R-97-08-14-13B - 8/14/1997RESOLUTION NO. R- 97- 08- 14 -13B
i v
WHEREAS, certain improvements to the Tower Drive Pump Station
are necessary to perserve or protect the public health or safety of
the City's residents, and
WHEREAS, in order to procure the improvements as soon as
possible, bids were not advertised, but proposals were solicited
from interested contractors, and
WHEREAS, Cunningham Construction & Associates submitted the
best proposal, and
WHEREAS, the City Council wishes to accept the proposal from
Cunningham Construction & Associates, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the proposal submitted by Cunningham Construction &
Associates is declared to be the best proposal, and the Mayor is
authorized and directed to execute on behalf of the City a contract
with Cunningham Construction & Associates for the necessary
improvements to the Tower Drive Pump Station.
RESOLVED this 14th day of August, 1997.
ATTEST:
•hAL4I_ i1 .
/
�r• E LAND, City Secretary
R.\ WPOOCS \RRSOLVIT \RB]0814B.WP0 /scg
CHARLES %3ER,Mayor
City of Round Rock, Texas
DATE:August 7, 1997
SUBJECT: City Council Meeting, August 14, 1997
ITEM: 13B. Consider a resolution authorizing the Mayor to execute a contract
with Cunningham Constructors & Assoc. for the Tower Drive Pump
Station Improvements.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
Date: July 30, 1997
To: Jim Nuse, P.E.
Public Works Director
From: Steven Miller, P.E.
Facilities Engineer
RE: Tower Drive Pump Station Improvements
Bids were received on Tuesday, July 22 for the pump improvement at Tower Drive. This
project was advertised on an invitation basis to several general contracting companies. Of the
five requests solicited two bids were received as shown on the attached bid tabulation sheet.
Based on the references supplied by the low bidder, Cunningham Constructors & Associates of
Georgetown, Texas. ,
I recommend the City Council award this project to this company for $42,800.00. The estimated
cost was $50,000.
LowbIdtdpsi /sm
MEMORANDUM
R- 97- 08- 1ij -/3,6
CITY OF _ OUND !<OCK
PUBLIC WORKS DEPARTMENT
TOWER DRIVE PUMP
STATION IMPROVEMF,
r '. 4 � � ceee ' _
1997
PLANS, SPECIFICATIONS
AND CONTRACT DOCUMENTS
Ct523
1
Cunningham Constructors a Associates Inc.
P.O. Box 40014
Georgetown, Texas 78628
512463.2131
FAX 5124 0728
TO City of Round Rock
771 E. Main
Round Rock, Tx. 78664
WE ARE SENDING YOU ®XAttached ❑ Under separate cover via
❑ Shop drawings
❑ Copy of letter
THESE ARE TRANSMITTED as checked below: _ -
❑ For approval
❑ For your use
❑ As requested
❑ Prints ❑ Plans
❑ Change order ❑
❑ Approved as submitted
❑ Approved as noted
❑ Returned corrections
COPY TO
LETTER ER ®[F 4113ARIZ IOTINAL
oars
9 -2 -97
I ,c. "-705
ATT*NTiOn
S fpvpn m i l l e r
.t:
Tower Drive Pump Station
SIGNED:
11 enclowns art not as 'sated, kindly north us u. st te
the following items:
❑ Samples ❑ Specifications
COMES
4
DATE
NO.
DESCRIPTION
Contract Documents for Tower Drive Pump Station Improvem
f?
❑ Resubmit copies for approval
❑ Submit copies for distribution
❑ Retum corrected prints
❑ For review and comment ❑
❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US
REMARKS
nt
Section Description Page
1.0 Notice to Bidders NB -1
2.0 Bid Documents BD -1
3.0 Post Bid Documents PBD -1
4.0 General Conditions GC -1
5.0 Special Conditions SC -1
6.0 Technical Specifications TS -1
tablel:specsm
TOWER DRIVE PUMP STATION IMPROVEMENT -1997
TABLE OF CONTENTS
1.0 NOTICE TO BIDDERS
NOTICE TO BIDDERS
Sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East Main
Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and
performing all work required for the project titled TOWER DRIVE PUMP STATION
IMPROVEMENT - 1 997 (project includes installation of one (1) 1,000 GPM vertical
turbine pump and associated improvements.) will be received until 2:00 p.m., July 22. 1997
then publicly opened and read aloud at the City Hall Council Chambers at the same
address. Bid envelopes should state date and time of bid and "TOWER DRIVE PUMP
STATION IMPROVEMENT - 1997" No bids may be withdrawn after the scheduled
opening time. Any bids received after scheduled bid opening time will be returned
unopened.
Bids must be submitted on City of Round Rock bid forms and must be accompanied
by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City
of Round Rock, Texas equal to five percent (5 %) of the total bid amount.
In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock
reserves the right to construe the meaning thereof. The City of Round Rock further reserves
the right to reject any or all bids and waive any informalities and irregularities in the bids
received.
The successful bidder will be expected to execute the standard contract prepared by
the City of Round Rock, and to furnish performance and payment bonds as described in the
bid documents. Contractors and subcontractors shall pay to laborers, workmen, and
mechanics the prevailing wage rates as determined by the City of Round Rock.
nudeebd.pi /spcam
NB -1
2.0 BID DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Prior to submitting any proposal, bidders are required to read the plans, specifications,
proposal, contract and bond forms carefully; to inform themselves by their
independent research, test and investigation of the difficulties to be encountered and
judge for themselves of the accessibility of the work and all attending circumstances
affecting the cost of doing the work and the time required for its completion and
obtain all information required to make an intelligent proposal.
2. Should the bidder find discrepancies in, or omissions from the plans, specifications,
or other documents, or should he be in doubt as to their meaning, he should notify at
once the Engineer and obtain clarification or addendum prior to submitting any bid.
3. It shall be the responsibility of the bidder to see that his bid is received at the place
and time named in the Notice to Bidders. Bids received after closing time will be
returned unopened.
4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing
the name of the project, the job number if applicable, and the opening date and time.
5. Bids shall be submitted on proposal forms furnished by the City of Round Rock.
6. All proposals shall be accompanied by a certified cashier's check upon a National or
State bank in an amount not less than five percent (5 %) of the total maximum bid
price, payable without recourse to the City of Round Rock, or a bid bond in the same
amount from a reliable surety company, as a guarantee that the bidder will enter into
a contract and execute performance and payment bonds, as stipulated by item 11
below, within ten (10) days after notice of award of contract to him. Proposal
guarantees must be submitted in the same sealed envelope with the proposal.
Proposals submitted without check or bid bonds will not be considered.
7. All bid securities will be returned to the respective bidders within twenty-five (25)
days after bids are opened, except those which the owner elects to hold until the
successful bidder has executed the contract. Thereafter, all remaining securities,
including security of the successful bidder, will be returned within sixty (60) days.
8. Until the award of the contract, the City of Round Rock reserves the right to reject
any and all proposals and to waive technicalities; to advertise for new proposals; or
to do the work otherwise when the best interest of the City of Round Rock will be
biddoc.psi/spec
BD -1
thereby promoted.
9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City
of Round Rock reserves the right to consider the most favorable analysis thereof, or
to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result
in rejection of such bid or other bids.
10. Award of the contract, if awarded, will be made within sixty (60) days after opening
of the proposals, and no bidder may withdraw his proposal within said sixty (60) day
period of time unless a prior award is made.
11. Within ten (10) days after written notification of award of the contract, the successful
bidder must furnish a performance bond and a payment bond in the amount of one-
hundred percent (100 %) of the total contract price. If the total contract price is
$25,000.00 or less, the performance and payment bonds will not be required. Said
performance bond and payment bond shall be from an approved surety company
holding a permit from the State of Texas to act as surety or other surety or sureties
acceptable to the Owner, with approval prior to bid opening.
12. If the total contract price is less than $25,000.00 the performance and payment bond
requirement will be waived by the City of Round Rock. Payment will be made
following completion of the work.
13. Failure to execute the construction contract within ten (10) days of written
notification of award or failure to furnish the performance bond, or letter of credit if
applicable, and payment bond as required by item 11 above, shall be just cause for
the annulment of the award. In case of the annulment of the award, the proposal
guarantee shall become the property of the City of Round Rock, not as a penalty, but
as a liquidated damage.
14. No contract shall be binding upon the City of Round Rock until it has been signed by
its Mayor after having been duly authorized to do so by the City Council.
15. The Contractor shall not commence work under this contract until he has furnished
certification of all insurance required and such has been approved by the City of
Round Rock, nor shall the contractor allow any subcontractor to commence work on
his subcontract until proof of all similar insurance that is required of the subcontractor
has been furnished and approved.
16. Any quantities given in any portion of the contract documents, including the plans,
biddoc.psilspec BD -
are estimates only, and the actual amount of work required may differ somewhat from
the estimates. The basis for the payment shall be the actual amount of work done
and/or material furnished.
17. No Texas sales tax shall be included in the prices bid for work under this contract.
This contract is issued by an organization which is qualified for exemption pursuant
to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax
Act. The contractor performing this contract may purchase, rent or lease all materials,
supplies, equipment used or consumed in the performance of this contract by issuing
to his supplier an exemption certificate complying with State Comptroller's ruling
#95 -0.07. Any such exemption certificate issued by the contractor in lieu of the tax
shall be subject to the provisions of the State Comptroller's ruling #95 -0.09 as
amended to be effective July 1, 1979.
18. No conditional bids will be accepted.
biddoc.psi/spec BD -3
u. , i�rt,tN rg Irt AW;M"'" M " "V[: \1Ptir;7AW. / 1 911/ VNe'1 1'''l l/ 4R1 9 P. sw .groqu /y(.\ltp.tigm,rrrg 0 ure,m ffrI iEmII,
UNITED STATES FIDEL
KNOW ALL MEN BY THESE PRESENTS:
THAT
P.0. Box 40014
Cunningham Constructors & Associates, Inc.
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto
Signed, sealed and delivered 07/22/97
(AS any)
BID BOND
BOND NUMBER
ARANTY COMPANY
of Georgetown, TX
as Principal , and UNITED STATES FIDELITY AND
City of Round Rock
as Obligee, in the full and just sum of Five (52) Percent of the Greatest Amount Bid
_ ...
....... ._...._( G ..... ._...._.......,.... _...._._......._..._ ..... ..._ Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs; executors,
administrators, successors and assigns, Jointly and severally, firmly by these presents.
WHEREAS, the said Principal is herewith submitting its proposal Tower Drive Pump Station
Improvement — 1997
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between
the amount of the bld of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.
(Date)
Cunningham Constructors & Associates,Inc.
■ \r (
(SEAL)
(BEAD
UNITED STATES FIDELITY AND GUARANTY COMPANY
Attorney- in•fact
EY^ "44/fi,..\Tim. \ /./ ii\ ?% N. 11\ YJ/, h kk '1')P9l�Athii, ^t \ Si. t..4 01111: 1141/ h ii,\h,id\C! 10:\)n /G 11 \$4711'.1., %,j ;i ii \.
United States Fidelity and Guaranty Company
Power of Attorney
No. 110017
Know all men by these presents That United States fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of
Maryland and having its principal office at the Cdy of Baltimore, in the State of Maryland, does hereby constitute and appoint Robert C. Siddons,
Steven B. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Couey, Douglas J.
Wealty and James F. Siddons
of the City of Austin .State of Texas hrs true and lawful Attomey(s )-in- Fact each in their separate capacity if more than
one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts: and matting or guaranteeing
bonds and undertaking required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, the said United States fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, duly attested by
the signatures of its Vice President and Assistant Secretary, this 6 th day of September •A.D. 96.
State of Maryland
Baltimore City
FS 3(5
United States fidelity and Guaranty Company,
(Signed) By -� -i" ••
(Signed) By
SS:
Vice President
rKssistant Secretary
USF+G"
1439459
On this 6th day of September , D. 19 96 , bee me persanaltyicam Wilson, Vice President of United States Fidelity and
Guaranty Company, and Thomas J. FGgerali Assistant SecretarYbl Company. with bgtfoi hom Iam personally achiainted , who being byme severally duly sworn,
said, that they, the said Gary A Wilson and Thomas J. Fitzgerald were respectively the Vidk,Presldent and the Assqa Secretary of the said United States Fidelity and
Guaranty Company, the corporation described in andv t3d 191executed the fceegoing�Poyer of Attorney, that t y knew the seal of said corporation: that the seal affixed
to said Power of Attorney was such corporate seal,hhat` iit was so affixe�d� ordec ofUhe Board of Directors o said corporation, and that they signed their names thereto by
like order as Vice President and Assistant Sec eitity respectively, of^ C`d�pip`arry`. 9 V My Commission expires the lst day of August A0.19 9$,
d c,c. tf�n - G�
�V1 `[i. ►-` Pubs fu
This Power of Attmey is granted under and _by1urh ity the following Resolutions adopted by the Board of Directors of the United States fidelity and
Guaranty Company on September 24, 1992: �I
Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to
said business may be signed eeecatld, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant m a Power of Attorney issued in accordance with
these resolutions. Said Power(s) of Attomey for and on behalf of the Company may and shall be executed in the name and on behalf of the Canpany, either by the Chairman,
or the President or an Exeative Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designanons. The signature of such officers maybe engraved, punted or lithographed. The signature of each of the foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)- infect for purposes only of executing in
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein,
any such Poems of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to an bond or undertaking to which it is validly attached.
Resolved, That Attorneyls)-in-Fact shall have the power and authority, unless subsequently revoked and , in any case, subject to the terms and limitations of the
Power of Attomey issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
wntings obligatory in the nature thereof, and any such insbumer executed by such AtmmeylsHn Fact shall be as binding upon the Company as if signed by an Exetubve
Officer and sealed and attested to by the Secretary of the Company.
I, Thomas J. Fitzgerald, an Assistant Secretary of the United States fidelity and Guaranty Company, do hereby certify that the foregoing are true excerpts
hem the Resolutions of the said Company as adopted by its Board of Directors on September 24, tan and that these Resolutions are in full force and effect
I, the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attomey is in full
force and effect and has not been revoked.
In Testimony Whereof, I have hereunto set my hand a seal United States Fidg1�ry and Guaranty Company,
onthls ./. ff�tay of L J , 19IP
Assistant Secretary
PROPOSAL BIDDING SHEET
JOB NAME: TOWER DRIVE PUMP STATION IMPROVEMENT - 1997
JOB LOCATION: Round Rock, Williamson County, Texas
OWNER: City of Round Rock, Texas
DATE: July 1997
Gentlemen:
Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder
hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment,
tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided
by the attached supplemental specifications, and as shown on the plans for the construction of TOWER
DRIVE PTTMP STATION IMPROVEMENT - 1997 and binds himself on acceptance of this proposal
to execute a contract and bond for completing said project within the time stated, for the following prices,
to wit:
Bid Item Description Unit
Item Quantity IJnt and Written Unit Price Price Amount
1. LS Provide and install one (1)
1,000 g.p.m. pump and all
appurtenances per plans and
specifications complete in place.
FORTY TWO TrictIsANID
for EIGHT Hu
and ERe, cents. S 42 $00, S 42, eCXO. OD
TOTAL BASE BID:
STATEMENT OF SEPARATE CHARGES:
biddoc.psi/spec
Materials:
All Other Charges:
Total:
BASE BID
BD -5
$42. Soo- O0
$ 23, (019.
$ 19, 1B1. 00
$ 42, ea) .co
1
1
1
1
If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds
and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after
written Notice to Proceed. The undersigned further agrees to complete the work in full within fifty -four
(54) calendar days after the date of the written Notice -to- Proceed.
The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are
submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any
informalities.
Resp ctfully Sitt ed,
u
Michael L. Cunningham
President
Title for Address
biddoc.psi/spec BD -6
Cunningham Constructors & Assocs., Inc.
P.O. Box 40014, Georgetown, Tx. 78664
3.0 POST BID DOCUMENTS
1
1
THE STATE OF TEXAS
1 COUNTY OF WILLIAMSON
THIS AGREEMENT, made and entered into this 1 day of AU 8'. A.D. 1997, by and
between the CITY OF ROUND ROCK, TEXAS acting through it's Mayor, Party of the First
Part, hereinafter termed the OWNER, and "A a+ s s" a c}oRS of the City of
1 (� enc O sl ai o r i , County of W;Niarwbr.i , State of
- rcxr , Party of the Second Part, hereinafter termed Contractor.
1 WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by said First Party (Owner), the said
1 Second Party (Contractor), hereby agrees with the first Party to commence and complete the
construction of certain improvements at the prices set forth in the Contractor's Proposal dated
l aa, 1°q-7 for certain improvements described as follows:
1
The Contractor shall perform all work shown on the Plans and described in the
Contract and shall meet all requirements of this Agreement, the General and Special
Conditions of the Contract; and such Orders and Agreements for Extra Work as may
subsequently be entered by the above named parties to this Agreement.
The Contractor hereby agrees to commence work under this contract within 10
consecutive calendar days after that date of the Notice to Proceed and shall cause work to
progress in a manner satisfactory to the Owner. Such work shall be completed in full within
sixty (60) calendar days after the date of the written Notice to Proceed. Time is of the
essence to this contract.
The Owner agrees to pay the Contractor in current funds, and to make payments on
account, for the performance of the work in accordance with the Contract, at the prices set
forth in the Contractor's Proposal, subject to additions and deductions, all as provided in the
General Conditions of the Agreement.
1
po,tbidpci/.p o
1
AGREEMENT
TOWER DRIVE PUMP STATION IMPROVEMENT - 1997
PBD -1
AGREEMENT - continued
The following documents together with this Agreement, comprise the Contract, and
they are fully a part thereof as if herein repeated in full:
The Notice to Bidders
The Instruction to Bidders
The Proposal and Bidding Sheets
The Performance & Payment Bonds
The General Conditions of Agreement
The Special Conditions of Agreement
The Technical Specifications
Addenda
Change Orders
The Certificate of Insurance
The Plans
IN WITNESS WHEREOF the Parties to these presents have executed this Agreement
in multiple originals in the year and day first above written.
ATTEST:
i� /AL
By // i.'
Ce Secretary
Bj ".f�°S4 '4�
Sec Lary, if Contractor
is a Corporation or
otherwise registered with
the Secretary of the State
pon bid.pai/apeo
PBD -2
By:
By:
Party of the Part (Owner)
Mayor - City of Round Rock
Party of the Second Part
(Contractor)
1�
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
PERFORMANCE BOND
Cunningham Constructors
KNOW ALL MEN BY THESE PRESENTS: That & Associates, Inc. of the
Cit of Georgetown County of Williamson and State of
Texas , as Principal, and USF &G authorized under the law
of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto
THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of Forty Two
Thousand, Eight Hundred dollars($ 42,800.00 ) for the payment
whereof; well and truly to be made the said Principal and Surety bind themselves, and their
heirs, administrators, executors, successors and assigns, jointly and severally, by these
presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner dated
the day of , 19 97 to which the
contract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein consisting of:
Pestbidw•Wc
PBD -3
TOWER DRIVE PUMP STATION IMPROVE - 1997
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall, in all respects, duly and
faithfully observe and perform all and singular the covenants, conditions and agreements in
and by said Contract, agreed and covenanted by the Principal to be observed and performed,
including but not limited to, the repair of any and all defects in said work occasioned by and
resulting from defects in materials furnished by or workmanship of, the Principal in
performing the work covered by said Contract and occurring within a period of twelve (12)
months from the date of the contract Completion Certificate and all other covenants and
conditions, according to the true intent and meaning of said Contract and the Plans and
Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full
force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter
2253, Texas Government code, as amended, and all liabilities on' this bond shall be
determined in accordance with the provisions of said Chapter 2253 to the same extent as if
it were copied at length herein.
1
1
1
,
PERFORMANCE BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the term of the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in anywise affect its obligation on
this bond, and it does hereby waive notice of any such change, extension of time, alteration
or addition to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
instrument this
19 97.
Cunningham Constructors
& Associates, Inc.
1 Principal �/�
By: l 7 , � C By: % �'
U
Resident Agent of Surety:
Frank Siddons Insurance Agency
Printed Name
II P.O. Box 2125
A ddress
I Austin, TX 78768
City, State & Zip Code
i _,..a2z../LasioL
Signature
podbia. PBD-4
1
day of '
United States Fidelity
and Guaranty Company
Surety
1 f r-L '
Title
I P 0 Box 40014
Address Address
II Georgetown, TX San Antonio, TX 78612
Atty -in -Fact
Title
7330 San Pedro #800
United States Fidelity and Guaranty Company
Power of Attorney
No. 110017
Know all men by these presents. That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of
Maryland and having its principal office at the City of Baltimore. in the State of Maryland, does hereby constitute and appoint Robert C. Siddons,
Steven B. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Couey, Douglas J.
