Loading...
R-94-06-23-9E - 6/23/1994for the construction of improvements for the Dell Computer Corporation infrastructure grant project, and submitted the lowest and best bid, and TEXAS, ATTEST: KS /RESOLUTION RS06234E RESOLUTION NO. le- 9 I1- O6 - a3 - WHEREAS, the City of Round Rock has duly advertised for bids WHEREAS, a WHEREAS, the City Council wishes to accept the bid of , Now Therefore, has BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with t � E LAND, City Secretary for the construction of improvements for the Dell Computer Corporation infrastructure grant project, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 23rd day of June, 1994. CHARLES CUL! P , Mayor City of Round Rock, Texas 06/21/94 10425 ROUND ROCK PUELIC WORKS + 512 255 6676 DATE: June 21, 1994 SUBJECT: City Council Meeting, June 23, 1994 ITEM: 9E. Consider a resolution authorizing the Mayor to enter into a contract for the construction of infrastructure improvements for the Dell Center Project. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION These construction items are scheduled to be opened at 2:00 PM, June 21, 1994. We will examine the bids and present a recommendation at the Council Meeting. This timing is unusually short, but due to the nature of the work, it is important to fast -track it. NO. 910 1702 b CONTRACT DOCUMENTS FOR DELL CENTER BOULEVARD AND BOARDWALK WATERLINE CITY OF ROUND ROCK, TEXAS TEXAS CAPITAL FUND PROJECT NO. 703152 CITY OF ROUND ROCK, TEXAS MAYOR: COUNCIL MEMBERS: July, 1994 BPI Project No. 648 -01.00 Bury +Pittman Consulting Engineers and Surveyors Charles Culpepper Rod Morgan Rick Stewart Earl Palmer Marta Chavez Jimmy Joseph 1� �4- 0(o 9W . 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT DOCUMENTS FOR DELL CENTER BOULEVARD AND BOARDWALK WATERLINE CITY OF ROUND ROCK, TEXAS TEXAS CAPITAL FUND PROJECT NO. 703152 CITY OF ROUND ROCK, TEXAS MAYOR: COUNCIL MEMBERS: May, 1994 BPI Project No. 648 -01.00 h Bury +Pittman Consulting Engineers and Surveyors Charles Culpepper Rod Morgan Rick Stewart Earl Palmer Marta Chavez Jimmy Joseph 1' 1 1 1 1 I 1 1 1 1 1 1 PROPOSED DELL CENTER BOULEVARD IMPROVEMENTS AND BOARDWALK WATERLINE CONSTRUCTION CONTRACT /BID DOCUMENTS TDHCA 703152 - BPI PROJECT NO. 648 -01.00 CONTRACT DOCUMENTS Invitation for Bids Notice to Bidders Instructions to Bidders Bid Bond Proposal Standard Form of Agreement Attorney's Review Certification Performance and Payment Bonds Certificate of Insurance Statement of Bidder's Qualifications Contractor's Certification Form HUD950 Contractor's Labor Standards Certification Preliminary Statement of Subcontracts and Work Force Noncollusion Affidavit of Prime Bidder Contractor's Section 3 Plan Certification of Bidder Regarding Section 3 and Segregated Facilities Certification Regarding Lobbying for Contracts, Grants, Loans and Cooperative Agreements Notice of Contract Award Statement of Compliance (OMB #2501) Federal Labor Standards Provisions (HUD 4010) Minority/Female Goals and Timetables Notice to All Employees Form Monthly Employment Utilization Report Payroll Deduction Authorization Certificate Appointing Officer to Supervise Payroll Final Wage Compliance Report Preconstruction Conference Minutes Notice of Start of Construction Certificate of Construction Completion SPECIAL PROVISIONS Section 1 - Information for Bidders Section 2 - Wage Rates CITY OF ROUND ROCK TABLE OF CONTENTS 1 1 1 1 1 1 1 1 Table of Contents (continued) GENERAL CONDITIONS SUPPLEMENTAL GENERAL CONDITIONS TECHNICAL SPECIFICATIONS Series 000 BIDDING AND CONTRACT REQUIREMENTS 00307 Protection and Preservation of Primitive Rights and Antiquities 00341 Grades, Lines and Levels 00342 Construction Photographs 00344 Testing Laboratory Services Series 100 EARTHWORK 102 Clearing and Grubbing 104 Removing Concrete 110 Street Excavation 111 Excavation 120 Channel Excavation 130 Borrow 132 Embankment Series 200 SUBGRADE and BASE CONSTRUCTION 201 Subgrade Preparation 210 Flexible Base 220 Sprinkling for Dust Control 230 Rolling (Flat Wheel) 232 Rolling (Pneumatic Tire) 234 Rolling (Tamping) 236 Rolling (Proof) Series 300 STREET SURFACE COURSES 301 Asphalts, Oils and Emulsions 302 Aggregates for Surface Treatments 306 Prime Coat 340 Hot Mix Asphaltic Concrete Pavement 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table of Contents (continued) Series 400 CONCRETE and STRUCTURES 403 Concrete for Structures 405 Concrete Admixtures 406 Reinforcing Steel 408 Concrete Joint Materials 409 Membrane Curing 430 Concrete Curb and Gutter 434 Concrete Medians and Islands Table of Contents (continued) Series 500 PIPE and APPURTENANCES 503 Frames, Grates, Rings and Covers 506 Manholes 508 Miscellaneous Structures and Appurtenances 509 Trench Safety Systems 510 Pipe 511 Water Valves 591 Riprap for Slope Protection Series 600 ENVIRONMENTAL ENHANCEMENT 601 Salvaging and Placing Topsoil 602 Sodding for Erosion Control 604 Seeding for Erosion Control 606 Fertilizer 607 Slope Stabilization 642 Silt Fence (SF) Series 700 INCIDENTAL CONSTRUCTION 702 Removing and Relocating Existing Fences Series 800 URBAN TRANSPORTATION 801 Construction Detours 803 Signs and Traffic Handling 860 Pavement Marking Paint (Reflectorized) 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT DOCUMENTS 1 1 1 1 1 � 1 1 1 1 1 1 1 • 1 Pub. Dates -May 26, 1994 and June 2,1994 PUBLIC NOTICE REVISED NOTICE TO BIDDERS The City of Round Rock will receive sealed bids addressed to the Purchasing 'Agent City of Round Rock, at 221 East Main Street, Round Rock, Texas 78664 for infrastructure improvements related to the Dell Computer expansion site ti1200 p.m. on June 1994 at which time the bids will be opened and read aloud in the City Council Chamber in City Hall. , Bids are invited as follows for: • (1) Dell Center Boulevard Paving, Drainage, Water and Wastewater System and Offsite Channel Improvements (project includes approximately (a) 1990 feet of Roadway Construction including 60 feet width of paving, storm sewer line (42- inch and smaller) and all ancillary items: (b) 1055 feet of 8 -inch wastewater line; (c) 1715 feet of 16 -inch ductile iron waterline; (d) 2800 feet of sodded trapezoidal channel 12 feet wide at bottom and 6 feet deep with 3:1 side slopes); (2) "Boardwalk Waterline" (project includes approximately 6500 feet of 16 - inch ductile iron waterline). Bid documents, including Drawings and Technical Specifications are on file at Bury & Pittman, Inc., 3345 Bee Caves Road, Suite 200, Austin, Texas 78746 beginning Tuesday, May 31, at 1:00 p.m. Copies of the bid may be obtained by depositing $75.00 with Bury k Pittman, Inc for each set of documents obtained. The deposit will be refunded if the documents are returned in good condition within 10 days following the bid opening. Plans and specifications will also be available for review the same day in the Dodge Plan Room, 505 East Huntland Drive, Suite 310, Austin, Texas 78752 and at the City of Round Rock Public Works Department, 2008 Enterprise, Round Rock, Texas, 78664. P A bid bond in the amount Of 5% of the bid issued by an acceptable surety be submitted with each bid. A certified check or bank draft payable to the City of Round Rock or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. - Attention is called to the fact that not less than the federally determined prevailing (Davis -Bacon and Related Acts) wage rate, as issued by the Texas Department of Housing and Community Affairs and contained in the contract documents, must be paid on this project. In addition, the successful , bidder must ensure that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age, or national origin. The City of Round Rock reserves the right to reject any and all bids or to waive any informalities in the bidding. Bids may be held by The City of Round Rock for a period not to exceed 30 days from the date of bid opening for the purpose of reviewing the bids and investigating the bidders qualifications prior to the contract award. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. Charles Culpepper, Mayor City of Round Rock, Texas I 1 1 1 1 1 1 1 1 1 1 1 1 1 1. OWNER: City of Round Rock 221 East Main Street Round Rock, Texas 78664 2. PROJECT: Dell Center Boulevard and Boardwalk Waterline Construction 3. JOB LOCATION: Round Rock, Texas 21 4. BID DATE AND TIME: 2:00 PM June 44, 1994 5. BONDS: NOTICE TO BIDDERS Bid Bond 5% Performance Bond 100% Payment Bond 100% Maintenance Bond 100% 6. DESCRIPTION: 1. Dell Center Boulevard- Paving, Drainage, Water and Wastewater System, and Drainage Channel Improvements 2. 16" "Boardwalk Waterline" 7. ENGINEER'S ESTIMATE: Base Bid: 8. PLANS AVAILABLE: at office of Bury & Pittman, Inc. (512) 328 -0011 3345 Bee Caves Road, Suite 200. Austin. Texas 78746 Available for viewing at: Dodge Room & AGC in Austin and Public Works Department. City of Round Rock, 2008 Enterprise, Round Rock. Texas 73664. 9. BID DEPOSIT: $75.00 Bidders upon return of plans and specifications shall receive a $25.00 refund; non- bidders returning plans and specifications within 14 calendar days will receive no refund; plans and specifications must be returned to the office of the Engineer in good condition. Please return this form with deposit and request for faster processing. 1 1 1 1 1 1 1 1 1 1 1 1 1 INSTRUCTION TO BIDDERS • 1. Use of Separate Bid Forms These contract documents include a complete set of bid and contract forms which are for the convenience of the bidders and are not to be detached from the contract document, completed or executed. Separate bid forms are provided for your use. 2. Interpretations or Addenda No oral interpretations will be made to any bidder. Each request for an interpretation shall be made in writing to the locality or engineer no less than seven (7) days prior to the bid opening. Each interpretation made will be in the form of an Addendum to the contract documents and will be distributed to all parties holding contract documents no less than five (5) days prior to the bid opening. It is, however, the bidder's responsibility to make inquiry as to any addenda issued. All such addenda shall become part of the contract documents and all bidders shall be bound by such addenda, whether or not received by the bidders. 3. Inspection of Site Each bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there and should fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the contract. The bidder should thoroughly examine and familiarize himself with the drawings, technical specifications and all other contract documents. The contractor by the execution of the contract shall in no way be relieved of any obligation under it due to his failure to receive or examine any form or legal document or to visit the site or acquaint himself with the conditions there existing. The city /county will be justified in rejecting any claim based on lack of inspection of the site prior to the bid. 4. Altemate bid items No altemate bids or bid items will be considered unless they are specifically requested by the technical specifications. 5. Bids a. All bids must be submitted on the forms provided and are subject to all requirements of the Contract Documents, including the Drawings. b. All bids must be regular in every respect and no interlineation, excisions or special conditions may be made or included by the bidder. c. Bid documents, including the bid, the bid bond, and the statement of bidders' qualifications shall be sealed in an envelope and clearly labeled with the words "Bid Documents ", the project number, name of bidder and the date and time of bid opening. 1 1 1 1 1 1 1 1 1 1 1 d. The city/county may consider as irregular any bid on which there is an alteration of or departure from the bid form and, at its option, may reject any irregular bid. e. If a contract is awarded, it will be awarded to a responsible bidder on the basis of the lowest/best bid and the selected altemate bid items, if any. The contract will require the completion of the work in accordance with the contract documents. 6. Bid Bond a. A bid bond in the amount of 5% of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the locality or negotiable U.S. Govemment Bonds (as par value) may be submitted in lieu of the Bid Bond. b. The bid bond or its comparable, will be returned to the bidder as soon as practical after the opening of the bids. 7. Statement of Bidders Qualifications Each bidder shall submit on the form furnished for that purpose a statement of the bidder's qualifications. The locality shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform his obligations under the contract, and the bidder shall fumish the locality all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available data does not satisfy the locality that the bidder is qualified to carry out properly the terns of the contract. 8. Unit Price The unit price for each of the several items in the bid shall include its pro rata share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this requirement may be rejected as informal. Special attention is drawn to this condition, as the unit prices will be used to determine the amount of any change orders resulting from an increase or decrease in quantities. 9. Corrections: Erasures or other corrections in the bid must be noted over the signature of the bidder. 10. Time for Receiving Bids Bids received prior to the advertised hour of opening shall be kept securely sealed. The officer appointed to open the bids shall decide when the specified time has arrived and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the locality that the late arrival of the bid was solely due to delay in the mail for which the bidder was not responsible, such bid will be received and considered. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11. Opening of Bids The locality shall, at the time and place fixed for the opening of bids, open each bid and publicly read it aloud, irrespective of any irregularities therein. Bidders and other interested individuals may be present. 12. Withdrawal of Bids Bids may be withdrawn by written request dispatched for delivery in the normal course of business prior to the bid opening. The bid guaranty of any bidder withdrawing his bid will be retumed promptly. 13. Award of Contract/Reiection of Bids a. • The contract will be awarded to the responsive, responsible Bidder submitting the lowest/best bid. The bidder selected will be notified at the earliest possible date. The locality reserves the right to reject any or all bids and to waive any informality in bids received where such rejection or waiver is in its interest. b. The locality reserves the right to consider as unqualified to do the work any bidder who does not habitually perform with his own forces the major portions of the work involved in construction of the improvements embraced in this contract. 14. Execution of Agreement/Performance and Payment Bonds a. Performance and Payment Bonds, Requires all prime contractors which enter into a formal contract in excess of 525,000 with the State, any department, board, agency, municipality, county, school district or any division or subdivision thereof, to obtain a Payment Bond in the amount of the contract before commencing with work and a performance bond for public works contracts in excess of S100,000. b. The failure of the successful bidder to execute the agreement and supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the locality may grant, shall constitute a default and the locality may, at its option either award the contract to the next lowest responsible bidder, or re- advertise for bids. In either case, the locality may charge against the bidder the difference between the amount of the bid, and the amount for which a contract is subsequently executed irrespective of whether this difference exceeds the amount of the bid bond. If a more favorable bid is received through re advertisement, the defaulting bidder shall have no claim against the locality for a refund. 15. Wages and Salaries Attention is particularly called to the requirement of paying not Tess than the prevailing wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. `� t 16. Equal Employment Opportunity Attention is called to the requirements for ensuring that employees and applicants for employment are not discnminated against because of their race, color, creed, sex, or national origin. 1 1 1 1 1 1 1 1 1 The Honorable Charles Culpepper Members of the Council Round Rock, Williamson County, Texas Gentlemen: PROPOSAL The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the form of contract, notice to bidders, specifications, and has carefully examined the location, conditions, and classes of materials of the proposed work; and agrees that he will provide all the necessary construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manners 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 as follows. It is 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. Accompanying this proposal is a certified or cashier's check or bidders bond payable to the Owner in an amount of not less than five percent of the maximum amount bid. The bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail to execute a contract and file a performance and a payment bond within fifteen calendar days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to accept or reject informalities in the bid proposal. The undersigned bidder hereby proposes to perform the following work at the following price to -wit: June 16, 1994 ADDENDUM #3 (Revised) Project: Paving, Drainage and Utilities for Dell Center Boulevard and 16" Boardwalk Watermain Client: City of Round Rock BPI Project: 648 -01.00 and 648 -02.00 TO ALL BIDDERS OF RECORD The contract documents for the referenced project are hereby revised as noted below. Please reference this Addendum #3 in the space provided on your bid form. Failure to acknowledge receipt of this Addendum #3 may result in rejection of your bid for non - compliance. 1. The bid form has been modified to revise quantities and incorporate changes in Bid Items. The bid form has been re- issued on yellow paper. You are required to submit this revised bid form and not the original or addendum #1 Bid Forms. 2. Use box manhole detail for a storm sewer 42" and larger. 3. Provide rock berm erosion control at downstream end of Channel A and D to top of bank. 4. Change "Channel C" to read "Channel D" at P.C. 0 +52 on Sheet 14 of 19. 5. Reference page 115 of the specifications for responsibility of testing. The City of Round Rock pays for testing. Any and all retesting as a result of failed test or other issues is at the contractors expense. 6. Item A.15 of the Bid Form refers to adjustments of castings only. 7. Contractor shall acquire all necessary permits, but all City fees are waved. 8. Engineer will provide bench mark and control points. Contractor will provide all staking and control necessary for construction of the improvements. 9. Gas line "A" is deleted from the project. Provide sleeve across Dell Center Boulevard for future extension. 1 of 2 ADDENDUM #3 June 16, 1994 10. Delete electrical relocation of power pole on Greenlawn Boulevard. Associated with median relocation. 11. Unless noted otherwise, provide #4 dowel bars at 15" O.C. with expansion joints at connections to all existing concrete rip rap /structures. Provide expansion joints at 100' intervals with control joints at 20' intervals on all concrete lined channels. 12. All lime stabilization will be provided per TxDOT standards. Assume 6% for lime stabilization. 13. All sod grass for drainage channels will be bermuda grass. 14. Profiles of channels E and F are not available at this time. 15. Use dimensions reflected on sheet 19 for concrete lined channel for thickness and top edge of side slope. This is the end of Addendum #3. f:l6.s\gss\0E.4NO3 ADD \64&-01.00 2 of 2 DELL CENTER BOULEVARD 16" BOARDWALK WATERLINE CITY OF ROUND ROCK PROPOSAL A) DELL CENTER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS - -- PHASE 1 ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 1. 1450 LF 3. 4 Silt Fence 2. 1670 Earth Dike LF For ONE Dollars And Fiv L Cents $ , $ 19s Z. Sn P r Unit For nNg. Dollars And 4 .�** ' -i,� As/ rz Cents $ $ 2) 2 S y. Sa Pier Unit Inlet Protection EA L For - Do l ,Nn do - 6Pollars And 1Lr0 Cents Per Unit $ 0 '�' $ Soo =° 4. 140 Rock Berm LF For f le v i) Dollars And No Cents $ 11. $ I $ 4 o. Per Unit 5. 2 Stabilized Construction Entrance EA //�� For O 1Tias & i.i Dollars 1 dp And iftke Cents $1 tii ? $ Z. 10)2 Per Unit ITEM APPROXIMATE NO. QUANTITIES 6. 14522 Unclassified Street Excavation/Embankment SY for Dell Center Boulevard Complete and In Place For S: 2. Dollars And d.o Cents $ go $$ 871132,E2 Per Unit 7. 670 Demolition of Existing LF curb and gutter on Greenlawn Blvd. Median 8. 1 Miscellaneous LS Demolition - Greenlawn Blvd. Median (paving, topsoil, etc.) For YiuE 1luus+wo Dollars And o Cents $ c -000 - $ coop,` - Per Unit 9. 4500 LF ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS For TW'O Dollars T �ti I Cents $ 2- ZS $ 1 I S 07. o Per nit 6" Concrete curb and Gutter For Pot. Dollars And Tw • Pv-k. Cents $ S _ $ 2 6,25' a" Per Unit 10. 14522 2" Hot Mix Asphalt SY Concrete Surface Course (Phase I) For I w+L Dollars And Po Cents $ 3. $ 4 3 544 c' Per Unit ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 11. 14522 12" Flexible Base SY For PVC.- Dollars And ft-iq li Is Cents Per Um( 12. 13250 6" Lime Stabilized SY Subgrade For T�a.ec. Dollars And i Cents $ 3 `� $ 39 `i 75O, C — Per Unit 13. 4250 Final Grading and SY Revegetation of Disturbed Areas. $ 51 1 Y $b�PT 1, :- .° Fora Dollars And .P.,.-e-iJ\ Cents $ 2- $ I t l4ZS, w Per Unit 14. 1 Remove barricades at LS Williamson Drive. For t'tu . k' IA Dollars �p And ...e...0 Cents $ COO : J $ c00 Per Unit 15. 2 Adjust Existing EA Utilities valves, tops, manholes, etc. to match proposed grades. TA44- Pak, Fort& UN I4! Dollar "s ■ oo CU And Ne' Cents $ SVI — $ ibSb Per Unit ITEM APPROXIMATE NO. QUANTITIES 16. 264 LF ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOIiARS CENTS 18" RCP CL. IV, complete in place For ONE Dollars And ,.o Cents $ 31• $ 3/StA 2 Per Unit 17. 897 42" RCP CL. IV, LF complete in place For f Y4-y DAIL Dollars // 2- And � Cents $ [O( $ Sl( W Per Unit 18. 6 10' Type 1 -R Curb EA. Inlet (5' Deep), Complete in place For ht Dollars owe Wo vbawq And Ms. Cents $2/400,— oo $ i 4o0,s' Per Unit 19. 3 5.0' dia. Manhole EA. (7' - 10' Deep), Complete in place - fu k w' Forrinne- Siwa Dollars And OD Cents $, 30 $.5 Per Unit 20. 1 42" RCP Concrete EA. Headwall w /Energy Dissipator, channel Grading and Stabilization complete and in place 11 FoT T(wuctw,n Dollaaz Iwo h Cents $ 3,36 9.� j3oa Per Unit [ 1 11 1 1 1 1 1 1 1 1 1 ITEM APPROXIMATE NO. QUANTITIES ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CINIS 21. 1 Temporary Pavement Markings LS ForL il rttevsan.4 Dollars 490 And &A o Cents $ I,Soo $ I 4" - Per Unit 22. 1 12" Steel Sleeve EA ForalN� `WA1Dollars And lM.1) Cents $ 10°.11-9 $ q09 Per Unit I 23. 5 Rolled Curb Driveways EA -� Forlonee- 41.w..ya4u4 Dollars vo And 1/14.0 Cents $ 3 ,oOO, — $ (S Per Unit 24. 1,200 Trench Safety Storm Sewer LF Drainage Line For Opt Dollars And twb Cents $ (� $ 1 t Per Unit Subtotal A (Items 1 - 24) $4i5 524,, to B) DELL CENTER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS (PHASE 2) 1. 13250 1 1/2" Hot Mix Asphaltic SY Concrete Surface Course (Phase II) For 17.00 Dollars And No Cents $ 2.; $ 2(p - Per Unit ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 2. 1 Pavement Markings LS r 1, ,-A g Foi0 c ov$1 Dollars a, c"413 And V .4.o Cents $ ■ S 00 ' $ I i 5 Y Per Unit Subtotal B (Items 1 & 2) $ 213,•300, C) DELL CENTER BOULEVARD WATER/WASTEWATER IMPROVEMENTS (PHASE I) 1. 1150 8" SDR 35 PVC Waste LF Waterline, Complete in place For ,e l MA Dollars And +"o Cents $ 25 ca $ 33 3 S6, Per Unit 2. 4 48" Dia. Concrete EA. Manhole, complete in place Fora ..111 Opc Mw[J,.4o 's-1 LOUD Dollars And 0,43r7 Cents $ t ,1 on $ 0. Per Unit 3. 1695 16" CL 52 D.I. LF Waterline, Complete in place For n Zs Dollars And luo Cents Per Unit 9 702 ITEM APPROXIMATE NO. QUANTITIES 4. 5 5'A Fire Hydrants, EA. complete with fittings, 6" DI Pipe Leads, tee and gate valve in place ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENIS For �LOOTIcc D ars And P-W Cents $ Z, Zoo.— $ 11 �,W Per Unit 5. 4 16" x 12" D.I. Tee with EA. 12" Valve and Plug. Complete in place ForTi 74.7wrn. Do11ars And yJo Cents $ 2)000. $ el 00 Per Unit 6. 243 12" CL 52 D. I. LF Water Line complete in place For7w�r I_s' Zth Dollars And /tut Cents $ $ Per Unit 7. 1 Miscellaneous Fittings, LS complete in place For�7ueL7 iio Dollars And Ih r Cents Per Unit $ po9 ' $ 3 MO, ITEM APPROXIMATE NO. QUANTITIES ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 8. 4 16" Butterfly Valve EA. Complete and in place For 1Wo�,ZtouSxlmi Dollars And M Cents $ Z,goo $ I 1,2ov Per Unit 9. 1 2" Automatic Air EA. Release Valve. Complete and in place. ()pc.- 14..•N Fora ..Th od$i4 Dollars And YET Cents $ 1,1 oD P $ ' ` I bb Per Unit 10. 1,150 Trench Safety Wastewater Line LF For 1,f,+.A-0 Dollars And No Cents $ 2.� $ 2 300. 300. 11. 2,151 Trench Safety 16" Waterline LF For © APE. Dollars And dt,O Cents $ l $ 2 IS 1 Subtotal C (Items 1- 11) $121 Z f_ ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS D) OFFSITE CHANNEL IMPROVEMENTS (PHASE 2) 1. 261 Sodded Channel (Channel LF "A" STA 0 +00 to 2 +61) complete and in place w /all grading and final stabilization For 2C W Dollars And t=i F t Cents $ 1 60 $ 7 b Sv Per Uniti 2. 79 Concrete Rip Rap Channel 5" LF reinforced concrete (Channel "A" STA 2 + 61 to 340 complete and in place w /grading and final stabilization Foi ['Yaw-ft Dollars� And No Cents Per Unit 3. 185 Concrete Rip Rap Channel 5" LF reinforced concrete (Channel "B" STA 0 +00 to 1 +85) complete and in place w /all grading and final stabilization $ l Cr $ 12y-t.5 FoxQuc \tumn.. n i-c Ddl1ars I — 013 And µo Cents $ �. $ 2 900 Per Unit 4. 500 Concrete Rip Rap Channel 5" LF reinforced concrete (Channel "C" STA 0 +00 to, STA 5 +00) complete in place w /all grading & final stabilization RADI Ci� E. For. van_nA � And IMJ0 Cents Per Unit $ SS _17, S o ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 5. 38 Concrete Rip Rap Channel 5" LF reinforced concrete (Channel "C" STA 5 +00 to STA 5 +38) complete and in place w /a11 grading and final stabilization Fors¢ 14u6.A44 r`rpollaars And th.4,0 Cents Per Unit 6. 40 Concrete Rip Rap Channel 5" LF reinforced concrete (Channel "C" STA 5 +38 to STA 5 +78) complete and in place w /all grading and final stabilization Fot(4 . &..-en D And FAO Cents Per Unit 7. 575 Concrete Rip Rap Channel 5" LF reinforced concrete (Channel "D" STA 0 +00 to 5 +75) complete and in place w /all grading and final stabilization Stx rs Fo ac�cna Dol ars And t o Cents Per Unit $ lam $ 4,31 $ 113,x' $ 4SZo T $ 1(02..T $93,1 Se, W 8. 845 Concrete Rip Rap Lining 5" reinforced LF concrete (Channel E) complete and in place with/all grading and final stabilization. Fo vE nm.aen Dollars I And 11%-t/3 Cents $ 1 — $ (D7 Per Unit ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 9. 255 Concrete Rip Rap Lining 5" reinforced LF concrete (Channel F) complete and in place with/all grading and fmal stabilization. ForQ ILuo+s» Dollars Gc.T.ni a , cu And Iv Cents $ IV( $ 32 385`_ Per Unit 10. 150 Dual 7' 8" x 5' 5" Corrugated Metal LF Arched Pipe (12 GA.), complete and in place w /concrete head and end walls Dollars Fortes 'A Do lays And 0-..0 Cents Per Unit 11. 155 7' 0" x 5' 1" Corrugated Metal LF arched Pipe (12 GA), complete and in place w /concrete head and end walls. For(/l - ttuvpi4 Dollars /44. And /-b Cents Per Unit $ z(oS w $ s ?_0 $ IS 113 $ Z7 r/ 12. 1 Channel excavation and /or fill (All Channels) LS ro4114 44tous For Dollars A n d M o Cents $ 7& n , $ 78 000. Per Unit ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENIS 13. 1 Revegetation of all disturbed areas LS For Stp t s. Dollars And ►''-o Cents $ to po , $ ( 2-©p..' Per Unit Subtotal D (Items 1 - 13) $ 50G (4(f. E) 16" BOARDWALK WATERLINE (PHASE 2) 1. 1 Erosion /Sedimentation LS and Pollution Prevention Control, Complete in place For 14, Dollars And 0 Cents Per Unit 2. 5446 16" CL. 52 Ductile LF Iron Pipe, complete in place For coo-) cow- Dollars And Fi CT, Cents Per Unit J 3. 16 51/4" Fire Hydrant EA. Complete w /16x6" Tee and Gate Valve in place Two I,0 ForTT,GOT /kvO Dollars And /A Cents Per Unit $ l 000_ $ uoo R $ 44Y $ 24 $ Z,Zvo '✓ $ 35 Zob ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 4. 1 16" x 16" Ductile Iron Tee Complete EA. w /16" Gate Valve & Plug in place For Six Atoutr a+un Dollars And 14-49 Cents Per Unit 5. 2 Automatic Air Release EA. Valve, complete in place i OM- ',i3Oron -ca ForagazaDollars And Ii-4-4 Cents $ ( $ Z `P Per Unit 6. 1 16" Ductile Iron LS Fittings complete and in place ry For F■4= T,4- 4 And v--O Cents $ tS $ (� L0. Per Unit 7. 1 Revegation of Disturbed LS areas ,,' „� For utL udr llollars And n-to Cents $ S 0190 $ 799 Per Unit 8. 5,430 Trench Safety LF For `O t., Dollars And Cents Per Unit Subtotal: E (Items 1 - 8) TOTAL (ITEMS A, B, C, D & E) $ 6,00o $ (o,nvo so $ (� $ 543a $ 31 11 a' The undersigned bidder agrees that he will complete the work specified herein as follows: Phase 1 Dell Center Boulevard Paving (Phase 1 -- Items A, C, and E), Drainage, Gas, Water and Wastewater. Substantially complete no later than August 5, 1994 Phase 2 Dell Center Boulevard Paving (Phase 2, Items B & D), Drainage Channel Improvements and 16" Boardwalk Water main Substantially completed no later than October 15, 1994. Phase 1 & 2 Complete no later than November 15, 1994. In the event of being awarded the construction contract, the undersigned bidder will furnish a performance bond and a payment bond each for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the payment of all lawful claims for labor and materials furnished in the fulfillment of the contract. The work proposed to be done shall be accepted when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned bidder certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. NOTE: The prices must be shown in words and figures in the proposal and in the event of discrepancy, the words shall control. Receipt is hereby acknowledged of addendum to the contract documents numbered . The City of Round Rock will require a "separate contract" that separates labor and other services from the tangible personal property that will be purchased by the contractor for use in the project. This requirement is in response to Section 14.07 of 1 House Bill 11 regarding the application of the Sales Tax to government construction contracts. MAILING ADDRESS AND ZIP CODE: 7E,00 apt . ca.t€4 Aus ki3 `ten J 7t ? S1 511- - z... Area Code & Telephone Number `1S 23o5 7 55 (a Federal I.D. Number BIDDER: A v ZRfif,e 5 RDA-4 Com Signature L sobs Name of Officer Title June 8, 1994 ADDENDUM #1 Project: Paving, Drainage and Utilities for Dell Center Boulevard and 16" Boardwalk Watermain Client: City of Round Rock BPI Project: 648 -01.00 and 648 -02.00 TO ALL BIDDERS OF RECORD The contract documents for the referenced project are hereby revised as noted below. Please reference this Addendum #1 in the space provided on your bid form. Failure to acknowledge receipt of this Addendum #1 may result in rejection of your bid for non - compliance. 1. The bid form has been modified to revise quantities and incorporate changes in bid items. The bid form has been reissued on blue paper. You are required to submit this revised bid form and not the original bid form bound into the Project Manual. 2. Delete paragraph 10 on Bidder Instructions and replace with the following: Bids received prior to the advertised hour of opening shall be kept securely sealed. The officer appointed to open the bids shall decide when the specified time has arrived and no bid received thereafter will be considered. 3. Construction drawings for Paving, Drainage and Utilities for Dell Center Boulevard have been revised. All changes are shown as revision #1 on the plans. Your bid for this project should incorporate changes made up to and including revision #1. 4. Construction drawings for Boardwalk 16" Waterline have been revised. All revisions have been shown as revision #1 on the plans. Your bid for this project should incorporate changes made up to and including revision #1. This is the end of Addendum #1. Eltrs\Iwp\DELL- NOI.ADD1648 -01 00 Page 1 of 1 1 DELL CENTER BOULEVARD 16" BOARDWALK WATERLINE CITY OF ROUND ROCK PROPOSAL A) DELL CENTER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS - -- PHASE 1 ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS ' 1 1 Erosion/Sedimentation LS and Pollution I Prevention Control, Complete in place I For And Dollars Cents $ $ Per Unit 1 2 1 Site grading, complete LS in place. ' For Dollars And Cents $ $ ' Per Unit 3 670 Demolition of Existing ' LF curb and gutter on Greenlawn Blvd. Median ' For Dollars And Cents $ $ Per Unit 1 4 1 Miscellaneous I LS Demolition - Greenlawn Blvd. Median (paving, topsoil, etc.) 1 For Dollars And Cents $ $ ' Per Unit 1 ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENIS 5. 1 Miscellaneous LS Relocation of Utility light poles, etc. - Green lawn Blvd. Median 6. 4500 6" Concrete curb and LF Gutter 7. 13250 3" Asphaltic Concrete SY Surface Course For Dollars And Cents 8. 13250 19" Flexible Base SY 9. 13250 6" Lime Stabilized SY Subgrade For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit ITEM APPROXIMATE NO. QUANTITIES 10. 4250 Sod within the Right of SY Way. 11. 1 LS Remove barricades at Williamson Drive. 12. 1 Adjust Existing LS Utilities valves, tops, manholes, etc. to match proposed grades. 13. 264 18" RCP CL. IV, LF complete in place 14. 897 42" RCP CL. IV, LF complete in place 15. 6 10' Type 1 -R Curb EA. Inlet (5' Deep), Complete in place ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit 1 I ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CINIS ' 16. 3 5.0' dia. Manhole EA. (7' - 10' Deep), Complete in place ' For Dollars And Cents $ $ 1 Per Unit ' 17. 1 EA. 42" RCP Concrete Headwall w /Energy Dissipator, channel l Grading and Stabilization complete and in place I For And Dollars Cents $ $ • Per Unit I Subtotal A (Items 1 - 17) $ 1 B) DELL CENTER BOULEVARD WATER/WASTEWATER IMPROVEMENTS ' 1. 1150 8" SDR 35 PVC Waste LF Waterline, Complete in place I For Dollars And Cents $ $ ' Per Unit 2. 4 48" Dia. Concrete ' EA. Manhole, complete in place 1 For Dollars And Cents $ $ I Per Unit 1 I ITEM APPROXIMATE NO. QUANTITIES 3. 1695 16" CL 52 D.I. LF Waterline, Complete in place 4. 5 5' Fire Hydrants, EA. complete with fittings, 6" DI Pipe Leads, tee and gate valve in place 5. 1 16" x 12" Tee with EA. 12" Valve and Plug. Complete in place 6. 243 12" CL 52 D. I. LF Water Line complete in place 7. 1 Miscellaneous Fittings, LS complete in place ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit ITEM APPROXIMATE NO. QUANTITIES 8. 3 16" x 12" D. I. Tee. EA. Complete w /12" gate. valve, in place 9. 4 16" Butterfly Valve EA. Complete and in place 10. 1 2" Automatic Air EA. Release Valve. Complete and in place. C) OFFSITE CHANNEL IMPROVEMENTS 1. 500 Concrete Rip Rap Channel 4" LF reinforced concrete (Channel C STA 0 +00 to, STA 5 +00) complete in place w /all grading & final stabilization ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CPNIS For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit Subtotal B (Items 1 - 10) $ For Dollars And Cents $ $ Per Unit ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS GEMS 2. 33 Concrete Rip Rap Channel 4" LF reinforced concrete (Channel C STA 5 +00 to STA 5 +33) complete and in place w /all grading and final stabilization For Dollars And Cents $ $ Per Unit 3. 47 Concrete Rip Rap Channel 4" LF reinforced concrete (Channel C STA 5 +33 to STA 5 +80) complete and in place w /all grading and final stabilization For Dollars And Cents $ $ Per Unit 4. 575 Concrete Rip Rap Channel 4" LF reinforced concrete (Channel D STA 0 +00 to 5 +75) complete and in place w /all grading and final stabilization For Dollars And Cents $ $ Per Unit - 5. 82 Concrete Rip Rap Channel 4" LF reinforced concrete (Channel "A" complete and in place w /grading and final stabilization For Dollars And Cents $ $ Per Unit ITEM APPROXIMATE NO. QUANTITIES 6. 258 Sodded Channel (Channel LF "A ") complete and in place w /all grading and final stabilization 7. 540 Concrete Rip Rap Channel 4" LF reinforced concrete (Channel B) complete and in place w /all grading and final stabilization 8. 525 Sodded Channel (Channel B) LF complete and in place w /all grading and final stabilization 9. 32 57" X 38" Corrugated Metal LF arched Pipe, complete and in place w /concrete head and end walls (12 GA.) ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Per Unit For Dollars And Cents $ $ Subtotal C (Items 1 - 9) $ ITEM APPROXIMATE NO. QUANTITIES D) 16" BOARDWALK WATERLINE 1 1. 1 Erosion /Sedimentation LS and Pollution Prevention Control, Complete in place 2. 5446 16" CL. 52 Ductile LF Iron Pipe, complete in place 3. 16 51/4" Fire Hydrant EA. Complete w /16x6" Tee and Gate Valve in place 4. 1 5. 2 For Dollars And Cents Per Unit For Dollars And Cents Per Unit For Dollars And Cents Per Unit 16" x 16" Ductile Iron Tee Complete EA. w /16" Gate Valve & Plug in place For Dollars And Cents Per Unit Automatic Air Release EA. Valve, complete in place ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS For Dollars And Cents $ $ Per Unit ITEM APPROXIMATE ITEM WITH UNIT BID UNIT BID PRICE AMOUNT BID NO. QUANTITIES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS 6. 1 16" Ductile Iron LS Fittings complete and in place For Dollars And Cents $ $ Per Unit Subtotal: D (Items 1 - 6) $ TOTAL (ITEMS A, B, C & D) $ June 13, 1994 ADDENDUM #2 Project: Paving, Drainage and Utilities for Dell Center Boulevard and 16" Boardwalk Watermain Client: City of Round Rock BPI Project: 648 -01.00 and 648 -02.00 TO ALL BIDDERS OF RECORD The bid openings for the above referenced project are hereby extended to June 21, 1994, at 2:00 P.M. Addendum #3 will be issued on approximately Thursday, June 16, 1994. End of Addendum #2 f.lOS\gss \DELL- NO2.ADD1648 -01.00 June 20, 1994 ADDENDUM #4 Project: Paving, Drainage and Utilities for Dell Center Boulevard and 16" Boardwalk Watermain Client: City of Round Rock BPI Project: 648 -01.00 and 648 -02.00 TO ALL BIDDERS OF RECORD Please acknowledge receipt of "Addendum No. 4" in space provided in the bid form. Failure to acknowledge receipt of Addendum No. 4 may result in disqualification of your bid. This Addendum No. 4 is issued for clarification and is the last addendum that will be issued prior to bid opening. Thank you for your patients and attention to this issue. 1. Provide concrete liner for existing Earth Channels "E" & "F" per the attached sections. It is our opinion at this time that the topo in the Channel "F" area reflected on sheet 14 is not indicative of actual field conditions. Therefore, Channels "E" and "F" should be assumed as existing earth channels with a 12 foot base width and 3 to 1 side slopes. Additional excavation should be assumed to provide for final concrete cross section. Notice the relocation of Channel "E" to the upstream side of Gattis School Road and extension of Channel "F" across Parkfield Circle. Refer to the attached cross - sections in the areas. 2. Clarification: Provide Concrete Rip Rap Headwalls at each end of proposed concrete at Hampton Lane and Parkfield Circle. 3. Clarification: See revised limits of stationing for each corresponding Channel Cross Section "A, B, C & D ", per the attached details. This is the end of Addendum #4. f.ltrs\gss\DELL -NO4 ADD \648-0I.00 3 EXTEND GRADE AT 3:1 TO EXIST. GRADE (W.) 3 11 REVISED CHANNEL SECTIONS AND STATIONS 14 -0" CONCRETE CHANNEL SECTION CHANNEL "A" STA. 0 +00 TO STA. 3 +40 N.T.S. CONCRETE CHANNEL SECTION CHANNEL "B" STA. 0 +00 TO STA. 1+85 N.T.S. 1 1 1 1 1 1 1 1 1 -1 1 1 1 3 711 EXTEND GRADE AT 3:1 TO EXIST. GRADE / 3 / 1 r/ REVISED CHANNEL SECTIONS AND STATIONS CHANNEL SECTION CHANNEL "C" STA. 0 +00 TO STA. 5 +00 N.T.S. 7' -O CHANNEL SECTION CHANNEL "C" STA. 5 +30 TO STA. 5 +78 N.T.S. REVISED CHANNEL SECTIONS AND STATIONS 18' -0" CHANNEL SECTION CHANNEL "D" STA. 0 +05 TO STA. 5 +75 N.T.S. EXIST. EARTH DRAINAGE SWALE PROPOSED CONC. CHANNEL LINER FOR CHANNEL "F" & "E" 14' F.B. _J CHANNEL SECTION CHANNEL "E & F" TYPICAL CONCRETE LINING CHANNEL SECTION • NI T4 8" EXIST. EARTH DRAINAGE SWALJ XISTING 3- 9'- 6 "X6' -5" A'S W /HEADWALLS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EXISTING SODDED CHANNEL � -40, _ 11 .STANDARD FORM OF AGREEMENT ' I 1 STATE OF TEXAS 1 1 COUNT OF THIS AGREEMENT, made and entered in this 24 day of June , A.D. 1994 , by and 1 II between The City of Round Rock of the County of Williamson and the State of Texas, acting 1 through Charles Culpepper. Mayor thereunto duly authorized so to do, Party of the First Part, I ' hereinafter termed OWNER, andAustin Bridge & Road of the City of Austin County of Travis and State of Texas, Party of the Second Part, hereinafter termed 1 CONTRACTOR WITNESSETH: That for and in consideration of the payments and agreements hereinafter -' mentioned, to be made and performed by the Parry of the First Part (OWNER), and under the conditions expresses in the bond having even date wherewith, the said Party of the Second Parr 1 (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence ' and complete the construction of certain improvements described as follows: Dell Center Boulevard Improvements Boardwalk Waterline 4j and all extra work in concession therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials,. supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the Notice m Bidders, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefore, as prepared. by Bury & Pittman, Inc. hereinafter entitled ENGINEER, together with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance and Payment Bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. 1 1 1 1 1 1 1 1 1 1 1 The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete the same as follows: Phase 1 Dell Center Boulevard Paving (Phase 1); Drainage, Water and Wastewater, and 16" Boardwalk Water main. Substantially completed no hater than August 5, 1994 Phase 2 Dell Center Boulevard Paving (Phase 2) and Drainage Channel Improvements Substantially completed no Later than October 15, 1997 Phase 1 & 2 Complete no later than November 15, 1994. subject to such extensions of time as are provided by the General and Special Conditions. • The OWNER agrees to pay the CONTRACTOR in current funds nnP million four hundred twenty seven tillsand six hundred twenty two & .60 DOLLARS. ($ 1, 427, 622.60 ) such payments to be subject to the General and Special Conditions of the contract. 1 IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. 1 CITY OF ROUND ROCK STATE OF TEXAS COUNTY OF AUSTIN BRIDGE & ROAD CONTRACTOR, Party of the Second Part By: I BEFORE ME, the undersigned, a.Notary Public in and for said County and State, on this day personally appeared , CONTRACTOR, known to me to be the person and office whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of said and that executed the same as the act of such for the purposes and consideration therein expressed, and in the capacity herein stated. 1 GIVEN UNDER, my band and seal of office this the day of A.D., 1 Notary Public in and for County, Texas My commission expires: o MAILING ADDRESS AND ZIP CODE: BIDDER: 7800 Shoal Creek Suite 142 - S AUSTIN BRIDGE & ROAD Company Name Austin, TX 78757 • Signanue (512) 451 - 4082 /F.D.3 , 6?7 - / 27/4, Area Code & Telephone Number 75 2305755 - 6 Federal I.D. Number Title Name of Officer CITY OF ROUND ROCK P/24 ,d .tJT DELL CENTER BOULEVARD AND BOARDWALK WATERLINE IMPROVEMENTS 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: SAMPLE ATTORNEY'S REVIEW CERTIFICATION ATTACHMENT 7 -J I, the undersigned, , the duly authorized and acting legal representative of the do hereby certify as follows: I have examined the attached contract(s) and surety bonds and am of the opinion that each of the aforesaid agreements may be duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties name thereon; and that the foregoing agreements shall constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. 7 -56 I ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PERFORHANCE AND PAYMENT BONDING REQUIREHENTS Pursuant to the Texas Uniform Grant and Contract Hanagement Act of 1981, the following minimum requirements apply to all TCDP contracts exceeding 525,000 in total value: (a) A performance bond on the art of the contractor for 100 percent of the contract price. A "pe bond" is one executed in connection with a contract.to secure fulfillment of all the contractor's obligations under the contract. For contracts under 550.000. localities have the option of withholding payment to construction contractors until completion of construction and acceptance of work by the city or county in lieu of such performance bonds. (b) A payment bond an the part of the contractor for 100 percent of • the contract price. A "payment bond" is one executed in connection with a contract to assure payment as required by law of all persona supplying labor and material in the execution of the work provided for in the contract. PERFORMANCE BOND Bond No. 13 -86 -79 KNOW ALL MMElt BY THESE PRESENTS: that Aii.STTN RRTXZR AT). 7NC. (Name of Contractor or Company) 7800 Shoal Creek 4142 -S, Austin, Texas 78757 (Address) a col_poration hereinafter called Principal. and (Corporation /Partnerzhie) The Insurance Company o the State of Pennsylvania (Name of Surety Company) 1999 Brvan St., Suite 1700, Dallas, Texas 75201 (Address) hereinafter called Surety, are held and firmly bound unto CITY OF ROUND ROCK (Name of Recipient) 221 East Main Street, Round Rock, Texas 78664 TFT.r c TER•BOULEVARD AND BOARDWALK WATERLINE • (Recipient's Adaress) hereinafter called OWNER. in the penal sum of s One M l, Four Hundr 'Tt 1 � il 4 ion a�mn mr-n r,, Rix Bundrprl '1.tpniy-JR,11 & 60/100 -- Dollar3 $ * * * * ** *1,427,622.60 * * * * * * * * * * * * * * * ** Dollars in lawful money of the United States. for the payment of . Which sum well and truly to be made we bind ourselves, successors, and assigns, jointly and severally, firmly In these presents. TILE CONDITION OF TIUS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER dated the �d+h day of June , 19 94, a copy of which is hereto attached and made a part hereof for the construction of: (Project Name) NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties in all the undertakings, covenants. terms, conditions, and agreements of said contract during the original term thereof. and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety . and during the one year guaranty period. and If he shall satisfy all claims and demands Incurred under such contract. and shall fully indemnify and save harmless the OWItER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the O. hER all outlay and expense which the OWNER may incur in making good any • default. then this obligation shall be void, otherwise to remain in hull force' and effect. '•'PROVIDED FURTHER. that the said Surety, for value received hereby stipu- lates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, exten- sion of time. alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIOt•IS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder. whose claim may be unsatisfied. Di WITNESS WHEREOF. this instrument Is executed inEight (8) parts. each one of which shall be deemed an original. t hi a � he day of June 19 94. ATTEST: (SEAL) ATTEST: (Principal Secretary) (Witness as to Principal) , (Address) B y (Witness as t- Surety) (Attorne in Fact) 1999 Bryan St., Suite 1700 nal1aG Tpxac 75201 (Address) NOTE: Date of BOND must not be prior to date of Contract. U CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. 3535 Travis, Suite 300 Dada. TaxaG 797f14 (Address) FRANK SIDDONS INSURANCE P. 0. BOX 2125 AUSTIN, TEXAS 78768 AUSTIN BRIDGE & ROAD, INC. . (Principal) B y C �� e��e�� (s) 7800 Shoal Creek #142 -S Anatirt, TPxaa 78757 ( Address) THE INSURANCE COMPANY OF • muw• CP T ) nr• PRNNSVTNANTA ( Surety) er /O . ROBERT C SIDDONNS TX RESIDENT AGENT counter- 24th 1 - : 'PAYMENT BOND KIIOW -ALL MEN BY THESE PRESENTS: that AUSTIN BRIDGE & ROAD, INC. • (Name of Contractor or Company) 7800 Shoal Creek, #142 -S, Austin, Texas 78757 1999 Bryan St., S uite Surety 0, Company) �' Dallas, Texas 75201 DELL CENTER BOULEVARD AND BOARIMLK WATERLINE BOND NO. 13 -86 -79 (Address) a Corporation . hereinafter called Principal. (Corporation /Partnership) and The Insurance Ccpany of the State of Pennsylvania (Address) hereinafter called Surety. are held and firmly bound unto ('1W OF ROUND) ROCK (Name of Recipient) 221 East Main Street, Ropnd Rodk-2.exas 78664 (Recipient's Address/ Qne nt11 on Eo g dr hereinafter called OWNER, In the penal sum of 33 Thl d DBIfi $ 1,427,622.60* in lawful money of the United States, for the payment of which . sum well and truly to be made, we bind ourselves, successors. and assigns. jointly and severally. firmly by these presents. THE CONDITION OF T1115 OBLIGATION Is such that whereas. the Principal entered into a certain contract with the OWNER, dated the . 24th day of June , 19 94 . a copy of .rich is hereto attached and made a part hereoi tor the construction of: (Project Name) NOW,.TIIEREFORE, if the Principal shall promptly make payment to all persons, firms. SUB - CONTRACTORS, and corporations furnishing materials for or per- forming labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials. lubricants. oil, gasoline, coal and coke. repairs on ' machinery, equipment and tools, consumed or used in connection with the construction of such WORK,. and all insurance premiums on said WORK. and for all labor, performed in such WORK whether by SUB - CONTRACTOR or otherwise, then this obligation shall be void: otherwise to remain in full force and effect. PROVIDED FURTHER. that the said Surety, for value received hereby stipu- lates and agrees that no change, extension -of time. alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPEC1FICATI0NS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, exten- sion of time, alteration or addition to the terms of the contract or to the WORK or 10 the SPECIFICATIONS. • 1 PROVIDED, FURTIIER, that no final settlement between the OWtIER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument Is executed In Ei t (8) counter- parts. each one of which shall be deemed an original. this the 24th day of 7 _ 19 ATTEST: (SEAL) (Principal Secretary) (Witness as to Principal) ATTEST: Address (Witness as to Surety) 3535 Travis, Suite 300 Dallas, Texas 75204 (Address) FRANK SIDDONS INSURANCE P. O..BOX 2125 AUSTIN, TEXAS 78768 By AUSTIN BRIDGE & 1dDAD, INC. Principal Address) THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA (5) 7800 Shoal Creek, #142 -5, Austin, TX 78757 Attorne / in act) 1999 Bryan St., Suite 1700, Dallas, Texas 752 Address) NOTE: Date of BOIID must not be prior to date of Contract. if CONTRACTOR is Partnership, all partners should execute BOND. IMP0RTAt1T: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business In the state where � r'e .; s C j Is located. T C SIDDONS TX RESIDENT AGENT be Insurance Company of the State of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 L OW ALL MEN BY THESE PRESENTS: That The hewn= Company of the State of Pennsylvania, • Pennsylvania corporation, does hereby appoint 1 t true and lawful Attorneys) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and wnungs rhptory in the nature thereof, issued in the course of its business, and to bind the company thereby. Provided, however, that no such instrument executed pursuant to the power panted hereby shall extend the sum of 815,000,000 (FIFTEEN MILLION AND 00 /100 DOLLARS). 1 1 ' TATS OF NEW YORK } OUNTY OF NEW YORK }aa. On this 1 day of February ,1993, I fore me came the above tamed officer of The Insurance ompany of the State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged g at he executed the foregoing instrument and affixed the seat of ild corporation thereto by authority of his office. 1 Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18,1976: I tESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attomeys -m -Fact to represent and act r and on behalf of the Company to execute bonds, undertakings, recogn vanes and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; I•l tESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to an) ccndicate ating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recogniranee or other contract of indemnity or writing obligatory in the natu,e thereof; ' (ESOLVED, that any such Attorney-in-Fact delivenng a secretarial certification that the foregoing resolutions still be In effect may Insert to such certification the ate thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact.' I Elizabeth M. Tuck, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of Resolution adopted by the oard of Directors of this corporation, and the Power of Attomey issued pursuant thereto, are true and coact, and that both the Resolution and the Power of Attorney are in full force and effect. 1 1 -- -Dawn Knight, Paul W. Hill, John P. Olsson, George Hulsey. of Dallas, Texas - -- ..N WITNESS WHEREOF, The hraurance Company of the State of Pennsylvania has executed these presents DOSEPH S. NOZZOLIO Wiry Public, State of New York No. 01- N04652754 Qua8fi. In Westchesia ty Tana gaptraa Jan. 31, J . CERTIFICATE this 1 day of Mark E. Rea POWER OF ATTORNEY No. 09 -$ -16803 ,1993. nior Vice President N WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation ' this 24th nas ,, June , 19 94 e ez,;d4z,Aed JvrL •� i.IL.nbelh M. Tuck, Secretary The Insurance Company of the State of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint its true and lawful Attorney(s) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writtngs obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents STATE OF NEW YORK ) COUNTY OF NEW YORK)ss. On this 29 day of April , 1993, before me came the above named officer of The Insurance Company of the State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thcreto by authonty of his office. CERTIFICATE IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation POWER OF ATTORNEY No 09 -B -50561 -- -Robert C. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Coney: of Austin, Texas - -- this 29 day of April ,199'. Mark E. • eagan, e t r ice President JOSEPH 8. N roa u 0. St N OZZOL . I O Quahha ; 1 York o. Tarim EaPires lan }, ter Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18, 1976• "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, rccognizanccs and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thcreto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof, "RESOLVED, that any such Attorney -in -Fact delivenng a secretanal certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact." I, Elizabeth M. Tuck, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. this Phi day of j( , 19 91 eCa xaer-L )(et . Elizabeth M. Tuck, Secretary 1 . 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 PROJECT: DELL CENTER BOULEVARD AND BOARDWALK WATERLINE CONTRACTOR: AUSTIN BRIDGE & ROAD, INC. BID, PAYMENT AND PERFORMANCE BOND CHECKLIST BOND NO. 13 -86 -79 DISTRICT: CONTRACT: Insurance Company: Agent: GEORGE HULSEY, need to be reissued with Texas Local Recording Agents signatuTgerson actually signing the bonds) Agency: Federal Registry Listing June 28, 1994 THE:INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA (Company /Partnership for which agent works, if any) The State Board of Insurance (the "Bond ") requires that an Insurance Company issuing payment and performance bonds be licensed to do business in the State of Texas to issue such bonds, and the Board also requires that the person writing and signing the bonds be a Texas local recording agent who has been appointed by the Insurance Company. to write and sign bonds on behalf of the Insurance Company. If the Insurance Company requirements are hot satisfied, the contractor must procure new bonds. If the Agent requirements are not satisfied, the bonds should be returned to the Insurance Company or to the Agency, if any, for signature by a Texas local recording agent. The following is a checklist to be used in checking payment and performance bonds. Parts 1 and 2 include questions for determining whether the requirements of the State Board of Insurance have'been satisfied, and Part 3 includes additional information.re by our firm. 1. Call Company License Division of the State Board of Insurance (512/322 -4353) (a) Is the Company authorized to do business in Texas? (b) What is the Company file number? (c) Is the Company authorized to issue payment /performance bonds? (d) Name of person providing information: 2. Call Agents License Division of the State Board of Insurance (512/322 -3503) Agent: (a) Is the Agent authorized to do business in Texas? (b) What is the Agent's file number? (c) What is the Agent's local recording agent's license number? (d) Does the Agent or Agency have an appointment by the company ?* (e) Name of person providing information: NOTE: If the Agents License Division of the State Board of Insurance does not list the individual who executed the bonds as having a local recording agents license number, then call the agent for such information, then verify it with the State Board of Insurance. 3. Additional Information: (a) What is the rating of the Insurance Company? (This information may be obtained from Best's Key Rating Guide. It is required that the Company have a rating of at least an "A, Class XIII ".) (b) Is there a power of attorney attached to the payment and performance bonds that is signed by an officer of the Company and that states that the person signing the bond is authorized the Insurance Company to sign such bonds? *If agent is a nonresident, the bond must be signed or countersigned by a local recording agent or special agent of the Company. If this is the case, get the above information on the local recording agent who signed /countersigned the bonds. But, the Texas local recording agent in such a case does not have to have an appointment by the insurance company. THE INSURANCE COMPANY OF THE STATE'7,OF.'PENNSYLVANIA 1999 Bryan St., Suite 1700 (214) 220 -6000 Dallas, Texas 75201 Contact Person - James ' • ight In business since 1919. A ++ rating. In the Federal Register. Geor l:Hu gelsev, is Attorney in Fact signing bonds. The bonds will be reissued with a Texas Local Recording's signature. �� Gwu�iy I� �/. • BRITISH AMERICAN INSURANCE COMPANY - no., ' 3535 Travis, Suite 300 (214) 559 -4887 (41, Dallas, Texas(75204 -1466 Contact Person - Mash Brwn In business since 1976. B ++ rating. No complaints this year. Certificate of Insurance will be reissued to include the City as additional insured & change cancellation language. v/ Neive .40, L0 R. WILLIS CORROON CORPORATION a 5420 LBJ Freeway, Suite 1400 (214) 385 -9800 Dallas, Texas 75240 -2652 Contact Person - Pam McKay In business.since 1901. A ++ rating. 21 complaints last year & 2 complaints this year. Certificate of Insurance will be reissued to include the City as additional insured & change cancellation language. 1• 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 PROJECT: DELL CENTER BOULEVARD AND BOARDWALK WATERLINE CONTRACTOR: AUSTIN BRIDGE & ROAD, INC. BID, PAYMENT AND PERFORMANCE BOND CHECKLIST BOND NO. 13 -86 -79 • DISTRICT: CONTRACT: June 28, 1994 Insurance Company: THE:INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA Agent: GEORGE HULSEY, need to be reissued with Texas Local Recording Agents signatu{gerson actually signing the bonds) Agency: Federal Registry Listing (Company /Partnership for which agent works, if any) The State Board of Insurance (the "Bond") requires that an Insurance Company issuing payment and performance bonds be licensed to do business in the State of Texas to issue such bonds, and the Board also requires that the person writing and signing the bonds be a Texas local recording agent who has been appointed by the Insurance Company. to write and sign bonds on behalf of the Insurance company. If the Insurance Company requirements are hot satisfied, the contractor must procure new bonds. If the Agent requirements are not satisfied, the bonds should be returned to the Insurance Company or to the Agency, if any, for signature by a Texas local recording agent. The following is a checklist to be used in checking payment and performance bonds. Parts 1 and 2 include questions for determining whether the requirements of the State Board of Insurance have'been satisfied, and Part 3 includes additional information. required by our firm. 1. Call Company License Division of the State Board of Insurance (512/322 -4353) (a) Is the Company authorized to do business in Texas? (b) What is the Company file number? (c) Is the Company authorized to issue payment /performance bonds? (d) Name of person providing information: 2. Call Agents License Division of the State Board of Insurance (512/322-3503) Agent: (a) Is the Agent authorized to do business in Texas? (b) What is the Agent's file number? (c) What is the Agent's local recording agent's license number? (d) Does the Agent or Agency have an appointment by the Company ?* (e) Name of person providing information: NOTE: If the Agents License Division of the State Board of Insurance does not list the individual who executed the bonds as having a local recording agents license number, then call the agent for such information, then verify it with the State Board of Insurance. 3. Additional Information: (a) What is the rating of the Insurance Company? (This information may. be obtained from Best's Key Rating Guide. It is required that the Company have a rating of at least an "A, Class XIII ".) (b) Is there a power of attorney attached to the payment and performance bonds that is signed by an officer of the • Company and that states that the person signing the bond is authorized,by the Insurance Company to sign such bonds? *If agent is a nonresident, the bond must be signed or countersigned by a local recording agent or special agent of the Company. If this is the case, get the above information on the local recording agent who signed /countersigned the bonds. But, the Texas local recording agent in such a case does not have to have an appointment by the insurance company. THE INSURANCE COMPANY OF THE STATE- OF.'PENNSYLVANIA 1999 Bryan St., Suite 1700 (214) 220 -6000 Dallas, Texas 75201 Contact Person - James ight In business since 1919. A ++ rating. In the Federal Register. Geosgei:HUlsev, is Attorney in Fact signing bonds. The bonds will be reissued with a Texas Local Recording's signature. AL.' Q qG�� BRITISH AMERICAN INSURANCE COMPANY O 3535 Travis, Suite 300 (214) 559 - 4887 2F,9y 2:469 - Dallas, Texas(75204 -1466 Contact Person Marsha Brown In business since 1976. B ++ rating. No complaints this year. Certificate of Insurance will be reissued to include the City as additional insured & change cancellation language. / Mooc . Ulw 142.oug;4A WILLIS CORROON CORPORATION Q 9 5420 LBJ Freeway, Suite 1400 (214) 385 -9800 Dallas, Texas 75240 -2652 Contact Person - Pam In business.since 1901. A ++ rating. 21 complaints last year & 2 complaints this year. Certificate of Insurance will be reissued to include the City as additional insured & change cancellation language. i IS$U -, ( M /DD/YY) II ACOI I . CERTIFICATE OF INSURANCE _ __ 06/24/94 PRODUCER BRITISH AMERICAN INSURANCE CO. 3535 TRAVIS SUITE 300 DALLAS , TX 75204 -1466 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMP Y A BRITISH AMERICAN INSURANCE COMPANY LETT COMPANY B LETTER INSURED AUSTIN BRIDGE & ROAD, INC. 7800 SHOAL CREEK SOUTH BUILDING, SUITE 142 AUSTIN, TEXAS 78757 COMPANY LETTER C COMPANY LETTEfl D COMPANY E LETTER COVERAGES - - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO I TYPE OF INSURANCE POLICY NUMBER I POLICY EFFECTIVE LTR I DATE (MM/DD/YY) ( POLICY EXPIRATION LIMITS DATE (MMK)D/YY) A ENERAL LIABILITY COMMERCIAL GENERAL LIABILITY X I CGL 0104294 I I 12/31/93 12/31/9 GENERAL AGGREGATE $ 2 000,000. $ 2,000,000 PRODUCTS AGG. r CLAIMS MADE. J OCCUR. PERSONAL B ADV. INJURY -, $1, 000,000 - $1,000,000- OWNER'S A CONTRACTOR'S PROT.i EACH OCCURRENCE DAMAGE (Any one tan) $ 50,000- MED. EXPENSE (Any one Person) $ 5,000 0 1 AUTOMOBILE LIABILITY ' ANY AUTO X_ OWNED AUTOS SCHEDULED AUTOS X —I HIRED AUTOS X 'NON -OWNED AUTOS GARAGE LIABILITY 1 CAL- 0104294 12/31/93 12/31/94 COMBINED SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY Per accident) PROPERTY DAMAGE $ EXCESS LIABILITY j UMBRELLA FORM I OTHER THAN UMBRELLA FORM EACH OCCURRENCE $ AGGREGATE $ WORKER'S COMPENSATION AND WC- 0104294 12/31/93 12/31/94 EMPLOYERS' LIABILITY X STATUTORY LIMITS EACH ACCIDENT '1,000i000- $ , 1,000000 DISEASE—POLICY LIMIT DISEASE—EACH EMPLOYEE 1,000,000 OTHER DESCRIPTION DE OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS ALL OPERATIONS OF THE INSURED -TX RE: DELL CENTER BOULEVARD AND BOARDWALK WATERLINE AB &R JOB # 877 The City of Round Rock is an additional insured on the AL and GL policies, ATIMA, as respects the referenced contract. CERTIFICATE HOLDER CANCELLATION _._. CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK, TEXAS 78664 Attn: Cathy Stegman SHOULD ' EXPIRATION MAIL LEFT. ,.: ANY OF THE DATE 30 DAYS WRITTEN ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE THEREOF, THE ISSUING COMPANY WILL 22101M4KNII NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE c ti ,,,, ,. , . „- . AUTHORIZED REPRE$ENTATIYE ' , / // ACORD 25 -S (7/90) C ACORD CORPORATION 1990 $ F ISSUE DAYE (MM/DD_ Acorn,. CERTIFICATE OF INSURANCE � -- �� � REVISED V I S E D ) 06/24/94 PRODUCER WILLIS CORROON CORPORATION (214) 385 -9800 5420 LBJ FREEWAY, SUITE 1400 DALLAS , TX 75240 -2652 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES COMPANY NATIONAL LETTER A OF AFFORDING COVERAGE UNION FIRE INSURANCE CO. PITTSBURGH, _ PA. __ _ _ _. _ LETTER COMPANY B INSURED 1 AUSTIN BRIDGE & ROAD, INC. 7800 SHOAL CREEK #142 -S 1 AUSTIN, TEXAS 78757 COMANY LETTPER C i COMPARNYD T ___--- — _ t COMPANY LETTER E J . _ . _ _ _ „ COVERAGES ,., .. - - . THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, MAY HAVE BEEN REDUCED BY PAID CLAIMS. T POLICY EFFECTIVE POLICY EXPIRATIONr LIMITS 1 DATE (MM /DD/YY) DATE (MM /DO/YY) CO TYPE OF INSURANCE LTR POLICY NUMBER GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE �. OCCUR i OWNER'S & CONTRACTOR'S PROT_ I J 1 1 GENERAL AGGREGATE $ • PRODUCTS-COMP /OP AGG $ • + PERSONAL & ADV INJURY $ EACH OCCURRENCE $ ■ I FIRE DAMAGE (Any one lire) $ MED EXPENSE (Anyone person) $ r AUTOMOBILE LIABILITY ANY AUTO --. ALL OWNED AUTOS H—` I —� SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY • COMBINED SINGLE I LIMIT $ BODILY INJURY (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ A EXCESS LIABILITY BE 3092409 !� X( UMBRELLA FORM OTHER THAN UMBRELLA FORM 12/31/93 12/31/94_ EACH OCCURRENCE s 1,000,000 , AGGREGATE s 1,000,000 WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS r EACH ACCIDENT $ DISEASE— POLICY LIMIT $ """ I DISEASE —EACH EMPLOYEE $ OTHER I DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS The City of Round Rock is an additional insured on the REF: AUSTIN BRIDGE & ROAD, INC. Automobile Liability and General Liability policies, as ABBR Job # 877 their interests may appear, as respects the referenced Dell Center Boulevard & Boardwalk Waterline, Round Rock, Texas rr]Ot t CERTIFICATE HOLDER CANCELLATION • _�. City of Round Rock" Attn: Public Works Department 221 East Main Street: Round Rock, Texas 78664 SHOULD ANY OF THE EXPIRATION DATE MAIL 3 DAYS WRITTEN ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE THEREOF, THE ISSUING COMPANY WILL lowarBWMJ.RUI11Ut NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,.1 . 11 (HWa1WWl111WtBi444113U4aDNYIL$ [untewwullBna IIRIE IRINIwultlaluuwYIBUHI ._ - �. r,,: .,o. •. •. _,,• - •'1) 1171:1 afl i.il H 14¢r 11:111 IIIL14�)' '•. • I + AUTHORIZED REPRESENTATIVE n BRA2- 2 - _ .. . ACORD 25 -S (7/90) ' ' © ACORD CORPORATION 1990 OWNER'S S CONTP0.CTOR'S PROT. `"" " -` -••- 1, U U U, 0 0 0 FIRE DAMAGE (Any ono fin) 0 50, 000 MED EXPENSE(Anv OnEDerAml 0 C (141° ^ - +T^ I AUTOMOBILE NY LABILITY COMBINED SINGLE IK AAUTO CAL- 0104294 12/31/93 12/31/94 LIMIT ' 1,000,000 X ALL OWNED AUTOS 0001LY INJURY 5 (Per Person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY 5 (Per aceloen0 ]{ NON-OWNED AUTOS GARAGE LABILITY PROPERTY DAMAGE S - EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE 3 OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION E CH ACCIDENT S A AND WC 0104294 12/31/93 12/31/94 DISEASE—POUCY UNIT s 1, 000, 000 1,000,000 EMPLOYERS' UABILITT DISEASE —EACH EMPLOYEE S • 000 • 0 0 0 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS ALL OPERATIONS OF THE INSURED -TX RE: DELL CENTER BOULEVARD AND BOARDWALK WATERLINE AB&R JOB # 877 The City of Round Rock is an additional insured on the AL and GL policies, ATI.MA, as respects the referenced contract. CERTIFICATE HOLDER. :.:7..:.,... CANCELLATION L, .. .. • . - .: . . •• • • SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE HE CITY OF ROUND ROCK EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL BNO>SA ss:o S 221 EAST MAIN STREET M AIL 3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ROUND ROCK, TEXAS 78664 Attn: Cathy Stegman •AUTHORODiO REPRESENTATIVE /r4477:481";4': - ____ __ _ - -•__• • -•• •• ' ' • CACORD CORPORATION 7998 1 -- - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRODVC0R 06/30/94 09:01 '214 1 5581 AUSTIN IND. MORD :CERTIFICATE OF INSURAN BRITISH AMERICAN INSURANCE CO. 3535 TRAVIS SUITE 300 DALLAS , TX 75204 -1466 INSURED - •• AUSTIN BRIDGE & ROAD, INC. 7800 SHOAL CREEK SOUTH BUILDING, SUITE 142 AUSTIN, TEXAS 78757 002/003 • ISSUE DATE (MM/DDIY'n ._• 06/24/94 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A BRITISH AMERICAN INSURANCE COMPANY COMPANY B LETTER COMPANY LETrEA COMPANY D LETTER COMPANY E LETTEER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD WHICH THIS INDICATED. NOTHSTANDING ANY REQUIREMNT. TERM OR CONDITICN CERTIFICATE MAY 88 ISSUED OR MAY PERTAIN. INSURANCE AFFORD D BY THE POLICIES O SCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. ANY CONTACT OR OTHR DOCUMENT WITH RESPECT EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. CD POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE IMMI00fYY) DATE (MM/DO/YY) I GENERAL LIABILITY A X COMMERCIAL GENERAL UABIUTY CGL 0104294 CLAIMS MAD6. OCCUR. LIMITS GENERAL AGGREGATE 2,000,000 12/31/93 12/31/94 PR000CTS.COMPIOP 0 2, 000, 000 PERSONAL& ADV. INJURY 51 000, 000 P RODUCER • I l • ` v l A OlW. CERTIFICATE OF INSURANCE R E V I S E D ISSUE DATE (MMIDOIYY) 96/24/94 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE NATIONAL UNION FIRE INSURANCE CO. OF PITTSBURGH, PA. 1 I I I L 1 1 1 1 A I 1 1 1 1 1 1 INSUR00 06/30/94 09:02 2Y214 443 5581 WILLIS CORROON CORPORATION (214) 385 -9800 5420 LBJ FREEWAY, SUITE 1400 DALLAS , TX 75240 -2652 AUSTIN BRIDGE & ROAD, INC. 7800 SHOAL CREEK *142 -3 AUSTIN, TEXAS 78757 . _ I COVERAGES _ .. ..._. _.... _.__ . , T1115 19 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED SY 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. CO TYPE OF INSUR4NCE POLICY NUMBER LTR GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR, OWNER'S & CONTRACTOR'S MOT, AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON.OWNED AUTOS GARAGE LIABILITY excess UAaIUTY X UMBRELLA FORM OTHER THAN UMBRELLA FORM OTHER WORKER'S COMPENSATION AND EMPLOYERS' LIASIUTY CERTIFICATE HOLDER ACORD 25 -S (7/901 City of Round Rock Attn: PUbLie Yorks Department 221 East Main Street Round Rook, Texas 78664 BE 3092409 AUSTIN IND. 1 003/003 COMPANY A LETTER COMPANY B LETTSSR COMPANY `. LETTER COMPANY D LETTER COMPANY E LETTER L POLICY EFFECTIVE POUOT EXPIRATION LIMITS DATE (MMIDDITY) DATE (M WDDIYY) GENERAL AGGREGATE 5 PRODUCTS.cOMPIOP AGO. 3 PERSONAL & A330. INJURY 5 EACH OCCURRENCE 3 FIRE DAMAGE IA00 one IN) S MED. EXPENSE W+v one pennnl S COMBINED SINGLE LIMIT AUTHORIZED REPRESENTATIVE/ / BRA2- 2 BODILY INJURY (Per 5ar:anI 8051101 INJURY (Pm 805100011 PROPERTY DAMAGE 5 12/31/93 12/31/94 EACH OCCURRENCE 51,000,000 AGGREGATE X1,000,000 _ -_- . --_ STATUTORY LIMITS EACH ACCIDENT 5 DISEASE —POLICY LIMIT S DISEASE —EACH EMPLOYEE S DESCRIPTION OF OPERATIONSILOCATIONSIVENICLES /SPECIAL ITEMS The City of Round Rock is an additional insured On the REF: AUSTIN BRIDGE P. ROAD, INC. Automobile Liability and General Liability policies, as AB &R Job * 877 their interests may appear, as respects the referenced Dell Center Boulevard S Boardwalk Waterline, Round Rock, Texas COLltoact., CANCELLATION SHOULD ANY OF THE ABOVE DESCR1BED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL rusgasxtutu51LA MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.3JUnkaawl&kele Ututalum5XULAU rameountextru tneunatal&L muut3 MYiAlMWYI&Wil © ACORD CORPORATION 1990 STATEMENT OF BIDDER'S OUALIFICATIOUS All questions must be answered and the data given must be clear and, comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder:Avs};J 11AL: Date organized: 112.D5 Address:78.m Ei C:cta /61,1 7S75FJate Incorporated: Number of Years in contracting business under present name — Contracts on hand: Contract • SEC c 4, Va d M F ; Type of work performed by your company: 1t1 Have you ever failed to complete any work awarded to you? No Have you ever defaulted on a contract? ti' List the more important projects recently completed by your firm be sure to include project of similar importance): Proiect Amount Month /Year Completed Major equipment available for this contract: `Attach resumes for the principal members of your organization, including the officers as well as the proposed superintendent for the project. Wit Credit available: $ Amount Anticipated completion Date /�1tvVI�L2 l: /ok) Bank reference: The undersigned hereby authorizes and requests any person, firm, cr / nn• corppo tion to furnish any information requested by the L-i o 'r ii t,e. (2 od in verification of the recitals comprising this' S atement of Bidder's Qualifications. Executed this 4.\ day of �wn. -fi 7 - 51 By Y‘,( U mil\ Title �Yr�n�n�+n, 6�nanye U S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EOUAL EMPLOYMENT OPPORTUNITY r INSTRUCTIONS This certification is req pursuant to Executive Order 11246 (30 F. R. 12319.25). The implementing rules and regulations provide that any bidder or prospective contractor. or any of their proposed subcon- tractors. shall state as an initial part of the bid or negotiations of tike contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause: and. if so. whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has nor filed a compliance report due under applicable in- structions. such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER NAME ANO ADDRESS OF a100E T/actuot IN Canal AuS1 I fil � 1 ' 1Saa Get 111z75 tAu<.a -,,.1 7r 76 ?,s • . • 1. Bidder hat participated in s previous contract or subcontract subject to the Faust Opportunity Claw*. N � Yet 0 No 2. Compliance reports were required to oe riled in connection worn suers contract or subcontract. 4 Yes 0 No 3. Bidder has Bled all compliance report due under applicable mitrueoons. mcludmq SF•100. Yes 0 No 0 crone Bemused 4 a r e you ever been or sir you being considered for sanction due to vIoNUOn 01 Eaeeutw. Order 11246. as amended? Yet (A, ale NAME ANO TITLE Or SIGNER Theme ryas SIGN... MIRE 1... Oa TE 1 I 1 1 1 1 1 r 1 1 1 1 1 1 1 1 NUO ESa 1 111 rat 1 1 1 1� 1 is 1 1 1 1 1 1 1 1 1 ( TO I JPp.r.. II...r...M.. L/. L 71. ..J.alpJ, lowly a.e.t.4 • ...ma Mil► 01.• a....neu.. NI N s .I.r... .li0 4 Inj.a. .cb..N 1. OM: (.) Tl. Loin SI..J..J. F .n.l... .n 1..1.4.4 I.1►..I....•.4 ( c.l.a.a •l ••y 1.0..0....1 IL..I.....4 .•.1it1..., 1..1•41..• osimem . by ••/ d U..•►...onclan .J .y 1.... 1M...bcwun•n.. 11..op...Jd1l/: 7. H. •....0 •• .b.n (•) 41.1.■• 1• r. ••. 11.■. .•n.w•N. .. o..cunw iwll.ib1.......c... by in V.r...11.. G.....1.1 d U. S..,...., .I Lan, Pon S I:I L/ N. I'...:1 ....J.+ fw O.iC. 711. - 7I.1A (b) H. r... .114 .I......II...J.w.n.. 1.• b.n . wr I n ►.... Mir 1•nw•1 V ■••ip...J•• ...w.1.pbl.commo p••i.l..•. S. 11. . v. 1• •11b1...4 l....d 1• Il.a.........4 .eor•••• •.IF.• 1.• J•r• .1 11.. •..num. JuLdm...n... I.cI.Ji.. IA... ••.n... by ►....►c... • ..1 •• know 11.. •.bbd ► o L• .• S . • ,. w • C.•ul.ulw .•.e•..... Lon. SI•.J.d...4 Pn.o1.. 0. . 11......••... o• T 1. H. s.n.li•• ghat, u1 (111•41.444.1 - 04 nwunC ..0 ono. bi•ILO1.41t COM•YMITT .P/.LOL..Ht •LOCI C.••T P•oC.•m CONT CERTIFICATION CONCERNING WOK $TAl10ARDS AHD PREYAILIHC TAG, REQUIREMENTS (.) Ib. 1...1 •••• •+J IL. b.M ..•• .14....1 U. ..Jn.y..• ..1 10 1L. ..•.•.1••• 1 . 1 141 • 4.1 TI...... Ii.l• .•J .JJ...• •I a. ........ n•......li...... ..... ..J m1 II/ ••y/ ...I..cb N b.. ••■••••■■•I i..•••...• ... i V.iJ . ... u.i.•• 1 ••••. S•••••• ., r ......1 •. S 1... JI.1 .41... ..II b. ..1.. .J 1. •.y ..bnw ...•• M.. ~•1 ... •.fw a .boa ..c% .. ben. .L•.1. w......J ...•1•M+r ..•u.....r 1 t Y..••..•.u..•.n..1 ..Y0-1•1 11 -111 1 1 1 1 1 1 1 1 1 1 1 1 1 11.....41 ...a • •I .111 '.i.••'' 10/11141..1 1, 10•11.10NG T I (.3 •..1.•••• 44.• ••. 1 1 1 ••■••••• lel•. TM. It. U.L.G. ,•••••-• •••••• •■••• o. se Type of Contracts No. of Contracts Approx. Total Dollar Amount Estimated No. to local Business . Estimated $ Amount Local Business 1 1 1 1 1 1 1 PROPOSED CONTRACTS BREAKDOWN ESTIMATED PROJECT WORKFORCE BREAKDOWN Work Classifications Total Estimated Positions No. of Positions Currently Filled Totals No. of Positions not Filled No. of Positions to fill with UM Residents 1 STATE OF TEXAS § COUNTY OF Tap.-5 § Le.e. 5ft.(3 , being first duly sworn, deposes and says that: (1) He is 14.) p-e, of � osTd 3 QJ4: ZoAo, the Bidder that has submitted the attached Bi ; (2) attachedlbidiand the contents stances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with another Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or, person to fix the price or prices in the attached Bid or of any other bidder, or to fix an overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the (Local Public Agency) or•any person interested in the proposed Contract; and The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, re resentatives, owners, employees, or parties in interest, including is ffiant. (Signed) (5) NONCOLLUSION AFFIDAVIT OF PRIME BIDDER Subscribed and sworn to 1 me this 2( day of J vrs s , 19 5c( B c IL C- = y Notary Pub I rC 7' l rtiV;5 T s County, Texas My commission expires 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SAMPLE CONTRACTOR'S LOCAL OPPORTUNITY PLAN agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the (City /County) of A. To ascertain from the Locality's TCDP program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan. 8. To attempt to recruit from within the city the necessary number of lower income residents through: local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. C. To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. D. To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps planned to accomplish these goals. E. To insure that subcontracts (greater than S10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible, in a covered project area. F. To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. G. To insure that all appropriate project area business concems are notified of 'pending sub - contractual opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. J. To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. K. To maintain records of all projected work force needs for all phases of the project by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportunity objectives. 