WA8601-CN 851213CONTRACT DOCUMENTS
AND SPECIFICATIONS
ELEVATED
STORAGE
AT
TANK
SOUTHWESTERN BLVD. &
COPPELL R 0 A D
utifu! Future
GINN, INC.
CONSULTING ENGINEERS
DALLAS, TEXAS
1985
PROJECT NANUAL INCLUDING
CONTRACT DOCUNENTS AND SPECIFICATIONS
FOR
ELEVATED WATER STORAGE TANK
CITY OF COPPELL
DALLAS COUNTY, TEXAS
1985
P=epa=ed By:
GINN, INC.
Consulting Engineers
16135 P:eston Road
Dallas, Texas 752~8
lamina
TABLE OF CONTENTS
COVER PAGE
I'ABL, E Of CONTENIS
INDEX 1'0 DRAWINGS
DIVISION 0 - BIDD1NG AND CONTRACT REQUIREMENTS
00020 - ADVERTISEMENT FOR BIDS
00100 - INSTRUCTIONS TO BIDDERS
00110 - GENERAL INSTRUCTIONS FOR BONDS
00220 - S01L INVESTIGATION DATA
00300 - PROPOSAL AND BID FORM
00~00 - BID BOND
00500 - GENERAL CONDITIONS OF AGREEMENT (GC-1 th:u GC-I~)
00510 - STANDARD FORM OF AGREEMENT (SF-1 th:u SF-2)
00600 - PERFORMANCE BOND IPB-1 th:u PB-2)
00610 - PAYMENT BOND IPB-3 th:u PB-~)
00630 - CERTIFICATE OF INSURANCE
00650 - SPECIAL CONDITIONS (Supplemento:y Conditions)
00750 - TECHNICAL SPECIFICATIONS
07000 - STANDARD SPECIFICATIONS
07500 - SPECIAL PROVISIONS
DIVISION I - GENERAL REQUIREMENTS
01010 - SUMMARY OF WORK
01050 - FIELD ENGINEERING
01152 - APPLICATIONS FOR PAYMENT
01310 - CONSTRUCTION SCHEDULES
013~0 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES
0~700 - CONTRACT CLOSEOUT
01720 - PROJECT RECORD DOCUMENTS
017S0 - WARRANTIES
APPENDIX A - LOG OF BORINGS
INDEX TO DRAWINGS
SHEET NO.
1
2
3
/+
DESCRIPTION
COVER SHEET
LOCATION MAP
ELEVATIONS AND SITE PLAN
PLAN AND DETAILS
ELECTRICAL PLAN AND DETAILS
ELECTRICAL DETAILS
SECTION 000_~_0_: ADVERTISEMENT FOR__BJ_D_S
Sealed p~oposals add=essed to the CITY OF COPPELL, Texas
ELEVATED WATER STORAGE TA~ will be ~ecetved at the City of
Coppall City Hall, 616 S. Coppal/ Road unttl 10:30 a.m.,
Octabe= 29, 1985, and then pub]lc]y opened and =ead aloud.
The Inst=ucttons to Bidde=s, P=oposal Fo=ms, Fo=ms of
Cant=act, P]ans, Specifications and Fo=ms of Bld Bond, Pe=fo=mance
and Payment Bond, and othe= cant=act documents may be examined at
the fo]lowing:
Ginn, /nc., Consulting Engtnee=s
16135 P=eston Road, Suite
Dallas, Texas 752~8
121~) 386-6611
Coptee may be obtained at the office of Gtnn,
payment of $50.00 pe= set, non-~efundable.
Inc. fo= o
The O~ne= =ese~ves the =ight to waive any tnfo=molities o= to
=e}ect any o= all bids.
Each bidde= must deposit
amount, fo=m and sub)act to
Inst=uctions to Btdde=s.
with his bid, o secu=tty in the
the conditions p=ovtded in the
PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE:
Fu=ntsh, install, and paint elevated wotez eta=age tank
complete with appurtenances in Coppall, Texas, Tank stze shall be
1.25 HG o= 1.5 MG depending on most advantageous p=oposal.
CITY OF COPPELL
Lou Duggan, Mayoz
(PLANS WILL BE AVAILABLE OCTOBER 1~, 1985)
Adve=ttsed Octabe= 13, 1985
Octabe= 20, 1985
Octabe= 27, 1985
Date
SECTION 00100 - INSTR_U(;__T_I,ONS TO BIDDERS
PART 1: GENERAL
1.1 GENERAL
Defined Terms: Terms used In these Instructions to
Bidders which are in the General Conditions of the
Construction Contract, hove the meanings assigned to them
in the Genera] Conditions·
Owner: Wheteve: the word "OWNER" is used in the
specifications and Contract Documents, it shall be
understood as referring to the ~Y_9~_~9~~ Coppe11,
Texas.
Engineer: Wherever the word "ENGINEER" ts used in the
specifications and Contract Documents, it shall be
understood as referring to ~OD~__Inc-1 16135 Preston
Road, Suite 112~ Dallas, Texas 752~87 phone 121~)
386-6611.
Inspector: The authorized representative of the
Engineer, assigned to supervise and inspect any or all
parts of the work and the materials to be used therein.
Bidder: An individual, firm or corporation or any
combination thereof, submitting a proposal.
Contractor: The individual, firm or corporation o: any
combination thereof, party of the second part, with which
the contract is made by the City of Coppall, Texas.
Superintendent:
authorized to
Englnee: and
construction.
The representative of the Contractor
receive and fulfill instructions from the
who shall supervise and direct the
Documents: Complete sets of the Bidding Documents
(drawings and specifications) may be obtained from the
Engineer upon receipt of the required payment as stated
in the Advertisement for Bids· The payment is
non-refundable. No Bidding Documents will be issued
later than two (~) days prior to the dote for receipt of
bids. If requested, Bidding Documents will be mailed
upon receipt of the required payment, plus a $5.00
handltng and shipping charge.
Plans and specifications may be examined at Gtnn, Inc.,
and copies may be obtained upon providing the required
payment· Plans ore also made available to the Dodge Room
and Texas Contractor. No partial sets of plans,
specifications or proposal forms will be issued.
Sec. 00100
1
Complete sets of Bidding Documents shall be used in
preparing Bids~ neither Owner nor Enginee~ assume.any
~esponsibtlity fo; e~rors or misinte:pretations resulting
from the use of Incomplete sets of Bidding Documents.
Disczepancles: should a Bidder find any dtsc:epancy,
ambiguity, inconsistency, error or omission from the
drawings, specifications or pro)ect manual or of the site
and local conditions, oz be in doubt as to their written
meaning, it is requested that the Bidder promptly notify
the Enginee~ who then will send a written instruction or
interpretation to all known holders of the documents·
Neither the Owner nor the Engineer will be responsible
for any oral instEucttons.
Addenda: Any addenda to the drawings, specifications, or
pro]ect manual issued before o~ du~ing the time of
bidding shall be included in the proposal and become a
pa~t of the contract.
Addenda will be mailed or delivered to all Bidders
receiving a complete set of Bidding Documents.
No Addenda wi]] be issued late= than four I~l days pztor
to the date foz zeceipt of bids except an Addendum, if
necessary, postponing the date for receipt of bids or
withdzawing the zequest foz bids.
Each Bidde~ shall acknowledge on bid proposal that he has
zeceived all Addenda issued.
Substitutions= The matezials, products and equipment
described in the specifications and/o= shown on the
drawings establish a standard o= reqvized function,
dimension, appearance and quality as zequized by the
Engineer. NO SUBSTITUTIONS WlLL BE CONSIDERED DURING
BIDDING.
1.2 BIDDINO
Nethod of Bidding: The proposal provides for quotation
of a lump sum price for Base Bid and o lump sum price for
Alte:nate Bid. No payment will be made for items not set
up on the proposal, unless otherwise provided by cont=act
amendment. All Bidders ore cautioned that they should
include in the prices quoted fo: the work all necessa:y
allowances for the performance of all work required
the satisfactory completion of the pzo}ect. Single bids
received on general contract will include general and
mechanical const:uction.
Sac. 00100
Subcontracts: The bidder is specifically advised that any
person, firm or other party to whom it is proposed to
award a subcant=act under this contract must be
acceptable to the Owner. It is further required that the
name of the mechanical and any other listed subcontractor
be noted on the prOpOSal fo~m in the blank space
provided. Failure to list these will be sufficient
grounds to re}ect the prOpOSal.
Submittals: The bidder's attention
Section 1-0~ "Plans" of the Technical
required submittals with bid.
is directed to
Specifications for
A.
Bid Security shall be made payable to the City of Coppell
in Qn amount of five percent IEtl of the Bidder's maximum
Bid price and in the form of certified or bank check or a
Bid Bond issued by a Surety Company holding a permit from
The State of Texas to act as surety.
The Bid Security of the Successful Biddec will be
retained until such Bidder has executed the Agreement and
furnished the required Contract Security, whereupon it
will be returned; if the Successful Bidder fails to
execute and deliver the Agreement and furnish the
required Contract Security within fifteen (1El days of
the Notice of Award, Owner may annul the Notice of Award
and the Bid Security of that Bidder will be forfeited.
The Bid Security of any Bidder whom Owner believes to
have a reasonable chance of receiving the award may be
retained by Owner until the sixty-first day after the Bid
Opening or until a contract is awarded. Bid security of
other Bidders will be returned within thirty (30) days
of the Bid Opening·
~=~_gU~IFICATION Of BIDDERS
To demonstrate qualifications to perform the Work, each
Bidder must be prepared to submit within five days of
C)wner's request written evidence of the types set forth
in the Supplementary Conditions, such QS financial data,
previous experience and' evidence of Bidde='s
qualification to do business in The State of Texas o=
covenant to obtain such qualification prior to award of
the contract.
Additionally, all Bidders shall be prepared to show that
they are skilled, experienced in, and have been regularly
engaged in the type of construction involved and that
they have the necessary financial resources to finish the
Work in a proper and satisfactory manner in the time
specified·
Sec. 00100
3
The Engineer and O~ner reserve the right to require
documented evidence of the foregoing from the Contractor
prior to award of the cant=act.
Bids will be received only from experienced tank
contractors who have furnished and erected at least five
tanks of 1,000,000 gallon, or greater, capacity. A
letter shall accompany his bid listing five such
examples.
~=5 .... ~J~TION OF CONTRACT DOCUM~Z~ AND SITE
A. Conditions of Work: Each Bidder must fully inform
himself of the conditions ~elQting to construction of the
pro)act and employment of labor thereon. Failure to do
so will not relieve a Successful Bidder of his obligation
to furnish all material and labor necessary to carry out
the provisions of his contract. Insafar as possible, the
Contractor must employ methods or means to CaUSe no
interruption of or interference with the work of any
other contractoE.
Examination of Slte: All Bidders, including the general
ContractoE and subcontEoctors shall examine carefully the
site of the Work to QCqUafnt himself with working
conditions and all difficulties that may be tnvolved
therein, and shall examine caEefully all dEowings,
specifications and otheE Contract Documents to
familiarize himself with all of the requiEements, terms
and conditions thereof. Any information =elating to the
WoEk furnished by the Owner or others, o= failure to make
these examinations shall in no Way relieve any BiddeE
ream the Eesponsibility of fulfilling all of the terms of
the contract, if awarded O contEact. Also, foiluEe to
visit the site will in no way relieve the Successful
BiddeE .from furnishing any materials oE performing Qny
woEk requiEed to complete Work in accordance with
dEawings and pEa)act manual without additional cost to
the Owner.
Laws, Regulations, Permits and Taxes: The Btdder's
attention is diEacted to the fact that oll applicable
state laws, municipal oEdinonces, rules and regulations
of all authorities having }uEisdtction oveE construction
of the pro}ect shall apply. to the conrEact th:oughout,
and they shall be deemed to be included in the contract
the same as though herein w:itten out in full os a part
of these documents,
ConrEactor shall secure, and include compensation foE, in
his proposal, all permits and all EequiEed taxes which
oEe levied by governing bodies and which a=e assessable
upon ]oboe and materials entering into this WoEk.
Sac. 00100
Reference is mode to the Supplementary Conditions for the
identification of those reports of investigations and
test of subsurface and latent physical conditions at the
site or otherwise affecting cost, progress or performance
of the Work which have been relied upon by Engineer in
preparing the drawings and specifications· Owner will
make copies of such reports available to any Bidder
requesting them· These reports are not guaranteed as to
accuracy or completeness, no= are they part of the
Contract Documents· Before submitting his Bid each
Bidder will, ot his own exg~D~ make such additional
investigations and tests as the Bidder may deem necessary
to determine his Bid for performance of the Work in
accordance with the time, price and other terms and
conditions of the Cant=act Documents.
On request, Owner will provide each Bidder access to the
site to conduct such investigations and tests as each
Bidder deems necessary for submission of his Bid.
The lands upon which the Work is to be performed,
~ights-of-way for access thereto and othe~ lands
designated for use by Contractor in performing the Work
are identified in the Bupplementary Conditions, General
Requirements or Drawings.
Obligation of Bidder: At the time of opening of bids,
each Bidder will be presumed to have inspected the site
and t6 hove read and be thoroughly familiar with the
d~awings, specifications and the pro)act manual,
including all oddendo.
The submission of Bid will constitute an incontrovertible
representation by the Bidde= that he has complied with
every requirement of this section, and that the Cant=oct
Documents are sufficient in scope and detail to indicate
and convey understanding of all terms and conditions for
performance of the
1.6
BID PROPOBAL8
General: Bid Proposals shall be based exactly on the
documents as issued· No substitutions, ~evisions o=
omissions from the plans and/or specifications will be
accepted unless authorized in writing by the Engineer.
The proposal form is attached hereto~ additional copies
may be obtained from the Engineer.
Bid proposals must be completed in ink oz by typewrite=.
The Bid price of each item on the form must be stated in
words and nume~ols~ in case of o conflict, words will
take precedence.
Sec. 00100
E
The Bid pz:oposal must be signed with the full name of the
Contractor and his address~ if o partnership, by o member
of the firm with the name and address of each member; if
o corpoz:otion, by on officer thereof, the coz:porote name,
and have o corporate seal affixed.
