protective Covering Unless otherwise indicated, all flanges, nuts, bolts, threaded outlets and all other steel components buried and in contact with earth or backfill shall be wrapped with 8 -mil (minimum) polyethylene film meeting ANSI/AWWA Specifi- cation C- 105 - current, with all edges and laps taped securely to provide a continuous and watertight wrap. (6) Valve Stem Casing and Cover Use City of Austin Standard (see "Standard Detail Drawings "). Drain Valve Installations Use City of Austin Standard (see "Standard Detail Drawings'). (8) Air Release Assemblies Use City of Austin Standard (see "Standard Detail Drawings "). Page 3 04/17/86 511 (9) . Pressure Reducing Valves Where pressure In the City lines exceeds 80 psi, "Pressure Reducing Valves" approved by the City will be included In the customers' water service piping at a location approved by the City (see Standard Product List, QPL WW-139). (10) Connections to Existing System 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 the Water Support Services Division before beginning any work on such connections. (11) Shutoffs The City of Austin will make all shutoffs on existing mains where more than 1 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 1 valve will be operated, the Contractor may operate the valve under the Immediate supervision of the Engineer's field representative. 511.5 Measurement Fittings satisfactorily furnished and installed in accordance with this item shall be measured per pound. Valves, fire hydrants and wet connections installed as prescribed above shall be measured per each. Fire hydrant barrel extensions completed as speci- fied above shall be measured per vertical toot. 511.8 Payment Payment shall be made for finished work and Include all labor, tools, materials, constructing and completing the Item on which payment is made. (1) Fitting Cast iron and Ductile Iron fittings furnished in accordance with these specifications will be pail for on the basis of the scheduled weights given in the applicable specifications for the fittings furnished. Steel cylinder concrete pipe fittings will not be paid for separately. The Contractor shall include these in his bid for the laying of pipe. (2) Valves Valves will be paid for at the unit price bid, including valve stem casing and cover, excavation, setting and adjusting to proper grade and anchoring in place. Automatic Release Valves Installation of air release assemblies shall be paid for at the unit price bid per valve installation and shall include threaded valve or corporation cock, pipe, fittings, concrete meter box and cover, complete in place. (4) Fire Hydrants Fire hydrants will be paid for at the unit price bid per each and shall not include pipe, fittings and valves between the main line and the fire hydrant. (5) Flre Hydrant Barrel Extensions 1 In cases where the bury of the fire hydrant Is greater than 4 feet, the barrel extension will be'paid for by the vertical foot, complete In place, Including rod extensions, bolts and all other required accessories. (6) Wet Connections Wet connections shall be paid for at the unit price bld per each, complete in place, according to the size of the main that Is in service and shall be full compensation for the work, except that cast iron fittings shall be paid for as a separate item. Payment will be made under one of the following: Pay Item No. 511 -A: Fittings — Per Pound. Pay Item No. 511 -B: Valves, Type — — In Dia — Per Each. Pay Item No. 511 -C: Fire Hydrants — Per Each. Pay Item No. 511 -D: Flre Hydrant Barrel Extensions — Per Vertical Foot. Pay Item No. 511 -E: Wet Connections (— dia. x _ dia) — Per Each End (3) 511 04/17/86 Page 4 I SECTION 06 SECTION 06 PUMPS Sludge Return Pumps and Motors 6.01 General The packaged system shall be mounted on a existing six (6) foot dia. concrete manhole and shall include all needed equipment, factory installed on a common steel cover and the equipment shall be protected by a fabricated house that shall slide back for easy access to pumps and controls. The equipment shall include two (2) self priming sewage pumps with motors V -belt drives as required, all piping and valves ready to connect suction pipes and to discharge main, all electrical control equipment, blower and wiring and liquid filled pressure gauges (5 psi increments). 1. Furnish two (2) complete pumping units. 2. The units to self- priming with motor and drive belt 3. Manufacturer to be Hydromatic Pumps or other approved manufacturer. 