1 1 1 As officers and representatives of (name of company) we the undersigned have read and fully agree to this Plan, and become a party to the full implementation of the program and its provisions. Signature Title Date I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name SAMPLE CERTIFICATION OF BIDDER REGARDING SECTION 3 AND SEGREGATED FACILITIES Name of Prime Contractor Project Name G Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings (if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained. Name S Title of Signer (Print or Type) Signature Date I _ Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements I of f v1(�.) )0 4/Q� The undersigned LE. �i'S ,' , c ertifies, to the best of its knowledge and belief, that: f (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an I officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the i making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. ' (2) If any funds other than Federal appropriated funds have been paid or will be 1 paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this I Federal contract.. grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. t (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including I, subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352. I title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signed: r Date: (o - 21- -iY Title r 1 TO: Austin Bridge and Road 7800 Shoal Creek South Building, Suite 142 Austin, TX 78757 Dear Sirs: Date this 24th day of rune, 1994. NOTICE OF AWARD PROJECT: Dell Center Boulevard and Boardwalk Waterline BPI Project No. 648 -01.00 and 648 -02.00 TDHCA NO, 703152 The Owner has considered the Bid submitted by you for the above described work in response to its Advertisement for Bids. You are hereby Notified that your bid. has been accepted for items in the amount of $1,427,622.60 (See attached). You are required by the Information for Bidders to execute the Agreement within Thirty (30) calendar days from the date of this Notice to you, If you fail to execute said Agreement within Thirty (30) calendar 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 Bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledgement of this Notice of Award to the Owner. THE CITY OF ROUND ROCK C/O BURY & PITTMAN, INC. Greg 6r,3YS. Strmiska, P.E. Bury & Pittman, Inc. ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by /1/?.l1 R this the day of �usie , 1994. Contr 2y By Title /5 gL d 1 1 1 1 D: .' It FROM: . II SUBJECT: This i.i..to inform you that (name of company /1.D. number) II - at (address) t (phone) , has been award a contract -- (contract 1) -- to (brief description of work) in the City of The number of the applicable wage decision is . The contract is for II (amount) . The estimated start of construction is (date) . Contract completion is estimated to be approxi- mately (date) I A Preconstruction Conference will be held concerning this project at (time) • on (date) at (address) 1 • NOTICE OF CONTRACT AWARD AND PRECONSTRUCTION CONFERENCE Texas Department of Commerce' Labor Standards Coordinator CDBG Office Award of Contract /Preconstruction Conference -1- (e) EACLJ T)Urva CICCPTION ICSAFT) CIFLAN►TION :::;: c r.t_a .t c" ' -e _ e • - - - . - co :t =• • ee ,.. -t, erw•)if I if 1 r 1 1 t 1 u s 7777777 77 Of Lemon rate .Ye _O..w ••C •Y•.. c O.....0 -. c . f•0+� Dote STATEMENT OF COMPLIANCE do hetet, atel.: rw- gear• ••r ^• •e ' *•ages: • • thew. el *.totter, *.net 1.Tut.. (I; That I pay or 1111p 777777 the payment of the p.t..ns employed by to the • that during the payroll period commencing on the __day of Iadtene Or oral 19_ end ending the_dey et 19 .II p mployed on sold project have been peed the tut: weekly rape ..med. that no rebates have been or will b made tither directly •r indirectly to or en b of said from the lull weekly wage, earned by any person and that no deducuons have 1C or Stlbeamnelar) been made either directly or Indirectly from the full wages earned by any person. other than permseetble deductions as defined 3* SuL 946.63 Regulations. S( 9 Part 3 (29 CPR 76 bird ST; ). U S issued by the and described below: under the Copeland Act. as amended (48 Stu on (I1 Thee any permits etherwlee under lima contract required to be submtrt•d for the above period ate correct and eemple•. that age detennsnsllen Ineoro rend e the contract; s thsi he classiliestmns set e et forth therelp for taenlaborer ormeehenie con• fort with the work he performed (3) That any •ppnntiees employed in the above petted an dui) registered in a bons fide epprent.etshIp program regntend with • State appnntde•h.p agency recognised by the Bureau of Apprentse.shtp end Training. Untied States Deportment of Labor. or If no such recognised agency .snit in • State. are repented with the Bureau .f Apprenticeship and Training. United Sons Deportment of Labor (4) That: (e) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS. FUNDS. OR PROGRAMS E . In addition to the basic hourly wage sus paid to each laborer or mechanic haled in he abate referenced pa.• toll. payments of fringe benefits as listed in the contract have been or wail be made 10 appropttalc pret:ar..s for the benefit of such employee". except as noted in Season a(c) below (b) WHERE FRINGE BENEFITS ARE PAID IN CASH CI. Holed Each Laborer or mechanic sted In the above referenced payroll hat been paid es tndica,•d on the payrott. mi mount not le in the e s n the SUM except noted msic hour wage r +e plus the armour.: el tb.'.gusted Innse u INSTRUCTIONS FOR PREPARATION OF STATEMENT OF COMPLIANCE This statement of compliance meets needs resulting from the amendment of the Davis - Bacon Act to include fringe benefits provisions. Under this amended law. the contractor is required to pay fringe benefitS as predetermined by the Department of Labor. in addi- tion to payment of the minimum tate!. The contractor's obligation to pay fringe en fits msy be met by payment of the fringes to the various plans, or programs or by ing these payments to the employees as cash in lieu of fringes. The contractor should show on the face of his payroll ell monies paid to the employees whether as basic rates or as cash In lieu of fringes. The contractor shall represent in the Statement of compliance that be is paying to others 'tinges required by the contract and not paid as cash in lieu of fringes. Detsiled instructions follow: Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor shall continue to show on the face of his payroll the basic cash houtly rate and overtime rate paid to his employees, just as he has always done. Such s contractor shall check paragraph 4(a) of the statement to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined as fringe benefits for each craft. Any exception shall be noted in Section 4(c). Contractors who pay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employee and insert in the straight time hourly rate column of his payroll an 'mount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classi- . fication in the applicable wage decision. Inasmuch as it is not necessary to pay time and ' half on cash paid in lieu of (tinges, the overtime rate }hall be not less than the sum of the basic predetermined rate, plus the half time premium on the basic or regular rate plus the required cash in lieu of fringes at the straight time rate. To simplify computation of overtime, it is suggested that the straight time basic rate and cash in lieu of fringes be separately stated in the hourly tate column, thus 53.251.40. In addition, the contractor shall check paragraph 4(b) of the statement to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions Any contractor who is making payment to approved plans, funds. or programs in amounts less than the wage determination requires is obliged to pay the deficinecy directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exception column the craft, and enter In the Explanation column the hourly amount paid the employees as cash in lieu of fringes, and the hourly amount paid to plans. funds, or programs as fringes. • • Y+11••,• M.n.N 4.4.1 ,MI • ■N.•... For sale br the '0 aahmpon. D C. 'o 01 Price SI t5 per pad of Government Printing Oiler Federal Labor Standards Provisions Appl*aWNy The Prolacl or Program to wbolh ale eonstu0eon wort Oow(W by los contract p.wns u tame Monad by M Wined Stales of Arne.= and me 10*ormg Paden? labor Standards Pompons are included m des Contract puauant to prdnmdns applicable as loch Pectoral issuance. (1) MNkmun gaga. AA laborers and mecheuca employed or work - *9 upon M add of Io x1009 (pr under M Wand Sales Housing Ad d 2177 or under M Hwang Ad d Illta in M Construction or devel0p1W1 of ne proledt ode ta pad unrxnd*oo1Iy and nor lea often Mn once week and whllout lobs Wu.n1 dl4uebon or rebate on any anbnrt Imoepr such payroll daua00a as ere permitted by 119uleso05 Woad by M Secretary of tabor unam M Copland Ad 221 CPR Pam UM* AA amount d wages and bona *40 fige benefits for cash .quwlena =moll due at ame 01 payment Computed st Mae not Men than Foss contained on M wage da1Wmnaaon o1 M Seaeary of Labor which M maenad hereto and made a pan hoot r.9areW d any contractual Maa001Np which may ta 191010 to amb between M contractor end such Mtwara and =coin= Conmbo0ons made or costs reasonably Inapaad 1010000 Oda burgs bona= un0e 5.a00 IMO) of M Oaw1-Bacon Act 00 WW1 of laborers or mechanics are considered wages paid to such fa=1rs or medn.me& fublad t+9, prdwsion1 d 29 CFRS3tax110ry. also, mauls: Conmbueens m5a or cola incurred tor more man a weekly Wad (W1 nor lea often Marl trvwry) hide Man. Arndt or programs. which cow me Fianna, weakly petiolate derma n Co constructively made or metered deug mob weel y pwtlC Suer laborers and =chance col shalt be Fed all apwdpale wage 1111 and range =nears on ma wage dlwmnaO00 br 011 cla..lbraban of wad actually Finormed. wimout regard b tea except a. Mowd.d In 2I) CFR Pant 5 5(19 Laborers or mew= pml0rmmg won M more than one ctastileabon may be compensated at M rule .p.agad tor enh caulks. Lon 101 M Mme aclua9y waked =me Provided. The M employers pay. r0M records accurately ma tort) me a• s9am lo each daam*abW m wrath wan la parlam.d• The maga 411101001100 (0htudln9 any a1atan1 aasm00.ton and wage rates Conformed under 29 OM Pan 5.5415 and m. Dorris -8.000 poaw (91-1221) =OW pouted at an Imes by M con- ictor and nor subcontractor, al M she 01 M work m a pro+rlOa+h end 1001Omda 01101 who= 0 Can be aLy Men by M magnets. (1) (1) Any class 0l laborers or m.cnwea whim u not Fated m wage determination and which M b be employed under M carte= roes be 0assilad on conformance won ea wage dmermlneson.111113 shall sow.ee an addee00al W0alOalOn end wage ran and king. Denman Neale. any *nen M knowing =era have been mac ( 1) The work to be paam.d by me caarkca*0n requested a not performed by a classification In M wage determination: and m TM 1al,1a000 K Wised in as x9, by Me CW ItruCten =Way; end (3) The proposed wage rata. =Wang any bona Ode toga b.9,. fats. Mars a reasonable oilstone* to M wage rates 000W01d in *age Omemenatdn. (WI= Me c00taebr and Me laborers and mecn.0c1 to be ernp10 10 m me dass.OabW d known). or thew ra9r.1Wa0Na and HUO or 11 designee agree on M eMM11C0Mn and wage rate (mdudmg mm amount oeslgn.ted for Inge 0909 1 ware appopnatal. • report d M attract man snag be ant by HUD or is design.* b 9, Admaa10110r Of Me Wags and Hour Oew/wn. Employment Standards Adnaaera00. U.5 Moalment of Lad.. W asnmgton 0C. 20210. The Admmotrator. or an autosed re0raex0a00e, wall sop0009 mealy or aa9o001 marry adaWnat daub- Caber action reran 20 days of receipt and a eaM1* 19,10 or 009 dasgnM or wet notary HUO a w 0.mgnee widen M 304day pened that.W11Onal buril it necessary.1AFiro by as Once 01 Management and Budge ,.roe OMB comma numoar 1215.01 (o) M Me Wald me Contractor. Me 1a00n.1f or me0names to d employ* m Ms cnamaua0n or m 1 representative,. and HUD or its 9e1.9n.e d0 nor sane on me proposed aaMdenon and wage tale am0lwmg me amount de•9naled 1011m9a =But► *mire appropriate. a•r.om Embon e+ Ob+am f - U.S. Depsnynon+ .1 Haseme and Urban Dew10Pmen1 ATTACIi4ENT 7 -H HUD or a designee mall rater the awseone mdu0mg Me wawa of an immured panes and M IIC0mmendaa00 ol HUD or in des a t.. w ale Admmavator foe delmmhnauon The Adrrwnestor. co an Bottomed rewe- senu0et.1101 clue 10.1.rmma000 wlV o 20 days ol Maw0( and so edema HUD Or nu des1gns. a wta n0ey KM Of b desr5net whom me 30•day period Out additional Om* is necesary. (App. Fad by the Office of Man- agement and Budget uncle OMB Control 1dum=1 2215414o) (d) The wage rate endudrn9 Mnge benefits emote 109 detemmeed pursuant n aubangrapbl 1 err 101 d mm paragraph. 011 b. pad to MM worker= pen01m0p were m M aasmana000 under les con- tact Nom M In day on wnkn work is performed m M daar101*0n an Mammy M mmhmum wage =a pr0SCntad m 1111 CC00a01 Im a Class of laborers or mechaNq includes a bags benefit wrack 4 not expressed as an hourly rate. M contractor and miner pay M Mnebt as sated m M wage delemmaa00 or shad ply amdmer bona Ode kegs • INneh1 or an hourly ash equmallm tlmex Oct M M contractor don not mek. Paymeno to • Oust., a 00111 Ihi10 pe1a00. M contractor may Consoler as Pan of M wages Of any aborer tr macrame M amooe al any 1005 rnlonady anticipated m prowling born ads toga banana under • plan Or program. Prowled. That me 5,ao xy 01 Lana Iles round, upon me wn1ln rs0ua1101 M 100VICIOr. Mt M appistt/ standards of me 01x1.Bacon Act nava been met The S.afyry of LAb0l may mulls M Centric* n set dude m 111901x11 a000un1 also 1 1 9, meeting of =pitons ender M Plan or 910001* pt9prl.a0 Mme Oaos of Managenem and Budget under OMB Coned Number 1215.0104 WMnldk 1. HUD or M dergn.' tat upon Its own. Acton or soon • when request 011 an aumonW reprSNnaey/ of ma DepanmWI ° Labor whmm0ld Of came l° be wdaMld tom the contractor under gut contract or any clear Faer11 contact with M same mime ca :Boot a any Omer FWeray-aamued contract subject to Dams -Bacon praoalI'na wage resWmmuna. which M hld try 011 tank pone c00aa0r so TYCO of M aectamo payments or advances as may be Considered mortuary 10 may taboo= find mechanics• maudmg appren0C0A mamas and MIpa'I. employed by M contractor or arty subcontractor M fun amount or wages requred W M contact In M ealnt d blue b ply any taborer or a mocham0, YICWdmg any ap9=n001. armmee or helper. mnp10y10 a wonting on Me site of M work ter uncle me United Sates Housing Act d 195 or under M Homang At Of 1949 an M 000lWCton or dlwlopmmA of me molee0, Be Or pmt of M wa0.1 mewed by me Contract HUD or ne om9• not may. after +mean MAC, b en contractor. Sponsor• applicant or owner. lake web 'coon as may be monogamy 10 Cause me sulpenllon of any uralel payment advents. or guarantee 01 funds unld such 0Wb1n1 nave cased HUD Or ma designee may. alter wear Mace b ele Contactor. dm. bone Such Mount, widmld for and on a000Unt Oldie cantrsctpr or Sub- contractor b M res9.COVe employees b when buy Ire due Tha Comp. trolly D.neal Shsa lake much alb*lfa*ents m Me CAW CI direct Osoia•Baeot Act conned. • (4) 9.9*0, and bask mania. Payrolls and be= racoon militant; Marro Shall be melmmed by em contractor donna me cows' of Me weft pratereed fora period d Mee years m*a*m b/ BI( labour and mecum() waling at le lute d me work On order me united Stalin Housing Act d 1937. or under M Mousing Act ° 1919. m M 100f9ue00n or dev110pmm0 01 M x01100 Such records Wall Conlon 011 Mme. , =oraes ur . and Waal secure, number of risen a eh Wen wken• hi. err bar C- teCI Clambatr00. h00dy rani d wagef nab lm0ludmg rain 01 COnMtu- 0W$ Or COMM a00191100 10r bona fide Mogo we= or aW IOwv5.rm Merv° of me apes delegated in 5.C*0n 11042751 d M Diem -b CO, Arn Oaey and wormy Molder 0 noun worked.0edu900s made Inc *anal wages pad Whenever Me Secretary Of Laser Ns found under 21 CFR 5.5' natant Mt me wages ° any mortar Or rnICneme mcude Me amount 01 any COMM lessonaby anaated do 910n0•rg tan /.0 under n plan or pro. gram oescn0a m UM 1101121(0201 M Dasa•Ba000 Act M contactor sna1 maintain reread/ wn•Cr anon Mat re :P^omanerl l: P19w4e wen 5h HUO- Ol0.0 G HB 1 3.1 12 1 41 11 I t 1 1 1 1 1 1 1 l 1 1 1 1 11 .1 i •1 1 7. Camelot. UnNndknu debarment. A breach ol 110 contract claws in 29 CFR 5 5 my be grounds lop anmna1on ol the contact and for debar. ment 01 • corvette and • suoceneacior as provided in 29 CFR 5.12. 1. Compllan.a wit. Darteillecan and Reeled Ad Reedrenene. Al rul- ings and ml.rpretaeons ol the Daoa.lecon and Related Acts contained n 29 CFR Pars 1.7. and 5 9ie Minn nc0.90011ed by rslar.nee n Na contract 1. Disputes mneaning lab.. standards. D1sput.s .sing out of the tabor standards pro1arona of this contact an.n not be subsec+m nor general reaps.. cause of this convect Such disputes dal be resolved 10 actor- dents with the procedures of M Depanme00 of Later set forth In 29 CFR Pars 5.1, and 7 Disputes silent me meaning of this claim Include dis- pute. behveen e1e edntr.cear for any 0100 aubc and HUD or Ito designee. de U.S. Departmental Labor. or the employees or tat representatives. 10. (1) CarO9cal.h of Elglbltm. By antenna Info INN Contrac11M Corm tract« cordial w1 nester h (oar ha or *M) nor any person of km wM has e1 interest In M canacfole km le 1 parson or limn kialigibl. lo ba awarded Government contacts by were of Seaton 21.) of M Davis - la0on Act «29 CFR 5.12)151) or to be awarded HUD contras or parlel- pate in HUD programs pursuant to 2e. CFR Pan 2e.. (0) No pen d N. conga .halt 01 wbeontat:led to any person or Wm MOWN* for award of a Government contact by WWI 01 Sector' 710) 01 tr19 Daws4acon Act 0129 CFR 5.121oNR of 10 be awed0d HUD 00011000 or (*reclean. In HUO programs pursuant to 2e. CFR Pan 24. (N) The %Cate for making false =timed* 00 pac to the U.S Criminal Coda. 111 U 5 C 1001. Additionally. U.S. Crewel Coda Patton 1010.7W. 11. U.S.C.. 'Federal HOUS)n9 Admr ietrar0rl transactions , Pro- vides in pan -Whoever. for Me purpose el.. influencing In Cry way the aeon 01 such Administration. . make. owe Or pubnMa 0017 stat.m vet knowing ma same be b.4)m... Sun ba fined not Mnpr9 than 55E00 or knpnsoned not risers Iran 010 years. Or both" Canplainte Proceeding.. or TOe0Yo.ny by Employees. No taborer or mechanic to wham Me wage eatery. or ober labor airkd.la provisions of Ns Contract we settleable sal be discharged or in any other manner discrlmku1 d against by the Contactor «017 eub000vec10r because such writers has Sled any complaint or Instituted or caused to b knetW.d any proceeding or MI 1est0ed or is about 10 teeny in any pocooding 0 We. Or relating lo the labor Wnclard0 applicabto under Na Contract to tee lmplOym. Conned Work Hare and Pally Standards Act As wed In this pad - 9raph.111e Sums laborers" and 'mechanics" include walehsen and awed* (1) Overtime rtqukernerte. No contractor or subcontractor contacting for any p.r1 of the contract wore which ray require « Invert, ON elod07- mint of tabors 1 or Mechanics shall requite Or permit any such tenons or mechanic In any workweek In which he or she re employed on such work lo work in crew of Siglelsretellempreleselmlessilemeneeed forty hours in suds workweek unless such laborer or mechanic rec.Ms com- pensation at a me not lets lean one and one•han ernes aN basic tale m Pay for as name worked 100 ••i m or applea of lorry noun such wkwe.k.li mr (2) Vidal.; %abler for unpaid wage.: equldated damages. 10 010 event 01 any Natation of the Clause Set 10th n Subparagraph 11101 MS paragraph. the Contractor and any subcontractor 1es000110 m0relor snap W lab)e lot de unpaid wages In addition. such 000000da and subcor• trader snag NI liable 10 de (Puled States On lie case of work done WWII contract for the District 01 Columbia or a tarnlory. to siren District or to suer tanh0ry). tor kgutdama damages Saco liquidated damages snail be corn. puma with respect to each ndwduai taborer or mechanic. mending watchman and guards. employed N vioistl0n d me clause set form in sub. paragraph (1) of Ne paragraph. In ea Suns Of $I0 for a0on Calendar day or which such individual was reputed or perm1ad b work in eaceas of i19nt hours or In 90case of tie .tand.rd workweek of t0„y hours wim0111 pal• mom of gel overtime wages required by the Neuea Cal NM in Sebald• gnpft (11 01 this paragraph. (3) Withholding M unp0W wars and lquWaled damages. HUD or As dentin shed upon Is own salon or upon venire. rebuild of an ennui rued representative 01 ale Demeaned of Labor withhold or cause 10 ba wMOeld. kom any moneys payable on account of work partamld by me codirector Or subcontractor under any such contract or any outer Feeara1 contact with the same pmm• Contractor any Other Federally-dented con. tad eubled 10 the Contra. Work Ham and Safety Standards Act wnieh I held by the same prime matador Such turns as may be desrmmed to be micessery to seedy any Whitmire of such contractor or su000aaael for unpaid wages and equIdaled damages as provided In me clause art fail n subparagraph R) of Nor paragraph. (a) guboentede TM con00C1Or or subcontractor shall mean n any su0Centacta 11s clauses set froth m subparagraph 111 through la) 0111us parlgrtlp0 and else a clause requiring the subcontractors to ncluds muse anuses in any lower au subcontraes TM prime connector sou be responobil for compliance by any subcontractor or lower tier subconlne• for wee the clauses Der tom n subparsgrsphf ( through 141 of ass paragraph. . Hearst and Seely (1) No laborer or mechanic and be required to work in surm0undimps or under waking 0O11CIeone which are unsenilary. hazardous. or danger. Oue to his Mann and maim as determined under eonsuucoon salety and Mahn =Mardi promulgated by Vs Smarmy OI tabor by rsgulabon (7) The Contractor shun comply with se regulations slued by me Secretary el Lied pursuant es Tea 29 Part 1920 gorm0riy pan 1010, and Ise r.10 comply may taut fill Imposition of unctions pursuant to the Con- ner Work Hass and Salary Slandara Act (Public taw 91.54.17 Stet 961 (1) The Contra.« shat Include the pr5Nelona ol re. Arad' in every • eubcn.tract so gat such provisions will be binding on each Subcontractor The Contractor shall take suds action with respect 10 Cry subcontre0l as Me Secretary or Housing and Urban Deve10pmsnt a the Secretary o1 Labor eh00 direct 11 a means of anlacc19 such provre1ons 7 - 54 HU17J010 12441 1 1 1 1 1 1 1' 1. 1 1' .1 1 1 ATTACHMEN 7 - K MINORITY /FEMALE GOALS AND TIMETABLES The female employment goal has not been modified since April 1980 and is currently 6.9 %. The percentages for minority participation in Texas are: Texarkana Area: 19 Texarkana & Bowie Co.: Non - MSA Counties of Camp, Cass, Lamar, Morris, Red River & Titus: 20.2 Tvler - Longview Area: 22.8 Longview, Gregg Co. & Harrison Co.: 23.5 Tyler & Smith Co.: • Non -MSA Counties of Anderson, Angelina, Cherokee, Henderson, Marion, Nacogdoches, Panola, Rusk, San Augustine, 22 5 Shelby, Upshur & Wood: Beaumont -Port Arthur Area: Beaumont, Port Arthur, Orange, Hardin Co., Jefferson Co., 22 6 & orange Co.: Non -SMA Counties of Jasper, Houston, Newton, Sabine, & Tyler: 22.6 Houston Area: 23.7 Bryan, College Station & Brazos Co.: 28.9 Galveston, Texas City & Galveston Co: Houston, Brazoria Co., Fort Bend Co., Harris Co., 27 3 Liberty Co., Montgomery Co. & Waller Co.: Non -MSA counties of Austin, Burleson, Calhoun, Chambers, Colorado, DeWitt, Fayette, Goliad, Grimes, Jackson, Lavaca, Leon, Madison, Matagorda, Polk, Robertson, San Jacinto, Trinity, Victoria, Walker, Washington, z7 4 & Wharton: Austin Area: 24.1 Austin, Hays Co., Travis Co., & Williamson Co.: Non -MSA Counties of Bastrop, Blanco, Burnet, Caldwell, Lee 24 2 & Llano: Waco. Killeen. Temple Area: 16.4 Killeen, Temple, Bell Co. & Coryell Co.: 20 4 Waco & McLennan Co.: Non -MSA Counties of Bosque, Falls, Freestone, Hamilton, 18.6 Hill, Lampasas, Limestone, Milam & Mills: Dallas. Fort Worth Area: Dallas, Fort Worth, Collin Co., Dallas Co., Denton Co., Ellis Co. Hood Co., Johnson Co., Kaufman Co., Parker Co., Rockwall Co. Tarrant Co. & Wise Co.: 18:2 Sherman, Denison & Grayson Co.; 9.4 Non -MSA counties of Cooke, Delta, Erath, Fannin, Franklin, Hopkins, Hunt, Jack, Montague, Navarro, Palo Pinto, 17.2 Rains, Somervell, & Van Zandt: 7 -57 1 1 1 1 1 �1 • 1 1 1 1 1 1 •1 � 1 Wichita Falls Area: Wichita Falls, Clay Co. & Wichita Co.: Non -MSA Counties of Archer, Baylor, Cottle, Foard, Hardeman, Wilbarger & Young: Abilene Area: Abilene, Callaghan Co., Jones Co. & Taylor Co.: Non -MSA Counties of Brown, Coleman, Comanche, Eastland, Fisher, Haskell, Kent, Knox, Mitchell, Nolan, Scurry, Shackleford, Stephens, Stonewall & Throckmorton: San Angelo Area: San Angelo & Tom Green Co.: Non -MSA Counties of Coke, Concho, Crockett, Trion, Kimble, McCullough, Mason, Menard, Reagan, Runnels, San Saba, Schleicher, Sterling, Sutton & Terrell: an Antonio Area: Laredo & Webb Co.: San Antonio, Bexar Co., Comal Co. & Guadalupe Co,: Non -MSA Counties of Atacosa, Bandera, Dimmit, Edwards, Frio, Gillespie, Gonzales, Jim Hogg, Karnes, Kendall, Kerr, Kinney, La Salle, McMullen, Maverick, Medina, Real, Uvalde, Val Verde, Wilson, Zapata & Zavala: Corpus Christi Area: Corpus Christi, Nueces Co. & San Patricio Co.: Non -MSA Counties of Aransas, Bee, Brooks, Duval, Jim Wells, Kenedy, Kleburg, Live Oak & Refugio: Brownsville. McAllen. Harlingen Area: Brownsville, Harlingen, San Benito & Cameron Co.: McAllen, Pharr, Edinburg & Hidalgo Co.: Non -MSA Counties of Starr & Willacy: Odessa. Midland Area: Midland & Midland Co.: Odessa & Ector Co.: Non -MSA Counties of Andrews, Crane, Glassock, Howard, Loving, Martin, Pecos, Reeves, Upton, Ward & Winkler: $1 Paso Area: El Paso & El Paso Co.: Non - MSA Counties of Brewster, Culbertson, Hudspeth, Jeff Davis & Presidio: Lubbock Area: Lubbock & Lubbock Co.: Non -MSA Counties of Bailey, Borden, Cochran, Crosby, Dawson, Dockens, Floyd, Gaines, Garza, Hale, Hockley, King, Lamb, Lynn, Motley, Terry & Yoakum: Amarillo Area: Amarillo, Potter Co. & Randall Co.: Non -MSA Counties of Armstrong, Briscoe, Carson, Castro, Childress, Collingsworth, Dallam, Deaf Smith, Donley, Gray, Hall, Hansford, Hartley, Hemphill, Hutchinson, Lipscomb, Moore, Olchiltree, Oldham, Parmer, Roberts, Sherman, Swisher, & Wheeler 7 -58 12.4 11.0 11.6 10.9 19.2 ' 20..0 87.3 47.8 49.4 41.7 44.2 71.0 - 72.8 72.9 19.1 15.1 18.9 57.8 49.0 19.6 19.5 9.3 11. 1 ' 1 1 1 1 1 1 1 1 1 NOTICE TO ALL EMPLOYEES Working on Federal or Federally Financed Construction Projects MINIMUM WAGES OVERTIME - APPRENTICES PRO vn !..11,.11•+ II1t 1..S..' 1 1116 7 — 78 You must be paid not Tess than the wage rate In the schedule posted with this Notice for the kind of work you perform. You must be paid not less than one and one -half times your basic rate of pay for all hours worked over 40 a week. There are some exceptions. Apprentice rates apply only to apprentices properly registered under approved Federal or State apprenticeship programs. If you do not receive r oper pay, contact the Contracting Officer listed below: or you may contact the nearest office of the Wage and Hour Division, U.S. Department of Labor. The Wage and Hour Division has offices In several hundred communities throughout the country. They are listed In the U.S. Government section of most telephone directories under. U.S. Department of Labor Employment Standards Administration U.S Oepartmenl el Labe . E ^morn» ^t Sw.al•m /63 Vow Ina Mai• 0...1q.• i 1 1 MONTHLY EMPLOYMENT UTILIZATION REPORT I ,.,nth Covered: Date: From: Name of City /County oject: Address: 1 ontract No.: of Construction Complete: l craftworker ielper It Trainee 'Totals !Percents 1 1 Total 1 00 % I Asian/ Black Hispanic Pacific Work Hours of Employment Female Handi- capped Vietnam Veteran Low /Mod Resident 1 Work Class - fication :ompany Official's Signature Phone No.: 7 -74 Title Name of Firm ATTACHMENT 7 -R 1 1 1 1 1. 1 1 1 1 1 1 `. 1 ATTACHMENT 7 -0 PAYROLL DEDUCTION AUTHORIZATION Project: Contract No.: I hereby authorize to deduct $ from by paycheck. This deduction is for; (Check appropriate. blank(s).) Loan Repayment Retirement Advance on wages Savings Savings Bonds Uniforms Credit Union Profit sharing Charitable Donations Insurance Premiums Union Dues Other: This deduction is to be made: (Check appropriate blank) One time only — Weekly Monthly For weeks Other; Employee's Name: Date Employee's Signature: 7 -71 1 1 1 1 1 1- 1 i 1 1 1 1 1 CERTIFICATE APPOINTING OFFICER TO SUPERVISE PAYROLL NOTE; This certificate must be executed by an authorized officer of a corporation by a member of A partnership, or the sole owner and submitted with the first payroll. Should the appointee be changed, a new certificate must accompany the first payroll for which the new appointee executes a statement of compliance required by the Copeland Act. Firm: Project: I do hereby certify that I am (the prime /a sub -) contractor on the above project, and that I have appointed whose signature appears below, to supervise the payment of my employees. I further certify that he /she is in the position to have full knowledge of the facts set forth in the payroll documents and in the statement of . compliance required by the Copeland "Anti - Kickback" Act which he /she is to execute with my full authority and approval until such time as I submit to the City /County a new certificate appointing some other person' for the purposes hereinabove stated. Identifying Signature of Appointee: Appointing Officer: Title: 7 -72 Date: Contract No.: ATTACHMENT 7 -P 1 1 1 1 1 1 1 1 1 1 1 1 3ject: onstruction Completion Date: rime Contractor: c 7- contractors: Were any workers paid less than the specified Davis -Bacon rates that applied to this project? Yes No If yes: FINAL WAGE COMPLIANCE REPORT Contract -No.: Contract Amount: Affected Amount of Nature of Firm Employees Restitution Paid Violation 1 a: What was that total amount of restitution paid? b. What was the method of restitution? Paid by Contractor Paid by Locality with funds withheld from payment to the Contractor Were any workers not paid the correct overtime payments? Yes o If yes, liquidated damages at the rate of $lo for each calendar day for each worker must be calculated and assessed. If yes, provide information concerning the nature of the overtime violations. This should include: a. "'Firm's Name, Address and Phone Number: 7 - 75 ATTACHMENT 7 - 1 1 1 1 Signature 1lAame Title Date r 1 1 b. Date Contractor was notified in writing of the amount of liquidated "- damages which could be assessed: c. Date the Contractor responded to the written notice: (must be within 30 days of the receipt) II d. Did the Contractor seek a reduction or waiver of the liquidated damages? Yes No ! e. If yes, was the request approved, and for what? _ Yes, reduction _ Yes, waiver No II f. On what.grounds was HUD's or DOL's response based? g. Total amount of Liquidated Damages paid: 1 h. What was the method of payment of the Liquidated Damages? Paid by Contractor Paid by Locality with funds withheld from payment to the Contractor i. Did the Contractor appeal the final decision to assess Liquidated Damages to the U.S. Claims Court? Yes No j. Attach copies of all correspondence relative to any Liquidated Damages. 5. If appropriate, attach a recommendation of and •justification for sanctions against the Contractor. submitted by: 7 - 76 1 " 1 1 1 1 1 1 1 1 1 1 1 1 1 • r 1 ATTACHMENT 7 -L SAMPLE PRECONSTRUCTION CONFERENCE MINUTES Date Time Place A preconstruction conference was held at the above date, time and place, a copy of the sign - in sheet for attendees is attached. The following subjects were discussed: This project is subject to the Davis -Bacon Act (DBA), Copeland Act, Contract Work Hours Safety Standards Act (CWHSSA), and the Fair Labor Standards Act (FLSA). The requirements for compliance with these acts include: 1. Payment of overtime at 1.5 times the regular rate of pay for all hours in excess of 40 in a 7 day work week. 2. Only deductions which are required by law, or voluntarily authorized by the workers in accordance with the Copeland Act may be made from paychecks of the workers. Authorization by the employee for all deductions not required by law must be submitted. 3. The rate of pay must be at least equal to that in decision number , which is contained in the contract. documents. 4. Payrolls must be submitted weekly within 7 days following the end of the work week to the labor standards officer, 5. The suggested payroll form is the WH -347. Any other payroll used must contain the same information and be accompanied by a WH -348. Payrolls must contain an original signature by the owner, partner, officer or individual authorized in writing by one of the above. 6. Employees must be classified in accordance with the applicable ' wage decision. Unless a "helper" classification is found on the decision, no "helpers" may be used on the project. , Generally speaking, only journeymen may use the tools of.a trade. 7. The wage decision, along with posters provided must be posted in a prominent place on the job site, at all times when work is being conducted. 8. All persons working on the job site must be shown on the , payroll. The address and SS no. of the worker must be shown on the first payroll on which that individual appears. 9. Payrolls should be numbered consecutively, with the first one being marked "initial" and the last being marked "final". 10. "No work" payrolls are not required. 7 -59 1 1 1 1 1 1 1 1 1 1 1 1 1 � 1 1 1 1 11. Dual classification of an employee is permitted, provided a verification of that dual classification, signed by the worker, is submitted. 12. Liquidated Damages may be assessed for failure to pay the proper overtime rate. The liquidated damages liability equals $10 per day per worker per violation. Additionally, wage restitution must be made to any worker who is underpaid. 13. Failure to comply with the labor standards requirements can result in the withholding of sufficient payments to insure the proper payment of all workers and any liquidated damages. 14. The general contractor is ultimately responsible for the compliance with these requirements not only for himself, but for all of his workmen. 15. Sub- contractors must be cleared prior to the execution of the sub- contract, and any sub- contract must include the labor' standards provisions (HUD 4010) and the applicable wage rate. Additional items addressed at the conference included: Prepared by: 7 -60 1 1 1 1 1 1 1 1 1 1 1 1 1 1- 1 NOTICE OF START OF CONSTRUCTION NOTE: SUBMIT THIS FORM WITHIN TEN (10) DAYS AFTER THE START OF CONSTRUCTION. TCDP Contract No. Locality Project Name Location Brief Project Description Applicable Wage Decision(s) Bid Opening Date: Date of Contract Award: Contract Amount Prime: Sub: Sub: Sub: Submitted by: Decision Date(s) Contractor(s) Date(s) Cleared 7 -61 (Signature) Name Title Address City state Zip Phone No. ATTACHMENT 7 -M Date of Preconstruction Conference: Date of Start of Construction: g 1 1 This is to certify that a final inspection of the project described below was conducted on the day of , 19_ PROJECT DESCRIPTION Contract No. .Contract entered into on the _ day of , 19 between and for the construction of 1 1 1 1 1 This is to further certify that: 1. The work has been completed in accordance with the plans and specifications and all addenda, change orders and supplemental agreements thereto, with the following exceptions: 2. The sum of ($ ), deducted from the final payment to the Contractor is a fair and equitable settlement for the foregoing excepted work. The Contractor has presented in behalf of itself and its sureties, satisfactory evidence that it is bound to repair, replace and make good any faulty workmanship and /or materials discovered in the work within a period of months from this date, as provided in the Contract. 4. Amount of Original Contract $ 1 1 1 1 1 1 1 1 .CERTIFICATE OF CONSTRUCTION COMPLETION Present Amount of Contract Less Previous Payments Less Deductions (from #2 above) FINAL PAYMENT (Balance) 5. The Final Payment in the amount above is now due and payable. Certified by: ATTACHMENT 7 -V Engineer Contractor Chief Executive Officer Firm: Firm: City /Co. of Title: Title: Title: 7 -80 SPECIAL PROVISIONS 1� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP1.01 DESCRIPTION OF WORK: The work to be performed under this contract will consist of the construction of grading, paving, drainage (storm sewer and offsite channel), water and wastewater system for Dell Center Boulevard and 16" Waterline labeled "Boardwalk Waterline. SP1.02 EXISTING UTILITIES: Approximate location for existing utilities are shown of the plans. The contractor shall contact the Local gas and telephone companies to verify the locations of the gas lines and for the location of underground telephone lines. Locations shown on the plans are approximate only and should be verified. It shall be the contractor's responsibility to verify the exact location of all underground utilities. If any utility appears to be in conflict with the grade of the construction, the Owner should be notified of the interference before construction progresses. It shall also be incumbent upon the contractor to avoid and protect all existing utility lines, service lines, drains and other facilities and appurtenances from damage or injury during the progress of the work. Any damages shall be repaired to the satisfaction of the Owner at the expense of the Contractor. SP1.03 DUST CONTROL: SP1.04 MAINTENANCE OF TRAFFIC: SPECIAL PROVISIONS SECTION 1 INFORMATION FOR BIDDERS During construction of this project, the contractor shall use every means possible to control the amount of dust crated by construction. Prior to the close of a days work, the Contractor, if so directed by the Owner, shall moisten the soil bank and surrounding area to prevent a dust condition. The Contractor shall at all times conduct his work in such a manner as to insure the least possible inconvenience to vehicular and pedestrian traffic. At the close of the work each day, all streets where possible in the opinion of the Owner, shall be opened to the public in order that persons living in the area may have access to their homes or businesses by the use of the streets. Barricades, warning signs and necessary lighting shall be provided to the satisfaction of the Owner at the expense of the Contractor. SP1.05 TESTING: Contractor is to provide all testing for project: Compaction testing of foundation will be done at locations as directed by the Engineer. All testing and retesting will be done at Contractor's expense. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP1.06 WATER FOR CONSTRUCTION All water required for construction purposes shall be furnished by the Owner at no charge. The Contractor shall be responsible for setting up temporary connections at Locations designated by the Owner. The Contractor shall make all connections to the existing system under the direction and to the satisfaction of the Owner. The connections and maintenance of the connections shall be carried out in strict accordance with the requirements of the local health authorities and the State Department of Health. SP1.07 TAX EXEMPTION CERTIFICATE: All materials purchased by the contractor which become part of this project are exempt from Sales Tax according to Ruling #9 of the State of Texas comptroller of Public Accounts Limited Sales, Excise and Use Tax rules and regulations effective 4 -3 -62. Tax exemption certificates will be furnished by the Owner, if necessary. SP1.8 TRENCH SAFETY: Contractor is to provide plans sealed by an Engineer, registered in the State of Texas for Trench Safety for all excavations more than five feet deep prior to excavation. SP1.9 CONFLICTS: Where a conflict exists between special provisions and other portions of the contract documents, the special provisions will govern. Any other conflicts shall be brought to the attention of the Engineer for determination prior to the performance of any work or ordering of any materials by the Contractor. SP1.10 SEEDING FOR EROSION CONTROL: This item will be accomplished per specification. It will consist of fibermulch bed with the type of seed or sod being the type of grass removed to construct the line. SP1.11 FENCING: The Contractor therefore must replace to the original condition any fencing disturbed by construction of this project. Should the disturbed fencing be made unrepairable in the judgement of the Owner and the Engineer, the Contractor shall replace damaged fencing with new security fence. Fence specification is available at the office of the Engineer. REQUEST FOR ADDITIONAL CLASSIFICATION AND RATE (Submit one for each worker) Locality: TCDP Contract No.: Construction Location: (city, county and state) ADDITIONAL CLASSIFICATION(s) ATTACHMENT 7 -Q Project Description: Contract Award Date: Start of Construction: Construction Contractor. Address: City: State: Zip: Telephone Number. ( Issued General Wage Decision: Mod. Publication Date _ / / I HOURLY RATE FRINGE BENEFIT I agree each classification is commensurate with the hourly rate and fringe benefits. Contractor's signature: Date: I agree with the above classification, hourly rate, and fringe benefits. (Worker should not sign if the above classification and wage is not agreed upon.) Worker's signature: Social Secunty Number Agency's Recommendation: [ ] Approve [ ] Disapprove Telephone # 512/475 -3843 Date: Requesting Labor Standards Officer: Date: Labor Standards Specialist's signature: Date: 7 -64 +.74 ■ TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS ' nn W. Richards OVERNOR I enry Flores . XECUTIVE DIRECTOR 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: 4 TEXAS COMMUNITY DEVELOPMENT PROGRAM ISSUANCE OF PREVAILING GENERAL WAGE DECISION The Honorable Charles Culpepper Mayor, The City Round Roch 221 Main St. Round Rock, TX 76E64 Re: TCDP Contract No.: 703152 Dear Mayor Culpepper: The following has/have been determined to be the prevailing General Wage Decision(s) that is/are applicable to this project. General wage De on No. Cs) Publication Date(s) TX 940043 MOD.0 2-11-94 R ro'sc - :: Wag. Rat. Effaci:Iye Date(s) ENdiration Date(s) The followina classil are not on truis General WE Decision; therefore, a Request for Additional Clasaificationis) and e%s) (Attacnmenz 7-CD mus, be submit'beo after the contract award date for construction with proper information on the followinQ:Classifications not on the General Wage Decision and are to be used on this project must be requested as Additional Classifications. If I can be o ,Rny assistance, please feel free to contact me at 512/ Issued by: xc: Bill Langford JR F Vi x M. Torres Labor Standards Specialist BOARD MEMBERS Paul R. Rodnguez Chairman Harvey Clemons Jr. Elizabeth Flores Richard C. Hile Joseph Kemp Walter Martinez Judah McDonald Mary Sanger Susan Sher lot 811 BARTON SPRINGS ROAD - SUITE 100 • P. 0. Box 13941 • AUSTIN, TEXAS 78711-3941 • (512)475-3800 General Decision Number TX940043 Superseded General Decision No. TX930043 State: TEXAS Construction Type: Heavy Highway County(ies): TRAVIS BELL CORYELL TRATIApISMSON BEXAR GUADALUPE BRAZOS HAYS COMAL MCLENNAN Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). *NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT /PUMP STATIONS IN BELL, CORYELL, McLENFIAN AND WILLIAMSON.COUNTIES. Modification Number Publication Date 0 02/11/1994 TX940043 - 1 02/11/1994 1 ' ' COUNTY(ies): BELL CORYELL BEXAR GUADALUPE BRAZOS HAYS COMAL MCLENNAN . SUTX2042A 11/16/1991 Rates AIR TOOL OPERATOR 6.500 ASPHALT HEATER OPERATOR 6.500 ASPHALT RAKER 7.011 ASPHALT SHOVELER 6.550 BATCHING PLANT WEIGHER 8.173 BATTERBOUARD SETTER 7.700 CARPENTER 9.054 CONCRETE FINISHER- PAVING 8.60 CONCRETE FINISHER - STRUCTURES 7.903 CONCRETE RUBBER 6.740 ELECTRICIAN 13.71 FLAGGER 5.150 FORM BUILDER - STRUCTURES 8.017 FORM LINER - PAVING & CURB 7.250 FORM SETTER - PAVING & CURB 7.683 FORM SETTER - STRUCTURES 7.928 LABORER- COMMON 6.078 LABORER- UTILITY 6.852 MECHANIC 10.774' OILER 9.389 SERVICER 7.280 PAINTER - STRUCTURES 10.000 PILEDRIVER 6.600 PIPE LAYER 7.229 BLASTER 9.067 ASPHALT DISTRIBUTOR OPERATOR 7.304 ASPHALT PAVING MACHINE 7.945 BROOM OR SWEEPER OPERATOR 7.117 BULLDOZER, 150 HP & LESS 8.125 BULLDOZER, OVER 150 HP 8.593 CONCRETE PAVING CURING MACHINE 7.633 CONCRETE PAVING FINISHING MACHINE 9.067 CONCRETE PAVING GANG VIBRATOR 7.250 CONCRETE PAVING SAW 6.200 SLIPFORM MACHINE OPERATOR 8.700 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL LESS THAN 1 1/2 C.Y. 8.427 CRANE; CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 1 1/2 C.Y. & OVER - 9.880 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.475 FOUNDATION DRILL OPERATOR TRAVIS WILLIAMSON Fringes TX940043 - 2 02/11/1994 TRUCK MOUNTED 10.923 FRONT END LOADER 2 1/2 C.Y. & LESS 7.499 _ FRONT END LOADER OVER 2 1/2 C.Y. 8.255 HOIST - DOUBLE DRUM 10.750 MOTOR GRADER OPERATOR 9.657 PAVEMENT MARKING MACHINE 6.078 PLANER OPERATOR 7.250 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.083 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 6.403 ROLLER, PNEUMATIC, SELF PROPELLED 6.433 SCRAPER -17 C.Y. & LESS 7.245 SCRAPER -OVER 17 C.Y. 7.495 SELF PROPELLED HAMMER OPERATOR 6.078 SIDE BOOM 9.000 TRACTOR - CRAWLER TYPE 7.539 TRACTOR - PNEUMATIC 6.707 TRENCHING MACHINE 6.850 WAGON - DRILL /BORING MACHINE /POST HOLE DRILLER OPERATOR 6.926 REINFORCING STEEL SETTER PAVING 8.158 REINFORCING STEEL SETTER STRUCTURES 9.062 STEEL WORKER - STRUCTURAL 9.242 SIGN ERECTOR 8.640 SPREADER BOX OPERATOR 6.541 BARRICADE SERVICER WORK ZONE 6.078 MOUNTED SIGN INSTALLER PERMANENT GROUND 6.078 TRUCK DRIVER - SINGLE AXLE LIGHT 6.493 TRUCK DRIVER - SINGLE AXLE HEAVY 6.674 TRUCK DRIVER - TANDEM AXLE SEMI- TRAILER 6.824 TRUCK DRIVER- LOWBOY /FLOAT 8.041 TRUCK DRIVER - TRANSIT MIX 6.078 WELDER 8.824 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) 1(ii)). END OF GENERAL DECISION TX940043 - 3 02/11/1994 GENERAL CONDITIONS Contract and Contract Documents GENERAL CONTRACT CONDITIONS The project to be constructed pursuant to the contract will be financed with assistance from the TCDP and is subject to all applicable Federal and State laws and regulations. The Plans, Specifications, and Addenda, hereinafter ;numerated in Paragraph 1 of the Supplemental General Conditions shall form part of this contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. GENERAL CONDITIONS, PART 1 101. Definitions 102. Superintendence 103. Subcontracts 104. Fitting and Coordination of the Work 105. Payments to Contractor 106. Changes in the Work 107. Claims for Extra Cost 108. Termination - Delays - and, Liquidated Damages 109. Assignment or Novation 110. Disputes 111. Technical Specifications and Drawings 112. Shop Drawings 113. Request for Supplementary Information . 114. Materials and Workmanship 115. Samples, Certificates, and Tests 116. Permits and Codes 117. Care of Work 118. Accident Prevention 119. Sanitary Facilities 120. Use of Premises 121. Removal of Debris, Cleaning, Etc. 122. Inspection 123. Review by Local Public Agency 124. Final Inspection 125. Deduction for Uncorrected Work 126. Insurance 127. Warranty of Title 128. Warranty of Workmanship and Materials 129. Compliance with Air and Water Acts . 130. Equal Employment Opportunity.. . Dt3A•D9 131. Affirmative Action for Handicapped Workers 132. Section 109 of Housing and Community Development Act of 1974 133. Provision of Local Training, Employment and Business Opportunities 134. Nonsegregated Facilities 135. Job Offices 136. Partial Use of Site Improvements 137. Contract Documents and Drawings 138. Contract Period 139. Liquidated Damages 140. Project Sign Specifications 141. Restrictions on Lobbying GENERAL CONDITIONS PART 11 (FEDERAL LABOR STANDARDS PROVISIONS) 201. Applicability 202. Minimum Wage Rates for Laborers and Mechanics 203. Withholding 204. Payrolls and Basic Records 205. Apprentices and Trainees 206. Equal Employment Opportunity 207 -5 Compliance with Copeland "Anti- Kickback Act" Requirement 208 -6 Subcontracts 209 -7 Contract Termination; debarment 210 -8 Compliance with Davis -Bacon and Related Act Requirements 211 -10 Certification of Eligibility 212. Complaints, Proceedings, or Testimony by Employees 213. Contract Work Hours and Safety Standards Act 214. Health and Safety SCI1EDULE OF DRAWINGS TECHNICAL SPECIFICATIONS GENERAL CONTRACT CONDITIONS PART II Contract and Contract Documents The project to be constructed pursuant to this contract e financed With assistance from the TCDP and is subject to all and State laws and regulations. The Plans, Specifications and Addenda, hereinafter enumerated in Paragraph 1 of the Supplemental General Conditions shall form parttof this contract and the provisions thereof shall be as binding upon parties- hereto as if they were herein fully set forth. 101. DEFINITIONS Whenever used in any of the contract Documents, the following meanings shall be given to the terms here in defined: a. The term "contract" means the Contract executed between City of R Rook , hereinafter called the Locality and , hereinafter called Contractor, of which' these GENERAL CONDITIONS, form a part. ; b. The term "Project Area" means the area within which are the contract whole limits in part hunder contemplated to be this contract. c. The term "Engineer" means- Bury & Pittman, Inc. ,. Engineer �n charge, serving the Locality with architectural or engineering services, his successor, or any other person or persons, employee by the Locality for the purpose of directing or having in charge the work embraced in this Contract. d. The term "Contract Documents" means and shall iinclude t Bids, the for lo wing Executed Contract, Addenda (if any), Instructions to Bidders, Signed Copy of Bid, General Conditions, Special Conditions, Technical Specifications, and Drawings (a= listed in the Schedule of, Drawings). 10$. SUPERINTENDENCE BY CONTRACTOR a. Except where the Contractor is an individual and gives his persona superintendence to the work, the Contractor shall provide competent superintendent, satisfactory to the Local Public Agenc: and the on him. at The Contractor hours Contractor shall also provid 7 - 26 ATTACHMENT 7 -G 1 1 1 1 1 1 : 1 1 1 1 1 1 1 1 1 1 b. 103. a. an adequate staff for the proper coordination and expediting of his work. - The Contractor shall lay out his own work and he shall be responsible for all work executed by him under the Contract. He shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from his failure to do so. SUBCONTRACTS The contractor shall not execute or permit any subcontractor to contract until he has verified participate in federally funded 1. 105. PAYMENTS TO CONTRACTOR 7 -27 an agreement with any subcontractor perform any work included in this the subcontractor as eligible to contracts. b. No proposed subcontractor shall be disapproved by the city /county except for cause. c. The contractor shall be as fully responsible to the city /county for the acts and omissions of his subcontractors, and of persons either directly or indirectly emploYed by them. d. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work and required compliance by each subcontractor with the applicable provisions of the Contract. e. Nothing contained in the Contract shall create any contractual relation between any subcontractor and the Locality. 104. FITTING AND COORDINATION OF WORK The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, subcontractors, or material suppliers engaged upon this Contract. PARTIAL PAYMENTS a. The Contractor Shall prepare his requisition for partial payment as of the last day of the month and submit it, with the required number of copies, to the Engineer for his approval. The amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site end deducting (Y)...ten ,(10 1)'of the total amount, to be retained until final payment and (2) the amount of 011 previous payments. The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit I f ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 prices contained in the agreement. The value of material_ properly stored on the Fite shall be based upon the es c ° ie i of a all invoices t shal l and the invoice available prices. p inspection of the Engineer. b. Monthly or partial payments made by the Locality to the Contractor are moneys advanced for the purpose of assisting the contractor to expedite the work of the construction. The Contractor shall be responsible for the care and protection of'all materials and work up on payments m a t e been ma the Such acceptance ntsfshall such not and ot const itute s by e n itute a waiver of the right of the Locality to require del e and of all improvements satisfactory embraced in this Contract complete a the delivery to the Locality in all details. 2. Final Pavmnt a. After final inspection and acceptance by the Locality of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. b. The Locality before paying the final estimate, may require the ontraattor to furnish rformed any work and all subcontractors persons having p having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Locality deems it necessary in order to protect its interest. The Locality may if it deems such action• advisable, make payment in part or in full to the Contractor without requiring the furnishing of such releases or r ec e ip ts an any payments made shall in no way impair of any surety or sureties furnished under this Contract. c. Any amount due the Locality under Liquidated damages, shall be deducted from the final payment contractor. 3 . i h Pa'urn�ents The Locality may withhold from any payment otherwise dpe'the ct the Contractor so much as may be necessary to prote the Locality, and if so elects may also withhold any from the Contractor to any subcontractors or material dealers, .7 -28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Locality and will not require the Locality to determine or adjust any claims or disputes between the Contractor and his subcontractors or material dealers, or to withhold any moneys for their protection unless the Locality elects to do so. The failure or refusal of the Locality to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. 4. payments Subiect to Submission of Certificates Each payment to the Contractor by the Locality shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors. 106. CHANGES IH THE WORK a. The Locality may make changes in the scope of work required to be performed by the Contractor under the Contract without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise. Additionally, all such change orders must be approved by the Texas Department of Commerce prior to execution of same. b. Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and /or installing the Improvements or supply additional labor, services or materials beyond that actually required for the execution of the Contract, unless in pursuance of a written order from the Locality authoriping the Contractor to proceed with the change. No claim for an adjustment of the Contract Price will be valid unless so ordered. c. If applicable unit prices are contained in the Agreement, the Locality may order the Contractor to proceed with desired unit prices specified in the Contract; provided that in case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty -five percent (25%). d. Each change order shall include in its final form: 7.29 1 1 1 I (1) A detailed description of the change in the work. (2) The Contractor's proposal (if any) or a confirmed copy thereof. 1 (3) A definite statement as to the resulting change in the contract price and /or time. 1 (4) The statement that all Work involved in the change shall be performed in accordance h ith contract requirements change except as modified by 4 t orde I e. The procedures as outlined in this Section for a unit price contract also apply in any lump sum contract. ' 107. CLAIMS FOR EXTRA COST a. If the Contractor claims that any instructions by Drawings or I otherwise involve extra cost or extension of time, he shall, within ten days after the receipt of such instructions, and in any event before proceeding to execute the work, submit his I protest thereto in writing to the Locality, stating clearly and in detail the basis of his objections. flo such claim will be considered unless so made. I b. Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour lines, or bench survey data, made prior time the accompanied certified ground was I disturbed, clearly showing that errors exist which resulted, or would result, in handling more material, or performing more work, than would be reasonably estimated from the Drawings and 1 maps issued. c. Any discrepancies which may be discovered between actual I conditions and those represented by the Drawings and maps shall be reported at once to the Locality and work shall not proceed except at the Contractor's risk, until written instructions have been received by him from the Locality. I d: If, on the basis of the available evidence, the Locality determines that an adjustment of the Contract Price and /or 1 time is justifiable, a change order shall be executed. 108. TERMINATION, DELAYS, AND LIQUIDATED DAMAGES a. giaht of the Locality to Terminate Contract. In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, 1 the Locality may serve written notice upon the Contractor and 1 7.30 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the Surety of its intention to terminate the contract, such notices to contain the reasons for such intention to terminate the contract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violation or delay shall cease and satisfactory arrangement of correction be made, or the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Locality shall immediately serve notice thereof upon the Surety and the Contractor. The Surety shall have the right to take over and perform the contract. Provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to Such Surety of notice of termination, the Locality may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor and his Surety shall be liable to the Locality for any excess cost occasioned. In such event the Locality may take possession of and utilize in completing the work, such materials, appliances, and plant as be on the site of the work and necessary therefore. b. i.iauidated Damages for Delays. If the work is not completed within the time stipulated in the applicable bid for Lump Sum or Unit price Contract provided, the Contractor shall pay to the Locality as fixed, agreed, and liquidated damages (it being impossible to determine the actual damages occasioned by the delay) the amount of 4$300.00 for each calendar day of delay, until the work is completed. The Contractor and his sureties shall be liable to the Locality for the amount thereof. c. Excusable Delays. The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the completion of the work due to: (1) Any acts of the Government, including controls or restrictions upon or requisitioning of materials, equipment, tools, or labor by reason of war, national defense, or any other national emergency; (2) Any acts of the Locality; (3) Causes not reasonably foreseeable by the parties to this Contract at the time of the execution of the Contract which are beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, acts of another Contractor in the performance of some other 7 -31 1 ' 1 1 1 1 . 1 1 1 1 1 1 1 1 1 1 1 1 1 contract with the Locality, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes. cyclones and other extreme weather conditions. Provided, however, that the Contractor promptly notifies the Locality within ten (10) days in writing of the cause of the delay. Upon receipt of such notification, the Locality shall ascertain the facts pnd the cause and extent of delay. If, upon the basis of the facts and the terms of this contract, the delay is properly excusable, the Locality shall extend the time for completing the work for a period of time commensurate with the period of excusable delay. 109. ASSIGNMENT OR NOVATION The Contractor shall not ds ign ri ghts, , whether benefits, a, any or novation, y obligations, liabilities, or responsibilities under this Contract without the written consent of the Locality; provided, however, that assignments to banks or other financial institutions maybe made without the consent of the Locality. No assignment or novation of this Contract shall be valid unless the assignment or novation expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is subject to .a prior lien for labor performed, services rendered, and materials, tools, and equipment supplied for the performance of the work under this Contract in favor of all persons, firms, or corporations rendering such labor pr services or supplying such materials tools, or equipment. 110. DISPUTES a. All disputes arising under this Contract or its interpretation except those disputes covered by FEDERAL LABOR- STANDARDS PROVISIONS whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) days of commencement of the dispute be presented by the Contractor to the Locality for Decision. Any claim not presented within the time limit specified in this paragraph shall be deemed t� have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) days of its commencement, the claim will be considered only for a period commencing ten (10) days prior to the receipt of the Locality. b. The Contractor shall submit in detail his claim and his proof thereof. c. If the Contractor does not agree with any decision of the Locality, he shall in no case allow the dispute to delay the 7.32 1 1 1 1 1 1 1 1 1 1 1 111. TECHNICAL SPECIFICATIONS AND DRAWINGS Anything mentioned in the Technical Specifications and not shown on the Drawings or vice versa, shall be of like effect as if shown on or mentioned in both. In case of difference between Drawings fnd Technical specifications, the Technical Specifications shall govern. In case of any discrepancy in Drawings, or Technical Specifications, the spatter shall be immediately submitted to the Locality, without whose decision, said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. '112. SHOP DRAWINGS work but shall notify the Locality promptly that he is proceeding with the work under protest. a. All required shop drawings, machinery details, layout drawings, etc. shall be submitted to the Engineer in five (5) copies for approval sufficiently in advance of requirements tq afford ample time for checking, including time for correcting, resubmitting and rechecking if necessary. The Contractor may proceed, only at his own risk, with manufacture or inptallation of any equipment or work covered by said shop drawings, etc. until they are approved and no claim, by the Contractor, for extension of the contract time shall be granted by reason of his failure in this respect. b. Any drawings submitted without the contractor's stamp of approval vill not be considered and will be returned to him for proper resubmission. If any drawings show variations from the requirements of the Contract because of standard shop practice or other reason, the Contractor shall make specific mention of such variation in his letter'of transmittal in order that, if acceptable, suitable action may be taken for proper adjustment of contract price and /or time otherwise the Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though the drawings have been approved. c. If a shop drawing is in accordance with the contract or involves only a minor adjustment in the interest of the Locality not involving a change in contract price or time; the engineer may approve the drawing. The approval shall not relieve the Contractor from his responsibility for adherence to the contract or for any error in the drawing. 113. REQUESTS FOR SUPPLEMENTARY INFORMATION It shall be the responsibility of the Contractor to make timely requests of the Locality for any additional information not already in his possession which should be furnished by the 7 -33 1 1 1 1 1 Locality under the terms of this Contract, and which he will require in the planning and execution of the work. Such requests May be submitted from time to time s t h e pp c ppro acts but each shall be filed in ample time to p Each be taken by all parties involved so as to avoid delay. the request shall be in writing, and r i t debt' varhious tens an . The latest date by which each will be ithin two weeks after Contract first list shall be pubmitted • possible at that time. The award and shall be as complete as P rom tl an assistance Contractor shall, if requested, frequirepin responding to these and en ormation the Engineer may requests of the y Contractor. delay in his work shall be his failure t responsible to comply for orp fuly with the pro of this section. 114. MATERIALS AND WO#UCMANSHIP a. .Unless otherwise specifically provided for in the Technical Specifications, all workmanship, equipment, materials and articles incorporated in the work shall be new and thew best grade of the respective kinds for the purpose. equipment, materials, articles or workmanship are referred lt o in the Technical Specifications as "equal to" a efparticular standard, the Engineer shall decide the question p. The Contractor shall furnish to the Locality for approval the manufacturer's peequipment, whi h he contemplates mechanical and and other ¢her special installing together wi th full information as to e, performance characteristics, and all other pertinent information as required, ull information concerning all submit. approval as required other mgteo ial$ or articles which he proposes to incorporate. c. Machinery, mechanical and other equipment, materials or articles installed or used without such prior approval shall be at the risk of subsequent rejection. of d. Materials specified by reference to ith numberements mioltof a specific standard, shall comply amendment or supplement latest' revision thereof and any thereto in effect on the clas of grade, or inithe except as limited to type, Technical specificatns shall have full force and effect as though printed 'i the e. The Locality may require the Contractor to dismiss f or the work such employee or employees as the Localit insubordinate. Engineer may deem incompetent, or careless, 7 -34 1 1 1 1 1 1 115. SAMPLES, CERTIFICATES AND TESTS • The Contractor shall submit all material or equipment samples, certificates, affidavits, etc., as called for in the contract documents or required by the Engineer, promptly after award of the contract and acceptance of the Contractor's bond. No such material or equipment phall be manufactured or delivered to the pite, except at the Contractor's own risk, until the required samples or certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates' for approval shall not be considered just cause for an extension of the contract time. b. Each sample submitted by the Contractor shall carry a label giving the name of the Contractor, the project for which it is intended, and the name of the producer. The accompanying certificate or letter from the Contractor shall state that the sample complies with contract requirements, shall give the name and brand of the product, its place of origin, the name and address of the producer and all specifications or other detailed information which will assist the Engineer in passing upon the acceptability of the pimple promptly. It shall also include the statement that all materials or equipment furnished for use in the project will comply with the samples and /or certified statements. c. Approval of any materials shall be general only and shall not constitute a waiver of the Locality's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he deems necessary in each instance and may reject materials and equipment and accessories for cause, even though such materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the Engineer will have the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equitable. 4. Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows: (1) The Contractor shall furnish without extra cost, includipg packing And 4elivery charges, all samples required for testing purposes, except those samples taken on the project by the Engineer; (2) The Contractor shall assume all costs of re- testing materials which fail to meet contract requirements; 7 -35 1 1 1 1 1 1 1 r (3) materials Contractor substitution costs those found deficient; (4) The locality will pay all other expenses. 116. PERMITS AND CODES a. The Contractor shall give all linotices req ireds w all applicable laws, Government, All construction work and /or utility installations shall comply with all applicable ordinances, and codes including all written waivers. Before installing any work, the Contractor shall examine the Drawings and Technical Specifications for compliance with applicable ordinances and codes and shall immediately report any discrepancy to the Locality. Where the requirements of the Drawings and Technical Specifications fail to comply with such applicable ordinances or codes, the Locality will adjust the Contract by change Order to conform to s have granted waivers in writing the difference ing covering appropriate by the governing body or department) and make aPP ro aces. adjustment in the Contract Price or stipulated unit prices. Should the Contractor fail to observe the foregoing provisions and proceed with the applicableoordinanceiortcode, including at variance with any pP any written waivers (notwithstanding the fact that such installation is in compliance with the Drawings and Technical Specifications), the Contractor shall remove such work without cost to the Locality. b. The Contractor shall at his own expense, secure and pay for all permits for street pavement, sidewalks, shed, removal of abandoned water taps, sealing of house connection d isinnd pavement cuts, buildings, electrical, plumbing, water, g sewer permits required by the local regulatory body or any of its agencies. c. The Contractor shall comply with applicable local laws and ordinances governing the disposal of surplus excavation, materials, debris and rubbish on or off the Project Area and commit no trespass on any public or private property in any operation due to or connected with the Improvements embraced in this Contract. 117. CARE OF WORK a. The contractor shall be responsible for all damages to persor or property that occur as a result of his fault or negligence in connection with the prosecution of the work and shall be 7 -36 1 1 1 responsible for the proper care and protection of all materials delivered and work performed until completion and final acceptance. b. The Contractor shall provide sufficient competent watchmen, both day and night, including Saturdays, Sundays, and holidays, from the time the work is commenced until final completion and acceptance. c. In an emergency affecting the safety of life, limb or property, including adjoining property, the. Contractor, without special instructions or authorization from the Locality is authorised to act at his discretion to prevent such threatened loss or injury, and he shall so act. He shall likewise act if instructed to do so by the Locality. d. The Contractor shall avoid damage as a result of his • operations existing sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or removed), adjoining property, etc., and he shall at his own expense completely repair any damage thereto caused by his operations. e. The Contractor shall shore up, brace, underpin, secure, and protect as maybe necessary, all foundations and other parts of existing structures adjacent to, adjoining, and in the vicinity of the site, which may he in any way affected by the excavations or other operations connected with the construction of the Improvements embraced in this Contract. The Contractor shall be responsible for the giving of any and all requjred notices to any adjoining or adjacent property owner or pthpr party before the commencement Of any work. The Contractor shall indemnify and save harmless the Locality from any damages on account of settlements or the loss of lateral support of adjoining property and from all loss or expense and all damages for which the Locality may become liable in consequence of such injury or damage to adjoining and adjacent structures and their premises. 118. ACCIDENT PREVENTION A. No laborer or mechanic employed in the performance of this Contract shall be required to work in surroundings or under working condition; Which are unsanitary, hazardous, or dangerous to hie health or safety as determined under construction safety and health standards promulgated by the Secretary of Labor. b. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on 7 -37 1 1 1 1 1 1 1 1� 1 1 1 or off the site, which occur as a result of his prosecution of the work. cases c. The Contractor shall maintain an cc injury requiring all cases of death, occupational disease, attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. The Contractor shall promptly furnish the Locality with reports concerning these matters. d. The Contractor shall indemnify r and s resulting from property f any claims for damages been personal injury a as a result of any workgconducted have under suffered by any ny person this contract. e. The Contractor shall ovider trenc(5)protetionthforanall • trenches in excess of d dept, specified in the technical specifications and drawings. 119, SANITARY FACILITIES The Contractor shall furnish, install and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh served from single Service containers or satisfactory types sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. 120. USE OF PREMISES a. The Contractor shall confine his equipment, storage of materials, and construction operations to the Contract Limits as shown on the Drawings and as prescribed by ordinances or permits, or as may be desired by the Locality, and shall.not unreasonably encumber the site or public rights of way his materials and construction equipment. b. The Contractor shall comply with all reasonable instructions of the Locality and all existing state an local regula r signs, advertising, traffic, danger signals, and barricades. 121. REMOVAL OF DEBRIS, CLEANING, ETC. The Contractor shall, periodically or as directed all during urp progress of the Work, remove and legally dispose excavated material and debris, and keep the Project Area and 7.38 1 1 1 1 1 1 1 1 1 public rights of way reasonably clear. Upon completion of the work, he shall remove all temporary construction facilities, debris and unused materials provided for work, and put the whole site of the work and public rights of way in a neat and clean condition. 122. INSPECTION a. All materials and workmanship shall be subject to inspection, examination, or test by the Locality and Engineer at any and all times during manufacture or construction and at any and all places where such manufacture or construction occurs. The Locality shall have the right to reject defective material and Workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected. Rejected material shall be promptly segregated and removed from the Project Area and replaced with material of specified quality without charge therefore. If the Contractor fails to proceed at once with the correction of rejected workmanship or defective material, the Locality may by contract or otherwise have the defects remedied or rejected materials removed from the Project Area and charge the cost of the same against any monies Which may be due the Contractor, without prejudice to any other rights or remedies of the Locality. b. The Contractor shall furnish promptly all materials reasonably necessary for any tests which may be required. All tests by the Locality will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the Technical Specifications. c. The Contractor shall notify the Locality sufficiently in advance of backfilling or concealing any facilities to permit proper inspection. If any facilities are concealed without approval or consent of the Locality, the Contractor shall uncover for inspection and recover such facilities at his own expense, when so requested by the Locality. d. Should it be considered necessary or advisable by the Locality at any time before final acceptance of the entire work to make an examination of work already completed by uncovering the same, the Contractor shall on request promptly furnish all same, facilities, labor, and material. If such work is found to be defective in any important or essential respect, due to fault of the Contractor or his subcontractors, the Contractor shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the actual cost of labor and material necessarily involved in the examination and replacement, shall be allowed the Contractor and he shall, in addition, if completion of the work of the 7 -39 i L 1 1 1 entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. e. Inspection of materials and appurtenances to be incorporated in the Improvements of oduction, manufaoturesor shipment may heneverethe quantity j the place e ustifies it, and such inspection and acceptance, unless otherwise stated in the T ent d e= cts departures , shall be final, except as regards (1) latent from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as a fraud. Subject to the requirements contained in the preceding sentence, the inspection of Site. ials as a whole or in part Will ma at e o f. Neither inspection, testing, approval nor acceptance of the *work in whole or in part, by the Locality or its agents shall relieve the Contractor or hie sureties of full responsibility ilitt for materials accordance with f the i C Contract. work performed 123. REVIEW BY LOCALITY agents shall The L a c cess and its authorized pritted to observeland review all work, ma access and be q P a rolls, personnel records, employment materials, equipment, p Y rds conditions, material invoices, and or ev however a thatcoall pertaining to this Contract, p ovidgd instructions and approval with respect to the work will be given to the contractor only by the Locality through its authorized representatives or agents. 124. FINAL INSPECTION When the Improvements embraced in this Contract are substantially completed, the Contractor shall notify the inspection a defiting t the work will be ready for final date which shall be stated in the notice. The Loclitomwillinake the arrangements necessary to have final inspection the date stated ,in the notice, or as soon thereafter as is practicable. 12S. DEDUCTION FOR UNCORRECTED WORK If he to t cor ectliworke not i done i expedient accordance eg with t CO theContract Document *, an equitable deduction from the Contract Price will be made by agreement between the Contractor as proviy anc subject to settlement, in case of dispute, 7 -40 1 1 1 1 • 1 1 1 1 1 1 • • 126. INSURANCE The contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Locality. a. Compensation Insurance; the Contractor Shall procure and shall 'maintain during the life of this contract Workmen's Compensation Insurance aS required by the State of Texas for 011 of his employees tq be engaged in work at the site of the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workmen's compensation Insurance. b. Contractor's Public Liability 'and Property Damage Insurance and Vehicle Liability Insurance; The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance in the following amounts: Builder's Risk -Proof of Coverage for Project: General Liability Min. $1,000,000 Autarobile Liability Min. $1,000,000 Excess Liability Minimum $1,000,000 Workers Compensation & Employer's Liability pain. $500,000 c. proof of Carriage of Insurance: The Contractor shall furnish the Locality with certificates showing the type, amount, class of operations covered, effective dates and date of expiration of policies. Such certificates shell also contain substantially the following statement; "The insurance covered by this certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the Locality." 