Fo~m: Make oll proposals on fo~ms pz:ovided and fill oll
applicable b]ank spaces without interlineorion,
alteration oz: erasuz:e and must not contain recapttu]ation
of the Work to be done· No oral# telegtixphtc, oz:
telephonic proposals will be considered. Any oddendo
issued during the bidding shall be noted on the proposal
form.
Submittal: Each Btddez: shall submit his Bid completely
and properly on pz:oposal forms provided. Each Bid,
~ttho~ the "Specifications and Contract Documents",
shall be enclosed in o separate sealed envelope, with the
words "Bid for* followed by the pro}act title and the
Btddez:'s name and addz:ess, and accompanied by the Bid
Security and other z:equtred documents. If the Bid is
sent through the mail or other delivery system, the
sealed envelope shall be enclosed in a separate envelope
with the notation "BID ENCLOSED" on the face thereof.
Specifications and Contract Documents
returned with the Bids,
shall not be
Telegraphic Modifications: Any Bidder may modify his Bid
by telegraphic communication at any time provided such
communication is z:ecetved by the Ck~ner pz:tor to the
scheduled closing time. Written conftz:matton must be
z:ecetved within two days fz:om the closing time or no
consideration will be given the telegraph modifications.
Withdrawal: If, within twenty-four hours after Bids ore
opened, any Bidder files a duly signed written notice
with Owner and pz:omptly thereafter demonstz:otes to the
z:easonabl~ satisfaction of Owner that there was a
material and substantial mistake in the prepaz:otton of
his Bid, that Bidder may withdraw his Bid and the Bid
Security will be returned. Thez:eafter, that Bidde= will
be disqualified f=om fu=the= bidding on the Wo=k.
1.7 OPENING OF BIDS
The City of Coppell, Texas Iheretn called the "Owner")
invites all Bids on the form attached hereto, all blanks
of which must be appropriately filled in. Bids will be
z:ecetved by the Owner at 10:30 .AL4_~ Thursdayz_Q_ctobez: ~j
(P.O. Box ~78), and then at said location publicly opened
and read aloud. The envelopes containing the Bids must
be sealed, addressed to the City of Coppell, and
designated as "Bid for ELEVATED WATER STORAGE TANK.
Sec. 00100
6
When Bids a~e opened publicly they will be =ead aloud,
and an abst=act of the amounts of the base Bids and
alteznates (if anyl will be made available afte~ the
opening of Bids on a bid tabulation sheet sent to all
bidders.
_~: _8_ __B J.D._S_ _TO RE_N_AI_N. OPEN
A11 Bids shall =emain open fo= ninety 190) days afte~ the
day of Bid Opening, but Owne~ may, in his sole
disc=etion, =elease any Bid and ~etu=n the Bid Security
prio= to that date.
CONTRACT AWARD
Owne= =ese~ves the =ight to =e}ect any and all Bids, to
waive any and all info=maltties and to negotiate contract
te~ms with the Successful Bidder, and the right to
dis=ega~d all nonconfo=ming, non=esponsive o= conditional
Bids. Disc=eponcies between wo=ds and ftgu=es will be
=esolved in favoE of wo=ds. Dtsc=epanctes between the
indicated sum of any column of ftgu=es and the co==ect
sum the=ear will be =esolved in lava= of the co==ect sum.
In evaluating Bids, 0wne= shall conside= the
qualifications of the Bidde=s, whethe= o= not the Bids
comply with the pzesczibed =eqvizements, and alteznotes
and unit p=ices if =equested in the Bid fo~ms. It is the
0wne~'s intent to accept alte=nates (if any a~e accepted)
in the o=de~ in which they a=e listed in the Bid fo=m,
but Owne= may accept them in any o~de= o= combination·
0wne= may conside= the qualifications and expe=ience of
subcontractors and othe~ persons and o=gantzations
|including those who a=e to furnish the p=tnctpal items
of mate=tal o= equtpmentl p~oposed fo= those po=ttons of
the Wo=k as to which the identity of subcant=actors and
othe= pe=sons and o=ganizattons must be submitted as
p=ovided in the Supplementa=y Conditions· Ope=attng
costs, maintenance conside=ations, pe=fo=mance data and
guarantees of materials and equipment may also be
conside=ed by
Owner may conduct such investigations as he deems
necessary to assist in the evaluation of any Bid and to
establish the ~esponstbtltty, qualifications and
financial ability of Bidders, p=oposed subcont=acto=s and
othe~ persons and o~gantzattons to do the Wo~k in
accordance with the Cant=act Documents to Owne='s
satisfaction within the p=esc~ibed time·
0wne= =ese=ves the =ight to ~e]ect the Bid of any Bidde~
who does not pass any such evaluation to 0wne~'s
satisfaction.
Sec. 00100
?
If the cant=act is to be awa=ded it will be awarded to
the lowest Biddez whose evaluation by Ownez indicated to
Owne~ that the award will be in the best interests of the
pro)act.
If the contract is to be awa=ded, O~ne= will give the
Successful BIdder a Notice of Awa=d within ninety |901
days afte= the day of the Bid opening.
After award of cant=act to Successful Bidde=, the
Cant=actor shall ag=ee to begin wo=k within ten I10)
calenda= days afte= the date of "Notice to P=oceed" of
the Owner and to fully complete the p=o}ect within the
stated number of consecutive calendar days the=eafter as
stipulated on the bid proposal and agreement between
Owne= and Cont=acto=.
~=~0 LIQpIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRa~]
In the event the Btdde='s p=oposal is accepted, and he
fails o= zefuses to enter into the cant=act and fu=nish
the =equt=ed Pe=formance and Payment Bonds within fifteen
|1SI days after he has =ecetved notice of the acceptance
of his Bid, unless given a w=itten extension of time by
the Owne=, then the Bidder will be considered as having
abandoned hts p~oposal and his Bid Secu=tty will be
=etained by the Owner as liquidated damages, IT NOW BEING
AGREED that the specified sum of the Bid Secu=tty ts a
fai= estimate of the amount of damages that the Owne=
wi]] sustain in case the Bidder fails to ante= Into the
cant=act and fu=nish the Performance and Payment Bonds
within the time stated in the p~oposal.
1.11 CONTRACT TIME
The numbe= of days within which, o~ the date by which,
the Wo=k is to be completed |the Cant=act Timel ts set
fo=th in the Bid Fo=m and will be included in the
Ag=eement. The Contract Time fo= this p=o}ect is:
TWO HUNDRED 12001 CALENDAR DAYS
Extension of time of completion will be pe=missible in
acco=dQnce with Section ~.02 of Gene=al Conditions of
Ag=eement.
~.12 LIQUIDATED DAMAGES
Provisions for liquidated damages a=e set fo=th in the
P=oposal. Liquidated damages fo= this p=oJect are:
FIVE HUNDRED DOLLARS 11500l PER CALENDAR DAY
Sac. 00100
8
1.13 SUBCONTRACTOR~_~]~
If the appa=ent Successful Bidde=, and any othe= Bidde=
so :equested wtll wlthin seven (71 days afte: the day of
the Bid Opentng submit to the Owne: a 11st of all the
subcont=acto:s and othe: pea:sons and oa:ganizations
linc]udtng those who aa:e to fua:nlsh the pa:inctpal items
of matea:ial and equipment) p:oposed foa: those poa:tlons of
the Woa:k as to which such Identification is so a:equta:ed.
Such list shall be accompanied by on expe:ience statement
with pea:ttnent lnfoa:mation as to simila: pa:o}ects and
othea: evidence of qua]tftcatton fo: each such
Svbconta:acto:, pea:son and o:gantzQtton if :equested by
the Ownea:. If Ownea: oa: Engineea: aftea: due investigation
has a:eQsonable ob)ection to any p:oposed Subcont:actoa:,
othea: pe:son oa: organization, eithea: may befo:e giving
the Notice of Awaa:d a:equest the appa:ent Successful
Biddea: to submit on acceptable substitute without an
inca:ease to Btd p:ice. If the appaa:ent Successful Btddea:
decltnes to make any such substitution, the Conta:act
shall not be awo:ded to such Bldde:, but his declining to
make any such substitution will not constitute g:ounds
foa: saca:tficing his Bid Secu:ity. Any Subcant:actor,
othea: pea:son oa: oa:gantzation so 11sted and to whom Ownea:
oa: Enginee: does not make wa:itten ob}ectton p:toa: to the
giving of the Nottce of Awaa:d w111 be deemed acceptable
to Owner and Enginee:.
In Cant:aCts where the Conta:act Pa:tce ls on the basis of
Cost-of-the-VJoa:k Plus a Fee, the appaa:ent Successful
Biddea:, pa:toa: to the Notice of AwQa:d, shall tdenttfy in
wa:ittng to Owner those poa:tions of the Woa:k that such
Biddea: pa:oposes to subconta:act and Qftea: the Notice of
Awa:d may only subconta:act othea: poa:tions of the Woa:k
with Ownea:'s wa:itten consent·
No Cont:actoa: shall be a:equta:ed to
Subconta:actoa:, othe: pe:son o: oa:gantzatton
he has a:easonable ob}ectton.
employ any
against whom
~=~ PERFORHA_NG_~_AND OTHER BONDS
Secu:tty foa: Faithful Pea:foa:mance: SImultaneously with
his deltvea:y of the executed cant=act, the Contractor
shall fv:ntsh a sv:ety bond o~ bonds as secv~tty
faithful pea:foa:mance of thls conta:act and foa: the payment
of all pe:gons perfo:mlng laboz on the p=o}ect unde: the
conta:act and furnish matea:iQls in connection with this
COnta:QCt. The sua:ety on such bond oa: bonds shall be by a
duly autho:ized su:ety company, sattsfactoa:y to the
Owner, if a:equested by the Bidde:.
Sac. 00100
9
1.1S SIGNING OF AGREEME~
When Owne= gives a Notice of Awa=d to the Successful
Bjdde=, it will be accompanied by at least slx unsigned
countezpazts of the Agzeement and all other Contract
Documents. Withtn fifteen (15) days the=eafter,
Contractor shall sign and deliver at least six
counterparts of the Agreement to 0wne= with all othe=
Contract Documents attached. Wtthtn ten I10l days
thereafter, Owner will deliver all fully signed
counte=pa=ts to Cant=actor. Engineer will identify those
portions of the Contract Documents not fully signed by
Owner and Contractor and such identification shall be
binding on all parties.
END OF SECTION
Sec. 00100
10
SECT]ON 00110 - GENERAL INSTRUCTIONS FOR BONDS
PART 1: GENERAL
1.1 GENERAL
The surety on each bond must be a responsible surety
company which ts qualified to do business tn Texas and
satisfactory to the Owner.
The name, including full Christian name, and residence of
each individual party tO the bond shall be inserted in
the body thereof, and each such party shall sign the bond
with his usual signature on the line opposite the scroll
seal, and if signed in Haine, Hassachusetts or New
Hampshire, an adhesive Sea1 shall be affixed opposite the
signature.
C e
If the principals are partners, their Individual names
will appear in the body of the bond, with the recital
that they are partners composing a flrm, naming lt, and
all the members of the firm shall execute the bond as
individuals.
The signature of a witness shall appear in the
appropriate place, attesting the signature of each
individual party to the bond·
If the principal or surety is a corporation, the name of
the state in which incorporated shall be inserted in the
appropriate place in the body of the bond, and said
instrument shall be executed and attested under the
corporate seal, the fact shall be stated, in which case a
scroll or adhesive seal shall appear following the
corporate name.
The offtctal character and authority of the person or
persons executing the bond for the principal, if a
corporation, shall be certified by the secretary or
assistant secretary according to the fo:m attached
he=eta. In lieu of such certificate, records of the
corporation as will show the official character and
authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate
sea], to be true copies.
The date of this bond must not be prior to the date of
the contract in connection with which it is given.
Amounts of bonds shall be as set forth In Paragraph 3.10
of the General Condition.
Sec. 00110
1
SECTION 0220 - SOIL INVESTIGATION DATA
A soil investigation report has been prepared for the
proposed improvements and obtained by the Engineer for
his own use in designing the pro)ect. Its accuracy or
completeness is not guaranteed by the Owne~ o: the
Engineer and in no event is it to be considered as part
of the contract plans o: specifications. Cant:actor
shall not ~ely on subsurface information obtained from
Engineer, or indirectly from Owner.
Bidders should visit the site and acquaint himself with
conditions prio: to bidding· Additionally, the
BIdder/Contractor may make his own investigation of
existing subsurface conditions. Neither the O~ner, nor
the Engineer will be responsible In any way for
additional compensation for additional work performed
under the contract due to Cont:acto:'s assumptions based
on subsoil data prepared solely for Engtneer's use.
A copy of this soil investigation report may be inspected
at the Engineer's office. It is available for
information only and is not a warranty of subsurface
conditions. The data is available for review by bidding
contractors upon w~itten request· Requests are required
to be in the following form:
"Please fo=wo=d copy of soil Investigation report for the
sub)ect pzo)ect. The cant=acting firm helein named
releases the Owne~ and Engineer fi:om any ~esponsibility
o: obligation as to its aCCUraCy O~ completeness o= for
any additional compensation for work performed under the
cant:act due to assumptions based on use of such
furnished info:mation."
D. A copy of the "log of bozings" is in Appendix A.
END OF SECTION
Sec. 00220
1
SECTION 00300 - PROPOSAL AND BID FORM
FOR: ELEVATED WATER STORAGE TANK
TO,-
CITY OF COPPELL (he=einafte= called "OWNER"I
P. O. BOX ~78
616 S. COPPELL ROAD
COPPELL, TEXAS 75019
Gentlemen:
The BIDDER, In compliance with you= invitation fo= btds fo~ the
above =efezenced p=o)ect, having examined the plans and
specifications with zelated documents and the site of the pzoposed
wo=k, and being fQmilia= with all of the conditions su=~ounding
the const=uctton of the p=oposed p~o)ect including the
availability of mate=jals and labo=, hereby p=oposes to fu=nish
all labo~, mate=ials, and supplies, and to const=uct the p=o)ect
in accordance with the Cant=act Documents, of which this p~oposal
is a pa=t.