6.02 Performance Each pump to meet the following conditions at rated point: Capacity = 400 gpm TDH = 40 foot RPM = 1400 RPM 6.03 Motor Characteristics 1. Power Supply - 480 volts, 3 phase, 60 hz 2. Motors - High thrust, 1800 rpm, 1.15 service factor. Each motor shall be 10 H.P. minimum for each 400 gpm pump. tspecwtp /spec2sm 4 6.04 Electrical Motor A. General B. Size C. Type t.,.c.t, /.,.c2.. This item covers motors to be furnished as integral part of pumping units for outdoor installation. The motor shall be mounted on a fabricated steel frame and connected to the pump with a V -belt drive using a minimum of two belts. The frame shall be constructed so that the motor can be moved to adjust belt tension without disturbing piping or pump. Belt and sheaves to be covered with a proper guard. All bolts used to attach pumps, motor mounting frames, man hole cover and level control cover to common steel cover shall be stainless steel. Motor sized to operate continuously and without exceeding the nameplate rating for all pump loads from shut off to minimum head. Horizontal motors with Class F Insulation, TEFC enclosure. D. Construction Motors shall be shielded drip -proof with a 1.15 service factor. E. Standards Conform to NEMA requirements for electrical motors. F. Furnish motor manufactured by General Electric, Westinghouse, U.S. or approved equal. G. Submittal 6.04 - IA ELECTRICAL CONTROL PANEL 6.05 Pumps The following information shall be submitted with drawing for review: a) Name of motor b) Horsepower c) Phase d) Efficiency curves. e) Voltage f) Speed g) NEMA Design Starting Torque h) Full load and current All electrical equipment for controlling pumps shall be mounted in a NEMA III enclosure and to be mounted on the outside of rigid pump cover wall. Electrical rating shall be for 460 volt, 3 phase, 60 Hz power for 10 hp duplex operation. Electrical Equipment shall include a circuit breaker for each pump, a magnetic contactor for each pump, a 3 leg overload block for each pump, an alternating relay and a control voltage transformer for 115 volts control circuit. A terminal block shall be furnished for connecting level controls. A Hand - off -Auto switch and run light shall be supplied for each pump. The existing power is 460 volt, the Contractor shall provide a 3 KW transformer for blower, duplex receptacle and light. A. General - Furnish pumps in compliance with designated performance. B. Impellers - Two vane, semi -open ductile iron, four (4 ") inch size. C. Impeller Shaft - Heat treated, medium carbon, stress relieved steel with extremely low deflection characteristics. Shaft to be fitted with a stainless steel sleeve. 6.05.1 D. Pump Case - Heavy cast iron body, designed to permit replacement of parts without extensive piping disassembly. Lifting eyes where required shall be provided. The pump casing shall be designed so that sufficient liquid is retained in the case to reprime, even if suction check (flap) valve is held open by objects causing liquid to drain back to sump when pump is idle. t•,•c.t•/•••c1.• Pump Installation General This item describes the methods and procedures for installing centrifugal pumps. Setting Pumps The Contractor shall align and position pumps to achieve all manufacturers requirements for proper installation. This includes the positioning of all piping such that no strains are transferred to the pumping units. Pump House A fabricated shed pump house shall be provided to cover pumps and equipment. The house shall slide horizontally on rollers, so that it can be moved for installation of equipment and for checking equipment after installation. One end wall of the house shall be permanently attached to well cover and shall be rigidly supported. The blower, service light, and duplex receptacle shall be mounted on the inside of this wall. Each is to be protected by a 15 amp breaker in the common breaker box mounted on the inside rigid wall. The house shell and other end wall shall be removable as a unit by sliding back on rollers attached to sump cover. The pump house cover shall be insulated on inside with minimum 1/2" application of spray -on type insulation with good insulations qualities. The insulation shall have also provide sound proofing. installation Certificate The Contractor shall submit to the Engineer a signed statement from the pump supplier that all equipment installed meets with the supplier's approval and is ready for start -up. Flow Test A flow test of the completed pumping installation shall be conducted prior to acceptance by the Owner. The Contractor shall supply all personnel, equipment and tools necessary to complete the flow test. The test shall be conducted with the plant in- operation and when the plant is not in- operation. The pump capacities shall be measured by monitoring the change in water