Wealty and James F. Siddons
oftheCityof Austin . State of Texas its true and lawful Attorneils} each [0 their separato copaclty 9 more than
one a named above. to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteeing the performance of contracts: and executing or guaranteeing
bonds and undertaking required or permitted in any actions or proceedings allowed by law.
In witness whereof, the said United Stets Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, duly attested by
the signatures of its Vice President and Assistant Secretary. this 6th day of September •A. 96.
State of Maryland )
Baltimore City 1
FS 3[5 -95)
United States Fdelityaand Guaranty Company,
ISignedl By ' -•
(Signed) By
SS:
Vice President
Vssistant Secretary
1439500
U S F+G'
On this 6th day of September , AD. 1996 - eferre me pasaully scam Gary A. Wilson, Vice President of United States Fidelity and
Guaranty Company, and Thomas J. Fitzgerald, Assistant Secrets/Oise Company, with both af:vvhom I am personallyacerainted, who being by are severally duly sworn,
said, that they, the said Gary A Wilson and Thomas J. Fitzgerald\vere respectively the 1.fifa and the Assistar t ecretary of the said United States Fidelity and
Guaranty Company, the corporation described in andcuted the faeg�oing Poser of Attorney, that tigey the seal of said corporation: Matte seal affixed
said Power of Attorney was such corporate seal,ttlja``{Ttt1 v so affixed Iry 1 ,of the Board of Dire tor'o} said corporation, and that they signed their names thereto by
like order as Vice President and Assistant sec ela`ryKrespectively, of the &pan``
My Commission expires the 1St day of Augu A.DD.19 988., �J
t `C�> rY rk
This Power of Attorney is granted under and by u 0bdry O O v following Resolutions adopted by the Board of Directors of the United States Fidelity and
Guaranty Company on September 24. 1992:
V
Resolved, that in connection with the fidelity and surety insurance business of the Company, all binds, undertakings, contracts and other instruments relating to
said business may be signed executed, and acgwwledged by persons or entities appointed as Attarey(s1-in-Fact pursuant to a Power of Attorney issued in accordance with
these resolutions. Said Powers) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf ref the Company, either by the Chairman,
or the President or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed Tim signature of each of the foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing in
and attesting bonds and undertakings and other writings obligatory in the nature thereof. and. unless subsequently revoked and subject to any limitations set forth therein,
any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached.
Resolved, That Anon ey)s )-in -Fad shall have the power and authority, unless subsequently revoked and, in any case, subject to the terns and limitations etc
Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s) Fact shall be as binding upon the Company as if signed by an Executive
Officer and sealed and attested to by the Secretary of the Company.
I, Thomas J. Rtzgerald, an Assistant Secretary of the United States Fidelity and Guaranty Company. do hereby certify that the foregoing are tone excerpts
from the Resolutions of the said Company as adopted by its Board of Directors an September 24.1992 and that these Resolutions are in full force and effect
L the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorney is in full
force and effect and has not been revoked.
In Testimony whereof, I have hereunto set my hand an¢Ngseal gfjhe United States Rd - and Guaranty Company,
On this day of ,19 ( /� ✓ '�
Assistant Secretary
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS
COUNTY OF WILLL4MSON
PAYMENT BOND
Cunningham Constructors
KNOW ALL MEN BY THESE PRESENTS: That & Associates, Inc. , of the
City of Georgetown , County of Williamson , and State of
Texas as Principal, and USF &G authorized under the laws of the
State of Texas to act as Surety on Bonds for Principals, are held and finely bound unto THE
CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers,
mechanics and suppliers as their interest may appear, all of whom shall have the right to sue
upon this bond, in the penal sum of Forty Two Thousand, Eight Hundred
Dollars ($ 42,800.00 ) for the payment
whereof, well and truly be made the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors, and assigns, jointly and severally, by these
presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated
the day of , 19 , to which Contract is
hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein consisting of:
postbidpai/speo
TOWER DRIVE PUMP STATION IMPROVEMENT - 1997
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and
suppliers, all monies to them owing by said Principals for subcontracts, work, labor,
equipment, supplies and materials done and furnished for the construction of the
improvements of said Contract, then this obligation shall be and become null and void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter
2253, Texas Government code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said Chapter 2253 to the same extent as if
it were copied at length herein.
PBD -5
1
1 PAYMENT BOND (continued)
I/ Surety, for value received, stipulates and agrees that no change, extension oftime, alteration
I/ or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanying the same shall in anywise affect it's obligation on
this bond, and it does hereby waive notice of any such change, extension oftime, alteration
I/ or addition to the terms of the contract, or to the work to be performed thereunder. -
aid
�r
IN WITNESS WHEREOF, the s ' ci _al and Surety have signed and'sealed this II Instrument this .J-- day of P , 19 97.
Cunningham Constructors United States Fidelity
I & Associates, Inc. and Guaranty Company
Principal ` Surety
1 By: • /
Title
P.O. Box 40014 7330 San Pedro #800
Address
Georgetown, TX
I Resident Agent of Surety:
I Frank Siddons Insurance Agency
Printed Name
I P.O. Box 2125
Address
1 Austin, TX 78768
City, State & Zip Code
i _.11/5;---
I S gnature
1 po,tbidp,i/sp= PBD -6
By:
Atty -in -Fact
Title
Address
San Antonio, TX 78216
United States Fidelity and Guaranty Company
Power of Attorney
No. 110017
State of Maryland )
FS 3(5-95)
United States Fidelity and Guaranty Company,
(Signed) By
(Signed) By
Vice President
r »ssistant Secretary
ry Pahl
Assistant Secretary
1439501
% USF+G°
Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of
Maryland and having its principal office at the City of Baltimore, in the State of Mary land. does hereby constitute and appoint Robert C. Siddons,
Steven B. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Couey, Douglas J.
Wealty and James F. Siddons
of the City of Austin • State of Texas its true and lawful Attorney(s)-in-Fact. each in their separate capacity if more than
one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts; and executing or guaranteeing
bonds and undertaking required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, the said United States fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, duly attested by
the signatures of its Vice President and Assistant Secretary,this 6th day of Sept .AU. 96.
SS:
Baltimore City 1 � i 9
On this 6th day of September ,M).19.96 , before me personalli car Gary A. Wilson, Vice President of United States Fidelity and
Guaranty Company, and Thomas J. Fitzgerald, Assistant Secretanf said Company, vnth both'�f wlnm I am personal)yyr..�acda(5inted, who being by me severalty duly sworn,
said, that they, the said Gary A Wilson and Thomas J. Ftzgetb�a.were respectively 11,1? 1FC0Qresident and the Assutaif Seretary of the said United States Fidelity and
Guaranty Company, the corporation described in and which executed the foregoit of Attorney, that Karl knew the seal of said corporation; that the seal affixed
to said Power of Attorney was such corporate sealxth`i a it was so affixed try o�defof the Board of OirmWr3,of.saidd corporation, and that they signed their names thereto by
like order as Vice President and Assistant `',� , respectively. of lira o npany. '9 Y
My Commission wires the 1st day of August�/ 19 .� 9 1 88. x' 7 v (�,�
(Sigg By... a �:f ;�71Y � v y--y • � lst
This Power of Attorney is granted under and by'lAnty of the following Resolutions adopted by the Board of Directors of the United States Fidelity and
Guaranty Company on September 24, 1992: "N
Resolved. that in commotion with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to
said business may be signed, executed, and acknowledged by persons or entities appointed as Atmrneyfs }in -Fact pursuant to a Power of Attorney issued in accordance with
these resolutions. Said Poweds) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman,
or the President pr an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President. jointly with the Secretary o an Assistant
Secretary, under their respective designations. The signature of such officers maybe engraved, printed or lithographed. The signature of each of the foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing AttorrteylsFin•Fact for purposes only of executing in
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein,
any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached.
Resolved. That Attorney(s)-in-Fact shall have the power and audnrity, unless subsequently revoked and , in any case, subject to the terms and limitations of the
Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bads and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s}in Fact shall be as binding upon the Company as if signed by an Executive
Officer and sealed and attested to by the Secretary of the Company.
I, Thomas J. Fitzgerald, an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are true excerpts
from the Resolutions of the said Company as adopted by its Board of Directors of September 24,1992 and that these Resolutions are in full force and effect
I, the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby cemfy that the foregoing Power of Attorney is in full
force and effect and has not been revoked.
In Testimony Whereof, I have hereunto set my hand seal e United States Fd . and Guaranty Company,
an this day of ,19
ACORi11®; CERTIFICATE OF INSURANCE
'' THIS CERTIFICATE ISSUED AS A MATTER
CONFERS NO RIGHTS UPON THE CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER
POLICIES BELOW.
� -
I -; 09112/97
OF INFORMATION ONLY AND - -
HOLDER. THIS CERTIFICATE
THE COVERAGE AFFORDED BY THE
�' cm
Frank SIddons Ins. Agency, Inc
701 0 Box 2 125 s �- �
Austin , .D TX 78768
' Lt F: �,'�ll ., C,,--11;:t --
COMPANIES AFFORDING COVERAGE
COMPANY A . ,, BITU MINOUS INS. COMPANIES . 2
LETTER -
LETTER Y B TEXAS BUILDERS INSURANCE ;
INSURED
Cunningham Constructors
and Associates, Inc.
P.O. Box 40014
Georgetown TX 78628 -
COMPANY C
LETTER
COMPANr D
LETTER
COM E
LETTER PANY
,euyertAcits
THIS
INDICATED,
CERTIFICATE
EXCLUSIONS
-
�
-
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIC PERIOD
OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
HAVE BEEN REDUCED BY PAID CLAIMS.
IS TO CERTIFY IFY THAT TH SU RA BELOW HAVE
. T E POLICIES OF I NSURA NCCE E USTED
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION
MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY
Ise 1
TYPE OF INSURANCE
POLICY NULOIER
POLICY EFFECTIVE
DATE (MMDD/YY)
POLICY ExRRAT10N
DATE (MMODM)
Ugh
A
GENERAL UABUITY
X
COMMERCIAL GENERAL LIABILITY
CLP2294040
'�
02/09/97
� . .
02/09/98
•
GENERAL AGGREGATE '9 2 000 000
PRODUCTSSCOMPOP AGG $ 2,000,000
CLAMS MADE I X I OCCUR.
MINERS & CONTRACTOR'S PROT
PERSONAL & ADV INJURY S 1,000,000
EACH OCCURRENCE 8 1,000,000
FIRE DAMAGE (My one Ere) S 50,000
MED. E%PENSE (My one person) S 5,000
A
AUTOMOBILE
X
—
X
X
UABIUTY
ANY AUTO _
IA
ALL VANED AUTOS
SOIE01AED AUrOS -
HIRED AUTOS
NON-OWNED AUTOS
GARAGE LIABLITY
CAP2505229
02/09/97
02/09/98
,
-
COMBINED SINGLE
MT 8 500,000
BODILY INJURY -
(Per person) •• S
BODILY INJURY
(Per accident S
PROPERTY DAMAGE $
I 0
A
MESS =airy
X !UMBRELLA FORM
If OTHER THAN UMBRELLA FORM
CUP1855089
02/09/97
02/09/98
EACH OCCURRENCE 2,000,000
AGGREGATE S 2,000,000
B
WORMS CONPENSA110N _
AND
EMPLOYERS' LIABILITY
WC1887
09/13/97
09/13/98
x STATUTORY LIMITS t j
—•roa
EACH ACCIDENT s 1,000,000
DISEASE - POLICY LIMB 9 1,000 000
DISEASE• FAQl EMPLOYEE S 1,000,000
OTHER
T D � P Imp oven� 1997
lower Ave Im p 6 t
Certificate Holder is named as an additional insured on the General
Liability & Auto Liability policies.
SERT1FICATE HOLDER : ° - CANCELLATION
DESCRIBED POLPCIES
THE ISSUING
NOTICE TO THE
0''I..•
AN PAYMENT OF PREMIUM
-
City of Round Rock 1X
Attn: Joanne Land
221 East Main Street
Round Rodc TX 78664
SHOULD ANY OF THE F9OVE
EXPIRATION DATE THEREOF,
MAIL _q/ * DAYS WRITTEN
LEFT, 010100kUSBNXXXXAXXXXXXXXXWIROISUOINRMIX0003X210117XXIVXXXXXXXXXX
tG*200RX' , 14 1:. .•+':•
'EXCEPT 10 DAYS4
BE CANOECCED BEFORE THE
COMPANY WILL EN8RAS5QN)®O(XXXXXXX
CERTIFICATE HOLDER NAMED TO THE
X& RR NMA9RtfRRR90I )10 6tXR1XXXXXXXXXXX
AUTHORIZED Flo /J // y
/
/ /�•
�ICORD- 255"7/111) __
ETACORD-CORPORATION19907*
Os - 1L1- ) $
RECEIVED SEP 1 6
A4,;()111% CERTIFICATE OF INSURANCE
SSUE ATE' (MLUDDNYY)
09/10/97
PRODUCER
Frank Siddons Ins Agency, Inc
701 Brazos (Austin Centre)8900
PP x 2125 TX 78768
• A T „ a :
Ilt
-
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
ETTER a..., BITUMINOUS INS COMPANIES
COMPANY B T EXA S BUILDERS
INSURANCE
INSURED LETTER � , - -
Cunningham Constructors LETTER Y C
and Associates, Inc
P.O. Box 40014 COMPANY D
Georgolorin TX 78628 LETTER
COMPANY E
LETTER
CUVtHAGtS•
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 POUCIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
sff 1
TYPE OF INSURANCE
POLICY ADMEN
POLICY E}l T TIVE
DATE (MMODNYY)
POLICY DORADOS
DATE(MOD/TY)
UMFTB
A
GENERAL
X
WIBIUTY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE I X 'OCCUR.
OWNER'S & CONTRACTORS PROT
-- --
CLP2294040
02/09/97
-
„
02/09/98
,,. - -
GENERAL AGGREGATE $ 2,000,000
PROOUCTSCOMF/OP AGG. ,$ 2,000,000
PERSONAL & ADV INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (My one fire) $ 50,000
MED EXPENSE (My one person) $ 5,000
p
AUTOMOBILE
X
—a--
X
X
LABILITY
ANY AUTO
ALL OWNED AUTOS '`
SCHEDULED sums
HIRED AUTOS
NON -E) AUTOS
YM
GARAGE LIABILITY
CAP2505229 .
-
, 02/09/97
°' ..
02/09/98
COMBNE)SINGLE
LIMIT '$ 500,000
BODILY INJURY r ,
(Per Peen)
6001LY NJURY
(Per medal 9
PROPERTY DAMAGE$
A
EXCESS
X
LIABUTY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
CUP1855089
02/09/97
02/09/98
EACH OCCURRENCE $ 2,000,000
AGGREGATE $ 2,000,000
,... .. -..... ... ....
�..�
B
WORKERS COMPENSATION i
AND WC1412
EMPLOYERS' LIABILITY •
09/13/96
09)13/97
x STATUTORY LIMBS _ - •.- �,�,,,;%,„
EALH ACCIDETT $ 1,000,000
DISEASE - POLICYLIMR $ 1 , 000,000
DISEASE - EACH EMPLOYEE $ 1,000 , 000
OTHFTI
lower
Certificate
Liability
oDrive P
Holder is named as an additional insured on the General
& Auto Liability policies.
CERTIFICATE HOLDER CANCELLATION =
,
ri SHOULD ANY OF TF�E ABO�'G�E DESCRIBED POLICIES BE CANCELLED BEFORE�'T
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EN8RACt2NX5CXXXXXXXX
City Of Round Rack, TX 180 MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Attn: Joanne Land - LEFT, BIBODAU X8tIApGX50NCXXXXIX ZSO8tXXICO RBI OOD1XYx)A1FX&RXXXXXXXXXX
221 East Main Street Me " •rr . I 8 ;• R 410=1RAE(XXXXX Y )06(
RM RRRRRARE 0000000(XXX
Round Rock TX 78664 EXCEPT 10 DAYS • N. P YMEENNT OF PREMIUM
-y, AUTHORIZED /'i , o „L• /
ACORD- 25(7/90) _ - R - .. 'm - ACORD - CORPOR ON
RECEIV SEP 1 11997
UU /1U /U/ 150.0 09:14 PAN 512 481 1982 , z. FRANK SIDI/MM iAauKANct
. Al /11
PflODUCEA
Frank Siddans Ins. Agency, Inc
701 Brazos (Austin Centre)1900
P 0 Box 2125
Austin TX 78788
81/ I112
SS ireMi g. YAJ'ERIIIGN&Lat
r ,i F ,a? PL ' ,IJtI' ir �a12SyX,`Nr+''11� d4l�u 7 09/10/97
•
THIS CERTIFICATE 19 ISSUED AS A MATTER OF INFORMATION ONLY MID
DOES NOT AM ENS RIGHTS OR THE TH CERTIFICATE THIS I3Y THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE —_ --
COMPANY A
LETTER BITUMINOUS INS. COMPANIES
' COMPANY B TEXAS BUILDERS INSURANCE
I LETTER
Cunningham Constructors
and Associates, Inc. LETTER Y ...' -
C ___ -- - -- ---..____
a i.--_- - - - - -_ __ -__.__ _-------_--___---------_------___---
P.O. Box 40014 ' COMPANY
Georgetown TX 7882E , LETTER D
r —
COMPANY E .. -• •_._.... _ _.'- —. °—
LETTER
OVt tS S I �I j J IIA 6 y !
i f ` f'e IIF I LArR' 'Yu R fl +N I w,-" V r I "Tjn" Nolte 5 nr 5
^ �T S 15 C 0 0. 0 0 1 96 P U 5 OF I JR R AN CE L STEO B OW HAVE 155000 T T H ? E INSU N ED BOVVE HE PO D U GY P0 � n�
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 POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY P
CO TYPE OF INSURANCE ! PDUCY EFFECTIVE aV EX
Y PRAWN ! LIMITS
POLICY NUMBER LTFI i__ I DATE (MUADA11 DATE IMMOO/YY) I
02/09/97 02/09/96 ■ GENERAL AGGREGATE i6 2 000 000
. PRODUCTSLOMPIOPAGG 1 2,000,000
PERSONAI 8 ADV INJURY } j 1,000,000
l EACH OCCURRENCE •_' f — 1,000,000
FIRE DAMAGE (My ono Ira) ;0 50,000
I MED EXPENSE (My one pmson) IS 5,000
A IAUTO6OBII9 UABIUTY •�'- -- - /0 I t' -- - --
CAP2505229 02!09!97 02r9e/9e ! COMBINED SINGLE s 500,000
1.---.1 ANY AUTO , 1850 �� _._. w __._
ALL OWED AUTOS ( 800RY INJURY .
1(Per permn) �j —
SCHEDULED AUTOS
X HIRED AUTOS
X , N000WNE0 AUTOS
r — GARAGE LIABILITY
__.______—_—..__..____._...v.._.___..______..,-i—_—
!acme CUP1855089 02109/
X 1 UMBRELLA FORM
L____I
i OTHER THAN OMSRELLA FOAM
GENERAL MINT( CLP2294040
I X COMMERCIAL GENERAL LIABILITY
CLAMS MADE I OCCUIT
OWNERS & CONTRACTOR'S PNOT
r -- 1
01Hat
WORKERS COMPENSATIOH
AND WC1412
EIFLOYERS' UJA8IUTY
PER T
F
DESC81P e F OI r NF111 e CLE8SPECIAI. I
Certificate Holder isss named as an additional insured on the General
Liability A Auto Liability policies.