The unde=signed, as BIDDER, decla=es that the only pe=son o=
pa=ttes inte=ested tn this p=OpOSQ1QS p=incipals a~e those named
he=ein, that this p~oposal is made without collusion with any
othe= pe=son, fizm o= CO=pOZQtiOn; that he has carefully examined
the fo~m of cant=act, Notice to Bidde=s, Specifications, and the
P]ans he=etn =efe~ed to and has carefully examined the lOCationS,
conditions and classes of mate=ials called fo= in the Cant=act and
Specifications in the manne= p=esc=ibed and according to the
~equi~ements of the Owne~ as he=ein set fo~th,
It is fu=the= ag=eed that lump sum p=ices may be increased to
cove= additional wo~k o=de=ed by the OWNER, but not shown on the
Plans o~ =equi~ed by the Specifications, in acco=dance with the
p~ovisions of the Gene~a] Conditions. Stmila=ly, they may be
decreased to cove= deletion of wo=k so o=de=ed.
BIDDER he=eby ag=ees to commence wo=k unde= this contract on o~
befo=e o date to be specified in w=itten "Notice to P=oceed" by
the OWNER and to fully complete the p~o)ect within 200 consecutive
calenda~ days the~eafte~ as stipulated tn the Specifications.
BIDDER fv~he= agrees to pay as lfqvtdated damages, the sum of
I500.00 fo= each consecutive calenda= day the~eafte~ as
hezetnafte~ pzovtded in Pazag=aph 1.4, E of the Special
Conditions.
Sac. 00300
1
7
7
7~
7
7
7
Accompanying this p:oposal is a Ce=tified o= Cashie='s Check
J~r_K~_~:~_~_~_T__~___'~I~___Dol l<~=s ...... ._ ,
~htch is five percent let) of the g:eatest amount bid.
BIDDER acknowledges =eceipt of the following
addendum: (If non-Issued, indicate N/AI
ADDENDA # I DATE__/~_-__2-_~__-__E~__S
ADDENDA # ................. DATE_
ADDENDA # DATE
ADDENDA # DATE_
SUBCONTRACTORS:
BIDDER shall list below p=tnclpal subcont:acto=s p:oposed for use
on thts p:o)ect:
7
7,
BIDDER ag=ees to pe=fo=m all the wo=k
Specifications as shown on the Plans fo=
p=lces:
described in the
the following unit
(Amounts a=e to be shown in both wo~ds and figures.
dtsc=epancy, the amount shown in wo:ds wtll govern.)
In case of
Sac. 00300
'l
1
1
1
i
1
~_BID PROPOSAL: The BIDDER ogress to p~ovide all materials,
loboz and equipment necessary to pezfo~m oll work as shown on the
plans and described in the specifications fo~ the construction of
a ONE MILLION TWO HUNDRED FIFTY THOUSAND GALLON (1.25 MGI ELEVATED
WATER STORAGE TANK, complete with appurtenances fo~ the lump sum
price of:
(words)
(f~gv=esl
ALTERNATE BIQ PROPOSAL: If the following olte~nate ts accepted,
as pO~t of the p=o)ect, the COntl~QctO= ShOll const:uct the items
in QccO32dQnCe w~th the plons ond spectficotions, os shown. To
enoble the Owne~ to compo=e total costs whe=e this alternate moy
be accepted, this Qlte~nate estobltshes the inc:eose in CopQcity
only of the p~oposed tonk. All othe= items shol] ~emoin
unchonged. The Bidde=/Cont:acto= sholl be =equt=ed to coo=dinate
pe=tinent =elated work ond modify suz~ound~ng wo=k os =eqv~zed to
p=opez]y tnteg=ote the work of this olte~2note.
IF ACCEPTED, the Bidde~ og=ees to p=ovide oll mate=ials, lobo= ond
equipment necessary to perform a]l work os shown on the p]ons ond
described ~n the specif)cottons fo~ the construction of a ONE
MILLION FIVE HUNDRED THOUSAND GALLON (1.5 MGI ELEVATED WATER
STORAGE TAh~, complete with Qppux2tenonces fo= the lump sum p=ice
of:
Iw; ds1 ................
Sec. 00300
3
i
The above prices shall include oll labor, mate:ials, bailing,
shoring, removal, ave:head, profit, insurance, etc., to cove: the
finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to =e}ect any
or all bids and to waive any informa]ities in the bidding, In the
event the OWNER elects to withdraw one or more of the deductive
alternates, conside:atton will be in the following
None
The BIDDER agrees that this bid shall be good and may not be
withdrawn for a period of ninety 1901 calendar days afte~ the
scheduled closing time fo= receiving bids.
Upon receipt of written notice of the acceptance of this bid,
BIDDER will execute the formal cant=oct attached within ten
days and deliver o Surety Bond or Bonds as ~equfred by the General
is to become the p:ope~ty of the OWNER in the event the contract
and bond are not executed within the time above set fo:th, QS
liquidated damages for the delay and additional expense to the
OWNER caused the=eby.
Respectfully submitted,
ISEAL-if bid is by a
corporation)
END OF PROPOSAL
Business Address I
Te 1 ephon;'auaa;=] ...........
Sec. 00300
INSURANCE COMPANY OF NORTH AMERICA
PHILADELPHIA PENNSYLt ANIA
rome
Proposd or Bid Bond
KNOW ALL MEN BY THESE PRESENTS. THAT WE Hydrostorage, Inc.
16825 Northchase Dr., Ste. 720
· Houston, TX 77060
as prmcipal, and the 1~SUKANCE COMPANY OF NORTH AMERICA. a corporation organized and existinI under the
Le~v~ or the Commonwealth of Pennsylvania, havml its prmc~pal place of busineu al Philadelphia. Pa., u surety, age held
tad ~n'rdy bound unto
City of Coppell, Texas
asobligee, in the pena] sum of Five percent (5%) of maximum amount bid ,
DOLLARS, lawful money of the United Stales of America. for the payment of which, well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally. ru-mly by these presen/s.
SIGNED. sealed and dated this 5th day of November k D. 19 85
WHEREAS. the said principal is.herewith submittinI proposal for
imsm
I$.]Na PRINTED IN
Construction of an elevated storage tank at Southwestern
Blvd. and Coppell Road
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforeMid prindpal shall be awarded the
contract, the said principal will within the period specified therefor, or, if no period be specmed, within ten (10) days
Ifter the notice of such award enter into a contract and Live bond for the faithful performance or the contract. then thi,
oblilation shall be null and void, othe~ise the principal and the surety will pay unto the oblilee the difference in money
between the amount of the bid of the said principal and the mount for which the oblilee may ]ela]!y contrlct with
another party to perform the work if the ~atter mount be in excess or the former; in no event shah Ihe Klbility he/eulldet
exceed the penal sum hereof.
PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or proceedinls in equity
brought or to be brought against the Surety to recover any claim hereunder must he instituted and service had upon the
Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obiilee.
"/ M" ' ...............
~"~-~..__ ....... ANY OF NORTH AMERICA
ay ...... .................
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That HYDROSTORAGE, INC., Franklin, Tennessee, a Tennessee
corporation has constituted and appointed, and does constitute and appoint
Jack M. Marlatt
its true and lawful Attorney-In-Fact, to execute proposals for the sale of materials or
the construction of work, to make contracts for same, and execute Surety Bonds to be used
in connection therewith.
This appointment is made in ~ccordance with Article IX, Section 15 of the By-Laws of the
Corporation, and still in full force and effect:
Article IX, Section 15:
"All proposals, commercial contracts, bonds, certificates, affidavits, and all other
documents incident to the business of this Company shall be valid:
(a) When signed by the Chief Executive Officer of the Company, the Chairman of the Board,
the President, a Vice-President, the Secretary, Treasurer or an Assistant Secretary or
other duly authorized representative or agent of the Company and when sealed with the Seal
of the Company;
(b) When executed by an Attorney-In-Fact."
IN WITNESS WHEREOF, HYDROST6RAGE, INC. has caused these presents to be signed by its
President, and its corporate seal to be thereunto affixed and duly attested by its
Secretary this 10th day of September, 1985.
ATTEST:
(SEAD
I{YDROSTORAGE, INC.
STATE OF TENNESSEE )
)aS:
COUNTY OF WILLIAMSON )
On this lOth day of September, 1985, before me personally appeared Sheldon S. Biber,-
President of HYDROSTORAGE, INC., who being duly sworn, said he resides in the state of
Tennessee; that he is President of HYDROSTORAGE~-INC., the Corporation described in and
which executed the foregoing instrument; that he knows the Corporate seal; that it was so
affixed by order of the Board of Directors of said Corporation, and that he signed his
(SEAL) ~ Nota~blic
STATE OF TENNESSE~ ) ' ~Z
)ss:
CO~TY OF WILLIAMSON )
I, Richard A. Byers, Secretary of HYDROSTORAGE, INC., do hereby certify that the
above and foregoing is a true and correct copy of Power of Attorney executed by
HYDROSTORAGE, INC., which is still in full force and effect.
IN WITNESS ~EREOF, I have signed this certificate at Pittsburgh, Pennsylvania this
5th of November , 19 8~
Secre, r~ry
, '~": .......... POWER OF ATTORNEY
· ..:'_.- ,~,.~ :' ~-.,... ,'. ·..--:... ,:: ..
J comPanY OF North amemca
:' "' ....~]" '~ <'~' "' ~:~* ~ ' '~? '. "'PHILADELPHIA, PA.
,~- , :'
. ,~-~,~-.~
.by these presents: That ~nSurANCE COMPANY OF NORTH ,~4ERt~A,:
of 'ing its principal office
i ~8' ~ by t~!~rd ~i!:..~iir~:ii':~:~:~ said Com~nY:'
":~::~::::~::"~:::~::~T"' =======================
~'~teKts an~:::~ writi~
V c~Pre~ident, ':~ ~ ~t
~:i' ~1~ bo~::~ ~ ~ taki~: recoS~:~eS, c~Fi~ a~:. ~jke~writings in th~Z~'~.~e the~f,~ ~e ~
~ , the S~ ~]y, an
~ . ~ ~"::~ T~:?:Z ~:~ ~: ~.": :::::::::::::::::::::::::::::: ~7:~Z~?~.~.`~.~.~..~.~.~`.~..~.~.:~.~:~. ~: '::- ~ ~? ' ~.~
y. '- :.. :.:-..:.. :.. .:::..::-::c::-::....-.... ~:..::..:>..-:::.:E:.~:--.: ::....-:-..:..[ -.
: ~:, :~ ~3 ',~,;:~'~:'~.~:;:~.~,~:2~'~%~~ ~: ~ ~' ~;:-.~.
~ h power, ~nd any $U~
~ ~ :~ ;~hall hav~ aothorily.
~ the C~pa~y,.~esM~.to the ischaege of meir duties.. , :': - .'. ? :' ~ :' · :' ~'~. ~,,
:"~ not ~o:ke~y eari'~r:aut~t~ty grated
~ l~ w-in:fa.~. ~o ~ake. ex~ute. ~1 and d~ii~ on. its ~h~[{~.~:~,~: ~-~:~'~'~( ~'::-~C~,:
TABLE OF ~O~
FOR
GENERAL CONDITIONS OF AGREEMENT
1. Definition of Terms Page
1.01 Owner, Contractor and EnZineer ...................... G-1
1.02 Contract Documents .......................... G-1
1.03 Sub-Contractor . .. .......................... Go1
1.04 Written Notice ............................ G-1
1.05 Work ................................ G-1
1.06 Extra Work .............................. G-1
1.07 Working Day ............................. G-1
1.08 Calendar Day ............................. Go1
1.09 Substantially Completed ......................... G-1
2. Responsibilities of the En2ineer and the Contractor
2.01 Owner-Engineer Relationship ..................... G-2
2.02 Professional Inspection by En2ineer .................... G-2
2.03 Payments for Work ........................... (:}-2
2.04 Initial Determinations .......................... G-2
2.05 Objections .............................. G-2
2,06 lanes and Grades .......................... G-2
2.07 .Contractor's Duty and Superintendence ................... G-2
2,08 Contractor's Understanding ........................ G-3
2,09 Character of Workmen ......................... G-3
2,10 Contractor's Buildinp ......................... G-3
2,11 Sanitation .............................. G4
2,12 Shop Drawings ............................ 6-4
2,13 Preliminary Approval .......................... G4
2.14 Defects and Their Remedies ....................... G-4
.2.15 Changes and Alterations ........................ G-5
3. General Obligations and Responsibilities
3.01 Keeping of Plans and Specifications Accessible ................ G-5
8.02 Ownership of Drawhls ......................... (:}-5
8,03 Adequacy of Design ......................... G-5
8 04 Right of E try ' G 5
· n ............................ -
8.05 Collateral Contracts .......................... G-5
3.06 Discrepancies and Omissions ....................... G-5
8.07 Equipment, Materials and Construction Rant ................. G-5
3.06 DamaZes ............................... G~
m
3.09
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
3.18.1
4.01
4.02
4.03
Protection Against Accident to Employees and the Public ............
Performance and Payment Bonds .........................
Losses from Natural Causes ............................
Protection of Adjoining Property.. .- .......................
Protection Against Claims of Sub-Contractors, Etc .................
Protection Against Royalties or Patented Invention ................
Laws and Ordinances ...............................
Assignment and Subletting ............................
Indemnification .................................
Contractor's Liability Insurance .........................
Certificate of Insurance. ............................
4. Prosecution and Progress
Time and Order of Completion ..........................
Extension of Time ................................
Hindrances and Delays ..............................
G-6
G-6
G-6
G-6
G-6
G-7
G-7
G-7
G~7
G-8
G-8
G-8
G-9
G-9
5.01
5.02
5.03
5.04
5.05
5.06
5.07
5.08
5.09
6.01
6.02
6.03
6.04
6.05
5. Measurement and Payment
Quantities and Measurements ...........................
Estimated Quantities ...............................
Price of Work ...................................
Partial Payment ..................................
Use of Completed Portions ............................
Final Completion and Acceptance ........................
Final Payment ..................................
Payments Withheld ................................
Delayed Payments ................................
6. Extra Work and Claims
Change Orders ...................................
Minor Changes ..................................
Extra Work ....................................
Time of Filing Claims ..............................
Arbitration .....................................