elevation at the flow control structure and /or the lagoon structures and noting the pressure head readings on the pump discharge piping. The test shall also include at (east one cycling of the pumps by the level controls in the pump vault. Level controls The sump level shall be controlled by Hydromatic M/N 3900 mercury tube float type (or approved equal) Level switches with 20 ft power cords. The controls shall be supported by the control cord with a weight attached to the cord to hold control at the proper level in the sump. Height ofcontrol shall be adjusted at the sump cover and a separate removable plate shall be furnished in the cover so that controls can be removed for service as required. Three (3) level controls are required for the duplex operation of the pumps. The lower control shall turn off the pumps; the first middle control shall start the pump and alternate pumps on each successive cycle; the upper override control shall start both pumps if level rises to this height. Alarm A red flashing alarm light shall be provided. This light shall be controlled by a 3900 level switch (or approved equal) with ample length to be easily adjusted at the sump cover. tspecwtp /spec2s■ 8 Blower A spiral cage blower with a capacity of 270 CFM at 0.5 inches of water shall be provide for ventilation. The blower shall be thermostatically controlled for operation at a turn -on temperature of 80 F (adjustable). The blower discharge shall be in the stationary wall and shall be screened with stainless steel or galvanized mesh, 1/8 to 1/4 openings. Painting Bottom of sump well cover to be coated with coal tar epoxy. Steel to be cleaned and prepared to SSPC-SP6 commercial blast. All other surfaces of equipment to be primer painted with a polyurethane primer and finish painted with a urethane type painted. Color to be desert sands. Special Precaution Check setting of impellers and make sure rotations elements are free and corrected prior to turning on power. See also Installation Certificate. tspecwtp /spec2sm 9 6.05.2 Piping Piping shall be 6" standard pipe size. Discharge piping will incorporate a combination check and shut- off valve on discharge of each pump and will terminate at the standard flange of a plug valve attached to common discharge tee The suction of each pump shall terminate in a standard pipe flange at each suction elbow attached to suction flange of each pump. Suction and discharge piping to be supported with adjustable brackets. Air bleed -off line for each pump shall be piped from top of pump volute to discharge into wet well. Each bleed -off line shall be piped with 3/4" fittings and include a gate valve. All piping and valves shall be of flanged type. 6.06 Measurement and Payment All pump, fittings, valves and appurtenances will be measured and paid for at the lump sum prices as listed in the bid schedule, unless otherwise listed. tspecwtp /spec2se 10 SECTION 07 SECTION 07 ELECTRICAL 7 -01 Description The work covered by this section of the Specifications consists of furnishing all labor, equipment, supplies, and materials, including cutting, channeling, and chasing, necessary for the installation of a complete motor center and other electrical controls as indicated, in strict accordance with this section of the Specifications and the applicable drawings, and subject to the terms and conditions of the contract. 7 -02 Applicable Specifications and Standards The following Specifications and standards shall form a part of these Specifications: 7 -03 General Conditions National Board of Fire Underwriters, National Electrical Code (Current Edition) Round Rock Ordinance # 2509 (Electrical code) Underwriter's Laboratories, Inc. (Standards) The electrical division of the work is a part of the general contract, and the general conditions, including any supplementary general conditions, which precede the main body of the Specifications and shall govern all materials and labor to be furnished under this section of the Specifications and all procedures. 7 -04 Plans and Specifications The Specifications are accompanied by the Plans showing the location of all outlets and the details of the proposed electrical installation. The Drawings and these Specifications are complimentary, each to the other and what is called for by one shall be binding as if called for by both. The Contractor shall, upon completion of the electrical installation, provide the Engineer with drawings and details of electrical work that differs from the Contract Documents. In case of conflict in the Drawings and the Specifications, the one requiring the larger capacity or better quality shall govern. All equipment requiring electrical power, specified under this or other sections of the Specifications or Drawings shall be connected complete. 