127. WARRANTY OF TITLE No material, supplies, or equipment to be installed or furnished under this Contract shall be purchased subject any chattel mortgage or under a conditional sale, lease- purchase or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed thereon by him to the Locality free from any claims, liens, or charges. Neither the Contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this 7 -41 ; 1 1 1 1 1 1 1 1 1 1 1 1 • 1 1 paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any law permitting such persons to look to funds due the Contractor in the hands of the Locality. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. - 128. WARRANTY OF WORKMANSHIP AND MATERIALS Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the Improvements embraced in this Contract by the Locality or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The contractor shall promptly remedy any defects in the work and pay for any damage to other work e resulting resulting from the which date a l l appear within a period of final acceptance of the work. 129. COMPLIANCE WITH AIR AND WATER ACTS In compliance with the Clean Air Act, as amended, 41 U.S.C. Sec. 7401 et. seq., and the regulations of the Environmental Protection Agency with respect thereto the Contractor agrees that: (1) Any facility to be utilized in the performance of this contract or any subcontract shall not be a facility listed on the EPA List of Violating Facilities pursuant to 40 CFR 15.20. (2) He will comply with ell requirements of Section 114 of the clean Air Act, as amended. 130. EQUAL EMPLOYMENT OPPORTUNITY a. The Contractor will not discriminate against any employee or the applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not by limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the owner. 7 -42 i 1 1 1 t 1 1 1 1 1 Timetables b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. c. The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this contract so that such provisions will be binding upon each subcontractor, provided that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial supplies or raw materials. ' d. The goals and timetables for minority and female participation, are as follows: These goals are applicable to all the Contractor's construction work (whether or not it is federal or federally assisted) performed ip the covered area. e. The Contractor shall take affirmative actions to ensure equal employment opportunity, The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. f. Contractors are encouraged to participate in voluntary associations which assist in fulfilling their affirmative action obligations. A singlq goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. h. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. g. Goals for Goals for Minority female participation . participation for each trade in each trade Insert goal* 6.9% from Attachment 7 -1 7.43 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 i. The Contractor shall not enter into any Subcontract with any. person or firm debarred from Government contracts. • j. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of, requirements for the hiring of local or other area residents.. 131. AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, promotion, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 132. SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974 No person in the United States shall on the ground of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 133. THE PROVISION OF LOCAL TRAINING, EMPLOYMENT, AND BUSINESS OPPORTUNITIES 1. To the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with. the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. 2. The Contractor will include this clause in every subcontract for work in connection with the project. 134. NONSEGREGATED FACILITIES 1. The Contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services•at any location, under his control, where segregated facilities are maintained. The Contractor covenants that he will not 7 -44 1 1 1 1 1 1 i 1 1 1 r ' 1 1 1 • 1 maintain or provide for his employees any segregated facilities at any of his establishments, and'that he will not permit hie employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this paragraph the term "segregated facilities" means any waiting rooms, work areas, rest rooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregates} by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. , 135 JOB OFFICE$ a. The Contractor and his subcontractors may maintain such office and storage facilities on the Site as are necessary for the proper conduct of the work. These shall be located so as to cause no interference to any work to be performed on the Site. The Locality shall be consulted with regard to locations. c. Upon completion of the Improvements, or as directed by the Locality the Contractors shall remove all such temporary structures and facilities from the Site, same to become his property, and leave the Site of the work in the condition required by the contract. 136. PARTIAL USE OF SITE IMPROVEMENTS The Locality may give notice to the Contractor and place in use those sections of the Improvements which have been completed, inspected and can be accepted as complying with the Technical Specifications and if in its opinion, each such section is reasonably safe, fit, and convenient for the use and accommodation for which it was intended, provided; a. The use of such sections of the Improvements shall in no way impede the completion of the remainder of the work by the Contractor. b. The Contractor shall not be responsible for any damages or maintenance costs due directly to the use of such sections. c. The period of guarantee stipulated in the Section 132 hereof shall not begin to run until the date of the final acceptance of all work which the Contractor is required to construct under this Contract. 7.45 1 I 1 1 1 1 1 N 1 1 1 1 137. CONTRACT DOCUMENTS AND DRAWINGS The Local Public Agency will furnish the Contractor without charge 5 copies of the Contract Documents, including Technical Specifications and Drawings. Additional copies requested by the Contractor will be furnished at cost. 138. CONTRACT PERIOD The work to be performed under this contract shall commence within. the time stipulated by the Locality 1 i i nn the Notice to Proc am s be fully completed within days thereafter. 139. LIQUIDATED DAMAGES Since the actual damages for any delay in completion of the work under this contract are impossible to determine, the Contractor and his Sureties shall be liable for and shall pay to the Locality the sum of three hundred and nn /100 - -- Dollars ($ 300.00 as fixed, agreed and liquidated damages for each calendar day of delay from the above stipulated time for completion. 140. RESTRICTIONS ON PUBLIC BUILDINGS AND PUBLIC WORKS PROJECTS NOTEI This only applies to TCDP Contracts beginning with 700. a. Definitions. "Component ", as used in this clause means those articles, materials and supplies incorporated directly into the product. "Contractor or sub- contractor of a foreign country" as used in this clause means any Contractor or subcontractor that is a citizen or national of a foreign country or is controlled directly or indirectly by citizens or nationals of a foreign county. A contractor or subcontractor shall be considered to be a citizen or national of a foreign country, or controlled directly or indirectly by citizens or nationals of a foreign country- - (1) If 50% or more of the Contractor or subcontractor is owned by a citizen or national of the foreign country; (2) If the title to 50% or more of the stock of the Contractor or subcontractor is held subject to trust or fiduciary obligation in favor of citizens or nationals of the foreign country; • (3) If 50% or more of the voting power in the Contractor or subcontractor is vested in or exercisable on behalf of a citizen or national of the foreign country. (4) In the case of a partnership, if any general partner is a citizen of the foreign country.. 7 -46 1' 1 1 1 $ 1 1 1 1 1 1 1 1 r. 1 1 1 1 (5) In the case of a corporation, it its president or other chief executive officer or the chairman of its board of directors is a citizen of the foreign country or the majority of any number of its directors necessary to constitute 0 quorum are citizens of the foreign country or the corporation a orgenized under the laws of the foreign country or eny subdivision, territory or possession thereof; or (6) In the case of a contractor or subcontractor who is a joint venture, if any participant firm is a citizen or national of a foreign country or meets any of the criteria in (1) through (5) of this clause. "Product" as used in this clause means construction( materials - -i.e. articles, materials and supplies brought to the construction site for incorporation into the public works project, including permanently affixed equipment, instruments, utilities, electronic or other devices, but not including vehicles or construction equipment. In determining the origin of a product, the Locality will consider a product as produced in a foreign country if it has been assembled or manufactured in the foreign country, or if the cost of the components mined, produced or manufactured in the foreign country exceed 50% of the cost of all its componentq. b. Restrictions:. The Contractor shall not: (1) knowingly enter into any subcontract under this contract with a subcontractor of a foreign country included on the list of.countries that discriminate against U. S. firms published by the United States Trade Representative (USTR) or (2) supply any product under this contract of a country included on the list of foreign countries that discriminate against U.S. firms published by the USTR. c. USTR List: The current list contains only one country -- Japan. d. Certification: The contractor may rely upon the certification of a prospective subcontractor that it is not a subcontractor of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR and that products suppligd by such subcontractor for use on the Federal public works project under this contract are not products of a foreign country included an the list of foreign countries that discriminate pgpinst U.S. firms published by the USTR, unless such Contractor has knowledge that the certification is erroneous. e. Subcontracts: The contractor shall incorporate this clause, including this paragraph in all subcontracts. 7 -47 1 1 1 1 1 � 1 1 1 1 1 1 1 r ACKNOWLEDGMENT OF FEDERAL FINANCIAL ASSISTANCE 140. Project Signs Project signs shall include: (1) Name of project. (2) Name of City/County. (3) State and Federal financial participation by means of the following phrase: "This project is being carried out with financial hid from the Texas Department of Commerce and U.S. Department of Housing and Urban Development." Project signs shall be weatherproof and shall be carefully maintained until project has been completed. Signs shall have a background of red, white, and blue in 3 equal horizontal segments. Size and number of signs on each project shall be appropriate to the site, and adequate to mark it clearly. Signs shall not be smaller that 3'x 5' nor larger than 8'x 8', except to meet special or local requirements. No other information shall be included on project signs. Project signs shall be erected at the project as soon as possible after the award and prior to payment of the first construction estimate. 14L Restrictions On Lobbying No Federal or non - federal funds have been paid dr will be paid by or on behalf of the Consultant to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, grant, loan or cooperative agreement. The Consultant agrees to provide a 'Certification Regarding Lobbying" and if applicable, a 'Disclosure of Lobbying Activities' form regarding the use of any nod federal funds for lobbying. The Consultant further agrees that he shall require each subcontractor he employs in the. course of this work be subject to the Certificate and Disclosure provision of this part. DI3A -DIO 1' 1 1 1 1 . 1 1 1 1 1 1 1 1 1 1 1 1 2 , 01 AppNea 2 02 Federal Labor Standard3 Provisions HUO or ,e designee 11.111 refer me Duelbon4 meted.); me v el in mlere fled pins end m1 reCOmmendat en or HUD or ,O es,gnee. tome Adm,m11et0r for determination. Thi Administrator. or an eumorttM mote. Helene w,N dews 4 deteemna0en 0,00010 earl el reca and io tows. HUD or MI donna* or will nosy HUD a le designee within me 30.4ay period that add time a necessary. [Appro.W by the Oea103 Mon. ipemim and dodges under OMB Control Number 1215.01 (d) The wage Me ( cIudng hinge benefits venire 1ppropnite) eatem pursuant to suboaregra0h! (1001 101 et pmt pa0)1r10h. !13111 be pad to all workers performing wort n me cadefia0Cn under 003 con- tact tom the first day on which work n performed n the classification (l¢ Whenever One mnneum wage rae prexnbed n the contract for a dabs dl laborers Or mechanla includes a ',Inge benefit which is net sentinel as an hourly Hua me Contractor 4NN Miner pay Ole bonen as tatted in the wage del11mnann or shall pay 01.00111 bona 601 huge ben4M a an 'lady alt, puwalent thereat (NI It the contractor do41 not make payments to a trustee or other thud perrso. m. Contractor may consider as par, or the wages of any laborer fir meenank the amount d any coin reasonably int.Oan e m 0rowdmg bona fide htge bene(31 oiler 1 plan or program. Proves... That the Secretary of Oboe his found. upon the wnllen mourn of the contractor 011304 appliabe landardl o) chi 0avi1.9deon Act have been met The Secretary et Labor may redore the 00nbade, to set rile to a separate eeeount assets tor ON meting of odder0na under me plan or program 'Approved by tee Office of Management and Budget under OMB Control Numbly 1215 -0110.) actually Performed. wi1Otrl regard la Volt except it pr0wdld M 20 CFR 20 3 W1Ome(d19.11U0 or ti debenae shin upon its own icon a u00n Pan 51014 Lefever! id *,4etenka p/rlerming work in moll Mtn one vmMtn forum d an eumonsiet rlpresentied d mi Department ere labor classification may ba compinUsed it tee rate *p*e(Od for each dar.fid• melted or dubs to be w,9mild from the canoed' under Out comae) or ton forme erne actually waked Merin: Provided. That the empfoy11 pay any o31er Federal contract wen Ms *arena prune connect'. or any other FederaNyaauaed contract subject l0 Oew1•B1eon panning wage retu.emena. which ii hire by 0d sand pnme COn0SC *r 50 m0Ch et me ec01ed payments or advances i1 maybe convened neceiiiry * pay ebomre and midbedee. 1Clumng epprenec,i.lra and he11Mr1. employed by me contractor or any subeontrdetor the fun amount or wages Mused by Me contract In 04 event d bete: to pay any laborer or meeham11 klChlding any l00enhee. trdn4e or na101,. 1111610yeo or workeg On the eta et the wok son under m: Untied Sates Houemg Add 197 or under me Houlrg Ad of 1949 ie me construction or deveepment of me 'd)*eA *O a part d em wide) reound by me contract HUO or TM Demg- Tereforl Dray when the 10110Mep Crnef 111M bean mill: net they Ober whiten need to me Conoco sponsor. a0pt6Jnt or Owner (1) The ink to be parlamed by M dheibehlon Mooned N net take Such Ocean is may be nkesdary to cause the suspannon of any Wormed by a clllLfiaaen T rite wage detemenron: end former payment advance. or 9Uamntee d funds until Such wolabene have (2) TM deseda0en a uehad in M 1114 by Oil eonllmrebon cussed HUD at es ensgnie may. *her wager .ogee to the contractor. dn- , nduity end bursa such :mounts w *f and on Account or the centred* or sub. (2) The 'OOebsd wage rata. Including any bona fide hope ben : - contractor to the demean employees to *nom they are due The Comm - ee, butt a rea1GMpl4 ' 31Senehip le mi wage mum cdntaned In Oda troller 0Merel that mate such maburs1meme n the cis& or tem. wadi determinate). Oave -Bean Act conned. rot 0 me centime, BM me labnerf and medians= Io be employed 20 4(3) Piyrola and bask motile. Pirelli and bale memos reetme n me dau M known). at their 1eoresenaavla And HUD or le Morita the. be mentimed by the contactor during me course d 04 work designee Agree an me elIls laoon end wage m1* (inddmg the amount waienid for i period of TI.* yaks mer1a11r 1' all Woofers and oN,gntld 'en Inn41 benefits where Ip'efnae), * 110011 d Mi eclon mechan,ei working it the 441 of the work (pr under the United Sale! 310in *hall be Nm by HUD a la designee to me Admnarata d Me Wage Howling Act of 1017. or under the Heusmg Ad 011949. in the Cent button and Hour O,vraon. Emdgmem Standard/ Aamnteedon, U S 010amn1m Or deveo1mint of the'0ee0 Such records span cenlam ma n :ma. 01 Ube.. Weamnoon. 0 C. 20210 The Adm,mabaler or An aumentd admiss, 1M social securely number 03 seen Clem wood,. rut or her ca- .4Cre4enaDve, wt. fom0v4. modify. at eibs0neve evly *ddnona1 emus). met CeWfiunon. hourly 3318! 01 waged olio) 1InClud,n rates of 6001000• Caber **eon *Who b aye Ce reCend And *0 10wr HUD or 1s desgne4 pons or cos. 400.01110 rav Dona f ee )091 beMne' a!1. lqu or will nosy HUD or ,a oasgnee widen to 30-11y period Mal *0dmens' thereat at pre Poet 40101044 r1. Seaton H0 +2x01 of me Daws•b. nor Aar. 001 ,t necrtary, (A0PrOved by the met o1 Management Inc Sudg*t a« b an0 weekly number Or noun worked ddu:ben) made end 'chit .,roar OM0 eonnol umber 1215.01*01 wages gem W314ne0e, me Semidry d Ubor nes Mune under 29 CFR 5.5 )o) in me event lad 0010ac10r. tn. laborers or me0Olmse to be 1:410311 m*) Me wages of any laborer ar mecnand include me smarm or employed n me messieaeon or cow ren.eseneetes. and HUD or es any core reasonably tnIC,011110 m crowd rg benel uncle, a Olen 0 n0- debpne4 per 1.01 agree on lc.'o0oled mass and mice rare gram descnbee n Seebor 'image' of me Da Act me cm wive. including me MOW") oelgnnl0 l0r hmga benefits *nne *0'O " *IL sus. , -anus. record! en mow met tee 10•nm tc p•0wde 11.01, The Protect or Progren. to which the Constructor. *Ore COverd by m,1 Conned Denams r) bong e*4/ted by the U8Nd Stated or Amend and the mowing Fder11 labor Standard. Proweord ere Included in 101 Concoct Cureuam to mil 'mnihme *Odklble to loth F4der01 lUdtanel. (3) Minimum W15e4. Al labored end mechyna employed a work• .9 upon O• Ade or the wont lot under the Uhetid Saes Ho1r0 Act of 1917 ce under me Hou4rq Ad of ti. in tee coNbueeon or dev/epmad of the women. mil be pod unaond44or1Ily and net lest often man once a week. end wem0ut lubeeeuent deduebon or febrile On any 4CCOUre 3110101 such peyr00 deaueiona 14 are permitted by regulatonl Ifiud by mi Secretary ol Libor under Me Copeland Ad 129 CFR Part :Lew hrl amount d wages end bona bee hinge beve1a la Oath aguweten* d1Vec' duo it time payment commie a rod net 3410 then TON ordinal m doe wage determmabon d the Secretary of labor *Men is cached norm and made A old hereof. regardful d any b0ntradural oellbonth( whKh may be toed tonic cameo. lee contractor and amen rebore, and mechanic Cenlnbuu*N made or colts reasonably *ne.p44d kr bone hoe Inns. Went under Seclen IM(2) of the Davn Act on behalf of laborers or Mechamd ere eonlidaw wager p41d to inch laborers or mkhenci. Wised toed deedlont d 20 CFR1A10(1104 ids reducer contributions meet or coma incurred for more Tan a wieldy period (but not ess often min ouar(My) under pane- herd!. Ce cloven 1. Meth Cover and anchor *Hey Minot 64 deemed to be conieucl.ily med4 'Murred doing ludo weekly penbd. Such labored and mechanic! then be meld One ean000111 wage rite and tinge benefit* on the Maps d*termen.Oon for me deulhato1 et work rill 'aeon), eccunar6y ie1 Alarm ele erne spent M WW1 eeillkaton n which wave re performed The *ape deammnaeon (ncl ding any Additional du1da1on and wage mei mamma under 29 CFR Pin 541/91010 and rim Oev34.41*d0n poem. (Aral -12211 due tee pond ale 4eed by 9r/ traelor and di *ubcomradava at tee Mier end work T a wominM1 and leased, plead where 0 an be lacy Nan by the worked. (0) (4) Any dila of labours or meddled meet N not 6$tid on Me wage deemnn*on and *men W to be enp*yd under and Cnbad than be ce*ed*d el conformance with On wig. deternen „o... HUD slag *berme In *d WUea1on and wage me and Innye Weeder e•e. Eor1•Or .1 Obr0 -52 U.S. 0.0.00eed el Herueng end U.ben Oeveennenl ATTACHMENT 7 -14 r 01310403032.343 1(3'14111 1' 1 1 1 1 1 1 1 1 1 1 1 1.. 1 Demon n enlore* *0le mat TO War er 01091301 d Ininnlity respani.bu. ao0linbee The 1110wepe ■300 01 sacrament to pu,netmer on me 100 Yee and 0111 me pan or program nas been cemmunrettid m ..dng to M el any crib enu,heabon inn nor De grimier min Out rata normaee 90 me u03rr or mecnanref elected and 9060901 wmmh spew M 60101 Sneer. contriver is to the Mere wort lone tamer the negmered 10091001 Any oiled or M 101,11190ll moored in prwmm9 fuel, pentad Corn*clpt trotter haled On i payroll it an a5Orenete wage rate. 100 d not minimal employing tdpennees 09 tramHI under toornled programs shall maatm or OMrwg4 employd ft rated ab0w. shall be 00 not 413 mar 01! *0per 0wdence of M modulator of eo09Me2eshro grogram, and cam*. applicable wage dale on me wage palermmib0n for mi cusidlpeor of tabor or nem** Megrims. M f091M000 09 010 3Dp00n901 and Yamefi. work actually performed In adpleon. any aooren0ee oen0mmn9 won on an0 010 ,9001 and wt9 pinewood in 010 aanimah11 ptegrernt M lob ins m. mien Of me ne0 p*mmed under me ?111910I0.00 0100111• )Aeeroad by ele 01090 of Management and Budget land* WS Control anal *3 pawl not less man 010 anpmap* wadi rite on 011 wage alumna. na. Number 1213.0140 end 1215.0017) na3on Ipr M *0999 talw09 performed. Wed,* i Con0iemr 1i performing (a) NI Tl' eonlncror shaft dabmn windy for 13amb weep In which any coni0uc0on On l pWNOet t t tcatry emir min MI m *teen ld o109ram contract wen m pslomled a copy of an Ftynat 10 HUD de Mt &Signet l reglfttred OM 13o4 and wage rte )3.pi0ied 10 p1eenn9ti e, 011 low• M e9*my in i piny to M contract but n me *piney t nd Such I parry. n4yr in a !dopy reu) 19,010 In the eatrictorY or iubeormae of f regn- M contractor wit submd M payroll* lo M IppllaJnt *g.ntpr.O pewit, lend 91613'+01 stun 993 ob919943. Ee9ry ipprene0e0 must bi gild 11 not as M ate may b*. foe 154'913104194499011 m HUD or It diftgnM TM pate NM Mn M raN fp.9Med in 013 re3io*red wo9rlm forme 4pprenbe* f 010010100 swan set out aeew.Nly and anp**y tote, M kdo,mfton sit* e! manta 'emitted Ala 5 *eenu9i of me ppn4ymen hourly rile rpmrw tO be mam1Ined under 24 CFR Pin 8.9109119 T1k1 trmtormaaon eg3odlod h ran ippin*wi wage deter1rn30en A9peroeei shin be pad finale in ieeprdinea win M pmweroni of me ■PMentm 0hro may * submitted 013 3 3 any film may bb b dev,ad Optional Poem drain d 3 N of Da h proge l I18 appeneea!1b program doe+ not !03639 tmis 9940010 rod ne* Dumont and 0 2ta 0 - OOS•OOOt from th1 , U t G0oi ri14 e, Dash tagein program. mane 1Fadert9 510099 Nunte/r 0 ! 9 - 41�, US Op.npni^t Pp^nnp ap9rMhticef mutt bl paid mi Nn amount of fringe bin0firi need on the Ode*. Wa1hm9ron. DC. 20402 The ma i contractor te rMp0Mlb!e for M weal dal*0Ma1011 for M applicable caania0on l me Anm.n1bator submnyon of copes of plyrOnf by 30 iubcontr*elort btp0.oad by iM determines that a diaredl anode* prate** for M 10p0a0i *5pine61 Ole* of 01n190merd and Bud9a1 mind* MA Centre, N*nbir dlWn0J!bn• hinges shag be paid m ie2ordince tyres mN d*0rmmaden. In 9215 -0139) M nem M Rumor el Appremefthro and Traa.no. 01 a Sou Appen- ( Each payroll 8ubmmed than b8 aeeo*pan.id by 13 *Raiment o) Cantata A9eney nco9nued by M Swftu. wtomra*a 30001* a an Comp0anca: vaned by me Conetet011 or 4WUonvaetor or hti or hie agent *pp11nd9ea *o program. M contractor wig no anger W permitted to 001101 who Ore or supersoft M payment e, me Orton* employed wink M apprilnikei it left man me applicable ped*emmned tar tot M wore contract and Inn tarty M blowing' lerf0rad one! on acceptable p09nm ht 85910004. (1) That M 9eylon for m* WOO Akron contain* 618 rolemabon OA Trakle.. bent at P,0v0ad on 24 CFR S le tameif will not be u90...3 to D1 m *named undo. 29 CFR PM S3 (335191113 wl3ueh Omitted to work at P4f men M predetermined tale tot M wart Per - mlorm*non 10 Correct and compete. • *mend moths they see employed pursuant es and mmdduiiy registered m m nun each labor* or me6hMk 9nclt3.33 Yeah helper. * 9ropam which has manta p90r amoral. *minced by lom at CemO- aOpMtes. end enamel employed On M 90110.91 dumh9 'ha Syron paned anion by M U3. D*pa,00am of Ubor. Employment 1100 Tromp; kimono. has been 0314 M full weekly wi9Y earned wdh0ul rebate. 3l109 directly Craton The ,at0 of »melt to loum3yrn*n en M lot ape 13133 not e* or mentally. Ind that no dedue4ont have been made **Mr dk0edy Of arena, than pentad under M pan apPr0rid by M Efniroymant and reedy from M fun ware amid. ettk min parni*eabf4 ded*eooni L4 tit Training AdmbiMabon. Every 0emft mull be gild at not les14han me ran form a 29 CFR Pen 2 Specified 10 M approved program for der tri.n*e * le9P of p0grets. (1) That each labor& er micnirC ha4 bosh 0314 nil 1341 min OM knelled if 8 54,eema9e ml M journeyman heathy 901011paal1ed m me app4Ca5le wage rats and h o$ barmen or Stn MNwaken% for chi alai lookabt wag* determination linnets than be pad tm90 0011141 a Melton of work performed. of t9*0Md In M intheibN &Pennine• accordance wit M pmnnroat of M 411004 program n me trainee bra- ton mcoepor1ted alto ne Centred dram doll not demon Nn9e benefit* anneal anon be aid ml hat (0) The *4eldy t*3491oih 014 Dr y 3o43.3ed eM3996a to *et amount of 010g* ba llfin PEPS on IM wage deleminaton unrest the forth on 018 reverse *1410f 0oebnal Form 1044.547 Shan tee* the Admki8eator el M Wage mid tour D0+Iion determines Out men r in reewrement OM lutanist°. of M •SNlirnerd of Comphana dithered by l55r3meenep proven ass0euted with M cOnftan6a9 4um0yman par*9ra5M A 31..9 1 of rare seam,. wean red on M wag* dot 0,l000on sehroh provide! for sits man hr. (d) Tne falsification of in y of M !bays cemidheni may 4ubect 904 klnpi 61n0m! far aope*uas Arty employee Petro on M payroll al 9 contractor or subcontractor to ova or orle moat prdstkullon under Sieben trainee rat won le not ne91t:ned and pamci:mama a 1 training pun 1901 01 Tit* 11 and S3aon 211 of Tte 51 Of M United 398i88 Code 30poved by tl* Emitter/mint and 111190199 A*ma.01rae00 snail be paO not (9l) The 6000/1290/1 par fube01treC10 0nllI mitt* me 9eon3a 94dpn4d 1148 drain 3199 apptdbfa wage rate on M wean d010o0,naton tot the *on under 01119110h X30) 0f het oie30o 3,3.9881)8 for *3502000, a9Tln9• 0, letualy 4kfom•d. to Weirton. any vainee performing won on rat 105 she vanscnp0on by aumont1d 9lpftenPaws c 14U0 at a de099nii or me a ioeiia 01 the Mil pirro9ad under M re3dfare3 pogram shall be 03rd 0453rtmen1 of Labor, and Shen pinml inch rioilkntd0ii to 0NnNw not IOU man M applicable wean rP On the wage dim mentor. lot M ernpIOy*ea dump *memo IOU, On me )oh. n M convince or lu40*h- weak 3cb Sly p.dormed. In M event M Employment and Tntnn9 Aem.n- tractor lads to subml011 moored records or to mans Ih6n 13134(341*. HUD Maiden w.mdri*4 apbrmdl Of l 0301019 pp9rm. M conMl:t09 .4 no or rot d8ar9 .4 may. after venom mica te M Contractor. 4oenaor. loner long* be permdled to utilise Mine l e1 one We* to applicable meaner. cant or owner ate strew 121011 *0 may ti neeesaa. y to daub Mara. maid rate foe M work performed urn an taa5Pde pe993m Westin 01 any hymn payment ad1 lCI. es 9mawls& Of Wee. Fur bar• karma T111 mtlliItOon 01 aOpenOCft. more. failure to tubmd M moulted mends upon Mount orb mile inch Z Adt time m loyment epp ety ale records available Troy be ground* br dib*rtmnt i00an 4uriw8r110 24 Hiner* and loumiymen under mat girl rhea be In COnlOrrmly IeuM Ord*, t t o le ft CFR Pan S 12 43,99 employment caponunay a0viae,.e,h01 al g O J C (T) Apponiees hid Tennant. Appen4ete. Appinteei win be per- 2 � - intirded and 29 CFR Pi d Ae, N. Tr.* contractor loan mold to won at Its* man M ped*er*nee nu for de wort they :NO. ^s horned whin they er1 * otet/ad pursuant to and I dmdmly eoeNred r3 l am5y *re M ,*ouk4menn 0129 CFR Pert 1 soon at mcon0rne0 by bane fide a5pMmftn0 5 , 09 ,010 9091aered wit M U.4 040101.009 Of raN,ermi a OA awn :L Labor Emotoymem and Training Admlr0stra*on Stmt of Almenacestu4 208 e• Subcenate1. The contactor en subcontractor vn1 mien in any sub. and Tramm9. pr *lm a Stns APpam2Ia0P A9*ney ,06036e5• by m* COMMIS ml al8u4ft eontllnad on 29 CFR 5.510nl1 enough 1101 and siren Sweat. or i a Denson 10 employed in Mt or her first 90 diyt Of Mobatona y anon ela03ft as HUD 09 In e8agn*e may by l0poanale m0b000on1 emOtor.nent os an 1051en020 in such an 1pp14n0tftn10 program who 10 4euri em alto 8 c13uf4 •edwmg me 3ubC0neaCtOn to mtdude mete net .np*dually 1910110.1101001099010. tow ono has boom e0myied by M 091,111 .n any lower nir *1,92000390 Tne onme connector Inn W 00,3*, of A0p1000C11nO and Training or a Sate Appren0ee0nm Aponey , esbonuble fame 60m91ance by any turecerneecter Or lost* ee? IObCOn• /wrote appoewatet to 01 *gesfe Ice probatenary em ienal * as an nom wii al me connect Cr3150t m 29 CFR Pen 5 7 . 53 HU0401012.041 1 1 1 1 1 1 • 1 1 1 L 1 1 1 1 1 o9 7. Cantrecte tenrenatlen: debarment. A breath of the contract camas et 29 CFR S S may be grounds for Wrnmabon of me Contract and for debar- ment as • centimeter' and a lubeentr55t0r .g provided In 29 CFR 5.17, Zia e. Complhn0e with Dab•Saeen and Related Ad Requlnrnenb. At rut- trigs and mhrprebbons of ea Dave -Bacon and Abated Acts eonemed m 29 CFR Pare 1, 0. end S are harem incorporated by reference In this Conran 1.OMputee mn.Meleg labor *indeed. Disputes arising out of the tabor 'moderns prewabms of Qes contract *hen net be sublet t0 eta general aspums clause 1111115 Contract Such atones Whet be resolved M accor- dance with ea procedures of to Detrarnnem of Labor set forth In 29 CFR Pare 5, 0. and 7. DhprM within M owning of this clause Include di*• Yarn between the canticle, (0r any Of In Subcontractor) end HUD or its designee, ea U.S. DeqarSnerd of Labor. or ea employee* a talc retdeselletivea 11 10. (I) Cereaee5en el Dabany. By entering Into this contact M con- tactor agates Ow nether K (nor M or she) raga any paten er Inn who has an interest in M COnt*t1aY 9n1 h 1 pavan or lino thallgbta to be @ winded Government eontaefa by virtue of Sidon 591) 0 0941 Steen Act or 29 CFR 5.12(1)11) or to be awarded HUD contacts or paraaa• 5108 In HUD prd9rms pursuant to 24 CFR Pit 21, (9) No o*n of this contract stun be .obeonOaetd to any person or firm InbigIbl* for .want of a Government contact by virtue at Section 210) 0f the Devn•ba on Act or 29 CFR 5.12(a5l) a lo be awarded HUD 00000o3 or per*ctpate h HUO program* pursuant le 24 CFR Pen 24 Sr) The penalty for making false slalem*nb Is prescribed in to U.S. Criminal Cod.. ill MSC. 1501. Adddfonaly. U.S. Cannel Code. Section 1010. Tilt 11 r UGC, 'fedora! Housing Administration 01030550111. pro- vide* M part "Whover for tit• purport of.. Jibuncing In any way the Action of well Admb0htaton.. r makes. utters or publishes Any statement knowing to same to be hies... Yen be lined flat mere inn 95.000 or imprisoned 001 mere elan two year. or bon 2 1Z CwrgWnll Pren*dGhM, a T. dnany by grepbyeea No laborer or mechanic to whom to wag.. Mfary.00 other labor standards provisions of t his Cowles are epplieable shat be discharged or in *fly aria IIYnn.r discriminated *game by Ma Contractor or eery subcontractor berauu such 214 Habit Ind Safety e mployes hat ted any eomplakd or inNMed or caused to be Poland 1117 pr0C*eding or has netted or if about to .qtly In any proceeding under or Mating to the tabor sendards applicable under ON Contract to Me ermeoyer. 213 Canted Work Han. end Safety Standards Act As used in thls pars- graph, the terms 9aborre and'me0Mnies Maud* watchmen odd gesrda (1) Overtere requkentab. No contractor or subcontractor contritely; for any pert at the contact work which may require re krvatve as empley- merd of laborers or mechanics shah amok* or permit any such taborer or mechanic le any workweek In wench he or she a emOleyed arh *nth work to work M assa M Ilieglimiuleelftimemollmommrof forty holm m such workweek unless such laborer or mechanic receives corn- 7 - 54 pensanon at a rate not lass man one and o0* -had times me bale are or pay tor all hours worked m '� ff.�„ r cress! 01 IOny hours m such workweek, arsat (2) Violation: 1ebtoly for unsold wages: Igbdald dynodes. Or me every 01 any 'mason of the clause set form in subparagraph in I of mit parapra5ht the contractor and any subcontractor resoenrbre merelor snag be labia for the unpaid wages in addrtOn, such 50,111 CtOr and subc0n• tractor shat be liable to the United Stales fin the use of wore done lacer contact for M COMM of Columba or a terntory. to such District or to suCr teml01 l ler leuldated danger. Such 19.ide1011 damages than be cern- puted with r*,pett 10 each indmdual taborer or meenantc. rnoluding watchmen and guards. employed In violation of the clause set form m sub. paragraph 11) el this paragraph. M the sum of MO tor each calendar day or which aueh individual was required or permitted to work in excess at cent hours or In excess of Ow Mended workweek of lorry hors without m- erged 01 the overtime wages required by the clause eel IoM in suborn. greph (t) d Oda 5araprplf . (3) Withholding for unpaid wiles and liquidated damage'. HUD or 51 dater.' that upon es own action or Upon wmtten request Of an author ROW rep1Me0m1ve 01 des Department of Labor wlmnolel or cause to be wknheld. horn any meneye payable on account of work 0eriamed by the htorhtriet0r or fub0onbector under any such contractor any other FMeruu contract with the same prime contract or any other Federaly- assdied con• tact eub(sel to the Conrad Work Hours and Safety Santana Ace when le held by the Same pine contractor such sums as may be dmerrnrned to be necessary to satisfy any Sabine*, of such eontrectoe or subcontractor for unpaid wages and liquidated damages a provided in the clause set feat In subparagraph Mot tin pan9f1Fh (1) Subcontracts. The e1ntraeton Or subcontractor shag insert in any tube -womb to CIauI*1 Set IoM in subparagraph 151 through 11101 inns parapeph and also • clause orating the subcontractors to include mesa clauses In any lower tier subcontracts The prime contractor 'na0 be responsible for compliance by any subcontractor or lower ter subcontac• tOr with the clauses sal food m subparagraphs (11 through tat o1 the paragraph. (1) No laborer or mechanic shat be mound to work m surroundings a under waling condemns which ere unsanlary ha0erdou3. Or danger• WS to his health and safety as determined under Constructor. safety and heath aencards promulgated by the Secretory of Ubor by requenon (2) The Contractor shall campy with all regulations issued by me Seamy el Labor pursuant to Tate 29 Pan 1926 (formerly pan 1S ler and Maws to comply may mull M Imposition of sanctions pursuant to the Con- tact Won Hour* and Salary Standards Act )Plitt Law 91-94. 03 SUL 961 ( The Connector ghat Include Oa prow1iens of mss Article m every Subcontract se that such p0vl■ens wit be binding on each subcontractor Tta Contractor snag bare such action with respect to erns SUbeentrael 110 to Secretary of Housing and Urban Development or the Secretary of Labor Man ddeet SS a mean of anla0rn such rsovmto0 HUDa010 MCC 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 l 1 TO: PROJECT: Dell Center Boulevard and Boardwalk Waterline BPI Project No. 2023 -05 TDHCA No. 703152 Dear Sirs: NOTICE OF AWARD The Owner has considered the Bid submitted by you for the above described work in response to its Advertisement for Bids. You are hereby Notified that your bid has been accepted for items in the amount of $ (See attached). You are required by the Information for Bidders to execute the Agreement within Thirty (30) calendar days from the date of this Notice to you. If you fail to execute said Agreement within Thirty (30) calendar 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 Bid 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 , 1994. THE CITY OF ROUND ROCK C/O BURY & PITTMAN, INC. By: Leslie W. Pittman, P.E. Principal, Bury & Pittman, Inc. ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the _ day of 1994 Contractor By Title 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP1.01 DESCRIPTION OF WORK: The work to be performed under this contract will consist of the construction of grading, paving, drainage (storm sewer and offsite channel), water and wastewater system for Dell Center Boulevard and 16" Waterline labeled "Boardwalk Waterline. SP1.02 EXISTING UTILITIES: Approximate location for existing utilities are shown of the plans. The contractor shall contact the local gas and telephone companies to verify the locations of the gas lines and for the location of underground telephone lines. Locations shown on the plans are approximate only and should be verified. It shall be the contractor's responsibility to verify the exact location of all underground utilities. If any utility appears to be in conflict with the grade of the construction, the Owner should be notified of the interference before construction progresses. It shall also be incumbent upon the contractor to avoid and protect all existing utility lines, service lines, drains and other facilities and appurtenances from damage or injury during the progress of the work. Any damages shall be repaired to the satisfaction of the Owner at the expense of the Contractor. SP1.03 DUST CONTROL: During construction of this project, the contractor shall use every means possible to control the amount of dust crated by construction. Prior to the close of a days work, the Contractor, if so directed by the Owner, shall moisten the soil bank and surrounding area to prevent a dust condition. SP1.04 MAINTENANCE OF TRAFFIC: The Contractor shall at all times conduct his work in such a manner as to insure the least possible inconvenience to vehicular and pedestrian traffic. At the close of the work each day, all streets where possible in the opinion of the Owner, shall be opened to the public in order that persons living in the area may have access to their homes or businesses by the use of the streets. Barricades, warning signs and necessary lighting shall be provided to the satisfaction of the Owner at the expense of the Contractor. SP1.05 TESTING: SPECIAL PROVISIONS SECTION 1 INFORMATION FOR BIDDERS Contractor is to provide all testing for project. Compaction testing of foundation will be done at locations as directed by the Engineer. All testing and retesting will be done at Contractor's expense. SP1.06 WATER FOR CONSTRUCTION All water required for construction purposes shall be furnished by the Owner at no charge. The Contractor shall be responsible for setting up temporary connections at locations designated by the Owner. The Contractor shall make all connections to the existing system under the direction and to the satisfaction of the Owner. The connections and maintenance of the connections shall be carried out in strict accordance with the requirements of the local health authorities and the State Department of Health. SP1.07 TAX EXEMPTION CERTIFICATE: All materials purchased by the contractor which become part of this project are exempt from Sales Tax according to Ruling #9 of the State of Texas comptroller of Public Accounts Limited Sales, Excise and Use Tax rules and regulations effective 4 -3 -62. Tax exemption certificates will be furnished by the Owner, if necessary. SP1.8 TRENCH SAFETY: Contractor is to provide plans sealed by an Engineer, registered in the State of Texas for Trench Safety for all excavations more than five feet deep prior to excavation. SP1.9 CONFLICTS: Where a conflict exists between special provisions and other portions of the contract documents, the special provisions will govern. Any other conflicts shall be brought to the attention of the Engineer for determination prior to the performance of any work or ordering of any materials by the Contractor. SP1.10 SEEDING FOR EROSION CONTROL: This item will be accomplished per specification. It will consist of fibermulch bed with the type of seed or sod being the type of grass removed to construct the line. SP1.11 FENCING: The Contractor therefore must replace to the original condition any fencing disturbed by construction of this project. Should the disturbed fencing be made unrepairable in the judgement of the Owner and the Engineer, the Contractor shall replace damaged fencing with new security fence. Fence specification is available at the office of the Engineer. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUPPLEMENTAL GENERAL CONDITIONS i t I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUPLEMENTAL GENERAL CONDITIONS 1.0 PLANS. SPECIFICATIONS AND ADDENDA 1.1 PLANS The plans consists of two (2) separate sets of drawings, the drawings generally identified as follows: SET 1: Paving, Drainage, Gas, Water and Wastewater Improvements for Dell Center Blvd, prepared by Bury & Pittman, Inc. TDHCA Project No. 703152, BPI Project No. 648- 01.00, dated May 1994, consisting of the following specific drawings: SHEET TITLE 1 COVER SHEET 2 GENERAL NOTES 3 OVERALL WATER, WASTEWATER & GAS PLAN 4 WASTEWATER LINE PROFILE 5 WATERLINE PROFILE 6 PAVING PLAN & PROFILE STA. 0 +00.00 to 12 +75.00 7 PAVING PLAN & PROFILE STA. 12 +75.00 TO 24 +49.15 8 DRAINAGE PLAN & PROFILE STORM SEWER LINE "C" 9 DRAINAGE PLAN & PROFILE STORM SEWER LINES "A", "B ", "D", "E" "F ", & "G" 10 MEDIAN MODIFICATIONS - GREENLAWN BLVD. 11 EROSION /SEDIMENTATION CONTROL PLAN 12 DRAINAGE AREA MAP 13 DRAINAGE CHANNEL PLAN 14 DRAINAGE CHANNEL PLAN 15 DRAINAGE CHANNEL PROFILE 16 WATER & WASTEWATER DETAILS 17 MISCELLANEOUS DETAILS 18 PAVING & DRAINAGE DETAILS 19 STANDARD CURB INLET DETAIL I SET 2: Boardwalk Waterline improvements to Dell Center, prepared by Bury & Pittman, Inc. TDHCA Project No. 703152, BPI Project No. 648 - 02.00, dated May, 1994, consisting of the following specific drawings. SHEET 11TLE 1 COVER SHEET 2 GENERAL NOTES 3 WATERLINE "A" LAYOUT AND EROSION & SEDIMENTATION CONTROL PLAN 4 WATERLINE "A" LAYOUT AND EROSION & SEDIMENTATION CONTROL PLAN 5 WATERLINE "A" LAYOUT AND EROSION & SEDIMENTATION CONTROL PLAN 6 WATERLINE "A" PLAN & PROFILE STA 0 +00.00 TO STA. 30 +00.00 7 WATERLINE "A" PLAN & PROFILE STA 30 +00.00 TO 54 +30± 8 DETAIL SHEET 1.2 SPECIFICATIONS The technical specifications are included in the Contract Documents Manual for Dell Center Boulevard and Boardwalk Waterline, prepared for the City of Round Rock, Texas, TDHCA, Project No. 703152, BPI Project No. 648 -01.00 dated May, 1994. 1.3 ADDENDA The Addenda consists of those certain addenda, issued from time to time, as required, in accordance with the Contract Documents. 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECII NICAi SPECIFICATIONS 1. General End Series 0 Bidding and Contract Requirements Protection and Preservation of Primitive Rights and Antiquities Section 0030: Contractor shall take reasonable precaution to avoid disturbing primitive records and antiquities of archaeolog ical, paleontological or historical significance. No objects of this nature shall be disturbed without written permissior of Owner and Texas Antiquities Committee. When such objects are uncovered unexpectedly, Contractor shall stop all work In close proximity and notify Owner and Texas Antiquities Committee of their presence and shall not disturt them until written permission and permit to do so Is granted. All Primitive Rights and Antiquities uncovered or Owner's property shall remain propertyof State of Texas, Texas Antiquities Committee conforming to Texas Natura Resources Code. If it is determined by Owner, in consultation with Texas Antiquities Committee that exploration or excavation o primitive records or antiquities on project site is necessary to avoid loss. Contractor shall cooperate in salvage work attendant to preservation. If Owner determines that salvage work will increase contract price or will dela. Contractor's work, an appropriate change order shall be executed. 00307 Rev. 03/24/88 Page 1 Protection and Preservation c 9 Primitive Rights and Antiquitie Series 0 Requirements and Procedures Grades, Lines and Lavals Section 00341 1. Contractor shall perform all lay out work to transfer all controls for grades, lines, levels and measurements required to successfully carry out work under supervision of a Registered Public Surveyor. 2. City survey crews will not stake for construction and will not be on site, except to perform quality control checks. 3. Contractor will be required to set blue tops forsubgrade and base course on centerline. atquarter points and curb lines or edge of pavement at intervals not exceeding 50 feet. 4. Owner shall furnish copies of field notes with bench marks and controls. In addition, on building projects, a boundary survey will be Supplied together with legal description of property and all easements where work will take place 5. City survey personnel will meet with Contractor on site to point out controls at a mutually convenient date. 6. Contractor shall provide cut sheets sealed by a Registered Engineer or Registered Public Surveyor. End 00341 Rev. 03/24/88 Page 1 Grades, Lines and Levels End (b) Views shall adequately illustrate project status or condition of construction. (c) Prints shall accompany each request for progress payment. 00342 Rev. 03/24188 Series 0 Bidding and Contract Requirements Construction Photographs Section 00342 1. General Contractor shall provide construction photographs taken on first working day of each month, prior to demolitions, during demolitions and other significant stages of construction. 1.01 Views and Quantities (a) At each specified time, take photographs from three different views. (b) Furnish three prints of each view. 1.02 Quality Assurance (a) Photos shall be taken by a qualified commercial photographer, engaged as a professional in business for a period of not less than three years. (b) Contractor shall submit photographer's qualifications and experience record for review and approval of Owner. 1.03 Submittals (a) Submit qualifications and experience record of photographer. (b) Submit examples of photographer's work, similar to that required. 1.04 Negatives (a) Negatives shall become the property of Owner. (b) Contractor shall catalog, index and deliver to Owner at completion of project all project negatives. 2. Products (a) Color. (b) Finish shall be matte. (c) Paper shall be white base, single weight. (d) Size shall be 8 x 10 inch. (e) Mounting shall be in acetate folders. (f) Identification consisting of project title and number, description of view, time and date of exposure location of camera on key plan, arrows to indicate direction of view on key plan, photographer's name, address and identification of exposure. 3. Execution (a) Technique is to present important factual details with high resolution, minimum distortion, maximum depth- of-field and sharpness. Page 1 Construction Photographs 1. General Series 0 Bidding and Contract Requirements Testing Laboratory Services Section 00344 (A) Contractor shall be responsible for providing materials which meet requirements indicated. For manufac- tured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., Contractor will be required to furnish a manufacturer's certificate that mate- rial meets requirements specified for this project. Owner reserves right to monitor materials incorporated into project and their placement by testing at Owners expense. Owner does not guarantee accuracy or validity of data nor does Owner assume any responsibility for Contractor's interpretation of data. Materials or work which do not meet specifications shall be removed or modified to meet the specifications. Retesting for work rejected on basis of initial test results will be at expense of Contractor and extent of retest- ing shall be determined by Owner. Owner may require additional testing for failing tests and may require two passing retests before acceptance by Owner. Owner will designate testing laboratory who will perform all tests required to assure quality of work. Testing procedures shall be carried out in a professional manner, conforming to ASTM E 329 and reporting shall be on forms established by Owner. (B) Inspection, sampling and testing requirements, where applicable, are set forth in, but not necessarily limited to, the following series or divisions: Series 100— Earthwork — Excavating, Backfilling and Compacting: Compaction Control and Testing. Series 200— Subgrade and Base Construction. Series 300— Street Surface Courses. Series 400 — Concrete and Structures. Series 500 — Underground Piped Utilities. Series 700 — Incidental Construction. Division 2 — Soil Treatment, Termite Control. Division 2— Pile Driving, Load Tests. Division 5 — Metal Fastening: Welding and Bolting. Division 5 — Structural Metal Framing. 2. Laboratory Duties — Limits of Authority (A) Cooperate with Owner and Contractor; provide qualified personnel as required promptly on notice. (B) Acquaint Owner's personnel with testing procedures and with all special conditions encountered at site. (C) Perform specified inspections, sampling and testing of materials and construction methods: (1) Comply with specified ASTM or SDHPT standard testing procedures and other recognized authorities. (2) Ascertain compliance with contract requirements. (D) Promptly notify Owner of irregularities or deficiencies of work which are observed during performance of services. (E) Promptly submit 3 copies of reports of observations and tests to Owner Including, but not limited to: (1) Date issued. (2) Project title and number. (3) Testing laboratory name and address. (4) Name and signature of technician and testing Engineer. (5) Date of sampling. (6) Record of temperature and weather. (7) Date of test. (8) Identification of product and specification section. (9) Location of product. (10) Type of test. (11) Observations regarding compliance with Contract Documents. (F) Perform additional services ordered by Owner. 00344 Rev. 03124/88 Page 1 Testing Laboratory Services (G) Laboratory is not authorized to: (1) Release, revoke, alter or enlarge on contract requirements. (2) Approve or accept any portion of work. (3) Peirform any duties of Contractor. 3. Contractor's Responsibilities (A) Furnish product mix design together with applicable design work sheets and data to meet or exceed contract requirements. End (B) Cooperate with Owner's laboratory personnel, provide access to work or to manufacturer's operations. (1) Monitor or direct superintendent to monitor each inspection, sampling and test. (C) Provide laboratory personnel access to obtain preliminary representative samples of materials to be tested in specified quantities. (D) Furnish copies of mill test reports. (E) Furnish verification of compliance with contract requirements for materials and equipment. (F) Furnish casual labor and facilities: (1) To provide access to work to be tested. (2) To obtain and handle samples at site. (3) To facilitate inspections and tests. (4) For laboratory's exclusive use for storage and curing of test samples. (G) Notify Owner sufficiently in advance of operations to allow for the assignment of personnel. (H) Notify laboratory sufficiently in advance of operations to allow for the assignment of personnel. (I) Correct work which is defective or which fails to conform to Contract. Corrective work shall not delay project or work of other contractors. (J) Pay all costs of retesting when test results indicate noncompliance with contract requirements. (K) Patch all surfaces and areas disturbed by testing operations. 00344 Rev 03/24/88 Page 2 Testing Laboratory Services 102.1 Description Item No. 102 Clearing and Grubbing ' This item shall consist of removing and disposing of all trees. stumps. brush, roots, shrubs. vegetation. logs, rubbish and other oblectionable matenal. 102.2 Construction Methods Prior to commencing this work. all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "Gener. l Conditions of Agreement ". Areas within the construction limits or as indicated shall be cleared of all trees. stumps. brush, etc.. as defined above: except trees or shrubs indicated for preservation which shall be carefully trimmed as directed. conforming to Item No. 610, "Tree and Shrub Trimming and Preservation" and shall be protected from scarring, barking or other injuries duri.1g construction operations. Exposed ends of pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved asphaltic matenal within 24 hours of the pruning or injury. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the dnp line of trees until tree wells are constructed. Within the construction limits or areas indicated. all obstructions. stumps, roots. vegetation, abandoned structures, rubbish and objectionable matenal shall be removed to the following depths: End 1. In areas to receive 6 inches or more embankment. a minimum of 12 inches below natural ground. 2. In areas to receive embankment less than 6 inches and areas to be excavated, 18 inches below the lower elevation of the embankment, structure or excavation. 3. All other areas, 12 inches below natural ground. Holes remaining atter removal of all obstructions, objectionable material, trees, stumps, etc.. shall be backfilled with select em- bankment matenal and tamped. All cleared and grubbed material shall be disposed of in a manner satisfactory to the Engineer. Unless otheiwise provided, all matenais as described above shall become the property of the Contractor and removed from the site and disposed of at a permit- ted disposal site. Burning materials at the site shall conform to "General Conditions of Agreement ". 102.3 Measurement "Clearing and Grubbing ". when included in the contract as a pay item, will be measured by the acre, 100 foot stations or lump sum regardless of the width of the nght of way. • 102.4 Payment This item will be considered subsidiary to Item No. 110, "Street Excavation" or Item No. 111, "Excavation ", unless included as a separate pay item in the contract. When included for payment, it shall be paid for at the unit once bid for "Clearing and Grubbing ", which price shall be full compensation for all work herein specified, including the furnishing of all matenals, equipment, tools, labor and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under one of the following: Pay Item No. 102•A: Cleanng and Grubbing — Per Acre. Pay Item No. 102 -8: Clearing and Grubbing — Per Station. Pay Item No. 102-C: Cleanng and Grubbing — Lump Sum. Page 1 12/03/86 102 I I Item No. 104 Removing Concrete 104.1 Description This item shall consist of breaking up. removing and sausfactonly disposing of existing concrete, as classified, at locations indi- cated or as directed by the Engineer. 104.2 Classification Existing concrete, when removed under this section, will be classified as follows: 1. Concrete Curb will include curb, curb and gutter and combinations thereof. 2. Concrete Slabs will include, but not be limited to, patio slabs, porch slabs, concrete nprap and concrete pavement. 3. Sidewalks and Dnveways will include concrete sidewalks and dnveways. 4. Concrete Walls will include all walls regardless of height and wall Ioottngs. 5. Concrete Steps will include all steps and combinations of walls and steps. 6. Abandoned Foundations will include abandoned Eleclnc Department foundations. 7. Miscellaneous Concrete shall include but not be limited to manholes. inlets, junction boxes and headwalls. 104.3 Materials (1) Mortar Mortar shall conform to mortar in Item No. 510, "Pipe ". 104.4 Construction Methods Prior to commencing this work. all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions of Agreement" The existing concrete shall be broken up. removed to conform to Item No 101. "Preparing Right of Way' and disposed of by the Contractor and deposited at a permitted disposal site. Where only a portion of the existing concrete is to be removed and that remaining will continue to serve In its purpose, care shall be exercised to avoid damage to that portion to remain in place. The existing concrete shall be cut to the neat lines when indi- cated or as established by the Engineer, by sawing with an appropnate type circular concrete saw to a minimum depth of 'h inch. Any reinforcing steel encountered shall be cut off 1 inch inside of concrete sawed line. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1 foot of steel length shall be cleaned of all old concrete and left in place to he Into the new construction where applicable. All unsuitable material shall be removed and replaced with approved matenal. All foundations, walls or other obtectionabte matenat shall be removed to a minimum depth of 16 inches below all structures and 12 inches below areas to be vegetated. 104.5 Measurement Concrete curb and concrete wall removed as prescribed above will be measured by the linear loot in its original position re- gardless of the dimensions or size. Concrete slabs and concrete sidewalks and dnveways removed as prescribed above will be measured by the square foot in original position. regardless of Rte thickness and reinforcing. Concrete steps removed will be measured per linear foot of each individual step tread including the bottom step. Concrete foundations removed will be measured per each. Miscellaneous concrete removed will be measured per each. 104.6 Payment This item will be paid for at the contract unit price bid for "Remove Concrete Curb ", "Remove Concrete Slab ", "Remove Concrete Sidewalks and Driveways ", "Remove Concrete Walls', "Remove Concrete Steps ", "Remove Concrete Foundations" and "Remove Miscellaneous Concrete" which pnce shall be full compensation tor all work herein specified. including the disposal of all material not required in the work, the furnishing of all matenals. equipment, tools. labor and incidentals necessary to complete the work. Payment will be made under one of the following: Page 1 12/03/86 104 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 End Pay ftem No. 104 -4: Remove Concrete Curb — Per Linear Foot. Pay ftem No. 104-B: Remove Concrete Slab — Per Square Foot. Pay Item No. 1040: Remove Concrete Sidewalks and Driveways — Per Square Foot. Pay Item No. 104-D: Remove Concrete Wall — Per Linear Foot Pay hem No. 104-E: Remove Concrete Steps — Per Linear Foot. Pay Item No. 104-F: Remove Concrete Foundations — Per Each. Pay hem No. 104-6: Remove Miscellaneous Concrete — Per Lump Sum. I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ttarn No. 110 , Street Excavation 110.1 Description This item shall consist of excavating and properly utilizing or otherwise satistactonly disposing of all excavated matenal, of what- ever character, within the nght of way or other limits of the work indicated and the constructing, compacting, shaping and fin- ishing of all earthwork on the entire project in accordance with the specification requirements herein outlined and in conformity with the required lines, grades and typical cross sections indicated or as directed by the Engineer. When not otherwise included in the Contract Documents. this Item shall include the work descnbed in Item No. 101. "Prepanng Right of Way ". Item No. 102, "Clearing and Grubbing ", Item No. 104, "Removing Concrete". Item No. 132, "Embankment" and Item No. 201, " Subgrade Preparation ". 110.2 Classification All excavation shall be unclassified and shall include all materials encountered regardless of their nature or the manner in which they are removed. 110.3 Construction Methods Prior to commencing this work, all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions of Agreement ". Construction equipment shall not be operated within the drip line of trees. unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed conforming to Item No. 610. "Tree and Shrub Trimming ano Preservation ". All street excavation shall be performed as specified herein and shall conform to the established alignment, grades and cross sections. The Contractor will be required to set blue -tops for the subgrade on centerlines at quarter points and curb fines or edge of pavement at intervals not exceeding 50 feet. Suitable excavated matenals shall be utilized, insofar as practicable, in construct- ing required embankments. The construction of all embankments shall conform to Item No. 132, "Embankment ". • Materials with a Plasticity Index (PI) greater than the surrounding materials or with a moisture content greater than 2 percent in excess of optimum shall be classified as unsuitable and must be manipulated to meet the above criteria before use or be removed. Unsuitable excavated materials or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor. It shall become his sole responsibility to dispose of this material off the limits of the nght of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to the General Notes and to "General Conditions of Agreement'. In all cases where blasting is permitted, a Blasting Permit must be obtained in advance from the Department of Transportation and Public Services 110.4 Measurement All accepted street excavation will be measured by Method A, B or C as follows: (1) Method A Measurement of the volune of excavation in cubic yards by the average end areas. Cross sectional areas shall be computed from the existing ground section to the established line of the subgrade as Indicated for the limits of the right of way or other work limits shown, including parkway slopes and sidewalk areas. (2) Method 8 Measurement of the area in square yards of surface area excavated as Indicated. (3) Method C Measurement of the volume of excavation in cubic yards. based upon the average end areas taken from pre - construction cross sections and planned grades. The planned quantities for street excavation will be used as the measurement for payment of this item. 110.5 Payment This item will be paid tor at the contract unit pnce bid for "Street Excavation ", as provided under measurement Method A, B or C as included in the bid. which pnce shall be full compensation for all work herein specified, including subgrade preparation, unless specified otherwise and the furnishing of all matenals, equipment, tools, labor and incidentals necessary to complete the work. Page 1 12/03/86 110 1 f 1 1 End 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Payment will be made under one of the following* Pay Item No. 110-A: Street Excavation — Per Cubic Yard. Pay Item No. 110-8; Inch Street Excavation — Per Square Yard. Pay Item No. 110-C: Street Excavation — Per Cubic Yard, Plan Quantity, Item No. 111 Excavation 111.1 Description This item shall consist of excavating and properly utilizing or otherwise satisfactorily disposing of all excavated matenais, of whatever character, within the limits of the work and the constructing, compacting, shaping and finishing of all earthwork in the designated areas indicated in accordance with specification requirements herein outlined and in conformity with the required lines, grades and typical cross sections indicated or as directed by the Engineer. When not otherwise included or in the Contract Documents, this item shall include the work described in Item No. 101, "Preparing Right of Way ", Item No. 102, "Clearing and Grubbing ". Item No. 104, "Removing Concrete ", Item No. 132 "Embankment" and Item No. 201, " Subgrade Preparation". 111.2 Classification All excavation shall be unclassified and shall include all matenals encountered regardless of their nature or the manner in which they are removed. 111.3 Construction Methods Prior to commencing this work. all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions of Agreement" Construction equipment shall not be operated within the drip line of trees, unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the dnp line of trees until tree wells are constructed. All excavation shall be performed as specified herein and shall conform to the established alignment, grades and cross sections. Suitable excavated matenals shall bo utilized. insofar as practical. in constructing required embankments. The construction of all embankments shall conform to Item No. 132. "Embankment ". No matenal shall be stockpiled within the banks of a waterway. Unsuitable excavated materials or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor and it shall become his sole responsibility to dispose Of this matenal off the limits of the nght of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to the Provisions of "General Conditions Of Agreement". In all cases. a Blasting Permit must be obtained in advance from the Department of Transportation and Public Services. Adequate dewatering and drainage of excavation shall be maintained throughout the time required to complete the work. 111.4 Measurement All accepted excavation will be measured by Method A, 8 or C as follows: (1) Method A • Measurement of the volume of excavation in cubic yards by the average end areas. Crosssecbonal areas shall be computed from the existing ground section to the established line of the subgrade, as shown on typical sections for the limits of the right of way or other work limits, including parkway slopes and sidewalk areas. (2) Method B Measurement of the area in square yards of surface area excavated as shown on the typical sections included in the plans. (3) Method C Measurement of the volume of excavation is in cubic yards, based upon the average end areas taken from pre - construction cross sections and planned grades. The planned quantities for excavation will be used as the measure- ment for payment for this item. 111.5 Payment This item will be paid for at the contract unit price bid for "Excavation ", as provided under measurement Method A, B or C as included in the bid, which pnce shall be full compensation for all work herein specified: including dewatering, drainage, subgrade preparation, unless otherwise indicated and the fumishing of all matenais, equipment, tools, labor end incidentals necessary to complete the work. Payment will be made under one of the following: Page 1 12/03/88 111 End 111 Pay Item No. 111 -A: Excavation — Per Cubic Yard. Pay Item No. 111 -8: Inch Excavation — Per Square Yard. Pay Item No. 111 -C: Excavation — Per Cubic Yard. Plan Quantity. 04;17186 Page 2 120.1 Description This item shall consist of excavation for channels within the limits indicated, regardless of the type of matenal encountered. removing and properly utilizing or otherwise satisfactorily disposing of all excavated materials and the constructing, shaping and finishing of all earthwork involved in conformity with the required line. grades and cross sections indicated. When not otherwise indicated, this item shall include the work descnbed in Item 101, "Preparing Right of Way', Item No. 102. "Clearing and Grubbing", Item No. 104, "Removing Concrete" and Item No. 132, "Embankment ". 120.2 Classification Item No. 120 Channel Excavation All channel excavation will be unclassified and shall include all materials encountered regardless of their nature or the manner in which they are removed. 120.3 Construction Methods Prior to commencing this work, all erosion control and tree protection measures required shall be in place and utilities located and protected as set forth in "General Conditions of Agreement ". Construction equipment shall not be operated within the drip line of trees. unless indicated. Construction materials shall not be placed under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed. All channel excavation shall be oerfonned as specified herein and shall conform to the established alignment, grades and cross sections. When fill sections are required, Item No. 132, "Embankments" shall govem the construction method. Surtable exca- vated matenals shall be utilized, insofar as practicable, in constructing required embankments. Precautions will be maintained at all times to protect all trees in the area of construction. Where removal of trees is necessary, they shall be marked as directed by the Engineer. Unsuitable excavated matenals or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor and it shall become his sole responsibility to dispose of this material off the limits of the nght of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to "General Conditions of Agreement ". In all cases. a Blasting Permit must be obtained in advance from the Department of Transportation and Public Services. 120.4 Measurement Accepted channel excavation will be measured by Method A. B or C as follows: (1) Method A Measurement of the volume of excavation in cubic yards by the average end areas. Cross sectional areas shall be computed from the existing ground sections to the established final section indicated. (2) Method B Measurement of the length of the channel excavated in linear feet, as shown on the typical section. (3) . Method C Measurement of the volume of excavation is in cubic yards, based upon average end areas taken from preconstruc- tion cross sections and the planned grades. The plan quantities for channel excavation will be used as the measure- ment for payment of this item. 120.5 Payment This item will be paid for at the contract unit pnce bid for "Channel Excavation ", as provided under measurement Method A, B or C as included in the bid, which price shall be full compensation for furnishing all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under one of the following: Pay Item Na 12044: Channel Excavation — Per Cubic Yazd. Pay Item Na 120-8: Channel Excavation Foot Bottom — Per Linear Foot. Pay hem Na 120-C Channel Excavation — Per Cubic Yard, Plan Quantity. End Ref. 101, 102, 104, 132 120 Rev. 09/30/87 Page 1 Channel Excavation 130.1 Description This item shall consist of required excavation, removal and proper utilization of materials secured from sources obtained by the Contractor and approved by the Engineer. Compaction of embankments constructed from borrow as provided herein shall con- form to the method of Density Control in Item No. 132, "Embankment". Borrow will be resorted to only when indicated or directed by the Engineer and then only from approved sources. 130.2 Materials All authonzed borrow shall conform to one of the following classes: Class A (Select Borrow) This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter reasonably free from lumps of earth and when tested by standard SDHPT laboratory methods, shall meet the following requirements: The Liquid Limits shall not exceed 45 The Plasticity Index shall not be less than 4 nor more than 15 Class B This material shall consist of suitable nonswelling (soils with plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. Topsoil 130.3 Construction Methods Prior to commencing this work, all erosion control and environmental measures required shall be in place. All suitable materials removed from excavations shall be used, insofar as practicable in the formation of embankments conforming to Item No. 132, "Embankment" or otherwise be utilized as indicated or as directed by the Engineer and the completed work shall conform to the established alignment, grades and cross section. Additional material necessary to complete the work described above shall be "Borrow" of the class specified. The Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit 2. New borrow pit 3. Surplus excavated matenal from a site which has a site development permit. The Contractor shall notify the Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. During construction, the borrow sources shall be kept drained. insofar as practicable, to permit final cross sections to be taken, when required. The Engineer shall be notified sufficiently in advance of opening any borrow source to permit necessary testing for approval of matenais. Borrow sites shall be managed to minimize the impact of the appearance of the natural topographic features and at no time create a potential hazard to the public. 130.4 Measurement Item No. 130 Borrow This matenal shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. The measurement of Borrow and Topsoil will be measured by the cubic yard in its final position based upon the average end areas taken from pre - construction cross sections and plan grades. The plan quantities for Borrow or Topsoil will be used as the measurement for payment for this item. Page ,1 04/17/86 130 1 1 1 1 1 End 1 1 1 1 1 1 1 1 1 1 1 1 1 1 130.5 Payment _ All work performed as required herein and measured as provided under "Measurement" will be paid for at the unit price bid. The prices bid shall be full compensation for fumishing all labor, for all materials; for all royalty and freight involved; for all hauling and delivering on the road; and for all tools, equipment and incidentals necessary to complete the work. Payment for unauthorized work will not be made. Payment will be made under one of the following: Pay Item No. 130-A: Borrow, Class A — Per Cubic Yard, Plan Quantity. Pay Item No. 130-B: Borrow, Class 8 — Per Cubic Yard, Plan Quantity. Pay Item No. 130 -T: Borrow, Topsoil — Per Cubic Yard, Plan Quantity. 130 04/17/86 Page 2 132.1 Description This item shall consist of the placing and compacting of suitable materials obtained from approved sources for utilization in the construction of street or channel embankments, berms, levees, dikes and structures. 132.2 Construction Methods (1) General Item No. 132 Embankment Prior to placing any embankment, all tree protection, tree wells and erosion control devices shall be in place and all Item No. 101, "Preparing Right of Way" and/or Item No. 102, "Clearing and Grubbing" operations shall have been completed on the areas over which the embankment is to be placed. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed loosened ground or surface roughened by small washes, shall be restored to approximately its onginal slope and the ground surface thus prepared shall be compacted by sprinkling and rolling. Construction equipment shall not be operated within the drip line of trees, unless indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed conforming to Item No. 610. "Tree and Shrub Trimming and Preservation ". Unless otherwise indicated, the surface of the ground of all unpaved areas, other than rock which are to receive embankment, shall be loosened by scarifying or plowing to a depth of not less than 4 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. The surface of hillsides to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 4 inches and benches cut before embankment materials are placed. The embankment shall then be placed in layers, as hereinafter specified, beginning at the low side in partial width layers and increasing the widths as the embank- • ment is raised. The material which has been loosened shall be recompacted simultaneously with the embankment material placed at the same elevation. Where embankments are to be placed adjacent to or over existing roadbeds, the roadbed slopes shall be plowed or scarified to a depth of not less than 6 inches and the embankment built up in successive layers, as hereinafter speci- fied, to the level of the old roadbed before as height is increased. Then, if indicated, the top of the old roadbed shall be scantied and recompacted with the next layer of the new embankment. The total depth of the scarified and added material shall not exceed the permissible layer depth. Trees, stumps, roots, vegetation or other unsuitable materials shall not be placed in embankment. All embankment shall be constructed in layers approximately parallel to the finished grade and unless otherwise indicated, each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the roadbed to the outside, except that on superelevated curves, each layer shall be constructed to conform to the superelevation indicated. The embankment shall be continuously maintained at its finished section and grade until that portion of the work is accepted. After completion of the embankment to the finished section and grade, the Contractor shall proof roll the subgrade conforming to Item No. 236, "Rolling (Proof)" and revegetation procedures must commence immediately to minimize the soil loss and air pollution. (2) Earth Embankments Earth embankments shall be defined as embankments composed of soil matenal other than rock and shall be con- structed of acceptable material from approved sources. Except as otherwise indicated, earth embankments shall be constructed in successive 6 inch layers, loose measure, for the full width of the individual cross section and in such length as are best suited to the sprinkling and compaction methods utilized. Minor quantities of rocks not larger than 4 inches, encountered in constructing earth embankment may be incorpo- rated in the earth embankment layers, provided such placement of rock is not immediately adjacent to structures. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compac- tion. Where layers of unlike matenals abut each other. each layer shall be feathered on a slope of 1:20 or the mate- rial shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrows shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by Page 1 04/17/86 132 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Wading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blad- ing, harrowing, discing or similar methods to the end that a uniform material of uniform density is secured in each layer. Water required for sprinkling to bring the material to the moisture content necessary for optimum compaction shall be evenly applied and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. All earth cuts, whether full width or partial width cuts in the side of a hill, which are not required to be excavated below subgrade elevation shall be scarified to a uniform depth of at least 6 inches below grade and the material shall be mixed and reshaped by blading and then sprinkled and rolled in accordance with the requirements outlined above for earth embankments and to the same density as that required for the adjacent embankment. Compaction of embankments shall conform to Item No. 201, "Subgrade Preparation". Each layer shall be com- pacted to the required density by any method, type and size of equipment which will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise indicated. Soils shall be spnnkled as required and compacted to the extent neces- sary to provide not less than 95 percent nor more than 105 percent of the density as determined in accordance with SDHPT Test Method Tex -114 -E at optimum moisture content or within minus 3 percent of the optimum moisture content. Care shall be taken to avoid overcompacting high PI expansive clays. Atter each layer of earth embankment or select material is complete, tests as necessary will be made by the Engi- neer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction. (3) Rock Embankments Rock embankments shall be defined as those composed principally of rock and shall be constructed of accepted material from approved sources. Rock embankments shall not be placed immediately adjacent to structures. Except as otherwise indicated, rock embankments shall be constructed in successive layers for the full width of the cross section and of 18 Inches or less in depth. When, in the opinion of the Engineer, the rock sizes necessitate a greater depth of layer than specified, the layer depth may be increased as necessary, but in no case shall the depth of layer exceed 2'h feet. Each layer shall be constructed by starting at one end and dumping the rock on top of the layer being constructed then pushing the material ahead with a bulldozer in such a manner that the larger rock will be placed on the ground or preceding embankment layer and the interstices between the larger stones filled with small stones and spalls by the operation and from the placing of succeeding loads of material. The maximum dimension of any rock used in embankment shall be less than the depth of the embankment layer and in no case shall any rock over 2 feet in its greatest dimension be placed in the embankment. All oversized rocks which are otherwise suitable for construction shall be broken to the required dimension and utilized in embankment construction where indicated, except that when preferred by the Contractor and acceptable to the Engineer, such rocks may be placed at other points where the embankment layer is of greater depth, thus requiring less breakage. Each layer shall be compacted to the required density as outlined for "Earth Embankments ", above, except in those layers where rock will make density testing difficult, the Engineer may accept the layer by visual inspection or proof rolling conforming to Item No. 236, "Rolling (Proof) ". Unless otherwise indicated, the upper 3 feet of the embankment shall contain no stones larger than 4 inches in their greatest dimension and shall be composed of matenal so graded that the density and uniformity of the surface layer may be secured in accordance with SDHPT Test Method Tex - 114 -E. Exposed oversize material shall be broken up or removed. (4) At Culverts and Bridges Embankments adjacent to culverts and bridges which cannot be compacted by use of the blading and rolling equip- ment used in compacting the adjoining sections of embankment shall be compacted in the manner prescribed under Item No. 401, "Structural Excavation and Backlit!". Embankment placed around spill through type abutments shall be constructed in 6 inch loose layers of uniform suit- able material placed in such manner as to maintain approximately the same elevation on each side of the abutment and all materials shall be mixed, wetted and compacted as specified above. 