G-9
G-9
G-9
G-10
G-10
C,-10
G-10
G-10
G-11
0~11
G-11
G-11
G-12
G-12
7.01
7.02
7. Abandonment of Contract
Abandonment by Contractor ...........................
Abandonment by Owner .............................
G-13
G-14
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and
the ENGINEER are those persons or organizations 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 ENGI-
NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the ENGINEER
and the CONTRACTOR.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to
Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed
Agreement, Performance and Payment Bonds (when required), Special Bonds (when required),
General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof
incorporated in any of the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict between any of the Contract Documents, priority
of interpretation shall be in the following order: Signed Agreement, Performance and Payment
Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors,
Technical Specifications, Plans, and General Conditions of Agreement.
1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only
those having a direct contract with the CONTRACTOR and it includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does not
include one who merely furnishes material not so worked.
1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if
delivered in person to the individual or to a member of the firm or to an officer of the corporation
for whom it is intended, or if delivered at or sent by registered. mail to the last business address
known to him who gives the notice.
1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin-
ery, 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.
1.06 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 Alterations", herein.
1.07 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.
1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted.
1.09 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
ser~e its intended purpose, but still may require minor miscellaneous work and adjustment.
2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR
2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER will. be the OWNER'S
representative during construction. The duties, responsibilities and limitations of authority of the
ENGINEER as the OWNER'S representative during construction are as set forth in the Contract
Documents and shall not be extended or limited without written consent of the OWNER and
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, exhaus-
tive, 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, se-
quences, 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 perform-
ing 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 approve,
in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
work has progressed to the point indicated to the best of his knowledge, information and belief,
but such approva. l 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.
2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims,
disputes and other matters in question between the CONTRACTOR and the OWNER relating to
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. Should the ENGI-
NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken
as if his decision had been rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract,
either party may file with the ENGINEER within thirty 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 o: 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 superintendent and any necessary assistants. 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 employ-
ees and other persons, as well as for the protection of the safety of the improvements being erected
and the property of himself or any other person, as a result of his operations hereunder. Engineer-
ing 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 instructions being to define with particularity 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 precau-
tions or devices, and similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during '~:onstruction, or any
clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen-
tative 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 without limitation 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 CONTBAC-
TOR'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 CON-
TRACTOR 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 encoun-
tered, the character of equipment and facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can in any way affect the
work under this contract. No verbal agreement or conversation with any officer, agent or employee
of the OWNER or 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 WORKMEN. The CONTRACTOR agrees to employ only orderly
and competent men, 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 man
or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men
shall be discharged from the work and shall not again be employed on the work without the
ENGINEER'S written consent.
2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, 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 CONTRAC-
TOR 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 ot in that of any other Contractor, four checked
copies, unless otherwise specified, of all shop and/or ~etting drawings and schedules required for
the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt-
hess, making desired corrections. The CONTRACTOR shall make any corrections required by the
ENGINEER, file with him two corrected copies and furnish such other copies as may be needed.
The ENGINEER'S approval 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 shah be the CONTRAC-
TOR'S responsibility to fully and completely review all shop drawings to ascertain. their effect on
his ability to perform the required contract work in accordance with the plans and specifications
and within the contract time. ~
Such review by the ENGINEER shall be for the wle purpose of determining the sufficiency
of said 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 specifica-
tions. 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 CONTRAC-
TOR, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, Euch 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 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
lhall be paid for by the OWNER; provided that, where inspection or approval is specifically
required by the specifications prior to performance of certain ~"~rk, should the CONTRACTOR
proceed with such work without requestinl~ prior inspection or al.a, roval 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 speci-
fications. the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER,
forthwith remove such material and rebuild or otherwise remedy such work w that it shall be in
full accordance with this contract.
2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER
may make such changes and alterations as the OWNER may see fit, in the line, grade, form,
dimensions, plans or materials for the work herein contemplated, or any part thereof, either before
or after the beginning of the construction, without affecting the validity of this contract and the
accompanying Performance and Payment Bonds.
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
disi~nsed with, except as provided for unit price items under Section 5 "Measurement and Pay-
ment." If the mount of work is increased, and the work can fairly be classified under the speci-
fications, 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
shah make useless any work already done or material already furnished 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 expenses incurred in preparation
for the work as originally planned.
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 copy of the sa. ~e
constantly accessible on the work, with the latest revisions noted thereon.
3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furnished
by the ENGINEER shall not be reused on other work, and, with the exception of the signed
contract sets, are to be returned to him on request, at the completion of the work. All models are
the property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for
the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and
the practicability of the operations of the completed project; provided the CONTRACTOR has
complied with the requirements of the said Contract Documents, all approved modifications
thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of
proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the
said requirements of the Contract Documents, approved modifications thereof and all approved
additions and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to en~r the property or location
on 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.
3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or
otherwise, all labor and material essential to the completion of the work specifically excluded from
this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC-
TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents.
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this
contract that all work must be done and all material must be furnished in accordance with the
generally accepted practice, and in the event of any discrepancies between the separate contract
documents, the priority of 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 the comple-
tion of the work by the act, neglect, omission, mistake or default of the OWNER, or of the
ENGINEER, or of any other CONTRACTOR employed by the OWNER upon the work. 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,
omition, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably
delay the progress of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of Federal, State, and
Municipal safety laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible with
Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery
guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this 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 guarantees required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed that
this Contract shall not be in effect until such performance and payment bonds are furnished and
approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company underw~riting the
bonds shall be acceptable according to the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States.
Unless otherwise specified, the cost of the premium for the performance and payment bonds
shall be included in the CONTRACTOR'S proposal.
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. 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; but any such
indemnity shall not apply to any claim of any kind arising out of the existence or character
of the work.
3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER-
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails
so to do, 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 CONTRAC'TOR'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 CON-
TRACTOR shall pay all royalties and license f~es, and shall provide for the use of any design,
device, material or process covered by letters 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 shah be responsible for all such loss when a particular design, device, material or process or
provided, however, if choice of alternate design, device, material or process is
CONTRACTOR, then CONTRACTOR shall indemnify and save O~rN~R harmless from any lots
on account thereof. l/ta~e material or process specified or required by the OWNER is an infringe-
ment, the CONTRACTOR shall be responsible for such los unless he promptly fives such
information to the OWNER.
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply
with all Federal, State and local laws, ordinances and regulations, which in any manner effect the
contract or the work, and shah 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 wliere 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 adjusted as provided in the contract for changes in the work. Ir the CONTRAC-
TOR performs any work knowing it to be contrary to such laws, ordinances, rules and refulations,
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 afres that he will
retain personal control and will five his personal attention to the fulfillment of this contrsct and
that he will not assign by Power of Attorney, or otherwise, or sublet mid 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 arrees
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 A~reement.
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, judgments 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, Ion, demand, suit, judgment, cost or expense:
(1)
Is attributable to bodily injury, sickness, disease or death or to injury
to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom; and,
G-7
(2) Is caused in whole or in part by any negligent act or omission of the
Contractor, any Subcontractor, 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 or approval of mal~,
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or t.he
failure to Live directions or instructions by the ENGINEER, his agents or employees, provided
such Living or failure to Live is the primary cause of the injury or damage.
3.18 INSU~a'qCE. The CONTRACTOR at his own expense shall purchase, maintain and
keep in force such insurance as will protect him from elairns set forth below which may arise out
of or result from the CONTRACTOR'S operations under the Contract, whether such operations
be by himself or b~r any Subcontractor or by anyone directly or indirectly employed by any of
them, or by anyone for whose acts any of them may be liable:
(1) Workmen'~ ~ompensation claims, disability benefits and other similar
employee benefit acts;
(2)
Claims for damages because of bodily injury, occupational sickness or
disease, or death of his employees, and claims insured by usual bodily
injury liability coverages;
(3)
Claims for damages because of bodily injury, sickness or disease, or death
of any person other than his employees, and claim~ insured by usual
bodily injury liability coverages; and '
(4) Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC-
TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and the
ENGINEER. Such Certificates shall contain a provision that coverages afforded under the policies
will not be cancelled until at least fifteen days' prior written notice has been given to the OWNER.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering
all sub-contractors.
4. PROSECUTION AND PROGRESS
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract,
unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute
his work at such times and seasons, in such order of precedence, and in such manner as shall be
most conducive to economy of construction: provided, however, that the order and the time of
prosecution shall be such that the work shall be substantially completed u 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.
G-8 ® ', '"- """ ~
· ':~'- 4~02 ;EXTENSION OF TIME, · Should the CONTRACTOR be delayed in the completion
of the work ~oy 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,
pwvided, however, that the CONTRACTOR shall give the ENGINEER prompt .notice in writing
of the cause of such delay.
~.." 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
drder-0f the OWNER) during the progress of any portion of the work embraced in this contract.
In~ ca~e 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.
:"' '"" :' L' MEASUREMENT PAYMENT :'
:.: 5.0i QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any 'kind will be allowed, but the actual measured and/or computed length, area, solid contents,
number and weight only shall be considered, unless otherwise specifically provided.
· ' 'V5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and
estimate, is intended to show clearly all work to be done and material to be furnished hereunder.
Where the estimated quantities are shown for the various classes of work to be done and material
to b~ 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 ~nd 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 the material furnished.
" Wher{~ payment is based on the unit price method, the CONTRACTOR agrees that he will
Sake nO Claim for damages, anticipated profits or otherwise on account of any differences which
tnay' be found between the quantities of work actually done, the material actually furnished
iinder this contract"and the estimated quantities contemplated and contained in the proposal;
}ro. Vided, however, that in case the actual quantity of any major item should become as much
'as 20% mor~ 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 a 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 than five (5) per cent of the total contract cost, computed on the
'basis of the proposal quantities and the contract unit prices.
~i', ': ~ny r;v~Lsed consideration is to be determined by agreement between the parties, otherwise
'.;~.:t!~.e.term:S.~ of this Agreement, ..as provided under "Extra Work,"
""'; '~ 5'.03 ~'PRICE OF 'WORK. In consideration of the furnishing of all ¢he necessary labor,
~eqd'ipm'ent imd" ~aterial,'. and ~he completion of all work by the CONTRACTOR, and on the
completion of all work and of the delivery of all material embraced in this Contract in full
i~:onformity. with the specificat, ions 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.. G-9 e ~ ,.- ~.-~. ,~'~ ,,,,
5.04 PARTIAL PAYMENTS. On Or before the 10th day of each month, the CONTRACTOR
shall prepare and submit to the ENGINEER for approval or modification a statement showing as
completely as practicable the total value of the work done by the CONTRACTOR up to and
including the last day of the preceding month; said statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current
month the total amount of the approved statement, less 170 per cent of the amount thereof,
which 10 per cent shall be retaij,ed until final payment, and further less all previous payments
and all further sums that may be retained by the OWNER under tile 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, the
OWNER may--upon written recommendation of the ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S
option, may be relieved of the obligation to fu!ly complete the work and, thereupon, the CON-
TRACTOR 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 CONTRAC-
TOR 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 CON-
TRACTOR has given the ENGINEER written notice that the work has been completed, or
substantially completed, the ENGINEER and the OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in accordance with
the Contract 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 within ten (10) days
to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC-
TOR in writing of the reason for non-acceptance.
5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI-
NEER shall proceed to make final measurements and prepare final statement of 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 after 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 Agreement, provided he has fully performed his contractual obligations
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: ~
G-10 O "'
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating probable filing of claims.
(c) Failure of the CONTRACTOR to make payments properly to sub-
contractors or for material or labor.
(d) Damage to another contractor.
(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 be completed within
the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment
shall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS, Should the OWNER fail to make peymentto the CONTRAC-
TOR of the sum named in any partial or final statement, when payment is due, then the OWNER
shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest
thereon at the rate of six (6) per cent 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, but the right
is expressly reserved to the CONTRACTOR in the event payments be not promptly made,
as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
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 it, 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 a~ainst the OWNER for Extra Work involved therein, as herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
inconsistent with the overall intent of the Contract Documents an{] 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 r~luest to the ENGINEER for a written Field Order.
In such case, the CONTRACTOR by copy of his communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written
Field Order and that the work involved may result in an increase in the Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
~6.03 EXTRA WORK: It is agreed that the basis oi' 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 one or more of the following methods:
Method (A)-By qreed unit prices; or
Method (B)--By agreed lump sum; or
Method (C)--If neither Method (A) nor Method (B) be qreed upon before
the Extra Work is commenced, then the CONTRACTOR shall
be paid the "actual field cost" of the work, plus riftmen (15)
percent. ' '
In the event said Extra Work be performed and paid 'for under Method (C), then the pro-
visions 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, teams, trucks, rentals on machinery and equipment, for the time
actually employed or used on such Extra Work, plus actual transportation charges nec,~a,ily
incurTed, together with all power, fuel, lubricants, water and similar operatin~ expenses, also all
necessary incidental expenses incurTed 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 Damqe
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 machinery and equip-
m~nt 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
Expen~ 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%) per cent of the "actual field cost" to be paid the CONTRAC-
TOR 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 CONTRA~R'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 CONTRAC-
TOR to involve Extra Work for which he should receive compensation or an adjustment in the
construction time, he shah 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 hereinbe|ow provided.
6.04 TIME OF FILING CLAIMS. It is further a2reed 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 2iven any directions,
order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER
shall reply within thirty (30) days to such written ,,xceptjons by the CONTRACTOR and render
his final decision in writin2. 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 af'.er 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 where noted otherwise in the Contract Documents.
6.05 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 eech party, and the third chosen
by the two arbiters so elected; 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 question 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. In case the CONTRACTOR should abandon
and fail or refuse to resume work Within ten (10) days after written notification from the OWNER,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are consistent ~with the Contract Documents, then, and in that case, where
performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR shall not remove from the
work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for use on the
work by the OWNER or the Surety on the performance bond, or another contractor in completion
of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when
used in connection with Extra Work, where credit shall be allowed as provided for under Section 6,
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 ease 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:
7.01.1 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 CONTRAC-
TOR 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
7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more
times in a newspaper having general circulation in the county of the location of the work, may
let the contract for the completion of the work under substantially the same terms and conditions
which are provided in this contract. In case 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 new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited
therewith. G-13 ~ '~ ~-- ~°' '~' ~'
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, 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 !eft 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 O~,.NER 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 ox priute sale, with or without notice, as the OWNER may elect. The OV~ER
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 open 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 or refuse to comply with said terms within ten (10) days
after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been wrought into the work. 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 state~i in ~he attached proposal
where unit prices are used), the value of all partially completed work at a fair and equitable
price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above estimate all previous payments by the OWNER and all other sums that may be
retained by the OWNER under the terms of this Agreement and shall certify same to the OWNER
who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification
by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR,
under the terms of this Agreement.