7 -05 Codes, Permits and Inspections ,•••e•e,i•, •ez•• The installation shall comply with all Local and state laws applying to electrical installation, and with the regulations of the latest issue of the National Electrical Code, where such regulations do not conflict with the laws and local ordinances now in effect. These regulations shall be considered as minimum requirements. The Drawings show the installation as it shall be installed with the minimum requirements of the codes above as a base, and all cost incident thereto shall be included in the Contractor's Bid. The Contractor shall obtain all permits and licenses required by the local ordinances and shall include the costs of all such permits, required for this installation of his bid. Upon completion of the work, the Contractor shall furnish the Engineer a certificate of final inspection and approval from the appropriate local inspection authority. 7 -06 Progress and Guarantee The Contractor shall coordinate the progress of the electrical work with the progress of the work of the other trades on the job, and shall complete the electrical installation as soon as possible. The Contractor shall leave the entire electrical installation in proper working order an shall, without additional charge, replace any work or material which develops defects, except from ordinary wear and tear, within one (1) year from the date of the Owner's acceptance of the project. 7 -07 Cutting:Repairing The Contractor shall do all cutting, channeling, patching, etc., incidental to the electrical work. He shall arrange with the General Contractor for all necessary work openings or chases. 7 -08 Basic Materials and Methods All materials shall be new and shall conform with the standards of Underwriter's Laboratories, Inc. in every case where such a standard has been established for the particular type of material in question. All work shall present a neat and mechanical appearance when complete and shall be executed in a workmanlike manner. In all cases the work shall be done to the satisfaction of the Engineer. 7 -09 Conduit System ,,,,,,,, i.,.C2.. All above ground wiring installation on the project shall be run in an enclosed system of conduit unless specifically provided or necessitated otherwise by the conditions of the installation. Unless provided otherwise, all conduit shall be galvanized, heavywall, rigid metallic with fittings of corresponding quality and design as manufactured by Triangle, National Electric or approved equal of sufficient size to meet code requirements for the conductors to be installed, but in no case smaller than one half inch (1/2"). The conduit system shall be arranged and installed in such manner as to give the facility the utmost degree of reliability and maintenance -free operation. The conduit shall have an appearance of having been constructed by competent workman. Kinked conduit, conduit inadequately protected or swabbed, carelessly threaded and joined do not give such reliability and maintenance -free operation and will not be accepted. All conduit runs shall be exposed on walls and underside of roof slabs, unless indicated otherwise. All conduit runs shall be made parallel or at right angles to the building lines. All conduit ends shall be reamed out after threading, capped and kept dry during construction. All conduit shall be swabbed out before wires are pulled in and only approved lubricants shall be used except powdered soapstone. Bends in rigid conduit shall be made with an approved bending device unless factory bends are called for. Pipe sleeves of minimum #22 gauge galvanized steel shall be installed for all conduit that pass through concrete floors or walls. The sleeve shall be properly secured in place with approximately 1/4" space between each sleeve and the surface of the pipe. Where conduits enter the building underground from outside, Schedule 40 galvanized sleeves shall be used. The space between the sleeves and the conduit shall be caulked with a suitable plastic expandable compound that will prevent the entrance of moisture. All conduit shall be equipped with double locknuts and steel body, plastic insulating bushings where such conduit enter panelboards, pull- boxes, junction boxes, wireways and the like. All conduit that enter into equipment free of the metal cabinet work and also where indicated, shall be equipped with a grounding type insulated bushing. A copper grounding conductor shall be bonded to the cabinet. 