132 04/17/86 Page 2 1 i l 1 1 1 1 1� 1 1 1 1 1 1 1 End Embankment material placed adjacent to any portion of any structure or above the top of any culvert or similar struc- ture shall be free of any appreciable amount of gravel or stone particles and thoroughly compacted by mechanical compaction equipment. 132.3 Measurement All accepted embankment. when included in the contract as a separate pay item, will be measured in place and the volume computed in cubic yards by the method of average end areas. No allowance will be made for shrinkage. 132.4 Payment This item is usually subsidiary to excavation and/or borrow and is not paid for separately. However, when included in the contract as a separate pay item, it shall be paid for at the contract unit price bid for "Embankment", which price shall be full compensation for all work herein specified, including the fumishing of all materials (except "Borrow" when paid as a separate bid item), com- pacting, equipment, tools, labor, water for spnnkling, proof rolling and incidentals necessary to complete the work. Payment, when included in the contract as a separate pay item, will be made under: Pay Item No. 132: Embankment — Per Cubic Yard. Page 3 04/17/86 132 1 1 1 1 1 1 1 1 1 1 1 201.1 Description This item shall consist of scarifying, blading and rolling the subgrade to obtain a uniform texture and provide as nearly as practicable a uniform density for the top 6 inches of the subgrade. 201.2 Constructlat Methods 201 3 Measurement All acceptable subgrade preparation will be measured by the square yard. The measured area includes the entire width of the roadway for the entire length as indicated. All preparing of the right of way and/or clearing and grubbing shall be completed before starting the subgrade preparation. The subgrade shall be scarified and shaped in conformity with the typical sections and the lines and grades indicated or as es tabli s h e d b the Engineer by the removal of existing material or addition of approved material. All unsuitable material shall be removed and replaced with approved material. All foundations, calls or other objectionable material shall be removed to a minima depth of 18 inches under all structures and 12 inches under areas to be vegetated. All holes, ruts and depressions shall be filled with approved material. The surface of the subgrade shall be finished to the lines and grades as e and be in conformity with the typical sections indicated. Any deviation in excess of 1/2 inch crass section and in a length of 10 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and camacting by sprinkling and rolling. Sufficient subgrade shall be prepared in advance to insure satisfactory prosecution of the work. The Contractor will be required to set blue tops for the subgrade on centerline, at quarter points and curb lines or edge of pavement at intervals not exceeding 50 feet. Subgrade shall be tested by proofmini g in conformity with =MM. 236 PRDOEROIZLIM prior to placing first course of base material.. All suitable material removed may be utilized in the subgrade with the approval of the Engineer. All other material required for completion of the subgrade shall also be subject to approval by the Engineer. Subgrade materials m which structures shall be placed shall be compacted by approved mechanical tamping equipment to a density of the total material of not less than 95 percent nor more than 100 percent of the density as determined in accordance with SUM Test Method Tex - 114 -E. Subgrade materials on which planting or turf will be established shall be compacted to a minima of 85 percent of the density as determined in accordance with SEPT Test Method Tex 114 Tests for density will be made as soon as possible after compacting operations are completed. If the material fails to meet the density specified, it shall be reworked as necessary to obtain the density required. Prior to placing any base materials, density and moisture content of the top 6 inches of compacted subgrade shall be checked and if tests show the density to be more than 2 percent below the specified mirtimun or the moisture content to be more than 3 percent above or below the optima, the subgrade shall be reworked as necessary to obtain the specified compaction and moisture content. 201 05/01/90 Page 1 Subgrade Preparation Item tb. 201 Studs Preparation 1 1 1 1 1 1 1 1 1 1 l 201.4 Payment This item will be considered subsidiary to TTIN U. 110 son zer IWAVAT1(N or ITI4 N0. 111 EICAVA1Ia unless included as a separate pay item in the contract. When included for payment, it shall be mmsured as specified above and paid for at the contract unit price bid for "Subgrade Preparation" which price shaLl be full canpeLsation for all work herein specified, including the furnishing of all materials, equipment, tools and labor and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under: Pay Item lb. 201: Subgrade Preparation - Per Square Yard. ED Ref: 110, 111 201 05/01/90 Page 2 Subgrade Preparation 1 1 1 1 1 1 1 1' 1 1' 210.1 Desrrlptim Item No. 210 Flexible Base This item shall consist of a crushed store foundation course for surfacing, pavement or other base courses, furnished and installed on a prepared surface. The "Flexible Base" shall be constructed as herein specified in one or more courses in conformity with the typical sections and to the lines and grades as indicated or as established by the Engineer. 210.2'Mater1al The material shall be crushed atgil]aeecus limestone meeting the requirements hereinafter specified and shall consist of durable crushed stone and screened to the required particle size. The material stall be from approved sources. Testing of flexible base materials shall be in accordance with the following MUT standard laboratory test procedures: 1) Preparation for Soil Constants and Sieve Analysis Tex -101 -E 2) liquid Limit Tex -104 -E 3) Plastic Limit Tex -105 -E 4) Plasticity Indet Tex - 106 - 5) Sieve Analysis Tex -110 -E 6) Vet Ball Mill Teo -116 -E 7) Triaxial Test Tex -117 -E (Pt II) Base material will be stockpiled after crushing, tested by the testing agency d by the Owner and reviewed by the Owner prior to being hauled to the project site. The material shall be well graded and when tested, shall meet the folloving requirements: Sieve Size Recent Retained 1 3/4 inch 0 7/8 inch 10-35 3/8 inch 30-50 No. 4 45-65 No. 40 70-85 Mande s liquid Limit 35 Madman Plasticity Index 10 Ma:d= Vet Ball Mill 50 HaXdmm increase in passing No. 40 20 percent from Vet Bali Mill Test Minima compressive stregth when subjected to the triaxdal test: 35 psi at 0 psi lateral pressure and 175 psi at 15 psi lateral pressure. 210.3 Stodtpd]ing, Storage ad hlarage it (1) itmawhg Aggregates: Prior to stockpiling of aggregates, the area shall be cleaned of trash, weeds and grass and be relatively smooth. Stockpiles should be 210 05/01/40 Page 1 Flexible Base 1 1 1 1 1 1 (2) constructed to between 20,000 and 40,000 cubic yards in size. The size should be limited to the ability of the avatlab1P equipment to construct, mix and test the pile. The stockpile e shall be constructed utilizing equipment such as a scraper, a bottom dump or other acceptable equipment that allows spreading when dumped without rehandling. The stockpile shall be constricted to allow dui spreading in 1 direction only. Height of stockpile shall not exceed the capabilities of available machinery to make a full cut (bottom to top) an any of the 4 sides. The City will test a completed stockpile. The stockpile shall not be added to after it has been tested. The Contractor shall assure that only material from a City approved stockpile receives a weight ticket indicating an approved stockpile Camber. The liability for accuracy of the weight ticket, as to items such as stockpile Camber or an approved source, is solely that of the Contractor. Use full height cuts and mix the material during loading operations. The Inspector shall be given aweigh ticket at the time of delivery indicating the source, stockpile approval Camber and weight. (2) Zest Seeplitg: The Contractor may choose the method of sample gathe -irg for testing by City Testing consultants as follows: (a) The Contractor shall make a full height cut from each side of the stockpile. The 4 samples are then combined and mixed into a single "test" specimen from which the City's Testing Consultant can draw its samples. (b) As the stockpile is constructed, a perpendicular cut is to be made across the spreading direction at every 2 feet to 4 feet of height and the sample used to start a "mini" stockpile. Repeat the process, in 2 feet to 4 feet increments of heights, until the stockpile and the "mini" stockpile are completed. The contractor shall provide access to samples from the "mini" stockpile, as fader (a) above, for the City's Testing Consultant to draw its samples 210.4 GYffitructim Methods (1) Preparation of Stdgrade: "Flexible Base" shall not be placed until the Contractor has verified, by proof rolling, that the subgrade has been prepared and compacted in conformity with Item No. 201, "Sdhgrade Preparation" to the typical sections, lines and grades indicated. Any deviation shall be corrected and proof rolled prior to placement of aggregate. Pirst Course. Immediately before placing the base material, the subgrade shall be checked as to conformity with grade and section. The thickness of each base course shall be equal increments of the total base depth. No single course shall exceed six (6) inches compacted measure. The material shall be delivered in approved vehicles and it shall be the responsibility of the Contractor that the required amount of specified material shall be delivered. Material deposited upon the subgrade shall be spread and shaped the same day unless otherwise approved by the Engineer. In the event inclement weather or other unforeseen circuastances render impractical spreading of the material during the first 24 hour period, the material shall be spread as soon as conditions allow. The material shall be sprinkled,. if required, and shall then be 210 05/01/90 Page 2 Flexible Base 1 r 1. 1 1 1 1 210 5 Meaasema1t 210.6 Payment bladed, dragged and shaped to conform to typical sections as indicated. All arms and "nests" of segregated course or fine material shall be corrected or removed and replaced with well graded material. If additional birder is considered desirable or tee:masaxy after the material is spread and shaped, it shall be furnished and applied as required. Such birder material shalt be carefully and evenly incorporated with the material in place by scarifying, barn:ving, browning or by other approved methods. The course shall be sprinkled as requires to bring it to optimum moisture content and compacted to the extent necessary to provide not less than the percent density as hereinafter specifiedtader "Density". In m case shall debase be worked at more than 2 percent above or below optician moisture. In addition to the requirements specified for density, the full depth of flexible base indicated shall be compacted to the extent necessary to remain fine and srah1A under construction equipment. After each section of fledble base is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as IleCIMLVM7 to meet these requirements. Throughout this entire operation the shape of the base course shall be maintained by blading and the surface, upon completion, shall be smooth and in conformity with the typical section indicated and to the established lines and grades. In that area on which pavement is to be placed, any deviation in excess of 1/4 inch in crass section and in length of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and reccmpacting by sprinkling and rolling. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the arms affected, adding suitahla material as required, reshaping and remmpactixg by sprinkling and roiling. Should the base course, due to any reason or cause, lose the required stability, density and finish before the surfacing is complete, it shall be re.pected and refinished at the sole expense of the Contractor. (3) Scceeding Caries: Construction methods shall be the same as prescribed for the first course. Blue to shall be set by the Contractor for finished grade on the last course of base under curb and gutter, at a madam of 50 foot intervals. Blue to shall also be set by the Contractor for finished base grade on center line, intermediate points not exceeding 11 feet between points and at pavement edge if curb and gutter are not included in the work, at 50 foot intervals. (4) Density: Fledhle base shall be compacted to not less than 100 percent density when tested in accordance with man Test Method Tex-114-E. Field density determination shall be made in accordance with approved methods. Flexible base shall be tested by proofrolling in conformity with Tkld Ni 236 FROOFROILINi "Flexible Base" will be measured at depths specified for the area indicated, by the square yard or by the cubic yard, complete in place, as indicated in the bid. This item will be paid for at the contract tacit price bid for "Flexible Base" which price shall be full compensation for all word[ herein specified, including the furnishing, hauling, placing and compacting of all materials, rolling, proof rolling, recd pactirg and refinishing, for all 210 05/01/90 Page 3 Flexible Baser 1 1 1 1 1 1 1 1 1 1 water work. required and for all equipmeit, tools, labor and incidentals necessary to complete the Payment will be made under one of the following: Pay It® No. 210-A: Flexible Base, In. - Per Square Yard. Pay It No. 2104: Flexible Base - Per Chbic Yard. EN) Ref: 201, 236 210 05/01/90 Page 4 Flexible Base 1� 1 1 . 220.1 Description This item shall consist of the application of water or asphalt emulsion on specified streets, detours, haul routes or construction sites for the purpose of maintaining these areas relatively tree of dust. 220.2 Construction Methods Dust control shall be achieved by the application of water or asphalt emulsion spnnkled in amounts sutticient to control the dust to the satisfaction of the Engineer or by using equipment which is specially designed to trap dust in filters or bags. When asphalt emulsion is to be applied, all environmental sate guards shall be in place prior to placing the emulsion. The Contractor shall furnish and operate an approved sprinkler, equipped with valves to regulate the flow of the liquid to the spnnkler bar so that the liquid will be evenly distributed and at a controllable rate over the entire width sprinkled. It shall be the Contractor's continuous responsibility at all times, including nights, holidays and weekends until acceptance of the project by the City, to maintain the specified areas relatively free of dust in a manner which will cause the least inconvenience to the public. 220.3 Measurement Sprinkling for dust control will be considered subsidiary to other items of the contract unless included as a separate pay item in the contract. When included for payment in the contract as a separate contract pay item, it will be measured in units of 1,000 gallons actually placed as authonzed by the Engineer. 220.4 Payment This item, when provided for in the contract as a separate pay item, will be paid for in accordance with the contract unit price. The contract unit price shall be the total compensation for all labor, matenals, tools, machinery, equipment and incidentals necessary to complete the work as indicated. Payment, when specified in the contract, will be made under one of the following: Pay Item No. 220-A: Sprinkling for Dust Control (Water) — Per Unit. Pay Item No. 220-3: Spnnkling for Dust Control (Asphalt Emulsion) — Per Unit. End Item No. 220 Sprinkling for Dust Control Page 1 04/17/86 220 l 1 1 1 1 l 1 1 1 1 230.1 Description This item shall consist of the compaction of subgrade, embankment, flexible base, surface treatments and asphalt surfaces by the operation of approved power rollers as herein specified and as directed by the Engineer. 230.2 Equipment Item No. 230 Rolling (Flat Wheel) (1) Embankments and Flexible Bases Power rollers shall be of the 3- wheel, self - propelled type, weighing not less than 10 tons and shall provide a com- pression on the rear wheels of not less than 325 pounds per linear inch of wheel width. All wheels shall be flat. The rear wheels shall have a diameter of not less than 48 inches and each shall have a wheel width of not less than 20 inches. (2) Surface Treatments and Pavements Power rollers shall be the 3 -wheel or tandem, self - propelled type. weighing not less than 3 tons nor more than 6 tons. All wheels shall be flat. Rollers shall be equipped with an adequate scraping or cleaning device on each wheel. Rollers used to compact asphalt mixture shall be equipped with a water system which will keep all tires uniformly wet. In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compacting equipment that will produce equivalent relative compaction in the same period of time as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction within the same penod of time as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. Rollers shall be maintained in good repair and operating condition and shall be approved by the Engineer. 230.3 Construction Methods (1) Subgrades, Embankments and Flexible Base The subgrade or embankment layer or the base course shall be spnnkled if directed and rolling with a power roller shall start longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least Yz the width of the rear wheel of the power roller. On superelevated curves, rolling shall begin at the low sides and progress toward the high sides. Alternate trips of the roller shall be slightly different in length. The rollers, unless otherwise directed, shall be operated at a speed between 2 and 3 miles per hour. (2) Surface Treatments and Pavements Rolling shall be done to produce a satisfactory surface as called for in surface treatment and pavement items. The sequence of work shall be as indicated for embankment layer or base course. The operating speed shall be deter- mined by the Contractor. 230.4 Measurement and Payment No additional compensation will be made for materials, equipment or labor required by this item, but shall be considered subsidi- ary to the various items included in the contract. End Page 1 04;17 86 230 1 ' 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 Item No. 232 Rolling (Pneumatic Tire) 232.1 Description This item shall consist of the compaction of embankment, flexible base, surface treatments or pavements by the operation of approved pneumatic tire rollers as herein specified. (1) General Requirements When used on seal coats. asphaltic surface treatments and bituminous mixture pavements, the roller shall be self propelled and equipped with smooth tread tires with 45 psi tire pressure whether "Roiling (Light Pneumatic Tire)" or "Rolling (Medium Pneumatic Tire)" is specified. The roller shall be so constructed as to be capable of being operated in both a forward and a reverse direction. When used on bituminous mixture pavements, the roller shall have suitable provisions for moistening the surface of the tires while operating. When turning is impractical or detrimental to the work and when specifically directed by the Engineer, the roller shall be of the sell - propelled type. In lieu of the rolling equipment specified. the Contractor may operate other compacting equipment that will produce equivalent relative compaction in the same period of time as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction within the same penod of time, its use shall be discontinued. Rollers shall be maintained in good repair and operating condition and shall be approved by the Engineer. (2) Light Pneumatic Tire Roller The light pneumatic tire roller shall consist of not less than 9 pneumatic tired wheels, running on axles in such man- ner that the rear group of tires wit cover the entire gap between adjacent tires of the forward group and mounted in a ngid frame and provided with a loading platform or body suitable for ballast loading. The front axle shall be attached to the frame in such manner that the roller may be turned within a minimum circle. The pneumatic bre roller under working conditions shall have an effective rolling width of approximately 60 inches and shall be so designed that by ballast loading the total load may be vaned uniformly from 9.000 pounds or less to 18,000 pounds or more. The roller shall be equipped with tires that will afford ground contact pressures to 45 pounds per square inch or more. The operating load and tire air pressure shall be within the range of the manufacturer's chart. The roller under working conditions shall provide a uniform compression under all wheels. Individual bre inflation pressures shall be within =5 psi of each other. The pneumatic tire roller shall be drawn by either a suitable crawler type tractor, a pneumatic tired tractor, a truck of adequate tractive effort or may be of the self - propelled type and the roller, when drawn or propelled by either type of equipment. shall be considered a Tight pneumatic tire roller unit. (3) Medium Pneumatic 'oiler (Type A) The medium pneumatic tire roller (Type A) shall consist of not less than 7 pneumatic tired wheels. running on axles in such Tanner that the rear group of tires will cover the entire gap between adjacent tires of the forward group and mour:ed in a ngid frame and provided with a loading platform or body suitable for ballast loading. The front axle shall bs attached to the frame in such a manner that the roller may be tumed within a minimum circle. The pneumatic tire roller, under working conditions. shall have an effective rolling width of approximately 84 inches and shall be se designed that, by ballast loading, the total load may be vaned uniformly from 23.500 pounds or less to 50.000 pounds or more. The roller shall be equipped with tires that will afford ground contact pressures to 80 pounds per square inch or more. Individual tire inflation pressures shall be within =5 psi of each other. The operating load and tire air pressure shall be within the range of the manufacturer's chart. The pneumatic tire roller shall be drawn by either a suitable crawler type tractor. a pneumatic tired tractor, a truck of adequate tractive effort or may be of the sell - propelled type. The roller, when drawn or propelled by any type of equipment, shall be considered a medium pneumatic tire roller unit. The power unit shall have adequate tractive effort to properly move the operating roller at vanable uniform speeds up to approximately 5 miles per hour. (4) Medium Pneumatic Tire Roller (Type 8) The medium pneumatic tire roller (Type 8) shall conform to the requirements tor Medium Pneumatic Tire Roller (Type A) as specified above, except that the roller shall be equipped with tires that will afford ground contact pres- sures to 90 psi or more. 232.2 Construction Methods Tire pressure is critical to successful operation of the roller. Contractor shall have equipment on the construction site to inflate tires as required. • 232 Rev. 09130187 Page 1 Rolling (Pneumatic Tire) 1 1 1� 1 r 1 The embankment layer or the base course shall be spnnkled if directed and rolling with a pneumatic tire roller shall start longitu- dinally at the sides and proceed towards the center, overlapping on successive tnps by at least ' : of the width of the pneumatic lire roller. On superelevated curves, rolling shall begin at the low sides and progress toward the high sides. Altemate tnps of the roller shall be slightly different in length. The light pneumatic tire roller shall be operated at speeds between 2 and 6 miles per hour for asphalt surfacing work and all othe. work. The medium pneumatic tire roller shall be operated at speeds which produce a satisfactory product. Sufficient rollers shall be provided to compact the material in a satisfactory manner. When operations are so isolated from one another that 1 roller unit cannot perform the required compaction satisfactorily, additional roller units shall be provided. 232.3 Measurement and Payment No additional compensation will be made for materials, equipment or labor required by this item, but shall be considered subsidi- ary to the various items of the contract. End 232 Rev. 09 /30/87 Page 2 Rolling (Pneumatic Tire) 1 1 1 1 1 1 1 1 1 1 1 234.1 Description This item shall consist of the compaction of embankment by the operation of approved tamping rollers as herein specified and as directed by the Engineer. 234.2 Equipment The tamping rollers shall consist of 2 metal rollers, drums or shells of 40 inches minimum diameter, each not less than 42 inches in length and unit mounted in a rigid frame in such a manner that each roller may oscillate independently of the other. Each roller, drum or shell shall be surmounted by metal studs with tamping feet projecting not less than 7 inches from the surface and spaced not less than 6 Inches nor more than 10 inches, measured diagonally center to center and the cross sectional area of each tamping foot. measured perpendicularly to the axis of the stud, shall not be less than 5 nor more than 8 square inches. The roller shall be supplemented with cleaning teeth to provide self cleaning. The roller shall be so designed that, by ballast loading, the load on each tamping foot may be varied uniformly from 125 to 175 psi of cross sectional area. The load per tamping foot will be deterrnined by dividing the total weight of the roller by the number of tamping feet in 1 row parallel to or approximately parallel to the axis of the roller. The compression to be provided at any time shall be as directed by the Engineer. The tamping roller shall be drawn by suitable power equipment of adequate tractive effort. Two tamping rollers. consisting of 4 cylinders, conforming to the above prescribed requirements, drawn by approved power equipment. shall be considered a roller unit. Where tuming is impractical or detrimental to the work and when specifically directed by the Engineer, 1 tamping roller consisting of 2 cylinders, fastened to the front end of approved power equipment, shall be considered a roller unit. In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compact- ing equipment that will produce equivalent relative compaction in the same period of time as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction within the same period of time as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. Rollers shall be maintained in good repair and operating condition and shall be approved by the Engineer. 234.3 Construction Methods Item No. 234 Rolling (Tamping) This work shall be done only when ordered by the Engineer. The embankment layer or the base course shall be spnnkled if directed and rolling with a tamping roller unit shall start longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least %z of the width of the tamping roller unit. On superelevated curves, rolling shall begin at the low sides and progress toward the high sides. Altemate traps of the unit shall be slightly different in length. The tamping roller unit, unless otherwise directed, shall be operated at a speed between 2 and 3 miles per hour. Sufficient rollers shall be provided to compact the material in a satisfactory manner. The minimum number of rolling units shall be govemed by the progress in placing the matenal to be compacted. The quantity of material placed per hour shall be determined by averaging the total quantity of matenal placed within any 1 working day. When operations are so isolated from one another that one roller cannot perform the required compaction satisfactonly, additional rollers shall be provided and operated as directed by the Engineer. 234.4 Measurement and Payment No additional payment will be made for the matenals, equipment or labor required by this item, but shall be considered subsidiary to the various items included in the contract. End Page 1 04/17/86 234 1 ' 1 1 1 1 1 1 1 1 1 ft 1 1 1 236.1 Description This item shall consist of furnishing and operating heavy pneumatic tired compaction equipment for testing the compaction and stability of embankment, subgrade and flexible base courses. 236.2 Equipment Item No. 236 Pr fr011��.v (1) Standard Proofroller: Proofrolling equipment shall have a body suitable for ballast loading supported on a minimum of two (2) axles with not more than two (2) pneumatic tired wheels per axle. Pneumatic proofrolling equipment with multiple pivotal axles and more than two tires along the front or rear axle axis shall have articulatitng axle supports to equally distribute the load to all tires over uneven surfaces. The proofroller unit shall have a minimum contact width of 7 -1/2 feet and shall be so designed that the grass roller weight may be varied by ballasting. The proofroller minim :gross grass weight shall be 25 tons. The tires shall be capable of operating under various loads with variable air pressures. The tires shall be smooth tread and shall impart a minimum ground contact pressure of 75 pounds per square inch. The proofroller shall be drawn by a pair train of adequate tractive effort or may be of a self-propelled type. The proofrollirg equipment shall be equipped with a reverse made transmission or be capable of turning 180 degrees in the street width. When a separate power train is used to draw the proofroller, the power train weight shall not be considered in the weight of the proofroller. The ]sower train shall be rubber - tired when rolling subgrade and base. A cleated or track -type power train may be used on earth and rock a banl®ants. (2) Alternate Equipment: With the written approval of the Engineer, the Contractor may uti l i e alternate equipment on embankment courses, subgrade and base courses subject to the requirements of the standard proofroller except with respect to minima contact width, axle/tire arrangement and tire tread. Alternate equipment for stability testing of emhani®a:ts shall. be restricted to equipment that can be shown to impart a stress distribution on the enbmanlace nt structure equivalent to or greater than the stress induced by the concentrated weight of a standard proofroller. (3) Equipment Submittals: All standard proofrollers and proposed alternate equipment must be approved by the Engineer prior to their use. The Contractor shall submit manufacturer's literature for the proofroller indicating the equipment weight, ballast capacity, tire size /ply and the contact area/contact pr s m for the full range of loadings and tire inflation pressures for the particular tires fur aim. Alternate equipment submittals for stability testing of emb>ankmeits shall be signed and sealed by a Texas - registered Professional Engineer. 236.3 Ceostxuctica Methods (1) General: The entirety of prepared surfaces to be tested by this method shall be proofrolled by a minima of one pass of the proofroller tires. When alternate 236 05/01/90 Page 1 Proofrolling /' 1 1 r 1 1' 1 1 1 1 1 1 1 1 1 1 EN) equipment is proposed and only one axle meets minim=a requirements, only the qualifying axle shall be used to proofroll. If the operation of the proofroller shows an area to be unstable, the substandard area shall be brought to satisfactory stability end uniformity by additional curing, cconction, or by removal and replacement of unsuitable materials. The re- worked area shall then be proofrolled. Proofrollers shall be operated at speeds between 2 and 6 miles per hour or as directed by the Engineer. Acceptable limits of elastic and plastic deformation of prepared subgrade caries Shall be set by proofrolling Test Sections of representative soil conditions previously tested and approved for density and moisture requirements of the governing sutgrade and earth embad®ent items. Proofrollirg of first course base over a plastic subgrade may be waived by the Engineer if it is determined that the prepared first course base will be damaged by the proofroller. (2) &caw a stmction: Sitgrade, first course base and final cause base shall be proofrolled in new roadway construction and in reconstruction of existing streets. Proofrollirg of curb case base shall be substituted for proofrolling of final course base at the direction of the Engineer. Proofrollirg may be waived by the Engineer where construction is limited to turn lanes, street widening less than 7 -1/2 feet in width, or where the site is otherwise congested. (3) Trenches: Trenches stall be proofrolled where no limitations to the operation of the proofroller exist as may be determined by the Engineer subject to the provisions hereunder. All trenches shall be proofrolled in new roadways or in existing roadways under reconstruction. Trenches shall be proofrolled at street subgrade elevation by longitudinal and perpendicular passes of the roller as may be dictated by the width of the trench. Proofrolling of trenches in existing paved streets shall be limited to pavement cross- sections capable of sustaining the weight of the proofrolling equipment without imparting damage to the remaining pavement structure as determined by the Engineer. Trenches less than 4 feet in width shall be exempted of all proofrolling requirements. Only final cause base shall be proof oU i in trenches 4 feet or wider but narrower than the proofroller contact width. Subgrade, first course and final cause base shall be proof rolled in trenches 7 -1/2 feet or wider. (4) Embedment Construction: Embankment courses shall be proofrolled when density testing by nuclear and volumetric methods is inappropriate due to excessive rock content of the eatankment material as directed by the Engineer. Stability testing of embankments constructed to the finished cross- section and elevation or to interim elevations as may be required by the Engineer shall be conducted with a standard proof oiler or alternate equipment shown to impart a horizontal and vertical pressure distribution equivalent to or greater than those induced by a standard proofroller. 236 4) easaezert and P aynit No direct payment will be made for the materials, equipment or labor required by this item, but shall be considered subsidiary to the various items included in the contract. 236 0.5/01/90 Page 2 Proofrolling Item No. 301 Asphalts, Oils and Emulsions 301.1 Description This item shall consist of the requirements for oil asphalts, cut -back asphalts, road oils, emulsified asphalts, asphalt cement and other miscellaneous asphaltic matenais. 301.2 Materials When tested according to State Department of Highways and Public Transportation Test Methods, the vanous materials shall meet the applicable requirements of this specification. (1) Asphalt Cement The material shall be homogeneous, free from water, shall not foam when heated to 350 F and shall meet the follow- ing requirements: Viscosity 140 F Poises Viscosity 275 F stokes Test Penetration 77 F, 100g, 5 sec. Flash Point, C.O.C. F Solubility in trichloroethylene, percent Tests on residues from thin film oven test: Viscosity 140 F stokes Ductility 77 F 5 cms per min, cms Spot test (2) Latex Additive VISCOSITY GRADE AC -3 AC -5 AC -10 AC -20 AC -40 Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. 300 =100 500 =100 1000 =200 2000400 4000 =800 1.1 — 1.4 — 1.9 — 2.5 — 3.5 — 210 — 135 — 85 — 55 — 35 — 425 — 425 — 450 — 450 — 450 — 99.0 — 99.0 — 99.0 — 99.0 — 99.0 — 900 — 1500 — 3000 — 6000 — 12000 100 — 100 — 70 — 50 — 30 — Negative for all grades The minimum of 2 percent by weight, latex additive (solids basis) shall be added to AC -5 Asphalt when indicated. The latex additive shall conform to the following: The latex is to be an anionic emulsion of butadiene - styrene low- temperature copolymer in water, stabilized with fatty -acid soap so as to have good storage stability, and possessing the following properties: Monomer ratio, B/S 70/30 Minimum solids content 67% Solids content per gal at 67% 5.3 lbs. Coagulum on 80 -mesh screen 0.1% maximum Type Anti - oxidant - staining Mooney Viscosity of Polymer (M /L 4 at 212 F)1 100 minimum pH of Latex 9.4 -10.5 Surface tension 28 -42 dynes/cm Brookfield Viscosity of Latex 1200 ps maximum at 67% solids Page 1 04/17/86 301 1 1 1 1 i 1 1 1 1 1 1 1 1 The finished latex- asphalt blend shall meet the following requirements: Viscosity at 140 F stokes 1500 maximum Ductility at 39.2 F.1 cm. per min. cm 100 minimum (3) Cutback Asphalt Cutback Asphalt shall conform to the following table: CUTBACK ASPHALT RAPID CURING TYPE CUTBACK ASPHALT Type -Grade RC -250 RC-800 RC -3000 Properties Minimum Maximum Minimum Maximum Minimum Maximum Water, percent — 0.2 — 0.2 — 0.2 Flash Point, T.O.C., F 80 — 80 — 80 Kinematic vis. @ 140 F, cst 250 400 800 1600 3000 6000 Distillation Test: Distillate, percentage by volume of total distillate to 680 F to 437 F 40 75 35 70 20 55 to 500 F 65 90 55 85 45 75 to 600 F 85 — 80 — 70 — Residue from Distillation Volume Percent 70 — 75 — 82 Tests of Distillation Residue Penetration, 100g 100 150 100 150 100 150 5 sec., 77 F Ductility, 5 cm /min. 100 — 100 — 100 77 F, cm Solubility in trichloroethylene, % 99.0 — 99.0 — 99.0 Spot Test ALL NEGATIVE MEDIUM CURING TYPE CUTBACK ASPHALT Type -Grade MC -30 MC -70 MC -250 MC-800 MC -3000 Properties Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Water, % — 0.2 — 0.2 — 0.2 — 0.2 — 0.2 Flash Point, 100 — 100 — 150 — 150 — 150 — T.O.C., F Kinematic vis. @ 30 60 70 140 250 500 800 1600 3000 6000 140 F. cst. 301 04/17/86 Page 2 The Distillate, expressed as percent by volume to total distillate to 680 F, shall be as follows: Off at 437 F — 25 — 20 — 10 — — — — Off at 500 F 40 70 20 60 15 55 — 35 — 15 Of at 600 F 75 93 65 90 60 87 45 80 15 75 Residue from 680 F Distillation, Volume Percent 50 — 55 — 67 — 75 — 80 — 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Tests on Distillation Residue: Penetration at 77 F 100g, 5 sec. Ductility at 77 F 5 cm/min, cms Solubility in trichloroethylene, % Spot Test 120 250 120 250 120 250 120 250 120 250 100' — 100' — 100' — 100' — 100' — 99.0 — 99.0 — 99.0 — 99.0 — 99.0 — ALL NEGATIVE 11 penetration of residue is more than 200 and ductility at 77 F is Tess than 100 cm, the material will be acceptable if its ductility at 60 F is more than 100. Type -Grade Properties Viscosity @ 122 F, SF, sec. Sieve Test, % Demulsibility, 5QmL 0.1 N CaCI„ % Storage Stability, 24 hr., % TEST ON RESIDUE FROM CUTBACK DISTILLATION TO 680 F USINT RESIDUE FROM 500 F DISTILLATION % Total Oils' from Distillation, % Float @ 122 F on Residue from Cutback Distillation Solubility in Trichloroethylene, T AE -P CUTBACK ASPHALT Minimum 15 40 20 50 97.5 AE -P Maximum 150 0.1 70 1.0 35 200 'Cumulative total from 500 F distillation of emulsion and distillation of residue by cutback distillation to 680 F. (4) Emulsions The material shall be homogenous. It shall show no separation of asphalt atter thorough mixing and shall meet the viscosity requirements at any time within 30 days after delivery. ANIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type -Grade RS-2 RS -2h MS-2 MS-2h MS -1 SS -1 Properties Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Furol Viscosity at 77 F, sec. — — 30 100 30 100 Furol Viscosity at 122 F, sec. 150 400 150 400 100 300 100 300 — — Residue by Distillation, % 65 — 65 — 65 — 65 — 60 — 60 — Oil Portion of Distillate, % — 2 — 2 — 2 — 2 — 2 — 2 Sieve Test, % — 0.1 — 0.1 — 0.1 — 0.1 — 0.1 — 0.1 Miscibility (Standard Test) — — — — — — Passing Passing Coating Passing Cement Mixing, % — — — — — — — 2.0 Demulsibility 50 cc of N /10 CaCI„ % — — — — - 70 Demulsibility 35 cc of N/50 CaCl , % 60 — 60 — — 30 — 30 — — Storage Stability 1 day, % — 1 — 1 — 1 — 1 — 1 — 1 Page 3 04/17/86 301 11 1 1 1 1 1 1 1 1 1. 1 1 1 1 t 1 1 1 ANIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type -Grade RS-2 RS-2h MS-2 MS -2h MS-1 SS -1 Properties Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Freezing Test, 3 Cycles Passing Passing Passing Passing Tests of Residue: Penetration at 77 F, 100g, 5 sec. 120 160 80 110 120 160 80 110 120 160 120 160 Solubility in Trichloroethylene, % 97.5 — 97.5 — 97.5 — 97.5 — 97.5 — 97.5 — Ductility at 77 F, 5 cm/min, cms 100 — 100 — 100 — 100 — 100 — 100 — 'Applies only when Engineer designates material for winter use. CATIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type-Grade CRS-2 CRS-2h CMS-2 CMS-2h CSS-1 CSS -1h Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Viscosity, Saybolt Furol at 77 F sec. Viscosity, Saybolt Furol at 122 F sec. Storage stability test, 1 day Demulsibility, • 35 ml 0.8% sodium dioctyl sulfosuccmate Cement Mixing test, Distillation: Oil ;,stillate, by volume of emulsion, OA 301 04/17/86 Page 4 1 40 — 40 — 150 400 150 400 100 100 300 100 100 300 — 1 — 1 1 — 1 20 100 20 100 — 1 Coating, ability & water resistance: Coating, dry aggregate — — — — - good good — — — — Coating, after spraying — — — — fair fair — — — — Coating, wet aggregate — — — — fair fair — — — — Coating, after spraying — — — — fair fair — — — — Particle charge test Positive Positive Positive Positive Positive Positive Sieve test % — 0.10 — 0.10 — 0.10 — 0.10 — 0.10 — 0.10 — 2.0 - 2.0 — 3 — 3 — 12 — 12 3 — — 3 Residue, % 65 — 65 — 65 — 65 — 60 — 60 — Tests on Residue from Distillation Test: Penetration, 77 F, 100 g 5 sec. 120 160 BO 110 120 200 80 110 120 160 80 110 Ductility, 77 F, 5 cm/min, cm 100 — 100 — 100 — 100 — 100 — 100 — Solubility in trichloroethylene, % 97.5 — 97.5 — 97.5 — 97.5 — 97.5 — 97.5 — 'The demulsibility test shall be made within 30 days from date of shipment. 1 1 1 1 1 f 1 1 1 1 1 1 1 1 1 (5) Fluxing Material Fluxing material shall be free from foreign matter and shall conform to the following: Properties (6) Precoat Material Minimum Maximum Water, % 0.2 Kinematic Viscosity at 140 F, cst 60 120 Flash Point, C.O.C., F 250 Loss on Heating, 50g, 5 hrs at 325 F, % — 5 Asphalt Content of 85 to 115 penetration by vacuum distillation weight, % 25 — Pour Point, F — 60 Precoat material may consist of any one of the various types of asphaltic materials listed in this specification, approved by the Engineer, including "Special Precoat Material ". Properties Minimum Water, % Flash, C.O.C., F 200 Kinematic Viscosity at 140 F, cst. 300 Distillation to 680 F: Initial Boiling point, F 500 Residue by weight, % 70 Penetration residue, 77 F, 100g, 5 sec 200 (7) High Float Emulsions Type-Grade Properties Type -Grade Special Precoat Material Maximum 0.2 500 300 HIGH FLOAT EMULSIONS Rapid Setting Medium Setting HFRS -2 AES -300 Minimum Maximum Minimum Maximum Furol Viscosity at 77 F, sec. — — 75 400 Furol Viscosity at 122 F, sec 150 400 — Residue by Distillation, % 65 — 65 — Oil Portion of Distillate, % — 2 — 7 Sieve Test, % — 0.1 0.1 Coating — Passing Demulsibility 35 cc of N /50 CaCI„ % 50 — Storage Stability Test, 1 day, % — 1 — — Tests on Residue: Penetration at 77 F, 100 g, 5 sec. 100 140 300 Solubility in Trichloroethylene, % 97.5 — 97.5 Ductility at 77.5 cm /min, cros 100 — — — Float Test at 140 F, sec. 1200 — 1200 (8) Catalytically -Blown Asphalt Joint and Crack Sealer Catalytically -blown asphalt shall be uniformly blended with 10 percent diatomaceous earth filler which passes the No. 325 sieve. It shall form a suitable joint and crack sealer which may be melted to pouring consistency in the regular asphalt kettle at a temperature of approximately 450 F to 475 F. The material shall meet the following requirements: 68 -88 Pen 38 -45 Pen Minimum Maximum Minimum Maximum Penetration, 77 F, 100g, 5 sec 68 88 38 45 Penetration, 32 F, 200g, 60 sec 38 — Penetration, 115 F, 50g, 5 sec — 160 Softening Point, R & B, F 175 200 185 200 Flash, C.O.C., F 500 — 500 — Page 5 04117;86 301 1 1 1 1 1 1 1 1 1 1 • 1 1 1 1 1 End Type -Grade 301 04/17/86 Page 6 68 -88 Pen 38 -45 Pen Minimum Maximum Minimum Maximum Ductility, 77 F, 5 cm/min, cms 5 — 3 Flow, 140 F, cm — 0.5 — 0.5 Ash, Weight, % 8 — 8 Settlement Ratio — 1.02 — 1.02 Brittleness Test, 32 F No Cracking No Cracking 301.3 Storage, Heating and Application Temperatures Asphaltic materials should be applied at the temperature which provides proper and uniform distribution and with practical limits avoiding higher temperatures than necessary. Satisfactory application usually should be obtained within the recommended ranges shown below. No material shall be heated above the following maximum temperatures: Application and Mixing Heating and Recommended Storage Type -Grade Range, F Allowable, F Maximum, F AC- 5,10,20,40 275 375 350 AC -3 220 -300 350 350 AE -P 100 -140 140 140 RC -250 125 -180 200 200 RC -800 170 -230 260 260 RC -3000 215 -275 285 285 MC -30 70 -150 175 175 MC -70 125 -175 200 200 MC -250 125 -210 240 240 MC -800 175 -260 275 275 MC- 3000 225 -275 290 290 Cat. Blown Asph 425 -475 500 500 Special Precoat Material 125 -250 275 275 SS -1, MS -1, CSS -1, CSS -1h 50 -130 140 140 RS -2, RS -2h, MS -2, MS -2h, CRS -2, CRS -2h, CMS -2, CMS -2h, HFRS -2, AES -300 110 -160 170 170 NOTE: Heating of asphaltic materials (except emulsions) constitutes a fire hazard to various degrees. Proper precautions should be used in all cases and especially with RC cutbacks. Warning to Contractors Attention is called to the fact that asphaltic materials are very flammable. The utmost care shall be taken to prevent open flames from coming in contact with the asphaltic material or the gases of same. The Contractor shall be respon- sible for any fires or accidents which may result from heating the asphaltic materials. 301.4 Measurement and Payment All asphaltic materials included in this specification will be measured and paid for conforming to the governing specifications for the items of construction in which these materials are used. 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 302.1 Description (1) Aggregates This item shall consist of the requirements for aggregate and precoated aggregate to be used in the construction of surface treatments. 302.2 Materials Item No. 302 Aggregates for Surface Treatments Aggregates shall be composed of clean, tough and durable particles of gravel. crushed gravel, crushed stone, crushed slag or natural limestone rock asphalt. These materials shall not contain more than 5 percent by weight of soft particles and other deletenous materials as determined by TXDOT Test Method Tex - 217 -F, Part I. The natural limestone rock asphalt aggregate fumished shall have an average bitumen content from 4 to 8 percent by weight of naturally impregnated asphalt. as determined by TXDOT Test Method Tex -215 -F and shall contain not more than 2 percent by weight of any one of or combination of iron pyrites or other objectionable matter, as determined by TXDOT Test Method Tex - 217 -F, Part I. No aggregate shall contain a total of more than 5 percent by weight of impurities or objectionable matter listed above. The percent of wear, as determined by TXDOT Test Method Tex 410 for each of the materials shall not exceed 33 percent. The percent of wear on natural limestone rock asphalt aggregate as determined by TXDOT Test Method Tex -410 -A shall be made on that portion of the, matenal retained on the No. 4 sieve. having a impregnated asphalt content of less than 1 percent. Crushed gravel shall have a minimum of 85 percent of the particles retained on the No. 4 sieve with at least 1 crushed face, as determined by TXDOT Test Method Tex- 413-A. (2) Precoat Material and Flux Oil (a) The precoat material shall meet requirements for "Precoat Matenals" as specified in Item No. 301. "Asphalts, Oils and Emulsions ". (b) The flux oil shall meet the requirements for "Flux Oil" as specified in Item No. 301, "Asphalts. Oils and Emulsions ". (c) Potable water from City of Austin supplies is preferred, but the Contractor may submit test results of other water as sources for approval by the Engineer /Architect before use in structural concrete. 302.3 Types The various types of aggregates are identified as follows: Type A Type A aggregate shall consist of gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type B Type B aggregate shall consist of crushed gravel, crushed slag, crushed stone or natural limestone rock asphalt. 302 02/19/93 1 Aggregates for Surface Treatments 1 1 1 1 1 1 1 1 1 1 1 1 1 Type C Type C aggregate shall consist of gravel, crushed slag or crushed stone. Type D Type D aggregate shall consist of crushed gravel, crushed slag or crushed stone. Type E Type E aggregate shall consist of natural limestone rock asphalt. Type F Type F aggregate shall consist of Trap Rock. The various types of precoated aggregates are identified as follows: Type PA Type PA shall be precoated aggregate consisting of gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type PB Type PB shall be precoated aggregate consisting of crushed gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type PC Type PC shall be precoated aggregate consisting of gravel, crushed slag or crushed stone. Type PD. Type PD shall be precoated aggregate consisting of curshed gravel, crushed slag or crushed stone. Type PE Type PE shall be precoated aggregate consisting of natural limestone rock asphalt. 302.4 Grades When tested by TXDOT Test Method Tex - 200 -F, Part I, the gradation requirements for the several grades of aggregate shall be as follows: Grade 1 Percent by Weight Retained on 1 inch sieve 0 Retained on 7/8 inch sieve 0 - 2 Retained on 3/4 inch sieve 20 -35 Retained on 5/8 inch sieve 85-100 Retained on 3/8 inch sieve 95 -100 Retained on No. 10 sieve 99-100 302 02/19/93 2 Aggregates for Surface Treatments 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Grade 2 Grade 3 Grade 4 Grade 5 Grade 3T Percent by Weight Retained on 7/8 inch sieve 0 Retained on 314 inch sieve 0-2 Retained on 5/8 inch sieve 20-35 Retained on 1/2 inch sieve 85-100 Retained on 3/8 inch sieve 95-100 Retained on No. 10 sieve 99-100 Retained on 3/4 inch sieve 0 Retained on 5/8 inch sieve 0-2 Retained on 1/2 inch sieve 20-35 Retained on 3/8 inch sieve 85-100 Retained on 1/4 inch sieve 95-100 Retained on No. 10 sieve 99-100 Retained on 5/8 inch sieve 0 Retained on 1/2 inch sieve 0-2 Retained on 3/8 inch sieve 20-35 Retained on No. 4 sieve 95 -100 Retained on No. 10 sieve 99 -100 Retained on 1/2 inch sieve 0 Retained on 3/8 inch sieve 0-5 Retained on No. 4 Sieve 40-85 Retained on No. 10 sieve 98-100 Retained on No. 20 sieve 99 -100 Retained on 3/4 inch sieve 0 Retained on 5/8 inch sieve 0 to 2 Retained on 1/2 inch sieve 20 to 35 Retained on 3/8 inch sieve 85-100 Retained on 1/4 inch sieve 95-100 Retained on No. 10 Sieve 99-100 The percent of wear as determined by TXDOT Test Method TEX -410 -A shall not exceed 30. The aggregate when tested using TXDOT Test Method TEX -411 -A (magnesium sulphate soundness method, 5 cycles) shall have no loss greater than 25 percent. The aggregate shall be either dark in color or be precoated. If not precoated, it shall be sufficiently washed as to produce a clean, dustfree surface. The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay-like particles and/or silt when tested in accordance with TXDOT Test Method TEX- 217 -F, Part II. This test and the gradation given above shall be conducted from the stockpiles after delivery to the job site. The Polish Value shall not be less than 30. When the aggregate is supplied from a source that is rated by the Materials and Tests Division of the Texas Department of Transportation, the Rated Source Polish Value (RSPV) 302 02/19/93 3 Aggregates for Surface Treatments ' t shall be used to determine specification compliance. When the aggregate is to be supplied from a source not rated by the Texas DOT, pnor to use the aggregates shall be sampled in accordance with TXDOT Test Method TEX -400 -A arid tested in accordance with TXDOT Test Method TEX- 438-A, Part I. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Grade 5T 302.5 Equipment For Precoating Aggregate Percent by Weight Retained on 1/2 inch sieve 0 Retained on 3/8 inch sieve 0 to 5 Retained on No. 4 sieve 40 to 85 Retained on No. 10 sieve 98-100 Retained on No. 20 sieve 99-100 The percent of wear as determined by TXDOT Test Method TEX -410 -A shall not exceed 30. The aggregate when tested using TXDOT Test Method TEX -411 -A (magnesium sulphate soundness method. 5 cycles) shall have no loss greater than 25 percent. The aggregate shall be either dark in color or be precoated. If not precoated, it shall be sufficiently washed as to produce a clean, dustfree surface. The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay -like particles and/or silt when tested in accordance with TXDOT Test Method TEX- 217 -F, Part II. This test and the gradation given above shall be conducted from the stockpiles after delivery to the job site. The Polish Value shall not be less than 30. When the aggregate is supplied from a source that is rated by the Materials and Tests Division of the Texas Department of Transportation, the Rated Source Polish Value (RSPV) shall be used to determine specification compliance. When the aggregate is to be supplied from a source not rated by the Texas DOT, prior to use the aggregates shall be sampled in accordance with TXDOT Test Method TEX -400 -A and tested in accordance with TXDOT Test Method TEX- 438-A, Part I. Mixing plants that will not continually meet all the requirements of this specification shall be rejected. Mixing plants may be either the weigh batching type, the continuous mixing type or the drum mix type. Each type of plant shall be equipped with satisfactory conveyors, power units. aggregate handling equipment, aggregate screens and bins and shall consist of the essential pieces of equipment listed below: If the Engineer approves the use of an emulsion as a precoat material, he may also waive the requirement for a dryer or if it is demonstrated that a satisfactory coating can be obtained without drying or heating the aggregate. (a) Weigh Batching Type 1. Cold Aggregate Bin and Proportioning Device The cold aggregate bins or aggregate stockpiles shall be of sufficient number and size to supply the amount of aggregate required to keep the plant in continuous operation. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportiton to the plant. 2. Dryer The dryer shall be of the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that aggregate will not be injured in the necessary drying and heating operations required'to obtain a mixture of the specified temperature. 302 02/19/93 4 Aggregates for Surface Treatments 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ci 3. Burner Grade 5T shall be used to deter :nine specification compliance. When the aggregate is to be supplied from a source rated by the Texas DOT. prior to use the aggregates shall be sampled in accordance with TXDOT Test Met TEX -400 -A and tested in accordance with TXDOT Test Method TEX- 438 -A, Part I. Percent by Weight Retained on 1/2 inch sieve 0 Retained on 3/8 inch sieve 0 to 5 Retained on No. 4 sieve 40 to 85 Retained on No. 10 sieve 98-100 Retained on No. 20 sieve 99-100 The percent of wear as determined by TXDOT Test Method TEX -410 -A shall not exceed 30. The aggregate when tested using TXDOT Test Method TEX -411 -A (magnesium sulphate soundness method, cycles) shall have no loss greater than 25 percent. The aggregate shall be either dark in color or be precoated. If not precoated, it shall be sufficiently washed as 1 produce a clean, dustfree surface. The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay -like particles and /or silt whe tested in accordance with TXDOT Test Method TEX- 217 -F, Part II. This test and the gradation given above sha be conducted from the stockpiles after delivery to the job site. The Polish Value shall not be less than 30. When the aggregate is supplied from a source that is rated by th Matenals and Tests Division of the Texas Department of Transportation, the Rated Source Polish Value (RSPV shall be used to determine specification compliance. When the aggregate is to be supplied from a source nc rated by the Texas DOT, prior to use the aggregates shall be sampled in accordance with TXDOT Test Methot TEX -400 -A and tested in accordance with TXDOT Test Method TEX- 438 -A, Part I. 302.5 Equipment For Precoating Aggregate Mixing plants that will not continually meet all the requirements of this specification shall be rejected. Mixing plants may be either the weigh hatching type, the continuous mixing type or the drum mix type. Each type of plant shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins and shall consist of the essential pieces of equipment listed below: If the Engineer approves the use of an emulsion as a precoat material, he may also waive the requirement for a dryer or If it is demonstrated that a satisfactory coating can be obtained without drying or heating the aggregate. (a) Weigh Batching Type 1. Cold Aggregate Bin and Proportioning Device The cold aggregate bins or aggregate stockpiles shall be of sufficient number and size to supply the amount of aggregate required to keep the plant in continuous operation. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportiton to the plant. ;; 2. Dryer The dryer shall be of the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that aggregate will not be injured in the necessary drying and heating operations required'to obtain a mixture of the specified temperature. 302 02/19/93 4 Adoreaates for Surfarp Traarr„on. 4. Aggregate Proportioning Device The aggregate proportioning device shall be so designed that when properly operated, a uniform and continuous flow of aggregate into the mixer will be maintained. 5. Spray Bar for Precoat Material and Flux Oil The spray bar for the precoat material or flux oil shall be so designed that the material will spray uniformly and continuously into the mixer. 6. Meter for Precoat Material or Flux Oil An accurate recording meter for precoat material or flux oil shall be placed in the line leading to the spray bar so that the accumulative amount of precoat material or flux oil being used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the meter output. 7. Mixer The mixer shall be of the pug mill continuous type and shall have a capacity of not less than 40 tons of mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixing of the aggregate with the precoat material or flux oil shall not be used. (c) Drum Mix Plant Unless otherwise indicated or if natural limestone rock asphalt is to be used, the Contractor may elect to use the drum- mixing process. The plant shall be adequately designed and constructed for the process of mixing aggregates and precoat material in the dryer -drum without preheating the aggregates. The plant shall be equipped with satisfactory conveyors, power units, aggregate - handling equipment and feed controls and shall consist of the following essential pieces of equipment. 1. Cold Aggregate Bin and Feed System The number of compartments in the cold aggregate bin shall be equal to or greater than the number of stockpiles of individual matenals to be used. The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of matenal from one compartment to another. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. The system shall provide positive weight of the combined cold aggregate feed by use of belt scales or other approved devices. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device. When a belt scale is used, mixture production shall be maintained so that the scale normally operates between 50 percent and 100 percent of its rated capacity. Belt scale operation below 50 percent of the rated capacity may be allowed by the Engineer if, at the selected rate, it can be satisfactorily demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected. 2. Scalping Screen A scalping screen shall be required, unless otherwise indicated and shall be located ahead of any weighing device. 3. Precoat Material Measuring System An asphaltic material measuring device meeting the requirements of the TXDOT Item No. 510, 'Weighing and Measuring Equipment, shall be placed in the line leading to the drum mixer so that the accumulative amount of precoat material used can be accurately determined. Provisions of a 302 02/19/93 6 Aggregates for Surface Treatments 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 permanent nature shall be made for checking the accuracy of the measunng device output. The measuring device and line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and measunng device near the temperature specified for the precoat material. Unless otherwise indicated, the temperature of the precoat matenal entering the measuring device shall be maintained at +10 F of the temperature at which the measuring set was calibrated and set. 4. Synchronization Equipment for Feed - Control Systems The precoat material feed - control shall be coupled with the total aggregate weight measuring device in such a manner as to automatically vary the precoat material feed rate as required to maintain the required proportion. 5. Drum Mix System The drum mix system shall be of the type that continually agitates the aggregate and precoat mixture during heating and in which the temperature can be so controlled that aggregate and asphalt will not be damaged in the necessary drying and heating operations required to obtain a mixture at the specified temperature. A continuously - recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the drum mixer. 6. Surge- Storage System A surge- storage system will be required. It shall be adequate to minimize the production interruptions during the normal days operations and shall be constructed to minimize segregation. A device such as a gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge- storage bin will be required. 7. - leating Equipment for Precoat Material and Flux Oil Heating equipment for precoat material and flux oil shall be adequate to heat the amount of material required to the desired temperature. The material may be heated by steam coils which shall be absolutely tight. Direct fire heating will be permitted, provided the heater used is manufactured by a reputable concem and there is positive circulation of the liquid throughout the heater. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24 -hour chart that will record the temperature of the precoat material of flux oil where it is at the highest temperature. Water in an amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. The water shall be added as directed by the Engineer during the mixing. In the event water is used in the mixing operation, adequate measuring devices shall be used and the water shall be administered to the mix through an approved spray bar. 302.6 Storage, Proportioning and Mixing (1) Aggregate Storage If the mineral aggregates are stored or stockpiled, they shall be handled in such a manner as to prevent segregation. the mixing of the various materials or sizes and the contamination with foreign materials. The grading of aggregates proposed for use and as supplied to the mixing plant shall be uniform. The use of limestone rock asphalt aggregate containing moisture in excess of the saturated surface -dry condition will not be permitted. Excess moisture will be evidenced by visual surface moisture on the aggregate or any unusual quantities of fines clinging to the aggregate. (2) Storage and Heating of Precoating Material or Fluxing Material The precoating or fluxing material storage shall be ample to meet the requirements of the plant. The matenals shall not be heated to a temperature in excess of 250 F. All equipment used in the storage and 302 02/19/93 7 Aggregates for Surface Treatments End handling of precoat material or flux oil shall be kept in a clean condition at all times and shall be operated in such manner that there will be no contamination with foreign matter. (3) Feeding and Drying of Aggregate The feeding of vanous sizes of aggregate, other than natural limestone rock asphalt, to the dryer shall be done through the cold aggregate bin and proportioning device in such a manner that a uniform and constant flow of material in the required proportions will be maintained. The aggregate shall be heated to the temperature necessary to produce a mixture meeting the requirements of "Physical Properties of the Mixture ". (4) Proportioning The proportioning of the various materials entering into the mixture shall be as directed by the Engineer and in accordance with these specifications. Aggregate shall be proportioned by weight using the weigh box and batching scales herein specified when the weigh -batch type of plant is used and by volume using the aggregate proportioning device when the continuous mixer type of plant is used. The precoat material or flux oil shall be proportioned by weight or by volume based on weight using the specified equipment. (5) Mixing (a) Batch Type Mixer In the charging of the weigh box and the charging of the mixer from the weigh box, such methods or devices shall be used as are necessary to secure a uniform mixture. In introducing the batch into the mixer, the mineral aggregate shall be introduced first; shall be mixed thoroughly, as directed, to uniformly distnbute the various sizes throughout the batch before the precoat material or flux oil is added; the precoat material or flux oil shall then be added and the mixing continued until such time that the aggregate is properly coated. This mixing period may be varied, if in the opinion of the Engineer, the mixture is not uniform. (b) Continuous Type Mixer and Drum Mixer The amount of aggregate and precoat material or flux oil entering the mixer and the rate of travel through the mixer shall be so coordinated that a uniform mixture of the specified grading and percent by weight of precoat material or flux oil will be produced. 302.7 Physical Properties of the Mixture The materials shall be mixed at a central mixing plant and shipped ready for use. Mixes that do not remain workable a sufficient period of time or maintain flow qualities such that the precoated aggregate may be satisfactonly spread by normal approved mechanical spreading devices will not be acceptable. Matenals that are not uniformly and /or properly coated or fluxed, in the opinion of the Engineer, will not be accepted for use. Precoated aggregates shall be aggregates of the type specified, treated (coated or fluxed) with 0.5 to 2.0 percent by weight of precoat material orfluxing material meeting the requirements of this specification and the approval of the Engineer. The grade of aggregate specified shall meet all requirements of "Grades ", above, prior to the application of the precoat matenal for fluxing material. 302.8 Measurement and Payment Aggregates and precoated aggregates will be measured and paid for in accordance with the goveming specifications for the items of construction in which these materials are used. 302 02/19/93 8 Aggregates for Surface Treatments Item No. 306 Prime Coat 306.1 Description This item shall consist of an application of asphaltic material on the completed base course and/or other approved areas in accordance with these specifications as directed by the Engineer. 306.2 Materials (1) Asphalt Materials The asphalt material for Prime Coat shall conform to the requirements of Cutback Asphalt, MC -30, Emulsion, MS -2, SS -1, Emulsion CSS -1 or AE -P, Item No. 301, "Asphalts, Oils and Emulsions ". (2) Water 306.4 Measurement Water shall be furnished by the Contractor and shall be clean and free from industrial wastes and other objectionable matter. (3) Dispersal Agent Detergent shall be added to water and sprayed on surfaces to be primed in accordance with asphalt manufacturer's recommendations. 306.3 Construction Methods When, in the opinion of the Engineer, the base course or other surface is satisfactory to receive the prime coat, the surface shall be cleaned by sweeping or other approved methods as directed by the Engineer. The surface shall be lightly sprinkled with water just prior to application of the asphaltic material unless this requirement is waived by the Engineer. The Contractor shall submit a list of prime material(s) recommended to be applied on the work to the Engineer for approval. When emulsions are approved, a • dispersal agent shall be added to the water before sprinkling. The asphaltic material shall be applied on the clean surface by an approved type of self - propelled pressure distributor operated so as to distnbute the prime coat at a rate ranging from 0.1 to 0.3 gallons per square yard of surface area. The material shall be evenly and smoothly distributed. During the application of prime coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutters or structures. The Contractor shall be responsible for cleaning splattered areas. Prime Coat shall not be applied when the air temperature is below 60 F and falling, but it may be applied when the air tempera- ture is above 50 F and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. The distributor shall have been recently calibrated and the Engineer shall be famished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material applied appear in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work, The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. No traffic, hauling or placement of arty subsequent courses shall be permitted over the freshly applied prime coat. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times and they shall be operated in such a manner that there will be no contamination of the asphaltic matenal with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The Engineer will approve the temperature of application based on the temperature- viscosity relationship that will permit applica- tion of the asphalt within the limits recommended in Item No. 301, "Asphalts, Oils and Emulsions ". The recommended range for the viscosity of the asphalt is 100 to 125 centistokes. The Contractor shall apply the asphalt at a temperature within 15 F of the temperature specified in Item No. 301, "Asphalt, Oils and Emulsions ". Prime coat will be considered subsidiary to Item No. 340, "Hot Mix Asphaltic Concrete Pavement" unless included as a separate pay item in the contract. When included for payment, it shall be measured at point of delivery on the project in gallons at the applied temperature. The quantity to be paid for shall be the number of gallons used in the accepted prime coat. Page 1 04/17/86 306 306.5 Payment The work performed and materials furnished as prescribed by this item, when included as a contract pay item. will be paid for at the unit price bid per gallon for "Prime Coat ", which price shall be full compensation for cleaning the base course or other sur- face, for furnishing, heating, hauling and distnbuting the prime coat specified; for all freight involved and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under: Pay Item No. 306: Prime Coat Per Gallon. End 306 04/17/86 Page 2 r i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 340.2 Materials Item No. 340 diot Mix Asphaltic Cx rete Pavement 340.1 Description This item shall govern for base, level -up, and surface courses composed of a compacted mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant. The hot mix asphaltic concrete pavement shall be constructed on a previously completed and approved subgrade, base, concrete slab or existing pavement. Contractor shall furnish materials to net the requirements specified herein and shall, be solely respmsible for the quality and consistency of the product delivered to the project. (1) Mineral Aggregate: Mineral aggregate shall be composed of course aggregate, fine aggregate ate, if required or allowed, mineral filler. The combined mineral aggregate, prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in acrordance with 1 C- 203-F. When crushed gravel is used, the mixture shall have a retained strength of 70 percent when tested in accordance with TEX- 531 -C. Mineral aggregate from each source shall meet quality tests specified herein. (a) Coarse Aggregate: Coarse aggregate shall be that part of the aggregate retained on the No. 10 sieve and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel of uniform quality throughout. When coarse aggregate is tested in accordance with T1X- 217 -F, Part I, Separation of Deleterious Material, the amount of organic matter, clay, loam or particles coated therewith or other undesirable materials shall not exceed 2 percent. When TeX -217 r F Part the amount of material removed shall not be more than 2 percent. Coarse aggregate (each coarse aggregate when a blend of materials is used) shall have an abrasion of not more than 40 percent loss by weight when subjected to TEX- 410 -A, Los Angeles Abrasion Test. Gravel shall be cashed so that 85 percent of particles retained on the No. 4 sieve have more than 1 crushed face when tested in accordance with TEX -413-A, Particle Count. (b) Fine Aggregate: Fine aggregate shall be that part of the aggregate passing a No. 10 sieve and shall consist of sand, screenings or a combination thereof of uniform quality throughout. Field sand shall not exceed 20% by weight. Fine aggregate shall consist of durable particles free from injurious foreign matter. Screenings shall be of same or similar material as specified for coarse aggregate. The plasticity index of that part of fine aggregate passing a No. 40 sieve shall not be more than 6 when calculated in accordance with TeX- 106-E. Fine aggregate from each source shall net plasticity requirements. 340 02/19/92 Hot Mix Asphaltic 1 Concrete Pavement 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If used, stone screenings shall meet the following grading requirements when tested in cad to TFC 200 - F, Dry Sieve Analysis. MAMMAL PERCENT BY WE GHT Retained on 3/8 inch sieve 0 Retained m No. 10 sieve 0 - 30 Retained m No. 200 sieve 85 - 100 Fine aggregate curtained in coarse aggregate stockpiles shall net the requirements above when a stockpile contains more than 5.0 percent by weight of aggregate passing the No. 10 sieve. , (c) Mineral. Filler: Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland Cement, fly ash, lime or other mineral dust approved by the Engineer. Mineral filler shall be free from foreign and other injurious matter. Fines collected by a beghouse or other air cleaning or dust collecting equipment may be permitted in amounts up to 2 percent of the required filler content. When these fines are permitted, they shall be introduced in the same manner prescribed for other mineral fillers to ensure a uniform mixture. When tested by TDC- 200 -F, Dry Sieve Analysis, mineral filler shall meet the following grading requirements: Passing No. 30 Sieve 95 - 100 Passing No. 80 Sieve, not less than 75 Passing No. 200 Sieve, not less than 55 (2) Asphaltic Material MATERIAL PERCENT BY WEIGHT (a) Asphalt: Asphalt shall conform to Item 301, ASPHALTS, OILS AND EMULSIONS; AC-20. (b) Prime Coat: Prime coat shall conform to Item 306, PRIME 00AT. (c) T a c k Coat: T a c k coat shall conform to T1 1 307, TAit NAT. (3) Temporary Pavement laridngs: Temporary pavement markings shall conform to rrEM 864, ABBREVIATED PAVEKENT MARC EMS. 340.3 Paving Mixtures The Contractor shall submit to the Ebgineer a mix design reviewed, signed and sealed by a Texas registered Professional Engineer. Engineer shall review the submittal for specification canpliance. Performance of the mix design shall remain the responsibility of the Contractor. Hot Mix Asphaltic 340 02/19/92 Page 2 Concrerr R ,,,, nr • 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) Mix Design: The mix shall be designed in accordance with TEX- 204 -F, Part m (utilizing TEX- 227 -F, Rice Met hod) and SCUT Bulletin C-14. Trial mixtures of the Laboratory Design shall be produces and tested utilizing the proposed project materials and equipment. Deviations in the aggregate gradation or asphalt content from the laboratory Design, if any, unique to the actual project's materials and equipment shall be reported in the submittal as Plant Results. Contractor shall submit the laboratory Design or the Plant Results aggregate gradation and asphalt content as the Job Mix Formula. Pant Results of trial mixtures shall be unique to the equipment used. The Plant Results of one drum or botching unit shall not be used for another trait. (2) Types: The blend of coarse aggregate, fine aggregate, and mineral filler, if required or allowed, shall conform to the master gradation for the type mixture specified in connformsnce to TEX- 200 -F, Dry Sieve Analysis. SIEVE GRAt191TCYV Y. AGATE by man. Passing 2" Sieve Passing 1 -3/4" Sieve Passing 1" Sieve Passing 7/8" Sieve Passing 5/8" Sieve Passing 1/2" Sieve Passing 3/8" Sieve Passing No. 4 Sieve Passing 1 -3/4" Sieve; Retained 7/8" Sieve Passing 7/8" Sieve; Retained 5/8" Sieve Passing 7/8" Sieve; Retained 3/8" Sieve Passing 5/8" Sieve; Retained 3/8" Sieve Passing 3/8" Sieve; Retained No. 4 Sieve Passing No. 4 Sieve; Retained No. 10 Sieve Total Retained No. 10 Sieve Passing No. 10 Sieve; Retained No. 40 Sieve Passing No. 40 Sieve; Retained No. 80 Sieve Passing No. 80 Sieve; Retained No. 200 Sieve Passing No. 200 Sieve Y. Asphaltic Material by Weight *tfECCU iE TYPES TYPE A - Coarse Graded Base Course TYPE B - Fine Graded Base or leveler Corse TYPE C - Course traded Surface Course TYPE D - Fine Graded Surface Cause TYPE F - Extra-Fine Graded Surface Course 340 02/19/92 A B C D F 100 95-100 MI]CGEE TYPE* lop 95-100 100 95-100 100 85-100 100 95-103 16-42 8-25 16-42 10-30 16-42 10-26 11 -35 11 -37 21 -53 5-21 5-26 11 -32 11 -32 58 68 58-74 54-72 54-70 5-21 6-32 6-32 6-32 6-26 3-16 4-21 4-27 4-27 3-13 2 -16 3-21 3-27 3-27 2 -11 1-8 1-8 1-8 1-8 1-8 3.5 -7.0 3.5 -7.0 3.5 -7.0 4.0-8.0 3.5 -6.5 Hot Mix Asphaltic Page 3 Concrete Pavement 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 340 02/19/92 (3) lblesara: Fluctuations in the gradation and asphalt content of the Job Mix Formula shall not vary by more than the following but shall be limited to the range of the master gradation as determined by 1f7t-210 4. 