CE ICATEI OLDER'' �ti i; r " I n,e y;r; ily ?j "ize'itq :lb"1di rt' a1' �'viC� v -pgMr p li•u £ "' ,C' *'v X ,a i earl i,M � 'w7 ry,f 1;Y B:6T al;t ;l;`.,,i!.: ^4 " y "9M1.
uv- :/I•Gt�„o.�,.��lS�.,. �,r.�, urJl.vi4: 7':, .,..�i I.�,�n�A'ftl•�'n,, eYte,v /IS - . C y N ' 60 'TH E �, BOV RISE& I.14i LIGI k CE L
�S H O ULO ANY�OF THE ABOVE�DE�CRI8E0 POLICIES ' BE CANCELLED BEFORE THE
X WILL
E EPIRATION DATE THEREOF, THE ISSUING COMPANY EN9RJ(Xy10XOLXXXXXXXX
MAIL SO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED '0 THE
City OT Round Rock, TX LEFT. 0XXWAKXX 6B( XWMXRXXX0XX XX= XXierIXXXXXXXIXQXXiPIQRAAA1NRXXXXXXXXXX
Attn: Joanne Land
221 d East Rock n Street TX 78664 k 6201 00 ICA 1` t •Y OF PRE I X XXk)hg4RRRRNxlf3LX&8XXXXXXXXXXX
, 9
' h60DLY INJURY j
(Par accident)
S —__ _ __ _ _ .__—_ _.�
PROPERTY DAMAGE
•
— 02/09/98 ,EACH OCCURRENCE 1 2,000,000
' V AGGREGATE i - - � 2,000,000
STATUTORY LIMITS II 'l/ ` $•Irk
I 1 EACH ACCIC /ENT - - - - -- $ 1,000,000
cetl -- 1, tq
09/13/96 09113197 ___ ___
, DISEUE� POLICY LMIT ----- , - 1,I00,6 000, 000
I DISEASE' -EACH EMROYEE f - 1,000,000
PM.Inf17x q4? /orn81'. "' .T avA m.e.. Wei;ips, • R..i^,'�3T^°i `r'?'TS"'MTu• •,' t i, ',` .c„Cdr'�1 :'ri: ;:"S 71d'trSl '®'ACORD "CORPOR'AT10Nw,99Goo011
CERTIFICATE OF INSURANCE
To: City of Round Rock Date:
221 East Main Street
Round Rock, Texas 78664
THIS IS TO CERTIFY THAT is, at the date of this certificate, insured
by this company with respect to the business operations hereinafter described, for the types of insurance
and in accordance with the provisions of the standard policies used by this company, and further hereinafter
described. Exceptions to standard policies are noted on the reverse side hereof.
TYPE OF
INS.
Workmen's
Compensation
Comprehensive
General
Liability
Includes
Contractual
Liability
Covers
Independent
Contractors
Owner's
Protective
Contractors
po.ti&piI.p o
POLICY EFFECTIVE EXPIRATION LIMITS OF
NO. DATE
PBD -7
Description of Work
DATE LIABILITY
Statutory, State of
Texas, $
Employer's Liability
Bodily Injury
$ /person
$ /person
Property Damage
$ /accident
$ aggregate
Bodily Injury
$ /person
$ /accident
Property Damage
$ /accident
$ aggregate
Certificate of Insurance (continued)
Comprehensive Bodily Injury
Automobile $ /person
Liability $ /accident
Owned Vehicles Property Damage
Hired Vehicles
Non -owned Vehicles
Includes Contractual Liability
Contractual
Liability
$ /accident
The above policies either in the body thereof or by appropriate endorsement provide that they may not be
changed or canceled by the insurer in less than thirty (30) days after the insured has received written notice
of such change or cancellation.
The Certificate of Insurance neither affirmatively or negatively amends extends, or alters the coverage
afforded by policy or policies indicated by this certificate.
poatbid.paihpeo
Name of Insurer
By:
Title:
Address:
PBD -8
1
i
i
1
1
BOND NUMBER 41503 -97 -1 AMOUNT
KNOW ALL MEN BY THESE PRESENTS,
That we, Cunningham Constructors & Asscoiates, Inc.
(hereinafter called the "Principal ") as Principal, and the USF &G
a Corporation duly organized under the laws of the State of
Maryland and duly licensed to transact business in the State of
Texas (hereinafter called the "Surety"), as Surety, are held and finely
bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "),
in the sum of Forty Two Thousand, Eight Hundred dollars
($ 42,800.0o ) for the payment of which sum well and truly to be made, we,
the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly, by these presents.
Sealed with our seals and dated this 2 "'6CL day of S , A.D. nineteen hundred
and ninety seven
WHEREAS, the said Principal has heretofore entered into a contract with
City of Round Rock
Dated S, e z , 19 97 for construction of:
TOWERDRIVE PUMP STATION IMPROVEMENT - 1997
WHEREAS, the said Principal is required to guarantee the construction of all improvements
installed under said contract, against defects in materials or workmanship, which may
develop during the period of ( year(s) from the date of acceptance of the
project above described, by Owner:
The City of Round Rock, Texas
NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said
Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice,
repair and make good at its own expense any and all defects in materials or workmanship in
the said work which may develop during the period of l ` C - year(s) from the date of
acceptance of the project above described, by Owner:
The City of Round Rock, Texas
pcmbidinWspeo
MAINTENANCE BOND
PBD -9
1
1
1
1
1
1
1
1
1
1
1
1
1
MAINTENANCE BOND (continued)
OR shall pay over, make good and reimburse to the said Obligee all loss and damage which
said Obligee may sustain by reason of failure or default of said Principal so to do, then this
obligation shall be null and void; otherwise shall remain in full force and effect.
Cunningham Constructors United States Fidelity
& Associates, Inc. and Guaranty Company
Principal
postbid.psi/,pcc
PBD -10
Surety
By
J
United States Fidelity and Guaranty Company
Power of Attorney
No. 110017
Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of
Maryland and having its pnncipal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint Robert C. Siddons,
Steven B. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Couey, Douglas J.
Wealty and James F. Siddons
of the Cityof Austin , State of Texas its true and lawful Attu ey(s)-in -Fact each in their separate capacity if more than
one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing
bonds and undertaking required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, the said Untied States Fdetity and Guaranty Company. has caused this instrument to be sealed with its corporate seal, duly attested by
the signatures of its Vice President and Assistant Secretary, this 6th day of Sep t ember ,A.D.19 96.
State of Maryland )
Baltimore City 1
(Signed) By
(Signed) By
SS:
United States Fidelity and Guaranty Company,
On this 6th day of Sept ember , AD 19 6 me personal y time Gary A. Wilson, Vice President of United States Fidelity and
Guaranty Company, and Thomas J. Fizgerald, Assistant Secretar`nt id Company, with botthtfyvham I am personallyao4hainted, who being by me severally duty sworn.
said, that they, the said Gary A Wilson and Thomas J. Fitzgerald were respectively te Prestdent and the Assistalt;$eaetary of the said United States Fidelity and
Guaranty Company, the corporation described in and wjikh'axxeemed the foregonn Paver of Attorney, that t vach knew the seal of said corporation; mat the seal affixed
to said Power of Attorney was such corporate seal.ltha'f i was so affixed bo O&,of the Board of Director Y said corporation, and that they signed their names thereto by
like order as Vice President and Assistant Seiffi ry,respecdtely.ofthe parry.
MyCommissieeexpiresthe 1st day of August AD.19 98
(Sign 131
PU hI'
This Power of Attorney is granted under and yutMd l o f the following Resolutions adopted by the Board of Directors of the United States Fidelity and
Guaranty Company on September 24, 1992'
Resolved. that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to
said business may be signed, executed, and adoowledged by persons or entities appointed as Attaney(s )-in-Fact pursuant to a Power of Attorney issued in accordance with
these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman,
or the Resident or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designations. The signature of such officers maybe engraved, printed or lithographed. The signature of each of are foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or te any certificate relating thereto appointing Aunrrney(s).in•Fact for purposes only of executing in
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, Mess subsequently revoked and subject to any limitations set fads therein,
any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such pourer so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached.
Resolved, That Attmney(s)-in -Fact shall have the power and authority. unless subsequently revoked and , in any case, subject to the terms and limitations of the
Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof. and any such instrument executed by such Attomey(s) -in Fact shall be as binding upon the Company as if signed by an Erecuuve
Officer and sealed and attested to by the Secretary of the Company.
I, Thomas J. Fitzgerald, an Assistant Secretary of the United States Fidelity and Guaranty Company. do hereby certify that the foregoing are true excerpts
from the Resolutions of the said Company as adopted by its Board of Directors on September 24, 1992 and that these Resolutions are in full force and effect
1, the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorney is in full
force and effect and has not been revoked.
In Testimony Whereof, l have hereunto set my hand andMgseal 9Ephe United States Fi and Guaranty Company,
on this day of ,19 (� - +
Vice President
rASsistant Secretary
AssistantSetretary
1439487
% U S F+G'
4.0 GENERAL CONDITIONS
1
General Conditions of Agreement
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Contents
1. Definition of Terms
1.01 - Owner, Contractor and Engineer
1.02 - Contract Documents
1.03 - Subcontractor
1.04 - Sub - Subcontractor
1.05 - Written Notice
1.06 - Work
1.07 - Extra Work
1.08 - Working Day
1.09 - Calendar Day
1.10 - Substantially Completed
2. Responsibilities of the Engineer and the Contractor
2.01 - Owner - Engineer Relationship
2.02 - Professional Inspection by Engineer
2.03 - Payments for Work
2.04 - Initial Determinations
2.05 - Objections
2.06 - Lines and Grades
2.07 - Contractor's Duty and Superintendence
2.08 - Contractor's Understanding
2.09 - Character of Workers
2.10 - Contractor's Buildings
2.11 - Sanitation
2.12 - Shop Drawings
2.13 - Preliminary Approval
2.14 - Defects and Their Remedies
2.15 - Changes and Alterations
2.16 - Inspectors
gencond mstlspec
GC -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3. General Obligations and Responsibilities
3.01 - Keeping of Plans and Specifications Accessible
3.02 - Ownership of Drawings
3.03 - Adequacy of Design
3.04 - Right of Entry
3.05 - Collateral Contracts
3.06 - Discrepancies and Omissions
3.07 - Equipment, Materials and Construction Plant
3.08 - Damages
3.09 - Protection Against Accident to Employees and the Public
3.10 - Performance and Payment Bonds
3.11 - Losses from Natural Causes
3.12 - Protection of Adjoining Property
3.13 - Protection Against Claims of Subcontractors, etc.
3.14 - Protection Against Royalties or Patented Invention
3.15 - Laws and Ordinances
3.16 - Assignment and Subletting
3.17 - Indemnification
3.18 - Insurance
3.19 - Final Clean-Up
3.20 - Guarantee Against Defective Work
3.21 - Testing of Materials
3.22 - Wage Rates
4. Prosecution and Progress
4.01 - Time and Order of Completion
4.02 - Extension of Time
4.03 - Hindrances and Delays
5. Measurement and Payment
5.01 - Quantities and Measurements
5.02 - Estimated Quantities
5.03 - Price of Work •
5.04 - Partial Payments
5.05 - Use of Completed Portions
5.06 - Final Completion and Acceptance
5.07 - Final Payment
5.08 - Payments Withheld
5.09 - Delayed Payments
gcncond msVapcc
GC -2
6. Extra Work and Claims
6.01 Change Orders
6.02 Minor Changes
6.03 Extra Work
6.04 Time of Filing Claims
6.05 Continuing Performance
6.06 Arbitration
7. Abandonment of Contract
7.01 Abandonment by Contractor
7.02 Abandonment by Owner
8. Subcontractors
8.01 Award of Subcontracts for Portions of Work
8.02 Subcontractual Relations
8.03 Payments to Subcontractors
9. Separate Contracts
9.01 Owner's Right to Award Separate Contracts
9.02 Mutual Responsibility of Contractors
9.03 Cutting and Patching Under Separate contracts
10. Protection of Persons and Property
10.01 Safety Precautions and Programs
10.02 Safety of Persons and Property
10.03 Location and Protection of Utilities
gencond m.Vspee
GC -3
1. Definition of Terms
1.01 Owner, Contractor and Engineer
The Owner, the Contractor and the Engineer and those persons or organization identified
as such in the Agreement and are referred to throughout the contract Documents as if
singular in number and masculine in gender. The term Engineer means the Engineer or
his duly authorized representative. The Engineer shall be understood to be the Engineer
of the Owner, and nothing contained in the Contract Documents shall create any
contractual or agency relationship between the Engineer and the Contractor.
1.02 Contract Documents
1.03 Subcontractor
1.04 Sub - subcontractor
Centond msVspec
General Conditions of Agreement
The Contract Documents shall consist of the Notice to Contractors, Instructions to
Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required),
Special Bonds (when required), General Conditions of the Agreement, Construction
Specifications, Plans and all modifications thereof incorporated in any of documents
before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be
as binding as if called for by all. In case of conflict between any of Contract documents,
priority of interpretation shall be in the following order: Signed Agreement, Performance
and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement,
Notice to Contractors, Technical Specifications, Plans, and General Conditions of
Agreement.
The term Subcontractor, as employed herein, includes only those having a direct contract
with the Contractor and it includes one who fumishes material worked to special design
according to the plans or specifications of this work, but does not include one who merely
furnishes material not so worked.
The term Sub - Subcontractor means one who has a direct or indirect contract with a sub-
contractor to perform any of the work at the site and includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does
not include one who merely furnishes material not so worked.
GC -4
1.05 Written Notice
Written notice shall be deemed to have been duly served if delivered in person to the
individual or to an officer of the corporation for whom it is intended, or if delivered at
or sent by registered mail to the last business address known to him who gives the notice.
1.06 Work
gcncond ram/spec
The Contractor shall provide and pay for all materials, machinery, equipment, tools,
superintendence, labor, services, insurance, and all water, light, power, fuel, transportation
and other facilities necessary for the execution and completion of the work covered by
the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The Contractor shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Materials or work
described in words which so applied have a well known technical or trade meaning shall
be held to refer to such recognized standards.
1.07 Extra Work
The term "Extra Work" as used in this contract shall be understood to mean and include
all work that may be required by the Engineer or Owner to be done by the Contractor to
accomplish any change, alteration or addition to the work shown upon the plans, or
reasonably implied by the specifications, and not covered by the Contractor's Proposal,
except as provided under "Changes and Alteration," herein.
1.08 Working Day
A "Working Day" is defined as any day not including Saturdays, Sundays or any legal
holidays, in which weather or other conditions, not under the control of the Contractor,
will permit construction of the principal units of the work for a period of not less than
seven (7) hours between 7:00 a.m. and 6:00 p.m.
1.09 Calendar Day
"Calendar Day" is any day of the week or month, no days being excepted.
1.10 Substantially Completed
By the term "substantially completed" is meant that the structure has been made suitable
for use or occupancy or the facility is in condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
GC -5
2. Responsibilities of the Engineer and the Contractor
2.01 Owner-Engineer Relationship
gencond m:v.p«
The Engineer will be the Owner's representative during construction. The duties,
responsibilities and limitations of authority of the Engineer as the Owner's representative
during construction are asset forth in the Contract Documents and shall not be extended
or limited without written consent of the Owner and Engineer. The Engineer will advise
and consult with the Owner, and all of Owner's instructions to the Contractor shall be
issued through the Engineer.
2.02 Professional Inspection by Engineer
The Engineer shall make periodic visits to the site to familiarize himself generally with
the progress of the executed work and to determine if such work generally meets the
essential performance and design features and the technical and functional engineering
requirements of the Contract Documents; provided and except, however, that the Engineer
shall not be responsible for making any detailed, exhaustive, comprehensive or continuous
on -site inspection of the quality or quantity of the work or be in any way responsible,
directly or indirectly, for the construction means, methods, techniques, sequences, quality,
procedures, programs, safety precautions or lack of same incident thereto or in connection
therewith. Notwithstanding any other provision of this agreement or any other Contract
Document, the Engineer shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's
or Subcontractor's agents, servants or employees or any other person, firm or corporation
performing or attempting to perform any of the work.
2.03 Payments for Work
The Engineer shall review Contractor's applications for payment and supporting data,
determine the amount owed to the Contractor and recommend, in writing, payment to
Contractor in such amounts; such recommendation of payment to Contractor constitutes
a representation to the Owner of Engineer's professional judgement that the work has
progressed to the point indicated to the best of his knowledge, information and belief, but
such recommendation of an application for payment to Contractor shall not be deemed
as a representation by Engineer that Engineer has made any examination to determine
how or for what purpose Contractor has used the moneys paid on account of the Contract
price.
GC -6
2.04 Initial Determinations
2.05 Objections
gencond msVspec
The Engineer initially shall determine all claims, disputes and other matters in question
between the Contractor and the Owner relating to the execution or progress of the work
or the interpretation of the Contract Documents and the Engineer's decision shall be
rendered in writing within a reasonable time, which shall not be construed to be less than
ten (10) days. Appeal to arbitration upon mutual agreement may be taken as if his
decision had been rendered against the party appealing.
In the event the Engineer renders any decision which, in the opinion of either party
hereto, is not in accordance with the meaning and intent of this contract, either party may
file with the Engineer within thirty (30) days his written objection to the decision, and by
such action may reserve the right to submit the question so raised to arbitration as
hereinafter provided.
2.06 lines and Grades
Unless otherwise specified, all lines and grades shall be furnished by the Engineer or his
representative. Whenever necessary, construction work shall be suspended to permit
performance of this work, but such suspension will be as brief as practicable and the
Contractor shall be allowed no extra compensation therefor. The contractor shall give the
Engineer ample notice of the time and place where lines and grades will be needed. All
stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by him or his employees, such stakes, marks, etc., shall be
replaced at the Contractor's expense.
2.07 Contractor's Duty and Superintendence
The Contractor shall give adequate attention to the faithful prosecution and completion
of this contract and shall keep on the work, during its progress, a competent English -
speaking superintendent and any necessary assistants to supervise and direct the work.
The superintendent shall represent the Contractor in his absence and all directions given
to him shall be as binding as if given to the Contractor.
The Contractor is and at all times shall remain an independent contractor, solely
responsible for the manner and method of completing his work under this contract, with
full power and authority to select the means, method and manner of performing such
work, so long as such methods do not adversely affect the completed improvements, the
Owner and Engineer being interested only in the result obtained and conformity of such
completed improvements to the plans, specifications and contract.
Likewise, the Contractor shall be solely responsible for the safety of himself, his
GC -7
1
employees and other persons, as well as for the protection and safety of the improvements
being erected and the property of himself or any other person, as a result of his operations
hereunder. Engineering construction drawings and specifications as well as any additional
information concerning the work to be performed passing from or through the Engineer
shall not be interpreted as requiring or allowing Contractor to deviate from the plans and
specifications, the intent of such drawings, specifications and any other such information
being to define with specificity the agreement of the parties as to the work the Contractor
is to perform. Contractor shall be fully and completely liable, at his own expense, for
design, construction, installation and use, or non -use of all items and methods incident to
performance of the contract, and for all loss, damage or injury incident thereto, either to
person or property, including, without limitation, the adequacy of all temporary supports,
shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and
similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during construction, or any
clarification of plans and specifications, by the Engineer or Owner, or any agent,
employee, or representative of either of them, whether through personal observation on
the project site or by means of approval of shop drawings for temporary construction or
construction processes, or by other means or method, is agreed by the Contractor to be
for the purpose of observing the extent and nature of work completed or being performed,
as measured against the drawings and specifications constituting the contract, or for the
purpose of enabling Contractor to more fully understand the plans and specifications so
that the completed construction work will conform thereto, and shall in no way relieve
the Contractor from full and complete responsibility for the proper performance of his
work on the project, including but not limited to the propriety of means and methods of
the Contractor in performing said contract, and the adequacy of any designs, plans or
other facilities for accomplishing such performance. Deviation by the Contractor from
plans and specifications that may have been in evidence during any such visitation or
observation by the Engineer, or any of his representatives, whether called to the
contractor's attention or not shall in no way relieve Contractor from his responsibility to
complete all work in accordance with said plans and specifications.
2.08 Contractor's Understanding
It is understood and agreed that the Contractor has, by careful examination, satisfied
himself as to the nature and location of the work, the conformation of the ground, the
character, quality and quantity of the materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work,
the general and local conditions, and all other matters which can in any way effect the
work under this contract. The Contractor agrees that he will make no claim against the
Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or
subsurface conditions encountered do not conform to those indicated by excavation, test
excavation, test procedures, borings, explorations or other subsurface excavations. No
verbal agreement or conversation with any officer, agent or employee of the Owner or
G
gcncondmsVspee -8
Engineer either before or after the execution of this contract, shall affect or modify any
of the terms or obligations herein contained.
2.09 Character of Workers
The Contractor agrees to employ only orderly and competent workers, skillful in the
performance of the type of work required under this contract, to do the work; and agrees
that whenever the Engineer shall inform him in writing that any workers on the work are,
in his opinion, incompetent, unfaithful or disorderly, or refuse instructions from the
Engineer in the absence of the Superintendent, such worker shall be discharged from the
work and shall not again be employed on the work without the Engineer's written consent.
No illegal alien may be employed by any Contractor for work on this project, and a
penalty of $500.00 per day will be assessed for each day and for each illegal alien who
works for the Contractor at this project.
2.10 Contractor's Buildings
gen:ond msJspcc
The building of structures for housing workers, or the erection of tents or other forms of
protection, will be permitted only at such places as the Engineer shall direct, and the
sanitary conditions of the grounds in or about such structures shall at all times be
maintained in a manner satisfactory to the Engineer.
2.11 Sanitation
Necessary sanitary conveniences for the use of laborers on the work, properly secluded
from public observation, shall be constructed and maintained by the Contractor in such
manner and at such points as shall be approved by the Engineer, and their use shall be
strictly enforced.