7 -10 Conductor framework and to the grounding lug of the insulated bushing. Conduit shall enter all panelboards, pullboxes, junction boxes, outlet boxes and the like straight and true. Conduit installed cocked or not plumb will not be accepted and work so installed shall be replaced by the Contractor. Neoprene jacketed metallic - flexible conduit shall be used to extend conduit connections to all motors and other comparable pieces of equipment or as indicated on the Drawings. The length of flexible connection shall not be less than 24 inches. All underground wiring will be placed in direct burial PVC rigid conduit using an approved grounding conductor installed in accordance with the recommendations of the manufacturer. A 2" thick cap of 1500 psi concrete will be poured over the underground conduit. The top of the concrete cap will have 24" of cover. With warning tape within 12" of surface. A complete system of conductors shall be installed in the raceway systems. Conductors, unless otherwise indicated, shall be thermoplastic- insulated type THW or THHN. THHN shall be 70 wire or THWN. Home runs may be combined in one conduit, provided all connections are in accordance with National Electrical Code requirements and the maximum unbalanced current in the neutral does not exceed the capacity of the conductor. All conductors are to be copper. 7 -11 Electrical Service System The primary and secondary lighting and power service will be as indicted on the Drawings. The Electrical Contractor shall furnish and install the service and the service equipment as shown on the Drawings. The Electrical Contractor shall furnish and install all enclosed safety switches complete with current limiting fuses where shown on the Drawings. Items installed outside shall be "raintite ". 7 -12 Grounding System The conduit system and neutral conductor of the wiring system shall be grounded. The ground connection of the electrical system neutral and conduit system shall be made at the main service switch. A bare copper ground es,•ese, /.,etas. conductor, sized in accordance with the National Electrical Code shall be provided. Secondary equipment in isolated locations shall be effectively bounded and permanently grounded. The ground shall serve for both the electric and equipment when applicable. 7 -13 Temporary Power Temporary power shall be provided by the Contractor. 7 -14 Branch Circuits Branch - Circuit conductors shall not be smaller than No. 12 AWG, except that conductors for branch circuits whose length from panel to center of load exceeds 100 feet shall not be smaller than No. 10 AWG. Conductors for control circuits may be No. 14 AWG. Conductors shall be continuous from outlet to outlet, and no splices shall be made except within outlet or junction boxes. Junction boxes may be utilized where required. Wire connectors of insulating material shall be utilized for all splices in wiring. 7 -15 Electrical Power Equipment 7 -15.1 Control Equipment The Contractor shall furnish and install all motor starter and electrical control equipment as noted on the Drawings. All starters furnished shall be of the same make. 7 -15.2 Control Wiring The Contractor shall furnish and install all wiring. All control wiring shall be tagged in each box and at each termination. The controls shown on the Drawings are for the convenience of the Contractor and may not be complete in all details for the equipment selected for installation. The Contractor shall coordinate all work an equipment installation to insure that all components of electrical control system will perform their intended function. e.,.c.e,i.r c¢.. All control wiring shall be installed in strict accordance with this and other paragraphs of the electrical specifications. Transformers Transformers may be required on certain installations where operating voltages other than that furnished by the power company are required. In such cases, the Contractor shall furnish and install the necessary transformer(s) which shall be Dry -Type General- Purpose of proper type and size for the intended load as manufactured by G.E. or approved equal. Phase Monitoring Relays Phase Monitoring Relays shall be furnished for all 3 phase motors 5 HP or larger to protect the motors from a phase unbalance or phase reversal on the 240 or 480 volt, 3 phase, 3 -wire incoming power service. Install the relays in the pump motor starter enclosures or in a separate enclosure. Cutler - Hammer Type "P ", Catalog #D60 -N, or approved equal, monitoring relays shall be installed. 