STANDARD FORM OF AGREEMENT
As Adopted By
.THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CWIL ENGINEERS
October 7, 1971
Revised November 17, 1928
Revised April 15, 1932 '
Revised October 27, 1934
Revised October 19, 1945
Revised April 8, 1954
Revised April 21, 1960
Revised October 7, 1971
Approved as to Le{al Form by
Legal Counsel
~TATE,-OF TEXAS }
COUNTY OFDall ~ s '
A. · City of Coppell, Texas
of the County of Dallas
The Mayor and City Council
Party of the First Part, hereinafter termed OWNEI~, and
Hydrostorage. Inc.
and State of Texas, acting through
thereunto duly authorized so to do,
of the City of Franklin , County of Williamson
and State of Tennessee , Party of the Second Part, hereinafter termed
CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements herein-
after mentioned, to be made and performed by the Party of the First Part (OWNER), and under
the conditions expressed in the bond bearing even date herewith, the said Party of the Second
Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to
commence and complete the construction of certain improvements described as follows:
and all extra work in connection therewith, under the terms as stated in the General Conditions
of the Agreement and at his (or their) own proper cost and expense to furnish all the materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories
and services necessary to complete the said construction, in accordance with the conditions and
prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors,
General and Special Conditions of Agreement, Plans and other drawings and printed or written
explanatory matter thereof, and the Specifications and addenda therefor, as prepared by__
Ginn, Inc. Consulting Engineers
16135 Preston Road, Suite 106, Dallas, Texas 75248
herein entitled the ENCINEER, eal'h of which has been identified by the CONTRACTOR and
the ENGINEER, together with the CONTRACTOR'S written Proposal, the Gener:d Conditions
of the Agreement, and the Performance and Payment Bo.ds hereto attached; all of which are made
~ part here.f and c.]lectively evidence and constitute the entire contract.
SF-1 ® ,, ~ ~,, ,s=
The CONTRACTOR hereby agrees to commence work within ten (10) days after the date
written notice to do so shall have been Siren to him, and to substantially complete the same
calendar days
within ~s ~mddng days after the date of the written notice to commence work, subject
to such extensions of time as are provided by the General and Special Conditions.
THE OWNER agrees to pay the CONTRACTOR in curnnt funds the price or prices shown in
the proposal, which forms a part of this contract, such payments to be subject to the General
and Special Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
the year and day first above written. ~a~ (:~rl~n~eA~_C~n_la~~
City of CoDDell, Texas Hydrostora~e, Inc.
POWER OF ATTORNEY
,- KNOW ALL MEN BY THESE PRESENTS, That HYDROSTORAGE, INC., Franklin, Tennessee, a Tennessee
corporation has constituted and appointed, and does constitute and appoint
Jack M. Marlart
,_ its true and lawful Attorney-In-Fact, to execute proposals for the sale of materials or
the construction of work, to make contracts for same, and execute Surety Bonds to be used
in connection therewith.
This appointment is made in accordance with Article IX, Section 15 of the By-Laws of the
Corporation, and still in full force and effect:
Article IX, Section 15:
"All proposals, commercial contracts, bonds, certificates, affidavits, and all other
d cuments incident to the business of this Company shall be valid:
(a) Wl~en signed by the Chief Executive Officer of the Company, the Chairman of the Board,
the President, a Vice-President, the Secretary, Treasurer or an Assistant Secretary or
other duly authorized representative or agent of the Company and when sealed with the Seal
of the Company;
' (b) When executed by an Attorney-In-Fact."
IN WITNESS WHEREOF, HYDROSTORAGE, INC. has caused these presents to be signed by its
President, and its corporate seal to be thereunto affixed and duly attested by its
Secretary this 10th day of September, 1985.
ATTEST:
<SEAL)
STATE OF TENNESSEE )
)SS:
COUNTY OF WILLIAMSON )
HYDROSTORAGE, INC.
On this 10th day of September, 1985, before me personally appeared Sheldon S. Biber,
President of HYDROSTORAGE, INC., who being duly sworn, said he resides in the state of
Tennessee; that he is President of HYDROSTORAGE, INC., the Corporation described in and
which executed the foregoing instrument; that he knows the Corporate seal; that it was so
affixed by order of the Board of Directors of said Corporation, and that he signed his
name thereto as President of
(SEAL)
STATE OF TEN~ESSEE
)SS:
COL~TY OF WILLIaMSON )
said Corporati ~b ~xfi
Nota li ~ %F~
I, Richard A. Byers, Secretary of HYDROSTORAGE, INC., do hereby certify that the
above and foregoing is a true and correct copy of Power of Attorney executed by
HYDROSTORAGE, INC., which is still in full force and effect.
(SEAL) _
Secre/~ry
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF Dallas
KNOW ALL MEN BY THESE PRESENTS: That Hydrostorage, Inc.
- of the City of Frankl in
County of Williamson , and State of Teni~,~'~'~
principal, and "'Ins~x'~'~ Company of North America
authorized under the laws of the State of Texas to act as surety on bonds for principalS, are held
and firmby bound un cit of cop ell, Texas (Owner),
in the penal sum of ~HSu~[~t{~h~gh~'°hS~tdr6~aanf~f'nLd~7~6Ba~ Dollars ($1,248,800.00)
for the payment whereof, the said Principal and Surety bind therose}yes, and their heirs,
administrators, executors, successors and asdZns, jointly and severally, by them presents:
WHEREAS the Principal hu entered into a certain written contract with the Owner,
dated the ~,'~ day of ~e"/'~' ~t ~ ,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.
NOW, THEREFORE, THE CONDITION 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 a~eements in and by said
contract agreed and covenanted by the Principal to be observed and performed, and according to
the tree intent and meaning of said Contract and the Plans and Specifications hereto annexed,
then this obligation shall be ~oid; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
mended and all liabilities on this bond shall be determined in accordance with the provisions of
said Article to the same extent as if it were copied at length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
*Not applicable for federal work.
See '*the Miller 'Act," 40 U.S.C. S270.
PB-1
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 he performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have si2med and sealed this instru-
,,,ent this/-~'~ day of 2P~'~,'~'-~--~,~-~--, ~9 -~'~< -
~C~~,~~~~ Insurance Company of
Hydrostorage, Inc. North America
N t se Drive Address 3811 Turtle Creek Boulevard
Suite 720
Dallas, Texas 75219-4419
Houston, Texas 77060
The name and address of the Resident A~ent of Surety is:
Fred S. James & Company of TeXas, Inc.
3811 Turtle Creek Boulevard, Dallas, Texas 75219-4419
POWER OF ATTORNEY
KNOW ALL MEN BY THESE pRESENTS, That HYDROSTORAGE, INC., Franklin, Tennessee, a Tennessee
corporation has constituted and appointed, and does constitute and appoint 3ack M. Mar]att
its true and lawful Attorney-In-Fact, to execute proposals for the sale of materials or
the construction of work, to make contracts for same, and execute Surety Bonds to be used
in connection therewith.
This appointment is made in accordance with Article IX, Section 15 of the By-Laws of the
Corporation, and still in full force and effect:
Article IX, Section 15:
"All proposals, commercial contracts, bonds, certificates, affidavits, and all other
d cuments incident to the business of this Company shall be valid:
(a) When signed by the Chief Executive Officer of the Company, the Chairman of the Board,
the President, a Vice-President, the Secretary, Treasurer or an Assistant Secretary or
other duly authorized representative or agent of the Company and when sealed with the Seal
of the Company;
" (b) When executed by an Attorney-In-Fact."
IN WITNESS WHEREOF, HYDROSTORAGE, INC. has caused these presents to be signed by its
President, and its corporate seal to be thereunto affixed and duly attested by its
Secretary this 10th day of September, 1985.
ATTEST:
<S~L) .,~/~'.
/
STATE OF TENNESSEE )
)SS:
COUNTY OF WILLIAMSON )
HYDROSTORAGE, INC.
On this 10th day of September, 1985, before me personally appeared Sheldon S. Biber,
President of HYDROSTORAGE, INC., who being duly sworn, said he resides in the state of
Tennessee; that he is President of HYDROSTORAGE, INC., the Corporation described in and
which executed the foregoing instrument; that he knows the Corporate seal; that it was so
affixed by order of the Board of Directors of said Corporation, and that he signed his
name thereto as President of
(SEAL)
STATE OF TEN~ESSEE
)SS:
COUNTY OF WILLIaMSON )
Nota li %F~
I, Richard A. Byers, Secretary of HYDROSTO~GE, INC., do hereby certify that the
above and foregoing is a true and correct copy of Power of Attorney executed by
}IYDROSTORAGE, INC., which is still in full force and effect.
.- (SEAL) ' Se~r~
i
1
1
1
i
1
POWER OF AYrORNEY #242223
INSURANCE COMPANY OF NORTH AMERICA
PHILADELPHIA, PA.
Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA,
a corporation of the-Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia,
Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company
on May 28, 1975. to wit:
"RESOLVED, pursuant to Articles 3..6 and 5.1 of the By-Laws. the following Rules shall govern the execution for the Company of
bonds. undertakings. recognizances. confracts and other wntmgs m the nature thereof:
~1) That the President, or any Vice-President, Assistant Vice-President. Resident V~ce-President or Altorney-in-Facl. may execute for
and in behalf of the Company any and all bonds, undertakings, recogmzances, contracts and other wr,tings m the nature thereof, the
same to be attested when necessary by the Secretary. an Assistant Secretary or a Resident Assistant Secretary and the seal of the
Company affixed therelo; and that the President or any Vice-President may appoint and authorize Restdent Vice-Presidents, Resident
Assistant Secretaries and Attorneys-in-Fact to so execute or attest to the execunon of all such writings on behalf of the Company and
Io affix the seal of the Company thereto.
{2} Any such writing executed in accordance w~th these Rules shall be as b~nding upon the Company in any case as though signed
by Ihe PreSident and attested by the Secretary.
13) The signature ot the President or a V~ce-President and the seal of the Company may be affixed by tacsimde on any power of
attorney granted pursuant to this Resolution, and the s~gnature o[ a certdylng officer and the seal oi lhe Company may be affixed by
tacsm'nle to any certificate oi any such power, and any such power or certificate beanng such facsimile signature and seal shall be valid
and b,nding on the Company.
(4) Such Resident Officers and Attorneys-in-Fact shall have authorfly lo certify or verify copies of this Resolution. the By-Laws of the
Company. and any affidavit or record o~ the Company n~essary to the discharge ol their dunes.
~5) The passage of this Resolution do~ not revnke any earher authority granted by Resoluhon of the Board of Directors on June 9,
1953."
does hereby nominate, constitute and appoint ~ONA~ SMITH, JR., JMS W. TH~S, ~N
~ISON, ~RY LOU HOL~AUGH, MIC~L D. SASSER, ROBERT A. EE, ROL~ ~YMt=
and PAT TROY, all of the City of Dallas, State of T~as
,.
, each individually if there be more than one named,
its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed
any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the
execution o~ such writings in pursuance of these presents, shall be as binding upon said Company, as fully
and amply as if they had been duly executed and acknowledged by the regularly elected officers of the
Company at its principal office.
IN WITNESS WHEREOF, the said C. D~IEL D~ Vice-President,
NORTH AMERICA this9~hday of
~ INSURANCE COMPANY OF NORTH AMERICA
., .... .......................................
Vice-President
STATE OF PE~SYLV~IA
COUNTY OF DE~W~ ss.
On this ....... 9~ ........................ day of ....... ~&y ...................... ~. D. 19..8.3 .......... before me, a Nota~
Public of the CO~O~TH OF PA. in and for the County of DELAWA~ came ................................
...... C.-.-D~I~-.D~ ....................................................................................... Vice-President of the INSURANCE
COMPANY OF NORTH AMERICA to me personally known to be the indiv,dual and officer who executed lhe preceding
instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding inslrument is the
corporate seal of said Company; that the said corporate seal and h~s signature were duly affixed by the authority and
direction of the said corporataon, and that Resolution, adopted by the Board of Directors of said Company, referred to
m the preceding instrument, is now in force.
IN TESTIMONY WHEREOF I have hereunto set my hand and a~i my official seal at ~ ~NOR, PA.
the day and year first above written. '
~1 PO~VER OF AI'TORNEY, ot which the foregoing is a full, true and correct copy, is in full force and effect.
'' '
as d the corporate seal
'~s~u ., ~... ~;~;~....
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF Dallas
KNOW ALL MEN BY THESE PRESENTS: That Hydrostorage, Inc.-
of the City of Franklin
County of Williamson , and State of Tennessee ,_- , U
principal and Insurance Company of North America
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
ou~toT City of Coppe11, Texas (Owner),
and firmly bound ~nouesamn~[l~.~h.~w4~unH~nrde~edan~io~xoc~T~}~hsn
in the penal sum rioBars ($1,248,800.0~)
for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, by these presents:
dat day of ~~~certain written contract w~ ,
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length heMin.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shah pay all claimants supplying labor and material to him or a subcontractor
in the prosecution of the work provided for in said contract, then, this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of
the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and aSrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanying the. same, shah in anywise affect its obligation on this
PB-3
bond, and it does hereby waive notice of any such ehanZe, extension of time, alteration or addition
to the terms of the contract, or to the work to be performed thereunder.
ment this ~ WttEREO~Z~c~Pal
day of
and Surety have si~ned and sealed this instru-
,19 J~ -
Hydro storage~M%nc.
Address ' .16825 Northchase Drive
Suite 720
Houston, Texas
77060
Insurance Company of
North America
Tifie Attorney-In-Fact
Address
3811 Turtle Creek Boulevard
Dallas, Texas 75219-4419
The name and address of the Resident Agent of Surety is:
Fred S. James & Company of Texas, Inc.