2.12 Shop Drawings
The Contractor shall submit to the Engineer, with such promptness as to cause no delay
in his own work or in that of any other Contractor, four (4) checked copies, unless
otherwise specified, of all shop and/or setting drawings and schedules required for the
work of the various trades, and the Engineer shall pass upon them with reasonable
promptness, making desired corrections. The Contractor shall make any corrections
required by the Engineer, file with him two (2) corrected copies and furnish such other
copies as may be needed. The Engineer's review of such drawings or schedules shall not
relieve the Contractor from responsibility for deviations from drawings or specifications,
unless he has in writing called the Engineer's attention to such deviations at the time of
submission, nor shall it relieve him from responsibility for errors of any sort in shop
drawings or schedules. It shall be the Contractor's responsibility to fully and completely
review all shop drawings to ascertain their effect on his ability to perform the required
contract work in accordance with the plans and specifications and within the contract
GC -9
gcncond msVapec
time.
Such review by the Engineer shall be for the sole purpose of determining the general
conformity of said shop drawings or schedules to result in finished improvements in
conformity with the plans and specifications, and shall not relieve the Contractor of his
duty as an independent contractor as previously set forth, it being expressly understood
and agreed that the Engineer does not assume any duty to pass upon the propriety or
adequacy of such drawings or schedules, or any means or methods reflected thereby, in
relation to the safety of either person or property during Contractor's performance
hereunder.
2.13 Preliminary Approval
The Engineer shall not have the power to waive the obligations of this contract for the
furnishing by the Contractor of good material, and of his performing good work as herein
described, and in full accordance with the plans and specifications. No failure or
omission of the Engineer to discover, object to or condemn any defective work or material
shall release the Contractor from the obligations to fully and properly perform the
contract, including without limitations, the obligation to at once tear out, remove and
properly replace the same at any time prior to final acceptance upon the discovery of said
defective work or material; provided, however, that the Engineer shall, upon request of
the Contractor, inspect and accept or reject any material furnished, and in event the
material has been once accepted by the Engineer, such acceptance shall be binding on the
Owner, unless it can be clearly shown that such material furnished does not meet the
specifications for this work.
Any questioned work may be ordered taken up or removed for re- examination, by the
Engineer, prior to final acceptance, and if found not in accordance with the plans and/or
specifications for said work, all expense of removing, re- examination and replacement
shall be borne by the Contractor, otherwise the expense thus incurred shall be allowed as
Extra Work, and shall be paid for by the Owner; provided that, where inspection or
approval is specifically required by the specifications prior to performance of certain
work, should the Contractor proceed with such work without requesting prior inspection
or approval he shall bear all expense of taking up, removing, and replacing this work if
so directed by the Engineer.
2.14 Defects and Their Remedies
It is further agreed that if the work or any part thereof, or any material brought on the site
of the work for use in the work or selected for the same, shall be deemed by the Engineer
as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the
Contractor shall after receipt of written notice thereof from the Engineer,
forthwith remove such material and rebuild or otherwise remedy such work so that it shall
GC -10
be in full accordance with this contract.
2.15 Changes and Alterations
The Contractor further agrees that the Owner may make such changes and alterations as
the Owner may see fit, in the line, grade, form, dimensions, plans or materials for the
work herein contemplated, or any part thereof, either before or after the beginning of the
construction, without affecting the validity of this contract and the accompanying
Performance and Payment Bonds.
If such changes or alterations diminish the quantity of the work to be done, they shall not
constitute the basis for a claim for damages, or anticipated profits on the work that may
be dispensed with, except as provided for unit price items under Section 5 "Measurement
and Payment". If the amount of work is increased, and the work can fairly be classified
under the specifications, such increase shall be paid for according to the quantity actually
done and at the unit price, if any, established for such work under this contract, except
as provided for unit price items under Section 5 "Measurement and Payment "; otherwise,
such additional work shall be paid for as provided under Extra Work. In case the Owner
shall make such changes or alterations as shall make useless any work already done or
material already fumished or used in said work, then the Owner shall recompense the
Contractor for any material or labor so used, and for any actual loss occasioned by such
change, due to actual expense incurred in preparation for the work as originally planned.
2.16 Inspectors
genoond n /spec
The Engineer may provide one (or more) field inspectors at the work site for the limited
purpose of observing the work in progress and reporting back to the Engineer on the
extent, nature, manner and performance of the work so that the Engineer may more
effectively perform his duties hereunder. Such inspectors may also communicate between
Engineer and Contractor their respective reports, opinions, questions, answers and
clarifications concerning the plans, specifications and work but shall not be deemed the
agent of the Contractor for all purposes in communicating such matters.
Such inspector may confer with the Contractor or Contractor's superintendent conceming
the prosecution of the work and its conformity with the plans and specifications but shall
never be, in whole or part, responsible for, charged with, nor shall he assume, any
authority or responsibility for the means, methods or manner of completing the work or
of the superintendence of the work or of the Contractor's employees. It is expressly
understood and agreed that any such inspector is not authorized by the Engineer or Owner
to independently act for either or answer on behalf of either, any inquiries of the
Contractor concerning the plans, specifications or work. No inspector's opinion; advice;
interpretation of the plans or specifications of this contract; apparent or express approval
of the means, methods or manner of Contractor's performance of work in progress or
completed; or discovery or failure to discover or object to defective work of materials
GC -11
shall release Contractor from his duty to complete all work in strict accordance with the
plans and specifications or stop the Owner or Engineer from requiring that all work be
fully and properly performed including, if necessary, removal of defective or otherwise
unacceptable work and the re -doing of such work.
3. General Obligations and Responsibilities
3.01 Keeping of Plans and Specifications Accessible
The Engineer shall furnish the Contractor with an adequate and reasonable number of
copies of all plans and specifications without expense to him and the Contractor shall
keep one (1) copy of the same constantly accessible on the work, with the latest revisions
noted thereon.
3.02 Ownership of Drawings
gencondmsUspec
All drawings, specifications and copies thereof furnished by the Engineer shall not be
reused on other work, and, with the exception of the signed contract sets, are to be
returned to him on request, at the completion of the work. All models are the property
of the Owner.
3.03 Adequacy of Design
It is understood that the Owner believes it has employed competent engineers and
designers. It is therefore agreed that the Owner shall be responsible for the adequacy of
the design, sufficiency of the Contract Documents, the safety of the structure and the
practicability of the operations of the completed project; provided the Contractor has
complied with the requirements of the said Contract Documents, all approved
modifications thereof, and additions and alterations thereto approved in writing by the
Owner. The burden of proof of such compliance shall be upon the Contractor to show
that he has complied with the said requirements of the Contract Documents, approved
modification thereof and all approved additions and alterations thereto.
3.04 Right of Entry
The Owner reserves the right to enter the property or location of which the works herein
contracted for are to be constructed or installed, by such agent or agents as he may elect,
for the purpose of inspecting the work, or for the purpose of constructing or installing
such collateral work as said Owner may desire.
GC -12
3.05 Collateral Contracts
gencand ma /spec
The Owner agrees to provide by separate contract or otherwise, all labor and material
essential to the completion of the work specifically excluded from this contract, in such
manner as not to delay the progress of the work, or damage said Contractor, except where
such delays are specifically mentioned elsewhere in the Contract Documents. The Owner
will attempt to coordinate the collateral work of utility companies regulated by City
franchises, but the City shall not be responsible for delays or other damages to the
Contractor which may result from their acts or omissions.
3.06 Discrepancies and Omissions
The Contractor shall provide written notice to the Engineer of any omissions or
discrepancies found in the contract. It is further agreed that it is the intent of this contract
that all work must be done and all material must be furnished in accordance with the
generally accepted practice for construction, and in the event of any discrepancies between
the separate contract documents, the priority of interpretation defined under "Contract
Documents" shall govern. In the event that there is still any doubt as to the meaning and
intent of any portion of the contract, specifications or drawings, the Engineer shall define
which is intended to apply to the work.
3.07 Equipment, Materials and Construction Plant
The Contractor shall be responsible for the care, preservation, conservation, and protection
of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities,
all means of construction, and any and all parts of the work, whether the Contractor has
been paid, partially paid, or not paid for such work, until the entire work is completed and
accepted.
3.08 Damages
In the event the Contractor is damaged in the course of completion of the work by the act,
neglect, omission, mistake or default of the Owner or Engineer, thereby causing loss to
the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In
the event the Owner is damaged in the course of the work by the act, negligence,
omission, mistake or default of the Contractor, or should the Contractor unreasonably
delay the progress of the work being done by others on the job so as to cause loss for
which the Owner becomes liable, then the Contractor shall reimburse the Owner for such
loss.
3.09 Protection Against Accident to Employees and the Public
The Contractor shall at all times exercise reasonable precautions for the safety of
employees and others on or near the work and shall comply with all applicable provisions
GC -13
3.10 Performance and Payment Bonds
3.11 Losses from Natural Causes
Unless otherwise specified, all loss or damage to the Contractor arising out of the nature
of the work to be done, or from the action of the elements, or from any unforeseen
circumstance in the prosecution of the same, or from unusual obstructions or difficulties
which may be encountered in the prosecution of the work, shall be sustained and borne
by the Contractor at his own cost and expense.
3.12 Protection of Adjoining Property
geneortd mst'spec
of Federal, State, and Municipal safety laws and building and construction codes. All
machinery and equipment and other physical hazards shall be guarded in accordance with
the "Manual of Accident Prevention in Construction" of the Associated General
Contractors of America except where incompatible with Federal, State, or Municipal laws
or regulations. The Contractor shall provide such machinery guards, safe walkways,
ladders, bridges, gangplanks, and other safety devices. The safety precautions actually
taken and their adequacy shall be the sole responsibility of the Contractor, acting at his
discretion as an independent contractor.
In the event there is an accident involving injury to any individual on or near the work,
the Contractor shall immediately notify the Owner and Engineer of the event and shall
be responsible for recording the location of the event and the circumstances surrounding
the event through photographs, interviewing witnesses, obtaining of medical reports and
other documentation that defines the event. Copies of such documentation shall be
provided to the Owner and the Engineer for their records.
Unless otherwise specified, it is further agreed by the Parties to the Contract that the
Contractor will execute separate performance and payment bonds, each in the sum of one
hundred (100%) percent of the total contract price, in standard forms for this purpose,
guaranteeing faithful performance of the work and the fulfillment of any guarantee
required, and further guaranteeing payment to all persons supplying labor and materials
or furnishing him any equipment in the execution of the Contract. If the contract price
is $25,000.00 or less no payment or performance bond shall be required. It is agreed that
the Contract shall not be in effect until such performance bond or letter of credit, and
payment bond are fumished and approved by the Owner.
Unless otherwise specified, the cost of the premium for the performance and payment
bonds shall be included in the price bid by the Contractor for the work under this
Contract, and no extra payment for such bonds will be made by the Owner. -
Unless otherwise approved in writing by the Owner, the surety company underwriting the
bonds shall be licensed to write such bonds or letters of credit in the State of Texas.
GC -14
ger.cond msVapee
The said Contractor shall take proper means to protect the adjacent or adjoining property
or properties in any way encountered, which might be injured or seriously affected by any
process of construction to be undertaken under this Agreement, from any damage or
injury by reason of said process of construction; and he shall be liable for any and all
claims for such damage on account of his failure to fully protect all adjoining property.
The Contractor agrees to indemnify, save and hold harmless the Owner and Engineer
against any claim or claims for damages due to any injury to any adjacent or adjoining
property, arising or growing out of the performance of the contract regardless of whether
or not it is caused in part by a party indemnified hereunder, but any such indemnity shall
not apply to any claim of any kind arising solely out of the existence or character of the
work.
3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Furnishers of
Machinery, Equipment and Supplies
The Contractor agrees that he will indemnify and save the Owner and Engineer harmless
from all claims growing out the lawful demands of Subcontractors, laborers, workers,
mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power
tools, and all supplies, including commissary, incurred in the furtherance of the
performance of this contract. When so desired by the Owner, Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived. If the Contractor fails to do so, then the Owner may at the
option of the Contractor either pay directly any unpaid bills, of which the Owner has
written notice, or withhold from the Contractor's unpaid compensation a sum of money
deemed reasonably sufficient to liquidate any and all such lawful claims until satisfactory
evidence is furnished that all liabilities have been fully discharged, whereupon payments
to the Contractor shall be resumed in full, in accordance with the terms of this contract,
but in no event shall the provisions of this sentence be construed to impose any obligation
upon the Owner by either the Contractor or his Surety.
3.14 Protection Against Royalties or Patented Invention
The Contractor shall pay all royalties and license fees, and shall provide for the use of
any design, device, material or process covered by letter patent or copyright by suitable
legal agreement with the patentee or owner. The contractor shall defend all suits or
claims for infringement of any patent or copyright rights and shall indemnify and save the
Owner and Engineer harmless from any loss on account thereof, except that the Owner
shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer
or manufacturers is specified or required by the Owner; provided, however, if choice of
alternate design, device, material or process is allowed to the Contractor, then Contractor
shall indemnify and save Owner harmless form any loss on account thereof. If the
material or process specified or required by the Owner is known by the Contractor to be
an infringement, the Contractor shall be responsible for such loss unless he promptly gives
GC -15
such information to the Owner.
3.15 Laws and Ordinances
gcncondmst4p c
The Contractor shall at all times observe and comply with all Federal, State and local
laws, ordinance and regulations, which in any manner affect the contract or the work, and
shall indemnify and save harmless the Owner and Engineer against any claim arising from
the violation of any such laws, ordinances, and regulations whether by the Contractor or
his employees, except where such violations are called for by the provisions of the
Contract Documents. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Engineer in writing, and any necessary
changes shall be prepared as provided in the contract for changes in the work. If the
Contractor performs any work knowing it to be contrary to such laws, ordinances, rules
and regulations, and without such notice to the Engineer, he shall bear all costs arising
therefrom. In case the Owner is a body politic and corporate, the law from which it
derives its powers, insofar as the same regulates the objects for which, or the manner in
which, or the conditions under which the Owner may enter into contract, shall be
controlling, and shall be considered as part of this contract, to the same effect as though
embodied herein.
3.16 Assignment and Subletting
The Contractor further agrees that he will retain personal control and will give his
personal attention to the fulfillment of this contract and that he will not assign by Power
of Attorney, or otherwise, or sublet said contract without the written consent of the
Engineer, and that no part or feature of the work will be sublet to anyone objectionable
to the Engineer or the Owner. The Contractor further agrees that the subletting of any
portion or feature of the work, or materials required in the performance of this contract,
shall not relieve the Contractor from his full obligations to the Owner, as provided by this
Agreement.
3.17 Indemnification
The Contractor shall defend, indemnify and hold harmless the Owner and the Engineer
and their respective officers, agents and employees, from and against all damages, claims,
losses, demands, suits, judgements and costs, including reasonable attorneys' fees and
expenses, arising out of or resulting from the performance of the work, provided that any
such damages, claim, loss, demand, suit, judgment, cost or expense:
1. Is attributable to bodily injury, sickness, disease or death to any person including
Contractor's employees and any Subcontractor's employees and any Sub -
Subcontractor's employees or to injury to or destruction of tangible property
GC -16
3.18 Insurance
The Contractor shall carry insurance as follows for the duration of this contract.
A. Statutory Workmen's Compensation.
Definitions:
gencond.msispec
including Contractor's property (other than the work itself) and the property of any
Subcontractor of Sub - Subcontractor including the loss of use resulting therefrom;
and,
2. Is caused in whole or in part by any intentional or negligent act or omission of the
Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or
indirectly employed by any one of them or anyone for whose acts any of them
may be liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
The obligation of the Contractor under this Paragraph shall not extend to the liability of
the Engineer, his agents or employees arising out of the preparation of maps, plans,
reports, surveys, Change Orders, designs or specifications, or the approval of maps, plans,
reports, surveys, Change Orders, designs or specifications or the issuance of or the failure
to give directions or instructions by the Engineer, his agents or employees, provided such
is the sole cause of the injury or damage.
In any and all claims against the Owner or the Engineer or any of their agents or
employees by any employee of the Contractor, any Subcontractor, any Sub - Subcontractor,
anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, the indemnification obligation under Paragraph 3.17 shall not be
limited in any way by any limitation on the amount or type of damages, compensation
or benefits payable by or for the Contractor or any Subcontractor or Sub - Subcontractor
under workmen's compensation acts, disability benefit acts or other employee benefit acts.
Certificate of coverage (" certificate ") - A copy of a certificate of insurance,
a certificate of authority to self - insure issued by the Texas Workers'
Compensation Commission, or a coverage agreement (TWCC - 81, TWCC-
82, TWCC - 83, or TWCC - 84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services
on a project, for the duration of the project.
Duration of the proiect - includes the time from the beginning of the work
on the project until the contractor's /person's work on the project has been
completed and accepted by the governmental entity.
GC -17
genco "d msVspee
Persons providing services on the proiect ( "subcontractor" in $ 406.096 -
includes all persons or entities performing all or part of the services the
Contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the Contractor and regardless of
whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor carriers,
owner- operators, employees of any such entity, or employees of any entity
which fumishes persons to provide services on the project. "Services"
include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of
portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, that meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all
employees of the Contractor providing services on the project, for the duration of
the project. This coverage shall include the following terms:
(a) Employer's Liability limits of $100,000.00 for each accident is
required.
(b) "Texas Waiver of Our Right to Recover From ' Others"
Endorsement WC 42 03 04 shall be included in this policy.
(c) Texas must appear in Item 3A of the Worker's Compensation
coverage or Item 3C must contain the following: Ass States except those
listed in 3A and the States of NV, ND, OH, WA, WV, and WY.
The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract.
If the coverage period shown on the Contractor's current certificate of coverage
ends during the duration of the project, the Contractor must, prior to the end of
the coverage period, file a new certificate of coverage with the governmental
entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
GC -18
gencondmsUspee
project; and
(b) no later than seven calendar days after receipt by the Contractor,
a new certificate of coverage showing extension of coverage, if the
coverage period shown on the current certificate of coverage ends during
the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 calendar days after the Contractor knew or should
have known, or any change that materially affects the provision of coverage of any
person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission, informing
all persons providing services on the project that they are required to be covered,
and stating how a person may verify coverage and report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to
provide services on project, to:
(a) provide coverage, based on proper reporting of classification codes
and payroll amounts of filing of any coverage agreements, that meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all
of its employees providing services on the project, for the duration of the
project;
(b) provide to the Contractor, prior to that person beginning work on
the project, a certificate of coverage showing that coverage. is being
provided for all employees of the person providing services on the project,
for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(d) obtain from each other person with whom it contracts, and provide
to the Contractor:
(1) a certificate of coverage, prior to the other person beginning
work on the project; and
GC -19
gencond mac/ :P«
(2) a new certificate of coverage showing extension of
coverage, prior to the end of the coverage period, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(e) retain all required certificates of coverage on file for the duration
of the project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or
personal delivery, within 10 calendar days after the person knew or should
have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts, to
perform as required by paragraphs (a) - (g), with the certificates of
coverage to be provided to the person for whom they are providing
services.
By signing this contract, or providing, or causing to be provided a certificate of
coverage, the Contractor is representing to the govemmental entity that all
employees of the Contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project, that
the coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self - insured, with the Commission's Division
of Self Insurance Regulation. Providing false or misleading information may
subject the Contractor to administrative penalties, criminal penalties, civil
penalties, or other civil actions.
The Contractor's failure to comply with any of these provisions is a breach of
contract by the contractor that entitles the governmental entity to declare the
contract void if the Contractor does not remedy the breach within ten calendar
days after the receipt of notice of breach from the governmental entity.
B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of
$300,000 for each occurrence including like coverage for acts and omissions of
Subcontractors and contractual liability coverage.
C. Property Damage Insurance with minimum limits of $50,000 for each occurrence
including like coverage for acts and omissions of Subcontractors and contractual
liability coverage.
D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with
minimum limits for Bodily Injury of $100,000 for each person and $300,000 for
each occurrence and Property Damage minimum limits of $50,000 for each
GC -20
geneond msUspee
occurrence. Contractor shall require subcontractors to provide Automobile
Liability Insurance with same minimum limits.
The Contractor shall not commence work at the site under this contract until he has
obtained all required insurance and until such insurance has been approved by the Owner
and Engineer. The Contractor shall not allow any Subcontractors to commence work until
all insurance required has been obtained and approved. Approval of the insurance by the
Owner and Engineer shall not relieve or decrease the liability of the contractor hereunder.
The required insurance must be written by a company licensed to do business in Texas
at the time the policy is issued. In addition, the company must be acceptable to the
Owner and all insurance (other than Workmen's compensation) shall be endorsed to
include the Owner as an additional insured thereunder.