7 -16 Electric Motors Electric motors shall be of the size and voltage shown on the Plans and shall conform to the standards of the American Institute of Electrical Engineers. Enclosures for motors shall be waterproof. For motors connected to pumps or drive units, the motor shall have thrust bearings of adequate capacity to safely carry the weight of rotating parts and any unbalanced thrust. Motors shall be General Electric, Westinghouse, or approved equal 7 -17 Shop Drawings 7 - 18 Guarantee Complete electrical and dimensional drawings, along with a detailed functional description shall be provided prior to fabrication for approval by the Consulting Engineer. Complete catalog literature detailing component capabilities shall also be included. All control equipment shall be guaranteed against defects in material and workmanship for a period of one (1) year from the date of system acceptance. 7 -19 Measurement and Payment No separate payment for work performed under this item. Include cost of same in contract price bid for item of which this work is a component part. SECTION 08 8 -01 Description 8 -03.2 Paint The work covered by this section of the Specifications consists of structural painting, paint removal and other associated work as shown on the Plans and described herein. 8 -02 Applicable Specifications and Standards The following Specifications and Standards shall form a part of these Specifications: Steel Structures Painting Council (SSPC) American Water Works Association 8 -03 Paint System - Structural Steel 8 -03.1 Preparation The structural building steel shall be cleaned and prepared prior to any paint application. The Contractor shall machine tool clean and solvent wipe all beams, purlins, rafters, columns to obtain a degree of preparation more fully described in SSPC -SP1 Solvent Cleaning and SSPC -SP3 Power Tool Cleaning. Solvent Cleaning Hand Wiping of surfaces to remove oils, grease, dirt and other residue adherent to steel surfaces. Power Tool Cleaning This includes wire brushing, scrapers and grinding as necessary to remove loose paint, mill scale, and other inorganic substances. One coat epoxy system suitable for application over previously painted surfaces. Paint shall have high build properties and be suited for outdoor exposure. Final coating shall be a minimum of six (6) mils. Approved Products tspecwtp /spec2sm 18 Approved Products Painting manufacturers for coating shall be as follows or approved equal: 1. Ameron (Amelock 400) 2. Tnemec (Series 66) 3. Approved equal Color Color shall be approved by the Owner. 8 -03.3 Paint Removal - Walls The concrete walls shall be sand blasted to remove all existing paint and paint residue to such a degree that a uniform clean concrete surface remains. No painting of the concrete walls is proposed. Sand for blasting shall be a sharp white silica sand of fine grade mesh. This sand shall be clean, dry and free of clay particles and other extraneous matter. The Contractor shall submit for approval the type of sand proposed to be used. The compressed air used for blasting shall be free of detrimental amounts of water and oil; compressors shall have adequate traps and separators. Cleanup The Contractor shall remove all debris resulting from the paint removal process. This shall include all paint chips, sand and other debris resulting from the paint removal process. 8 -03.4 Paint Application General All work shall be done in a workmanlike manner, so that the finished coating will be free from holidays, pin holes, bubbles, runs, drips, ridges, waves, laps, unnecessary brush marks and variations in color, texture and gloss. All coats shall be applied in such a manner as to produce an even film of uniform thickness. tspecwtp /spec2sm 19 t,,•,,,, /•,•cram Labeling, Storing, Mixing and Film Thickness All materials shall be brought to the painting jobsite in the original sealed and labeled containers of the paint manufacturer. The painter shall apply each coating at the rate and in the manner specified by the manufacturer. If material has thickened or must be diluted for application by spray gun, the coating shall be built up to the same film thickness achieved with undiluted material. Deficiencies in film thickness shall be corrected by the application of additional coats of paint. Paints which can be harmed by exposure to cold weather shall be stored in heated shelters. During application, the paint in the spray tank or other working container shall be not less than 50 degrees fahrenheit. Atmospheric Conditions No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 50 degrees fahrenheit. No paint shall be applied when the temperature of the surface to be painted is below 50 degrees fahrenheit. Paint shall not be applied to wet or damp surfaces, an shall not be applied in rain, snow, fog or mist, or