3811 Turtle Creek Blvd., Dallas, Texas
75219-4419
POWER OF ATTORNEY
,- KNOW ALL MEN BY THESE pRESENTS, That HYDROSTORAGE, INC., Franklin, Tennessee, a Tennessee
corporation has constituted and appointed, and does constitute and appoint Jack M. Mar]art.
its true and lawful Attorney-In-Fact, to execute proposals for the sale of materials or
" the construction of work, to make contracts for same, and execute Surety Bonds to be used
in connection therewith.
This appointment is made in accordance with Article IX, Section 15 of the By-Laws of the
Corporation, and still in full force and effect:
Article IX, Section 15:
"All proposals, commercial contracts, bonds, certificates, affidavits, and all other
d. cuments incident to the business of this Company shall be valid:
(a) When signed by the Chief Executive Officer of the Company, the Chairman of the Board,
the President, a Vice-President, the Secretary, Treasurer or an Assistant Secretary or
other duly authorized representative or agent of the Company and when sealed with the Seal
of the Company;
" (b) When executed by an Attorney-In-Fact."
IN WITNESS WHEREOF, HYDROSTORAGE, INC. has caused these presents to be signed by its
President, and its corporate seal to be thereunto affixed and duly attested by its
Secretary this 10th day of September, 1985.
ATTEST
(SEAL)
STATE OF TENNESSEE )
)SS:
COUNTY OF WILLIAMSON )
HYDROSTORAGE, INC.
On this 10th day of September, 1985, before me personally appeared Sheldon S. Biber,
President of HYDROSTORAGE, INC., who being duly sworn, said he resides in the state of
Tennessee; that he is President of HYDROSTORAGE,-INC., the Corporation described in and
which .executed the foregoing instrument;-that he knows the Corporate seal; that it was so
affixed by order of the Board of Directors of said Corporation, and that he signed his
(SEAL) × N~ta~bli
STATE OF TEN~ESSEE ) IF~
)SS:
COUNTY OF WILLIaMSON )
I, Richard A. Byers, Secretary of HYDROSTORAGE, INC., do hereby certify that the
above and foregoing is a true and correct copy of Power of Attorney executed by
}]YDROSTORAGE, INC., which is still in full force and effect.
iN ; ~ · , v signed this certificate at Pittsburgh, Pennsylvania this
(SEAL) , sejre/Jry~-~
L
L
L
L
J.
POWER OF ATrORNEY
#242223
INSURANCE COMPANY OF NORTH AMERICA
PHILADELPHIA, PA.
Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA,
a: c0~:poration Of the-Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia,
Pennsylvania, pursuant to the following ReSolution adopted by the Board of DirectOrs Of the said Company
o'n May 28, 1975. to wit:
"RESOLVED. pursuant to Articles 3.6 and 5.1 of the By-Laws. the following Rules shall govern the execution for the Company of
bonds, undertakings, recognizances, contracts and other wrihngs in the nature lhereoi:
I1-} That the President, or any Vice-President, Assistant Vice-President, Resident Vice-President or Attorney-in-Fact, may execute for
and in behalf of the Company any and all bonds. undertakings, recogmzances, contracts and other writings in the nature thereof. the
.~ame to be attested when 'ne(ess.a~, by the Secreta~. an Assistant Secretary or a Resident Assistant Secretary and the seal of the
Company affixed thereto; and.that t.he President or any Vice-President may appoint and authorize Resident Vice-Presidents, Resident
Assistant Secretaries and Attorney~-i~-Fact to so execute or attest to the execution of all such writings on behalf of the Company and
to ·ffix the seal of the Company ,Lhereto.
(2) Any such writing executed in accordance wrh these Rules shall be as binding upon the Company in any case as though signed
by the PreSident and attested by the Secretary.
(3) The signature of the President or a Vice-President and the seal of the Company may be affixed by tacsimile on any power of
attorney granted pursuant to this Resoluhon. and the signature oi a certifying officer and the seal of the Company may be affixed by
t'acsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid
and binding on the Company.
(4) Such Resident Officers and Attorneys-in-Fact shall have authonty to certify or verify copies of this Resolution. the By-Laws of the
Company, and any affidavit or record of the Company necessary to the discharge ot their duties.
iSt The passage of this Resolution does not revoke any earher authority gr·nted by Resolution of the Board of Directors on June 9,
1953."
does hereby nominate, constitute and appoint T. ZON.M~D SMZTH, JR., J.~S W. THOI~S. DOll
HARRISON, MARY LOU HOLLABAUGH, MICHAEL D. SASSER, ROBERT A. EARP, ROLAND BRYANTF
and PAT TROY, all of the City of Dallas, State of Texas -..
, each individually if there be more than one named,
its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed
any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the
execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully
and amply as if they had been duly executed and acknowledged by the regularly elected officers of the
Company at its principal office.
IN WITNESS WHEREOF, the said .. C.D.~TIET. DR.M~ Vice-President,
has hereunto subscribed his name and affixed the corporate sea, ofsa.d ,nsuranceOF
north AmerIca this ........... ~.~.~ ................................ day of ... .......................... ....: ...... .........................
L (SEAL) ~
L STATE OF PENNSYLVANIA
COUNTY OF DELAWARE
tSS.
INSURANCE COMPANY OF NORTH AMERICA
On this ....... 9f.-h ........................... day of ......... May ........................ A. D. 19_83 .......... before me, a Notary
L Public of the COMMONWEALTH OF PA. in and for the County of DELAWARE came .................................
......... C.---D~'~Ig.T..--DRJLi~ .................................................................................................. Vice-PreSident of the INSURANCE
CONIPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding
instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the
corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and
direction of the saic~ corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to
in the preceding instrument, ~s now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affi my official'~;eal at ~36[: RADNOR, P'A.
L the day ~nd year f'rst above wrRten I~ewll°tl~~is
(SEAL). Y~ ~pl ....
10. .....................................
L' '1 the unders gned l~ Secretary of INSURANCE C H AMERICA, do hereby cerli{y that
:' r~al PO~VER OF ATTORNEY, of which the foregoing is a full, true and correct copy'i is in full force and effect.
CERTIFICATE OF INSLIRANCE
wausau Insurance companies
This is to certify that the insurance policies (described below by a poticy number) written on forms in use by the company have been issue
This cerlificate is not a policy or a binder of insurance and does not in any way alter, amend or extend the coverage afforded by any poll
referred to herein. Contract #55605
(1) 1500MG HP/l13.5' HWL
Name and address of Insured Coppell, TX
Hydrostorage, Inc. Producer No.: 2-6013
Condederate Drive Place: Philadelphia, PA
Franklin, TN 37064 Dole Issued: December 4, 1985
Region: PH
19103
Kind of Coverage
Workers
Compensation,,
co, Expiration Date Policy Number
NO.
2 12 31 86 2216-03-035400
Comprehensive 121 12
General Liability
Special Muhi-Peril
Products - Completed Operations:
Contractual - All Wri~en Contracts:
Owners', Landlords'
and Tenants' Liability
ConlractuoJ Liability --
Designdied Conlracts , ,
Only
31 86 2226-39-035400
Included [] Excluded
Included [] Not Covered
Au.omob.,eL.abi,,y 1.21 12 s61 2226-42-035400 ,
[] All Owned Autos [] Hired and Nonowned Autos $
[] Specified Aulos Only
Umbrella
Liability
** Unless otherwise indicated, this policy affords full coverage under the Workers
Compensolion laws of oil states (except states where coverage can be provided only by
State Funds, and Canada) and as designated in the policy and endorsements for Employers
Liability.
Limits of Liability
Bodily Injury Property Damage
S 1,000,000 Eacha:curre.ce S 1,000,000 Eachoccu ....
S 1,000,000 Aggregate S 1,000,000 Aggregc
Single Limit $ Each Occurrence
$ Aggregate
$ Each Occurrence $ Each Occurrer
$ Aggreg,
$ Each Occurrence $ Each Occurrer
$ Aggreg~
Single Limit $ Each Occurrence
$ Aggregate
Per Person ~
Per Accident $ Per Accid,
Single Limit $ 2 , 000 · 000 Per Accident
$ Each Occurrence
$ Aggregate Products - Completed Operations
$ Relention
Special Provisions/Locations/Specified Autos:
If any policy described above is canceled during the term by the company· the company will
mail notice ninety days before the effective date of cancelation to the party named below.
Comprehensive General Liability and Business Auto policy anywhere in the United States
Workers' Compensation anywhere in the United States except Nevada· North Dakota, Ohio·
Washington, West Virginia & Wyoming.
WC Employers' Liability Limits $1,000,000 Each Accident
$1,000,000 Disease-Policy Limit
$1,000,000 Disease-Each Employee
No~ithslanding any requirement, term or condition of any cantrod or other document with respect to which Ibis ~ertificate may be issued or may pertain, 1he insurance off~
ed by the policy (policies) described above is subject to all of the terms, exclusions and condilions of such ~licy (policies) during the term(s) thereof.
,The enl~ of a number in this column means that the coverage is afforded by the com~ny designated by the ~me number.
Issued to:
e
City of Coppeli, Texas
P. O. Box 478
Coppall, TX 75019'
7~
*Issued by 2. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company 3, WAUSAU UNDERWRITERS INSURANCE COMPANY
5. WORLDWIDE UNDERWRITERS INSURANCE COMPANY
7, ILLINOIS EMPLOYERS INSURANCE OF WAUSAU
1, WAUSAU LLOYDS
Authorized Company Representative
~G]]9~_99~9_- SPECIAL CONDITIONS
1.1 INDEX TO SPECIAL CONDITIONS
PARA~B~BU ....
1.3
1.~
1.5
1,7
1.8
i.~
1.10
1.11
1.13
1.
1.15
1.1<5
1.17
1.18
1.19
1.20
1.:::>1
1.22
1.23
GENERAL
DEFINITION OF TERMS
MODIFICATIONS OF GENERAL CONDITIONS
OF AGREEMENT
CONTRACT EXECUTION & ISSUANCE OF
WORK ORDER
STATE & CITY SALES TAX
EXISTING STRUCTURES
PROTECTION & RESTORATION OF PROPERTY
REFERENCE SPECIFICATIONS
SUBSURFACE CONDITIONS
SERVICE OF MANUFACTURER'S
REPRESENTATIVE
PLANS AND SPECIFICATIONS AVAILABILITY
SUBCONTRACTORS
CONTRACTOR'S RESPONSIBILITY FOR
UTILITIES & SERVICES
MANUFACTURER'S DIRECTIONS
SANITARY FACILITIES
GUARANTEE OF WORK
FINAL INSPECTION
PERMITS & LICENSES
NOTICE OF REQUIREMENT FOR CERTIFICATION
OF NON-SEGREGATED FACILITIES
TESTING
COORDINATION WITH RAILROAD
GENERAL NOTES
PAGE_~=
00<550-1
00<550-1
00650-1-6
00650-6
00650-6-7
00650-7
00<550-7-8
00650-8
00650-8
00650-8
00650-9
00650-9
00650-9
00650-10
00650-10
00650-10
00650-10
00650-10
00650-10
00650-11
00650-11
00650-11-1:::>
SECTION 00650 -SPECIAL CONI~),ITIONS
_1_. _2 GENERAL
These Special Conditions supplement, modify, change,
delete from and/or add to the Specifications end the
"General Conditions of Agzeement" Where any Article of
the General Conditions is modified or any Paragraph,
subparagraph or Clause thereof is modified or deleted by
these supplements, the unaltered p:ovistons of that
Article, Paragraph, Subparagraph Or Clause shall remain
in effect.
O~ner: Wherever the word "OWNER" is used in the
Specifications and the Contract Documents, it she1] be
understood as referring to the City of Coppall.
Engineer: Wherever the word "ENGINEER" is used in the
Specifications and the Contract Documents, it shall be
understood as referring to Ginn, Inc.; 16135 Preston Rd.,
Suite 112, Dallas, Texas 752~8.
Contractor: Wherever the word "CONTRACTOR" is used in
the Specifications and the Contract Documents, it shall
be understood as denoting the General Contractor signing
this Contract.
HODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT
The following designated items of the General Conditions
Agreement are modified as follows:
of
Paragraph 2.06 - Lines and Grades is deleted in its
entirety and the following substituted therefore
"The Engineer will establish bench marks and horizontal
control points in close proximity to the Work. From
these control points, the Contractor shall provide
surveying necessary to lay OUt the Work. Contractor
shall be responsible for establishing all lines and
grades necessary to control the Work and shall be
responsible for the precise location of all facilities."
"The Engineer may make checks as the Work progresses to
verify lines and grades established by the Contractor to
determine the conformonce of the completed work as it
progresses with the requirements of the Contract
Specifications and Drawings· Such checking by the
Engineer shall not relieve the Contractor of his
responsibility to perform oll Work in connection with the
Contract Drawings and Specifications and the lines and
grades given therein·
Sac. 00650
1
Paragraph 3.09 - Protection Against Acctdent to Employees
c:nd the Public is modified by adding the following:
"Contracto~'s attention ts specifically directed to the
Texc:s Occupationc:l Sc:fety Law."
"The Contrc:ctor shc:ll so conduct his operations as to
offer the least possible obstruction and inconvenience to
public traffic. After the "Notice to P~oceed" is Issued,
the Contractor shall notify the Engineer, Qt the earliest
possible do:to, of the stc:rting of hc:uling of moteric:is
c:nd any construction wo~k which might in c:ny wc:y
inconvenience or endc:nger traffiC."
"The Cant=actor shall provide and malntain flagmen at c:11
points where his operations interfere tn any manner with
traffic flow. Flagmen shall be English speaking,
courteous, well informed, physically and mentally able
effectrally to perform their duties in safeguarding and
directing traffic and protecting the Work, and shall be
neatly c:tti=ed and groomed c:t c:ll times when on duty·
Flagmen, when directing traffic, shall use 'stc:ndc:rd
flagging procedures set forth in the 'Instructions to
Flagmen' published by the Texas State Department of
Highways and Public T=c:nsportc:tton."