340.4 Equipment SIEVES PERCENT BY wELCAT Passing 2" Sieve to Total Retained No. 10 Sieve + 5 Passing No. 10, Retained No. 40 to Passing No. 200 Sieve + 3 Asphalt Content + 0.5 (4) Stability and Density: Mixture dull b designed at or near optimum density as indicated. The laboratory mixture shall be molded in accordance with TE7C -206 -F and the bulk specific gravity determined in accordance with TEX- 207 -F with the following percent of maxim= theoretical density as measured by TEX- 227 -F and stability conforming to Tf7C- 208-F: IABCRAMLY DENSITY (x) MIN. MAX. 94.5 I 97.5 MIME IAB(RAITRY lI•rs&rr (x) 97: Local Streets 96: All Others STABILT1Y 35-55: Local Street 37 -55: All Others All equipment used for the production, place alt and compaction of the mixture shall be maintained in good repair and operating conditions to the satisfaction of the Engineer. All equipment shall be made available for inspection. (1) Mixitg Plants: Plants may be of the weigh -batch or drum -mix type equipped with suitable material conveyers, aggregate proportiatigg devices, dryers, bins, dust collectors and sensing and recording devices as appropriate for the mixing plant type. (2) Spreading and Pinishirg Paving Machine: The paving machine shall be self - propelled and equipped with a vibratory heated screed capable of producing a finished surface meeting the requirements of the typical street cross - section and surface tests. ESctensions to the screed shall have the same heating and vibratory capabilities as the primary unit. The paving :=chine shall be equipped with an automatic dual longitudinal screed control system and a transverse screed control system. The longitudinal controls shall be capable of operating from any longitudinal grade reference including a strirgline, ski, mobil string)ine or matching shoe. Unless otherwise sham on the plans, the Contractor shall use a y one of these grade references. The Contractor shall furnish all labor and equipment required for grade reference. (3) killers. Contractor shall select rollers conforming to ITEM 230, ROLL= (FIAT Wes.) and ITEM 232, BOMBE% (R EU ATlC TIRE). Hot Mix Asphaltic Page 4 Concrete Pavement 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (4) Motor Grader: When approved by the Engineer, a self- propelled motor grader may be used. (5) Straightedge: Contractor shall provide an acceptable 10 foot straightedge for surface testing. 340.5 Stockpiling Aggrttes Aggregates shall be stockpiled in sizes to fat.ttitate blending. If the aggregate is not stockpiled on a hard, non- contaminant base, the bottom 6 inch layer of the stockpiles shall not be used without re- cleaning the Aggregate. Where space is limited, stockpiles shall be separated by walls or other appropriate harriers. Aggregate shall be stockpiled and protected from the weather a minimum of 24 hours prior to use to minimize free moisture content. When stockpiles are too large to protect from the anther, accurate and continuous means acceptable to the Engineer shall be provided to monitor aggregate temperature and moisture. Aggregates shall be stockpiled and handled such that segregation and contamination are minimized. No stockpile shall contain aggregate from more than one source. 340.6 Mixture Tempexattre Contractor shall select a target discharge temperature between 250° F and 350 °F for the mixture suitable to weather and project conditions. The target temperature shall be reported to the Engineer daily. The mixture temperature shall not vary by more than 25° F from the target temperature upon discharge from the mixer. No mixture at the project cooler than 50° F from target temperature shall be placed. 340.7 Mixture Storage Temporary material storage in surge bins may be used during a day's production. When approved by the Engineer, overnight storage in insulated storage bins or silos may be used provided that material temperature and physical properties are not adversely affected. Mixtures with hardened lumps shall not be used. Stored mixtures shall not be exempted of any requirements provided by this specification. 340.8 Mixture Moisture Content Mixture produced from any plant shall not have a moisture content in excess of 3/4 percent by weight when discharged from the mixes. The moisture content shall be determined in accordance with TEX- 212 -F, Part II except that the sample shall be left in the oven a total of not less than 4 hours. 340.9 Construction Methods Contractor shall be responsible to produce, transport, place and compact the specified paving mixture to the requirements of this specification and to provide a safe environment for inspection personnel to take samples and inspect the equipment. Any material delivered to the project that by visual inspection can reasonably be expected not to meet specification requirements (i.e. segregated or burned material, deficient or excess asphalt, lam mixture temperature, visible contaminants, etc.), as deterndned by the Engineer, shall not be used or left in place. Equipment shall be inspected prior to use and if found to be defective or in an operating condition that could potentially affect the quality of the finished pavement, as 340 02/19/92 Hot Mix Asphaltic Page 5 Concrete Pavement determined by the Engineer, its use shall not be allowed. Leakage of fuels, oils, grease, hydraulic or brake fluids or other contaminants onto the prepared surface or newly -laid mat shall not be allowed. The asphaltic material, When placed with a spreading and finishing machine, shall not be placed when the air temperature is below 50°F and is falling, but it may be placed when the air temperature is above 40°F and is rising. The paving mint re, when used as a level -up course or when placed with a motor grader, shall not be placed when the air temperature is below 60°F and is falling, but it may be placed when the air temperature is 50 °F and rising. that thickness of 1 -1/2 incites and less shall not be placed when the temperature of the surface on which the mat is to be placed is below 50°F. The temperature shall be taken in a shaded area awaay from artificial heat. Surfaces to be paved shall be finished, primed, cued, broorted and tacked, as appropriate, to the satisfaction of the Engineer. Paving material adjacent to castings and curb and gutter shall be finished uniformly high not to exceed 1/4 inch above the casting or gutter lip. Longitudinal joints in the mat shall placed to coincide with lane lines. Transverse joints on through, non-local street pavements stall be offset a min;ium of 5 feet. Steel wheel compaction shall be terminated before the mat cools below 175° F. Light to medium weight pnetratic rollers not exceeding 15 tons or of a weight that may not otherwise induce fragmentation and decompactim of the mat may be used after the mat cools below 175° F. Pavement shall be opened to traffic as soon as possible after temporary pavement markings or permanent markings are in place as indicated or directed by the Engineer. Construction traffic allowed on pavements open to the public will be subject to all laws governing traffic on streets and highways. 340.10 Samplirg NA Testing The asphalt mixture shall be tested daily at the project site to check for conformance to specification requirements. Engineer shall determine sample locations based on the Contractor's daily anticipated production and the random number method of TEX- 225-F. Each day's anticipated production shall be sectioned into three equal single -pass, sub -area lots. Each day's sample locations shall be equally distributed over the three sub- areas. Unless otherwise approved by the Engineer, a minimum of three bag samples and three correlating cores will be obtained for each day's production. The primary sampling point for the bag samples shall be at the paving machine auger. Gradation, asphalt content and stability shall be reported for each of the bag samples. The stability value reported for each of the bag samples shall be the average of 3 tests per bag. Pavement thickness and density shall be determined by 6 -inch cores. One core shall be taker for every 2,000 single -pass square yards with a minimm of 3 for all projects. One core shall be taken at the same station and pass sampled for each of the bag samples. For each day's placement, density of cores for which no corresponding bag samples were taken shall be determined by using the average mt7xinrm theoretical density of the day's three bag samples or as may otherwise by deemed appropriate by the Engineer. Engineer may alter, increase or waive testing schedule to ensure material and workmanship compliance with specification requirements. Acceptability of the completed pavement shall be based on the average of test results for the project as defined in Article 340.11, Acceptance Plan. Vhen in the opinion of the Engineer test results appear inappropriate, additional testing may be authorized. Bag samples shall be taken during lay -down operations. Cores shall be taken within 48 hours of paving unless otherwi-se authorized by Engineer. Pavements that will not be cored within 48 hours shall be closed to public and construction traffic. • Hot Mix Asphaltic 340 02/19/92 Page 6 Concrete Pavenatt 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 340.11 Acceptance Plan For the purpose of the Acceptance Plan only, "project" shall be defined to be, for each of the mixture types specified, the total quantity to be used or portions thereof as determined by the Engineer when paving operations are staged due to traffic considerations, changes to the Job Mix Formula, phasing of large projects, or other factors affecting the consistency in the production, lay-down/compaction, use of completed portions, and aging of in -place material. Acceptability of the canpleted pavement shalLl be lased on the average of a minimum of 3 tests per project for each of the mixture types specified. Pay adjustments for two or more acceptance factors shall be cumulative. Pay adjustments of 100X unit price reduction shall require removal and replacement of the work. Replacement materials shall be subject to all requirements of this specification. Alternatively, Engineer may allow the work to ren+in in place without payment provided that the work is warranted for an extended period and tender conditions as determined by the Fhgineer. (1) Nat- Pay - Adjustment Accepta me Factors: (a) Surface Characteristics: All pavements except local streets shall be tested for smoothness. Surfaces shall be tested with a 10 foot straightedge parallel to the roadway centerline and perpendicular to the centerline on flat, cross -slope sections. Mandnun allowable deviation in 10 feet shall be 1/8 inch parallel to the centerline and 114 inch perpendicular to the centerline. Sections exceeding these nendmms shall be corrected to the satisfaction of the Engineer. The completed surface must net the approval of the Engineer for surface smoothness, finish and appearance. (b) Stability: Stability test results shall be used as indicators of potential problems. Where stability test results fall outside the range indicated below, additional tests shall be taken as directed by the Fhgineer for further evaluation and monitoring of the paving mixture. When, in the opinion of the Engineer, the stability is deemed unacceptable for the intended use of the pavement, the paving mixture shall be removed and replaced to the limits indicated by test results or may be left in place on conditions acceptable to the Engineer. 340 02/19/92 ME M STABILITY SCHEME USE srAnn.rry VALUE Local Streets All others 35-55 37 -55 (c) limited Arms: Irrespective of an acceptable overall project average for any or all of the Pay - Adjustment Acceptance Factors, limited substandard portions of the work, as determined by the Engineer, shall be remedied or removed and replaced to the satisfaction thereof. (2) Pay-Adjustment Acceptance Fhctass: Contract unit prices shall be adjusted for paving mixtures that fail to meet acceptance criteria for gradation, asphalt content, density and mat thickness in accordance with the following: It Mix Asphaltic Concrete Pavement 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 340 02/19/92 DEVIATION FROM PERCENT CCN RACT UNIT STEVE JOB MIX FORMULA PRICE REDUCIICN Total retained on No. 10 + 5.0 0 5.1 + 10 Passing No. 200 + 3.0 0 3.1 + 5 Deviation from the Job Mix Formula + 0.50 + 0.51 to + 0.60 + 0.61 to + 0.70 - 0.61 to - 0.70 Over + 0.70 *PERCENT DENSITY Above 97 92 to 97 91.9 to 88.1 Less than 88.1 GRALI9TION L PAN:21 SCE 2 ( 210-F) ASPHALT CR:ENT AOZEPT9YLIi SCHEDULE (ES 210-F) VARIAN PPR(IT OF THICKNESS 0 -10 10.1 - 16 16.1 - 25 25.1 - 33 Over 33 100;Rerove and Replace 0 0.625 per 0.10% deficiency in density 100;Rmove and Replace Percent Contract Unit Price Reduction Local Streets* 1 All Others 0 15 25** 100; Remve and Replace 100; Remove and Replace 0 25 100; Remove and Replace 100; Remove and Replace 100; Remove and Replace *A local or residential street that serves as access to a residence or other abutting property. **If the street has an ADT of 500, or less, with 1%, or less, of truck traffic, plus a 2 year warranty; otherwise, Remove and Replace. TENSITT ACCEPTAN SOMME ('D3._207- P/1FS- 227 -P) Percent Contract Unit Price Reduction 1 -1/2" Thickness or Greater Less than 1 -1/2" Thickness *Core bulk density divided by max. theoretical density TEICRIESS ALTEPTAKE SOMME 100; Remove and Replace 0 0.50 per 0.10% deficiency in density 100; Remove and Replace PERCFNr ai ACr WIT PRICE REULTSCN 0 20 40 45 100; Remve and Replace or mill/overlay 1" mini/nun Hot Mix Asphaltic Page 8 Concrete Pavement The Density Acceptance Schedule will not apply to small paridtg lots and other irregularly shaped areas in which it is difficult to properly roll. It will apply to utility trenches 4 feet or wider. ' Core thicknesses greater than plan requirements shall be factored into calculation at plan rehired thickness. If total thickness of lift(s) proves to be less than required, Contractor may remove and replace or overlay deficient areas as agreed by Engineer. Overlays shall be a thickness not less than 1 inch. overlays shall require milling of asphalt adjacent to concrete curb and gutters. 340.12 Yeamramnt )lathed A: Asphaltic concete pavement shall be measured by the ton (2,000 pounds) of asphaltic concrete pavement of the type actually used in completed and accepted work in accordance with plans and specifications. Measurement of tonnage shall be made on approved truck scales. Method B: Asphaltic concrete pavement shall be measured by the square yard of specified total thickness of the type paving mixture actually used in completed and accepted work in accordance with plans and specifications. Multiple lifts of the same type shall be considered as one for square yardireammement purposes. 340.13 Payment work performed and materials furnished as prescribed by this item and measured as provided under "Measurement" will be paid for at the unit prices bid or pay adjusted unit price for HOT MIX ASPHALTIC CONCRETE PAVEMENT, of types and thicknesses specified, which prices shall be full compensation for furnishing all labor, equipment, time, materials and incidentals necessary to complete the work. Prime coat, tack coat, sawcuttirg and temporary pavement markings will not be measured or paid for directly but shall be considered subsidiary to IEM 340, HOP MIX ASPHALTIC CONCRETE PAVEMENT unless included as a separate pay item in Contract. Payment for work meeting specifications will be made under one of the following: END Pay Item Nip. 340-A: Hot Mix Asphaltic Concrete Pavement, Type , Level -up Course - Per Ton Pay Item bib. 340-B: Hot Mix Asphaltic Concrete Pavement, in., Type - Per Square Yard. Ref: 230, 232, 301, 306, 307, 864, 1804 340 02/19/92 Page9 Hot Mix Asphaltic Concrete Pavement 403.1 Description This item shall govern quality, storage, hard]ing, proportioning and mixing of materials for Portland cement cuicrete construction of buildings, bridges, adverts, slabs, prestressed concrete and incidental appurtenances. 403.2 Materials Concrete shall be composed of Portland cement or Portland cement and fly ash, water, aggregates (fine and coarse), and admixtures proportioned and mixed as hereinafter provided to achieve specified results. (1) Carendtions Materials (2) Mixing Water Item tb. 403 Concrete far Struchaee Portland cement shall conform to AS]M C 150, Type I (General Purpose), Type II (General Purpose with Moderate Sulfate Resistance) and Type III (Sigh Early Strength). Type I shall be used when none is specified. Type I and Type III shell not be used when Type II is specified. Type III may be used in lieu of Type I when the anticipated air temperature for the succeeding 12 haws will not exceed 60 F. All cement shall be of the same type and fran the same source for a monolithic placement. Fly ash (meted by TIM designations Type A and Type B) may replace 20 to 35 percent of a mix design's Portland curt content by absolute volume. Fly ash shall not be used in mix designs with less than five (5) sacks of Portland cement per cubic yard unless specifically permitted by the contract plans or project manual. Fly Ash may be used in all other classes of concrete, except that Type B fly ash stall not be used with Type II cement. Fly ash shall conform to the requiresents of Item 405, "Concrete Admixtures." Water for use in concrete and for acing shalt be potahu water free of oils, acids, organic matter or other deleterious substances and shall not contain more than 1,000 parts per million of chlorides as C1 or sulfates as SO Contractor may request approval of water from other sources. Contractor shall arrange for samples to be taken from the source and tested at his expense. Water quality tests shall conform to AMMO Method T 26 except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of crushed or nr„ ru shes gravel crushed blast furnace slag, crushed stone or oa binations thereof; free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material either free or as an adherent mating. It shall not contain more than 0.25 percent by weight of clay lows, 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 in accordance with SCSPT Test Method TER- 413-A. It shall have a war of not more than 40 percent when tested in accordance with SDIPT Test Method TEX- 410-A. 06/28/91 1 Concrete for Structures 1 2 3 4 5 Unless otherwise indicated, coarse aggregate shall be subjected to 5 cycles of the soundness test =forming to scan Test Method TEX -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used or 18 percent when =posit= sulfate is used. Coarse aggregate shall be washed. The Lass by Decantation (s0gFT Test Method TIM- 406 -A), plus allowable weight of clay lumps, shall not exceed 1 percent or value indicated on the plans or in the project manual, whichever is less. If material finer than the 200 sieve is definitely established to be dust of fracture of aggregates made primarily from crushing of stone, essentially free form clay or shale as established b saw Test Method TEX-406 -A, the percent mqy be increased to 1.5. The coarse aggregate factor may not be more than 0.82; however, when voids in the coarse aggregate exceed 48 percent of the total roared volume, the coarse aggregate factor shall not excess 0.85. The coarse aggregate factor mqy not be less than 0.68 except for a ('1ssa I machine extruded mix that shall not have a coarse aggregate factor not lower than 0.61. When exposed aggregate surfaces are required, the «arse aggrte shall consist of particles with at least 40 percent crushed faces. tncrushed gravel,. polished aggregates and clear resilient coatings are not acceptable for exposed aggregate pedestrian surfaces (i.e. sidewalks, driveways, medians, islands, etc.). Grade 5 aggregates shall be used for exposed aggregate finishes. When tested by approved met hods, the coarse aggregate including crnbinatiats of aggregates when used, shall conform to the grading requirements sham in Table 1. Thhle 1 Coarse Aggregate Gradation Chart (TES 401-A, Derma Retained) fEnt• I 1 1 Grade Size 2 1/2" 2" 1 1/2" 1" 3/4" 1/2" 3/8" No. 4 2 1/2" 1 1/2" 1" in 3/4" 0 (4) Fine Aggregate 0-20 0 0 15-50 0-5 0-5 0 0-5 0 60-80 30-65 100 0-10 40-75 40-75 70-90 45-93 95-1W 95-100 95-100 90-100 90-100 b. 8 95-100 95-100 Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a carbinatim thereof, with or without a mineral filler. it shall be free from fttucm material or injurious amounts of salt, alkali, vegetable matter or other objectia - able material and it shall not contain more than 0.5 percent by weight of clay lumps. What subjected to color test for organic impurities per min Test Method TEE- 408-A, it shall not show a color darker than standard. Acid insoluble residue of fine aggregate used in slab calcrete subject to direct traffic shall not be less than 28 percent by weight whet tested informing to scan Test Method TEX -612- J. 403 06/28/91 2 Concrete for Structures i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Shen tested by approved methods, the fire aggregate, irrludirg combinations of aggregates, %ten used, shall conform to the grading requirenants shown in Table 2. Table 2: Fine Aggregate Gtadation Chart (M 401-A, Percent Aetaired) 3/8" I No. 4 I No. 8 I No. 16 1 lb. 30 l Nb. 50 I No. 10D I No. 200 0 1 0-5 1 0-20 1 15-50 1 35-75 1 65-90 1 90 -100 1 97 -100 1 1 1 1 1 1 1 'here sand equivalence is greater than 85, retairege on No. 50 sieve way be percent. vtere mefactured sand is used in lieu of natural sand, the permit ru peroeit retained on No. 200 sieve shall be 94 to 100. Sand equivalent per SCOT Teat Method TEX- 203 -F shall not be less than 83 nor less than otherwise indicated, v{richever is greater. The fineness modulus will be determined by adding the percentages by weight retained m sieve Nos. 4, 8, 16, 30, 50 and 100 and dividing the sum of the six sieves by 100. For Class A and C =inmate, the fineness modulus shall b b 2.30 and 3.10. For Class 8 concrete, the fineness modulus shall be between 2.40 and 2.90. (5) Mineral Filler mineral filler shell consist of stone dust, clean crushed sand, approved fl ash or other approved inert material. (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 color required. When required by the Etwereer, an approved latex adhesive shall be added to the mortar. (7) Adaixtrses All admixtures shall cceply with the requirements of ri»i 405 ONCREIE ACKEICIIRES. Calcium chloride -based admxtures small not be approved. 403.3 Storage of Clement and Fly ASh Cement and fly ash shall be stored in separate and cell ventilated, weatherproof buildings or approved bins which will protect the material from dangness or absorption of moisture. Storage facilities shall be easily accessible and each shipment of packaged cement shall be kept separated to provide for identification and inspection. i+Yginepr may permit small quantities of sacked cent to be stored in the open for a maxims of 48 hours on a raised platform and under waterproof covering. 4 03.4 Storage of haggles Aggregates shall be stockpiled in sizes to facilitate blending. If the aggregate is not stockpiled on a hard, man, contaminant base, the bottom 6 inch layer of the stockpile shall not 403 06/28/91 3 Caxmn *P fn* 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 be used without recleaning the aggregate. Where space is limited, stockpiles shall be separated by walls or other appropriate barriers. Aggregate shall be stockpiled and protected from the weather a minim= of 24 hours prior to use to minimize free moisture content. When stockpiles are too large to protect from the weather, accurate and continua's teens acceptable to the Engineer shall be provided to monitor aggregate temperature and moisture. Aggregates shall be stodtpiled and handled such that segregation and contamination are minimized. 403.5 Measurement of Materials Water shall be accurately metered. Fine and coarse aggregates, mineral filler, bulk cement and fly ash shall be weighed separately. Allowances shall be made in the water volt=s and aggregate weights during hatching for moisture content of aggregates and admixtures. Volmetric and weight measuring devices shall be acceptable to Engineer. Batch weighing of sacked cerant is not required; however, begs, individually and entire shipments, may not vary by more than 3 percent from the specified weight of 94 pounds per bag. The average bag weight of a shipment shall be detesdrned by weighing 50 begs taken at randan. 403.6 Mix Design Contractor shall furnish a mix design acceptable to the Engineer for riaec of concrete specified. The nix shall be designed by a qualified camerdal laboratory and signed/sealed by a Texas - registered Professional Engineer to conform with requirements contained herein, to ACI 211.1 or sown Bulletin C-11 (and supplerents thereto). Contractor shall perform, at his own expense, the work required to substantiate the design, including testing of strength spec3mars. Camplete concrete design data shall be submitted to the Engineer for approval. The mix design will be valid for a period of one (1) year provided that there are no changes to the component materials. At the end of one (1) year, a previously- approved sox may be resubmitted for approval if it can be shown that no substantial change in the component materials has occurred. The resubsittal analysis mot be revieed, signed and sealed by a Texas - registered Professional Engineer. This resubmitted will include a reanalysis of specific gravity, absorbtion, finess modulus, sand equivalent, soundness, weer and twit weights of the aggregates. Provided that the fineness modulus did not deviate by more than 0.20 or that the reproportioned total mixing water, aggregate and cement (or cement plus fly ash) are within 1, 2, and 3 percent, respectively, of pre-approved quantities, a one -year exteasim an the approval of the mix may be granted by the Engineer. Updated cement, fly ash, and a&nixture certificaticcs shall acconpany the resubnittal. Approved admixtures conforming to Item 405, "Concrete Admixtures" may be used with all classes of concrete at the optic of the Cantractor provided that specific requirements of the governing concrete structure specification are met. Water reducing and retadirg agents shall be required for !rat weather, large mass, and continuous slab placements. Air entraining agents may be used in all mixes but must be used in the classes indicated on Table 4. Unless approved by the Engineer, mix designs shall not exceed air contents for extreme exposure ccditicns as recarmanded by ACI 211.1 for the various aggregate grades. 403 7 Consistency and Onality of Concrete Consistency and quality of concrete should allow efficient placement and mrpletim of finishing operatics before initial set. Retevparing shall not be allowed. When field ccditians are such that additiaral moisture is needed for final concrete surface finishing 403 11/22/91 4 - Concrete for Structures 1 1 1 1 1 1 1 1 1 1 1 1 1 1 operation, required eater shall be applied to surface by fog spray only and shall be held to a minimum. Concrete shall be workable, cohesive, possess satisfactory finishing qualities and of stiffest consistency that can be placed and vibrated into a homogeneous mass within Blimp requireits specified in Table 3. Excessive bleeding shell be avoided and in no case will it be permissible to expedite finishing and drying by sprinkling the surface with event powder. No concrete will be permitted with a slump in access of the maximums shown unless water reducing m ndxtures have been previously approved. Slump values shall conform to SWF Test Method 1ER- 415-A. Table 3: Slurp Requirements Slump, inched Type of Qnstroction Mex. Min. Cased Drilled Shafts 4 3 Reinforced Fozhdaticn 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 Precast Draiange Structures 6 4 Wall Sections over 9 inches 4 3 Reinforced Building Slats, Beams, Coltm>s and Walls 4 1 Bridge Decks 4 2 Pavements, Fixed -form 3 1 Pavements, Slip -form 1 1/2 1/2 Sidecralks, Driveways and Slabs on Grand 4 2 Curb & Gutter, Band vibrated 3 1 Curb & Gutter, Band- tamped or spaded 4 2 Curb & Gutter, Slip-form/extrusion machine 2 1/2 Heavy Mass Construction 2 1 High Strength Concrete 4 3 Riprap and Other Miscellaneous Concrete 6 1 Under Water or Seal Concrete 6 5 During progress of the work, Engineer or City's testing laboratory shall cast test cylinders and/or beers as a check on compressive and/or fle,aral strength of concrete actually placed. Engineer or City's testing laboratory may also perform slurp tests, entrained air tests and temperature checks to ensure ariliance with specifications. Proportioning of all material components shall be checked prior to discharging. Secluding mortar material for pre-coating of the mixer dam [403.8(2)] and adjustment for moisture content of admixtures and aggregates, material components shall fall within the Large of + 1X for water, + 2% for aggregates, + at for cement, -2X for fly ashd and within manufacturer recannended dosage rates for admixtures except that air entrainment shall be + 1 -1/2 points of the mix design requirements. Unless otherwise specified, concrete mix temperature shall not exceed 90 F except in mixes with high range water reducers where a neximm mix temperature of 100° F' will be allowed. Cooling an otherwise acceprahla mix by addition of water or ice will not be allowed. 403 06/28/91 5 Concrete for Structures 1 1 Sk Cement Class I Per CY Min. 28 Day psi Min. Beam 7 Day psi *Max. W/C Ratio Coarse Agg. No. Air Eat. 1,2,3,4,5 2,3,4,5 1,2,3,4,5 2,3,4 q M .2i A 1) ul 3,4 2,3,4,5 2,3,4,5 2,3,4,5 1 1 1 l 1 r 1 1 Test beams or cylinders will be required for small cements such as manholes, inlets, culverts, wirapaals, etc. Engineer mgy vary the number of tests to a minimm of 1 for each 25 cubic yards placed over a several day sod. Test beans or cylinders shat be required for each monolithic placement of bridge decks or superstructures, top slabs of direct traffic culverts, cased drilled shafts, structural beams and as otherwise directed by FYgineer for design strength or early form removal. Test beams or cylinders made for early form removal or use of structure will be at Contractor's expense, except when required by fir. A strength test shall be defined as the average of braking strength of 2 cylinders or 2 beams as applicable. Specimens will be tested conformng to SDBPT Test Method TEX -4184 or Tf7C -42O -A. If required strength or consistency of class of concrete being produced cannot be secured with minimum cementitsous material specifies or without exceeding mepdmun water /xrma:titixus material ratio, Contractor will be required to furnish different aggregates, use a water reducing agent, an air entraining agent or increase cementitious material content in order to provide concrete meeting these specifications. Test specimens 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 S>lPT Bulletin C-11 (and supplements thereto). When control of concrete quality is by 28 day compressive tests, job control will be by 7 day flexural. tests. If the required 7 day strength is not secured with the quantity of cement specified in Table 4, changes in the mix design shall be cede and resubmitted for approval. %able 4: Classes of °mete Notes: 1. Grade 1 coarse aggregate may be used in massive foutdatic s only (except cased drilled shafts) with 4 inch minimm clear spacing between reinforcing steel. 2. When Type II corm is used in C'laeq C or S concrete, the 7 day beam break requirement will be 550 psi; with Class A, 460 psi., minimm. 3. *Doe design water-cement ratio shall be appropriately adjusted for mixes with fly ash per ACE 211.1 or & PT C-11 (and supplements thereto), as applicable. 403 06/28/91 6 Concrete for Structures 4. lwftudmm air design contents for the five grades of coarse agpp eegte, unless otherwise approved by Engineer, are: 4.5Z for Grade 1, 5.55 for Grade 2, and 6.0% for Grades 3, 4, and 5. 403.8 Mixing and ithdng Badmen All equipment, tools and machinery used for hwiling materials and performing any pert of the work shall be maintained in such caditian to insure capletion of the wort without excessive ddgys. Mixing shell be done in a mixer of approved type and size that will produce uniform distribution of material thraghout the mass and shall be capable of producing concrete meeting requirements of ASIM C 94, Reedy -mixed Ca:crete and these specifications. ltiadtg equipment shall be capable of producing sufficient concrete to provide required quantities. Entire contents of the dam shall be discharged before any materials are placed therein for a succeeding hatch. Improperly mixed concrete shall not be placed in a structure. The mixer may be batched by either volumetric or weight sensing equipment and shall be equipped with a suitable timing device that will lock the discharging mechanism and signal when specified time of mixing has elapsed. (1) Proportioning and Mhdng Equipment For all miscellaneous concrete placements, a mobile, continuous, volumetric mixer or a volumetric or weight batch mixer of the rotating paddle type may be used. Vhen approved by Engineer in writing or when specified for use, these mixers may be used for other types of concrete anstructim, including g structural concrete, if the nnudner of mixers furni will supply the amount of concrete required for the particular operation in question. These mixers shall be designed to receive all the concrete ingredients, including admixtures, required by the nix design in a continuous uniform rate and mix them to Me required consistency before discharging. Mixers shall have adequate water supply and metering devices. For cretinous volumetric mixers, the materials delivered during a revolution of the driving mechanism or in a selected interval, will be carsidered a hatch and the proportion of each inngreiient will be calculated in the same manner as for a hatch type plant. Miming tine shall conform to recammedaticnns of manufacturer of mixer unless otherwise directed by Engineer. (2) Ready -mixed Concrete Use of ready -mixed concrete will be permitted provided the hatching plant and mixer trucks meet quality requirements specified herein. Rhea ready-mixed concrete is used, additional mortar (1 sack coed, 3 parts sand and sufficient water) shall be added to each latch to coat the mixer dam. Ready-mixed concrete, latching plant and mixer truck operation shall include the following: (a) A ticket system will be used that includes a copy for the Inspector. Ticket will have machine stamped time/date of concrete batch, weight of cement, fly ash, sand 403 06/28/91 7 Concrete for Structures 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 and aggregates; exact nanenclature and written quantities of admixtures and water. Any item missing or incaaplete on ticket may be muse for rejection of concrete. (b) Sufficient trucks will be availably to support continuous placements. Contractor will satisfy Engineer that adequate standby trucks aro a vailehl a monolithic placement requirements. to support (c) A portion of arbdng water required by the mix design to produce the specified slump may be withheld and added at the job site, but only with permission of Engineer and under the Inspector's observation. When water is added under these conditions, it will be thoroughly mixed before any slump or strength samples are taken Additional cement shall not be added at the job site to otherwise unacceptable mixes. (d) A metal plate(s) shall be attached in a prominent place on each truck mixer plainly showing the various uses for which it was designed. The data shall include the drum's speed of rotation for mixing and for agitating and the capacity for complete mixing and/or agitating only. A copy of the manufacturer's design, showing dimauicros of blades, shall be available for inspection at the plant at all times. Accunulaticns of hardened concrete shall be reamed to the satisfaction of the Engineer or Owner. (e) The loading of the transit mixer shall not exceed capacity as shown an the manufacturer's plate attached to the miner or 63 percent of the drum volume, whichever is the lesser volute. The loading of transit mixers to the extent of causing spill-out enroute to delivery will not be acceptable. Consistent spillage will be cause for disqualification of a supplier. (f) Excess concrete ree ninirg in the drum after delivery and wash water after delivery shall not be dumped on the project site unless approval of the dump location is first secured from the 1}gL�r or Owner. (3) Hand-rainad Concrete Hand mixing of concrete may be permitted for small placarents or in case of an emergency and the ally on authorization of the Engineer. Hand -mixed batches shall not exceed a 4 cubic foot batch in volnme. Material volume ratios shall not be leaner than 1 part cement, 2 parts large aggregate, 1 part fine aggregate and enough water to produce a consistent mix with a slump not to exceed 4 inches. Admixtures shall not be used unless specifically approved by the Engineer. 403.9 Ekcavation, Placing of Concrete, Finishing, Curing and Bad:ffill E7ccavatien, placing Of concrete, finishing, curing and backfill shall worm to Item 401, "Structural Excavation and Backfill", and Item 410, "Concrete Structures. 403.10 Measurement Where measurement of concrete for a structure is not provided by another goverirg pay item in the Project hiataral, measurement shall be made under this specification in acconiance with the following. 403 06/28/91 8 Cancrete for Structures 1 1 1 1 1 1 1 1 1 1 The quantities of concrete of the various classifications which constitute the completed and accepted structure or structures in place will be measured by the cubic yard, each, square foot, square yard or linear foot as indicated in the Project Manual Measurement will be as follows: (1) General 403.11 Payment (a) Measurement based on dimensions shall be for the completed structure as mewed in pl ace. However, field-measured dimensions shall not exceed those indicated on the plans ores may have been directed by the Engineer in writing. (b) No deductions shall be wade for chamfers less than 2 inches in depth, embedded portions of structural steel, reinforcing steel, nuts, bolts, conduits less than 5 inches in diameter, pre/post tensioning tendons, keys, wmterstops, weep holes and expansion joints 2 inches or less in width. (c) No measurement shall be made for concrete keys between adjoining be or prestressed concrete planks. (d) No measurement shall be made for fill concrete between the ends or adjoining prestressed concrete planks/box beams at bent caps or between the ends of prestressed concrete planks/box beams and abutment end walls. (e) No measurement shall be made for inlet and junction box invert concrete. (f) No measurement shall be made for any additional concrete required above the normal slab thickness for camber or crown. (2) Plan Quantity. For those items measured for plan quantity payment, adequate calculations have been made. If no adjustment is required by Article 403.11, additional measurements or calculations will not be required or made. (3) Measured in Place. For those items not measured for Plan Quantity payment, measurement will be node in place, subject to the requirements of Article 403.10(1)(a) above. The work performed and materials furnished as prescribed by this item and measured in accordance with the applicable provisions of "Measurement" above will be paid for as follows. The quantity to be paid for will be that quantity shown on the contract plans and/or in the Project Manual, regardless of errors in calculations, except as may be modified by the followitg. Plan Quantities will be adjusted: (1) Vhen 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. Quantities revised in this Wrier will not be subject to the provisions of Section 00140, "General. Conditions of Agreement ", Article 5.02. 403 06/28/91 9 Concrete for Structures 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (2) Shen the plan quantity for a complete structure element is in error by 5 percent or mare, a recalculation will be made and the corrected quantity included for payment. Quantities revised in this manner vill not be subject to the provisions of Section 00140, "General Conditions of Agreement ", Article 5.02 . (3) When quantities are revised by a charge in design, the "plan quantity" vill be increased or decreased by the amount involved in the design change. Quantities revised in this aeon will be subject to the provisions of Section 00140, " Gearal Conditions of Agreement ", Article 5.02 The party to the contract requesting the adjustment X11 p to the other, a copy of the description and location, together with enln of the quantity for the structure element involved. Shen this quantity is certified correct by the Engineer, it will become the revised plan quantity. Payment for increased or decreased costs due to a Change in design on those item measured as "Whin Yard ", "Each", "Square Foot ", "Square Yard" or "Linear Foot" vi11 be determined by Change Order. Quantities revised in this manner will be subject to the provisions of Section 00140, "General Conditions of Agreement ", Article 5.02. The unit prices bid for the various classes of concrete shown shall be full coopwalsation for furnishing, hauling, and mixirg all concrete material; placing, fin1.hi g and curing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this item; and for all forma and falsework, labor, tools, equipment and incidentals necessary to complete the work. Pay Item No. 403: (Structure or Structural Component) — Per (Ihit Measure). 403 06/28/91 10 Concrete for Structures 1' 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 r t 1 Item No. 405 Cartete Admixtures 405 1 Description This item shall govern material requirements of admixtures for Portland cena t concrete. 405.2 Materials All admixture submittals mist be approved by the Engineer:. No admixture shall be chloride -based or have chloride(s) added in the manufacturing process. Admixtures mist be pretested by the Texas Department of Transportation moor) Materials and Tests FY:gineer and be included in the State's current approved admixture list. All admixtures mist retain an approved status through the duration of a mix design's one-year approval period. (1) Air traini g Admdxttae: An "Air Entraining Admixture" is defined as a material which, liter added to a concrete mixture in the proper quantity, will entrain uniformly dispersed microscopic air bubbles in the concrete mix. The admixture shall net the requirements of ASLM Designation: C 260 modified as follows: (a) The cement used in any series of test shall be either the cement proposed for the • specific work or a "reference" Typal cement from one mill. (b) The air entraining admixture used in the reference concrete shall be Neutralized Vinsol Resin. (2) Water - reducing Admixture: A "Hater- reducing Admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and required strength. This admixture shall conform to ASIM C 494, Type A. (3) Arce1et tirg Admixture: An "Accelerating Admixture" is defined as an admixture that accelerates the setting time and the early stregth development of concrete. This admixture shall conform to ASDI C 494, Type C. The accelerating admixture will contain no chlorides. (4) Water - redu Retarding Admixture: A "Hater- reducing, Retarding Admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and retard the initial set of the concrete. This admixture shall conform to ASIM C 494, Type D. (5) High -rage Water Redwcirg Admixtures: A "High -range Water Reducing Admixture ", referred to as a superplasticizer, is defined as a synthetic polymer material which, when added to a low slump concrete mixture increases the slump without adversely affecting segregation, impermeability or durability of the mix. This admixture shall conform to ASIM C 494, Type F or G. (6) Fly Ash: Fly ash used in Portland cement concrete as a substitute for Portland cement or as a mineral filler shall comply with TlDOr Materials Specification D- 9-8900 and be listed on TXDOr's current list of approved fly ash sources. 405 05/18/92 Page 1 Concrete Admixtures 405.3 Certification and Product Information The Contractor shall submit the nave of the admixture proposed and manufacturer's certification that the selected admixtures meet the requireceits of this item and of AM/ C 260 and C 494 as applicable. Admixtures for a mix design shall be of the same brand. If more than one admixture is proposed in the concrete mix, a statement of compatibility of components shall accompany certification. Manufacturer's. product literature shall specify when in the hatching /mixing operation the admixture mist be added The Engineer may request additional information such as infrared spectrophotometry scan, solids content, pH value, etc., for further consideration. Any unreported changes in formulation discovered by any of the tests prescribed herein may be cause to permanently bar the manufacturer from famishing admixtures for Owner's work. 405.4 Construction Use of Admixtures All admixtures used shall be liquid except high-range water saucers which may be a powder. Liquid admixtures shall be agitated as needed to prevent separation or sed1s itaticn of solids; however, air agitation of Neutralized Vinsol Resin will not be alloyed. No admixture shall be dispensed on dry aggregates. Admixtures shall be dispensed at the latching site separately, but at the same time as the mixing water. Only high range water reducers may be introduced into the mix at the job site. When other admixtures are used with fly ash, the amount of the other admixture to be used shall be based on the amount of Portland cement only and not the amount of Portland cement and fly ash. Vhen high -range water reducers are to be added at the job site, transit mixers shall be used. Admixture nenufacturer literature shall indicate recamended mixing methods and time for the specific equipment and mix design used. The transit mix equipment shall not be loaded in excess of 63 percent of its rated capacity to erasure proper ndxi.ng of the admixture at the site. If during discharging of concrete a change in slurp in excess of 309, is noted, the regaining concrete shall be rejected unless prior approval was given by the Engineer to retemper a load with a second charge of admixture. Retempering with water shall not be allowed. Accelerating admixtures will not be permitted in combination with Type II cement. All mixes with air entrainment shall have a ndni m relative durability factor of 80 in accordance with ASIM C 260. Dosage of air entrainment admixtures may be adjusted by the Contractor to stay within the specified tolerances for air entrainment of ITEM 403 CCNCRETE FOR STRUCTURES. 405.5 Bream eneit and Payment The requirements of this specifications shall not be neasursi and paid for directly, but shall be subsidiary to the various bid items in the project manual. END 405 05/18/92 Page 2 Concrete Admixtures 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 406.1 Description This item shall consist of the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity indicated and in accordance with these specifications. 406.2 Materials (1) Bars Item No. 406 Reinforcing Steel Bar reinforcement shall be deformed and shall conform to ASTM A 615, A 616, Grades 40, 60 or 75 and shall be open- hearth, basic oxygen or electnc furnace new billet steel, unless otherwise indicated. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grades 40 or 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM specification. The required bend shall be 90 degrees at a minimum temperature of 60 F around a pin having a diameter of 10 times the nominal diameter of the bar and shall be free of cracking. Spiral reinforcement shall be either smooth or deformed bars or wire of the minimum diameter indicated. Bars for spiral reinforcement shall comply with ASTM A 675, A 615 or A 617. Wire shall comply with ASTM A 82. The mini- mum yield strength for spiral reinforcement shall be 40,000 psi. In cases where the provisions of this item are in conflict with the provisions of the ASTM Designation to which refer- ence is made, the provisions of this item shall 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: 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 fumace 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 fabnc, when used as reinforcement, shall conform to ASTM A 185 or A 497. 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 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 406.3 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 Where deformed wire is required, the size number shall be preceded by D and for smooth wire the prefix W shall be shown. (3) 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. 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 Chair Types and Applicable Uses 0.310 0.300 0.280 0.260 0.240 0.220 0200 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 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. 11 Unless otherwise indicated, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend. Bar Number Grade 40 3,4,5 6, 7, 8 All bends in main bars and in secondary bars not covered above. Bar Number 3 thru 8 9, 10 11 14, 18 406.4 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 conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil or other foreign matenals. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale wit 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, ctuded for measurement, subject to the following: Splices will not be permitted in bars 30 feet or less in plan length. For bars exceeding 30 center to center of splices shall not be less than 30 feet minus 1 splice length, with no more than 10 feet. Splices not indicated, but permitted hereby, shall conform to Table 1. The s maintained at such splices and the bars placed in contact and securely tied together. Bar Number 3 4 5 6 7 No. 8 No. 9 No. 10 No. 11 3d 4d Grade 40 6d 8d 8d 10d Table 1 Minimum Lap Requirements Grade 40 1 foot 0 inches 1 foot 2 inches 1 foot 5 inches 1 foot 9 inches 2 feet 4 inches 3 feet 0 inches 3 feet 10 inches 4 feet 10 inches 5 feet llinches Grade 60 4d 5d Grade 60 6d 8d 8d 10d Grade 60 1 foot 0 inches 1 foot 9 inches 2 feet 2 inches 2 feet 7 inches 3 feet 5 inches 4 feet 6 inches 5 feet 8 inches 7 feet 3 inches 8 feet 11 inches Grade 75 8d walls and parapets, but not in- feet in plan length, the distance than 1 Individual bar length less pacified concrete cover shall be Spiral steel shall be lapped a minimum of 1 turn. Bar No. 14 and No. 18 may not be lapped. Welding of reinforcing bars may be used only where indicated or as permitted herein. All welding operations, processes, equip- ment, materials, workmanship and inspection shall conform to the requirements indicated. All splices shall be of such dimension and character as to develop the full strength of the bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field, except Bar No. 6 and larger shall be done in the shop. Delivered bars shall be of sufficient length to permit this practice. Page 3 04/17/86 406 1l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 of 6 inches will be required. Unless otherwise indicated, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 406.7 Placing Reinforcement shall be placed as near as possible in the position indicated. Unless otherwise indicated, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than ' /,2 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 '/4 inch. Cover of concrete to the nearest surface of steel shall as follows: Minimum Cover, Inches (a) Concrete cast against and permanently exposed to earth 3 (b) Concrete exposed to earth or weather: Bar No. 6 through 18 bars 2 Bar No. 5, W31 or 031 wire and smaller 11/2 (c) Concrete not exposed to weather or in contact with ground: Slabs, walls, joists: Bar No. 14 and 18 11/2 Bar No. 11 and smaller 1 Beams, columns: Primary reinforcement, ties, stirrups, spirals 11/2 'Shells, folded plate members: Bar No. 6 and larger 1 Bar No. 5, W31 or 031 wire, and smaller 1 Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers or approved precast mortar or concrete blocks. For approval of plastic spacers on a project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than 1 foot in each direction, 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 prefabncated deformed wire mats are specified or if the Contractor requests, welded wire fabric may be substituted for a comparable area of steel reinforcing bar plan, subject to the approval of the Engineer /Architect. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases and when specifically authonzed by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed 21/2 inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required and the surface to be placed adjacent to the forms shall be a true plane, free of surface imperfections. Reinforcement shall be supported and tied in such a manner that a sufficiently rigid cage of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the above. No concrete shall be deposited until the Engineer /Architect has reviewed the placement of the reinforcing steel and all mortar, mud, dirt, etc, shall be cleaned from the reinforcement, forms, workers' boots and tools. 406.8 Measurement The measurement of quantities of reinforcement fumished and placed will be based on the calculated weight of the steel actually placed as indicated, with no allowance made for added bar lengths for splices requested by the Contractor nor for extra steel used when bars larger than those indicated or with a higher grade of steel are substituted with the permission of the Engineer/ 406 04/17/86 Page 4 i t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Architect. Tie wires and supporting devices will not be included in the calculated weights. The calculated weight of bar reinforce- ment will be determined using the theoretical bar weight set forth in this item. Measurement required by a change in design will be computed as descnbed 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 Steer, which price shall be full compensation for fumishing, bending, fabricating, welding and placing reinforcement, for all clips, blocks, metal spacers, ties, chairs, wire or other materials used for fastening reinforcement in place and for all tools, labor, equipment and incidentals necessary to complete the work. Reinforcement in items specifically including the reinforcement shall not be paid for directly, but shall be included in the unit price bid for the items of construction in which the reinforcing steel is used. Payment, when included as a contract pay item, will be made under: Pay Item No. 406: Reinforcing Steel — Per Pound. End Page 5 04;17186 406 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 408.1 Description This item shall govem for the furnishing and placing of all longitudinal, contraction and expansion joint material in concrete work as herein specified in the various items of these specifications as indicated or as directed by the Engineer. 408.2 Material (1) Preformed Asphalt Board Preformed asphalt board formed from cane or other suitable fibers of a cellular nature securely bound together and uniformly impregnated with a suitable asphaltic binder and meeting the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM D 1751. (2) Preformed Nonbituminous Fiber Material Preformed nonbituminous fiber material shall meet the requirements of the Standard Specifications for the Pre- formed Expansion Joint Filer for Concrete Paving and Structural Construction, ASTM D 1751, except that the re- quirements pertaining to bitumen content, density and water absorption shall be voided. (3) Boards Item No. 408 Concrete Joint Materials Boards obtained from Redwood timber, of sound heartwood, free from sapwood, knots, clustered birdseye, checks and splits. Occasional sound or hollow birdseye, when not in clusters, will be permitted provided the board is free from any other defects that will impair its usefulness as a joint filler. (4) Joint Sealer (Concrete Pavement) This material shall be a one part low modulus silicone especially designed to cure at ambient temperatures by react- • ing with moisture in the air and shall have the following properties: As Supplied Color Gray Flow, MIL- 2 -8802D Sec. 4.8.4 0.2 maximum Working Time, minutes 10 Tack -Free Time at 77 F ±2 F Min. MIL- 2 -8802D Sec.4.8.7 60 Cure time, at 77 F (25 C), days 7 -14 Full Adhesion, days 14 -21 As Cured —after 7 days at 77 F (25 C) and 40% RH Elongation, percent minimum 1200 Durometer Hardness. Shore A, points ASTM 2240 15 Joint Movement Capability, percent +100/ -50 Tensile Strength, maximum elongation, psi 100 Peel Strength, psi P5 The joint sealer shall adhere to the sides of the concrete joint or crack and shall be an effective seal against infiltration of water and incompressmbles. The matenal shall not crack or break when exposed to low temperature. (5) Backer Rod Backer Rod shall be expanded closed cell polyethylene foam compatible with sealant. No bond or reaction shall occur between rod and sealant. Backer Rod shall be of sufficient width to be in compression after placement and shall be used with joint sealer (6) Joint Sealing Material Joint Sealing Material for other than pavement use may be a two- component, synthetic polymer or cold - pourable, self leveling type meeting the following requirements: The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low tempera- tures. Cunng is to be by polymenzation and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 773 F so as not to pick up under wheels of traffic in a maximum of 3 hours. Page 1 04/17/86 408 r� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Performance Requirements: When tested in accordance with Test Method Tex - 525 -C, the joint sealing material shall meet the above curing times and the requirements as follows: It shall be of such consistency that it can be mixed and poured or mixed and extruded into joints at temperatures above 60 F. 408.3 Construction Methods Penetration, 77 F. 150 gm. Cone, 5 sec., max.-cm 0.90 Bond and Extension 75 %, 0 F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks (Primed if specified by manufacturer) Pass Flow at 200 F None Water content % by weight. max. 5.0 Resilience: Original sample min. % (cured) Oven -aged at 158 F. min. 50 50 For Class 1 -a matenal only Cold Flow (10 min.) None The Contractor shall install "Concrete Joint Materials" which will function as a compatible system. Joint sealer shall not be placed where a bond braker is present. Asphalt, Redwood board or other materials used shall extend the full depth of the concrete and shall be perpendicular to the exposed face. All joints shall be shaped to conform to the contour of the finished section in which they are installed. All material shall be a minimum of Vz inch thick or as indicated. Wood matenals shall be anchored to the adjacent concrete to permanently hold them in place. Joint sealer shall be installed in accordance with the manufacturer's recommendations. The material used for sidewalk expansion joints, shall conform to No. 3 above, unless otherwise indicated. The material used for curb and gutter expansion joints filler shall conform to any of the above, except when placed adjacent to concrete pavement, the joint matenal shall match the pavement joint matenal. 408.4 Measurement and Payment No additional compensation will be made for matenals, equipment or labor required by this item, but shall be considered subsidi- ary to the various items included in the contract. End 408 04/17/86 Page 2 1 I 1 1 1 1 1 1 1 1 1 1 1 1 409.1 Description This item shall consist of curing concrete pavement. concrete base, pavement, curbs, gutters, retards. sidewalks, driveways, medians, islands, concrete riprap, cement stabilized rtprap, concrete structures and other concrete as indicated, by applying an impervious liquid membrane forming material. 409.2 Material Item No. 409 Membrane Curing The liquid forming membrane cunng compound shall comply with the "Standard Specification for Liquid Membrane - forming Compounds for Curing Concrete ", ASTM C 309, Type 1 -D clear or translucent, with fugitive dye or Type 2 white pigmented. The matenal shall have a minimum flash point of 80 F when tested by the "Pensky -Martin Closed Tester ", ASTM Designation: D 93. It shall be of such consistency that It can be satisfactoniy applied as a fine mist through an atomizing nozzle by means of ap- proved pressure spraying equipment at atmospheric temperatures above 40 F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not tess than 4 hours nor more than 7 days after application. Type 2 compound shall not settle out excessively or cake in the container and shall be capable of being mixed to a uniform consistency by moderate stimng and shall exhibit a daylight reflectance of not less than 60 percent of that of magnesium oxide when tested as Indicated. The compound shall produce a firm, continuous, uniform, moisture impermeable film. free from pinholes and shall adhere satis- factorily to the surfaces of damp concrete. When applied to the damp concrete surface at the rate of coverage indicated, the compound shall dry to the touch in not more than 4 hours and shall not be tacky or crack off concrete alter 12 hours. It shall adhere to horizontal and vertical surfaces in a tenacious film and shall not run oh or show an appreciable sag, disinte- grate, check, peel or crack dunng the required curing period. Under traffic, the compound shall not pick up or peel and shall gradually disintegrate from the surface. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name. the trade name of the matenal and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with the following: Percentage loss shall be defined as the water lost after the application of the curing material was applied The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the following: 24 hours aher application 72 hours alter application 409.3 Construction Methods 2 percent 4 percent The membrane curing compound shall be applied after the surface finishing has been completed and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of the specified type of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compounds shall not be applied before the surface has become dry, but shall be applied just after free moisture has disappeared. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers for street and bridge applications The sprayers used to apply the membrane to concrete exposed surfaces shall travel at a uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. On small miscellaneous items or on interim bridge deck curing the Contractor will be permitted to use hand - powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent loss of the compound between the nozzle and the concrete surface during the spraying operations. At locations where the coating shows discontinuities, pinholes or other detects or if rain falls on the newly coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas alter application of the compound for the penod of time Page 1 12/03/86 409 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 designated in the specification for curing, either for membrane cunng or for other methods. Dry areas are tdenUflabte because of the lighter color of dry concrete as compared to damp concrete. All suspected areas shall be tested by plaang a few drop of water on the suspected areas. If the water stands in rounded beads or small pools which can be blown along the surface of the concrete without wetting the surface, the water impervious film is present. It the water wets the surface of the concrete as deter- mined by obvious darkening of the surface or by visible soaking into the surface. no water - impervious film is present. Should the foregoing test indicate that any area dtlnng the curing period is not protected by the required water - impervious film an additional coat or coats of the compound shall be applied immediately and the rate of application of the membrane compound shall be increased until all areas are uniformly covered by the required water - Impervious film. The compounds shall not be applied to a dry surface and if the surface of the concrete has become dry, It shall be thoroughly moistened prior to the application of the membrane by fogging or mist application. Spnnkling or coarse spraying will not be allowed. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating matenal capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to cunng by one of the other methods specified under this contract. Curing compounds shall be compatible with the adhesion of toppings or overlays where cunng has been applied to the concrete base surface in order to assure adequate bond. When forms are stripped before the 4 minimum curing days have passed, curing shall continue by an approved method. 409.4 Measurement and Payment Membrane curing will not be measured for payment. The work and materials prescribed herein will not be paid for directly, but shall be Included in the unit price bid for the Item of construction in which these matenats are used. End 409 04/17/86 Page 2 1' 1 1 _ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 430.2 Materials (1) Concrete Item No. 430 Concrete Curb and Gutter 430.1 Description This item shall consist of Portland Cement concrete curb or curb and gutter with reinforcing steel as required, constructed on an approved subgrade and base in accordance with this specification and in conformity with the lines, grades, section and details' indicated or as established by the Engineer. 1 Concrete shall conform to Class A Concrete as indicated in Item No. 403, "Concrete for Structures" or Item No. 360, "Concrete Pavement" when the curb and gutter is placed integral with the pavement. (2) Reinforcing Steel Reinforcing steel shall conform to Item No. 406, "Reinforcing Steel ". (3) Expansion Joint Materials Expansion joint materials shall conform to Item No. 408, "Expansion Joint Materials ". (4) Membrane Curing Compound Membrane curing compound shall conform to Item No. 409, "Membrane Curing ". (5) Flexible Base Aggregate shall conform to Item No. 210, "Flexible Base ". 430.3 Construction Methods Subgrade for curb and gutter shall be excavated and prepared to required depth and width including a minimum of 12 inches behind the curb, unless a greater width is indicated, to construct the work to grades and dimensions indicated. A minimum of 4 inches of flexible base shall be spread, wetted and thoroughly compacted under curb and gutter as specified in Item No. 210, "Flexible Base ". If dry, the base shall be sprinkled with water lightly before concrete is deposited thereon. Forms shall be of metal or well seasoned wood. The length of the forms shall be not less than 10 feet. Flexible or curved forms shall be used for curves of 100 foot radius or Less. Wood forms for straight sections shall be not less than 2 inches in thickness. Forms shall be clean, straight, free from warp and oiled with a light form oil. All forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the typical section. Care shall be exercised to keep all steel in its proper location. Expansion joint material, Y. inch in thickness, shall be provided at intervals not to exceed 40 feet and shall extend the full width and depth of the concrete. Weakened plane joints shall be made inch deep at 10 foot intervals. All joint headers shall be braced perpendicular and at right angles to the curb. Two round smooth dowel bars, I inch in diameter and 24 inches in length, shall be installed at each expansion joint. Sixteen inches of one end of each dowel shall be thoroughly coated with hot oil, asphalt or red lead, so that it will not bond to the con- crete. The dowels shall be installed with a dowel sleeve on the coated end as indicated or equivalent as directed by the Engineer. Concrete shall be placed in the forms, rodded and tamped to exclude all air and honeycomb. Not more than 1 hour after the concrete has been placed, a thin coating not more than I inch nor less than 14 inch thick of finish mortar, composed 011 part Portland Cement to 2 parts fine aggregate, shall be worked Into the exposed faces of the curb and gutter by means of a "mule ". After the concrete has become sufficiently set, the exposed edges shall be rounded by the use of an edging tool to the radii indicated. The entire exposed surface of the curb and gutter shall be floated to a uniform smooth surface, then finished with a camel hair brush to a gritty texture. The forms shall remain in place a minimum of 24 hours unless approved otherwise by the Engineer. After removal of the forms, any minor honeycombed surfaces shall be plastered with a mortar mix as described above. Excessively honeycombed curb and gutter, as determined by the Engineer, shall be completely removed and replaced when directed.. The finished concrete, while still plastic, shall be stamped with an impression having the Contractor's name and the month and year. The stamp shall be of approved design and impressions shall be made on the face of the curb at or near street intersections and not exceeding 350 feet apart or as directed by the Engineer. Page 1 04/17/86 430 Immediately after finishing the curb, concrete shall be protected by a membrane curing conforming to Item No. 409, "Membrane Curing ". After a minimum of 3 days cunng and before placing the final course base, the curb shall be backfilled to the full height of the concrete, tamped and sloped as directed by the Engineer. The top 4 inches of backfill shall be of clean topsoil, free of stones and debris conforming to Item No. 604, "Seeding for Erosion Control" when turf is to be established. 430.4 Measurement Accepted work as prescribed by this item will be measured by the linear foot of concrete curb and gutter, complete in place. 430.5 Payment The work performed as prescribed by this item will be paid forat the unit price bid per linear foot for "Concrete Curb and Gutter ", which price shall be full compensation for all work as set forth and described under payment Method A, B, C or D. Method A (Pay Item No. 430 -A) This payment method includes all the work performed for "Concrete Curb and Gutter ", complete, at the unit once bid, which price shall be full compensation for excavation, preparing the subgrade, for furnishing and placing all base material, reinforcing steel, dowels, expansion joint material, curing matenal, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. Method B (Pay Item No. 430 -B) This payment method includes all the work performed for "Concrete Curb and Gutter ", complete, at the unit price bid, which price shall be full compensation for fine grading, for furnishing and placing reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals nec- essary to complete the work. Method C (Pay Item No. 430 -C) This payment method includes all the work performed for "Concrete Curb", complete, at the unit price bid, which price shall be full compensation for fine grading, for furnishing and placing reinforcing steel, dowels, expansion joint matenal, cunng matenal, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to com- plete the work. Method D (Pay Item No. 430 -D) This payment method includes all the work performed for "Concrete Curb ", complete, at the unit price bid, which price shall be full compensation for excavation, preparing the subgrade, for finishing placing all base matenal, reinforcing steel, dowels, expansion joint matenal, curing material, backfilling and for other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under one of the following: Pay Item No. 430 -A: Concrete Curb and Gutter — Per Linear Foot. Pay Item No. 430 -13: Concrete Curb and Gutter — Per Linear Foot. Pay Item No. 430 -C: Concrete Curb — Per Linear Foot. Pay Item No. 430 -0: Concrete Curb — Per Linear Foot. End ' 430 04/17/86 Page 2 i 1 1 1 1 1 1 1 1 1 1 � 1 1 1 1 1 1 1 1 1 434.1 Description Item No. 434 Concrete Medians and Islands This item shall consist of traffic islands and medians composed of Portland Cement concrete, constructed in accordance with these specifications and in conformity to the lines, grades, sections and details indicated or as established by the Engineer. 434.2 Materials (1) Concrete Concrete shall be Class A Concrete conforming to Item No. 403, "Concrete for Structures ". (2) Reinforcing Steel Reinforcing steel and welded wire fabric shall conform to Item No. 406, "Reinforcing Steel ". (3) Expansion Joint Materials Preformed expansion joint materials shall conform to Item No. 408, "Expansion Joint Materials ". (4) Membrane Curing Compound Membrane curing compound shall conform to Item No. 409, "Membrane Curing". (5) Admixtures Admixtures shall conform to Item No. 405, "Concrete Admixtures ". (6) Aggregate Cushion Cushion shall be crusher screening, gravel, sand, crushed stone or "Flexible Base" matenals approved by the Engineer. 434.3 Construction Methods Concrete shall conform to the approved design mix on file with the City or mix designs and the necessary test data shall be submitted for approval by the Engineer. High range water reducing admixtures conforming to Item No. 360, "Concrete Pavements" may be used when approved by the Engineer. All forms and forming, placement of reinforcement, placement of concrete, form removal, finishing and curing shall conform to Item No. 410, "Concrete Structures ". The subgrade shall be excavated and shaped to the lines, grades and cross section indicated or as directed by the Engineer and shall be thoroughly compacted in accordance with Item No. 201, "Subgrade Preparation ". A cushion, 2 inches minimum thick- ness, shall be spread, wetted thoroughly, tamped and leveled. The cushion shall be moist at the time the concrete is placed. Forms shall be of metal or well- seasoned wood. The length of the forms shall be not less than 10 feet. Flexible or curved forms shall be used for curves of 100 foot radius or less. Wood forms for straight sections shall be not less than 2 inches in thickness. Forms shall be of a section satisfactory to the Engineer, clean, free from warp and of a depth equal to the finished work. All forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. Before concrete is placed, forms shall be thoroughly oiled with a light form oil. If the adjacent existing asphalt pavement is damaged, it shall be restored to its original condition. Expansion joint material shall be placed as indicated with a maximum spacing of 40 feet or as directed by the Engineer. Expan- sion joints shall be placed on the same alignment when adjacent to a Portland Cement concrete pavement. Weakened plane joints shall be equally spaced, normally at 5 foot on centers or as directed by the Engineer. Reinforcement shall conform to the details indicated or the directions of the Engineer. Care shall be exercised to keep reinforce- ment in its proper position dunng the depositing of concrete. Concrete shall be placed in the forms to the depth indicated and spaded, tamped or vibrated until thoroughly compacted and until mortar entirely covers the surface and forms a monolithic finish. If a vibrator Is used. care shall be taken not to leave it in one location long enough to induce segregation. The top surface shall be floated and troweled to a uniform smooth surface, then finished with a camel hair brush or wood float to a gritty texture. The outer edges shall be rounded with approved tools to the radii indicated. Page 1 04/17/86 434 1l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 When the temperature of the air is above 85 F, an approved retarding agent will be required in all concrete. The maximum temperature of the concrete mixture shall not exceed 95 F, unless High Range Water Reducer Admixtures are used. Immediately after finishing the concrete island, the surface shall be protected by a membrane - compound curing agent. The cunng procedures shall be acceptable to the Engineer. 434.4 Measurement Accepted work as prescnbed by this item will be measured by the square foot of surface area of concrete medians and/or con- crete island, complete in place. 434.5 Payment The work performed as prescribed by this item will be paid for at the unit price bid per square foot for "Concrete Medians and Islands ", which price shall be full compensation for preparing the subgrade; for finishing and placing all materials, including all reinforcing steel, welded wire fabric and for any other materials, manipulation, labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: End Pay Item No. 434• Inch Concrete Medians and Islands — Per Square Foot. 434 04/17/86 Page 2 Item No. 503 Frames, Grates, Rings and Covers 503.1 Description This item shall consist of the furnishing and installation of frames, grates, nngs and covers for inlets. manholes and other struc- tures indicated. 503.2 Materials (1) Welded Steel Welded steel grates and frames shall conform to the number, size, dimensions and details indicated and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM A 36. (2) Castings Castings, whether Carbon - Steel, Gray Cast Iron or Ductile Iron shall conform to the shape and dimensions indicated and shall be clean substantial castings, free from sand or blowholes or other defects. Surfaces of the castings shall be free from burnt an sand and shall be reasonably smooth. Runners, risers, fins and other cast on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform beanng shall be provided throughout the perimeter area of contact Pairs of machined castings shall be matchmarked to facilitate subsequent identifica- tion at installation except that water and wastewater manhole and valve castings shall be fabricated with such draft, tolerances, bolt hole spacing, etc., that all rings and covers of a particular type or class am interchangeable and match - marking will not be required. Steel castings shall conform to ASTM A 27, "Mild to Medium Strength Carbon Steel Castings for General Applica- tion". Grade 70 -36 shall be furnished unless otherwise specified. Cast iron castings shall conform to ASTM A 48, "Gray Iron Castings', Class 30. Ductile Iron castings shall conform to ASTM A 536, "Ductile Iron Castings ". Grade 60 -40.18 shall be used unless. otherwise indicated. (3) Rings Adjusting rings shall conform to ASTM A 536, "Gray Iron Castings". Height•adlustment inserts for water and wastewater manhole rings shall be those models listed in Water and Wastewater Standard Products List. (4) Nuts and Bolts End Ref: 403 503 Rev. 09130187 Commercial grade galvanized nuts and bolts shall be as indicated. The zinc coating shall be uniform in thickness, smooth and continuous. (5) Mortar Mortar for bedding castings shall consist of 1 part cement and 3 parts sand meeting the requirements of fine aggre- gate Grade No. 1, Item No. 403, "Concrete for Structures ". 