when the relative humidity exceeds 85 percent or when it can be anticipated that the air temperature will drop below 40 degrees fahrenheit within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated, and if such conditions are prevalent, painting shall be delayed until mid - morning to be certain that the surfaces are dry. The day's painting shall be completed well in advance of the probable time of day when condensation will occur, in order to permit the film an appreciable drying time prior to the formation of moisture. During periods of inclement weather, painting may be continued by ensuring minimum air, surfaces an paint temperatures prescribed above are maintained. Paint shall not be applied to surfaces which are hot enough to cause blistering or pin holes in the film. Protection of Paint Surfaces Where shelter or heat is provided paint surfaces during inclement weather, such as protective measure shall be maintained until the paint film has dried, or discontinuation of the measures is authorized. Items which have been painted shall not be handled, worked on or otherwise distributed until the paint coat is completely dry and hard. Drying Time Prior to Immersion Drying time prior to immersion, installation or otherwise handling painted surfaces shall be as recommended by the paint manufacturer. Inspection All painting will be inspected for applied coating thickness and for pinholes and holidays. Such inspection will not relieve the Contractor of the responsibility of furnishing qualified labor and materials in strict accordance with the specifications. The Contractor shall also 'furnish an approved type dry mil gauge apparatus to measure the dry film thickness. The Contractor shall also furnish holiday detector devices. Holiday detector devices shall be approved low- voltage type. All of the above inspection gauges shall be furnished and on the job before painting operations are allowed to proceed, and shall remain on the job until its completion and acceptance. The Contractor or his representative shall instruct on the proper use and care of all such gauges. Thu above required testing gauges furnished are returnable to the Contractor upon completion of the job. The cost of furnishing all of the above required gauges shall be borne by the Contractor. 8.04 Measurement and Payment This item shall be paid for at the indicated contract bid price. tspecwtp /spec2sm 20 SECTION 09 SECTION 08 SLIDE GATES 8.01 General The gates shall be self - contained with yoke, benchstand operators, and non - rising stems. Specific gate configuration shall be as shown on the plans. Manufactures A. Waterman Industries B. Approved Alternate. 8.02 Frame and Cover (Slide) 8.03 Stem The frame and cover (slide) shall be cast iron with machined bronze seating faces. The frame shall be flange back with 125 lb. drilling, while the cover shall be of domed design to withstand maximum seating head of 60 feet, or unseating head of 10 feet. A stainless steel guide rail shall be mounted to frame to form a guide slot for flat vertical sides of cover and arch. the guide rail and headpiece, whether it be separated or integrally cast with frames, shall be designed to withstand the total thrust of the gate slide due to water pressure and wedging action. A heavy duty cast iron arch, pivoting about a center positioned cast iron wedge located on cover, shall be provided to uniformly distribute wedging action over entire seating surface. Predetermined stops on frame shall stop arch at lowermost position of travel, while allowing cover to continue and wedge against arch, forcing seating surface together. The stem shall be of suitable length and ample strength for the intended service. Any portion of the stem subject to thrust force, shall be capable ,of withstanding twice the rated output of the operator at 40 pound pull, shall be supported such that a L/R ratio for the unsupported part of the stem shall not exceed 200. The stem shall be non - rising. tspecwtp /spec2sm 22 8.04 Operators 8.05 Material 8.06 Handwheel 8.07 Payment The screwhead shall be mounted on top headrail, and shall include handwheel (2" spare nut optional) located above gate as shown on plans. Handwheel type lifts shall have threaded bronze lift nut to match stem. Threads shall be machine cut, acme type, and left hand. An arrow shall be cast on the handwheel to indicate the direction or rotation to open the gate. A maximum effort of 40 pounds shall be required to operate the gate after it is unseated. Frame, Cover (Slide), Handwheel, Screwhead -Cast Iron, ASTM A -126, Class B. Rails - Stainless Steel, ASTM A -276 Type 304. Lift Nut - Free Cutting