The Contractor shall not cause any insurance to be cancelled nor permit any insurance to
lapse. All insurance certificates shall include a clause to the effect that the policy shall
not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has
received written notice as evidenced by retum receipt of registered or certified letter.
Certificates of Insurance shall contain transcripts from the proper office of the insurer,
evidencing in particular those insured, the extent of the insurance, the location and the
operations to which the insurance applies, the expiration date, and the above mentioned
notice of cancellation clause.
3.19 Final Clean -up
Upon the completion of the work and before acceptance and final payment will be made,
the Contractor shall clean and remove from the site of the work, surplus and discarded
materials, temporary structures and debris of every kind. He shall leave the site of the
work in a neat and orderly condition at least equal to that which originally existed.
Surplus and waste materials removed from the site of the work shall be disposed of at
locations satisfactory to the Engineer.
In the event Contractor fails or refuses to clean and remove surplus materials and debris
as above provided, the Owner or Engineer may do so, or cause same to be done, at the
Contractor's expense and the reasonable cost thereof shall be deducted from the final
payment.
3.20 Guarantee Against Defective Work
The contractor warrants the materials and workmanship and that the work is in
conformance with the plans and specifications included in this contract for a period ofw
year from the date of acceptance of the project. Said warranty binds the contractor to correct
GC -21
any work that does not conform with such plans and specifications or any defects in
workmanship or materials furnished under this contract which may be discovered within the said
one year period. The Contractor shall at his own expense correct such defect within thirty days
after receiving written notice of such defect from the Owner or Engineer by repairing same to
the condition called for in the contract documents and plans and specifications. Should the
Contractor fail or refuse to repair such defect within the said thirty day period or to provide
acceptable assurances that such repair work will be completed within a reasonable time thereafter,
the Owner may repair or cause to be repaired any such defect at the Contractor's expense.
3.21 Testing of Materials
Unless otherwise specified, testing of all materials to be incorporated into the project will
be as directed by the Engineer at the expense of the Owner. All retesting for work
rejected on the basis of test results will be at the expense of the Contractor and the extent
of the retesting shall be determined by the Engineer. The Engineer may require additional
testing for failing tests and may require two passing retests before acceptance will be
made by the Owner. The testing laboratory will be designated by the Owner.
All materials to be incorporated into the project must meet the requirements of these
specifications. For manufactured materials such as reinforcing steel, expansion joint
materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the
Contractor will be required to furnish a manufacturer's certificate stating that the material
meets the requirements specified for this project.
3.22 Wage Rates
Contractors are required to pay the prevailing wage rates to laborers, workmen and
mechanics employed on behalf of the city engaged in the construction of public works.
The wage rate for these jobs shall be the general prevailing wage rates for work of a
similar character. This applies to contractors and subcontractors. The contractor and
subcontractors shall keep and make available records of workers and their wages.
Prevailing wage rates are published by the U. S. Department of Labor, Bureau of Labor
Statistics, Southwestern Division and the Texas Employment Commission for the Austin
Job Bank Area. The wage rate shall not be less than the minimum wage rates set by the
U. S. Department of Labor, Employment Standards Administration, Wage and Hour
Division. There is penalty of $10.00 per worker per day or portion of a day that the
prevailing wage rate is not paid by the contractor or any subcontractor.
4. Prosecution and Progress
4.01 Time and Order of Completion
gcncond msUspcc
GC -22
gencond msUspcc
It is the meaning and intent of this contract, unless otherwise herein specifically provided,
that the Contractor shall be allowed to prosecute his work at such times and seasons, in
such order of precedence, and in such manner as shall be most conducive to economy of
construction; provided, however, that the order and the time of prosecution shall be such
that the work shall be substantially completed as a whole and in part, in accordance with
this contract, the plans and specifications, and within the time of completion designated
in the Proposal: provided, also, that when the Owner is having other work done, either
by contract or by his own force, the Engineer may direct the time and manner of
constructing the work done under this contract, so that conflict will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the
Engineer, schedules which shall show the order in which the Contractor proposes to carry
on the Work, with dates at which the Contractor will start the several parts of the work,
and estimated dates of completion of the several parts.
4.02 Extension of Time
Should the Contractor be delayed in the completion of the work by any act or neglect of
the Owner or Engineer, or of any employee of either, or by other contractors employed
by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and
unusual delays by common carriers, or unavoidable cause or causes beyond the
Contractor's control, or by any cause which the Engineer shall decide justifies the delay,
then an extension of time shall be allowed for completing the work, sufficient to
compensate for the delay, the amount of the extension to be determined by the Engineer,
provided, however, that the Contractor shall give the Engineer prompt notice in writing
of the cause of such delay. Adverse weather conditions will not be justification for
extension of time on "Calendar Days" contracts.
4.03 Hindrances and Delays
No claims shall be made by the Contractor for damages resulting from hindrances or
delays from any cause (except where the work is stopped by order of and for the
convenience of the Owner) during the progress of any portion of the work embraced in
this contract. In case said work shall be stopped by the act of the Owner, then such
expense as in the judgment of the Engineer is caused by such stoppage of said work shall
be paid by the Owner to the Contractor.
5. Measurement and Payment
5.01 Quantities and Measurements
GC -23
5.02 Estimated Quantities
gencond mst/epec
No extra or customary measurements of any kind will be allowed, but the actual measured
and/or computed length, area, solid contents, number and weight only shall be considered,
unless otherwise specifically provided.
This agreement, including the specifications, plans and estimate, is intended to show
clearly all work to be done and material to be furnished hereunder. Where the estimated
quantities are shown for the various classes of work to be done and material to be
furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing the proposals offered for the
work. It is understood and agreed that the actual amount of work to be done and material
to be furnished under this contract may differ somewhat from these estimates, and that
where the basis for payment under this contract is the unit price method, payment shall
be for the actual amount of such work done and material fumished.
Where payment is based on the unit price method, the Contractor agrees that he will make
no claim for damages, anticipated profits or otherwise on account of any differences
which may be found between the quantities of work actually done, the material actually
fumished under this contract and the estimated quantities contemplated and contained in
the proposal; provided, however, that in case the actual quantity of any major item should
become as much as 20% more than, or 20% less than the estimated or contemplated
quantity for such items, then either party to this Agreement, upon demand, shall be
entitled to revised consideration upon the portion of the work above or below 20% of the
estimated quantity.
A "Major Item " shall be construed to be any individual bid item incurred in the proposal
that has a total cost equal to or greater that five (5) percent of the total contract cost,
computed on the basis of the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement between the parties,
otherwise by the terms of this Agreement, as provided under "Extra Work".
5.03 Price of Work
In consideration of the fumishing of all the necessary labor, equipment and material, and
the completion of all work by the Contractor, and on the completion of all work and on
the delivery of all material embraced in this Contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor
the prices set forth in the Proposal hereto attached, which has been made a part of this
contract. The Contractor hereby agrees to receive such prices in full for furnishing all
material and all labor required for the aforesaid work, also for all expense incurred by
him, and for well and truly performing the same and the whole thereof in the manner and
according to this Agreement.
GC -24
5.04 Partial Payments
On or before the 1st day of each month, the Contractor shall submit to the Engineer a
statement showing the total value of the work performed up to and including the 25th day
of the preceding month. The statement shall also include the value of all sound materials
delivered on the job site and to be included in the work and all partially completed work
whether bid as a lump sum or a unit item which in the opinion of the Engineer is
acceptable. The Engineer shall examine and approve or modify and approve such
statement.
The Owner shall then pay the Contractor on or before the 20th day of the current month
the total amount of the approved statement, less 10 percent of the amount thereof, which
10 percent shall be retained until final payment, and further less all previous payments
and all further sums that may by retained by the Owner under the terms of this
Agreement. It is understood, however, that in case the whole work be near to completion
and some unexpected and unusual delay occurs due to no fault or neglect on the part of
the Contractor, and Owner may - upon written recommendation of the Engineer - pay a
reasonable and equitable portion of the retained percentage to the Contractor; or the
Contractor at the Owner's option, may be relieved of the obligation to fully complete the
work and, thereupon, the Contractor shall receive payment of the balance due him under
the contract subject only to the conditions stated under "Final Payment ".
5.05 Use of Completed Portions
The Owner shall have the right to take possession of and use any completed or partially
completed portions of the work, notwithstanding the time for completing the entire work
or such portions may not have expired but such taking possession and use shall not be
deemed an acceptance of any work not completed in accordance with the Contract
Documents. If such prior use increases the cost of or delays the work, the Contractor
shall be entitled to such extra compensation, or extension of time, or both, as the Engineer
may determine.
The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract
is "substantially completed" and when so notifying the Engineer, the Contractor shall
furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will
review the Contractor's list of unfinished work and will add thereto such items as the
Contractor has failed to include. The "substantial completion" of the structure or facility
shall not excuse the Contractor from performing all of the work undertaken, whether of
a minor or major nature, and thereby completing the structure or facility in accordance
with the Contract Documents.
5.06 Final Completion and Acceptance
Within ten (10) days after the Contractor has given the Engineer written notice that the
gencond msVepee
GC -25
work has been completed, or substantially completed, the Engineer and the Owner shall
inspect the work and within said time, if the work be found to be completed in
accordance with the Contact Documents, the Engineer shall issue to the Owner and the
Contractor his Certificate of Completion, and thereupon it shall be the duty of the Owner
to issue a Certificate of Acceptance of the work to the Contractor or to advise the
Contractor in writing of the reason for non - acceptance.
5.07 Final Payment
Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make
final measurements and prepare final statement for the value of all work performed and
materials furnished under the terms of the Agreement and shall certify same to the Owner,
who shall pay to the Contractor on or before the 30th day, and before the 35th day, after
the date of the Certificate of Completion, the balance due the Contractor under the terms
of this contract; and said payment shall become due in any event upon said performance
by the Contractor. Neither the Certificate of Acceptance nor the final payment, nor any
provision in the Contract Documents, shall relieve the Contractor of the obligation for
fulfillment of any warranty which may be required.
5.08 Payments Withheld
The Owner may, on account of subsequently discovered evidence, withhold or nullify the
whole or part of any certificate to such extent as may be necessary to protect himself
from Loss on account of:
a) Defective work not remedied or other obligations hereunder not done.
b) Claims filed or reasonable evidence indicating probable filing of claims.
c) Failure of the Contractor to make payments properly to subcontractors or for
material or labor.
d) Damage to the Owner or another contractor's work, material or equipment.
e) Reasonable doubt that the work can be completed for the unpaid balance of the
contract amount.
f) Reasonable indication that the work will not completed within the contract time.
g) Other causes affecting the performance of the contract.
When the above grounds are removed or the Contractor provides a Surety Bond
Qencond m,/,P« GC -26
5.09 Delayed Payments
gencond mzlspec
satisfactory to the Owner, which will protect the Owner in the amount withheld, payment
shall be made for amounts withheld because of them.
Should the Owner fail to make payment to the Contractor of the sum named in any partial
or final statement, when payment is due, then the Owner shall pay to the Contractor, in
addition to the sum shown as due by such statement, interest thereon at the rate of 6%
per annum, unless otherwise specified, from date due as provided under 'partial payments'
and final 'payments,' until fully paid, which shall fully liquidate any injury to the
Contractor growing out of such delay in payment. It is expressly agreed that delay by the
Owner in making payment to the Contractor of the sum named in any partial or final
statement shall not constitute a breach of this contract on the part of the Owner nor an
abandonment thereof nor shall it to any extent or for any time relieve the Contractor of
his obligations to fully and completely perform hereunder.
6. Extra Work and Claims
6.01 Change Orders
Without invalidating this Agreement, the Owner may, at any time or from time to time,
order additions, deletions or revisions to the work; such changes will be authorized by
Change Order to be prepared by the Engineer for execution by the Owner and the
Contractor. The Change Order shall set forth the basis for any change in contract price,
as hereinafter set forth for Extra Work, and any change in contract time which may result
from the change.
In the event the Contractor shall refuse to execute a Change Order which has been
prepared by the Engineer and executed by the Owner, The Engineer may in writing
instruct the Contractor to proceed with the work as set forth in the Change Order and the
Contractor may make claim against the Owner for Extra Work involved therein, as
hereinafter provided.
6.02 Minor Changes
The Engineer may authorize minor changes in the work not inconsistent with the overall
intent of the Contract Documents and not involving an increase in Contract Price. If the
Contractor believes that any minor change or alteration authorized by the Engineer
involves Extra Work and entitles him to an increase in the Contract Price, the Contractor
shall make written request to the Engineer for a written Field Order.
In such case, the Contractor by copy of his communication to the Engineer or otherwise
GC -27
6.03 Extra Woric
gencond msUspec
in writing shall advise the Owner of his request to the Engineer for a written Field Order
and that work involved may result in an increase in the Contract Price.
Any request by the Contractor for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
It is agreed that the basis of compensation to the Contractor for work either added or
deleted by a Change Order or for which a claim for Extra Work is made shall be
determined by the unit prices upon which this contract was bid to the extent such work
can be fairly classified within the various work item descriptions and for work items that
cannot be so classified by one or more of the following methods:
Method (A)
By agreed unit prices; or
Method (B)
By agreed lump sum; or
Method (C)
If neither Method (A) nor Method (B) be agreed upon before the Extra
Work is commenced, then the Contractor shall be paid the "actual field
cost" of the work, plus fifteen (15) percent.
In the event said Extra Work be performed and paid for under Method (C), then the
provisions of this paragraph shall apply and the "actual field cost" is hereby defined to
include the cost to the Contractor of all workmen, such as foreman, timekeepers,
mechanics and laborers, and materials, supplies, trucks, rentals on machinery and
equipment, for the time actually employed or used on such Extra Work, plus actual
equipment, for the time actually employed or used on such Extra Work, plus actual
transportation charges necessarily incurred, together with all power, fuel, lubricants, water
and similar operating expenses, also all necessary incidental expenses incurred directly
on account of such Extra Work, including Social Security, Old Age Benefits and other
payroll taxes, and, a rateable proportion of premiums on Performance and Payment Bonds
and Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation, and all other insurance as may be required by any law or ordinance, or
directed by the Owner, or by them agreed to. The Engineer may direct the form in which
accounts of the "actual field cost" shall be kept and the records of these accounts shall
be made available to the Engineer. The Engineer or Owner may also specify in writing,
before the work commences, the method of doing the work and the type and kind of
GC -28
gcncond msUipcc
machinery and equipment to be used; otherwise these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and
equipment shall be determined by using 100 per cent, unless otherwise specified, of the
latest schedule of Equipment Ownership Expense adopted by the Associated General
Contractors of America. Where practicable the terms and prices for the use of machinery
and equipment shall be incorporated in the Written Extra Work Order. The fifteen (15 %)
percent of the "actual field cost" to be paid the Contractor shall cover and compensate
him for his profit, overhead, general superintendence and field office expense, and all
other elements of cost and expense not embraced within the "actual field cost" as herein
defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work; then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Engineer. In case any orders or instructions, either oral or written, appear to the
Contractor to involve Extra Work for which he should receive compensation or an
adjustment in the construction time, he shall make written request to the Engineer for
written order authorizing such Extra Work. Should a difference of opinion arise as to
what does or does not constitute Extra Work, or as to the payment therefor, and the
Engineer insists upon its performance, the Contractor shall proceed with the work after
making written request for written order and shall keep an accurate account of the "actual
field cost" thereof, as provided under Method (C). The Contractor will thereby preserve
the right to submit the matter of payment to arbitration, as hereinbelow provided.
6.04 Time of Filing Claims
It is further agreed by both parties hereto that all questions of dispute or adjustment
presented by the Contractor shall be in writing and filed with the Engineer within thirty
(30) days after the Engineer has given any directions, order or instruction to which the
Contractor desires to take exception. The Engineer shall reply within thirty (30) days to
such written exceptions by the Contractor and render his final decision in writing. In case
the Contractor should appeal from the Engineer's decision, any demand for arbitration
shall be filed with the Engineer and the Owner in writing within ten (10) days after the
date of delivery to Contractor of the Engineer's final decision. It is further agreed that
final acceptance of the work by the Owner and the acceptance by the Contractor of the
final payment shall be a bar to any claims by either party, except claims by Owner for
defective work or enforcement of warranties and except as noted otherwise in the contract
documents.
6.05 Continuing Performance
The Contractor shall continue performance of the contract during all disputes or
disagreements with the Owner. The production or delivery of goods, the furnishing of
services and the construction of projects or facilities shall not be delayed, prejudiced or
GC -29
postponed pending resolution of any disputes or disagreements, except as the Owner may
otherwise agree in writing.
6.06 Arbitration
All questions of dispute under this Agreement shall be submitted to arbitration at the
request of either party to the dispute. The parties may agree upon one arbiter, otherwise,
there shall be three, one named in writing by each party, and the third chosen by the two
arbiters so selected; or if the arbiters fail to select a third within ten (10) days, he shall
be chosen by a District Judge serving the County in which the major portion of the
project is located, unless otherwise specified. Should the party demanding arbitration fail
to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse,
and the decision of the Engineer shall be final and binding on him. Should the other
party fail to choose an arbiter within ten (10) days, the Engineer shall appoint such
arbiter. Should either party refuse or neglect to supply the arbiters with any papers or
information demanded in writing, the arbiters are empowered by both parties to take ex
parte proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both
parties to the contract. The decision of the arbiters upon any questions submitted to
arbitration under this contract shall be a condition precedent to any right of legal action.
The decision of the arbiter or arbiters may be filed in court to carry it into effect.
The arbiters, if they deem the case demands it, are authorized to award the party whose
contention is sustained, such sums as they deem proper for the time, expense and trouble
incident to the appeal, and if the appeal was taken without reasonable cause, they may
award damages for any delay occasioned thereby. The arbiters shall fix their own
compensation unless otherwise provided by agreement, and shall assess the cost and
charges of the arbitration upon either or both parties. The award of the arbiters must be
-made in writing.
7. Abandonment of Contract
7.01 Abandonment by Contractor
gencond msVspec
In case the Contractor should abandon and fail or refuse to resume work within ten (10)
days after written notification from the Owner, or the Engineer, or if the Contractor fails
to comply with the orders of the Engineer, when such orders are consistent with the
Contract Documents, then, and in that case, where performance and payment bonds exist,
the Sureties on these bonds shall be notified in writing and directed to complete the work,
and a copy of said notice shall be delivered to the Contractor.
GC -30
gencond msVspec
After receiving said notice of abandonment the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for
use on the work by the Owner or the Surety on the performance bond, or another
contractor in completion of the work; and the Contractor shall not receive any rental or
credit therefor (except when used in connection with Extra Work, where credit shall be
allowed as provided for under Section 6, Extra Work and Claims), it being understood
that the use of such equipment and materials will ultimately reduce the cost to complete
the work and be reflected in the final settlement.
Where there is no performance bond provided or in case the Surety should fail to
commence compliance with the notice for completion hereinbefore provided for, within
ten (10) days after service of such notice, then the Owner may provide for completion of
the work in either of the following elective manners:
(1) The Owner may thereupon employ such force of men and use such
machinery, equipment, tools, materials and supplies as said Owner may
deem necessary to complete the work and charge the expense of such
labor, machinery, equipment, tools, materials and supplies to said
Contractor, and expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any
time become due to the Contractor under and by virtue of this Agreement.
In case such expense is less than the sum which would have been payable
under this contract, if the same had been completed by the Contractor, then
said Contractor shall receive the difference. In case such expense is
greater than the sum which would have been payable under this contract,
if the same had been completed by said Contractor, then the Contractor
and/or his Surety shall pay the amount of such excess to the Owner, or
(2) The Owner under competitive bids, taken after notice published as required
by law, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this
contract. In case there is any increase in cost to the Owner under the new
contract as compared to what would have been the cost under this contract,
such increase shall be charged to the Contractor and the Surety shall be
and remain bound therefor. However, should the cost to complete any
such contract prove to be less than would have been the cost to complete
under this contract, the Contractor and/or his Surety shall be credited therewith.
When the work shall have been substantially completed the Contractor and his Surety
shall be so notified and Certificates of Completion and Acceptance, as provided in
Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the
contract accounts, certified to by the Engineer as being correct, shall then be prepared and
delivered to the Contractor and his Surety, whereupon the Contractor and/or his Surety,
GC -31
or the Owner as the case may be, shall pay the balance due as reflected by said statement,
within fifteen (15) days after the date of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is less
than that which would have been the cost to the Owner had the work been completed by
the Contractor under the terms of this contract; or when the Contractor and/or his Surety
shall pay the balance shown to be due by them to the owner, then all machinery,
equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety. Should the cost to complete the work exceed the
contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there remains any machinery, equipment,
tools, materials or supplies on the site of the work, notice thereof, together with an
itemized list of such equipment and materials, shall be mailed to the Contractor and his
Surety at the respective addresses designated in this contract, provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or
other giving of such notice, such property shall be held at the risk of the Contractor and
his Surety subject only to the duty of the Owner to exercise ordinary care to protect such
property. After fifteen (15) days from the date of said notice the Owner may sell such
machinery, equipment, tools, materials or supplies and apply the net sum derived from
such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall
release any machinery, equipment, tools, materials, or supplies, which remain on the
work, and belong to persons other than the Contractor or his Surety, to their proper
owners. The books on all operations provided herein shall be opened to the Contractor
and his Surety.