"The Contrc:ctor shall provide, construct and maintain
suitable bc:r=fcades as shown on the Plans and elsewhere
when directed by the Engineer. The Contrc:ctor shc:ll
p~ovide and mc:intain such standard barricades or special
bar~icc:des, signs, lights and flags at points c:long the
pro}eat QS mc:y be necessary to protect the Work and
safeguard all trc:ffic. All signs, ba~ricc:des c:nd working
c:rec: lc:youts shall be provided and mc:intc:ined in
c:ccordance with requirements of Part VI of the Hanuc:l on
Uniform Traffic Control Devices, 'Traffic Controls for
Street c:nd Highway Const=uction and Me:intent:hoe
Operations.' Signs and barricades to facilitate the flow
of traffic will be the ~esponstbility of the Contractor.
The use of sufficient ve~ttcc:l pc:nels with flashors in
con}unction with necessc:ry wc:3:ning signs c:nd barrico:des
will be required to direct trc:ffic."
"No direct payment will be made for the work involved in
cc:==ying out the public safety mec:sures herein provided,
the cost thereof being included in the prices paid for
the various cant=act items of work and no c:dditionc:l
allowc:nce will be made therefore."
Paragraph 3.10 - Performance and Payment Bonds is
modified as follows:
With the execution and delivery of the Contract, the
Contractor shall execute and furnish separate
Performance and Payment Bonds on the forms provided
as follows:
Sec. 00650
2
Perfo3~mance Bond: A Performance Bond in the
amount of one hundred pe:cent I100%) of the
Cant=act p~ice, or only increases o: deletions
therefrom due to contract modifications,
gva:anteetng faithfu] performance of the work and
fulfillment of the obligations of the Contract·
The Performance Bond shall guarantee that the
Contractor shall =epOiE and/or Eeplace any
defects in the work a~ising from defective o=
inferior workmanship or materials used therein,
for a period of one (1| yea= from date of final
acceptance of the wozk by the Owner.
Payment Bond: A Payment Bond in the amount of
one hundred percent |lO0~l of the Cant:act price,
o: any increases o: deletions the=el=am due to
COntraCt modifications, gua:anteeing payment to
oll pe:sons supplying labo: and materials o:
furnishing equipment in the execution of the
Cant=act.
Performance and Payment bonds shall be from on
app:oved su:ety company holding a permit f=om The
State of Texas to act as surety o: othe: surety o:
sureties acceptable to the Owne:.
Paragraph 3.18 - Insurance is modified by the addition of
the following
Cont=acto:'s and Subcont=acto='s Publlc Liability,
Vehicle LIability, and Property Damage Insurance:
As :equi:ed under Paragraph 3.18 of the General
Conditions, the Cont=acto='s Public Liability Insurance
and Vehicle Liability InsuzQnce shall be an amount not
less than $200,000.00 for in)u:ies, including accidental
death, to any one person, and sub}act to the same limit
fox each person, in on amount not less than $500,000.00
on account of one accident, and Cont:acto:'s P~ope=ty
Damage Insurance in an amount not less than S100,000.00
per accident and $200#000.00 aggregate.
The Cant:actor shall eithe: (1) require each of his
subcont:octocs to p:ocu:e and to maintain du:tng the life
of his subcont:oct~ Subcont:acto:'s Public Liability and
Property Damage of the type and tn the same amounts as
specified in the preceding paragraph, o: (2} insure the
activities of his subcant:actors in his own policy·
Bvllde='s Risk Insu=ance: The Cant=actor will maintain
Builde:'s Risk Insurance (fire and extended cove:age) on
o lOOt completed value basis on the insu=able portions of
the p:o}ect for the benefit of the Owner, the Cant:actor,
and all subcant:actors, as thei~ interests may appea~.
Sac. 00650
3
Section ~ - PROSECUTION AND PROGRESS is deleted tn
entt=ety and the following substituted the=era=e:
its
TIME FOR COMPLETION AND LIQUIDATED DAMAGES
TIME FOR COMPLETION: The time allotted for
completion of all items of wo=k fo= this
pro]act shall be 299 consecutive calenda~ days.
]t is he=eby unde=stood and mutually ag=eed, by
and between the Cant=actor and the Owne=, that
the date of beginning and the time
completion as specified in the Contract of the
wo=k to be done he=evnde= a=e ESSENTIAL
CONDITIONS of this cant=act; and It is fu=the=
mutually unde=stood and ag=eed that the wo=k
emb=aced in this cant=act shall be commenced on
a date to be specified In the Notice to
Proceed,
The Cont=QctO~ agrees that said wo=k shall be
p=osecuted =egula=ly, diligently, and
uninte==uptedly at such a =ate of p=og=ess as
wtll insu=e full completion the=eof within the
time specified. It is exp=essly vnde=stood and
ag=eed by and between the Cont=acto= and the
Owne=, that the time fo= the completion of the
wo=k desc=ibed he=etn is a =easonable ttme
the completion of same, taking into
conside=ation the ave=age climatic =ange and
usual conditions p=evailing in this locality.
~.02
LIQUIDATED DAMAGES: If the said Cont~acto~
shall neglect, fail o= =efuse to complete the
wo=k within the time he=ein specified o= any
p=ope= extension thereof g=anted by the Owne=,
then the Cont=acto~ does he=eby ag=ee, as a
pa=t conside=orion fo~ the awa=ding of this
Cant=act, to pay to the Owne= FIVE HUNDRED
DOLLARS |S5001 FOR EACH CALENDAR DAY, not as
penalty, but as liquidated damages fo= such
b~each of cant=act as he~etnafte= set fo=th,
fo= each and eve=y ca]enda~ day that the
Cont=acto~ shall be in default afte= time
stipulated in the Cant:act fo= completing the
wo=k.
The said amount is fixed and ag=eed upon by and
between the Cont=acto~ and O~ne= because of the
imp=Qcticability and ext=eme difficulty of
fixing and asce~taining the actual damages the
Owne= would in such event sustain, and said
amount shall be =etained f=om time to time by
the Owner f=om cu==ent periodical estimates.
Sac. 00650
It is furthe= ag=eed that time is of the
essence of each and eve=y po=tion of this
Cant=oct and of the Specifications wherein a
definite and certain length of time is fixed
fo= the pe=fo~monce of any oct whatsoeve=~ and
where unde~ the Contract an additional time is
allowed fo~ the completion of any wo~k, the new
time limit fixed by such extension shall be of
the essence of this Cant=oct. P=ovid~ that
the Cont=acto= shall not be cho=ged with
liquidated damages o: any excess cost when the
Owne= date=mines that the Cont=acto= is without
fault and the Cont=acto='s =easons fo= the time
extension a~e acceptable to the Owne=~ P=ovided
fv~ther~ that the Cont~acto~ shall not be
cho~ged with liquidated damages o= any excess
cost when the delay in completion of the
is due:
To any p~efe=ence, p~lo=ity o= allocation
o:de~ duly issued by the Gove=nment~
To unfo=eseeable cause beyond the cont=ol
and without the fault o= negligence of the
Contractor, including but not ~est~icted
to, acts of God, or of the public enemy,
acts of the Owne=, acts of anothe~
cont=octo= in the pe=fo~mance of a cant=act
with the Owne=, ft=es, floods, epidemics,
qua=antine ~est=ictions, strikes, fzeight
embo=goes, and seve=e weothe=: and
To any delays of subcont=acto=s o=
supplie=s occastoned by any of the causes
specified in subsections (a) and (bl of
this O=tiCle~ B~gyided _~the=.L that the
Cont=acto= shall within ten {10} days f=om
the beginning of such delay, unless the
Owne= shall g=ant a fucthe= period of time
p=io= to the date of final settlement of
the Cant=act, notify the Owne~, in w=tting,
of the causes of the delay, who shall
asce=toin the facts and extent of the delay
and notify the Contzacto= within o
~eosonable time of its decision in the
motte~.
Pa=og=aph 5.04 - Paztial Payments, is deleted in its
entirety and the following substituted thezefoze:
"On o= befoze the tenth of the month, the Cont=actoz
shall p~epoze and submit to the Enginee= fo= app=ovol Q
statement showing os completely as pzacticable the total
Sac. OOdEO
E
value of the work done by the Contractor up to the last
day of the previous month~ said statement shall also
include the value of al1 sound materials delivered and
stored on the ]oh site of the wo~k that are to be
fabricated into the work.
"The Owner shall then pay the Contractor afte~ the fourth
(~th) Tuesday after receiving City Council Approval. The
amount paid shall be the total amount less 'five 15}
percent of the amount if total pro)act estimated cost
exceeds $~00,000 g~ ten I10) percent of the amount if the
estimated pro)eat cost is less than $~00,000, which
percent retained shall be held until final payment, and
further less all pEevious payments and all furthe~ sums
that may be 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, the Owne~ 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 =elieyed of the obligation to fully complete the work
and, thereupon, the Contractor shall receive payment of
the balance due him under the Cant=act sub}eat only to
the conditions stated under 'Final Payment' "
CONTRACT EXECU]ION AND ISSUANCE OF WORK ORDER
It is the intention of the Owner to notify the Successful
Bidder in writing, within ninety 1901 days after receiving
bids of his acceptance of the Proposal. The Contractor
shall complete the execution of the required Bonds and
Contract within fifteen (15) days of such notice. Upon
completion of the execution of the Contract Documents, the
Owner will issue a written "Notice to Proceed with
Construction"
)=~__~]ATE AND CITY SALES TAX
The Contractor's attention is directed to Amendment No. ?
to Section 6a, Arttale 20.01, Chapter 20, Title 122A,
Taxation-General of the Revised Civil Statutes of Texas·
This amendment provides that all items used o= consumed
by a contractor, whether incorporated into the p~o)ect or
not, can be purchased free of State and City sales tax
when the pro)eat is being performed for an exempt agency.
Included are equipment rentals and other items which are
consumed by the contractor but are not incorporated into
the pro)eat.
Sec. 00650
6
1.8
This contract is issued by an o~ganization which
qualifies fo~ execption pursuant to the provisions of
A~ticle 20.0~ (FI of the Texas Limited Sales, Excise and
Use Tax.
The cont~actoz pezforming this contzact may purchase,
~ent o~ lease all materials, supplies, and equipment used
o~ consumed in the performance of this contract by
issuing to his supplier an exemption ce~tificate in lieu
of the tax, said exemption certifcate complying with
State Comptrolle~'s ~uling No. 95-0.07. Any such
exemption ceztificate issued by the contractoz in lieu of
the tax shall be sub)ect to the pzovtstons of the State
Compt~oller's =uling No. ~S-0.09 as amended to be
effective October 2, 1968.
EXISTING STRUCTURES
The plans show the locations of all known su=face and
subsuzface stzuctuzes believed to be involved in this
pEaposed construction. However, the Ownez assumes no
=esponsibility foz fatluze to show any o= all of these
stzuctuzes on the plans, o= to show them in theiz exact
location. It is mutually ag=eed that such failuze shall not
be considezed sufficient basis fo~ claims fo~ additional
compensation fo= ext=a wo=k, unless the obstruction
encounte=ed is such as to necessitate changes in the lines o=
gEades, o= =equizes the building of special wozk, provisions
foz which are not made in the plans and specifications, in
which case the p=ovisions in the Genezal Conditions of
Agzeement fo= extra wozk shall apply·
PROTECTION AND RESTORATION OF PROPERTY
The Cant=actor shall be responsible fo= the prese=vatton from
in)ury and damage, =esulting directly o= indi=ectly f=om the
execution of the wo~k unde= his contract, of all public and
p=iVQte prope=ty ad)acent to the wo=k. He shall use eve=y
p~ecautton to p=event the damage oz destruction of buildings,
poles, t=ees, sh=ubbe~,y and lawns. Also, undezg=ound
st~uctu=es such Qs wi~es, cables, etc.; within o= without the
wo=k Q=eO. He shall protect and carefully p=eserve all
official suzvey monuments, propezties and section mazkers o~
othe= simtla~ mazkezs until an autho=tzed agent has witnessed
oz othe=wise =efezenced theiz location and shall not remove
them until di=ected.
When or where direct or indirect damages o= in}u:y is done to
public or private property by or on account of any act,
omission, neglect o= misconduct in the execution of the wo=k
or in consequences of the nonexecution of same on the pQ=t of
the Contracto=, such prope=ty shall be restored at the
Contracto='s expense to a condition simtlaE o= equal to that
existing before such damage o= injury was done, he shall make
good such damage o= in}u=y in Qn acceptable manne=.
Sec. 00650
?
In case of failure on the pa:t of the Cont:acto: to :esto:e
such p:ope:ty, o: make good such damage, o: in)u:y, the
Enginee: may upon twenty-fou: IE~) hou:s w:ttten notice,
p:oceed to :epQi:, :ebuild o: othe:wise :esto:e such p:ope:ty
as may be deemed necessa:y and the cost the:ear shal] be
deducted from any moneys due the Cont:acto: under the
Cant:act.
1.9 REFERENCE SPECIFICATIONS
-Reference to ASTN, o: othe:s as listed below, shall be
conside:ed as :efe::ing to the Specifications o: Nethod of
Test as set fo:th by those va:ious o:ganizations and shall be
conside:ed as pa:t of these Specifications when designated as
such. Abb:eviations and meanings a:e as follow:
A.S.A .......... Ame:ican Standa:ds Association
A.S.T.N ........ Ame:icQn Society of Testing Hate:lois
A.A.S.H.T.O .... Ame:tcan Association of State Highway &
T:anspo:tQtion Officials
A.C.I .......... Ame:ican Conc:ete Institute
A.W.S .......... Ame:tcan Welding Society
A.W.W.A ........ Amezican Wate: Wo:ks Association
S.S.P.C ........ Steel St:uctu:es Painting Council, Federal
Specifications Tzeasu:y Depa:tment
P:ocu:ement Division, United States Gove:nment
U.L ............ Unde:w=itezs Labo:atozles
N.E.N.A ........ National Elect:ical Nanufactu:e:s Association
W.P.C.F ........ Wate: Pollution Control Fede:ation
T.S.D.H.P.T .... Texas State Depa:tment of Highways and
Public T:anspo:tation
C.D.G.S ........ City of Dallas Gene:al Specifications
N.C.T.C,O.G .... No:th Cent:el Texas Council of Governments
~=~9 SUBSUBE~G~_~_ONDITI_O[~_~
Cont:acto: shall make his own investigation of subsv:face
conditions. No Claims fO: eXt:Q Compensation due to unusual
soil conditions that a:e found to exist will be allowed.