Brass, Alloy 360. Assembly Hardware and Fastener - Stainless Steel ASTM A -193 and 194. Paint - Manufacturers Standard, AWWA approved for potable water service. Cast iron pieces to receive protective coating. The handwheel shall be a pedestal type cast iron gate lift. The handwheel shall be off centered as shown on the plans. The Contractor shall supply a handwheel from the same manufacturer as the slidegate. This item shall be paid for at the indicated contract bid price. tspecwtp /spec2s■ 23 WHEREAS, the City of Round Rock has duly advertised for bids for the 1991 Water Plant Modifications, and WHEREAS, Jezek Construction Company has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Jezek Construction Company, Now Therefore BE IT RESOLVED BY THE CITY COUNCIL OF ROUND ROCK, TEXAS, That the bid of Jezek Construction Company 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 Jezek Construction Company for the 1991 Water Plant Modifications, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this llth day of March, 1991. ATTEST: RS03111C nu. deairLdi E LAND, City Secretary RESOLUTION NO. l5 ( 7 c i f Z `f MIKE ROBINSON, Mayor City of Round Rock, Texas Mayor Mike Robinson Mayor Pro -tem Charles Culpepper Council Members Robert Stluke Tzsh Oatman Pete Correa Earl Palmer Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L. Sheets DATE: THE CITY OF ROUND ROCK 221 East Mazn Street Round Rock, Texas 78664 512-255-3612 March 1, 1991 TO: AL Wille, P.E., Senior Engineer MEMORANDUM FROM: Steven Miller, P.E. Staff Engineer SUBJECT: 1991 Water Plant Modifications Two (2) bids were received on February 28, 1991 for the above mentioned project (see attachment). Jezek Construction Co., a local firm, submitted a proposal for $44,658.50. The second bidder was W. K. Jennings Electric of Austin and their bid was $53,395.00. Two other contractors purchased plans and specifications, Austin Engineering and Psencik Construction. I recommend that the City Council award the project to Jezek Construction Company. This is a reputable contractor who has successfully completed several projects for the City. This project should not be delayed any longer due to the current status of the sludge lagoon structures. Mayor Mike Robinson Mayor Pro -tem Charles Culpepper Council Members Robert Stluko Tisk Oatman Pete Correa Earl Palmer Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L Sheets THE CITY OF ROUND ROCK 221 East Main Street Round Rock, Texas 78664 512- 255 -3612 DATE: March 1, 1991 TO: AL Wille, P.E., Senior Engineer MEMORANDUM FROM: Steven Miller, P.E. Staff Engineer SUBJECT: 1991 Water Plant Modifications Two (2) bids were received on February 28, 1991 for the above mentioned project (see attachment). Jezek Construction Co., a local firm, submitted a proposal for $44,658.50. The second bidder was W. K. Jennings Electric of Austin and their bid was $53,395.00. Two other contractors purchased plans and specifications, Austin Engineering and Psencik Construction. I recommend that the City Council award the project to Jezek Construction Company. This is a reputable contractor who has successfully completed several projects for the City. This project should not be delayed any longer due to the current status of the sludge lagoon structures. ������� E of oVpp R � � THE CITY OF ROUND ROCK ®����.•" ° • , / 11 : f�1,, PUBLIC WORKS DEPARTMENT v°� 5 >: I m; 221 East Main S treet ®` ---'16I70*...--, ir: Zg 0 ;, • ����'.��• ''�'E Round Rock, Texas. 78681 r's- - 0,. i •. �. .4....... -` (5121 255 - 3612 BID TABULATION fo 9C °9 GG52 10;. °F9IST. ° ° °• q Nr vk B M IDS EXMNDED AND CHECKED ate 40. S. Miller ° n �' `TE: 3/01/91 Pis Et T °• , 1 OF 1 CONTRACT : 1991 Water Plant BIDDERS y® ® ��Oti�� A Modifications Jezek Const. Round B ond. W.K. Jennings Electric gilt Bondj , Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond LOCATION : pity Hall BID DATE : 2/28/91 TIME10:00 A.M. No. 1 8" Backwash line $12,065.00 $13,970.00 No. 2 Sawcut Concrete 4,393.50 6,525.00 No. 3 Pump Reimval /Installatior 22,200.00 24,900.00 No. 4 Slide Gate Installation 6,000.00 8,000.00 BID TOTAL $44,658.50 $53,395.00 DATE: MARCH 14, 1991 SUBJECT: City Council Meeting, March 14, 1991 ITEM: 13C. Consider a resolution authorizing the Mayor to enter into a contract for the 1991 Water Plant Modifications. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On February 28, 1991 two bids were received for the construction of water plant modifications. The modifications will enhance the operation of the sludge lagoons. Jezek Construction was the low bidder at $44,658.50. Jezek has performed well for our past projects. Staff recommends acceptance.