7.02 Abandonment by Owner
In case the Owner shall fail to comply with the terms of this contract, and should fail to
comply with said terms within ten (10) days after written notification by the Contractor,
then the Contractor may suspend or wholly abandon the work, and may remove therefrom
all machinery, tools and equipment, and all materials on the site of work that 'lave not
been included in payments to the Contractor and have not been wrought into the work.
And thereupon the Engineer shall make an estimate of the total amount earned by the
Contractor, which estimate shall include the value of all work actually completed by said
Contractor (at the prices stated in the attached proposal where unit prices are used), the
value of all partially completed work at a fair and equitable price, and the amount of all
Extra Work performed at the prices agreed upon, or provided for by the terms of this
contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion and which cannot be utilized. The Engineer shall
then make a final statement of the balance due the Contractor by deducting from the
above estimate all previous payments by the Owner and all other sums that may be
retained by the Owner under the terms of this Agreement and shall certify same to the
Owner who shall pay to the Contractor on or before thirty (30) days after the date of the
geneond ms ✓spec
GC-32
8. Subcontractors
8.01 Award of Subcontracts for Portions of the Work
gencond mstfspec
notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
Unless otherwise specified in the Contract Documents or in the Instructions to Bidders,
the Contractor, as soon as practicable after the award of the Contract, shall furnish to the
Engineer in writing for acceptance by the Owner and the Engineer a List of the names of
the Subcontractors proposed for the principal portions of the work. The Engineer shall
promptly notify the Contractor in writing if either the Owner or the Engineer, after due
investigation, has reasonable objection to any Subcontractor on such list and does not
accept him. Failure of the Owner or Engineer to make objection promptly to any
Subcontractor on the list shall constitute acceptance of such Subcontractor.
The Contractor shall not contract with any Subcontractor or any person or organization
(including those who are to furnish materials or equipment fabricated to a special design)
proposed for portions of the work designated in the Contract Documents or in the
Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for
the principal portions of the work who has been rejected by the Owner and the Engineer.
The Contractor will not be required to contract with any Subcontractor or person or
organization against whom he has a reasonable objection.
If the Owner or Engineer refuses to accept any Subcontractor or person or organization
on a list submitted by the Contractor in response to the requirements of the Contract
Documents or the Instructions to Bidders, the Contractor shall submit an acceptable
substitute and the Contract amount shall be increased or decreased by the difference in
cost occasioned by such substitution and an appropriate change order shall be issued;
however, no increase in the Contract amount shall be allowed for any such substitution
unless the Contractor has acted promptly and responsively in submitting for acceptance
any list or lists of names as required by the Contract Documents or the Instructions to
Bidders.
If the Owner or the Engineer requires a change of any proposed Subcontractor or person
or organization previously accepted by them, the Contract amount shall be increased or
decreased by the difference in cost occasioned by such change and an appropriate Change
Order shall be issued.
The Contractor shall not make any substitution for any Subcontractor or person or
organization who has been accepted by the Owner and the Engineer, unless the
substitution is acceptable to the Owner and the Engineer.
GC -33
8.02 Subcontractual Relations
gcneond msUspcc
All work performed for the Contractor by a Subcontractor shall be pursuant to an
appropriate written agreement between the Contractor and the Subcontractor (and where
appropriate between Subcontractors and Sub - subcontractors) which shall contain
provisions that:
(1) preserve and protect the rights of the Owner and Engineer under the
Contract with respect to the work to be performed under the subcontract
so that the subcontracting thereof will not prejudice such rights;
(2) require that such work be performed in accordance with the requirements
of the Contract Documents;
(3) require submission to the Contractor of the applications for payment under
each subcontract to which the Contractor is a party, in reasonable time to
enable the Contractor to apply for payment in accordance with this
contract;
(4) require that all claims for additional costs, extensions of time, damages for
delays or otherwise with respect to subcontracted portions of the work
shall be submitted to the Contractor (via any Subcontractor or Sub -
subcontractor where appropriate) in sufficient time so that the Contractor
may comply in the manner provided in the Contract Documents for like
claims by the Contractor upon the Owner;
(5) obligate each subcontractor specifically to consent to the provisions of this
section.
A copy of all such Subcontract Agreements shall be filed by the Contractor with the
Engineer before the Subcontractor shall be allowed to commence work.
8.03 Payments to Subcontractors
The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner,
an amount directly based upon the value of the work performed and allowed to the
Contractor on account of such Subcontractor's work, less the percentage retained from
payments to the Contractor. The Contractor shall also require each Subcontractor to make
similar payments to his subcontractors.
If the Engineer fails to approve a payment for any cause which is the fault of the
Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the
Subcontractor on demand, made at any time after the Certificate for Payment should
otherwise have been issued, for his work to the extent completed, less the retained
percentage.
The Engineer may, on request and at his discretion, furnish to any Subcontractor, if
practicable, information regarding percentages of completion certified to the Contractor
GC -34
gencand m.Vspec
on account of work done by such Subcontractors.
Neither the Owner nor the Engineer shall have any obligation to pay or to see to the
payment of any moneys to such Subcontractor except as may otherwise be required.
9. Separate Contracts
9.01 Owner's Right to Award Separate Contracts
The Owner reserves the right to award other contracts in connection with other portions
of the project under these or similar conditions of the Contract.
When separate contracts are awarded for different portions of the Project, "The
Contractor" in the contract documents in each case shall be the contractor who signs each
separate contract.
9.02 Mutual Responsibility of Contractors
The Contractor shall afford other contractors reasonable opportunity for the introduction
and storage of their materials and equipment and the execution of their work, and shall
properly connect and coordinate his work with theirs.
If any part of the Contractor's work depends for proper execution or results upon the work
of any other separate contractor, the Contractor shall inspect and promptly report to the
Engineer any apparent discrepancies or defects in such work that render it unsuitable for
such proper execution and results. Failure of the Contractor to so inspect and report shall
constitute an acceptance of the other contractor's work as fit and proper to receive his
Work, except as to defects which may develop in the other separate contractor's work
after the execution of the Contractor's Work.
Should the Contractor cause damage to the work or property of any separate contractor
on the project, the Contractor shall, upon due notice, settle with such other contractor by
agreement or arbitration, if he will so settle. If such separate contractor sues the Owner
or initiates an arbitration proceeding on account of any damage alleged to have been so
sustained, the Owner shall notify the Contractor who shall defend such proceedings at the
Contractor's expense, and if any judgment or award against the Owner arises therefrom
the Contractor shall pay or satisfy it and shall reimburse the Owner for all attorney's fees
and court or arbitration costs which the Owner has incurred.
9.03 Cutting and Patching under Separate Contracts
The Contractor shall be responsible for any cutting, fitting and patching that may be
required to complete his work except as otherwise specifically provided in the Contract
GC-35
gencond mat /spee
Documents. The Contractor shall not endanger any work of any other contractors by
cutting, excavating or otherwise altering any work and shall not cut or alter the work of
any other contractor except with the written consent of the Engineer.
Any costs caused by defective or ill -timed work shall be borne by the party responsible
therefor.
10. Protection of Persons and Property
10.01 Safety Precautions and Programs
The Contractor shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the work.
10.02 Safety of Persons and Property
The Contractor shall take all reasonable precautions for the safety of, and shall provide
all reasonable protection to prevent damage, injury, or loss to:
(1) all employees on the work and all other persons who may be affected
thereby:
(2) all the work and all materials and equipment to be incorporated therein,
whether in storage or off the site, under the care, custody or control of the
Contractor or any of his Subcontractors or Sub - Subcontractors; and
(3) other property at the site or adjacent thereto, including trees, shrubs, lawns,
walks, pavements, fences, roadways, structures and utilities not designated
for removal, relocation or replacement in the course of construction.
The Contractor shall comply with all applicable laws, ordinances, rules, regulations and
lawful orders of any public authority having jurisdiction for the safety of persons or
property or to protect them from damage, injury or loss. He shall erect and maintain, as
required by existing conditions and progress of the work, all reasonable safeguards for
safety and protection, including posting danger signs and other warnings against hazards,
promulgating safety regulations and notifying owners and users of adjacent utilities.
When the use or storage of explosives or other hazardous materials or equipment is
necessary for the execution of the work, the Contractor shall exercise the utmost care and
shall carry on such activities under the supervision of properly qualified personnel.
All Blasting, including methods of storing and handling explosives and highly
inflammable materials, shall conform to Federal, State, Local Laws and Ordinances. All
City Ordinances shall be complied with even though some or all of the blasting is done
outside the City Limits unless the applicable Ordinance is in conflict with the law of the
jurisdiction where the action is being taken.
GC -36
geneond,mst/spec
The following is a list of requirements in addition to Federal, State, and Local Laws and
Ordinances. '
1. The Contractor shall furnish the City of Round Rock with a Certificate of
Blasting Insurance in the amount of $300,000.00 for each contract, at least
twenty -four hours prior to using explosives. A blasting permit must be
obtained from the City at least five (5) days prior to use of explosives. If
Blasting is covered under the Contractors General Insurance Certificate for
each contract, a separate blasting certificate will not be required.
2. The following public utility companies and City Department will be
notified by the Contractor, on every occasion, at least twenty -four (24)
hours prior to the use of explosives: Water and Wastewater, Electric, Gas,
Telephone and the City Engineering Department.
3. Explosive materials to be used shall be limited to blasting agents and
dynamite, unless prior approval of other materials is obtained in writing
from the Engineering Department.
4. During blasting, all reasonable precautions shall be taken to protect
pedestrians, passing vehicles, and public or private property. Blasting mats
or protective cover shall be used when required by the City Inspector, the
permit, or by safe blasting practices.
5. All explosives shall be stored in accordance with Chapter 5, Section 5.200,
of the City Code.
6. The Director of Engineering or his representative shall have the right to
limit the use of explosives and/or blasting methods which in his opinion
are dangerous to the public or nearby property of any kind.
7. The Contractor, at his expense, shall promptly repair or replace 'all items
known to be damaged as a result of blasting. All claims of damage shall
be investigated by the City or by Consulting Firms approved by the City.
8. The Contractor shall maintain accurate records throughout the Blasting
operations showing the type explosive used, number of holes, pounds per
hole, depth of hole, total pounds per shot, delays used, date and time of
blast and initials of the Inspector. The Contractor is fully responsible for
all claims resulting from his blasting operation.
All damage or loss to any property referred to in this article caused in whole or in part
by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or
indirectly employed by any of them, or by anyone for whose acts any of them may be
GC -37
liable, shall be remedied by the Contractor, except damage or loss attributable solely to
faulty Drawings or Specifications or solely to the acts or omissions of the Owner or
Engineer or anyone employed by either of them, and not attributable in any degree to the
fault or negligence of the Contractor.
The contractor shall designate a responsible member of his organization at the site whose
duty shall be the prevention of accidents. This person shall be the Contractor's
superintendent unless otherwise designated in writing by the Contractor to the Owner and
the Engineer.
10.03 Location and Protection of Utilities
gencond mstlspcc
Notwithstanding any other provision of this contract, the Contractor shall be solely
responsible for the location and protection of any and all public utility lines and utility
customer service lines in the work area. The Contractor shall exercise due care to locate
and to mark, uncover or otherwise protect all such lines in the construction zone and any
of the Contractor's work or storage areas. Upon request, the Owner shall provide such
information as it has about the location and grade of water, sewer, gas, and telephone and
electric lines and other utilities in the work area but such information shall not relieve or
be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be
primary and nondelegable. Any such lines damaged by the Contractor's operations shall
be immediately repaired by the Contractor or he shall cause such damage to be repaired
at his expense.
GC-38
5.0 SPECIAL CONDITIONS
SECTION 01- INFORMATION
01 - 01 ENGINEER
01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
specend.td/speca
The word "Engineer" in these Specifications shall be understood as referring
to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664,
Engineer of the Owner, or the Engineer's authorized representative to act in
any particular position for the Owner.
The Agreement will be prepared in not less than five (5) counterpart (original
signed) sets. Owner will furnish Contractor two (2) sets of conforming
Contract Documents and Specifications and four (4) sets of Plans free of
charge, and additional sets will be obtained from the Engineer at commercial
reproduction rates plus 20% for handling.
01 - 03 GOVERNING CODES
All constriction as provided for under these Plans and Specifications shall be
governed by any existing Resolutions, Codes and Ordinances, and any
subsequent amendments or revisions thereto as set forth by the Owner.
01 -04 LTOU DATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
The Contractor agrees that time is of the essence for this Contract and that the
definite value of damages which would result from delay would be incapable
of ascertainment and uncertain, so that for each day of delay beyond the
number days of herein agreed upon for the completion of the work herein
specified and contracted for, after due allowance for such extension of time
as is provided for under the provisions of Section 4.02 of the General
Conditions, the Owner may withhold permanently from the Contractor's total
compensation, not as penalty but as liquidated damages, the sum of $100.00
per calendar day.
01 - 05 LOCATION
The location of work shall be as mentioned in the Notice to Bidders and as
indicated on Plans.
SC -2
01 -06 USAGE OF WATER
01 -07 PAY ESTIMATES
epecand.td/specc
SECTION 02- SPECIAL CONSIDERATIONS
All water used during construction shall be provided by the City. The City
shall specify the location from which the Contractor is to procure water. The
Contractor shall be responsible for providing all apparatus necessary for
procuring, storing, transporting and using water during construction. The
Contractor shall strive to use that amount of water which is reasonable to
perform the work associated with this contract and shall endeavor to avoid
excessive waste. The Contractor will be required to pay for all water used if
it is found that unnecessary or excessive waste is occurring during
construction.
If pay estimates from the Contractor are not received by the Engineer on or
before the time specified in Section 5.04 of the General Conditions, then the
pay estimate will not be processed and will be returned to Contractor.
02 -01 CROSSING UTILITIES
Prior to commencing the work associated with this contract, it shall be the
Contractor's responsibility to make arrangements with the Owners of such
utility companies to uncover their particular utility lines or otherwise confirm
their location. Certain utility companies perform such services at their own
expense, however, where such is not the case, the Contractor will cause such
work to be done at his own expense.
02 - 02 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing his own utility services while
performing the work associated with this contract. No additional payment will
be made for this item.
02 - 03 GUARANTEES
The Contractor warrants the materials and workmanship and that the work is
in conformance with the plans and specifications included in this contract for
SC -3
epecond.Napece
the period that the Maintenance Bond, as outlined in Section 04 of the Special
Conditions, is in effect. Upon notice from Owner, the Contractor shall repair
defects in all construction or materials which develop during specified period
and at no cost to Owner. Neither fmal acceptance, Certificate of Completion,
final payment nor any provision in Contract Documents relieves Contractor
of above guarantee. Notice of observed defects will be given with reasonable
promptness. Failure to repair or replace defect upon notice entitles Owner to
repair or replace same and recover reasonable cost thereof from Contractor.
02 -04 MINIMUM WAGE SCALE
Contractors are required to pay prevailing wage rates to laborers, workmen and
mechanics employed on behalf of the City engaged in the construction of
public works. The wage rate for these jobs shall be the general prevailing
wage rates for work of a similar character. This applies to Contractors and
Subcontractors. The Contractors and Subcontractors shall keep and make
available records of workers and their wages. Contractors and
Subcontractors shall pay the prevailing wage rates as adopted by the Owner.
There is a statutory penalty of $60.00 per worker per day or portion of a day
that the prevailing wage rate is not paid by the Contractor or any
Subcontractor.
02 -05 LIMIT OF FINANCIAL RESOURCE
The Owner has a limited amount of financial resources committed to this
Project; therefore, it shall be understood by all bidders that the Owner may be
required to change and/or delete any items which he may feel is necessary to
accomplish all or part of the scope of work within its limit of financial
resources. Contractor shall be entitled to no claim for damages anticipated
profits on any portion of work that may be omitted. At any time during the
duration of this contract, the Owner reserves the right to omit any work from
this contract. Unit prices for all items previously approved in this contract
shall be used to delete or add work per change order.
02 - 06 CONSTRUCTION REVIEW
The Owner shall provide a project representative to review the quality of
materials and workmanship.
SC -4
02 -08
epecond.td/apeca
$TTBMITTAL REOTJIREMENTS
Product Data: Collect required data into two submittals of each work or system
and mark each copy to show which choices and options are applicable to project.
Include manufacturer's standard printed recommendations for application and use,
compliance with standards, application of labels and seals, notation of field
measurements which have been checked, and special coordination requirements,
maintain one set of product data (for each submittal) at project site, available for
reference by the Engineer or others.
02 -07 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to complete all work included in
this Contract, so authorized by the Owner, as described in the contract
documents and technical specifications. All items of work not specifically
paid for in the bid proposal shall be included in the unit price bids. Any
question arising as to the limits of work shall be left up to the interpretation
of the Engineer.
RIAL
AA
I
Owner will not pay for materials on hand. Payment will be made for work
completed in accordance with monthly estimate procedure stipulated in the
General Conditions of the Agreement.
02 - 09 "AS BUILT" DRAWINGS
The Contractor shall mark all changes and revisions on all of his copies of
the working drawings during the course of the Project as they occur. Upon
completion of the Project and prior to final acceptance and payment, the
Contractor shall submit to the Engineer one set of his working drawings,
dated and signed by himself and his project superintendent and labeled as
"As- Built ", that shows all changes and revisions outlined above and that
shows field locations of all above ground appurtenances including but not
limited to valves, fire hydrants and manholes. These as -built drawings shall
become the property of the Owner. Each appurtenance shall be located by
at least two (2) horizontal distances measured from existing, easily
identifiable, immovable appurtenances such as fire hydrants or valves.
Property pins can be used for as- builts tie -ins provided no existing utilities
as previously described are available. Costs for delivering as -built
drawings shall be subsidiary to other bid items.
SC -5
02 -10 LAND FOR WORK
epecond.td/epeca
Owner provides, as indicated on Drawings, land upon which work is to
done, right -of -way for access to same and such other lands which are
designated for use of Contractor. Contractor provides, at his expense and
without liability of Owner, any additional land and access thereto that may
be required for his construction operations, temporary construction
facilities, or for storage of materials.
02 -11 DEVIATIONS OCCASIONED BY TJTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans, present obstructions to
grade and alignment of proposed improvements immediately notify
engineer, who without delay, will determine if existing utilities are to be
relocated, or grade and alignment of proposed improvements changed.
Where necessary to move existing services,poles, guy wires, pipelines, etc.,
as determined by the Engineer, the Contractor will make arrangements with
the owner of the utility to be moved and have it moved. The costs of any
utility relocations will be at the Contractor's sole expense. Owner will not
be liable for relocations costs or damages on account of delays due to
changes made by owners of privately owned utilities which hinder progress
of the work.
02 - 12 CONSTRUCTION STAKING
All construction staking required to complete the work associated with this
contract shall be provided by the Contractor. The Contractor shall be
responsible for determining the layout and extent of staking necessary to
construct the improvements to the lines and grades shown in the Plans.
This item shall not be paid for separately and shall be considered subsidiary
to other bid items.
SECTION 03- TRAFFIC CONTROL
Access shall be provided for residents and emergency vehicles at all times.
When it becomes necessary to restrict access, the Contractor shall notify all
applicable agencies (ie. Fire Department, E.M.S., Public Works, etc.). At
the end of each day two lanes of traffic shall be opened to the public. The
Contractor shall be responsible for all maintenance, signing and safety
SC -6
precautions necessary for traffic control. This item shall be considered
subsidiary to other bid items and no additional compensation shall be given
for complying with this Special Condition.
SECTION 04 MAINTENANCE BOND
Per City of Round Rock Ordinances, a two (2) year Maintenance Bond
naming the City of Round Rock as obligee will be required for public
streets constructed without lime stabilization of subgrade material when the
Plasticity Index of the subgrade is above 24. Maintenance Bond shall
remain in effect for two (2) years from date of City of Round Rock
acceptance of impr ar -,nts, Such bonds shall be from an approved surety
company holding a permit from the State of Texas to act as surety or other
surety or sureties acceptable to the Owner prior to final payment.