503.3 Construction Methods Frames, grates. nngs and covers shall be constructed of the matenals as specified and in accordance with the details indicated and shall be placed carefully to the lines or grades indicated or as directed by the Engineer. All welding shall conform to the requirements of the AWS- D-1.72. Welded frames, grates, rings and covers shall be given 1 coat of a commercial grade red lead oil paint and 2 coats of commercial grade aluminum paint. All coats shall be a minimum of 1.5 mils. dry. Painting of gray iron castings will not be required, except when used in conjunction with structural steel shapes. 503.4 Measurement and Payment Frames, grates, rings and covers will not be measured and payment for fumishing all materials, tools, equipment, labor and in- cidentals iw 'ssary to complete the work will be included in the Bid items which constitute the complete structures. Page 1 Frames, Grates, Rings and Covers " 506.1 Description 506 08/17/92 Item 506 Manholes This item shall govern construction of manholes complete in place and the materials used therein, including excavation, installation, backfilling and surface restoration. It shall also include f nishi a and installing rings, covers, appurtenances and any punning, and drainage necessary to complete the work. Wastewater manholes shall be acceptance tested by the Contractor. VFater and Wastewater Standard Products Lists form a part of the Specifications. Should the Contractor elect to use any naterials from these lists, they should be completely and clearly identified when submitted. 506.2 Materials and Components (1) Concrete and °merit Stah lizedi Sends All concrete shall conform to SlTh NO. 403 CCLIZREIE FTR S1RUCITPES. Cast in place concrete shall. be Macs A, and precast concrete shall be Class I All interior surfaces of wastewater manholes shall have an approved coating or be otherwise acceptably protected fran the acidic effects of nuiicipal wastewater. Concrete for backfill of overexcavated areas shall be (lacy A or (Sass J as indicated. Cement stabilized sand for bedding or backfilling, where indicated or required, shall contain 2 be of Portland Cement per cubic yard; sand shall be as defined for "Fine Aggregate" in ITEM 403 =METE FOR MMES. (2) Mortar: Mortar shall be composed of one part Portland Cement, one part masonry cement (or 1/4 part hydrated lime), and sand equal to 2 -1/2 to 3 times the sum of the volumes of the cements and lime used. The sand shall net the requirements for "Fine Aggregate" as given in ITEM 403 CONCRETE FOR SlRLETURFS. (3) Reinforcement: Reinforcing steel shall conform to the requirements of ITEM W. 406 =MUM STEEL Secondary, non - structural steel may be replaced by approved collated fibrillated polypropylene fibers in cast -in -place storm ter manholes. (4) Brick: Brick for ring adjustment courses and for stormrater manholes shall be of first quality, sound, hard burned, perfectly shaped brick conforming to the requirements of ASTM C 62 Grade SW or concrete brick meeting the requirements of ASIM C 55, Grade N-1. (5) Rings and Covers, 24 -Itch Inside Disoater. Rings and covers shall conform to the requirements of ITEM N0. 503 FRAMES, GRATES, RIDS AND COVERS. (6) Bulkheads: Bulkheads shall meet the requirements of ITEM W. 507 BUIKhf:ADS. (7) Precast Base Sections, Riser Sections, and Cones: Precast concrete Rase sections, riser sections, and cores shall conform to the requirements of ASIM C 478. Joints for wastewater base sections, riser sections, and cones shall conform to the requirements of ASIM C 443. Additionally, joint diversions for 48 -inch inside diameter wastewater manhole section and cones shall comply with STANDARD NO. 506-12 0-RIND JOINT DETAIL or NO. 506-13 WEDGE SEAL JOINT DETAIL. Precast bases for 48 inch inside diameter manholes shall have preformed inverts. Approved inserts shall be embedded in the concrete wall of the manhole sections to facilitate handling; holes for lifting will not be permitted. (8) Precast Junction Bps: ,Precast junction boxes shall be allowed only where irxlicated on the plans or approved by the Engineer. Joints for wastewater junction boxes shall conform to the requirements of ASTM C 443. Page 1 Manholes 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (9) Pipe- to- Manin]e /Jaaction Box Assemblies: Precast bases and precast junction boxes shall have fledble, resilient and not- corrosive approved boot connectors or ring waterstops catforaitg to the requirements of ASIII C 923 on all wastewater pipe connections. (10) Precast Plat-S1ab Tnarsition/Jutetion Bat Lids: Precast slab transitions and lids shall be designed to safely resist pressures resulting from loads which might result from arty combination of forces imposed by an ES-20 loading as defined by the American Association of State Highway and Transportation Officials (AMMO). The joints of precast slab transitions and of lids for wastewater applications shall conform to the requires nts of ASIM C443. (11) Precast- Prrfahricated Tee Manholes: Tee manholes shall be allowed only where indicated on the plans or approved by the Engineer. The mein pipe section shall conform to the requirements of ITEM NO. 510 PIPE. The vertical manhole portion (tee) above the main pipe shall conform to the requirements of the precast components. The manhole tee shall have a minimum inside diameter of 48 inches and shall rise vertically cantered or tangent to the main pipe, as indicated or approved. An access hole less than 48- inches in diameter shall be cut into the main pipe to allow a ledge for support of access ladders. Unless otherwise specified, the main pipe portion of the tee manhole shall be paid subsidiary to the unit tee manhole price. (12) Precast (;fade Rings, 24-1/2 Inch Inside Diameter. Rings shall be reinforced Class A or I concrete 6 inches wide with a thickness of 3 to 6 inches. (13) Aaterptoofing Joint Materials: 0 -rings and wedge seals for the joints of all wastewater manholes, and for stormwater manholes when indicated, shall conform to the reo+uireents of ASTM 0443. Cold applied preformed plastic gaskets for stormwater manholes shall be as specified in ITEM N0. 510 PIPE. Connections between reinforced concrete wastewater manhole structures and pipes shall meet the requirements of ASIM C923. 506.3 Construction All manholes shall have a minimum inside diameter of 48 inches. Manhole base dimensions Shall be appropriately increased to accommodate all converging pipe. A minimum horizontal clearance of 12 inches shall be maintained between pipe walls at the springlines of adjacent pipes. Pipe ends within the manhole base walls shall not be relied upon to support overlying manhole dead and live load weights. All wastewater branch connections to new or existing mains shall be made at manholes with the influent pipe crown installed at the effluent pipe crown elevation. Where the springline of an influent pipe is 24 inches or more above the springline of the effluent pipe, a drop manhole shall be used. Construction of extensions to existing systems shall require placement of bulkheads at locations indicated or directed by the Engineer. Unless otherwise indicated, stormwater manholes shall have eccentric cones; wastewater manholes shall have concentric canes, except on manholes over large mains where an eccentric cone shall be situated to provide access to an invert ledge. Eccentric cons may be used where conflicts with other utilities dictate. Flat -slab tops may be used where clearance problems exist; see 506.2(10) above. Manholes shall be founded at the established elevations on uniformly. stable subgrade. Unstable subgrade shall be over - excavated a mint= of 12 inches and replaces with an 506 08/17/92 Page 2 Manholes 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 approved material. Precast base units shall be founded and leveled on a 6 inch coarse aggregate bedding. A pipe section with a prefabricated tee manhole and half the length of the adjoining pipe sections m each side shall be founded oh a minima of 6 inch tnreinforced Class A concrete. The cast -in -place concrete cradle shall be poured against undisturbed trench walls up to the pipe's springline. Cast -in -place foiadaticns shall have a minima depth of 12 inches at the invert flawline. The lowermost riser section may be set in the concrete while still green, after which the foundation shall be cured a minima of 24 hours prior to proceeding with ccnstructicn of the manhole up to 12 feet in depth. The foundation shall be cured an additional. 24 hours prior to continuing construction above the 12 foot level. Manhole depth shall be measured from the invert flowline to the finish surface elevation. Wastewater pipes, except polyvinyl chloride ( PVC), may be laid through the manholes and the top half of the pipes removed to facilitate invert construction. The manhole bottom shall rise from the springline elevatim of the pipe, approximately one inch for each 12 inches of tun (8Z). Wastewater nenholes with lines larger than 18 inches shall require precast bases; manholes constructed over in service mains however, may be built on cast -in -place foundations if the flow cannot be interrupted. Precast and cast -in- place wastewater junction boxes shall be allowed only where indicated on the plans or approved by the Engineer. The floors of stormwater manholes also, shall rise outwardly fran the springline on a slope of 1:12 (8%). Wastewater lines, except reinforced concrete pipe, set in cast -in -place foundations, shall require an approved waterstop seel or gasket around the outside perimeter of the pipe. It shall be approximately centered fader the manhole section wall. Cast -in -place stormwater manholes, junction boxes and flat -slab transitions shall be reinforced, Class A concrete. All structural concrete work shall conform to ITEM N0. 410 0 N EIE SfRUCEt1RES. Formes will be required for all cast -in -place walls above the foundation. Where the surrounding material can be trimmed to a smooth vertical face, outside forms may be anitted. All manholes with precast grade rings or brick adjustment courses may have a necobnan vertical rise of 24 inches (the maxim= includes the depth of the ring casting). All manholes not located in paved areas shall have bolted covers. Backfilling for manholes shall conform to the density requirements of ITEM 510 PIPE. Manhole construction in roadways may be staged to facilitate base construction. Manholes constructed to interim elevations shall be covered with steel plates of sufficient thickness to support vehicular traffic. Steel plates on wastewater manholes shall be set in mortar to minimize inflow. Manholes shall be completed to finish elevation prior to placennt of the roadway's finish surface. The excavation for canpletim of manhole construction shall be backfilled with cement stabilized sand (2 sacks per cubic yard) up to the bottom of Portland Cement pavement slabs or to within WO (2) inches of finish elevation of asphaltic concrete pavements. The cgnent stabilized sand shall be a minima of 12 inches thick. 506.4 Acceptance Testing of Wastewater Manholes: Manholes shall be tested separately and independently of the wastewater lines. (1) Test by the Exfatnatim Method All beckfilling and compaction are to be completed prior to the camiencemest of testing. 506 08/17/92 Page 3 Manholes (a) Procedures: 1. Manhole section interiors shall be carefully inspected; units food to have through -all lift holes, or any penetration of the interior surface by inserts provided to Fanilitate handling, will not be accepted. 2. After cleaning the interior surface of the manhole, the Contractor shall place and inflate pneumatic plugs in all of the connecting pipes to isolate the manhole; sealing pressure within the plugs shall be as recommended by the plug manufacturer. 3. Concrete 'manholes shall be filled with water or otherwise thoroughly wetted for a period of 24 hours prior to testing: 4. At the start of the test, the manhole shall be filled to the top with water. The test time shall be 1 hour (60 minutes). The Construction Inspector mist be present for observation during the entire time of the test. Permissible loss of water in the 1 hour test time is 0.025 gall= per diameter foot, per foot of manhole depth. For a 4 foot diameter nanhole, this quantity converts to a maximum permissible drop in the water level (from the top of a 24" diameter manhole cane) of 0.05 inches per foot of manhole depth (0.5 inches for a 10 foot deep manhole). (2) Test by the Vaasa Method: At the discretion of the Engineer, the Contractor may substitute the Vacuum Method of testing for the &filtration test described in 506.4(1) above. The vacuum method may be used by the contractor prior to backfilling, but only for his convenience so that defects may be located and repaired. Final acceptance testing shall be done after all backfilhing, and compaction are complete. (a) Equipment: 1. Manhole vacuum tester shall be by P.A. Glazier, Inc., Mane Industries, or other approved manufacturer. 2. Pipe sealing plugs shall have a load resisting capacity equal to or greater than that required for the size of the connected pipe to be sealed. (b) Procedures — applicable to new 4' -0" diameter manholes. 1. Manhole section interiors shall be carefully inspected; units found to have through lift holes, or any penetration of the interior surface by inserts provided to facilitate handling, will not be accepted. 2. After cleaning the interior surfaces of the manhole, the Contractor shall place and inflate pneumatic plugs in all of the connecting pipes to isolate the manhole; sealing pressure within the plugs shall be as recommended by the plug manufacturer. Plugs — and the ends of pipes connected by flexible boots — shall be blocked to prevent their movement during the vacuum test. 3. The vacwm test head shall be placed at the inside of the top of the manhole cone section, and the campression seal ban inflated to the pressure tecammied by its manufacturer. The vacuum pump stall be connected to the outlet port with the valve open. Vhen a vacuum of 10 inches of mercury ( -5 psig) has been attained, the valve shall be closed and the time noted. 506 08/17/92 Page 4 Manholes 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. The manhole shall have passed the test if the vacuum does not drop below 9 inches of mercury ( -4.5 psig) within three (3) minutes of the time the valve was closed. The actual vacuum shall be recorded at the end of the three (3) minutes during which the valve was closed., : (3)--Failure-to Pam -the Test— Records of Tests If the manhole fails to pass the test by either the exfiltraticn or the vacuum method as described in (1) and (2) above, or if visible groundwater leakage into the manhole is observed, the Contractor shall locate the leak, hake repairs acceptable to the Engineer, and retest. Records of all manhole testing shall be nede available to the Engineer at the close of each working day, or as otherwise directed. (4) Inspection: The Engineer shall make a visual inspection of each manhole after'it has passed the testing requirements and is considered to be in its final condition. The inspection shall determine the completeness of the manhole; any defects shall be corrected to the Engineer's satisfaction. 506.5 Measuammt: • All junction boxes and manholes of the type indicated shall be measured as units complete in place. New manholes constructed to interim elevations to facilitate stage construction shall be measured as one unit regardless of the number of interim elevations constructed. All labor, materials and other expenses necessary for the stage construction shall be considered subsidiary to the completed unit. 506.6 Payment: Payment for completed junction boxes and manholes of the type indicated shall be made at the unit price bid for each including all labor,equipment, materials, time and incidentals necessary to complete the work. The intended use of each item shall be designated by a two-letter code (Wastewater = WW; Stormwater = SW) in the spaces provided after the pay item number: 1. Pay Item No. 506 NJ Manhole, Dia. Per Each" 2. Pay Item No. 506 S__: Special Manhole, Dia. Per Each 3. Pay Item No. 506 DWW: Drop Manhole, Dia. Per Fach 4. Pay Item No. 506 C : Centered Tee Manhole, Dia. x Dia. Per Each 5. Pay.Item No. 506 T : Tangent Tee Manhole, _ Dia. x Dia. Per Fach 6. Pay Item No. 506 J : Junction Box, _ Ft x _ Ft Per Fach EN Appl.irable Pefarences. Standard Specifications Manual: Item Nos. 403, 406, 410, 503, 507, 510 Standards Manual: Standard Detail Nos. 100 - 1, 503-2, 503-3, 506-1, 506-3, 506-5, 506-7, 506-8, 506-9, 506 -10, 506 -11, 506 -12, 506-13 Utilities Manual: Section 2, Water and Wastewater Design Criteria 506 08/17/92 Page 5 Manholes Item No. 508 Miscellaneous Structures and Appurtenances 508.1 Description This item to consist of the construction of miscellaneous structures and appurtenances complete in place or to the stage detailed indicated and the materials used herein, including the excavation, installation, backfilling, placement of the concrete and when required, the furnishing and installation of frames, grates, rings, covers, safety end treatment and any concrete curb and gutter indicated. 508.2 Types The various types of structures and appurtenances such as inlets, headwalls, energy dissipators, etc., are designated on the plans by letter or by number for the particular design of structure to be constructed in accordance with the details indicated. Unless otherwise indicated, the Contractor may have the option of furnishing cast in place or precast structures. 508.3 Materials (1) Concrete Concrete shall conform to Item No. 403, "Concrete for Structures ", with the following classes: Cast in Place Concrete Class A Precast Concrete Class N (2) Mortar Mortar shall be composed of 1 part Portland Cement and 2 parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of Item No. 403, "Concrete for Structures" for fine aggregate. Hydrated lime or lime putty may be added to the mix, but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcement and Steel Reinforcing Steel shall conform to Item No. 406, "Reinforcing Steel ". Structural Steel shall conform to Item No. 720, "Metal for Structures ". (4) Frames, Grates, Rings and Covers Frames, grates, rings and covers shall conform to Item No. 503, Miscellaneous Structures 508 06/08/88 Page 1 and Appurtenances 11 "Frames, Grates, Rings and Covers ". - (5) Safety End Treatment for Structures (a) Bolts and Nuts All bolts, nuts and associated hardware shall meet the specifications of ASTH A 307. (b) Plates and Angles All plates and similar angles and brackets shall meet the specifications of ASTM A 36. (c) Pipe Runners Pipe Runners shall conform to the requirements of ASTM A53, Grade B. (d) Galvanizing All hardware including nuts, bolts and plates listed above shall be galvanized conforming to ASTM A 123 or A 153. (6) Miscellaneous Items Cast iron for supports, steps and inlet units shall conform to the shape and dimensions indicated. The casting shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall meet the requirements of ASTM A 48, Class 30. Steel for temporary covers when used with Stage Construction shall be adequate for the loads imposed. 508.4 Construction Methods All concrete work shall be performed in accordance with Item No. 410, "Concrete Structures ". Forms will be required for all cast in place conatete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face (the outside form for concrete bases). Where cast in place concrete is used in wall construction of storm sewers, the steps shall be cast into the wall when the concrete is placed. The construction inlets shall be done as soon as is practicable after sewer lines into the inlet are complete. All sewers shall be cut neatly at the insite .face of the walls of the inlet and pointed up with mortar. Bases for cast in place inlets may be placed prior to or at the Contractor's option after the sewer is constructed. Bases for box sewers shall be cast as an integral part of the sewer. The manbeles may be constructed prior to backfilling or if the Contractor so elects, the manhole opening may be covered temporarily with a steel plate to facilitate the compaction of backfill for the sewer as a whole. Miscellaneous Structures 508 06/08/88 Page 2 and Appurtenances 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Thereafter, required excavation for the inlet shall be made and the inlet constructed and backfilled. The inverts passing out or through an inlet shall be shaped and grouted across the floor of the inlet as indicated. This shaping may be accomplished by adding shaping mortar or concrete after the base is cast or by placing the required additional material with the base. All miscellaneous structures shall be completed in accordance with the details indicated. Backfilling to original ground elevation shall be in accordance with the provisions of the appropriate items and as directed by the Engineer. 508.5 Measurement All miscellaneous structures and safety end treatments satisfactorily completed as indicated will be measured as completed units per each. Concrete removed, excavation and backfill, riprap, pipe, headwalls, wingwalls, collars and apron slabs will not be measured under this item but will be considered subsidiary to the other items. Frames, grates, rings, covers, safety end treatment and any concrete curb and gutter indicated will not be measured and paid for but shall be considered subsidiary to one of the pay items set in the bid. 508.6 Payment (1) Inlets Payment for Inlets of the type indicated in place in accordance with these specifications and measured as prescribed above will be made at the unit price bid for each Inlet, of the type specified. (2) Energy Dissipators and Headwalls Payment for special complete structures will be made at the unit price bid per each. (3) Safety End Treatment Payment for Safety End Treatment, complete in place, will be made at the unit price bid for each unit of the type indicated. Payment will be made under one of the following: Pay Item No. 508 -E: Energy Dissipators, _ In. Dia. - Per Each. Pay Item No. 508 - H: Headwalls, Type , In. Dia. Pipe - Per Each. Pay Item No. 508 -IA: Inlet, Area - Per Each Pay Item No. 508 -IG: Inlet, Grated - Per Each. Pay Item No. 508-SET Safety End Treatment, Type --- Size - Per Each Pay Item No. 508 -I5R: Inlet, Recessed - Per Each. Miscellaneous Structures 508 06/08/88 Page 3 and Appurtenances 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 End Pay Item No. 508 -I10R: Inlet, Recessed - Per Each. Pay Item No. 508 -I15R: Inlet, Recessed - Per Each. Pay Item No. 508 -120R: Inlet, Recessed - Per Each. Pay Item No. 508-15S: Inlet, Recessed - Per Each. Pay Item No. 508 -I10S: Inlet, Standard - Per Each. Pay Item No. 508 -I15S: Inlet, Standard - Per Each. Pay Item No. 508 -I20S: Inlet, Standard - Per Each. Ref: 403, 406, 410, 503, 720 Miscellaneous Structures 508 06/08/88 Page 4 and Appurtenances 1 l 1 sit 1 1 1 1 1 1 1 1 1 1 1 1 509.1 Description 509.2 Trench Safety System Plan Submittal Item No. 509 Trench Safety Systems This item consists of designing, furnishing, installing, dewatering, maintaining and removing safety systems for trench excavations as determined by Contractors Trench Safety Engineer and/or Contractors Competent Person(s). This includes special clearing, excavation and backfilling for safety systems. At a minimum, this work shall conform to United States Department of Labor Rules 29 CFR, Part 1926 (OSHA). Prior to, or at the Pre - Construction Conference, the Contractor shall submit to Owner a Trench Safety System Plan sealed by a Professional Engineer registered in the State of Texas. Notice To Proceed with construction will not be issued by Owner until Contractor has submitted a Trench Safety System Plan to Owner. The Trench Safety System Plan at a minimum, shall conform to OSI-IA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. Contractor shall be responsible for obtaining the necessary geotechnical information to design the Trench Safety System Plan; however, if geotechnical information was obtained by Owner for the design of the improvements (normally taken at 500 foot intervals along the proposed centerline to a depth not exceeding five feet below proposed (towline), it shall be provided to Contractor for information purposes subject to the provisions of Section 00220 Soil Investigation Data. The Trench Safety System Plan submittal shall include: (1) A plan or other designation of areas in which each type of system is to be used, including length of trench to be opened, length of time trench to remain opened, means of egress, storage of materials, allowable loads on trench walls, methods for filling /compacting bedding /backfill within the safety of the system, removal of system and equipment restrictions. (2) Drawings or manufacturers data describing vanous elements of Trench Safety System with sufficient detail for workers to properly install Trench Safety System, as applicable. (3) Recommendations and limitations for using systems. (4) Sealed engineering calculations and /or equipment manufacturer's certifications, as applicable, showing that system is designed to withstand anticipated loadings and can be fully installed in designated space within the street right of way or easement provided by Owner. (5) Certificate of Insurance of Trench Safety Engineer's Professional Liability Insurance coverage written by a company acceptable to Owner and authorized to do business in State of Texas at time policy is issued. Contractors Trench Safety Engineer shall carry and maintain coverage with minimum limits of 5500,000. 509.3 Trench Safety System Plan Review Review of the Trench Safety System Plan by Owner is only for general conformance to OSHA standards and regulations. Owner's failure to note exception(s) to the submittal does not relieve Contractor of any or all responsibility or liability for the Trench Safety System Plan. Contractor remains solely and completely responsible for all trench safety systems and for the means, methods, procedures, and materials therefor. 509.4 Construction Methods Contractor's Competent Person(s) shall maintain a copy of and implement OSHA trenching safety regulations at the worksite. Trenching shall be completed to lines and grades indicated or as specified in various technical specification items requiring excavation and trenching and/or backfilling. Contractor shall perform all trenching in a safe manner and maintain safety systems to prevent death or injury to personnel or damage to structures, utilities or property in or near excavation. If evidence of possible cave -ins or slides is apparent or an installed trench safety system is damaged, work in trench shall immediately cease and personnel evacuated from hazardous area and Owner notified. Personnel shall not re -enter excavation until necessary repairs or replacements are completed, inspected and approved by 509 112/19/93 1 Trench Safety Systems 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contractor's Competent Person(s). Repair and replacement of damaged safety system shall be at Contractor's sole expense. 509.5 Changed Conditions When changed conditions require modifications to the Trench Safety System, Contractor shall provide a new design or an alternate Trench Safety System designed by Contractor's Trench Safety Engineer adequate for conditions encountered. Copies thereof shall be provided to Owner in accordance with 509.2 "Trench Safety Plan Submittal". A copy of the most current Trench Safety System shall be maintained on site and made available to inspection and enforcement officials at all times Changes to the Trench Safety System Plan initiated by Contractor for operational efficiency or by changed conditions that could be reasonably anticipated will not be cause for contract time extension or cost adjustment thereof. When changes to the Trench Safety System Plan are the result of severe and uncharactenstic natural conditions or other conditions totally out of the control of Contractor, Contractor may make a written request to Owner for a Change Order to address said work. Contractor shall notify Owner in writing immediately, but no later than 24 hours, whenever changed conditions are encountered that Contractor may claim for additional compensation. Only that work that Contractor deems immediately necessary to protect the safety of workers and public, equipment or materials may be accomplished until Contractor makes the written request for a Change Order and Owner has a reasonable opportunity to investigate and respond in writing to the request. 509.6 Measurement Trench Safety Systems shall be measured by linear foot through manholes and other appurtenances along the centerline of trench conforming to Contractor's plans and specifications. 509.7 Payment Payment for Trench Safety Systems, measured as prescribed above, will be made at unit pnce bid per centerline linear foot of trench per Contractor's plan and specifications which price shall include designing, fumishing, installing, dewatering, maintaining, replacing and removing the Trench Safety Systems, sloping, special clearing, and excavation necessary to safely implement the Trench Safety System Plan. Payment will be made under the following: Pay Item No. 509 -1: Trench Safety Systems (all depths) Per Linear Foot. END Ref: 104, 110, 111, 120, 130, 401, 414, 501, 502, 504, 506, 508, 510, 511, 551, 558, 559, 591, 593, 594 ' 509 112/19/93 2 - Trench Safety Systems 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 509.6 Measurement Trench Safety Systems shall be measured by linear foot through manholes and other appurtenances along the centerline of trench conforming to Contractor's plans and specifications. 509.7 Payment Payment for Trench Safety Systems, measured as prescribed above, will be made at unit price bid per centerline linear foot of trench per Contractor's plan and specifications which price shall include designing, furnishing, installing, dewatering, maintaining, replacing and removing the Trench Safety Systems, sloping, special clearing, and excavation necessary to safely implement the Trench Safety System Plan. Payment will be made under the following: END Pay Item No. 509 -1: Trench Safety Systems (all depths) Per Linear Foot. Ref: 104, 110, 111, 120, 130, 401, 414, 501, 502, 504, 506, 508, 510, 511, 551, 558, 559, 591, 593, 594 509 08/28/89 Page 3 Trench Safety Systems 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) Concrete Concrete shall conform to Item No. 403, "Concrete for Structures ". (2) Coarse Aggregate Coarse aggregate shall conform to Item No. 403, "Concrete for Structures" or one of the following: (a) Pipe Bedding Stone 510.1 Description This item shall consist of furnishing and installing all pipe and/or materials for constructing pipe mains, sewers, laterals, stubs, inlet leads, service connections and culverts, including all applicable work such as excavating, bedding, jointing, backfilling materials, tests, concrete trench cap, concrete cap and encasement, etc., prescribed under this item in accordance with the provisions of the Edwards Aquifer Protection Ordinance, when applicable, and City of Austin Utility Criteria Manual, Section 5, "Cuts in Public Right of Way'. 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 published standard practices of the trade associations for the material specified and to the lines and grades Indicated. This item shall include any pumping, bailing, drainage and Item No. 509, "Trench Safety Systems" for trench walls, when indicated or applicable. Unless otherwise provided, this item shall consist of the removal and disposition of trees, stumps and other obstructions, old structures or portions thereof such as house foundations, old sewers, masonry or concrete walls, the plugging of the ends of abandoned piped utilities cut and left in place and the restoration of existing utilities damaged in the process of excavation, cutting and restoration of pavement and base courses, the furnishing and placing of select bedding, backfilling and cement or lime stabilized backlit!, the hauling and disposition of surplus materials, bridging of trenches and other provisions for maintenance of traffic or access as indicated. 510.2 Materials Item No. 510 Pipe The Contractor shall submit descriptive information and evidence that the materials and equipment the Contractor proposes for incorporation into the work is of the kind and quality that satisfies the specified functions and quality. Water and Wastewater Standard Products Lists farm a part of the Specifications. Should the Contractor elect to use any materials from these lists, they should be completely and clearly identified when submitted. Pipe bedding stone shall be clean gravel, crushed gravel or crushed limestone, free of mud, clay, vegetation or other debris, conforming to ASTM C 33 for stone quality. Size gradation shall conform to ASTM C -33 No. 57 or No. 67 or the following Table: SIEVE SIZE PERCENT RETAINED BY WEIGHT 1 1/2" 0 1" 0 -10 1/2" 40 -85 #4 90 -100 #a 95 -100 (b) Foundation Rock Foundation rack 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) Flne Aggregate (a) Concrete and Mortar Sand Fine aggregate shall be Grade 1 and shall conform to Item No. 403, "Concrete for Structures ". 510 08/26/93 Page 1 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (b) Bedding Sand Sand for use as pipe bedding shall be clean, granular and homogeneous material composed mainly of mineral matter, free of mud, sift, clay lumps or clods, vegetation or debris. The material removed by decantation TXDOT Test Method Tex -406 -A, plus the weight of any clay lumps, shall not exceed 4.5 percent by weight. 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: (8) Pipe GRADATION TABLE SIEVE SIZE PERCENT RETAINED BY WEIGHT 1/4" 0 #60 75 -100 #100 95-100 (4) Flowable Backlit! Flowable backfill shall conform to Item 402, " Flowable Backfilr. (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: SIEVE SIZE PERCENT RETAINED BY WEIGHT 3/4" 0 12" 0 -25 1/4" 90 -100 (6) Select Backfill 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 TXDOT 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 embankments, if applicable. All unsuitable matenais should be dried or modified to make them suitable for use, as required. (7) Cement Stabilized Backfill When indicated or directed by the Engineer, all backfill shall be with cement - stabilized backfill rather than the usual materials. Unless otherwise indicated, cement stabilized backfill material shall consist of a mixture of the dry constituents 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 Fire line leads and fire hydrant leads shall be ductile iron. Domestic water services shall not be supplied from fire service leads, unless the domestic and fire connections are on separately valved branches with an approved backflow prevention device in the fire service branch. All wastewater force mains shall be constructed of ductile iron pipe Pressure Class 250 minimum for pipe greater than 12 Inch size and Pressure Class 350 for pipe 12 inch size and smaller. Wastewater pipe shall be in accordance with QPL WW -534 and shall have a corrosion resistant interior lining acceptable to the Owner. All water pipe within utility easements on private property shall be Ductile Iran Pipe, Pressure Class 350 minimum for pipe 12 inch size and smaller and Pressure Class 250 minimum for pipe greater than 12 inch size wrapped as 1 510 08/26/93 Paget Pipe 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � 1 (a) Reserved 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 connections to Concrete Pressure Pipe installed in these areas. Approved service clamps or saddles shall be used when tapping ductile iron pipe 12 inch size and smaller. All service tubing (3/4 inch thru 2 inches) installed in any such private property shall be 150 psi annealed seamless Type K copper tubing with no sweat or soldered joints. The quality of materials, the process of manufacture and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant and at the project site prior to and during installation. (b) Iron Pipe Iron pipe shall be ductile iron pipe meeting all requirements of standards as follows: -For push -on and mechanical joint pipe: AWWA C -151 -For flanged pipe: AWWA C -115 Barrels shall be of Thickness Class 53 as required by AWWA C -115. Flanges shall be ductile iron (gray iron is not acceptable); they shall be Class 125 flanges as shown in ANSI /ASME 816.1, and as shown in Figure 15.1, Flange Details, of AWWA C115; these have drilling which is standard for all flanges used with pipe, valve, and equipment units in the City of Austin water distribution and wastewater force main systems. Flanges shall be fabricated and attached to the pipe barrels by U.S. fabricators using flanges and pipe barrels of U.S. manufacture. If fabrication is to be by other than the pipe barrel manufacturer, a complete product submittal and approval by the Utility Standards Committee will be required. Additionally, such fabricator shall fumish certification that each fabricated Joint has been satisfactorily tested hydrostatically at a minimum pressure of 300 psi. - Linings and Coating: Intenor surfaces of all iron water pipe shall be cement - mortar lined and seal coated as required by AWWA C104. Interior surfaces of all iron wastewater line and force main pipe shall be coated with a non - corrosive lining material. acceptable to the Owner. Pipe exteriors shall be coated as required by the applicable pipe specification. (NOTE: Because the Utility has not had sufficient experience with non - corrosive linings to permit general approval, complete product data — with utility references— must be provided with each submittal for project approval; this will permit possible approval of a specific coating for the work involved.) Except as described above for flanged pipe (Thickness Class 53) and where not otherwise indicated, ductile iron pipe shall be Class 250 as defined by ANSI /AWWA C150/A21.50- current; all ductile iron pipe and flanges shall meet the following minimum physical requirements: -Grade 60- 42 -10: - Minimum tensile strength: 60,000 psi (414 MPs). - Minimum yield strength: 42,000 psi (290 MPa). - Minimum elongation: 10 percent. The flanges for AWWA C115 pipe may be also be made from: Grade 70- 50-05: - Minimum tensile strength: 70,000 psi (483 MPa). - Minimum yield strength: 50,000 psi (345 MPa). - Minimum elongation: 5 percent. 1. Ductile Iron and Gray Iron Fittings: Fittings shall be push -on, flanged or mechanical joint as indicated or approved and shall meet all requirements of standards as follows: -Sizes 4 inch through 16 inch: AWWA C -110 or AWWA C -153 -Sizes larger than 16 inch: AWWA C -110. - Lining and Coating: Interior surfaces or all iron water pipe fittings shall be lined with cement - mortar and seal coated as required by AWWA C104. 510 08/26/93 Page 3 Pipe 510 • The interior surfaces of all iron wastewater line fittings shall be coated with a non - corrosive lining material . acceptable to the Owner (See Note - above -for wastewater pipe). Exterior coating shall be as required by the applicable fitting standard. 2. Joint Materials Gaskets for mechanical joints shall conform to ANSI/AWWA A21.11/C -111. Joining of slipjoint iron pipe shall, without exception, be accomplished with the natural or synthetic rubber gaskets of the manufacturer of that particular pipe being used. A joint lubricant shall be used and applicable recommendations of the manufacturer shall be followed. Gaskets for flanged joints shall be continuous full face gaskets, of 1/8 inch minimum thickness of natural or synthetic rubber, cloth- reinforced rubber or neoprene material, preferably of deformed cross section design and shall meet all applicable requirements of ANSI /AWWA 421.11/C -111 for gaskets. They shall be manufactured by, or satisfy all recommendations of, the manufacturer of the pipe/fittings being used and be fabricated for use with Class 125 ANSI B16.1 flanges. Tee -head bolts, nuts and washers for mechanical joints shall be high strength, low alloy, corrosion resistant steel stock equal to "COR -TEN A" having UNC Class 2 rolled threads or alloyed ductile Iron conforming to ASTM A 536; either shall be fabricated in accordance with ANSI/AWWA A21.11/C -111. Hex head bolts and nuts shall satisfy the chemical and mechanical requirements of ASTM A449 SAE Grade 5 plain, and shall be fabricated in accordance with ASTM B 18.2 with UNC Class 2 rolled threads. Either Tee -Head or Hex -Head bolts, nuts and washers as required, shall be protected with bonded fluoropotymer corrosion resistant coating where specifically required by the Engineer. - All threaded fasteners shall be marked with a readily visible symbol cast, forged or stamped on each nut and bolt, which will identify the fastener material and grade. The producer and the supplier shall provide adequate literature to facilitate such identification; painted markings are not acceptable. 3. Polyethylene Film Wrap All iron pipe, fittings and accessories shall be wrapped with 8 mil (minimum) polyethylene film conforming to AWWA C-105, with all edges overlapped and taped securely with duct tape to provide a continuous wrap to prevent contact between the piping and the surrounding back Repair all punctures of the polyethylene, including those caused in the placement of bedding aggregates, with duct tape to restore the continuous protective wrap before backfilling. 4. Marking Each pipe joint and fitting shall be marked as required by the applicable AWWA specification. This includes in all cases: Manufacturer's identification, Country where cast, year of casting, and "DUCTILE' or "DI ". Barrels of flanged pipe shall show thickness class; others shall show pressure class. The flanges of pipe sections shall be stamped with the fabricators identification; fittings shall show pressure rating, the nominal diameter of openings and the number of degrees for bends. Painted markings are not acceptable. (c) Concrete 1. General 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 wnll assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall 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 shalt be of the O-ring joint design; it shall be acceptably lined for corrosion protection. 2. Marking Each joint of pipe shall be marked with the pipe class, the date of manufacture, the manufacturer's name or . trade mark, diameter of pipe and orientation, if required. 08/26/93 Page 4 Pipe �1 Pipe marking shall be waterproof and conform to ASTM C 76. 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 below in "Mortar. b. Cold Applied Preformed Plastic Gaskets Cold Applied Plastic Gaskets shall be suitable for sealing joints of tongue and groove concrete pipe. The gasket sealing the joint shall be produced from blends of refined hydrocarbon 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 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 Bitumen (petroleum plastic content) (% by weight) Ash -inert Mineral Water (% by weight) Test Method Typical Analysis ASTM D 4 50-70 Tex -526 -C 30 -50 Tex -506 -C 2.0 Maximum Volatile Matter (at 325 F) (% by weight) The gasket joint sealing compound when immersed for 30 days at ambient room temperature 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 H2S solution shall show no visible deterioration. The physical properties of the gasket joint sealing compound as shipped shall meet the following requirements: Test Typical Analysis Property Method Minimum Maximum Specific Gravity at 77 F ASTM D 71 1.20 1.35 Ductility at 77F (cm) Minimum Tex -503 -C 5.0 Softening point Penetration: Tex -505 -C 275 F 32 F (300 g) 60 sec Tex -502 -C 75 77 F (150 g) 5 sec Tex -502 -C 50 120 115 F (150 g) 5 sec Tex -502 -C 150 Flashpoint C.O.C. F Tex -504 -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 blisters or foreign matter and shall be wire brushed. For 0 -ring joints, 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 510 08/26/93 Page 5 Pipe I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 O-ring gasket shall be stretched uniformly in the joint. Wedge seal type ( "Forsheda" pre - lubricated) gaskets may be used if joint details submitted are approved; installation of such gaskets shall be in strict accordance with the manufacturer's recommendations, and shall be the sole element depended upon to make the joint flexible and watertight. In wastewater lines no horizontal or vertical angles in the alignment of 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 pipe to secure the joint 5. Bends When horizontal or vertical angles in the alignment of storm sewers are indicated, the bend or angle shall be constructed by cutting on a bias one or both pipes as may be required for the alignment Indicated. The pipe cut shall be sufficiently long to allow exposing the reinforcement, which shall be bent, welded and incorporated into the pipe bend and reinforced concrete collar to maintain the structural integrity. The collar shall be 6 inches minimum, reinforced with #4 bars on a 1 foot center both directions. Builder's hardware cloth may be used on the outside of the joint to aid in holding cementing materials in place. Plywood, fiberboard or other materials placed on the inside of the pipe as formwork shall be removed as soon as the joint materials have obtained initial set, after which the inside surface of the pipe joint shall be finished smooth and true to the line and grade established. The Contractor may use prefabricated bends meeting the specification requirements in lieu of field fabricated bends. All bends shall be watertight, have a smooth flow line and be equal or greater in strength to the adjacent pipe. Horizontal or vertical bends in wastewater lines shall be accomplished by use of manholes. With the Engineer's approval, bend fittings may be fabricated using pipe segments cut on the bend radius. Very long radius bends may be made of deflected straight pipe having radius of curvature no less than that recommended by the manufacturer. 6. Sulfide and Corrosion Control All concrete pipe used for wastewater installations shall be protected from sulfide and corrosion damage by using limestone aggregate. (d) Concrete Steel Cylinder (CSC) Pipe 1. General Requirements The Contractor shall submit to the Engineer for approval along with other required data a tabulated layout schedule with reference to the stationing and grade lines to be used. The manufacturer shall furnish all fittings and special pieces required for closures, bends, branches, manholes, air valves, blowoffs and connections to main line valves and other fittings as indicated. Each pipe length, fitting and special joint shall have plainly marked on the bell end of the pipe, the head condition for which it is designed. In addition, marking shall be required to indicate the location of each pipe length or special joint in the line and such markings will be referenced to the layout schedules and drawings and submitted for approval. Concrete steel cylinder fittings shall be tested as required by the applicable AWWA Standards. 2. Design and Inspection Where not otherwise indicated, concrete steel cylinder pipe shall be Class 150, designed to withstand a vacuum of not less than 28 feet of water. Valve reducers, tees and outlets from a pipe run shall be designed and fabricated so that all stresses are camed by the steel 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 pressure classes corresponding to the pipe class. 510 08/26/93 Page 6 Pipe 1 ' r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Pipe to be installed in a tunnel or encasement shall be manufactured with 1 inch thick by 24 inch wide skid bands of mechanically impacted mortar in addition to the normal coating. All concrete steel cylinder fittings shall be constructed of steel plate of adequate strength to withstand both internal pressure and external 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 1/2 inch for 16 inch 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 accordance with the pipe manufacturer's recommendations. Grout materials for jointing such pipe, unless otherwise indicated, shall be as described herein. (e) In Place Pipe Rehabilitation 1. In Place Sliplining With or Without Pipe Destruction /Replacement This item shall consist of installing a high density polyethylene pipe, by use of a pipe insertion machine into an existing line. a. Material Requirements The polyethylene pipe shall meet the following specifications: ASTM F 714 Plastic Pipe Institute PE3408 Unless otherwise specified, the Contractor shall fumish the polyethylene pipe in accordance with the following table: Depth of Cover Expressed in Feet SDR of Pipe 0 -16 17 6.1 - 11 b. Functional Requirements The polyethylene pipe shall be assembled and joined at the site using the thermal butt fusion method. All equipment and procedures shall be in strict compliance with the manufacturer's recommendations. Fusing shall be accomplished by personnel certified as fusion technicians by a manufacturer of polyethylene pipe and /or fusing equipment The complete joint shall be in true alignment and have a uniform double roll back bead resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure. Joints shall be made smooth on the inside by removal of the projecting weld bead using appropriate equipment; maximum projection of the weld bead on the exterior of the pipe shall be approximately 3/16 inch. The fused joint shall be watertight and shall have a tensile strength equal to that of the pipe. All joints shall be subject to acceptance by the Engineer or his/her representative prior to placement. All defective joints shall be cut out and replaced. Any section of the pipe with a gash, abrasion, nick or scar greater in depth than 10 percent of the wall thickness, or containing concentrated ridges, discolorization, excessive spot roughness, pitting, variable wall thickness, or any other defect of manufacturing or handling as determined by the Engineer or his /her representative, shall be discarded and removed from the site. 510 08/26/93 Page 7 Pipe 1 � 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 i 1 Terminal sections of pipe that are joined within the insertion pit shall be connected with a full circle pipe repair clamp with a minimum length of one and one half times the nominal inside pipe diameter, in accordance with Water and Wastewater QPL No. 271. The butt gap between pipe ends shall not exceed 1/10 of the nominal Inside diameter of the pipe. c. Installation Procedure The Contractor shall carry out his operations in strict accordance with all OSHA and manufacturers safety requirements. The Contractor shall provide for the flow of water and wastewater around the section or sections of pipe designated for rehabilitation including active services In the rehabilitation section. The bypass shall be made by plugging the line at an existing upstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Contractor shall take all necessary steps to prevent flooding of any private property and shall be liable for damages incurred by the flooding. No sewage or water shall be allowed to drain into earthen sump pits. • New polyethylene pipe shall be inserted immediately behind the expansion and insertion equipment in accordance with the manufacturers procedures. The expansion and insertion equipment shall be equipped with all controls necessary to place the pipe on proper line and grade according to the plans. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices and other equipment required to protect existing manholes and to protect the pipe from damage during Installation. Lubrication may be used as recommended by the pipe manufacturer. Under no circumstances shall the pipe be stressed beyond its elastic limit All active service connections shall be identified by video inspection or other means and connected to the new main in accordance with the plan details. Upon commencement, insertion, from manhole to manhole, shall be continuous without interruption except as approved by the Engineer. The installed pipe shall be allowed the manufacturers recommended amount of time to provide for complete shrinkage or relaxation of the pipe prior to any connection of service lines, sealing of the annular space where the pipe enters the manhole, or backfilling of the insertion pit. Sufficient excess length of pipe shall be allowed to provide for this shrinkage. The pipe bedding in the insertion pit shall be either pea gravel or pipe bedding stone. Bedding and backflil shall conform to the specification requirements of Section 510.3(14) contained herein. All street repairs and pavement replacement shall conform to City of Austin Utility Criteria Manual, Section 5, "Cuts in Public Right of Way". The relaxed pipe shall be cut so that it projects 4 inches inside of the manhole and any annular space shall be sealed. Sealing shall be with material approved by the Engineer. The sealant shall completely fill the void between the pipe and the manhole wall and shall extend 3 inches beyond the annulus on the inside wall of the manhole. The sealant shall form a smooth transition from the pipe onto the manhole. The complete joint shall be uniform and watertight. A concrete invert shall be poured in place and shaped to form a smooth flow channel through the manhole. 2. Cured Resin Pipe Lining This method of rehabilitation shall consist of the insertion of a resin - impregnated flexible tube into an existing pipe by the inversion method given in ASTM F 1216 or by a comparable approved method. a. Material Requirements The Cured in Place Pipe (CIPP) system shall have minimum initial structural properties as follows: Flexural Strength (ASTM D 790) Tensile Strength (ASTM D 638) Flexural Modulus (ASTM 0790) 4,500 psi 2,500 psi 250,000 psi The results of tests by an independent laboratory, of specimens taken by the Contractor as required by Section 8 of ASTM F 1216 and to demonstrate compliance with the above minimum values, shall be made available to the Owners Engineer at the completion of testing. 510 08/26/93 Page 8 Pipe 1� 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (f) b. Installation Procedure 1. General Insertion of a resin - impregnated flexible tube into an existing pipe shall be by an inversion method as given in ASTM F 1216 and the manufacturer's recommendations. The Contractor shall carry out his operations in strict accordance with all OSHA and manufacturer's safety requirements. Any necessary repairs to the pipe line shall be performed by the Contractor. Inspection of pipe line by the Contractor shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television. The interior of the pipe shall be carefully Inspected to determine the location of any conditions which may prevent proper installation into the pipe and these conditions shall be corrected. A video tape and log shall be made by the Contractor and provided to the Owner upon completion of the project. The Contractor shall provide for the flow of water and wastewater around the section or sections of pipe designated for rehabilitation, including active services in the rehabilitation section. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Contractor shall take all necessary steps to prevent flooding of any private property and shall be liable for any damages incurred by the flooding. No sewage or water shall be allowed to drain into earthen sump pits. The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated fiber -felt tube shall be vacuum impregnated prior to installation. The Contractor shall allow the Engineer to inspect the materials and 'Wet our procedure. The quantities of the liquid thermosetting materials shall be per manufacturers standards to provide the wall thickness specified. Water for the work will be fumished by the City. Contractor shall use a double -check valve assembly to prevent backflow in the event of pressure failure. The wet out fiber -felt tube shall be inserted through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend it to the next designated manhole. Any defect which will affect, in the foreseeable future, or warranty period, the integrity or strength of the pipe liner shall be repaired at the Contractor's expense, in a manner satisfactory to the Engineer. If, due to broken or misaligned pipe at a manhole wall, the pipe liner fails to make a tight seal, the Contractor shall apply a seal at that point. The seal shall be of a resin mixture compatible with pipe liner. After the pipe liner has been cured in place, the Contractor shall connect new services or reconnect existing service connections as designated and identified by the proposal. This shall generally be done without excavation, from the interior of the pipeline by means of a television camera and a cutting tool. The water- tightness of the pipe liner shall be gauged while curing and under a positive head in accordance with the requirements outlined in ASTM F 1216, Section 8. After the work is completed, the Contractor shall provide the Engineer with a video tape showing both the before and after conditions including the restored connections. Polyethylene Tubing All polyethylene (PE) tubing shall be high density, high molecular weight plastic tubing meeting ASTM D2737, it shall be pressure rated at 200 psi working pressure and must bear the National Sanitation Foundation seal of approval for potable water service. When tested for Environmental Stress Cracking, the PE tubing shall not show any loss of pressure in the 6 specimens tested for 3 hours in accordance with the requirements of ASTM 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 D 1599, latest revision. The time of testing of each specimen shall be between 60 and 70 seconds. 510 08/26193 Page 9 Pipe 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: 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 National 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) 314 0.875 ±0.004 0.097 +0.010 1 1.125 ±0.005 0.125 +0.012 1114 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 (g) Copper Tubing All copper service tubing shall be annealed seamless Type K water tube meeting ASTM B88 and rated at 150 psi working pressure. The tubing shall be homogenous throughout and free from cracks, holes, crimping, foreign inclusions or other defects. It shall be uniform in density and other physical properties. (h) Service Connection Fittings All fittings used in customer service connection - tapping mains, connecting meters, etc. - must be currently listed on the Water and Wastewater Standard Products List or called for in the Standard Installation Details in the Service Connection Guide section of the City of Austin Standards. (I) Brass Goods Temperature Time ' Pressure 73.4 F 1,000 hours 400 psi 100 F 1,000 hours 330 psi Nominal Tube Size Outside Diameter Wall Thickness (inches) (Inches) (inches) 3/4 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 All brass stops, couplings, bends, connections, nipples and miscellaneous brass pipe fittings and accessories used in meter connections, copper service lines, air release piping assemblies and wherever needed in the water distribution system, shall conform to the Standards, Water and Wastewater Standards product list and AWWA C- 800, except as herein modified or supplemented. 510 08126/93 Page 10 Pipe I 1- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Unless otherwise noted, the goods described herein shall be fabncated of standard Red Brass (Waterworks Brass) meeting ASTM B62 or B584, alloy 83600, 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, commonly called the Mueller Thread. Corporation stops with iron pipe threads are also permitted. Iron pipe threads shall conform to ANSI 02.1 -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 B16.1, Class 125 (or Class 250 where so noted), as to dimensions, drillings, etc. Brass pipe shall conform to the weight and dimensions of Table 2 in the Appendix for AWWA C -800. All fittings shall be suitable for use at hydrostatic working pressures up to 150 psi. (j) Reserved (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. Pipe shall have push -on, rubber gasket joints of the bell and spigot type with thickened integral bells 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. Concrete thrust blocking shall be placed behind bends and tees. Concrete support cradles or blocking shall be required for support of all fire hydrants, valves and AWWA C110 fittings; such support shall be provided for AWWA C153 fittings when required by the Engineer. 2. Applicable Specifications Except as modified or supplemented herein, PVC pipe shall meet the following standards: AWWA C -900, SDR 18 or SDR 14 for PVC Pressure Pipe, in 4, 6, 8 and 12 inch nominal sizes, having Cast Iron Pipe size outside diameters. Fittings used with PVC Pressure pipe shall be AWWA C -110 or AWWA C -153 compact ductile iron fittings. Standard sizes, dimensions and tolerances shall be as follows: SDR -18 SDR -14 Nominal Outside Diameter Wall Thickness Wall Thickness Size Avg. Tolerance Min. Tolerance Min. Tolerance (inches) (inches) (inches) (inches) (Inches) (inches) (inches) 4 4.800 +0.009 0.267 +0.032 0.343 +0.041 6 6.900 +0.011 0.383 +0.046 0.493 +0.059 8 9.050 +0.015 0.503 +0.060 0.646 +0.078 12 13.200 +0.015 0.733 +0.088 0.943 +0.113 All pipe 4 inches and larger must be approved Underwriter's Laboratories for use in buried water supply and fire protection systems. 510 08/28/93 Page 11 Pipe 1 I 1 1 1 1 1 1 1 1 1 1 1 3. Material Requirements All pipe and fittings shall be made from clean, virgin, NSF approved, Class 124548 PVC. Clean reworked materials generated from the manufacturers own production may be used within the current limits of the referenced AW WA 0 -900. 4. Marking Permanent marking on each joint of pipe shall include the following at intervals of not more than 5 feet Nominal pipe size and OD base (e.g., 4 CIPS). The type of plastic material (e.g., PVC 124548 ). The Standard Dimension Ratio and the pressure rating in psi for water at 73 F (e.g., SDR 18, 150 psi). The AW WA designation with which the pipe complies (e.g., AMA C -900). The manufacturer's name or code and the National Sanitation Foundation (NSF) mark. (I) Polyvinyl Chloride (PVC) Pipe (Nonpressure) and Fittings 1. General Where PVC sewer or wastewater pipe is indicated, it shall conform to ASTM D 3034, SDR 35 or ASTM F 679, . having T -1 wall thickness. Minimum cell classification shall be 123548 as defined by ASTM 01784. 2. Joint Material PVC pipe and fitting shall have elastomeric gasket joints conforming to ASTM D 3212; gaskets to ASTM F 477. 3: Pipe Markings Permanent marking on the pipe shall include the following at intervals of not more than 5 feet Manufacturer's name and/or trademark. Nominal pipe size. PVC cell classification per ASTM D 1784 (Min. 123548). ASTM designation and legend: -For pipe 6 inch to 15 inch size: ASTM D 3034, type PSM, SDR-35 PVC Sewer Pipe. -For pipe 18 inch and larger: ASTM F 679. T -1 wall PVC sewer pipe. 4. Fitting Markings Fittings shall be clearly marked as follows: Manufacturer's name or trademark, Nominal size, The material designation "PVC ", PSM, and The designation, "Specification D3034 ". 510 08126!93 Page 12 Pipe 1 1 1 1 1 1 1 . 1 1 1 1 1 1 (m) Steel Pipe - 1. Standard Weight ASTM A 53, Schedule 40. 2. Extra Heavy Weight Seamless ASTM A 53, Schedule 80. 3. Encasement Pipe Welded or Seamless pipepiles ASTM A -252, Grade 2 4. Fittings Nipples and fillings extra strong Federal Specification WW-N 351 or WW -P 521. 5. Coatings Black or galvanized as indicated. (n) Welded Steel Pipe and Fittings for Water -Pipe 1. General Reference Standards Specification. a. Specifications of the American Water Works Association (AWWA) listed below shall apply to this Section. C -200 Steel Water Pipe 6 inches and larger. C -205 Cement - Mortar Protective Lining and Coating for Steel Water Pipe, 4 inches and larger, Shop Applied. - C -206 Field Welding of Steel Water Pipe. C -207 Steel Pipe Flanges for Waterworks Services, Sizes 4 inches through 144 inches. C -208 Dimensions for Steel Water Pipe Fittings. C-602 Cement -Mortar Lining of Water Pipelines, 4 inches and larger in Place. 2. Submittals a. Furnish shop drawings, product data, design calculations and test reports as described below. (1) Certified copies of mill tests confirming the type of materials used in steel plates, mill pipe flanges and bolts and nuts to show compliance with the requirements of the applicable standards. (2) Complete and dimensional working drawings of all pipe layouts. Shop drawings shall include the grade of material, size, wall thickness of the pipe and fittings, type and location of fittings and the type and limits of the lining and coating systems of the pipe and fittings. (3) Product data to show compliance of all couplings, supports, fittings, coatings and related items. 3. Job Conditions a. The intemal design pressure of all steel pipe and fittings shall be as indicated. b. The interior of all steel pipe for potable water, 4 Inches and larger, shall be cement -mortar lined. - 4. Manufacturing • a. Description Pipe shall comply with AWWA C -200. 510 08/26/93 Page 13 Pipe 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) Circumferential deflection of all pipe in -place shall not exceed 2.0 percent of pipe diameter. (2) Diameter Nominal pipe diameter shall be the inside diameter of lining or pipe barrel, unless otherwise designated in Job Conditions. b. Wall Thickness (1) Steel pipe wall thickness shall be designed for the intemal and external loads specified In this section. The cylinder thickness needed to resist intemal pressure shall be based an an allowable stress in the steel equal to 12 the minimum yield stress of the material used. 5. Fittings a. Welded Fabricated steel fittings shall be of the same material as pipe and shall comply with AWWA C -208. 6. Flanges a. Flanges shall comply with the requirements of AWWA C -207, Class D or Class E. The class shall be based on operating conditions and mating flanges of valves and equipment. b. Gaskets shall be cloth - inserted rubber, 1/8 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 at least 1 1/2 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 flush with the plate surface. The inside edge of the bell and the outside edge of the spigot shall be scarfed or lightly ground to remove the sharp edges or burrs. 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 self- centered and the gasket will be 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. 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 organization which has had not less than 5 years successful experience manufacturing pipe materials and the design and manufacture of the pipe, including all materials, shall be the product of one company. b. All surfaces except as noted in c and d below shall receive shop application of mortar lining and coating. c. Field Welded Joints. After installation, clean, line and coat unlined or uncoated ends adjacent to welded field joints, including the weld proper, as specified for pipe adjacent to the weld. 510 08/26/93 Page 14 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 list thicknesses for coated sheets in inches. The Tables in AASHTO M 197 list thicknesses in inches for clad aluminum sheets. Sampling and testing of metal sheets and coils used for corrugated metal pipe shall be in accordance with TXDOT Test Method Tex - 708-1. Damaged spetter coating shall be repaired by thoroughly wire brushing the damaged area and removing all loose, cracked or weld -bumed spetter coating. The cleaned area shall be painted with a zinc dust -zinc oxide paint conforming to Federal Specifications TT -P 641b. Damaged pipe shall be rejected and removed from the project. Damaged aluminized coating shall be repaired in accordance with the manufacturers 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 full circle or arch pipe conforming to AASHTO M 36, Type I or Type 11 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 butt- welded seams. b. Aluminum Pipe Pipe shall conform to AASHTO M 196, Type I, circular pipe or Type II, pipe arch 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 a continuous helical lock seam. Portions of aluminum pipe that are to be in contact with high chloride concrete or metal other than aluminum, shall be insulated from these matenals 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. 510 08/26/93 Page 15 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Selection of Gages The pipe diameter, permissible corrugations and required gauges shall be as indicated. Min. - Cover, Top of Thickness Pipe to Pipe Top of 0.064 In. 0.079 In. 0.109 In. 0.138 In. 0.168 In. Diameter Subgrade 16 Gage 14 Gage 12 Gage 10 Gage 8 Gage Inches Maximum Fill Height Above Top of Pipe in Feet • 12 12 112 122 157 164 171 15 12 90 97 125 131 137 18 12 75 81 104 109 114 21 12 64 70 82 94 98 24 12 56 60 69 78 86 27 12 50 54 60 67 73 30 12 9 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 after galvanizing. The line in the gage columns is drawn below the maximum diameter allowed for that gage. 510 08/26/93 Page 16 Pipe TABLE I Corrugated Steel 2 2/3 inches by 1/2 inch Corrugations Full Circle Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 11 Corrugated Steel 3 inches x 1 inch or 5 inches x 1 inch Full Circle Pipe Min. Cover, Top of Thickness Pipe to Pipe Top of 0.064 In. 0.079 In. 0.109 In. 0.138 In. 0.168 In. Diameter Subgrade 16 Gage 14 Gage 12 Gage 10 Gage 8 Gage Inches Maximum FIII 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) 72 12 32 40 45(59) 47(71) 48(79) 78 12 29 36 44(54) 45(66) 46(73) 84 12 34 43(51) • 44(61) 45(68) 90 12 32 43 44(57) 44(63) 96 12 30 43 43(53) 44(59) 102 24 28 42 43(50) 43(56) 108 24 39 42 43(53) 114 24 37 42 42(50) 120 24 35 42 42 'Fill heights in ( ) apply when pipe is 5 percent vertically elongated prior to installation. Note: Thickness in inches, as shown above, refers to the coated metal after galvanizing. The line in the gage columns is drawn below the maximum diameter allowed for that gage. 510 08/26/93 Page 17 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table III Corrugated Aluminum 2 2/3 inches x 1/2 Inch Corrugations Full Circle Pipe Min. Cover, Top of Thickness Pipe to Pipe Top of 0.064 In. 0.079 In. 0.109 In. 0.138 In. 0.168 In. 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 24 12 22 23 25 28 31 27 12 20 21 23 25 27 30 12 18 • 18 21 23 24 33 12 16 17 20 21 22 36 12 15 19 20 21 42 12 19 19 20 48 15 18 18 19 54 16 17 18 18 60 16 16 18 66 18 12 15 72 20 18 11 78 20 9 84 20 7 ' Fill heights in ( ) apply when pipe is 5 percent vertically elongated prior to Installation. Note: Thickness in inches, as shown above, refers to the clad sheet. The line in the gage columns is drawn below the maximum diameter allowed for that gage. 510 08/26/93 Page 18 Pipe ' i Table IV Corrugated Aluminum 3 inches x 1 inch or 8 inches x 1 Inch Corrugations Full Circle Pipe Min. Cover, Top of Thickness Pipe to Pipe Top of 0.064 In. 0.079 In. 0.109 In. 0.138 In. 0.168 In. 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 08/26/93 - Page 19 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 For pipe arch, the design size and permissible corrugations only will be indicated, since the shape and minimum gage for pipe arch shall be as designated in Tables A, 8, C or D for the specified design size and corrugation for metal pipe. Table A Steel Pipe Arch 2 2/3 Inch by 1/2 Inch Corrugations H -20 Loading Equivalent Mln. Min. Coated Diameter Design • Span. *Rise Cover Gage Thickness Full Cir. Size Inches Inches Inches Required Inches Pipe Inches 1 17 13 12 16 0.064 15 2 21 15 12 16 0.064 18 3 28 20 12 16 0.064 24 4 35 24 12 16 0.064 30 5 42 29 12 14 0.079 36 6 49 33 12 14 0.079 42 7 57 38 12 12 0.109 48 8 64 43 12 12 0.109 54 9 71 47 12 10 0.138 60 • The fill heights for all sizes of pipe arch are limited to a maximum of 7 feet A tolerance of plus or minus 1 inch or 2 percent of equivalent circular diameter, whichever is greater, will be permissible in span and rise, with all dimensions measured from the inside crests of the corrugations. Table B Steel Pipe Arch 3 Inch by 1 Inch Corrugations H -20 Loading Equivalent Min. Min. Coated ' Diameter Design • Span 'Rise Cover Gage Thickness Full Cir. Size Inches Inches Inches Required Inches Pipe Inches 7 53 41 12 12 0.109 48 8 60 46 12 12 0.109 54 9 66 51 12 12 0.109 60 10 73 55 12 12 0.109 66 11 81 59 12 12 0.109 72 12 87 63 12 12 0.109 78 13 95 67 12 12 0.109 84 14 103 71 18 12 0.109 108 18 137 87 24 10 0.138 114 19 142 91 24 10 0.138 210 • 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. 510 08/28/93 Page 20 Pipe 1 l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table C Steel Pipe Arch 5 Inch by 1 Inch Corrugations H -20 Loading Equivalent Min. _ Min. Coated Diameter Design • Span *Rise Cover Gage Thickness Full Cir. Size Inches Inches Inches Required Inches Pipe lnches 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. Table ID Aluminum Pipe Arch 2 213 Inch by 1/2 Inch Corrugations H -20 Loading Equivalent Min. Min. Coated Diameter Design • Span *Rise Cover Gage Thickness Full Cir. Size Inches Inches Inches Required Inches Pipe Inches 1 17 13 12 16 0.060 15 2 21 15 12 16 0.060 18 3 28 20 12 14 0.075 24 4 35 24 12 14 0.075 30 5 42 29 18 12 0.105 36 6 49 33 18 12 0.105 42 7 57 38 18 10 0.135 48 8 64 43 18 10 0.135 54 9 71 47 18 8 0.164 60 All dimensions are measured from the inside crests of the corrugations. A tolerance of plus or minus 1 inch or 2 percent of the equivalent circular diameter, whichever is greater will be permissible in span and rise. The fill heights for all sizes of pipe arch are limited to a maximum of 7 feet. 510 08/26/93 Page 21 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. Joint Material Except as otherwise indicated, coupling bands and other hardware for galvanized or aluminized steel pipe shall conform to AASHTO M 36 for steel pipe and AASHTO M 196 for aluminum pipe. Field joints for each type of corrugated metal pipe shall maintain pipe alignment during construction 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 an each of the pipes being connected to form a tightly 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 corrugations on the ends. The locking bands shall securely fit into at least one full circumferential corrugation on each of the pipe ends being coupled. The minimum width of the corrugated locking bands shall be as shown below for the corrugation which corresponds to the end circumferential corrugations on the pipes being joined: 10 1/2 inches wide for 2 2/3 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 fumished 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 helically 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. 16 1/4 inches wide for pipe diameters of 78 inches and greater. The bands shall have 4 circumferential rows of projections. Unless otherwise indicated, all bolts for coupling bands shall be 1/2 inch diameter. Bands 12 inches wide or less shall 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 galvanized to provide the same requirements as AASHTO M 232 or electrogalvanized per ASTM A 164 Type RS. 5. Additional Coatings or Linings a. Bituminous Coated Bituminous Coated pipe or pipe arch shall be as indicated both as to base metal and fabncation and in addition shall be coated inside and out with a bituminous coating which shall meet the performance requirements set forth herein. The bituminous coating shall be 99.5 percent soluble in carbon bisulphide. The pipe shall be uniformly coated Inside and out to a minimum thickness of 0.05 inch, measured on the crests of the corrugations. The bituminous coating shall adhere to the metal tenaciously, shall not chip off in handling and shall protect the pipe from deterioration as evidenced by samples prepared from the coating material successfully meeting the Shock Test and Flow Test in accordance with Test Method Tex - 522 -C. 510 08/26/93 Page 22 Pipe 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. Paved Invert Where a Paved Invert is indicated, the pipe or pipe arch, in addition to the fully coated treatment described above, shall receive additional bituminous material of the same specification as above, applied to the bottom quarter of the circumference to form a smooth pavement with a minimum thickness of 1/8 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 fabricated 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, homogenous, nonsegregated lining. Cement Portland Cement shall conform to AASHTO M 85. Aggregates shall conform to AASHTO M 6 except that the requirements for gradation 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 1/8 inch above the crest of the corrugations. Lining Procedures The lining shall be plant applied by a machine traveling through a stationary pipe. The rate of travel of the machine and the rate of concrete placement shall be mechanically regulated so as to produce a homogenous nonsegregated lining throughout. Surface Finish The lining machine shall also mechanically trowel the concrete lining as the unit moves through the pipe. Certification Furnish manufacturer's standard certification of compliance upon request of the purchaser. Joints Pipe shall be joined together with coupling bands made from steel sheets to an indicated thickness of 0.064 inch (12 ga.). Coupling bands shall be formed with two corrugations that are spaced to provide seating in the third corrugation of each pipe end without creating more than 1/2 inch ± annular space between pipe ends when joined together. . Bands shall be drawn together by two 1/2 Inch galvanized bolts through the use of a bar and strap suitably welded to the band. 510 08/26/93 page 23 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7. Mortar 510.3 Construction Methods 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. (2) Causes for Rejection Pipe shall be subject to rejection on account of failure to conform to any of the indications. 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 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 recommendation. Hairline cracks or contraction cracks in the concrete lining is to be expected and does not constitute cause for rejection. Where fiber bonded pipe is indicated, the pipe or pipe arch shall be formed from sheets whose base metal shall be as Indicated. In addition, the sheets shall have been coated with a layer of fibers, applied in sheet form by pressing them into a molten metallic bonding. If a paved invert is indicated it shall be in accordance with the procedure outlined above. The test for spelter coating above is waived for fiber bonded pipe. 6. Slotted Drain Storm Sewers The pipes for the slotted drain and slotted drain outfall shall be helically corrugated, lock seam or welded seam pipe. Materials and fabrication shall be in accordance with the above. The metal thickness shall be a minimum 16 gage. The chimney assemblies shall be constructed of 3/16 inch welded plate or machine formed 14 gage galvanized steel sheets. The height of the chimney required shall be as indicated. Metal for the welded plate slat shall meet the requirements of ASTM A 36 and the completed plate slot shall be galvanized after fabrication in accordance with ASTM A 123. 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. Mortar shall be composed of 1 part Type 1 Portland Cement and 2 parts clean, sharp mortar sand suitably graded for the purpose and conforming in other respects to the provisions for fine aggregate of Item No. 403, "Concrete far Structures ". Hydrated lime or lime putty may be added to the mix, but in no case shall it exceed 10 percent by weight of the total dry mix. (1) General Prior to commencing this work, all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions of Agreement'. Clearing the site shall conform to Item No. 102, "Clearing and Grubbing ". Maintenance of environmental quality protection shall comply with all requirements of "General Conditions of Agreement" and Item No. 601, "Salvaging and Placing Topsoil ". The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of all existing utilities. 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 510 06/26/93 Page 24 Pipe 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 progressed 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 concemed in effecting any utility adjustments necessary and shall not hold the Crty 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 backfilling shall be accomplished as indicated and in compliance with State Statutes. 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 In accordance with the Texas Manual on Uniform Traffic Control Devices. Wherever existing utility branch connections, sewers, drains, conduits, ducts, pipes or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated or reconstructed by the Contractor through cooperation with the owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impractical, a deviation from line and grade will be ordered by the Engineer and the change shall be made in the manner directed. Adequate temporary support, protection and maintenance of all underground and surface utility structures, drains, sewers and other obstructions encountered in the progress of the work shall be fumished 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 1/2 inch shall be used. For trenches up to 4 feet in width, sheet steel plates having a minimum thickness of 3/4 inches shall be used. In all cases, the plates shall overlay the top of the trench a minimum of 18 inches on both sides and secured by asphalt. Adequate provisions shall be made for the flaw of sewers, drains and watercourses encountered dunng construction and any structures which may have been disturbed shall be satisfactorily restored upon completion of work. When rainfall or runoff is occurnng or is forecast by the U.S. Weather Service, the Contractor shall not perform or attempt any excavation or other earth moving work in or near the flood "plain of any stream or watercourse or on slopes subject to erosion or runoff, unless given specific approval by the Engineer. When such conditions delay the work, an extension of time for working day contracts will be allowed in accordance with "General Conditions of Agreement'. (2) Water Line/New Wastewater Line Separation Installation of new water or wastewater lines shall conform to the following: Where feasible, water and wastewater lines shall be no closer to each other than 9 feet between outside diameters in all directions and shall be in separate trenches. • If the 9 foot separation cannot be achieved, any portion of a new gravity wastewater line within 9 feet in any direction (between OD's) of a potable water line, shall be in a separate trench and constructed of ductile iron, AWWA C -900 (SDR -18) 150 psi rated PVC in sizes 12 inch, or AWWA C -905 (SDR -25) 165 psi rated PVC in sizes larger than 12 inches. If the lines are parallel, they shall not be closer than 4 feet horizontally or 2 feet vertically between OD's with the wastewater lower than the water line. If the lines cross, they may be no closer than 6 inches vertically between OD's with the sewer below the water line and one standard 20 foot length of ductile iron, AWWA C -900 (SDR -18) 150 psi rated PVC in sizes to 12 inch, or AWWA C -905 (SDR -25) 165 psi rated PVC in sizes larger than 12 inches. Unless wastewater manholes and the connection to the 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. 510 08/26/93 Page 25 Pipe i t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (3) 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, "Concrete Encasement and Encasement Pipe ", for a distance of at least 1 foot on either side of the ditch line of the utility structure or the storm sewer. Unless otherwise specified by the Engineer, concrete encasement will not be required for ductile iron, AWWA C -900 (SDR -18) 150 psi rated PVC in sizes to 12 inch, or AWWA C -905 (SDR -25) 165 psi rated PVC in sizes larger than 12 inches. When the Contractor installs a pipe that crosses over a utility structure or storm sewer and the top of the utility structure or storm sewer is within 18 inches of the bottom of the pipe, the pipe shall be either ductile iron, AWWA C -900 (SDR -18) 150 psi rated PVC in sizes to 12 inch, or AWWA C- 905 (SDR -25) 165 psi rated PVC in sizes larger than 12 inches, unless otherwise specified by the Engineer. Where trenches wider than 12 inches cross under existing wastewater lines, the sewer lines shall be replaced with one 20 foot joint of ductile Iron, AWWA C -900 (SDR -18) 150 psi rated PVC in sizes to 12 Inch, or AWWA C-905 (SDR -25) 165 psi rated PVC in sizes larger than 12 inches, centered over the trench. (4) Trench Excavation Underground piped utilities shall be constructed in an open cut in accordance with Federal regulations, applicable State Statutes conforming to Item No. 509, "Trench Safety Systems" and with a trench width and depth described below. When pipe is to be constructed in fill above the natural ground, Contractor shall construct embankment to an elevation not less than one foot above the top of the pipe, after which trench Is excavated. Required vertical sides shall be sheeted and braced as indicated to maintain the sides of the required vertical excavation throughout the construction period. Adequacy of the design of sheeting and bracing shall be the responsibility of the Contractors design professional. The Contractor shall be responsible for installation as indicated. After the pipe has been laid and the backfill placed and compacted to 12 Inches above the top of the pipe, any sheeting, shoring and bracing required may be removed with special care to Insure that the pipe is not disturbed. As each piece of sheeting is removed, the space left by its removal must be thoroughly filled and compacted with suitable material and provisions made to prevent the sides of the trench from caving until the backfill has been completed. Any sheeting left in place will not be paid for and shall be considered subsidiary to the pipe item bid. (5) Trench Width Trenches for water and wastewater lines shall have a clear width on each side beyond the outside surfaces of the pipe bell or coupling of not less than 6 inches nor more than 12 inches. 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 the trench width within the pipe zone exceeds this maximum, the entire pipe zone shall be refilled with approved backfill material, thoroughly compacted to a minimum of 95 percent of maximum density as determined by TXDOT 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 lengths of pipe and/or bend fittings if necessary. For all utilities to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than 1 foot above the top of the utility after which excavation for the utility shall be made. (6) Trench Depth and Depth of Cover All pipe and in -line appurtenances shall be laid to the grades indicated. The depth of cover shall be measured from the established finish grade, natural ground surface, subgrade for staged construction, street or other permanent surface to the top or uppermost projection of the pipe. (a) Where not otherwise Indicated, all water piping shall be laid to the following minimum depths: 1. Water piping installed in undisturbed ground in easements of undeveloped areas which are not within existing or planned streets, roads or other traffic areas shall be laid with at least 36 inches of cover. 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 excavated to the specified or 510 08/26/93 Page 26 Pipe 1 t I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 standard paving subgrade, with all parkways and sidewalk areas graded according to any applicable provisions of the drainage plans or sloped upward from the curb line to the right of way line at a minimum slope of 1/4 inch per foot. 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. (7) Classification of Excavation Excavation wit not be considered or paid for as a separate item of work, so excavated material will not be classified as to type or measured as to quantity. Full payment for all excavation required for the construction shall be included in the various unit or lump sum contract prices for the various items of work installed, complete in place. No extra compensation, special treatment or other consideration will be allowed due to rock, pavement, caving, sheeting and bracing, falling or rising water, working under and in the proximity of trees or any other handicaps to excavation. (8) Dewatering Excavation Underground piped utilities shall not be constructed or the pipe laid in the presence of water. All water shall be removed from the excavation prior to the pipe placing operation to insure a dry firm granular bed on which to place the underground piped utilities and shall be maintained in such unwatered condition until all concrete and mortar is set Removal of water may be accomplished by bailing, pumping or by a well -point installation as conditions warrant. In the event that the excavation cannot be dewatered to the point where the pipe bedding is free of mud, a seal shall be used in the bottom of the excavation. Such seal shall consist of Class B concrete, conforming to Item No. 403, "Concrete for Structures ", with a minimum depth of 3 inches. (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 backfilled. Where needed, sump pits shall be dug adjoining the trench and pumped as necessary to keep the excavation dewatered. Backfilling shall closely follow pipe laying so that no pipe is left exposed and unattended after initial assembly. All open ends, outlets or other openings in the pipe shall be protected from damage and shall be properly plugged and blocked watertight to prevent the entrance of trench water, dirt, etc. The Interior of the pipeline shall at all times be kept clean, dry and unobstructed. Where the sail encountered at established footing grade is a quicksand, saturated or unstable material, the following procedure shall be used unless other methods are indicated: All unstable soils shall be removed to a depth of a minimum 2 feet below bottom of piped utility or as required to stabilize the trench foundation. Such excavation shall be carried out for the entire trench width. All unstable soil so removed shall be replaced with a concrete seal, foundation rock or coarse aggregate materials placed across the entire trench width in uniform layers not to exceed 6 inches, loose measure and compacted by mechanical tamping or other means which shall provide a stable foundation for the utility. Forms, sheathing and bracing, pumping, additional excavation and backfill required in unstable trench conditions shall be subsidiary to pipe bid. (10) Blasting All blasting shall conform to the provisions of "General Conditions of Agreement ". (11) Removing Old Structures 510 08/26/93 Page 27 Pipe �1 I 510 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 compacting by the methods provided above. Where the trench cuts through storm or wastewater sewers which are known to be abandoned, these sewers shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. When old structures are encountered, which are not visible from the existing surface and are still in service, they shall be protected and adjusted as required to the finished grade. (12) Lines and Grades Grades, lines and levels shall conform to Section No. 00341, "Grades, Lines and Levels ". Any damage to the above by the Contractor shall be re- established at the Contractor's expense. The location of the lines and grades indicated may be changed only by direction of the Engineer and it is understood that the Contractor will be paid on the basis of his unit contract prices bid for such work actually performed and shall make no claim for damages or loss of anticipated profits due to the change of location or grade. The Contractor shall fumish, 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 fumish good, sound twilled lines far 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 construction 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 Contractors 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 completion of the portion of the utility involved. (14) Pipe Bedding Envelope Pipe shall be installed In a continuous bedding envelope. The envelope shall extend for the full trench width to a depth of 6 inches below the pipe. The envelope shall rise to springline of stormwater pipe and to 12 inches above water and wastewater pipe. The following requirements and limitations shall govern bedding material selection. The compatibility of the bedding envelope with the excavated and backfill materials shall be ensured to minimize particle migration into pea gravel and pipe bedding stone envelopes. Measures taken to minimize migration shall be subsidiary to the pipe unless specifically provided by the bid items for pipe with sand as an approved bedding material. Specific measures for other pipes shall be as agreed upon by change order unless otherwise provided by the contract. 08/26/93 Page 28 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (a) Standard Bedding Materials (b) Requirements & Limitations (1) Impervious cut -off walls of compacted clay or other approved methods shall be used to isolate sand beddings from pea gravel or stone beddings. (2) Pea gravel or pipe bedding stone shall be used in blasted trenches. (3) Crushed gravel or crushed stone shall not be used with polyethylene tubing or polyethylene film wrap. (4) Uncrushed gravel may be used with polyethylene film wrap in trenches up to 6 feet in depth and in deeper trenches where ample trench width, a tremie, or other conditions will allow controlled placement of the gravel without damaging the polyethylene wrap. (5) Sand, alone, shall not be used in watercourses, in trenches where groundwater is present, or in trenches with grades greater than 5 percent. (6) Pea gravel and pipe bedding stone, alone, shall not be used in trenches with soils prone to vibratory or hydraulic particle migration. Pea gravel or pipe bedding stone mixed with sand, stabilized backfill, filter fabric envelopment of the bedding materials, or other approved materials or means shall be used wherever non - cementatious, silty, or sandy soils as determined by the Engineer are encountered with plasticity indices less than 20. (7) Pea gravel and pipe bedding stone, alone, shall not be used in street nght -of -way within 5 feet of subgrade elevation in trenches 3 feet or wider. (8) When pea gravel or pipe bedding stone is premixed with sand, a sufficient volume of sand shall be used to fill all voids within the bedding envelope. The mixture shall be mechanically compacted in place. (9) Sand bedding envelopes shall be compacted to a minimum of ninety percent (90 %) of the density as determined in accordance with test method ASTM D 698. 510 08/26/93 Page 29 Pipe PIPE BEDDING STONE USE / PIPE MATERIAL CEMENT STAB BKFILL SAND GRAVEL Uncrushed Gravel Crushed Gravel Crushed Stone WATER / WELDED STEEL X X WATER UP TO 15 INCH ID X X X X X WATER / ALL OTHERS LARGER THAN 15 INCH ID X X X X WASTEWATER /ALL UP TO 15 INCH ID X X X X X WASTEWATER / ALL LARGER THAN 15 INCH ID X X X X STORMWATER /CONCRETE X X X X X STORMWATER / METAL X X X 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (a) Standard Bedding Materials (b) Requirements & Limitations (1) Impervious cut -off walls of compacted clay or other approved methods shall be used to isolate sand beddings from pea gravel or stone beddings. (2) Pea gravel or pipe bedding stone shall be used in blasted trenches. (3) Crushed gravel or crushed stone shall not be used with polyethylene tubing or polyethylene film wrap. (4) Uncrushed gravel may be used with polyethylene film wrap in trenches up to 6 feet in depth and in deeper trenches where ample trench width, a tremie, or other conditions will allow controlled placement of the gravel without damaging the polyethylene wrap. (5) Sand, alone, shall not be used in watercourses, in trenches where groundwater is present, or in trenches with grades greater than 5 percent. (6) Pea gravel and pipe bedding stone, alone, shall not be used in trenches with soils prone to vibratory or hydraulic particle migration. Pea gravel or pipe bedding stone mixed with sand, stabilized backfill, filter fabric envelopment of the bedding materials, or other approved materials or means shall be used wherever non - cementatious, silty, or sandy soils as determined by the Engineer are encountered with plasticity indices less than 20. (7) Pea gravel and pipe bedding stone, alone, shall not be used in street nght -of -way within 5 feet of subgrade elevation in trenches 3 feet or wider. (8) When pea gravel or pipe bedding stone is premixed with sand, a sufficient volume of sand shall be used to fill all voids within the bedding envelope. The mixture shall be mechanically compacted in place. (9) Sand bedding envelopes shall be compacted to a minimum of ninety percent (90 %) of the density as determined in accordance with test method ASTM D 698. 510 08/26/93 Page 29 Pipe • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 cuter 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 requirements 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 material. 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 shall be vertical when the valves are installed. Pressure pipe shall be laid with bell ends facing the direction of pipe installation. Pipe end bells shall be placed upgrade for all wastewater lines. Orientation marks, when applicable, shall be in their proper position before pipe is seated. Before joining any pipe, all foreign matter, lumps, blisters, excess coal tar coating, oil or grease shall be removed from the ends of each pipe and the pipe ends shall then be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Every precaution shall be taken to prevent foreign material from entering the pipe during installation. No debris, tools, clothing or other materials shall be placed in the pipe. I 510 06/26/93 Page 30 Pipe 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 groove. 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 telescoping 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 centered 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 and be coated as indicated above in Iron Pipe. (18) Pressure 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 one continuous operation in such manner that after shrinkage and curing the joint recess shall 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 with no less than one pipe joint 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 to the satisfaction of the Engineer. The inside surface shall be cleared of any mortar droppings, cement, water, slurry, etc., before they have become set and shall be cleared of any other foreign matter. The inside surface of the pipe shall be left clean and smooth. Pipe shall be handled at all times with wide non abrasive slings, belts or other equipment designed to prevent damage to the coating and all such equipment shall be kept in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch -bars, chain slings, rope slings without canvas covers, canvas or composition belt slings with protruding rivets, pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the cement mortar lining. (19) Placing Pipe in Tunnels 510 08/26/93 Page 31 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Piping installed as a carrier pipe in a tunnel, encasement pipe, etc., shall have uniform alignment, grade, bearing and conform to the reviewed shop drawings. All necessary casing spacers, 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 casing spacers acceptable to the Owner attached to the camer pipe in accordance with the manufacturer's recommendations. The insertion pushing forces shall not exceed the pipe manufacturer's recommendation. Such camer piping shall have flexible bolted or gasketed push -on joints or Concrete Steel Cylinder pipe installed 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. Cement mortar protection shall then be placed in the normal manner to the exterior of the joint and allowed to harden sufficiently to avoid dislodgment during installation. If time is of the essence, a quick setting compound may be used. (b) 24 lnch Pipe and Larger Each length of pipe shall be pushed into the tunnel as single units. A flexible mastic sealer shall be applied to the exterior of the Joint prior to joint engagement. The surfaces receiving the mastic sealer shall be cleaned and primed in accordance with the manufacturer's recommendation. Sufficient quantities 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. (20) Temporary Pipe Plugs, Caps, Bulkheads and Trench Caps Temporary plugs, caps or plywood bulkheads shall be Installed to close all openings of the pipe and fittings when pipeline construction is not in progress. All temporary end plugs or caps shall be secured to the pipe as provided under Item No. 507, "Bulkheads ". Trench caps shall be reinforced Class D concrete as indicated. (21) Corrosion Control (a) Protective Covering Unless otherwise indicated, all flanges, nuts, bolts, threaded outlets and all other iron or steel components buried and in contact with earth or backfill shall be wrapped with 8-mil (minimum) polyethylene film meeting ANSI /AWWA C -105 to provide a continuous wrap. (22) Pipe Anchorage, Support and Protection Pressure pipeline tees, plugs, caps and bends exceeding 22 1/2 degrees; 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 1/4 degrees shall be anchored as described herein. Storm sewers on steep grades shall be lugged as Indicated. (a) Concrete Thrust Blocking Concrete for use as reaction or thrust blocking shall be Class B conforming to Item No. 403, "Concrete for Structures ". Concrete blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on the pipe and on the ground shall be as indicated or directed by the Engineer. The blocking shall, unless otherwise 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. 510 08/26/93 Page 32 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 responsible for the sufficiency of such restraints. (b) Metal Thrust Restraint Fabricated thrust restraint systems such as those described below may be approved for use instead of concrete blocking. To obtain approval, the project plans must include sufficient drawings, notes, schedules, etc., to assure that the proposed restraints as installed will be adequate to prevent undesirable movement of the piping components. Such restraint systems may only be used where and as specifically detailed and scheduled on approved project plans. 1. Thrust Hamess A metal thrust harness of tie rods, pipe clamps or lugs, tumbuckies, etc., may be approved. All carbon steel components of such systems, including nuts and washers, shall be hot -dip galvanized; all other members shall be cast ductile iron. After installation, the entire assembly shall be wrapped with 8 mil polyethylene film, overlapped and taped in place with duct tape to form a continuous protective wrap. The number, size and arrangement of rods, lugs, etc., shall be specifically detailed on the approved plans. 2. Restrained Joints Piping or fitting systems utilizing integral mechanically restrained joints may be approved. All components of such systems shall be standard manufactured products fabricated from cast ductile iron, hot -dip galvanized steel, brass or other corrosion resistant materials and the entire assembly shall be protected with a continuous film wrap as described for 1. above. Location, configuration and description of such products shall be specifically detailed on the plans. (Add - on attachments such as retainer glands, all- thread rods, etc., are not acceptable.) (c) Concrete Encasement, Cradles, Caps and Seals When trench foundation is excessively wet or unstable or installation of water or wastewater pipe will result in less than 30 inches of cover, Contractor shall notify Engineer. Engineer may require Contractor to install a concrete seal, cradle, cap, encasement or other appropriate action. All concrete cap, etc., shall be continuous and begin and end within 6 inches of pipe joints. Concrete cap, cradle and encasement shall conform to City of Austin Standard No. 510 -1. The pipe shall be well secured to prevent shifting or flotation while the concrete is being placed. (d) Anchorage Bulkheads Concrete bulkheads keyed into the undisturbed earth shall be placed as Indicated to support and anchor the pipe and/or backfill 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 against erosion. Concrete material and placement shall be Class B, Item No. 403, "Concrete for Structures ". (23) Wastewater Connections (a) Connections to Mains 12 Inches and Smaller All branch connections of new main lines shall be made by use of manholes. Service stubs shall be installed as indicated. Minimum grade shall be 1 percent and minimum cover shall be 4 1/2 feet at the curb. Standard plugs shall be installed in the dead end before backfilling. Where a service connection to a main 12 inches or smaller is indicated, a wye, tee or double wye shall be installed. 510 08/26/93 Page 33 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 510 ' 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 manufacturers recommendations with the Engineer's approval. Where not otherwise indicated, service connections to mains shall be installed at an angle approximately 45 degrees above the horizontal. (b) Connections to the Existing System Unless otherwise specified by the Engineer, all connections made to existing mains shall be made at manholes 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 acceptance. These plugs shall be removed after the castings are adjusted to finish grade or when final acceptance is given. (24) Water System Connections The Contractor shall, at his expense, make all necessary connections of new piping or accessories to the existing water system. To minimize any inconvenience from outages, the Contractor shall schedule all such connections in advance and such schedule must be approved by the Engineer before beginning any work. (a) Shutoffs The Chy will make all shutoffs on existing water mains. The Contractor shall be required to notify the Engineer's field representative on the job at least 72 hours prior to the desired time for any shutoff. The Engineer's field representative will notify any affected utility customers at least 24 hours prior to the shutoff. The Water Utility will make the shutoff after ensuring that all appropriate measures have been taken to protect the water system, customers and employees. The City will operate all valves to fill existing mains. Where a newly constructed main has not been placed in service and has only one connection to the public water supply, the contractor may operate one valve to fill the main after approval has been obtained from the Water Utility. The operation of the valve is to be conducted under the immediate 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, bedding and backfilling, placing the lines and service and all site cleanup. No water containing detectable amounts of chlorine may be drained, released or discharged until specific planning and appropriate preparations to handle, dilute and dispose of such chlorinated water are approved in advance by the City and the disposal operations will be witnessed by an authorized representative from the City. 08/26/93 Page 34 Pipe r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (c) Pressure Taps to Existing Water System The Contractor shall make all pressure taps called for by the Contract Documents or required to complete the work. A pressure tap shall consist of connecting new piping to the existing water system by drilling into the existing pipe while it is carrying water under normal pressure without taking the existing piping out of service. 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 and shall block, anchor and backfill the piping, valve and all accessories, place the new piping in service and perform all site cleanup. When the City makes the tap, City forces are not obligated or expected to perform any work except to provide tapping machine and drill the actual hole. If City crews are to make the tap, fiscal arrangements must be made in advance at the Taps Office, Waller Creek Center, 625 East 10th Street. If a pnvate contractor makes the tap, a W -WW inspector must be present. "Size on size" taps will not be permitted, unless made by use of an approved full circle gasket tapping sleeve. Concrete blocking shall be placed behind and under all tap sleeves 24 hours prior to making the wet tap. • (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 tapping will not be permitted. All service connections shall be installed so that the outlet is at an angle of approximately 45 degrees above horizontal at the main line. Precautions should be taken to ensure that the tapping saddle or sleeve is placed on the pipe straight to prevent any binding or deformation of the PVC pipe. The mounting chain or U -bolt strap must be tight. Tapping shall be performed with a sharp shell type cutter so designed that it will smoothly penetrate heavy walled PVC DR14 and 200 psi AC and will retain and extract the coupon from the pipe. (25) Backfllling (a) General Special emphasis is placed upon the need to obtain uniform density throughout the backfill matenal. The maximum lift of backfill shall be determined by the compaction equipment selected and in no case shall it exceed 18 inches, loose measurement. No heavy equipment, which might damage pipe, will be allowed over the pipe until sufficient cover has been placed and compacted. All internal pipe bracing installed or recommended by the manufacturer shall be kept in place until the pipe bedding and trench backfill have been completed over the braced pipe section. Testing of the completed backfill in streets and under and around structures shall meet the specified density requirements. Initial testing shall not be at Contractor's expense and shall conform to Section 00344, 'Testing Laboratory Services.' (b) General Corrugated Metal Pipe After the corrugated metal pipe structure has been completely assembled on the proper line and grade and headwalls constructed where 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. Backfill material shall be compacted to the same density requirements as indicated for the adjoining sections of embankment in accordance with the goveming specifications thereof. Above the 3/4 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. 510 08/26/93 Page 35 Pipe 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 plain, sand will not be permitted for backfilling. The Engineer will approve the topsoil for areas to be seeded or sodded. (d) Backfill in Street Right of Way Placement of backfill under pavement structures and within 2 feet of any structures shall be compacted to the required density using any method, type and size of equipment which will give the required compaction without damaging the pipe or bedding. Placement of backfill greater than 2 feet beyond structures in Right of Way shall be conform to (g) below. The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compacting equipment used and the test results thereby obtained. Pnor to and in conjunction with the compaction operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept level to insure uniform compaction over the entire layer. Testing for density shall be in accordance with Test Method Tex -114 -E and Test Method Tex -115 -E. Each layer of backfill must provide the density as required herein. Swelling soils (soils with plasticity index of 20 or more) shall be sprinkled as required to provide not less than optimum moisture nor more than 2 percent over optimum moisture content and compacted to the extent necessary to provide not less than 95 percent 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 compaction method shall be altered on subsequent work to obtain indicated density and conform to Section 00344, "Testing Laboratory Services ". At any time, the Engineer may order proof rolling to test the uniformity of compaction of the backfill layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the backfill, due to any reason, lose the required stability, density or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive 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 replaced in kind to the surface removed to construct the pipe. (e) Backfill in County Street or State Highway Right of Way All work within the right of way shall meet the requirements of (d) above, as a minimum and shall meet the requirements of the permit issued by the County when their requirements are more stringent. Prior to the start of construction, the Contractor shall be responsible for contacting the appropriate TXDOT 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 junsdiction. Approval for all completed work in the State or County right of way shall be obtained from the appropnate Official priorto final payment by the Owner. 510 08/26/93 Page 36 Pipe 1� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (f) Backfill in Railroad Right of Way All work within the railroad nght of way shall 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 shall be obtained from the Railroad prior to final acceptance_ (g) Backfill in Easements Where not otherwise indicated, Contractor may select whatever methods and procedures may be necessary to restore entire work area to a safe, useful and geologically stable condition with a minimum density of 85 percent or a density superior to that prior to construction. In and near flood plain of all streams and watercourses, under or adjacent to utilities, structures, etc., all backfill shall be compacted to a density of not less than 95 percent conforming to TXDOT Test Method Tex - 114 -E, unless otherwise directed by Engineer. All soil areas disturbed by construction shall be covered with top soil and seeded conforming to Item No. 604, 'Seeding for Erosion Control". All turf, drainways and drainage structures shall be constructed or replaced to their original condition or better. No debris shall remain in the drainways or drainage structures. (26) quality Testing for installed Pipe (a) Wastewater Pipe Acceptance Testing After construction is complete, Engineer will determine whether the pipeline is to be tested for infiltration, exfiltration or by the low pressure air test method. In addition, plastic pipe 18 Inches and larger in diameter shall be deflection tested. Wastewater pipe installed in the City of Austin and its ETJ areas shall be tested for exfiltration or infiltration 'as described below in " Exfiltration Test" and "Infiltration Test' or by acceptable low pressure air test, as described below. At the conclusion of either test series, the work shall be further tested for pipeline settlement and also for deflection as described below. The Contractor shall be solely responsible for making proper repairs to those elements which do not pass these test requirements. (b) Exfiltration 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 calculated. Any amount in excess of 200 gallons per inch of inside pipe diameter per mile per day shall be cause for rejection. For portions of lines located within the Edwards Aquifer Recharge Zone or within any recharge area or recharge feature within the Edwards Aquifer Transition Zone, the minimum head during testing shall not be less than 2 feet and the leakage rate shall not exceed 50 gallons per inch of inside pipe diameter per mile per day. This rate shall apply for the entire portion of the line extending up to the first manhole located outside the recharge zone, recharge area, or recharge features indicated on plans and shall also be applicable for any recharge areas or recharge features which may be identified during construction. For construction within the 25 year flood plain, the exfiltration rate shall not exceed 10 gallons per inch diameter per mile of pipe per 24 hours at the same minimum test head. (c) Infiltration Test When the pipe placed in easements is completed, the upper portion of the trench backfill shall be removed to a depth of not less than 18 inches below the finished surface and width equal to the original trench width. The trench shall then be flooded with water until it Is completely saturated and water stands in the ditch a minimum of 12 inches deep. In cases of steep terrain, earthen dikes shall be used to assure that water will stand over the trench. After it is apparent that the trench is completely saturated, the main shall then be inspected with closed - circuit television for infiltration: Any section of the main or any service stub that indicates excessive infiltration shall be cause for rejection. This procedure shall not be used for pipes installed in areas where the Plasticity Index (P.I.) of the surrounding matenal is 20 or higher or where the backfill material has a P.I. of 20 or more. 510 08/26/93 Page 37 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 For portions of lines located within the Edwards Aquifer Recharge Zone or within any recharge area or recharge feature within the Edwards Aquifer Transition Zone, the total infiltration as deterrnined by water test, must be at a rate not greater than 50 gallons per inch of pipe diameter per mile of pipe per 24 hours at a minimum test head of two feet This rate shall apply for the entire portion of the line extending up to the first manhole located outside the recharge zone, recharge area, or recharge features indicated on plans and shall also be applicable for any recharge areas or recharge features which may be identified during construction. For construction within the 25 year flood plain, the infiltration rate shall not exceed 10 gallons per inch diameter per mile of pipe per 24 hours at the same minimum test head. If the quantity of infiltration exceeds the maximum quantity specified, remedial action must be undertaken in order to reduce the infiltration to an amount within the limits specified. (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 pending of water In the pipe shall be cause for rejection. (e) Low Pressure Air Test of Plastic Gravity Flow Wastewater Lines (1) General Wastewater lines, at the discretion of the Engineer, shall 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 shall 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 shall be capable of resisting the intemal pressures and must be securely braced. Place all air testing equipment above ground and allow no one to enter a manhole or trench where a plugged sewer is under pressure, Release all pressure before the plugs are removed. The testing equipment used must include a pressure relief device designed to relieve pressure in the sewer under test at 10 psi or less and must allow continuous monitoring of the test pressures in order to avoid excessive pressure. Use care to avoid the flooding of the air inlet by infiltrated ground water. (Inject the air at the upper plug if possible.) Use only qualified personnel to conduct the test. (2) Ground Water Since the presence of ground water will affect the test results, test holes shall be dug to the pipe zone at intervals of not more than 100 feet and the average height of ground water above the pipe (if any) shall be determined before starting the test. (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 deterrnined (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 intemal air pressure is raised to 4.0 psig greater than the average back pressure of any ground water that may submerge the pipe. After the intemal test pressure is reached, allow at least 2 minutes for the air temperature to stabilize, adding only the amount of air required to maintain pressure. After the temperature stabilization penod, disconnect the air supply. Determine and record the time in seconds that is required for the intemal air pressure to drop from 3.5 psig to 2.5 psig greater than the average back pressure of any ground water that may submerge the pipe. I 510 08/26/93 Page 38 Pipe ( compare the time recorded with the: specification time for the size and length of pipe as given in the following table. TABLE FOR LOW PRESSURE AIR TESTING OF PLASTIC PIPE MINIMUM SPECIFIED TIME REQUIRED FOR 1.0 PSIG PRESSURE DROP FOR SIZE AND LENGTH OF PIPE INDICATED Pipe Diameter Specification Time (min:sec) for length shown (in.) 100ft 150ft 200ft 2506 300ft 350ft 400ft 450ft 4 3:46 3:46 3 3 3 3 3:46 3:46 6 5'40 5:40 5'40 5:40 5'40 5:40 5 6:24 8 7:34 7:34 7:34 7:34 7:36 8:52 10:08 11'24 10 9 9:26 9:26 9:53 11:52 13:51 15:49 17:48 12 11:20 11'20 11:24 14:15 17:05 19:56 22:47 25:38 15 14 14:10 17:48 22:15 26:42 31:09 35:36 40:04 18 17:00 1913 25:38 32'03 38:27 4452 51 5741 21 19:50 26 34:54 43:37 52 61 69 78'31 24 22:47 34:11 45:34 56:58 68:22 79:46 91:10 102:33 27 28 43:16 57:41 72:07 8632 100'57 115:22 12948 30 35 53:25 71:13 89:02 106:50 124:38 142:26 160:15 33 43:05 64:38 86:10 107:43 12916 150.43 172:21 193:53 36 51:17 76:55 102:34 128 153:50 179 205:07 230 NOTES: 1. Specification times are as given in UNI -B-6 RECOMMENDED PRACTICE FOR LOW - PRESSURE TESTING OF INSTALLED PIPE - by Uni -Bell PVC Pipe Association, 2655 Villa Creek Dr., Ste. 155, Dallas Texas 75234. 2. Pipe Sizes acceptable by City of Austin are as given on Qualified Products Lists (QPL's) WW -227 and WW- 227A. Any drop in pressure, from 3.5 psig to 2.5 psig (adjusted for groundwater level), 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. Test procedure for wastewater pipe located in the Edwards Aquifer Recharge Zone or identified recharge areas or recharge features within the Edwards Aquifer Transition Zone: Low- pressure air tests must conform to the procedure descnbed in ASTM C -924 or other equivalent procedures. For safety reasons, air testing of pipe sections will be limited to line sizes of 36 Inches inside diameter or less. Lines that are 36 inches or larger inside diameter may be air tested at each joint. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch gauge during a joint test, regardless of pipe size, shall be twenty (20) seconds. For sections of pipe less than 36 -inch inside diameter, the minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge must be computed by the following equation: T = 0.0850 (D)(K)/(Q), where T = time for pressure to drop 1.0 pounds per square inch gauge in seconds; K = 0.000419(D)(L), but not less than 1.0 D = nominal inside diameter in inches; L = length of line of same pipe size in feet; and Q = rate of loss, assume 0.0015 cubic feet per minute per square foot (ft /min/ft sq) of internal surface ' area. Any drop in pressure, from 3.5 psig to 2.5 psig, in a time less than that required by the above formula shall be cause for rejection. When the line tested includes more than one size of pipe, the minimum time shall be that calculated for the largest size pipe included. 510 08/26/93 Page 39 Pipe it 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Manholes must be tested separately and independently. All manholes must be hydrostatically tested with a maximum loss allowance of 0.025 gallon per foot diameter per foot of head per hour. When lines are air tested, manholes are to be tested separately by exfittration or. vacuum method (see Item 506, Manholes). (f) Deflection Test All non -rigid pipe for wastewater lines 18 Inch stze and larger located within the Edwards Aquifer Recharge Zone or within recharge areas or recharge features within the Edwards Aquifer Transition Zone including any non -rigid pipe force mains shall be tested for in -place deflection with a pipe mandrel or rigid ball sized at 95% of the inside diameter of the pipe from manhole to manhole. The test must be conducted after the final backfill has been in place at least thirty (30) calendar days, and again 30 days prior to expiration of the contractors warranty; . No pipe may exceed a deflection of 5.0 %. • Contractor shall submit his proposed pipe mandrels or testing balls to the Engineer or his designated representative for concurrence prior to testing the line. Test(s) must be performed without mechanical pulling devices and must be witnessed by the Engineer or his designated representative. Any deficiencies noted shall be corrected by the Contractor and the test(s) shall be redone. (27) Pressure Pipe Hydrostatic Testing After the pipe has been installed and backfilled and all service laterals, fire hydrants and other appurtenances installed and connected, a pressure test, followed by a leakage test, will be conducted by the City. The City will furnish the pump and gauges for the tests. The Contractor shall be present and shall fumish all necessary assistance for conducting the tests. The specified test pressures will be based on the elevation of the lowest point of the line or section under test Before applying the specified test pressure, all air shall be expelled from the pipe. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks at such points. All drain hydrant and fire hydrant leads, with the main 6 -inch gate valve open, the hydrant valve seats closed and nozzle caps open, shall be included in the test. (a) Pressure Test The entire project or each valved section shall be tested, at a pressure of 200 psi for a sufficient period (approximately 10 minutes) to discover all leaking or defective materials. Repairs shall be made by the Contractor to correct any leaking or defective materials. (b) Pressure Pipe Leakage Test A leakage test will follow the pressure test and be conducted on the entire project or each valved section. The leakage test shall be at 150 psi for at least 1 hour. (1) Allowable Leakage Leakage shall be defined as the quantity of water that must be supplied into any test section of pipe to maintain the specified leakage test pressure (see above, "Pressure Pipe Leakage Test") after the air in the pipeline has been expelled and the pipe has been filled with water. No pipe installation will be accepted if the leakage exceeds 25 gallons/24 hours /mile of pipe/inch nominal pipe diameter. f 25 qpd ) (in. - mi.) (2) Location and Correction of Leakage If such testing discloses leakage in excess of this specified allowable, the Contractor, at his .expense, shall locate and correct all defects in the pipe line until the leakage is within the indicated allowance. All visible leakage in pipe shall also be corrected by Contractor at his own expense. 510 08/26/93 Page 40 Pipe i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 charge of 550.00 for such tests will be charged to the Contractor and will be deducted from any funds due the Contractor (29) Sterilization of Potable Water Lines The Contractor shall protect all piping materials from contamination during storage, handling and installation. Prior to disinfection, the pipeline interior shall be clean, dry and unobstructed. All dirt, debris, gasket lubricant, etc., shall be washed from the line by swabbing with hypachlonte 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 the concentrated 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 ppm or 50 mg/liter) available chlorine. Unless otherwise indicated, all quantities called for herein refer to measurements by the testing procedures in the current edition of "Standard Methods ". The chlonne concentration of each step in the sterilization procedure 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 section of the pipeline. This heavily chlonnated water shall then be carefully flushed from the line until the chlorine concentration is no higher than the residual generally prevailing in the existing distribution system or approximately one part per million. Proper planning and appropriate preparations to handle, dilute and dispose of this strong chlorine solution 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 will be witnessed by an authorized representative of the City. (b) Bacteriological Testing After final flushing of the strong disinfecting solution, water samples from the Tine will be tested for bacteriological quality by the City and must be found free of coliform organisms before the pipeline may be placed in service. One test sample will be drawn from the end of the main and additional samples collected at intervals 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 bactenological analysis will be collected only from suitable sampling taps in sterile bottles treated with sodium thlosulfate. 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. lithe 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 driveways. Trenching, backfill, pavement repair (as necessary), and cleanup shall be coordinated as directed by the 510 08/26/93 Page 41 Pipe 1 l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City. The Engineer will regulate the amount of open ditch and may haft additional trenching if cleanup is not adequate to allow for orderly traffic now 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 ft progresses, the Contractor shall backfill, grade and compact all excavations as provided elsewhere and, shall immediately clean up and remove all unused soil, waste and debris and restore all surfaces and Improvements to a condition equal or superior to that before construction began and to an appearance which complements the surroundings. The Contractor shall grade and dress the top 6 inches of earth surfaces with soil or other material similar and equal to the surrounding, fill and smooth any visible tracks or ruts, replace and re-establish all damaged or disturbed turf or other vegetation and otherwise make every effort to encourage the retum of the entire surface and all improvements to a pleasant appearance and useful condition appropriate and complementary to the surroundings and equal or similar to that before construction began. Permanent pavement replacement, if necessary, shall begin immediately after all testing of each segment of piping is satisfactorily completed. 510.4 Measurement Pipe will be measured by the linear foot for the various types, sizes and classes. Parallel lines will be measured individually. Where a line ties into an existing system, the length of the new line will be measured from the visible end of the existing system at the completed joint. Unless otherwise indicated, the length of water and wastewater lines will be measured along pipe horizontal centerline stationing through fittings, valves, manholes, and other appurtenances. Unless otherwise provided, fitting sizes less than 16 -inch will be measured by the ton; 16 -inch and larger sizes will be subsidiary to the pipe. Stormwater pipe will be measured along the slope of the pipe. Where drainage pipe ties into inlets, headwalls, catch basins, manholes, junction boxes or other structures 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. Pipe depth will be measured from the existing ground surface in easements and from existing ground surface or proposed street subgrade in the right -of -way, whichever is less, over the centerline of the pipe to the flowline elevation. When pay items are provided for the other components of the system, measurement will be made as addressed hereunder. 510.5 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 type indicated, unless unstable material is encountered or trench excavation and backfill is bid as a separate item. The concrete seal, foundation rock or coarse aggregate when used as directed in unstable material will be paid for at the unit price bid per cubic yard, which'shall be full payment for all excavation and removal of unsuitable material and fumishing, placing and compacting the foundation rack, coarse aggregate or other approved material all complete in place. Excavation and backlit!, when inc;uded as a separate pay item, will be measured by Pay Item No. 510 -E or F. Excavation and backfill, when included as pipe Installation will not be measured as such but shall be included in the unit once bid for constr ;,mng pipe and measured as pipe complete in place including excavation and backfill. As established in the bid, pipe including excavation and backfill may be either (1) payment for any and all depths or (2) payment in 2 foot increment& depth. = ayment for pipe excavation shall 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 will be full compensation, in accordance with the pay items set forth in the bid for excavating, 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 structrures; for hauling, moving, placing and compacting backfill materials and for all other incidentals necessary to complete the pipe installation as indicated. (1) Pipe Payment far pipe, measured as prescribed above, will be made at the unit price bid per linear foot complete -in -place as designed and represented in the plans and other contract documents. The bid price per linear foot of pipe shall 510 08/28/93 Page 42 Pipe i' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 include all clearing, embankment, excavation, bedding materials, particle migration measures, fittings, field constructed joints, collars, temporary plugs, pumping, caps or bulkheads, all necessary lugs, rods or braces, pipe coatings and protection, connections to existing systems, concrete blocking and thrust blocks, disposal of surplus excavated matenal, laying of pipe, backfilling, temporary pavement repairs and maintenance, cleanup and all other incidental components necessary to complete the work. Payment will also represent compensation for removal and replacement of pavement, curb, drainage structures, driveways, sidewalks and any other improvements damaged or removed during construction. Pipe shall be paid at the contract unit price for any and all depths or at two foot incremental depths in accordance with the selected method of Pay Item No. 510 -A. Items listed above as subsidiary to the pipe will be paid individually only when provided by the bid. No separate payment will be made for welded or hamessed joints required for thrust restraint which are scheduled, indicated, generally required for the pipe material used, or otherwise accepted as an industry standard. Steel cylinder concrete pipe and welded steel pipe fittings shall be subsidiary to the pipe pay item. (2) Concrete Cradles and Seals When called for in the Bid, concrete cradles and seals will 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 will be paid under Item No. 593, Concrete Retards." (4) Boring, Jacking and Tunneling When called for in the Bid, boring, jacking and tunneling will be paid under Item 501, "Jacking or Bonng" or Item 502, "Tunneling ". (5) Wet Connections to Water Mains When called for in the bid, wet connections will be paid 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. (6) Fittings Cast iron and ductile iron fittings of the class indicated, fumished in accordance with these specifications will be paid for at the unit price bid per ton, complete in place, according to scheduled weights for mechanical joint fittings furnished, including glands, bolts and gaskets, as published in the following standards: AWWA C -153 for all fittings 4 -inch through -16 inch sizes, regardless of whether AWWA C -110 or AWWA C -153 fittings are fumished or the type of end connections supplied. AWWA C -110 for all fittings larger than 16 inch size. Steel cylinder concrete pipe fittings and welded steel 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 shall be poured as one unit and paid for under this bid item at the contract price bid per linear foot. When the distance above is greater than 36 inches or when the trench cap is placed separately, the trench cap shall be paid for as a separate item, per linear foot, complete in place. (8) Cement-Stabilized Backfiil Cement - stabilized backfill will be paid for at the unit price bid per linear foot and shall be full payment to the Contractor for furnishing and installing the required material, mixed, placed and cured complete in place. (9) Concrete Encasement When called for in the Bid, Concrete Pipe Encasement will be paid under Item No. 505, "Concrete Encasement and . Pipe ". 510 08/28/93 Page 43 Pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (10) Pressure Taps Pressure taps will be paid for at the unit price bid, complete in place, according to the size tap made and the size main tapped and shall be full payment for furnishing all necessary materials, making the tap. testing and placing the connection in service. (11) Trench Safety Systems When called for in Bid, Trench Safety Systems shall conform to Item No. 509, "Trench Safety Systems ". (12) In -Place Sliplining with or without In -Place Pipe Destruction/Replacement As called for in the corresponding bid items, pipe siiplining with or without in -place pipe destruction /replacement will be paid for at the contract price per linear foot for the specified liner and pipe size and type pipe, at all depths, complete in place. Installation of new services, or reconnection of existing services, to the liner will be paid for at the contract price per each for the specified size and type of service, at all depths, complete in place. (13) Cured Resin Pipe Lining When called for in the bid, cured resin pipe lining will be paid for per linear foot, for the size and type of pipe lined, at all depths, complete in place including all equipment set -ups, video inspection and cleaning of existing pipe. Installation of new services or reconnection of existing services to the relined pipe will be paid for per each, for the specified size and type of service, at all depths, complete in place. 510 08/26193 Page 44 Pipe 1 -, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 End Payment, when included as a contract pay item, will be made under one of the following: Pay Item No. 510 -A: Pipe, _ Dia. (all depths). including Excavation and Backfill - per Linear Foot. Pay Item No. 510-A: Pipe, Dia. (_ to _ depths). including Excavation and Backfill - per Linear Foot. Pay Item No. 510 -B: In -Place Sliplining without In -Place Pipe Destruction /Replacement ( Dia. _ Pipe Lining _ in. Dia. Existing Pipe) - per Linear Foot. Pay Item No. 510-C: In -Place Sliplining with Pipe Destruction/Replacement ( Dia. _ Replacement Pipe in. Dia. Existing Pipe) - per Linear Foot. Pay Item No. 510 -D: Installing or Reconnecting Lateral Service to Relined or Replaced Pipe - Dia. Service) In. Dia. Pipe - per Each. Pay Item No. 510 -E: Pipe Excavation Ft. Width - Per Linear Foot Pay Item No. 510 -F: Pipe Trench Backfill Ft. Width - per Linear Foot. Pay Item No. 510-6: Concrete Seal or Cradle Dia. Pipe - Per Linear Foot. Pay Item No. 510 -H: Concrete Trench Cap Ft. Width - Per Linear Foot Pay Item No. 5104: Concrete Cap and Encasement, Dia. Pipe - Per Linear Foot. Pay Item No. 5104<: Cement Stabilized Backfill Dia. Pipe - per Linear Foot. Pay Item No. 510 -M: Foundation Rock - Per Cubic Yard. Pay Item No. 510-N: Cured Resin Pipe Lining (for_ Dia. Pipe) - per Linear Foot. Pay Item No. 510 -0: Coarse Aggregate - Per Cubic Yard. Pay Item No. 510 -P: Installing or Reconnecting Lateral Service to Cured Resin Lined Pipe, _ Dia. Service (for Dia. Main) - per Each. Pay Item No. 510-S: Trench Safety Systems - Per Linear Foot. Pay Item No. 510 -T: Pressure Taps, _ Dia. X _ Dia. - Per Each. Pay Item No. 510 -V: Wet Connections, _ Dia. x_ Dia. - Per Each. A "W" after the pay item indicates the use for water. A "WW" after the pay item indicates the use for wastewater. Ref: 102, 210, 403, 501, 502, 505, 507, 593, 601, 604 510 08/26/93 Page 45 Pipe 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 511.1 Description Item No. 5 Water Vat This item to consist of valves furnished and installed as indicated. Unless otherwise indicated, all valves 4 inches and larger shall be AWWA -type valves of suitable design and fully equipped for service buried in the earth, without need for further modification 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 valv 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 Contractor to submit descriptive information and evidence that materials and equipment Contractor propose for incorporation into work is of the kind and quality that satisfies the specified functions and quality. Becau City of Austin water has a relatively high pH, bronze parts of valves shall not contain over 16% zinc. Throu previous investigation, testing and usage, certain types, brands and models of materials have established a record of prior approval and satisfactory service. Water and Wastewater Standard Products Lists form a IN of these Specifications. Should Contractor elect to use any materials from these lists, they should be com- pletely and clearly identified when submitted. (1) 511.3 Valves Samples, Inspection and Testing Requirements: All tests and inspections called for by the applicable standards shall be performed by the • manufacturer. Upon request, results of these tests shall be made available to the purchaser. (2) Other Requirements: Each submittal 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 turns to fully op- or close the valve, detailed instructions for calibrating the limit stops for open and closed positic 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 and operator. (1) Iron -Body Gate Valves Unless otherwise indicated, Iron Body Gate Valves, 4" to 12 "— including Tapping Valves —shall conform to AWWA C509, "Resilient Seated Gate Valves for Water and Sewerage Systems'. Iron Body Gate Valves larger than 17 — including Tapping Valves —shall be double disc, parallel seat valves meeting the requirements of AWWA C500. (a) Stem Seals: All valves shall have approved 0-ring type stem seals. At least two C rings shall be in contact with the valve stem where it penetrates the valve body. 511 11/22/93 Page 1 Water Vat. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (a) 511 11/22/93 (b) Operation: All valves shall have non -rising stems with a T square operating nut, or with a spoke type handwheel when so ordered, turning clockwise to close. (c) Gearing: Double disc gate valves in 16 ".and larger sizes shall be geared and, when necessary for proper bury depth and cover, shall be the horizontal bevel -geared type enclosed in a lubricated gear case. (d) Bypass: Unless otherwise indicated, 16 inch and larger gate valves shall be equipped with a bypass of the non -rising stem type which meets the same AWWA standard required for the main valve. (e) Valve Ends: Valve ends shall be push -on, flanged or mechanical joint, as indicated or approved. Tapping valves shall have inlet flanges conforming to MSS SP -60, with bolt holes drilled per ANSI B16.1 Class 125; the outlet end shall be constructed and drilled to allow the drilling machine adapter to be attached directly to the valve. (f) Gear Case: All geared valves shall have enclosed gear cases of the extended type, attached to the valve bonnet in a manner that makes it possible to replace the stem seal without disassembly and without disturbing the gears, bearing or gear lubricant. Gear cases shall be designed and fabricated with an opening to atmosphere so that water leakage past the stem seal does not enter the gear case. Valve Body: Double disc gate valves in 16" and larger sizes installed in the horizontal position shall have bronze rollers, tracks, scrapers, etc. (2) Butterfly Valves: Unless otherwise indicated, all valves shall conform to the current "AWWA" Standard C - 504, "Rubber - Seated Butterfly Valves ", Class 150B, except as modified or supplemented herein. (g) Functional Requirements 1. Valves shall be the short body design and shall have flanged connections on both ends unless otherwise called for. 2. Valves shall be of such design that the valve discs will not vibrate or flutter when operated in a throttled position. Valve discs shall be secured to the shafts by means of keys or pins so arranged that the valve discs can be readily removed without damage thereto. All keys and pins used in securing valve discs to shafts shall be stainless steel or monel. Valve discs shall be stainless steel or ductile iron, ASTM A 536, Grade 65- 45-12; seating edge shall be stainless steel or other corrosion resistant material. 3. Valve shafts shall be constructed of wrought stainless steel or monel. The ends of the shaft shall be permanently marked to indicate the position of the disc on the shaft. 4. All buried valves shall have approved manufacturer's 0 -ring type or split V type "Chevron" shaft seals. When 0 -ring seals are used, there shall be at least two 0- rings in contact with the valve shaft where it penetrates the valve body. 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. Rubber seats located on the valve disc shall be mechanically secured with stainless steel retainer rings and fasteners. Page 2 Water Valves 1 r 1 _ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5. Unless otherwise indicated, valves shall be provided with manual operators with ver- tical stems and 2 inches square operating nut turning clockwise to close and equipped with a valve disc position indicator. All keys or pins shall be stainless steel or monel. Buried valves shall have the valve stems extended or adjusted to locate the top of the operating nut approximately 30 inches to 36 inches below finish grade. 6. Unless otherwise indicated, motorized butterfly valves shall be equipped with 230/46C volt, 3 -phase reversing motor operators, extended as required to locate the center lin of the operator shaft approximately 4 feet to 4 feet, 6 inches above finish grade. Operators shall be equipped with cast iron or malleable iron manual override hand wheel with a valve position indicator, local push button controls, lighted status / positior indicator, torque and travel limit switches and all switches, relays and controls (excep external power and signal wiring) necessary for both local and remote operation. (b) Performance Requirements 1. Unless otherwise indicated, valve operators shall be sized to seat, unseat, 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 disc in either direction. 2. Motorized valve motors shall be capable of producing at least 140 percent of the torque required to operate the valves under conditions of maximum non -shock shuto pressure without exceeding a permissible temperature rise of 55 degrees Celsius ow 40 degrees Celsius ambient; they shall have a duty rating of not less than 15 minute and shall be capable of operating the valve through 4 1/2 cycles against full . unbalanced pressure without exceeding the permissible temperature rise. Motors shall be suitable for operating the valve under maximum differential pressure when voltage to motor terminals is 80 percent of nominal voltage. Motor bearings shall be permanently lubricated and sealed. (3) Brass (Bronze) Valves: Unless otherwise indicated, brass gate valves shall be those makes and models included in the Standard Product List (SPL WW -174). Brass globe valves by the same manufacturers will be acceptable when required. (4) Air - Vacuum Release Valves 511 11/22/93 (a) Valves shall be combination air - release, air - vacuum units having small and large orifice units contained and operating within a single body or assembled unit. The small orifice system shall automatically release small volumes of air while the pipe is operating under normal conditions. The large air - vacuum orifice system shall automatical. exhaust large volumes of air while the pipe is being filled and shall permit immediate re- entry of air while being drained. Valves shall be rated for at least 150 psi normal service pressure. (b) Material Requirements Valve exterior bodies and covers shall be cast iron. Internal bushings, hinge pins, float guide and retaining screws, pins, etc., shall be stainless steel or bronze. Orifice seats shall be Buna -N rubber. Page 3 Water Vatic i t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (5) Fire Hydrants All fire hydrants shall be Dry Barrel, Traffic Model (break- away), Post Type having Compression Type Main Valves (5 1/4' opening), closing with line pressure. Approved models are listed on QPL WW -3 of the Water and Wastewater Utility Standard Products Ust. a. Applicable Specifications - AWWA C -502 current: "AWWA Standard for Dry- Barrel Fire Hydrants ". ` -NFPA 1963: "National (American) Standard Fire Hose Coupling Screw Thread" and City of Austin 4 inch Fire Hose Connection Standard (Available upon request from Standards Committee Secretary at 322 - 2806). - ANSI A -21.11 current: "American National Standard for Rubber Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings ". 511 11/22/93 Floats shall be stainless steel, rated at 1000 psi. Unless otherwise indicated, these valves shall be as included in the Standard Products Ust (SPL WW -367 for water, WW -462 for wastewater force mains). b. Functional Requirements Design Working Pressure shall be 150 psi (test pressure 300 psi). Inlet shall be side connection hub end for mechanical joint (ANSIA - 21.11 - current). Shoe shall be rigidly designed to prevent breakage, with harnessing Tugs for joint restraint. Lower Barrel shall be rigid to assure above ground break at traffic feature. Bury length of hydrant shall be four (4) feet minimum, five (5) feet maximum (hydrant lead pipe may be elbowed up from main using restrained joints: flanged joints in lead pipes are not allowed). Flange type connections between hydrant shoe, barrel sections and bonnet shall have mini- mum of 6 corrosion resistant bolts or 4 type 316 stainless steel bolts. Hydrant Main Valve shall be 5 114 inch I.D. Valve stem design shall meet requirements of AWWA C502, with Operating Nut turning clockwise to close. Operating Nut shall be pentagonal — 1 1/2 inch (point to flat) at base, and 1 7/16 inches at top — 1 inch minimum height. Seat ring shall be bronze (bronze to bronze threading), and shall be removable with light weight stem wrench. Valve mechanisms shall be flushed with each operation of valve; there shall be a minimum of two (2) drain ports. Traffic Feature shall have replaceable break -away ferrous metal stem coupling - held to stem by readily removable type 316 stainless steel fastenings. Break -away flange or frangible lugs shall be designed to assure above ground break. Break -away or frangible bolts will not be acceptable. Outlet Nozzles shall be located approximately 18 inches above ground. Each hydrant shall have two (2) 2 1/2 inch nozzles 180 degrees apart with National (American) Standard Fire Hose Coupling Screw Thread NFPA 1963 and one (1) 4 inch pumper nozzle with City of Austin standard thread - six (6) threads per inch "Higbee" cut, 4.8590 inch O.D., 4.6425 inch root diameter. Nozzles shall be threaded or cam- locked, 0-ring sealed, and shall have type 316 stainless steel locking devices. Nozzle caps and cap gaskets shall be furnished on the hydrant. The cap nut shall have the same configuration as the operating nut. Hydrants shall be Dry-Top Construction, factory lubricated oil or grease with the lubricant Page 4 Water Valves i t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 , 1 1 1 (6) ( (1) 511 11/22/93 plug readily accessible. The system shall be described for City approval. Hydrant shall have double 0-ring seals in a bronze stem sheath housing to assure separation of lubricant from water and shall have a weather cap or seal, or both, as approved by the Owner, to provide complete weather protection. c. Material Requirements All below ground bolts shall be corrosion resistant. The hydrant valve shall be Neoprene - 90 duromter minimum. The seat ring, drain ring, operating nut and nozzles shall be bronz - AWWA C -502 current, containing not over 16 percent zinc. Break -away stem coupling shall be of ferrous material; its retaining pins, bolts, nuts, etc. of type 316 stainless steel. Coatings shall be durable and applied to clean surfaces. Exterior surfaces above ground shall receive a bright silver coat of "Tiger" - Dry lac (49/31110), or approved equal, applied according to coating manufacturers specifications. Other exposed ferrous metal shall receive asphalt based varnish, or approved equal, applied according to the coating manufacturer's specifications. Pressure/Flow Control Valves: All control valves to regulate pressure, flow, etc., in City lines sh: be models listed in Water and Wastewater Standard Products List. Drain Valves: Drain valve materials and installation shall conform to City of Austin Standard Detail No. 511 -9 or 511 -17. 511.4 Construction Methods Setting Valves, Drains and Air 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 describe for cleaning, laying, and jointing pipe. Unless otherwise indicated, valves shall be set in fine with the radius point and the correspondin point of curvature or point of tangency of adjacent curbs or right of way lines. Valves shall be installed so that the tops of operating stems will be at the proper elevation required for the pipin 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 th box or casing installed flush with the finished ground or pavement in existing streets, and install 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. Drainage branches or air blowoffs shall not be connected to any sanitary sewer or submerged it any stream or be installed in any other manner that will permit back siphonage into the distributi system (see "Standard Detail Drawings"). Every drain line and every air release line shall have full sized independent gate valve flanged directly to the main. Flap- valves, shear gates, etc., wi. not be accepted. (2) Setting Fire Hydrants: Fire hydrants shall be located in a manner to provide accessibility and in such a manner that the possibility of damage from vehicles or injury to pedestrians will be minimized. Unless otherwise directed, the setting of any hydrant shall conform to the following: Hydrants between curb and sidewalk on public streets, shall be installed as shown on Standard 511 -17, with outermost point of large nozzle cap 6" to 18" behind back of curb. Where walk abi. curb, and in other public areas or in commercial areas, dimension from gutter face of curb to Page 5 Water Valy 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ( (8) ' 511 11/22/93 outermost part of any nozzle cap shall be not less than 3 feet, nor more than 6 feet, except that no part of a hydrant or its nozzle caps shall be within 6 inches of any sidewalk. Any fire hydrant placed near a street corner shall be no less than 20 feet from the curb tine intersection. All hydrants shall stand plumb; those near curbs shall have the 4" nozzle facing the curb and perpendicular to it. The hydrant bury mark shall be located at ground or other finish grade; noz- zles of all new hydrants shall be approximately 18 inches above grade. Lower barrel length shall not exceed 5 feet. Barrel extensions are not permitted unless approved by the Engineer. Each hydrant shall be connected to the main by 6" ductile iron pipe; a 6 inch gate valve shall be in- stalled in the line for individual shutoff of each new hydrant. Below each hydrant, a drainage pit 2 feet in diameter and 2 feet deep shall be excavated and filled with compacted coarse gravel or broken stone mixed with coarse sand under and around the bowl of the hydrant, except where thrust blocking is situated and to a level 6 inches above the hydrant drain opening. No hydrant drainage pit shall be connected to a sanitary sewer. Cover drain gravel with filter fabric to prevent blockage of voids in the gravel by migration of backfill material. 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 hamess rods and clamps. Hydrants shall be thoroughly cleaned of dirt or foreign matter before setting. Fire hydrants on mains under construction shall be securely wrapped with a poly wrap bag or envelope taped into place. When the mains are accepted and placed in service the bag shall be removed. (3) Pressure Taps: Refer to Item No. 510.3(24), 'Pipe". (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 conforming to Item No. 510.3 (22), "Pipe'. (5) Protective Covering: Unless otherwise indicated, all flanges, nuts, bolts, threaded outlets and all other steel component shall be coal tar coated and shall be wrapped with 8 -mil (minimum) polyethylene film meeting ANSIIAWWA Specification C- 105-current, with all edges and laps taped securely to provide a continuous and watertight wrap. (6) Valve Box, Casing and Cover. Stems of all buried valves shall be protected by valve box assemblies as shown on City of Austin Standard No. 511 -10. Valve box castings shall conform to ASTM A 48, Class 308. Testing shall be verified by the manufacturer at the time of shipment. Each casting shall have cast upon it a distinct mark identifying the manufacturer and the country of origin. Drain Valve Installations: Refer to City of Austin Standards. Air Release Assemblies: Refer to City of Austin Standards. (9) Pressure/Flow Control Valves: Assemblies shall be installed as indicated. (10) Connections to Existing System: Refer to Item No. 510, "Pipe" for connections to the existing system. (11) Shutoffs: Refer to Item No. 510, "Pipe" for shutoffs. 511.5 Measurement Page 6 Water Valves 1 1 All types of valves will be measured per each. Fire hydrants and drain valves will be measured per each. Fire Hydrant and Drain Valve barrel extensions will be measured per vertical foot. Pressure /Flow control valve assemblies and both manual and automatic air release assemblies will be measured per each. 511.6 Payment Payment shall be full compensation in accordance with the pay item set in the bid, for excavation, furnishinc hauling and placing valves and barrel extensions including anchorage and all incidental and subsidiary materials and work; preparing, shaping, dewatering, shoring of trenches, bedding, placing and compacting backfill materials and for all other incidentals necessary to complete the installation, as indicated, complete place. Payment for iron fittings and for wet connections are covered in Item No. 510.6, "Pipe ". (1) Valves: Valves will be paid for at the unit price bid for the size and type valve installed, includinc valve stem casing and cover, excavation and backfill, setting, adjusting to grade, anchoring in place, and other appurtenances necessary for proper operation. Fire Hydrants: Fire Hydrants installation shall be paid for at the unit price bid, including fittings, between the main line and the fire hydrant, setting, adjusting to grade, anchoring in place, and other appurtenances necessary for proper operation; but shall not include pipe and valve betwe the main line and fire hydrant. (3) Pressure/Flow Control Assemblies: Pressure control and flow control valve assemblies will be paid for at the unit price bid, including box or vault, setting, adjusting to grade, anchoring in plat adjusting the control device to the required conditions, providing other appurtenances necessar for proper operation, and placing in operation. (4) Drain Valve Assemblies: Drain valve installation shall be paid for at the unit price bid, including fittings between the main line and the drain valve, setting, adjusting to grade, anchonng in place and other appurtenances necessary for proper operation; but shall not include pipe and valve between the main line and drain hydrant. (5) Manual Air Release: Manual air release installations will be paid for at the unit price bid and she include valves, fittings, pipe, tapping the main, box and cover, and other appurtenances necessary for proper operation. END (2) Ref: 510 (6) Automatic Air- Vacuum Valves: Automatic air - vacuum release assemblies will be paid for at the unit price bid and will include the main line tap or outlet, all pipe, valves, fittings, box or vault an cover, and other appurtenances necessary for proper operation. 