A one (1) year Maintenance Bond in the amount of one hundred (100 %)
percent of the contract price will be required for all other improvements and
shall be submitted prior to final payment. Such bonds shall be from an
approved surety company holding a permit from the State of Texas to act as
surety (and acceptable according to the latest list of companies holding
certificates of authority from the Security of the Treasury of the United
States) or other surety or sureties acceptable to the Owner prior to final
payment.
SECTION 5 INSURANCE
apecond.ld/apoca
Section 3.18 of the General Conditions of the Agreement is hereby
amended to include the following:
3.18 Insurance
Contractor shall carry insurance in the following types and amounts for the
duration of this Contract, which shall include items owned by Owner in
care, custody and control of Contractor prior and during construction and
warranty period, and furnish Certificates of Insurance along with copies of
policy declaration pages and all policy endorsements as evidence thereof:
a. Statutory Worker's Compensation and minimum $100,000
Employers Liability Insurance.
SC -7
epecond.ta/epeas
b. Commercial General Liability Insurance with minimum limits of
$500,000 per occurrence and $1,000,000 Aggregate or $500,000 for
this designated project and $100,000 Fire Damage.
c. Automobile Liability Insurance for all owned, nonowned and hired
vehicles with minimum limits for Bodily Injury of $250,000 for each
person and $500,000 for each occurrence and Property Damage
limits of $100,000 or Combined Single Limit of $600,000.
d. On all new or remodeling building projects: All Risk Builders Risk
Insurance for insurable building projects shall be insured in the
amount of the contract price for such improvements. Owner and
Contractor waive all rights against each other for damages caused by
fire or other perils to the extent covered by Builders Risk
Insurance required under this section, except as to such rights as they
may have in the proceeds of such insurance. Contractor shall require
similar waivers by Subcontractors and Sub - subcontractors.
e. Owner and Contractor's Protective Policy The Contractor shall
provide and maintain during the life of this contract and until all
work under said contract has been completed and accepted by the
Owner, an Owner's and Contractor's Protective Policy which co-
insures the Owner and the Owner's agents and employees with the
same Commercial General Liability coverage as described above,
entitled "Commercial General Liability Insurance."
When offsite storage is permitted, policy will be endorsed for transit and off
site storage in amounts sufficient to protect property being transported or
stored.
This insurance shall include, as insured, City of Round Rock, Contractor,
Subcontractors and Sub - subcontractors in the work, as their respective
interest may appear.
If insurance policies are not written for amount specified in b. and c. above,
Contractor is required to carry an Excess Liability Insurance Policy for any
difference in amounts specified.
Contractor shall be responsible for deductibles and self insured retentions,
if any, stated in policies. Any self insured retention shall not exceed ten
percent of minimum required limits. All deductibles or self insured
SC -8
.pccond.id/spw.
retentions shall be disclosed on Certificate of Insurance required above.
Contractor shall not commence work at site under this Contract until he has
obtained required insurance and until such insurance has been reviewed by
Owner's Contract Administration Office. Contractor shall not allow any
Subcontractors to commence work until insurance required has been
obtained and approved. Approval of insurance by Owner shall not relieve
or decrease liability of Contractor hereunder.
Insurance to be written by a company licensed to do business in the State of
Texas at the time policy is issued and acceptable to owner.
Contractor shall produce an endorsement to each effected policy:
1. Naming City of Round Rock, 221 East Main Street, Round Rock,
Texas 78664 as additional insured (except Workers' Compensation
and Builders Risk).
2. That obligates the insurance company to notify Joanne Land, City
Secretary, City of Round Rock, 221 East Main Street, Round Rock,
Texas 78664 of any and all changes to policy 30 days prior to
change.
3. That the "other" insurance clause shall not apply to Owner where
City of Round Rock is an additional insured shown on policy. It is
intended that policies required in this agreement, covering both
Owner and Contractor, shall be considered primary coverage as
applicable.
Contractor shall not cause any insurance to be canceled nor permit any
insurance to lapse during term of this Contract or as required in the
Contract.
If Contractor is underwritten on a claim -made basis, the retroactive date
shall be prior to, or coincident with, the date of this Contract and the
Certificate of Insurance shall state that coverage is claims made and also the
retroactive date. Contractor shall maintain coverage for duration of this
Contract and for two years following completion of this Contract.
Contractor shall provide the City annually a Certificate of Insurance as
evidence of such insurance. It is further agreed that Contractor shall
SC -9
speconitd/cpecs
provide Owner a 30 day notice of aggregate erosion, an advance of the
retroactive date, cancellation and/or renewal.
It is also agreed that Contractor will invoke the tail option at request of
Owner and the Extended Reporting Period (ERP) premium shall be paid by
Contractor.
Owner reserves the right to review insurance requirements of this section
during effective period of the Contract and to make reasonable adjustments
to insurance coverages and their limits when deemed necessary and prudent
by Owner based upon changes in statutory law, court decisions or the
claims history of the industry as well as Contractor.
Owner shall be entitled, upon request, and without expense, to receive
copies of policies and all endorsements thereto and may make any
reasonable requests for deletion or revision or modification of particular
policy terms, conditions, limitations or exclusions, except where policy
provisions are established by law or regulation binding upon either of the
parties hereto or the underwriter on any of such policies.
Actual losses not covered by insurance as required by the section shall be
paid by Contractor.
SC -10
6.0 TECHNICAL SPECIFICATIONS
510: Pipe
511: Water Valves
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
SIEVE SIZE PERCENT RETAINED BY WEIGHT
1 1/2" 0
1„ 0 -10
1/2" 40 -85
#4 90 -100
#8 95-100
(b) Foundation Rock
Foundation rock shall be well graded coarse aggregate ranging in size from 2 to 8 inches.
(c) Flexible Base
Flexible base shall conform to Item No. 210, "Flexible Base".
(3) Fine Aggregate
(a) Concrete and Mortar Sand
Fine aggregate shall be Grade 1 and shall conform to Item No. 403, "Concrete for Structures ".
510 02/17/94 Page 1 Pipe
Item No. 510
Pipe
The Contractor shall submit descnptive 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 torn a part of the Specifications. Should the Contractor elect to use any matenals from these lists,
they should be completely and clearly identified when submitted.
(1) Concrete
Concrete shall conform to Item No. 403, 'Concrete for Structures'.
(2) Coarse Aggregate
Coarse aggregate shall conform to Item No. 403, "Concrete for Structures" or one of the following:
(a) Pipe Bedding Stone
Pipe bedding stone shall be clean gravel, crushed gravel or crushed limestone, free of mud, clay, 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:
(b) Bedding Sand
Sand for use as pipe bedding shall be clean, granular and homogeneous material composed mainly of mineral
matter, free of mud, silt, clay lumps or clods, vegetation or debris. The material removed by decantation 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:
GRADATION TABLE
SIEVE SIZE PERCENT RETAINED BY WEIGHT
1/4" 0
#60 75-100
#100 95 -100
(4) Flowable Backfill
Flowable backfill shall conform to Item 402, "Flowable Backfill ".
(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
(6) Select BackfIll or Borrow
3/4" 0
1/2' 0 -25
1/4" 90 -100
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 materials 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.
(8) Pipe
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 backitow
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 Iron 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 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)
510 02/17/94 Page 2 Pipe
510
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.
(a) Reserved
(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 B16.1,
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 furnish
certification that each fabricated joint has been satisfactorily tested hydrostatically at a minimum pressure of 300 psi.
- Linings and Coating:
Interior 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 MPa).
- Minimum yield strength: 42,000 psi (290 MPa).
- Minimum elongation: 10 percent.
The flanges for AWWA 0115 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.
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.
02/17/94 Page 3 Pipe
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 A21.11/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 616.1 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 ASTMS 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 tluoropolymer
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 backtill. 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 will 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 shall be of the 0 -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, d required.
° 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.
510 02/17/94 Page 4 Pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 to '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 Test Method Typical Analysis
Bitumen (petroleum ASTM D 4 50-70
plastic content)
(% by weight)
Ash -inert Mineral Water Tex -526 -C 30 - 50
(% by weight)
Volatile Matter (at 325 F) Tex -506 -C 2.0 Maximum
(% 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
Properly 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) 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 -nng 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 0-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 matenal shall be placed and tamped against pipe to secure the joint
510 02/17/94 Page 5 Pipe
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 fabncated bends. All bends shall be watertight, have a smooth flow line and be equal or greater in
strength to the adjacent pipe.
Honzontal or vertical changes in alignment in wastewater lines shall be accomplished by use of manholes. With
the Engineer's approval, horizontal changes in alignment may be made by the "Joint Deflection" method. Joint
deflection is limited by regulations of the Texas Natural Resource Conservation Commission (TNRCC) to 80
percent of the maximum recommended by the manufacturer, such deflection may not exceed 5 degrees at any
joint. Changes in alignment using pipe flexure shall not be allowed.
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 carried 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.
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 extemal loading. Rod reinforcing shall not be used to figure the required steel area. The
fittings shall have a concrete lining and 1 inch minimum coating of cement mortar, except that centrifugally spun
lining need not be reinforced.
Minimum lining thickness shall be 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.
510 02/17/94 Page 6 Pipe
1
1
1
1
1
1
1
1
1
1
1
1
t_ 1
1
510
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 furnish the polyethylene pipe in accordance with the following
table:
Depth of Cover
Expressed In Feet SDR of Plpe
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 ndges, discolonzation, excessive spot roughness, pitting, variable wall
thickness, or any other detect of manufacturing or handling as determined by the Engineer or his /her
representative, shall be discarded and removed from the site.
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 manufacturer's 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.
02/17/94 Page 7 Pipe
New polyethylene pipe shall be inserted immediately behind the expansion and insertion equipment in
accordance with the manufacturer's 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 manufacturer's 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 backfill
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 D790)
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 Owner's Engineer at the completion of testing.
b. Installation Procedure
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
510 02/17/94 Page8 Pipe
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1 >,
1. General
Contractor shall take all necessary steps to prevent flooding of any pnvate 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 manufacturer's standards to provide the wall thickness specified.
Water for the work will be furnished 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.
(f) Polyethylene Tubing
All polyethylene (PE) tubing shall be high density, high molecular weight plastic tubing meeting ASTM 02737; 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.
The tubing shall not fail, balloon, burst or weep as defined in ASTM D 1598, latest revision, when tested in
accordance with the Sustained Pressure Test Method of ASTM D 2737 but under the following test conditions:
Temperature
Time Pressure
73.4 F 1,000 hours 400 psi
100 F 1,000 hours 330 psi
2. Markings
Permanent marking on the tubing shall include the following at intervals of not more than 5 feet:
Nominal tubing size.
The type of plastic 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.
510 02/17/94 Page 9 Pipe
P
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 ToleranceMinimum Tolerance
(inches) (inches) (inches) (inches) (inches)
3/4 0.875 x0.004 0.097 +0.010
1 1.125 10.005 0.125 +0.012
11/4 1.375 ±0.005 0.153 +0.015
11/2 1.625 x0.006 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.
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
(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
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.
Unless otherwise noted, the goods described herein shall be fabricated of standard Red Brass (Waterworks Brass)
meeting ASTM 862 or 8584, 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 Iran pipe threads shall conform to
ANSI 82.1 -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 61.1960 with
approximate tolerance of Class 2.
Flanges shall conform to ANSI 816.1, Class 125 (or Class 250 where so noted), as to dimensions, drillings, etc.
Brass pipe shall conform to the weight and dimensions of Table 2 in the Appendix for AWWA C -800.
All fittings shall be suitable for use at hydrostatic working pressures up to 150 psi.
510 02/17/94 Page 10 Pipe
(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 WallThickness
Size Avg. Tolerance Min. Tolerance Min.Tolerance
(inches) (inches) (Inches) (Inches) (inches) (inches)
4 4.800 +0.009 0.267 +0.032 0.343 +0.041
6 6.900 +0.011 0.383 +0.046 0.493 +0.059
8 9.050 - +0.015 0.503 +0.060 0.646 +0.078
12 13.200 +0.015 0.733 +0.088 0.943 +0.113
All pipe 4 inches and larger must be approved Underwriter's Laboratories for use in buried water supply and fire
protection systems.
3. Material Requirements
All pipe and fittings shall be made from clean, virgin, NSF approved, Class 12454B PVC. Clean reworked
materials generated from the manufacturer's own production may be used within the current limits of the
referenced AWWA C -900.
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 12454B ).
The Standard Dimension Ratio and the pressure rating in psi for water at 73 F (e g., SDR 18, 150 psi).
The AWWA designation with which the pipe complies (e.g., AWWA C -900).
The manufacturer's name or code and the National Sanitation Foundation (NSF) mark.
510 02/17/94 Page 11 Pipe
P
(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 12354B as defined by ASTM 01784.
2. Joint Material
PVC pipe and fitting shall have elastomeric gasket joints conforming to ASTM 0 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 0 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 ".
(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.
510 02/17/94 Page 12 Pipe
510
(n) Welded Steel Plpe 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.
(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 internal and extemal loads specified in this section
The cylinder thickness needed to resist intemal pressure shall be based on an allowable stress in the
steel equal to 1/2 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.
02/17/94 Page 13 Pipe
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.
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 - 705 -l.
510 02/17/94 Page 14 Pipe
Damaged spelter coating shall be repaired by thoroughly wire brushing the damaged area and removing all
loose, cracked or weld -burned spelter coating. The cleaned area shall be painted with a zinc dust -zinc oxide
paint conforming to Federal Specifications TT -P 641b. Damaged pipe shall be rejected and removed from the
project.
Damaged aluminized coating shall be repaired in accordance with the manufacturer's recommendations.
The following information shall be clearly marked on each section of pipe:
Thickness and corrugations
Trade Mark of the manufacturer
Specification compliance
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 II as indicated.
It may be fabricated with circumferential corrugations, lap joint construction with riveted or spot welded seams
or it may be fabricated with helical corrugations with continuous helical lock seam or ultra high frequency
resistance 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 materials by a coating of bituminous material. The coating applied to the pipe
or pipe arch to provide an insulation between the aluminum and other material shall extend a minimum
distance of 1 foot beyond the area of contact.
510 02/17/94 Page 15 Pipe
P
3. Selection of Gages
The pipe diameter, permissible corrugations and required gauges shall be as indicated.
TABLE I
Corrugated Steel
2 2/3 inches by 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 12 112 122 157 164 171
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) 4.3(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 02/17/94 Page 16 Pipe
Table II
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 Fill Height Above Top of Pipe in Feet •
48 12 48 52(60) 56(89) 61(107) 60(118)
54 12 43 48(53) 52(79) 55(95) 58(105)
60 12 38 46(48) 49(71) 51(85) 53(95)
66 12 35 43 47(65) 48(78) 50(86)
72 12 32 40 45(59) 47(71) 48(79)
78 12 22 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 26 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 02/17/94 Page17 Pipe
P
Min.
Cover,
Top of
Pipe to
Pipe Top of
Diameter Subgrade
Inches
12 12
15 12
18 12
24 12
27 12
30 12
33 12
36 12
42 12
48 15
54 16
60 16
66 18
72 20
78 20
84 20
Table 111
Corrugated Aluminum
2 2/3 inches x 1/2 Inch Corrugations
Full Circle Pipe
Thickness
0.064 In. 0.079 In. 0.109 In. 0.138 In.
16 Gage 14 Gage 12 Gage 10 Gage
Maximum Fill Height Above Top of Pipe In Feet
45 45 77
36 37 56
28 30 36 43 49
22 23 25 28 31
20 21 23 25 27
18 18 21 23 24
15 17 20 21 - 22
15 19 20 21
19 19 20
18 18 19
1.1 18 18
• 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.
16 18
12 15
18 11
9
7
0.168 In.
8 Gage
510 02/17/94 Page 18 Pipe
t
1
Table IV
Corrugated Aluminum
3 inches x 1 inch or 6 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 15 19 20 20 21
66 22 18 19 19 20
72 24 1Z 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 in
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 02/17/94 Page 19 Pipe
For pipe arch, the design size and permissible corrugations only will be indicated, since the shape and minimum
gage for pipe arch shall be as designated in Tables A, B, C or D for the specified design size and corrugation for
metal pipe.
Table A
Steel Pipe Arch
2 2/3 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 0.064 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 lnches
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 10 0.138 108
18 137 87 24 10 0.138 114
19 142 91 24 10 0.138 114
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 02/17/94 Page 20 Pipe
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 Inches
11 81 59 12 12 0.109 72
12 87 63 12 12 0.109 78
13 95 67 12 12 0.109 84
14 103 71 18 12 0.109 90
15 112 75 18 12 0.109 96
16 117 79 18 12 0.109 102
17 128 83 24 10 0.138 108
18 137 87 24 10 0.138 114
19 142 91 24 10 0.138 120
' The fill heights for all sizes of pipe arch are limited to a maximum of 10 feet.
A tolerance of plus or minus 1 inch or 2 percent of equivalent circular diameter, whichever is greater, will be
permissible in span and rise, with all dimensions measured from the inside crests of the corrugations.
Table D
Aluminum Pipe Arch
2 2/3 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 18 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 02/17/94 Page 21 Pipe
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 on each of the pipes being connected to form a tightly closed joint after
installation.
Pipes furnished with circumferential corrugations shall be field jointed with corrugated locking bands. This
includes pipe with helical corrugations which has reformed circumferential 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 furnished with
helical corrugations at the ends shall be field jointed with either helically corrugated bands or with bands with
projections or dimples. The minimum width of 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 fabrication 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 02/17/94 Page 22 Pipe
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 s 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.
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.
510 02/17/94 Page 23 Pipe
(1) General
(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.
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.
d. Fiber Bonded
Where fiber bonded pipe is indicated, the pipe or pipe arch shall be formed from sheets whose base metal
shall be as indicated. In addition, the sheets shall have been coated with a layer of fibers, applied in sheet
form by pressing them into a molten metallic bonding. If a paved invert is indicated it shall be in accordance
with the procedure outlined above. The test for 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 slot shall meet
the requirements of ASTM A 36 and the completed plate slot shall be galvanized after fabrication in accordance
with ASTM A 123.
Weld areas and the heat affected zones where the slot is welded to the corrugated pipe shall be thoroughly
cleaned and painted with a good quality asphalt base aluminum paint.
7. Mortar
Mortar shall be composed of 1 part Type I Portland Cement and 2 parts clean, sharp mortar sand suitably graded
for the purpose and conforming in other respects to the provisions for fine aggregate of Item No. 403, "Concrete
for Structures ". Hydrated lime or lime putty may be added to the mix, but in no case shall it exceed 10 percent by
weight of the total dry mix.
510.3 Construction Methods
Prior to commencing this work, all erosion control and tree protection measures required shall be in place and all utilities
located and protected as set forth in "General Conditions of Agreement". Clearing the site shall conform to Item No
102, "Clearing and Grubbing ". Maintenance of environmental quality protection shall comply with all 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
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
concerned in effecting any utility adjustments necessary and shall not hold the City liable for any expense due to delay
or additional work because of conflicts arising from existing utilities.
The Contractor shall do all trenching in accordance with the provisions and the directions of the Engineer as to the
amount of trench left unfilled at any time. All excavation and backtilling shall be accomplished as indicated and in
compliance with State Statutes.
510 02/17/94 Page 24 Pipe
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 furnished by the Contractor, at his
expense and as approved by the Engineer.
Where traffic must cross open trenches, the Contractor shall provide suitable bridges. For trenches less than 2 feet in
width, sheet steel plates having a minimum thickness of 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 flow of
sewers, drains and watercourses encountered during construction and any structures which may have been disturbed
shall be satisfactorily restored upon completion of work.
When rainfall or runoff is occurring or is forecast by the U.S. Weather Service, the Contractor shall not perform or
attempt any excavation or other earth moving work in or near the flood plain of any stream or watercourse or on slopes
subject to erosion or runoff, unless given specific approval by the Engineer. When such conditions delay the work, an
extension of time for working day contracts will be allowed in accordance with '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.
(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 crossas 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
510 02/17/94 Page 25 Pipe
P
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 Contractor's 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, sharing 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 backlill 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
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 will not be considered or paid for as a separate item of work, so excavated material will not be classified as
to type or measured as to quantity. Full payment for all excavation required for the construction shall be included in the
various unit or lump sum contract prices for the various items of work installed, complete in place No extra
compensation, special treatment or other consideration will be allowed due to rock, pavement, caving, sheeting and
bracing, falling or rising water, working under and in the proximity of trees or any other handicaps to excavation.
510 02/17/94 Page 26 Pipe
510
(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 pas
shall be dug adjoining the trench and pumped as necessary to keep the excavation dewatered.
Backfilling shall closely follow pipe laying so that no pipe is left exposed and unattended after initial assembly. All open
ends, outlets or other openings in the pipe shall be protected from damage and shall be properly plugged and blocked
watertight to prevent the entrance of trench water, dirt, etc. The interior of the pipeline shall at all times be kept clean,
dry and unobstructed.