511 11/22193 Payment, when included as a contract pay item, will be made under one of the following: Pay Item No. 511 -A: Pay Item No. 511 -B: Pay Item No. 511 -D: Pay Item No. 511 -E: Pay Item No. 511 -F: Pay Item No. 511 -G: Dia. - Per Each. Valves Type Dia. - Per Each. Fire Hydrants - Per Each. Pressure or Flow Control Valve Assemblies - Per Each. Drain Valve Assemblies - Per Each. Manual Air Release Assemblies Dia. - Per Each. Automatic Combination Air and Vacuum Release Valve Assemblies, _ Page 7 Water Valv 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 591.1 Description This item shall consist of excavation of all matenals encountered for placing riprap, disposal of excess material and backfiiling around the completed nprap to the grade indicated. The work shall include all pumping and bailing, furnishing and placing nprap of rock or concrete in accordance with the details and to the dimensions indicated. 591.2 Materials (1) Rock Item No. 591 Riprap for Slope Protection Rock for nprap shall consist of field rock or rough. unhewn quarry rock as nearly uniform in section as is practicable. The rock shall be dense, resistant to the action of air and water and suitable in all respects for the purpose intended. (2) Broken Concrete (3) Concrete Cast in place concrete shall be Class A Concrete and shall conform to Item No. 403, "Concrete for Structures ". (4) Grout and Mortar Grout and mortar shall consist of 1 part Portland Cement and 3 parts sand, thoroughly mixed with water. Mortar shall have a consistency such that 1 can be easily handled and spread by trowel. Grout shall have a consistency such that it will flow into and completely fill all joints. (5) Reinforcement Reinforcement shall conform to Item No. 406, "Reinforcing Steel ". (6) Joints Premolded expansion joint material shall conform to Item No. 408, "Concrete Joint Material ". (7) Tie Backs and Anchors Galvanized tie backs and anchors shall be as indicated. (8) Filter Fabric Filter Fabric shall conform to Item No. 620, "Filter Fabric ". 591.3 Construction Methods Pnor to commencing this work, all erosion control and tree protection measures required shall be in place and utilities located and protected as set forth in "General Conditions of Agreement': Construction equipment shall not be operated within the drip line of trees unless indicated. Construction materials shall not be placed under the canopies of trees. No excavation or embank- ment shall be placed within the dnp line of trees until tree wells are constructed. Spails and small stones used to fill open joints and voids in rock riprap shall be rocked and wedged to provide a tight fit.. Unsuitable excavated matenals or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor and it shall become his sole responsibility to dispose of this material oft the limits of the right of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to "General Conditions of Agreement' In all cases, a Blasting Permit must be obtained in advance from the appropriate City agency. 591.4 Dry Riprap Unless otherwise indicated, all rocks used in these types of nprap shall weigh between 50 and 150 pounds each and at least 60 percent of the rocks shall weigh more than 100 pounds each. The rocks shall be placed in a single layer with close joints. The upnght axis of the rocks shall make an angle of approximately 90 degrees with the embankment slope. The courses shall be 591 Rev. 09 /30/87 The rock used for mortar riprap may consist of broken concrete removed under the contract or obtained from other approved sources. Broken concrete shall be as nearly uniform in section as practicable and of the sizes indicated below. Page 1 Riprap for Slope Protection 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 placed from the bottom of the embankment upward, with the larger rocks being placed on the lower courses. Open joints shall be filled with spalls. Rocks of greater dimension than the required nprap thickness shall be embedded in the embankment to present a uniform finished top surface such that the variation between tops of adjacent rocks shall not exceed 3 inches. Rock... - • that project more than the allowable amount in the finished work shall be replaced, embedded deeper or chipped. Dry Ripral. may have a toe wall of concrete with dimensions and reinforcement indicated. 591.5 Mortared Rock Rtprap Rock for this purpose, as far as practicable, shall be selected as to size and shape in order to secure fairly large, flat - surfaced rock which may be laid with a true and even surface and a minimum of voids. Fifty percent of the mass rock shall be broad flat rocks, weighing between 100 and 150 pounds each, placed with the flat surface uppermost and parallel to the slope. The largest rock shall be placed near the base of the slope. The spaces between the larger rocks shall be filled with rocks of suitable size. leaving the surface smooth, reasonably tight and conforming to the contour required. In general, the rocks shall be placed with a degree of care that will insure for plane surfaces a minimum of'vanation from the true plane of not more than 3 inches in 4 feet. Warped and curved surfaces shall have the same general degree of accuracy as indicated for plane surfaces Before placing mortar, the rocks shall be wetted thoroughly and as each of the larger rocks is placed, it shall be surrounded by fresh mortar and adjacent rocks shall be shoved into contact. After the larger rocks are in place, all of the spaces or opening(s) between them shall be filled with mortar and the smaller rocks then placed by shoving them into position, forcing excess mortar to the surface and insuring that each rock is carefully and firmly embedded laterally. After the work has been completed as descnbed above, all excess mortar forced up shall be spread uniformly to completely fill all surface voids. All surface joints then shall be pointed up roughly, either with flush joints or with shallow, smooth raked joints. 591.6 Concrete Riprap Concrete for riprap shall be placed as indicated or as established by the Engineer. Unless otherwise indicated, concrete riprap shall be reinforced using wire or bar reinforcement. Concrete shall be Class A or as indicated and shall conform to Item No. 403, "Concrete for Structures ". When welded wire reinforcement is Indicated, it shall be a minimum of 6 x 6 W1.4 x W1.4 with a minimum lap of 6 inches at all splices. At the edge of the nprap, the wire fabric shall not be less than 1 inch nor more than 3 inches from the edge of the concrete and shall have no wires projecting beyond the last member parallel to the edge of the concrete. When bar reinforcement is used, the sectional area of steel in each direction shall not be less than the sectional area of the wire fabric described above. The spacing of bar reinforcement shall not exceed 18 inches in each direction and the distance from the edge of concrete to the first parallel bar shall not exceed 6 inches. Reinforcement shall be supported properly throughout the placement to maintain its position approximately equidistant from the top and bottom surface of the slab. , Unless otherwise indicated, expansion joints of the size and type indicated shall be provided at intervals not to exceed 40 feet and shall extend the full width and depth of the concrete. Marked joints shall be made 3/4 inch deep at 10 foot intervals. All joints shall be perpendicular and at nght angles to the forms unless otherwise indicated. Slopes and bottom of the trench for toe walls shall be compacted and the entire area sprinkled before the concrete is placed. After the concrete has been placed, consolidated and shaped to conform to the dimensions indicated and set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. Immediately following the finishing operation, the riprap shall be cured conforming to Item No. 410, "Concrete Structures ". 591.7 Pneumatically Placed Concrete Riprap, Type 1 and Type II Pneumatically placed concrete for riprap shall be placed as indicated or as established by the Engineer. Pneumatically placed concrete shall conform to Item No. 404, "Pneumatically Placed Concrete ". Reinforcement shall conform to the details indicated and Item No. 406, "Reinforcing Steel ". Reinforcement shall be supported properly throughout placement of concrete. All sub - grade surfaces shall be moist when concrete is placed. The surface shall be given a wood float finish or a gun finish as indicated. The strength and design of Pneumatically Placed Concrete Riprap shall be Type I or if indicated, Type II conforming to Item No. 404. "Pneumatically Placed Concrete ". Immediately following the finishing operation, the nprap shall be cured conforming to Item No. 410, "Concrete Structures ". 591 Rev. 09130187 Page 2 Riprap for Slope Protection 1 1 1 1 1 1 1 1 1 1 1 1 591.8 Measurement Measurement of acceptable nprap will be made on the basis of the area in square yards indicated, complete in place or the volume of concrete placed in cubic yards, complete in place as indicated for the thickness specified. Concrete toe walls will not be measured separately but shall be subsidiary to the riprap of the type with which it is placed. 591.9 Payment The riprap quantities, measured as provided above, will be paid for at the unit prices bid per square foot or per cubic yard as indicated for riprap of the various classifications shown, which price will be full compensation for furnishing, hauling and placing all materials, including toe walls, reinforcement and premolded expansion joint material and for all labor. tools, equipment and incidentals necessary to complete the work. Payment for excavation of toe wall trenches and for all necessary excavation below natural ground or bottom of excavated chan- nel will be included in the unit price bid for nprap. Payment for excavation required for shaping of slopes for nprap shall be included in the unit price bid for riprap, except that when the header banks upon which the riprap is to be placed are built by prior contract excavation for shaping of slopes. will be paid for conforming to Item No. 401. "Structural Excavation and Backfill ". Payment will be made under one of the following: Pay Item No. 591•k (Dry Riprap — Fer Square Yard. Pay Item No. 591-0: Mortared Rock Riprap — Per Square Yard. Pay Item No. 591 -F: Concrete Riprap, In — Per Square Yard. Pay Item No. 591-G: Concrete Riprap— Per Cubic Yard. Pay Item No. 591 -P: Pneumatically Placed Concrete Riprap, In — Per Square Yard. End Ref: 401, 403, 404, 406, 408, 410, 620 591 Rev. 09 /30/87 Page 3 Riprap for Slope Protection I� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 601.1 Description This item shall consist of removing and salvaging clean, triable topsoil consisting of loam, sandy loam or clay loam tree of roots and rocks larger than 2 inches and debris and placing where indicated. 601.2 Construction Methods End Item No. 601 Salvaging and Placing Topsoil The existing topsoil shall be removed from the area indicated, stockpiled in a windrow along the right of way or at designated locations or spread over an area that is ready for topsoil application in accordance with the plans or as directed by the Engineer. Trash, wood, brush, stumps, rocks over 2 inches in size and other objectionable material encountered shall be removed and disposed of as directed by the Engineer prior to beginning of work required by this item. Grass and other herbaceous plant materials may remain. Large clumps shall be broken up. After the grading has been completed to the required alignment, grades and cross - sections and prior to the spreading of the salvaged topsoil, any clay or tight soil surfaces shall be scarified by plowing furrows approximately 4 inches deep along horizon- tal slope lines at 2 foot vertical intervals. The spreading of the salvaged topsoil shall be undertaken as soon as the grading has been completed. The topsoil shall be spread so as to form a cover of uniform thickness indicated. After the topsoil has been placed and shaped, it shall be sprinkled and rolled to provide a suitable seed bed. 601.3 Measurement and Payment Salvaging and/or placing topsoil shall not be measured for payment, but shall be subsidiary to other Items of work. Page 1 04/17/86 601 1i 1 1 1 1 1 1 a 1 1 1 1 1 1 1 1 1 Bern No. 602 Sodding for Erosion Control 602.1 Description This item shall consist of providing fertilizer and planting Bermuda Grass or other acceptable sod indicated, along or across such areas as are indicated and in accordance with specification requirements herein outlined. 602.2 Materials (1) Sod The sod shall consist of live, growing Bermuda Grass or other acceptable sod indicated secured from sources where the soil is fertile. St. Augustine and Bermuda sod shall have a healthy, virile root system of dense, thickly matted roots throughout the soil of the sod for a minimum thickness of 1 inch. The thickness measure does not include grass. The sod shall be cut in rectangular pieces with its shortest side not less than 12 inches. The Contractor shall not use sod from areas where the grass is thinned out nor where the grass roots have been dried out by exposure to the air and sun to such an extent as to damage Its ability to grow when transplanted. The sod shall be free from noxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Unless the area has been closely pastured, it shall be closely mowed and raked to remove all weeds and long standing stems. Sources from which sod is to be secured shall be approved by the Engineer /Architect. Care shall be taken at all times to retain the native soil of the roots of the sod during the process of excavating, hauling and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. (2) Fertilizer Fertilizer and the rate of application shall conform to Item No. 606, "Fertilizer ". (3) Mulch Straw mulch shall be oat, wheat or rice straw. Hay mulch may be substituted for straw mulch and shall be Prairie Grass, Bermuda Grass or other hay approved by the Engineer. The hay shall be free of Johnson Grass or other noxious weeds and foreign materials. It shall be kept in a dry condition and shall not be molded or rotted. (4) Water . Water shall be clean and free of industnal wastes and other substances harmful to the growth of sod or to the area irrigated. 602.3 Planting Season All planting shall be done between April and November except as specifically authorized in writing by the Engineer /Architect. 602.4 Construction Methods After the designated areas have been completed to the lines, grade and cross sections indicated, the surface shall be worked to a depth of not less than 4 inches with a disc, tiller or other equipment approved by the Engineer /Architect. Fertilizer nutrients shall be applied and tilled. Areas that become crusted shall be reworked to an acceptable condition before sodding. Sodding of the type specified shall conform to the requirements hereinafter described. The Contractor shall give continuous care to the sodded area until the sod is accepted. (1) Placing The sod shall be placed on the prepared surface with the edges in close contact and alternate courses staggered. In ditches the sod shall be placed with the longer dimension perpendicular to the flow of water in the ditch. On slopes, starting at the bottom of the slope, the sod shall be placed with the longer dimension parallel to the contours of the ground. The exposed edges of sod shall be buried flush with the adjacent soil. On slopes exceeding 3:1 or where the sod may be displaced, the sod shall be pegged with not less than 4 stakes per square yard with at least 1 stake for each piece of sod. Pegs shall be of wood lath or similar material, pointed and driven with the flat side against the slope, 6 inches into the ground, leaving approximately ' inch of the top above the ground. Page 1 04/17/86 602 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 Where applicable, the shoulders, slopes and ditches shall be smoothed after planting has been completed and shaped to conform to the desired cross sections. Any excess dirt from planting operations shall be spread uniformly over adjacent areas or disposed of as directed by the Engineer so that the completed surfaces will present a neat appearance. All areas sodded shall be rolled, when sufficiently dry after the initial watering application. 602.5 Block Sodding At locations indicated or where directed, sod blocks shall be carefully placed on the prepared areas. The fertilizer shall then be applied in accordance with the applicable provisions of Item No. 606, "Fertilizer" and thoroughly watered. When sufficiently dry, the sodded area shall be rolled or tamped to form a thoroughly compacted, solid mat. Any voids left in the block sodding shall be filled with additional sod and tamped. Surfaces of block sod which, in the opinion of the Engineer, may slide due to the height and slope of the surface or nature of the soil, shall be pegged with wooden pegs driven through the sod blocks into firm earth suffi- ciently close to hold the block sod firmly in place. Edges along curbs and drives, walkways, etc., shall be carefully trimmed and maintained until accepted. 602.6 Mulch Sodding The sod source shall be disked in 2 directions cutting the sod thoroughly to a depth of not less than 4 inches. Sod material shall be excavated to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer /Architect. The material may be rejected if not kept in a moist condition. Prior to placing mulch sod, the slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 foot intervals measured along the slope. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area in accordance with the applicable provisions of Item No. 606, "Fertilizer ". The sod shall then be dumped upon the prepared area and spread uniformly to the thickness indicated. Any section not true to lines and cross sections shall be remedied by the addition of sod material or by reshaping the material to meet the requirements of "Finishing ", above. Atter the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. 602.7 Measurement Work and acceptable material for "Sodding for Erosion Control" will be measured by the square yard complete in place with a minimum of 95 percent growth with a 21/2 inch stand of grass. 602.8 Payment The work performed and materials furnished and measured as provided under "Measurement" will be paid for at the unit price bid for Bermuda Block Sodding ", "St. Augustine Block Sodding" or "Bermuda Mulch Sodding" as the case may be, which prices shall each be full compensation for completing the work including all water, rolling, pegging and fertilizer as indicated. Payment will be made under one of the following: Pay Item No. 602 -A: Bermuda Block Sodding — Per Square Yard. Pay Item No. 602 -B: St. Augustine Block Sodding — Per Square Yard. Pay Item No. 602 -C: Bermuda Mulch Sodding — Per Square Yard. End (2) Watering Immediately after the area is sodded, it shall be watered with a minimum of 5 gallons of water per square yard or at 10 day intervals as needed and as directed by the Engineer /Architect. Water shall be applied at a minimum rate of 3 gallons per square yard as required or as directed by the Engineer until final acceptance by the City or until the grass uniformly reaches 21 inches in height. Availability of water from Water and Waste Water Utility will be limited as stated under the Emergency Water Conser- vation Plan, Stages II, III and IV, City Ordinance No. 85-0207-B, effective May 1, 1985. The Ordinance provides for special permits, variances and compliance agreements to meet special watering requirements. For more information call the Water- Saver's Hotline. Finishing (3) 602 04/17/86 Page 2 1 l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) 604 Rev. 09/30/87 Item No. 604 Seeding for Erosion Control 604.1 Description This item shall consist of prepanng a seed bed to the lines and grades Indicated, sowing of seeds, fertilizing, mulching with straw, asphalt, cellulose fiber, wood fiber and other management practices along and across such areas as am indicated or as directed by the Engineer /Architect/Landscape Architect 604.2 Materials (1) Seeds All seed must meet the requirements of the Texas Seed Law including the labeling requirements for showing pure live seed (PLS), name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each bag shall be within nine months of the time of delivery to the project. Each variety of seed shall be fumished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer/Architect. The amount of seed planted per acre shall be of the type specified below. (2) Water Water shall be clean and free of industrial wastes and other substances harmful to the growth of grass or the area irrigated. (3) Top Sofl Top soil shall conform to Item No. 130, "Borrow ". (4) Fertilizer Fertilizer shalt conform to Item No. 606, "Fertilizer ". The fertilizer used shall have an analysis of 15- 15 -15, homoge- neous 13 -13 -13 or the analysis indicated. (5) Straw Mulch Straw Mulch shall be oat, wheat or rice straw, Prairie Grass, Bermuda Grass, other straw or hay approved by the Engineer /Architect. The straw or hay shall be free of Johnson Grass or other noxious weeds and foreign materials. It shall be kept in a dry condition and shall not be molded or rotted. • (6) Asphalt Emulsion Asphalt Emulsion shall be SS -1 or CSS -1 asphalt emulsion or as indicated and shall conform to Item No. 301, "As- phalt, Oils and Emulsions ". (7) Cellulose Fiber Mulch (Natural Wood) Cellulose Fiber Mulch shall be natural cellulose fiber mulch produced from grinding clean whole wood chips. The mulch shall be designed for use in conventional mechanical planting, hydraulic planting of seed or hydraulic mulch- ing of grass seed. either alone or with fertilizers and other additives. The mulch shall be such, that when applied, the matenal shall form a strong, moisture - retaining mat without the need of an asphalt binder. (8) Wood Fiber Mulch (Newsprint) Wood Fiber Mulch shall be produced from ground newsprint with a labeled ash content not to exceed 7 percent. The mulch shall be designed for use in conventional mechanical planting, hydraulic planting of seed or hydraulic mulching of grass seed, either alone or with fertilizers and other additives. The mulch shall be such, that when ap- plied, the material shall form a strong, moisture - retaining mat without the need of an asphalt binder. 604.3 Construction Methods Preparing Seed Bed After the designated areas have been rough graded to the lines, grades and typical sections indicated or as provided for in other items of this contract and any other soil area disturbed by the construction, a suitable seed bed shall be prepared. The seed bed shall consist of either 4 inches of approved topsoil or 4 inches of approved salvaged topsoil cultivated and rolled sufficiently to a state of good filth which could prevent the seed from being covered too deep for optimum germination. The optimum depth for seeding shall be 'A inch. Water shall be applied as required to prepare the seed bed. Seeding shall be performed in accordance with the requirements hereinafter described. (2) Watering All watering shall comply with City Ordinances. Broadcast and asphalt mulch seeded areas shall immediately be watered with a minimum of 5 gallons of water per square yard or as needed and in the manner and quantity as directed by the Engineer /Architect Page 1 Seeding for Erosion Control 1' 1 1 1 1 1 1 1 1 1 1 a 1 t 1 1 1 1 1 Watering applications shall constantly maintain the seed bed in a wet condition favorable for the growth of grass. Watering can be postponed immediately after a rainfall on the site of '/l inch or greater, but shall be resumed before., the soil dries out. Watering shall continue until the grass is uniformly 1 /t inches in height and accepted by the Ownf• Hydraulic seeded areas shall be watered commencing after the tackifier has dried with a minimum of 5 gallons of -- water per square yard or as needed to keep the seed bed in a wet condition favorable for the growth of grass Watering can be postponed immediately after a rainfall on the site of 'h inch or greater, but shall be resumed before the soil dries out. Watering shall continue until the grass is uniformly 11/2 inches in height and accepted by Owner. Native grass seeded areas shall be watered commencing after the tackifier has dried with a minimum of 5 gallons of water per square yard or as needed to keep the seed bed in a wet condition favorable for the growth of grass. Watering can be postponed immediately after a rainfall on the site of % inch or greater, but shall be resumed before the soil dries out. Watering shall continue until the grass is uniformly 11/2 inches in height and accepted by Owner. 604.4 Nonnative Seeding 604.5 Mulch (1) Method A — Broadcast Seeding The seed or seed mixture in the quantity specified shall be uniformly distnbuted over the prepared seed bed areas indicated or where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. If mechanical equipment is used. all vaneties of seed, as well as fertilizer, may be distributed at the same time. provided that each component is uniformly applied at the specified rate. After planting, the planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. Seed Mixture and Rate of Application for Broadcast Seeding: From September 15 to March 1, seeding shall be with a combination of unhulled Bermuda Grass at a rate of 2 pounds per 1000 square feet and winter rye at a rate of 7 pounds per 1000 square feet that has a PLS = 0.83. From March 1 to September 15, seeding shall be with hulled Bermuda Grass at a rate of 2 pounds per 1000 square feet with a PLS = 0.83. Fertilizer shall be applied and shall conform to Bern No. 606, "Fertilizer ". (2) Method B — Hydraulic Planting The seed bed shall be prepared as specified above and hydraulic planting equipment, which is capable of placing a' materials in a single operation shall be used. March 1 to September 15 Hydraulic planting mixture and minimum rate of application per 1000 square feet: Hulled Bermuda Water Soluble Fiber Mulch Soil Seed (PLS 0.83) Fertilizer Cellulose Wood Tackitier September 15 to March 1 1 lb. 15 lbs. 45.9 lbs. 1.4 lbs. 57.4 lbs. 1.5 lbs. Add 7 pounds per 1000 square feet of winter rye with a PLS = 0.83 to above mixture. Fertilizer shall conform to Item No. 606, "Fertilizer ". (1) Mulch — Asphalt Mulch The cultivated area or seed bed shall have a relatively smooth surface without ruts or tracks. Water shall be applied to the seed bed until a minimum depth of 4 inches is uniformly moistened. The water shall be applied in such a manner as not to erode the smooth surface. 604 Rev. 09/30187 After the watenng, when the surface of the seed bed has become sufficiently dry to permit planting, the seed mixture and fertilizer application specified above shall then be planted at the rate required and the application shall be uni- form. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at nght angles to each other. Seed and fertilizer may be distnbuted at the same time provided the specified uniform rate of application for both is obtained. When seed and fertilizer are to be distributed as a water slurry. the mixture shall be applied to the area to he seeded within 30 minutes after all components are placed in the equipment. Upon the completion of the sowing of the seed, the application of the asphalt emulsion shall follow as rapidly as possible. Immediately prior 10 the application of the asphalt emulsion, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of 4 inches in depth. Application of the asphalt emulsion shall be at the rate of approximately 0.3 gallon per square yard. 11 shall be ap- plied to the area in such a manner that a complete film is obtained and the finished surface shall be comparatively smooth. Page 2 Seeding for Erosion Control 4 1 1 1 1 fl 1 1 1 1 1 1 1 1 1 1 1 (2) Asphalt Coated Straw Mulch Straw mulch shall be spread uniformly over the area indicated or as designated by the Engineer /Architect at the rate of 2 to 21/2 tons of straw per acre. The actual rate of application will be designated by the Engineer /Architect. A mulching machine, approved by the Engineer /Architect, shall be equipped to Inject asphalt emulsion matenal into the straw uniformly as it leaves the equipment at a rate of 0.05 to 0.10 gallons of asphalt per square yard of mulched area. If the straw and asphalt emulsion are placed by hand, the rate of application for asphalt emulsion shall be approximately 0.15 gallons per square yard. (3) Shredded Brush Mulch Small brush or tree limbs, except Juniper, which have been shredded may be used for mulching Native Grass seeding. (4) Straw Mulch Straw mulch shall be spread uniformly over the area indicated or as designated by the Engineer /Architect at the rate of 2 to 21/2 tons of straw per acre. The actual rate of application will be designated by the Engineer /Architect. Straw may be hand or machine placed and adequately secured. (5) Fiber Mulch Cellulose and wood fiber mulch shall be spread uniformly over the area indicated or as designated by the En- gineer /Architect at the rate of 45 to 80 lbs. per 1000 square feet. 604.6 Native Grass Seeding The seed bed shall be prepared as specified above. The seed mixture and the rate of application shall be as follows: Alamo Switchgrass 0.1 lbs/1000 sq. ft. Lometa lndiangrass 0.1 lbs/1000 sq. ft. Premier Sidecats grama 0.2 lbs/1000 sq. ft. Green spangletop 0.1 lbs/1000 sq. ft. Buffalo Grass 0.2 lbs/1000 sq. ft. Bermuda Grass 0.2 lbs/1000 sq. ft. Total Seeding Rate 1.0 Ibs /1000 sq. h. Species substitution as necessary due to availability shall be approved by the Engineer /Architect. Watering and fertilizer applica- tion shall follow procedures outlined above or as otherwise specified. Seed shall be applied by broadcast or drill method and shall be distributed evenly over the topsoiled areas. Mulching shall imme- diately follow seed application. 604.7 Measurement Work and acceptable material for "Seeding for Erosion Control" will be measured by the square yard or by the acre, complete in place, with a minimum of 95 percent coverage with no bare areas exceeding 16 square feet and a 11/2 inch stand of grass. Bare areas shall be reprepared and reseeded as required to develop an acceptable stand df grass. 604.8 Payment The work performed and materials furnished and measured will be paid for at the unit price bid for "Seeding for Erosion Control" of the method specified, "Asphalt Mulch ", "Asphalt Coated Straw Mulch" or "Shredded Brush Mulch ", as the case may be, which price shall be full compensation for furnishing all materials. including all topsoil, water, seed, tackifier, fertilizer or mulch and for performing all operations necessary to complete the work All fertilizer will be measured and paid for conforming to Item No. 606, "Fertilizer ". Payment will be made under one of the following: Pay item No. 604-A: Seeding for Erosion Control — Method Mulch — Per Square Yard. Pay Item No. 604 -B: Seeding for Erosion Control — Method Mulch — Fbr Acre Pay Item No. 604-M: Mulch - — Per Square Yard. Pay ttern No. 604-N: Native Grass Seeding — Per Square Yard. End Ref. 130, 606 604 Rev. 09/30/87 Page 3 Seeding for Erosion Control 1 1 1 1 r 1 1 1 1 1 1 1 1 1 606.1 Description This item shall consist of providing and distributing fertilizer over such areas as indicated and in accordance with these specifications. 606.2 Materials All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the State Chemist in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis indicated below. The figures in the analysis represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. Fifty percent or greater of the Nitrogen re- quired shall be in the form of Nitrate Nitrogen (NO,). The remaining Nitrogen required may be in the form of Urea Nitrogen (CO(NH,),). In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. The total amount of nutrients fumished and applied per acre shall equal or exceed that specified for each nutrient. 606.3 Construction Methods Pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. The fertilizer shall be dry and in good physical condition. Fertilizer that is powdered or caked will be rejected. Distribution of fertilizer for the particular item of work shall meet the approval of the Engineer. Unless otherwise indicated, fertilizer shall be applied uniformly at the following rate: NEW CONSTRUCTION FERTILIZER ANALYSIS USE TYPE POUND PER ACRE NEW PLANTING MAINTENANCE Broadcast Seeding Any 400 15 -15 -15 15 -10 -5 Hydraulic Planting Water Soluble 653 15 -15 -15 15 -10 -5 Sodding Any 300 15 -15 -15 15 -10 -5 Trees Any — 16 -8-0 15 -15 -15 Damaged Trees Any — 16 -8-0 15 -15 -15 Shrubs and Plants Any — 16 -8-0 15 -15 -15 Maintenance fertilizing shall be applied every 6 months after the new sod or grass is placed or until the work is accepted by the City. 606.4 Measurement Item No. 606 Fertilizer FERTILIZER APPLICATION Work and acceptable material for "Fertilizer" will be measured by the ton of 2,000 pounds or by the 100 pounds as determined by approved scales or guaranteed weight of sacks shown by the manufacturer. 606.5 Payment The work performed and materials fumished and measured as provided under "Measurement" will be considered subsidiary to other items in the contract unless shown in the Bid as a Pay Item, in which case it will be paid for at the unit price bid for "Fertil- izer" of the analysis specified, which once shall be full compensation for furnishing all materials and performing all operations necessary to complete the work. Payment, when specified, will be made under one of the following: Pay Item No. 606-A: Fertilizer — Per Ton. Pay Item No 606 -8: Fertilizer — Per 100 Pounds. End Page 1 04/17/86 606 i' 1 1 1 1 1 1 1 r 1 1 1 1 1 1 607.1 Description This item shall consist of construction of slope stabilization devices used where plant growth cannot be readily established or sustained without slope stabilization measures, all in conformity with the locations, lines and grades indicated or as directed by the Engineer /Architect and in accordance with these specifications. 607.2 Materials (1) Precast Concrete Units (2) Plastic Grid (3) (5) Concrete units shall be precast concrete blocks with a 12 to 16 inch module and shall be 4 or 6 inches thick, as indicated. Concrete shall be Class A conforming to Item No. 403, "Concrete for Structures ". Each unit will weigh at least 30 pounds per square foot and the open area will range from 20 to 25 percent. The filter /carrier fabric shall conform to Item No. 620, "Filter Fabric ". The fabric shall be of sufficient strength to support not less than 11/2 times the weight of the mat when slung by lifting at both ends. Plastic Grid shall consist of polypropylene chemical base and shall be resistant to all natural occurring alkaline and acidic soil conditions, resistance to attack by bacteria and fungi, ultraviolet stable and have a thermal stability range of —60 F to 175 F. The Melt Index shall be 0.2 grams/10 minutes. The plastic grids shall weigh between 75 to 106 pounds and thickness shall be 0.15 to 0.25 inch. The tensile strength shall be 860 to 1230 pounds per square foot across roll width. Earth Reinforcement System A patented earth reinforcement system shall consist of interlocking precast reinforced concrete units of the size, shape and texture indicated, placed on a concrete foundation. All precast concrete shall be Class F, with minimum compressive strength of 4000 psi, cast -in -place concrete shall be Class A, conforming to Item No. 403, Concrete for Structures ". All joints shall be caulked and protected with a filter fabric as indicated. All reinforcing steel shall con- form to Item No. 406, "Reinforcing Steel ". All tie back and reinforcing mesh shall be in accordance with manufac- turer's recommendations. Filter fabric shall conform to Item No. 620, "Filter Fabric ". (4) Metal Crib Wall Fabricated metal members shall be field- assembled into a series of connected closed face cnbs for use as a metal crib type retaining wall. The materials used for the crib wall shall conform to the applicable requirements of ASTM A 444, with respect to base metal analysis and weight of zinc coating or ASTM 6 209, Alloy Alclad 3004. The wall shall consist of units that conform to the dimensions and thickness requirements indicated. No drilling or punching to correct defects in manufacture shall be permitted. Filter fabric shall conform to Item No. 620, "Filter Fabric ". Precast Concrete Crib Wall Filter fabric shall conform to Item No. 620, "Filter Fabric ". Item No. Concrete for Structures 403 Concrete Structures 410 Riprap 591 Item No. 607 Slope Stabilization Precast concrete units shall be assembled into a cribbing system. All concrete shall be Class A conforming to Item No. 403, "Concrete for Structures "; size and dimensions of precast members shall be as indicated. The reinforcing steel shall conform to Item No. 406, "Reinforcing Steel ". (6) Additional Materials and Methods In addition to those systems descnbed above, the following items may be used in combinations or separately, as indicated: Page 1 04/17/86 607 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 (2) Placing the Units Plastic Grid Concrete Retard 593 Gablons 594 Sodding for Slope Stabilization 602 Seeding for Slope Stabilization 604 Topsoil 604 Soil Retention Blanket - 605 Filter Fabric 620 Dry Stack Wall 623 Rock Berm 639 Mortared Rock Wall 640 Additional products not mentioned may be indicated. 607.3 Construction Methods Precast Concrete Units (1) Subgrade Preparation The slope on which the units are to be placed shall be constructed according to the lines and grades indicated. Fills shall be placed in lifts not exceeding 6 inch loose measure and compacted to 95 percent of the maximum dry density as determined in accordance with SDHPT Test Method Tex -114 -E or as approved by the Engineer /Architect. The precast concrete units shall be placed on a concrete foundation in accordance with the manufacturer's recom- mendations. Filter fabric will be required. (3) Backfill Backfill shall be fine granular material or topsoil as indicated or as approved by the Engineer. Seeding or sodding when required shall be placed directly over topsoil and shall conform to Item No. 602, "Seeding for Slope Stabiliza- tion" and Item No. 604, "Sodding for Slope Stabilization" respectively. (1) Subgrade Preparation The compacted slope on which the plastic grids are to be placed shall be constructed according to the lines and grades indicated. Prior to placing the grid, pieces of wood, rock, concrete, brick or other objects that might puncture the plastic grid shall be removed. (2) Placing the Plastic Grid The grid shall be placed directly on the ground surface. Adjacent and adjoining rolls shall be overlapped by a mini- mum of 1 and 6 feet respectively. The grid shall be installed and anchored in accordance with the manufacturer's recommendations and details indicated. Damage to the fabnc resulting from the Contractor's vehicles, equipment or operations shall be repaired at the Con- tractor's expense. The amount of plastic grid placed shall be limited to that which can be covered with topsoil within 72 hours. (3) Backfill A minimum thickness of 4 inches of topsoil shall be used directly over plastic grid compacted to a minimum of 85 percent of the maximum dry density as determined in accordance with SDHPT Test Method Tex - 114 -E. Seeding or sodding shall be placed on areas topsoiled as indicated and shall conform to Item No. 602 "Seeding for Slope Stabilization" or Item No. 604, "Sodding for Slope Stabilization ". Earth Reinforcement System (1) Excavation Excavation shall conform to the applicable requirements of Item No. 111, "Excavation" and Item No. 401, "Structural Excavation and Backfill" respectively and in conformity with the limits and construction stages indicated. Any foun- dation soils found to be unsuitable shall be removed and replaced. 607 04/17/86 Page 2 i f 1 1 1 1 1 i 1 1 1 1 1 1 1 1 (2) Foundation The foundation subbase for the structure shall be graded and compacted to 95 percent of the maximum dry density as determined in accordance with SDHPT Test Method Tex -114 -E and approved by the Engineer. The leveling pad shall be constructed of Class A concrete conforming to Item No. 403, "Concrete for Structures ", along the lines and grades indicated. (3) Wall Erection The wall modules joint filler and leveling pads shall be placed as indicated in accordance with the manufacturer's recommendations. Special care shall be taken in setting the bottom course of units to true line and grade. All modular units above the first course shall interlock with lower courses. Vertical joints shall be staggered with each successive course. The vertical joints on the front face of the wall shall not exceed qt. inch tolerance. Joint filler shall be Installed in all joints and filter fabric shall be installed behind the wall as indicated. The overall vertical tolerance of wall plumbness (from top to bottom) shall not exceed Y inch per 10 feet from the dimensions indicated. (4) Drainage Drainage shall conform to Item No. 551, "Pipe Underdrains" and to the details indicated. (5) Backfill Metal Crib Wall Backfill placement shall closely follow the erection of each lift of panels. At each reinforcing mesh level, backlit! shall be roughly leveled before placing and attaching mesh. Reinforcing mesh or straps shall be placed normal to the face of the wall. The maximum lift thickness shall not exceed 8 inches, loose measure. The Contractor shall decrease the lift thickness, if necessary, to obtain the specified density. Backfill compaction shall be accomplished without distur- bance or distortion of reinforcing mesh, filter fabric and face panels. All backbit shall be compacted to 95 percent maximum density. Backfill moisture content may not exceed 2 percent greater than optimum as determined by SDHPT Test Method Tex - 114 -E. Compaction of the backfill shall not be accomplished by sheep foot, grid rollers or any other type of equipment employing a foot, which in the opinion of the Engineer could damage the reinforcing' mesh. At the end of each day's operation, the Contractor shall shape the backfill to drain away from the face of the wall. All backfill material used adjacent to the structure shall be crushed stone, free from organic or otherwise deleterious materials and shall conform to the following gradation limits as determined by SDHPT Test Method Tex - 110 -E. Sieve Size Percent Passing 6 inches 100 3 inches 75 -100 No.200 0 -15 (1) Subgrade Preparation The foundation subbase for the structure shall be prepared as indicated or as directed by the Engineer. All founda- tion soils found to be unsuitable shall be removed and replaced. Prior to wall construction the subbase shall be approved by the Engineer. (2) Wall Assembly The metal wall units shall be installed as indicated in accordance with manufacturer's recommendations. The metal panels shall be bolted. Bolt torque shall be a minimum of 25 foot pounds. The Engineer may test bolts to insure proper tightness. Filling behind the structure shall not be commenced until the assembled portion of the structure has been duly inspected. (3) Drainage Drainage shall conform to Item No. 551, "Pipe Underdrains" and to details indicated. (4) Backfill All backfill material placed inside and adjacent to the wall itself shall be specified herein or approved by the Engineer. Material shall be placed in layers and compacted to specified density of layers not greater than 12 inches. Compac- Page 3 04/17/86 607 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 End, (3) tion shall be achieved by mechanical tampers. The backfill material shall conform to Item No. 210, "Fiexiote Base ", except gravels may be used. The filter fabric shall be placed behind the metal crib wall and shall conform to Item No. 620, "Filter Fabnc" and to manufacturer's recommendations. Precast Concrete Crib Wall (1) Subgrade Preparation The foundation trench shall be excavated and compacted as indicated. All unsuitable soils shall be removed and replaced as directed by the Engineer. (2) Concrete Foundation Concrete shall be Class A conforming to Item No. 403, "Concrete for Structures" and to details indicated. Wall Assembly The base wall consisting of the stretcher shall lay in front half of trench and be level. Stretcher joints shall be midway between headers. The header shall be placed on the stretcher which shall have 1:4 batter. Repeating this procedure with close attention on a level wall. Closers, which are shorter in length than stretchers, may be used at the end of every alternating row to stagger the Joints and gain strength. (4) Backfill A filter fabric shall be used behind crib wall to retain backfill and soil. Backfill shall follow each wall layer. All back material used in the structure volume shall be crushed stone, free from organic or otherwise deleterious matenals and shall conform to the following gradation limits as determined by SDHPT Test Method Tex - 110 -E. Sieve Size Percent Passing 6 inches 100 3 inches 75 -100 No.200 0 -15 607.4 Measurement Work and accepted material for "Slope Stabilization" will be measured by the square yard, complete in place from the top of the foundation to the top of the slope stabilization. Foundations will not be measured for payment. 607.5 Payment Work performed and materials furnished as prescribed by this specification and measured under "Measurement" will be paid for at the unit price per square yard for "Slope Stabilization ", which price shall be full compensation for all excavation, foundations, subgrade preparation, placing filter fabric, underdrains, precast blocks, tie backs, backfilling and for all labor, tools, equipment and incidentals necessary to complete the backfilling. Payment will be made under: Pay Item No. 607: Slope Stabilization, — Per Square Yard. I 607 04/17/86 Page 4 642.1 Description This item shall consist of providing and placing a filter fabric fence including maintenance of the fence, removal of accumulated silt and removal of the fence upon completion of the project. 642.2 Materials (1) Fabric (2) Pasts: Posts shall be painted or galvanized steel Tee or Y -posts with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot with a minimm Brinell Hardness of 143. Hangers shall be adequate to secure fence and fabric to posts. Posts and anchor plates shall conform to ASIM A 702. (3) Wire Dance: Wire fence shall be welded wire fabric 2x4 -W1. OxW1.0 and shall conform to ITEM W. 406 REINEDROND STEEL. 642.3 anstxuct3m Methods The silt fake fabric shall be securely attached to the posts and the wire support fence with the bottan 12 inches of the filter material buried in a trench a minimum of 6 inches deep and 6 inches wide to prevent sediment from priming under the fence. When the silt fence is constructer on impervious material, a 12 inch flap of fabric shall be extended upstream from Iten 642 05/01/90 Item No. 642 Silt Pelee (a) General: The filter fabric shall be of ncnwaver polypropylene, polyethylene or polyamdde thermoplastic fibers with non- ravelling edges. The fabric shall be nonhiodggradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather crnditians, and permeable to water white. retaining sediment. The filter fabric shall be supplied in rolls a minimm of 36 inches wide. (b) Physical Fequirerents: The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. Physical Properties Method Requirements Fabric Weight: (oz /sy) TEX -6164 4.5 minimum Water Flow Rate: (gal/sq. ft/ TEX -616 -J 40 maximum minute) Equivalent Opening Size: US CW- 02215, US Army 40 to 100 Standard sieve. (number) Corps of Engineers, Mullen Hurst Strength: (psi) ASIM D 3786 300 minimum Ultraviolet Resistance; ASIM D 1682 70 minimum Strength retention: (2) Page 1 Silt Fence 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the bottan of the silt fence and weighted to limit particulate loss. No horizontal joints will be allowed in the filter fabric. Vertical joints shall be overlapped a minima of 12 inches with the ends sewn or otherwise securely tied. The silt fence shall be a mininun of 24 inches high. Posts shall be embedded a minima of 12 inches in the ground, placed a Hannan of 8 feet apart and set on a slight angle toward the anticipated runoff source. When directed by the Engineer, posts shall be set at specified intervals to support concentrated loads. The silt fence shall be repaired, replaced, ardor relocated when necessary or as directed by the Engineer. Accumulated silt shall be removed when it reaches a depth of 6 inches. 642 41lessureemt The 'work performed and the materials furnished under this item will be measured by the linear foot of "Silt Fence", complete in pia 642.5 Payment The work performed and materials furnished and measured as provided under "Measuremeit" will be paid for at the tniit price bid per linear foot of "Silt Fence ". The price shall be full ca p:e nation for furnishing, hauling and placing all materials, labor, tools, equipment and incidentals necessary to carmlete the wort inncloii g inspecting, repairing, replacing and relocating the fetce, removal of silt and removal and disposal of all materials at the completion of canstructim in and revegetation of disturbed areas. Paynnent will be made under: Pay Item No. 642: Silt Fence for Erosion Control - Per Linear Foot. END Applicable Fefe Standard Specifications Manual: Item No. 406 Standards Manual: Standard Detail No. 642 -1 Environmental Manual: Secticn 1, Dater Quality Management, 1.4.20 Silt Fence Item 642 05/01/90 Page 2 Silt Fence 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) Removing Fabric and Wire Item No. 702 Removing and Relocating Existing Fences 702.1 Description This item shall consist of removing, replacing or relocating existing fence. gates and hardware to location and typical details indicated or as directed by the Engineer. 702.2 Removing Existing Materials The existing boards, fabric, posts, wire, rails, braces, hardware, gates and miscellaneous items shall be carefully removed. bundled, rolled and stockpiled as required, for installing at the new fence assignment. The removal and handling shall be such that the fence materials may be reused in the relocated fence. Fabnc and wire of all types shall be carefully untied or disassembled from the posts and other appurtenances and shall be rolled in bundles of a size for handling with ordinary equipment. (2) Removing Posts Posts shall be carefully removed from the ground and the concrete footing removed. Holes shall be filled with dirt and thoroughly compacted. (3) Removing Boards Boards of all types shall be carefully disassembled from the rails and other appurtenances to facilitate removal in panels. Excess matenal removed shall be disposed of as indicated below. (4) Storage of Materials Storage of all salvable matenals to be reinstalled shall be stored on site or at such other locations as the Contractor may elect, which shall be subject to approval by the Engineer. Secunty and maintenance of the salvable materials shall be the responsibility of the Contractor. (5) Excess Materials Excess materials, either damaged or unsuitable for reinstallation or unnecessary for completing the scope of the fence work in the new alignment shall be offered to the owner before removal from the site by the Contractor. 702.3 New Materials New materials required to complete the fence at the location indicated will be of equal quality to the existing matenals. No used materials from other projects or from the Contractor's own used material stocks will be allowed. The new materials to be fur- nished will be those necessary to replace items from the existing fence which were damaged dunng removal operations or which for other reasons cannot be reused. 702.4 Construction Methods The removed fence shall be installed at the new assignment in accordance with the typical details indicated and will comply with the best practice for fence construction of the specified type. 702.5 Measurement Fences of the height and type to be relocated will be measured by the linear foot of fence in its new location measured at the bottom of the fence along the centerline of the fence from center to center of terminal posts, excluding gates. 702.6 Payment The work performed and material fumished as prescribed by this item measured under "Measurement" will be paid for at the unit price bid for "Removing and Relocating Fences" of the size and type specified to be relocated, which price shall be full compen- sation for removing. salvaging, storing and handling all existing fence materials; furnishing new posts, boards, rails, braces, tie wires, connection clips. fabnc, rails, brace rods and any other fence component items that were damaged during removal and necessitating new material being furnished to complete the project: digging post holes and grouting in rock where required; . furnishing concrete for post footings; and for all manipulations. labor. tools, equipment and incidentals necessary to complete the work including excavation, backfilling and disposal of surplus matenals. Gates as provided under "Measurement" will be paid for at the unit price bid for Removal and Relocation of Existing Pedestrian or Vehicular Gates of the type and size specified to be relocated, which price shall be lull compensaUOn for removing the gate from 702 Rev. 09/30/87 Page 1 Removing and Relocating Existing Fences the existing locations, handling. storing and hauling all gate materials, furnishing any new materials necessary for installing at new locations; providing new center anchorage blocks, latches and catch blocks and for manipulations, labor, tools. equipment and incidentals necessary to complete the gate relocation. Payment will be made under one of the following: Pay Item Na 702.A Removing and Relocating Existing Chain Link Fence —Per Linear Foot. Pay Item No. 702.6: Removing and Relocating Existing Ft. x Ft. Chain Link Pedestrian Gate • - Per Each. Pay Item No. 702•C: Removing and Relocating Existing Ft. x Ft. Chain Link Vehicular Gate.— Per Each. Pay Item Na 702•D: Removing and Relocating Existing Ft. Wooden Fence— Irbr Linear Foot. Pay Item No. 702.E Removing and Relocating Existing _ Ft. x Ft. Wooden Pedestrian Gate —Fer Each. Pay Item Na 702•F: Removing and Relocating Existing Ft. x Ft. Wooden Vehicular Gate — Per Each. Pay Item No. 702•G: Removing and Relocating Existing Ft Wire Fence— Fer Linear Foot. Pay Item No. 702•FI: Removing and Relocating Existing Ft x Ft. Metal Gate —Per Each. End Ref: 403 702 Rev. 09/30/87 Page 2 Removing and Relocating Existing Fences 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 801.1 Description Item No. 801 Construction Detours This item shall consist of the construction, manipulation, maintenance and removal, if required, of detours of the length and to the lines, grades and typical sections indicated and providing for installing, moving, replacing, maintaining, cleaning and removing upon completion of the work, as required, all detour markers, signs, barricades and other devices used in traffic control and handling at the construction site as indicated or as directed by the Engineer. 801.2 Materials (1) Flexible Base Flexible Base shall conform to Item No. 210, "Flexible Base (Crushed Stone) ". (2) Asphalt Stabilized Base Asphalt Stabilized Base shall conform to Item No. 206, "Asphalt Stabilized Base (Plant Mix) ". (3) Prime Coat Pnme Coat shall conform to Item No. 306, "Prime Coat ". (4) Tack Coat Tack Coat shall conform to Item No. 307, "Tack Coat ". (5) Seal Coat Seal Coat shall conform to Item No. 312, "Seal Coat ". (6) Hot Mix Asphaltic Concrete Pavement Hot Mix shall be Type D conforming to Item No. 340, "Hot Mix Asphaltic Concrete Pavement ". (7) Construction Pavement Markings (a) Traffic Tape shall conform to Item No. 864, "Abbreviated Pavement Markings ". (b) Pavement Paint shall conform to Item No. 860, "Pavement Marking Paint ". (c) Pavement Markers shall conform to Item No. 863, "Reflectonzed Pavement Markers ". Barricades, Signs and Traffic Handling Barricades, Signs and Traffic Handling shall conform to Item No. 803, "Barricades, Signs and Traffic Handling ". All materials used in barricades shall be constructed with one of the following: (a) Wood (b) Wood and Steel . (c) Plastic ( (d) Lights For nighttime use it may be desirable to place flashing warning lights on the panels. When used in a series for channelization, steady bum amber waming lights are required. (9) Seeding Seeding shall conform to Item No. 604, "Seeding for Erosion Control ". 801.3 Construction Methods The detours shall be constructed at the locations and to the lines and grades indicated and it shall be the entire responsibility of the Contractor to provide for the passage of traffic in comfort and safety without creating a dust problem. Page 1 04/17/86 801 Flexible base material shall be deposited on the prepared subgrade, sprinkled, bladed, compacted and shaped to conform to the typical sections indicated, conforming to the pertinent flexible base item. The finished base shall receive surfacing where indi- cated in accordance with the pertinent surfacing items. After the detours are no longer needed for traffic, if indicated for removal, the materials shall become the property of the Contractor to be disposed of off the project and the site restored to the original contour of the ground or to produce a pleasing appearance by forming natural rounded slopes and seeded. All barricades, signs and other types of devices listed above shall conform to details indicated and with the Texas Manual on Uniform Traffic Control Devices (TMUTCD). 801.4 Maintenance 11 shall be the Contractor's responsibility to maintain the detour and repair the surface markers, striping and storm water drainage system as long as the detour is required. 801.5 Measurement "Construction Detours ", when included in the contract as a pay item, will be measured by the lump sum. 801.6 Payment This item will be considered subsidiary to the various items of work, unless included as a separate pay item in the contract. When included for payment, it shall be paid at the lump sum bid for "Construction Detours", which price shall be full compensation for all work, herein, specified, including the fumishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under. Pay Item No. 801: Construction Detour — Per Lump Sum. End ' 801 04/17/86 Page 2 1 1 1 1 1 i 1 1 .1 1 1 1 1 1 1 1 1 803.1 Description This item shall consist of providing, installing, moving, replacing, maintaining, cleaning and removing temporary or permanent street closure barricades, signs or other devices required to handle the traffic in conformance with the current edition of the Texas Manual of Uniform Traffic Control Devices for Street and Highways and as indicated or directed by the Engineer. Construction Detours, if required, shall conform to Item No. 801, "Construction Detours". Capital Improvement Project signs shall conform to Item No. 802, "Capital Improvement Project Signs ". 803.2 Materials All materials used in barricades signs and traffic handling shall conform to the following: (1) Signs Sign Plates — .080 in thickness alodine finished Federal Specification 6061 — T6 aluminum Sign Posts — 1.25 ounce/square toot hot dipped galvanized welded steel tubing ASTM A 513, O.D. 2.375 inches, wall thickness .065 inch, 1.60 pounds per foot. Hardware — Aluminum alloy ASTM A 444 sign hardware for clamp casting or stainless steel with galvanized or electroplated cold rolled steel U bolts, bolts. washers and nuts. (2) Sign Plate Message and Size OM — 4R W14 -1 (3) Lumber Rails shall be new unweathered 545 grade #2 fir or yellow pine, of the size indicated. Posts, of the size indicated, shall be pressure treated with pentachlorophenol. (4) Concrete Concrete shall be Class A Concrete conforming to Item No. 403. "Concrete for Structures ". Retro•Reflecttve Sheeting Red and white strips shall conform to Table I CIE Chromaticity Coordinates, ASTM Designation D 523, ASTM 397, SDHPT Test Method Tex - 842 -B, ASTM D- 987 -48 %, Atlas Twin ARC Weathenng ASTM E 4269, Type E conforming to ASTM D 822-60X which requires the ASTM E 42 Type E Atlas XW data L•2300B dated January 7, 1970. (6) Paint (5) 803.4 Maintenance 803 Rev. 09/30/87 Sign Designation Size 18 inch x 18 inch 30 inch x 30 inch Exterior Oil base paint, colors as indicated. 803.3 Construction Methods hem No. 803 Barricades, Signs and Traffic Handling Prior to commencing construction, suitable "Barricades, Signs nd Traffic Handling" devices shall be installed to protect the workers and the public. The Contractor shall be responsible for installing all markers, signs and barricades conforming to the Manual on Uniform Traffic Control Devices and/or as indicated. If, in the opinion of the Engineer, additional markers, signs or barricades are needed in the interest of safety, the Contractor will install such as are required or as directed by the Engineer. It shall be the Contractor's responsibility to maintain, clean, move and replace if necessary, barricades, signs and traffic handling devices during the time required for construction of the project. Permanent barricades shall be constructed as required after the completion of the street by drilling holes to place the posts and concrete foundations. Foundation concrete shall be cured before the rails are attached. When no longer needed all temporary Barricades, Signs and Traffic Handling Devices shall be removed and the area restored to its original condition or as directed by the Engineer. Page 1 Barricades, Signs and Traffic Handling 803.5 Measurement The work performed and the materials furnished by this item as indicated, except for barricades, will not be measured for pay- ment but will be considered subsidiary to the work or to Item No. 801, "Construction Detours'. Barricades shall be measured as each complete barncade constructed and placed as indicated. Any temporary barricades fur- nished shall not be measured for payment and shall be considered subsidiary to the work or to Item No. 801, "Construction Detours ". 803.6 Payment The work performed and material fumished as prescribed by this item will be paid for at the unit price bid for "Barricades" per each complete barricade. Payment will be made under: Pay Item No. 803: Barricades — Per Each. Pay Item No. BOIL Barricades — Lump Sum. End 803 Rev. 09130/87 Page 2 Barricades, Signs and Traffic Handling iI 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item No. 860 Pavement Marking Paint 860.1 Description This item shall consist of the installation of retiectonzed paint pavement marking. The width of the line shall be 4 inches and the color as indicated. 860.2 Materials (1) Traffic Stripe Reflective Glass Spheres (a) The glass spheres shall not contain more than 30 percent (by weight) irregular shaped particles when tested by ASTM Designation: D 1155. Spheres shall be essentially free of sharp angular particles and particles show- ing milkiness or surface scarring or scratching. Spheres shall be water white in color. (b) The glass spheres shall meet the following gradation requirements when tested: Openings U.S. Std. Sieves Percent Passing #20 Sieve 100 #30 Sieve 80 -100 #50 Sieve 18 -35 #100 Sieve 0-4 860 Rev. 09/30/87 (c) The spheres, when tested by the liquid immersion method at 25 C, shall show an index of refraction within the range of 1.50 to 1.98. (d) The spheres shall be capable of being readily wet with water when tested according to SDHPT Test Method Tex - 826 -B. (e) The spheres shall show no tendency toward decomposition, surface etching, change in retroreflective charad- tenstics or change in color after 24 hours exposure (according to SDHPT Test Method Tex - 833 -B) to weak acids, weak alkali or 100 hours of weather -o -meter exposure. (f) Spheres shall contain less than V, of 1 percent moisture by weight. (g) Spheres shall be manufactured from glass. (h) Spheres shall be free of trash, dirt, etc. (i) Spheres shall show no evidence of objectionable static electricity when flowing through a regular traffic bead dispenser. (I) The recommended application rate shall be 6 pounds per gallon of paint. (k) Sampling and Testing shall be in accordance with the latest applicable SDHPT Manual on Testing Procedures. Applicable test methods are, but are not limited to the following: Tex -822 -8 Tex -826 -B Tex -830 -B Tex -831 -B Tex -832 -8 Tex -833 -8 (2) Pavement Marking Paint (a) Functional Requirements 1. All materials required to meet Federal, ASTM or SDHPT specifications must meet the specification as shown. ASTM Designation: D 476. Type II Federal Spec. TT- P -463A, Type I (March 3, 1961) National Bureau of Standards — Chromatic Standard No. Sch: 30 Federal Spec. TT- P-403a Federal MIL- C -429C, Type I (March 6, 1969) ASTM D 362 Page 1 Pavement Marking Paint 860 Rev. 09130187 1. Raw Materials ASTM D 740 (Reapproved 1974) ASTM D 600 SDHPT Test Method Tex-806-13 SDHPT Test Method Tex -811 -8 SDHPT Test Method Tex -814 -8 2. The paint shall be homogenous, well ground to a uniform and smooth consistency and shall not skin nor settle badly nor cake, liver, thicken, curdle or gel in the container. 3. The paint, when applied to a bituminous pavement surface under nomtal field conditions at the required rate of .015 inch wet film thickness, shall have a maximum no pickup" drying time of 15 minutes to prevent displacement or discoloration under traffic. 4. In preparation of the paint, the pigments shall be dispersed in the vehicle by appropriate methods so that a fineness reading of not less than 4 is obtained with a Hegman grind gauge. 5. Consistency viscosity as determined by the Stromer Viscosimeter at 25 C shall be from 85 to 100 K.U. 6. A thin film of paint spread on a glass plate and allowed to dry thoroughly shall not darken or show any discoloration when subjected to ultraviolet rays for a penod of 5 minutes. (b) Material Requirements a. The exact brands and types of raw materials used in the wet standards are listed for the purpose of facilitating the selection of parallel materials equal, not only in quality and composition but also in physical and chemical behavior after aging in the finished product. b. It shall be the responsibility of the Contractor to utilize materials that not only meet the individ- ual raw material specification, but that also produce a coating that meets the specific formula requirements. c. Materials required to meet Federal and ASTM specifications must meet the specification as • indicated. 2. Pigments a. White (1) Lead free zinc oxide: shall meet Federal specification TT- P -463A, Type I, March 3, 1961. (2) Pure Titanium Dioxide, Rutile, Nonchalking: shall meet ASTM D 476, Type II. b. Medium Chrome Yellow (1) The luminescent factors of the pigment shall be within the limits listed below when tested before and atter exposure. Minimum Maximum Initial 53 59.0 Final 45 In addition, the allowable change between the initial and final luminescent factors shall be no more than 9 units. The initial x, y chromaticity color coordinates of the pigments shall be within the rectangle defined by the sets of coordinates shown below. x y 0.490 0.511 0.514 0.535 0.455 0.433 0.480 0.458 The pigments shall be tested according to SDHPT Test Method Tex - 810 -B. Page 2 Pavement Marking Paint The color standard shall conform to the National Bureau of Standards Chromatic Standard No. Sch -30. The formulation of the test enamel using the pigments to be tested is as follows: Material Parts by Weight Medium Chrome Yellow Long Oil Alkyd Resin (1) 4% Calcium Drier 6% Cobalt Drier Anti- Livering Agent Antl- Skinning Agent Mineral Spirits (2) 54.0 31.5 0.6 0.3 0.1 0.2 13.3 (3) (2) Alkyd Resin Solution meeting Federal specification TT- F1-266D, Type I, Class A, November 17, 1971. (3) Mineral Spirits shall conform to ASTM D 235, Type IV. (4) The amount of mineral spirits may be vaned slightly to produce the desired grinding consistency. Two coats of pigments shall be required. 3. Inert a. Talc, paint -grade magnesium silicate shall meet ASTM D 605. b. Calcium Carbonate shall conform to the following: CaCO Maximum 97.0 percent H Maximum 0.4 percent Specific Gravity 2.63 -2.73 Weight retained on #325 Screen Maximum 0.75 percent Color shall be equal to material listed in standard formula. Substitution in standard formula shall not result in a viscosity variation greater than 4 K.U. 4. Resins a. Chlorinated Paraffin shall conform to Federal Specification MIL- C -429C, Type 1, May 6, 1969. b. Chlorinated Rubber shall have a viscosity to 15 C (20% solution with Toluene)' 4-6 cps. ' Toluene shall meet ASTM D 362 c. Traffic paint alkyd resin solution shall conform to the following: (1) General Type: Pure, drying alkyd Length: Medium Type oil: Soya, linseed or tall. No mixture of 2 or more oils will be permitted. Type Solvent: Toluene, ASTM D 362 Compatibility: A solution of 1 part 75 percent traffic alkyd and 5 parts toluene shall be clear. A solution containing the equivalent 01150 grams of 5 cps. chlorinated rubber, 130 grams of 75% traffic alkyd, 200 grams of methyl ethyl ketone shall be clear, transparent and show no separation after 24 hours of storage in a '/a lull test tube at 80 degrees a5 F. This rubber - alkyd- solvent solution shall produce a clear film upon drying. 860 Rev. 09/30/87 Page 3 Pavement Marking Paint 860 Rev. 09/30187 a. (2) Solid Resin Basis Percent Phthalic Andydndes Percent Oil Acids Acid number, maximum Ash residue, maximum Unsaponifiable, maximum Iodine number of fatty acids, minimum Retractive Index of fatty acids, minimum (Tall oil alkyds), maximum 33to37 48to55 8.0 0.10 percent 2.0 percent 115 1.4660 1.0 (3) 45 Percent Solids Basis' Color. Gardner 1953 Standard -9 maximum. Drying Time: A wet film 3 mils thick shall set to touch In not more than 90 minutes. (Driers: Based on the resin solids present. add the equivalent 010.06 percent Cobalt (metal) and 1.0 percent lead metal) Toluene shall be used to reduce the resin solution to 45 percent solids and shall meet ASTM D 362. (4) In addition to the above requirements, the traffic alkyd resin shall meet the following percent transmittance requirements when tested according to SDHPT Test Method Tex - 814 -B, uti- lizing menthyl isobutyl ketone as primary solvent and methyl alcohol as precipitating agent. Percent Transmittance Minimum Maximum T, T, 10% Calculate volume in milliliters of precipitating agent as follows: V, = 91X Where: V, = volume of precipitating agent required for T, X = grams of alkyd resin solids and V = 1.398 V, Where: V, = addttional volume of precipitating agent required for 5. Thinners a. Methyl Ethyl Ketone shall conform to ASTM D 740 b. Aromatic Naphtha Appearance Color Boiling Range Kauri Butanol Value Specific Gravity, 25 C Flash Point F (TCC) 6. Additives and Chemicals Driers shall conform to ASTM D 600. 70% dean, free of sediment water, white 360 F — 415 F 88 minimum 0.884 — 0.894 140 minimum b. The additives below must be supplied by the manufacturer, as listed: (1) Thermolite 813 Available tram: M & T Chemicals, Inc. 530 Exchange Bank & Trust Tower Dallas, Texas 75235 (2) Treated Bentonite Clay A. Bentone 34. N.L Industries 8. Claytone 40, Southern Clay Products Page 4 Pavement Marking Paint 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 860.3 Construction Methods 860 Rev. 09 /30/87 Formula: White Traffic Paint Pounds Traffic Alkyd, 75 Percent Solids 130 Chlorinated Rubber, 5 cps., Hercules, parion S -5 150 Chlorinated Paraffin, Type I, Hercules, Chlorafin 40 75 Treated Bentonite Clay 5 Titanium Dioxide, Rutile, DuPont, R -900 200 Lead Free Zinc Oxide, ASARCO, A20 -33 50 Talc, Nytal 300 225 Calcium Carbonate, T.W. Snowflake White 250 24% Lead Drier 3 6% Cobalt Drier 2 Thermolite 813, M & T Chemicals, Inc. 0.75 Aromatic Naphtha, SC -150 5 Methyl Ethyl Ketone 245 1,340.75 Grind particles: 4 minimum 8 maximum (SDHPT Test Method Tex 806.8) Gallon Weight it 0.05 lbs. of theoretical gallon weight Consistency: 85 to 100 K.U. Skinning: No skinning within 48 hours (SDHPT Test Method Tex - 811 -8) Formula: Yellow Traffic Paint Pounds Traffic Alkyd, 75 Percent Solids 130 Chlorinated Rubber, 5 cps., I.C.I. Alloprene X -5 150 Chlorinated Paraffin, Type I, I.C.I., Cereclor 42 75 Treated Bentonite Clay 5 Titanium Dioxide, Rutile, Du Pont, R -900 25 Lead Free Zmc Oxide, ASARCO, A20 -33 50 Medium Chrome Yellow, Du Pont, Y -469 -0 157 Calcium Carbonate, T.W., Snowflake White 250 Talc, Nytal 300 250 24% Lead Drier 3 6% Cobalt Drier 2 Thermolite 813, M & T Chemicals, Inc. 0.75 Aromatic Naphtha, SC -150 5 Methyl Ethyl Ketone 250 1,370.75 Grind Particles: 4 minimum, 8 maximum (SDHPT Test Method Tex - 806 -B) Gallon Weight: x 0.05 lbs. of theoretical gallon weight Consistency: 80 to 100 K.U. Skinning: No skinning within 48 hours (SDHPT Test Method Tex - 811 -B) The Contractor shall use a crew experienced in the work of installing pavement markings and in the necessary traffic control for such operations on the roadway surface and shall supply all the equipment, personnel, traffic control and materials necessary for the placement of the pavement markings as indicated or as directed by the Engineer. All work shall conform to the current edition of the Texas Manual of Uniform Traffic Control Devices (MUTCD) The pavement surface to receive the pavement markings shall be thoroughly cleaned of all dirt, organic growth or other material that will prevent adhesion of the paint to the roadway surface. The pavement markings shall be placed in the proper alignment with guides established on the roadway. Deviation from the alignment established shall not exceed 2 inches and in addition, the deviation In alignment of the markings being placed shall not exceed 1 inch per 200 feet of roadway nor shall any deviation be abrupt. When deemed necessary by the Engineer, the Contractor, at his expense, shall place any additional pilot markings required to facilitate the placement of the permanent markings in the alignment specified. Any and all additional markings placed on the roadway for alignment purposes shall be temporary in nature and shall not establish a permanent marking on the roadway. Matenals used for pilot markings and equipment used to place such markings shall be approved by the Engineer. Page 5 Pavement Marking Paint Paint markings on the roadway that are not in alignment or sequence as indicated shall be totally and completely removed by any effective method approved by the Engineer, except that grinding will not be permitted. Paint shall be applied at a rate of not less than 15 gallons nor more than 20 gallons per mile of solid 4 inch stripe. Application rats for solid 8 inch stripe shall be between 30 and 40 gallons per mile. (These rates yield wet film thickness from 15 to 20 mils.) Beads shall be applied to the paint markings at a uniform rate sufficient to achieve the retroreflective characteristics specified when observed conforming to SDHPT Test Method Tex-828 -8. All markings placed shall have uniform and distinctive retroreflec• five charactenstics. Under no circumstances shall the bead application rate be less than 6 pounds of beads per gallon of paint applied to the road surface. Applied markings shall be protected from traffic until they have dried sufficiently so as not to be damaged or tracked by normal traffic movements. 860.4 Equipment Paint stnping equipment used to place 4 inch solid or broken lines shall have the capability of placing a minimum of 60,000 linear feet of marking per working day. Equipment used for placing markings in widths other than 4 inches shall have capabilities similar to 4 inch marking equipment and shall be capable of placing linear markings up to 8 inches in width in 1 pass. The equipment shall be maintained in satisfactory operating condition. Four inch marking equipment will be considered as un- satisfactonly maintained if it fails to have an average hourly placement rate of 7000 linear feet in any 5 consecutive working days of 7 hours or more. The equipment shall be equipped so that one 4 inch broken line and either 1 or 2 solid lines can be placed at the same time in alignment and spacing as indicated. The equipment shall be equipped with an automatic cutoff device (with manual operating capabilities) to provide clean, square marking ends and to provide a method of applying broken line in a stnpe to gap ratio of 15 to 25. The length of the stnpe shall not be less than 15 feet nor longer than 15.5 feet. The total length of the stripe -gap cycle shall not be less than 39.5 feet nor longer than 40.5 feet in variance from one cycle to the next nor shall the average total length of a cycle for a road mile of broken line exceed 40.5 feet or be less than 39.5 feet. The equipment shall be capable of placing lines of all widths with clean edges and of uniform cross section. Four inch lines shall be 4 inches plus or minus 4 inch. Eight inch lines shall be 8 inches minimum and 8' inches maximum in width. The equipment shall he equipped with an outrigger or outnggers as required to place edgelines as called for in the plans. The equipment shall be equipped with bead dispensers, 1 for each paint spray gun, placed on the equipment so that beads are applied to the paint almost instantly as the marking is being placed on the roadway surface. The bead dispensers shall be de- signed and aligned so that beads are applied uniformly to the entire surface of the marking. The bead dispensers shall be equipped with automatic cutoff controls, synchronized with the cutoff of the marking equipment. Paint pots or tanks shall be equipped with an agitator that will keep the paint thoroughly mixed and may be either a pressurized or nonpressunzed type. 860.5 Measurement Work for Pavement Marking Paint lines will be measured by the linear foot of the various widths. Work for pavement marking, paint letter or figures will be measured by the square foot. 860.6 Payment Work performed as prescnbed by this item, measured as provided under "Measurement ", shall be paid for at the unit price bid for "Pavement Marking Paint" per linear foot or square foot of the various widths specified. This price shall be full compensation for furnishing all labor, tools, equipment, materials and incidentals necessary to complete the work specified. Payment will be made under one of the following: Pay Item No. 860-A _: Pavement Marking Paint, In — Per Linear Foot. Pay Item No. 860.6 _ Pavement Marking Paint — Per Square Foot. Pay Item Na 860•C _ Pavement Marking Paint (Reflectorized), In — Per Linear Foot. Pay Item Na 860.0 _ Pavement Marking Paint (Reflectorized) — Per Square Foot. End 860 Rev. 09/30/87 Page 6 Pavement Marking Paint