Where the soil encountered at established 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 10 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
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 furnish, at his expense, all necessary batter boards or electronic devices for controlling the work
Batter boards shall be of adequate size material and shall be supported substantially. The boards and all location
stakes must be protected from possible damage or change of location. The Contractor shall furnish good, sound twilled
lines for use in achieving lines and grades and the necessary plummets and graduated poles.
The Contractor shall submit to the Engineer at least 6 copies of any layout plans from the pipe manufacturer for review
and approval. The Contractor shall submit the layout plans at least 30 days in advance of any actual construction of the
project. The Engineer will forward all comments of the review to the Contractor for revision. Revisions shall be made
02/17/94 Page 27 Pipe
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 Contractor's 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.
(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
510 02/17/94 Page 28
Pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
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 Contractor's 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.
(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
510 02/17/94 Page 28
Pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(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 right -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.
(15) Laying Pipe
No pipe shall be installed in the trench until excavation has been completed, the bottom of the trench graded and the
trench completed as indicated.
Laying of Corrugated metal pipes on the prepared foundation shall be started at the outlet end with the separate sections
firmly joined together, with outside laps of circumferential joints pointing upstream and with longitudinal laps on the
sides. Any metal in joints which is not protected by galvanizing shall be coated with a suitable asphaltum paint. Proper
facilities shall be provided for hoisting and lowering the sections of pipe into the trench without damaging the pipe or
disturbing the prepared foundation and the sides of the trench. Any pipe which is not in alignment or which shows any
undue settlement after laying or is damaged, shall be taken up and relaid without extra compensation.
Multiple installations of corrugated pipe or arches shall be laid with the centerlines of individual barrels parallel. When
not otherwise indicated, clear distances of 2 feet between outer surfaces of adjacent pipes shall be maintained.
No debris shall remain in the drainways or drainage structures.
All backfill in streets and under structures will be tested by the City and must satisfy the specified density 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.
510 02/17/94 Page 29 Pipe
Before joining any pipe, all foreign matter, lumps, blisters, excess coal tar coating, oil or grease shall be removed from
the ends of each pipe and the pipe ends shall then be wire brushed and wiped clean and dry. Pipe ends shall be kept
clean until joints are made.
Every precaution shall be taken to prevent foreign matenal from entering the pipe during installation. No debris, tools,
clothing or other materials shall be placed in the pipe.
(17) Joints
(a) Mortar
Pipe ends shall be clean, free of asphalt or other contaminants which will inhibit the bond of the mortar to the pipe.
The pipe ends shall be moistened immediately prior to placing the mortar in the joint.
(b) Cold Applied Preformed Plastic Gaskets
The pipe ends shall be clean and the joint material applied to the dry pipe. In cold weather, the joint material shall
be heated to facilitate the seal of the joint.
(c) 0 -Ring
Just before making a joint the ends of the pipe shall be clean, dry, free of any foreign matter, lump blisters,
excessive coal tar coating and grease or oil and shall be wire brushed. The gasket and the inside surface of the bell
shall be lubricated with a light film of soft vegetable soap compound to facilitate assembly of the joint. The rubber
gasket shall be stretched uniformly as ft 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 longs, 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
510 02/17/94 Page 30 Pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1�
1
1
1 °
1
1
1
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 fining.
(19) Placing Pipe in Tunnels
Piping installed as a carrier pipe in a tunnel, encasement pipe, etc., shall have uniform alignment, grade, bearing
and conform to the reviewed shop drawings. All necessary 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 carner pipe in accordance with the manufacturer's
recommendations. The insertion pushing forces shall not exceed the pipe manufacturer's recommendation. Such
carrier 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 Inch Pipe and Larger
Each length of pipe shall be pushed into the tunnel as single units. A flexible mastic sealer shall be applied to
the exterior of the joint prior to joint engagement. The surfaces receiving the mastic sealer shall be cleaned and
primed in accordance with the manufacturer's recommendation. Sufficient 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 02/17/94 Page 31 Pipe
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 Harness
A metal thrust harness of tie rods, pipe clamps or lugs, tumbuckles, 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
Where a service connection to a main 15 Inches or larger is indicated, a field tap may be made with the pipes
installed crown to crown The tap should be made conforming to the pipe manufacturer's recommendations with the
Engineer's approval.
510 02/17/94 Page32 Pipe
1
"
1
1
1
1
1
1
t1
1
1
1
1
1
1
1
1
1
Where not otherwise indicated, service connections to mains shall be installed at an angle approximately 45 degrees
above the horizontal.
(b) Connections to the Existing System
Unless otherwise specified by the Engineer, all connections made to existing mains shall be made at 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 laps 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 debns 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 City 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.
(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 private 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.
510 02!17/94 Page 33 Pipe
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) Backfilling
(a) General
Special emphasis is placed upon the need to obtain uniform density throughout the backfill material. 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 governing 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.
(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 backill 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
510 02/17/94 Page 34 Pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
510
compacting equipment used and the test results thereby obtained. Prior 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 spnnkled 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 backfilt 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) BacMill 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 jurisdiction. Approval for all completed work in the State or County right of
way shall be obtained from the appropriate Official prior to final payment by the Owner.
(f) Backfill in Railroad Right of Way
All work within the railroad right of way 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 pnor 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 Items 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.
02/17/94 Page 35 Pipe
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 descnbed
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
material is 20 or higher or where the backfill material has a P.I. of 20 or more.
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 determined 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 ponding 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 internal pressures and must be
securely braced. Place all air testing equipment above ground and allow no one to enter a manhole or trench
where a plugged sewer is under pressure. Release all pressure before the plugs are removed. The testing
equipment used must include a pressure relief device designed to relieve pressure in the sewer under test at 10
psi or less and must allow continuous monitoring of the test pressures in order to avoid excessive pressure Use
510 02/17/94 Page 36 Pipe
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 determined (0.433 psi)
for each foot of average water depth (if any) above the sewer.
Add air slowly to the section of sewer being tested until the 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 internal test pressure is reached, allow at least 2 minutes for the air temperature to stabilize, adding
only the amount of air required to maintain pressure. After the temperature stabilization period, disconnect the
air supply.
Determine and record the time in seconds that is required for the internal air pressure to drop from 3.5 psig to 2.5
psig greater than the average back pressure of any ground water that may submerge the pipe.
Compare the time recorded with the: 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 250ft 300ft 350ft 400ft 450f(
4 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46
6 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24
8 7:34 7:34 7:34 7:34 7:36 8:52 1008 1124
10 9:26 9:26 9:26 9:53 11:52 13:51 15:49 17:48
12 11 11 11.24 14.1 17 1 6 47 25 3a
15 14:10 14:10 17:48 22:15 26:42 31:09 35:36 40.04
18 17 . 00 19 •� •D 8 27 4 2 1 1 7 41
21 19:50 26:10 34:54 43:37 ' 52:21 61:00 69:48 78'31
24 22:47 34:11 45:34 56:58 68•22 79:46 91:10 102
27 28:51 43:16 57:41 72:07 86:32 100:57 115:22 129
30 35:37 53:25 71:13 89:02 106:50 124:38 142:26 160:15
33 43:05 64:38 86:10 107:43 129:16 150:43 172:21 193'53
36 51:17 76:55 102:34 128:12 153:50 179:29 205:07 230 46
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 (APL'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 fess 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
510 02/17/94 Page 37 Pipe
510
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 described in ASTM C -924 or other equivalent procedures.
For safety reasons, air testing of pipe sections will be limited to hne 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.
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 exfiltration or. vacuum method (see Item 506,
Manholes).
(f) Deflection Test
Deflection tests shall be performed by the Contractor on all flexible and semi -rigid wastewater pipes. The tests shall
be conducted after the final backlit! has been in place at least 30 days. Testing for in -place deflection shall be with a
pipe mandrel or rigid ball sized at 95% of the inside diameter of the pipe. A second test of flexible and semi -rigid
wastewater pipes 18 inch size and larger, also with a pipe mandrel or ball sized at 95% of the inside diameter of the
pipe, shall be conducted by the Contractor 30 days prior to expiration of his warranty on the work.
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 furnish all necessary assistance for conducting the
tests. The specified test pressures will be based on the elevation of the lowest point of the hne 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.
02/17/94 Page 38 Pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(b) Pressure Pipe Leakage Test
A leakage test will follow the pressure test and be conducted on the entire project or each valved section. The
leakage test shall be at 150 psi for at least 1 hour.
(1) Allowable Leakage
Leakage shall be defined as the quantity of water that must be supplied into any test section of pipe to
maintain the specified leakage test pressure (see above, "Pressure Pipe Leakage Test") after the air in the
pipeline has been expelled and the pipe has been tilled with water.
No pipe installation will be accepted if the leakage exceeds 25 gallons /24 hours/mile of pipelnch nominal
pipe diameter.
( 25 god 1
(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.
(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
$50.00 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 hypochlorite 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 chlorine 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 chlorinated•water shall then be carefully flushed from the line until the chlorine concentration is no
higher than the residual generally prevailing in the existing distribution system or approximately one part per
million. Proper planning and appropriate preparations to handle, dilute and dispose of this strong chlorine
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.
510 02/17/94 Page 39 Pipe
510.4 Measurement
(b) Bacteriological Testing
After final flushing of the strong disinfecting solution, water samples from the line 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 bacteriological analysis will be collected only from suitable sampling taps in sterile bottles treated
with sodium thiosulfate. Samples shall not be drawn from hoses, fire hydrants, etc. The City, at its expense, will
furnish the sterile sample bottles and may, at its discretion, collect the test samples with City personnel.
If the initial disinfection fails to produce acceptable sample tests, the disinfection procedure shall be repeated
(without extra compensation) until satisfactory test results have been obtained before the piping may be placed in
service.
(30) Cleanup and Restoration
It shall be the Contractor's responsibility to keep the construction site neat, clean and orderly at all times.
Cleanup shall be vigorous and continuous to minimize traffic hazards or obstructions along the streets and to driveways.
Trenching, backfill, pavement repair (as necessary), and cleanup shall be coordinated as directed by the City. The
Engineer will regulate the amount of open ditch and may halt additional trenching if cleanup is not adequate to allow for
orderly traffic flow and access.
Materials at the site shall be stored in a neat and orderly manner so as not to obstruct pedestnan 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
return 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.
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 02/17/94 Page 40 Pipe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
510.5 Payment
Payment for pipe, measured as prescnbed 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 furnishing,
placing and compacting the foundation rock, coarse aggregate or other approved material all complete in place
Excavation and backfill, when included as a separate pay item, will be measured by Pay Item No. 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 price
bid for constructing pipe and measured as pipe complete in place including excavation and backfill. As established in the bid,
pipe including excavation and backfill may be either (1) payment for any and all depths or (2) payment in 2 foot incremental
depth.
Payment 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 for 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 pnce per linear foot of pipe shall 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 material, 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 toot 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 harnessed joints required for thrust restraint which are scheduled,
indicated, generally required for the pipe matenal 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 Boring" 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.
510 02/17/94 Page 41 Pipe
(6) Fittings
Cast iron and ductile iron fittings of the class indicated, furnished in accordance with these specifications will be paid for
at the unit price bid per ton, complete in place, according to 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 furnished 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 Backfill
Cement - stabilized backfill will be paid for at the unit price bid per linear foot and shall be full payment to the Contractor
for fumishing 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
Encasement Pipe °.
(10) Pressure Taps
Pressure taps will be paid for at the unit price bid, complete in place, according to the size tap made and the size main
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 sliplining 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 02/17/94 Page 42 Pipe
1
1
1
1
1
1
( .i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
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 Back(ill -
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 -G: Concrete Seal or Cradle Dia. Pipe - Per Linear Foot.
Pay Item No. 510 Concrete Trench Cap Ft. Width - Per Linear Foot
Pay Item No. 510-1: Concrete Cap and Encasement, Dia. Pipe - Per Linear Foot.
Pay Item No. 510 -K: Cement Stabilized Backfill, _ Dia. Pipe - per Linear Foot.
Pay Item No. 510-M: Foundation Rock - Per Cubic Yard.
Pay Item No. 510 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 Bern No. 510 -V: Wet Connections, _ Dia. x _ Dia. - Per Each.
A 'W" after the pay Bern 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 02/17/94 Page 43 Pipe
511.1 Description
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 valve stems shall
be adjusted to situate the operating nut not less than 30 inches nor more than 36 inches below the proposed
ground or paving surface of the finished project.
511.2 Materials
Contractor to submit descriptive information and evidence that materials and equipment Contractor proposes for
incorporation into work is of the kind and quality that satisfies the specified functions and quality. Because City
of Austin water has a relatively high pH, bronze parts of valves shall not contain over 16% zinc. Through
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 part of
these Specifications. Should Contractor elect to use any materials from these lists, they should be completely
and clearly identified when submitted.
(1) 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 bid shall be accompanied by:
Item No. 511
Water Valves
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 open or close the valve,
detailed Instructions for calibrating the limit stops for open and closed positions and any other information
which may be necessary to operate and maintain the operator.
Complete dimensional data and installation instructions for the valve assembly as it is to be installed,
including the operator.
Complete replacement parts lists and drawings, identifying every part for both the valve and operator
.511.3 Valves
(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 12" — including Tapping Valves- -shall be double disc, parallel seat
valves meeting the requirements of AWWA C500.
(a) Stem Seals: All valves shall have approved O -nng type stem seals. At least two O -rings shall be in -
contact with the valve stem where it penetrates the valve body.
(b) Operation: All valves shall have non -rising stems with a 2" square operating nut, or with a spoke type
handwheel when so ordered, tuming clockwise to close.
511 112/19/93 1 Water Vail es
(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 honzontal 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 nonnsing stem type which meets the same AVVWA 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. Seat rings and body casting shall be over -sized as required to accommodate full
size cutters, the outlet end shall be constructed and dulled to allow the drilling machine adapter to be
attached directly to the valve.
(1) 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 valve leakage past the stem seal does not enter the gear case.
(g) 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.
(a) 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.
5. Unless otherwise indicated, valves shall be provided with manual operators with vertical stems and 2
inches square operating nut fuming 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 230/460 volt, 3 -phase
reversing motor operators, extended as required to locate the center line 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 /position indicator, torque and travel limit switches and all switches, relays
511 02/19/93 2 Water Valscs
and controls (except 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 valve 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 nonshock shutoff pressure without exceeding a
permissible temperature rise of 55 degrees Celsius over 40 degrees Celsius ambient, they shall
have a duty rating of not less than 15 minutes 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 thee 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
(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 automatically
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 maximum 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.
Floats shall be stainless steel, rated at 1000 psi.
Unless otherwise indicated, these valves shall be as included in the Standard Products List
(SPL WW -367 for water, WW -462 for wastewater force mains).
(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 List.
(6) Pressure /Flow Control Valves: All control valves to regulate pressure, flow, etc., in City lines shall be
models listed in Water and Wastewater Standard Products List.
(7) Dram Valves: Drain valve materials and installation shall conform to City of Austin Standard Detail No.
511 -9 or 511 -17.
511 112/19/93 3 Water Vanes
511.4 Construction Methods
(1) 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 described for
cleaning, laying, and jointing pipe.
Unless otherwise indicated, valves shall be set in line with the radius point and the corresponding point of
curvature or point of tangency of adjacent curbs or right of way lines. Valves shall be installed so that
the tops of operating stems will be at the proper elevation required for the piping at the location indicated
above. Valve boxes and valve stem casings shall be firmly supported and maintained, centered and
aligned plumb over the valve or operating stem, with the top of the box or casing installed flush with the
finished ground or pavement in existing streets, and installed with the top of the box or casing
approximately 6 inches below the standard street subgrade in streets which are excavated for paving
construction or where such excavation is scheduled or elsewhere as directed by the Engineer
Drainage branches or air blowoffs shall not be connected to any sanitary sewer or submerged in any
stream or be installed in any other manner that will permit back siphonage into the distribution system
(see "Standard Detail Drawings "). Every drain line and every air release line shall have a full sized
independent gate valve flanged directly to the main. Flap - valves, shear gates, etc., will 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 abuts curb, and in
other public areas or in commercial areas, dimension from gutter face of curb to 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 line intersection.
All hydrants shall stand plumb; those near curbs shall have the 4" nozzle (the large one) facing the curb
and perpendicular to it. The hydrant bury mark shall be located at ground or other finish grade, nozzles
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 installed 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
compactly with coarse gravel or broken stone mixed with coarse sand under and around the blow 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 harness
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 and removed when the mains are accepted and placed in service
(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 ".
511 02/19/93 4 W alc r V ah c'
c
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
1
(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 ,
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
(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 ANSI /AWWA Specification C -105- current, with all edges and laps taped
securely to provide a continuous and watertight wrap.
(6) Valve Box, Casing and Cover: Sterns 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.
(7) Drain Valve Installations: Refer to City of Austin Standards.
(8) Air Release Assemblies: Refer to City of Austin Standards.
Payment shall be full compensation in accordance with the pay item set in the bid, for excavation, furnishing.
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 in 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, including valve
stem casing and cover, excavation and backfill, setting, adjusting to grade, anchoring in place, and other
appurtenances necessary for proper operation.
(2) 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 between the main
line and fire' hydrant.
(3) Fire Hydrant and Drain Valve Barrel Extensions: Barrel extensions will be paid tor at the price bid
measured by the vertical foot for bury depths greater than 5 feet, including stem extensions, bolts and all
other required accessories. •
(4) 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 place, adjusting
the control device to the required conditions, providing other appurtenances necessary for proper
operation, and placing in operation.
(5) 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, anchoring in place, and
other appurtenances necessary for proper operation; but shall not include pipe and valve between the
main line and drain hydrant.
511 112/19/93 5 Water Valtcs
END
Ref: 510
(6) Manual Air Release: Manual air release installations will be paid for at the unit price bid and shall
include valves, fittings, pipe, tapping the main, box and cover, and other appurtenances necessary for
proper operation.
(7) Automatic Air- Vacuum Valves: Automatic air - vacuum release assemblies will be paid for at the unit
pnce bid and will include the main line tap or outlet, all pipe, valves, fittings, box or vault and cover, and
other appurtenances necessary for proper operation.
Payment, when included as a contract pay Item, will be made under one of the following:
Pay Item No. 511 -A: Valves Type Dia. - Per Each.
Pay Item No. 511-8: Fire Hydrants - Per Each.
Pay Item No. 511-C: Fire Hydrant Barrel Extensions - Per Vertical Foot.
Pay Item No. 511-D: Pressure or Flow Control Valve Assemblies - Per Each.
Pay Item No. 511-E: Drain Valve Assemblies - Per Each.
Pay Item No. 511-F: Manual Air Release Assemblies Dia. - Per Each.
Pay Item No. 511-6: Automatic Combination Air and
Vacuum Release Valve Assemblies Dia. - Per Each.
511 02/19/93 6 Water Vahcs
Date: July 30, 1997
To: Jim Nuse, P.E.
Public Works Director
From: Steven Miller, P.F��
Facilities Engineer
Subj: Tower Drive Pump Station Improvements
CITY OF ROUND ROCK
INTEROFFICE MEMORANDUM
Bids were received on Tuesday, July 22n for the pump improvement at Tower Drive. This
project was advertised on an invitation basis to several general contracting companies. Of the five
requests solicited two bids were received as shown on the attached bid tabulation sheet. Based on
the references supplied by the low bidder, Cunningham Constructors & Associates of
Georgetown , Texas I recommend the City Council award this project to this company for
$42,800.00. The estimated cost was $50,000.
-
THE CITY OF ROUND ROCK BEDS EXTENDED
PUBLIC WORKS DEPARTMENT
2008 Enterprise Dr. BY :
Round Rock, Texas. 78664 DATE:
1 ,4
(512) 218-5555 BID TABULATION SHEET
...
AND CHECKED
Steve Millt6 4
7/22/97
1 of 1
, ..
CONTACT: Tower Drive Pump Station Improvement - 1997
•
LiSCATION : City Hall
Cunningham
& Assocs.,
Construction
Inc.
Yes
Matous Construction Co., Inc
Bid Bond? Yes
Bid Bond? Yes
bATEt • July 22, 1997
Bid Bond?
P;',11.14
a, :.:,. ITEM
UNIT
APPROX.
QTY.
UNIT
PRICE
COST
1UNIT
PRICE
COST
UNIT
PRICE
COST
..
1, and install one (1) 1,000 gpm pump
and all appurtenances.
LS
$42,800.00
$52,000.00
, ii , t 7 t;i:A 4
-,4....e"t
-
, '. j. ;* • -
34 ;:.` 1 •
_ .
TOTAL:
$42,800.00
$52,000.00
twerbidtablsm
041
"1-