SERVICE OF NANUFACTURER'S REPRESENTATIVE
The cant:act p=ice fo: the p:o)ect shall lnclude the cost of
furnishing competent and expe:ienced engineers
supe:intendents who shall Eep:esent the manufoctu:e:s and
shall assist the Cont:acto:# when :equi~ed, to install,
ad)ust and test the equipment in confo:mity with the Contract
Documents. Afte: the equipment is placed in pezmanent
ape:orion by the Owne:, such enginee: o: supe:intendent shall
make all Qd)ustments and tests =equt:ed by the Enginee: to
p:ove that such equipment is in p:ope: and sattsfacto:y
ope:ating condition, and shall instruct the Owne:'s
:ep:esentatfves in the proper ope:ation and maintenance of
such equipment o: system.
00650
1.12 PLANS AND SPECIFICATIONS AVAILABILITy
The Enginee: will p:ovide the Cont:acto: with six 16) copies
of plans and specifications in addition to the Cant:act Sets
p:ovided fo: use on the p:o}ect. Additional copies may be
pu:chased by the Cont:acto: fo: the cost of p:inting.
Rep:oducibles :equi:ed fo: as-builts will be paid fo; by the
Cont:acto:. Enginee; will p:ovide the o:iginal d:awings.
1.13 SUBCONTRACTORS
The name and add:ess of each svpplie:, manvfactv:e: and
subcont:acto: which the Cont:acto: p:oposes to use on wo:k
unde: this cant:act shall be submitted in w:Ittng to the
Engtnee: fo~ app:oval.
1.1~ CONTRACTOR'S RESPONSIBILITY FOB_y~ILITIES AND SERVICES
The Cont:acto; shall make his own investigations and be fully
:esponsible fo: locating and taking ca:e not to damage any
gas, Ware;, sewe:, o: telephone lines. The Cont:acto: shall
not begin any ope:ations which may inte:fe:e with o: impat:
the no:mal se:vice being :ende:ed by public utility
ope:atozs. The Cont=Qcto= will be held :esponsible fo: the
p:otection of the p:ope;ty o: se;vice of public utilities
within the iimits of the Wo:k. In case that such physical
p:ope:ties conflict with the pe:fo=mance of the cant:act, it
shall be the Cont=acto:'s :esponsibility to anticipate such
conflicts and to give advance notice the:ear to the owne:s of
the utility.
The Cont:acto: will be :esponsible fo: any damages done by
him to any utility st:uctu:e whethe: owned by a public o:
p:ivate agency. Damage of whateve: natu:e to the existing
facilities shall be :epai:ed Immediately at the Cont:acto:'s
own expense as di:ected by the Enginee:.
Cont:acto: shall be :esponsible fo: the :e]ocQtion of any
ware:# sewe:, gas, telephone o~ othe= utilfty which
inte:fe:es with the pe:fo=mance of the cant:act. No ext:a
claims fo: compensation will be allowed fo= any Utility
:e]ocQtion, unless opp:oved in w:iting by Engtnee=, p:io: to
~elocation.
Delays and inte::uptions to the wo:k schedu]e caused by the
ad}ustment o: :epai:s of ware:, gas, telephone o: othe:
utility appv:tenQnces and p:ope:ty will not be cha:ged
against the cant:act time unless such delays be due to the
negligence of the Contcacto:.
Sec. 00650
9
3=~_~U~BER'S_DIRECTIONS
All manufactu:ed a:ticles, mate:ials and equipment shall be
applied, installed, connected, e:ected and used as dt:ected
by the manufactu:e~s, unless he:ein specified to the
cont:a:y. Cont:acto~ shall fu:nish copies of a11 p:tnted
dt:ecttons with the mate:ial.
1.16 SANITARY FACILITIEB
The Cont=acto~ shall p=ovide at his own expense field toilets
foz the use of the employees and contzacto= fo=ces. The
facilities ShQ1] confo:m to the =equt:ements of the Texas
State Health Depa=tment and those of any othe: agencies
having )urisdiction he:ewith. The field toilets shall be
cleaned and sc:ubbed with a disinfectant at least once pe:
day.
GUARANTEE OF WORK
All wo:k shall be guaranteed against defects :esvlttng f=om
the use of infe:to~ mate:ials, equipment o~ wo:kmanship
gD~_Y~g~ f:om date of final completion and acceptance of the
p=o)ect.
1.18 FINAL INSPECTION
When the wo:k is completed, the Cont:acto: shall notify the
Owne: in w:iting on which date he will be :eady fo: final
test and inspection. Notice shall be given seven (7) days in
advance and ve:ifted by telephone twenty-fou: (2~) hou:s
p:io= to the time set fo: inspection. Afte: the Owne: and
Enginee: a:e completely satisfied with the wo:k, the Enginee:
shall make final measu:ements of all items and app:ove final
estimate and advise the Owne: to make final payment to the
Cont:Qcto:.
PERMITS AND LICENSES
All permits and
the p:osecution
the Cont:acto:.
licenses of a tempo:a:y natu:e necessary
of the wo:k shall be secu:ed and paid fo: by
_2_0., _N{)__T I _C_E:_OE: BEQU I REMENT
,F,A._C!LX_TX_E_S
FQB__CERTIFIC~X_Otq. OF. NON:SEGREGATED
Bidde:s a:e cautioned as follows: By signing the Cant:act
fo: which these bids a:e solicited, the bidde: will be deemed
to have signed and ag:eed to the p:ovisions of the
"Ce:tificate of Non-seg:egated Facilities" as contained in
the Specifications fo: this p:o)ect.
Sec. 00650
10
A1] =equi:ed testlng will be paid fo= by the City of Coppall.
Any :etasting ~eqvi:ed will be at the expense of the
Cont:acto:. Testing :equested by the Contzacto: fo: his own
use to asce=tain whethe: o: not complying with the
Specifications will be paid fo: by the Contractoz.
~=~_~g~BDX~ATIoLq__~]~U_~U~ RAILROAD INOT APPLICABLE)
The Cont:Qcto: shall be :esponsible for all const:action
coo:dination with the :atl:oad, if involved, including
securing pecmits, :ight-of-way ent=y fo=m and notification
to the zail~oad as wo:k begins.
1'.23 GENERAL NOTES
1. The Contracto: shall plan his wo:k sequence in a manne:
that will CauSe the minimum interference with t=affic du:ing
construction operation. Access to facilities must be
maintained at a11 times th:oughout the du:ation of the
const:action. Befo:e beginning wozk on the p=o)ect, the
Cont:acto~ shall submit fo: app:oval by the Enginee= a Plan
g~_ Construction __Ope=ations.
2. P~io= to the sta=t of const;uction~ it is the
zesponsibility of the Cont~acto: to date:mine the location of
all utilities, whethe= o~ not shown on the plans.
3. Any costs :esulting f:om Cont:actoz damages
shall be the :esponsibility of the Cont~acto=.
to utilities
~. All water and sanitary sewer facilities that may
inte~fe:e with const=uction shall be =elocated and ad)usted
by the Cont=acto= with the Enginee='s app3:oval,
S. The items unde: which payment is to be mode a=e as listed
in the Summary of Quantities. Any ~efe~ence to othe~
items in the standa:d specifications as pay items is he:eby
deleted. Only the pzovlsions fo: const:action :equt:ements
of such 1tams Q=e tO be complied wlth.
6. All conduit installed must be
between pull boxes with end plugged.
left
with pull stzing
7. The Cont:acto: will be held :esponsible fo: placing and
maintaining a11 necessary ba~zicades, ve~'ttcal panels with
with flashe:s and signs to p~ovide maximum safety to the
moto=ist. All barricades and signs shall be kept clean and
b:oken ones will be =eplaced. The Cont=acto= should use good
)udgment when conside=ing the safety fo= motozfsts.
Ba=zicades and siqD~ will not be a di=ect_~gy_ item on this
Sec. 00650
8. Prio~ to start of any excavation, Cont~acto~ shall have
laid out [horizontally and vertically] all components of the
p=o~ect, and have zeceived app=oval fzom the Enginee~ befo=e
p~oceeding. The Cant=actor shall be =esponsible for all
alignment and elevation cont=ol. The Cant=actor shall
p=ovide the Enginee~ a "cut sheet" prjo= to beginning any
excavation or embankment, indicating all "cuts and fills" as
=equired on the p~o}ect.
The Cant=actor shall erect Q s~gn visible to the general
public of at least ~' x 6' giving the following ~nfo~mQtion:
Owner: City of Coppell
Contracto=: Inamel
Engineez: Ginn, Inc.
Pro)ect Amount: (bid amountl
P=o)ect: 1.2E MG II.E MG) Elevated Wate= Sto=age Tank
lO. All elevations are based on Reference BM #198 on the
National Flood Insurance Floodway Map IAugvst 1, 1980}
desc=ibed as: Chiseled square on top of wheel gua=d at
southeast co=net of b~idge on Belt Line Road over Grapevine
C~eek, elevation ~60.91 Ift. NGVDI. New bench ma=ks have
been established along the pro)ect (shown on plan/profile
sheet}. The ContrQcto~ shall establish new bench ma~ks as
needed or before removal of the existing ma=kers.
Sec. 00650
12
DESCR3PTION
SECTION I - ELEVATED WATER STORAGE
TANK
PAGE NO.
1-01
1-0~
1-03
1-Oz~
1-05
1-0<5
1-07
1-08
1-0~
1-10
1-11
1-12
1-13
1-1z~
1-15
3-1<5
SCOPE ...................................... 0
TYPE OF TANK ............................... 0
SiZE OF TANK ............................... 0
PLANS ...................................... 0
FOUNDATION ................................. 0
ACCESSORIES ................................ 0
INLET PIPE .............................. 0
OUTLET PiPE ............................. 0
RISER PiPE .............................. 0
OVERFLOW PIPE ........................... 0
GATE VALVES ............................. 0
THRUST BLOCKS ........................... 0
LADDER .................................. 0
0750 -R
0750 -~
0750 -~
0750 -~
0750 -~
0750-3
07EO-B
0750-3
0750-3
0?50-3
0750 -3
0750-3
0750-3
VENT .................................... 00750-~
ACCESS TUBE ............................. O0?EO-~
PAINTERS RINGS .......................... 00750-~
MANHOLES ................................ 00750-~
AIRCRAFT WARNING LIGHTS ................. 00750-4
OUTLET PIPE DISCHARGE BASIN ............. 00750-4
DOORS ................................... O0?EO-~
SIDEWALKS ............................... 00750-4
ELECTRICAL .............................. 00750-4
MISCELLANEOUS ACCESSORIES ............... O0?EO-~
MATERIALS .................................. 00750-4
ELECTRICAL REQUIREMENTS .................... 00750-5-8
WORKMANSHIP ................................ 00750-8
WELDING SUPERVISION AND INSPECTION ......... 00750-8
CHAIN LINK FENCE AND GATES ................. 00750-8
CLEANING AND PAINTING ...................... 00750-8-20
CLEAN-UP ................................... 00750-20
TEST AND STERILIZATION ..................... 00750-20
GUARANTEE .................................. 00750-20
PAYMENT .................................... 00750-23
Sec. 00750
1
SECTION I
ELEVATED WATER STORAGE TANK
1-01
1-02
1-03
1-04
1-05
~9~: The work covered by this section shall
consist of furnishing all materials, equipment, labor
and performing all operations for the manufacture,
delivery, construction of foundations, erection,
painting, testing, and sterilization of on 01] welded
elevated water storage tank complete with
appurtenances, in accordance with these
specifications.
TYPE OF TANK: The elevated tank shall be of the
Fluted Column or HydraPillar shape with o single
supporting column as manufactured by Chicago Bridge
and Iron or Pittsburgh-Des Haines Steel Company or Qn
opproved equal. The mOteriO1, design, fabrication
and erection of the storage tank shall conform to
current "Standard Specifications for Steel Tanks,
Standpipes, Reservoirs, and Elevated Tanks for Water
Storage," AWWA 0100 (latest revision) of the
American Water Works Association, and the Uniform
Building Code, current edition. In the event of
conflict between said codes the more stringent shall
apply. A basic wind pressure per UBC of 35 psf at
ground level shall be used for design.
SIZE OF TANK: The net capacity of the tank shall be
1.25 Million Gallons o= 1.50 Million Gallons of water
stored between the bottom capacity line and the top
capacity level. The top of the tank shall not exceed
elevation 680 MSL.
PLANS: The Contractor shall furnish with his bid o
set of plans consisting of o general plan of the
structure giving dimensions of all pertinent
features, plate thicknesses, general arrangement of
members and preliminary layout of proposed
foundation. After award of the contract, the
Contractor shall furnish the Engineer for review
complete design and plans for the tank and
foundation. These Plans shall be stamped by a
Professional Engineer registered in the State of
Texas.
[QU_ND_~TIONi The Contractor shall design and
completely construct the foundation for the tank.
The foundation design shall be based on the data
furnished in the Soils Report attached to these
specifications. Concrete design shall be in
accordance with the ACI Code. The concrete shall
have o minimum compressive strength of 3,000 p.s.i.
at 28 days.
Sec. 00750
2
1-06
ACCESSORIES:
INLET PIPE. The=e shall be a 30 inch diamete:
ductile i=on pipe which shall extend beyond the
edge of the foundation as shown on the d=awings.
Connect to p=oposed main as shown. See "Outlet
Pipe" fo= desc=iption.
OUTLET PIPE= The=e shall be a 12 tnch-diamete=
ducti]e i=on outlet pipe as shown on the plans
which shall extend five feet beyond the
foundation and discharge into the diffuse= basin.
The inlet and outlet pipe shall be in acco=dance
with the Specifications AWWA C-151 latest
=evision. The pipe shall be =ated Ot a wo=king
p=essu=e of 350 p.s.i. with 16 feet of cove=.
All fittings shall confo=m to Specifications AWWA
C-llO o= AWWA C-111 latest =aviston and shall be
of the size and type shown on the Contract
D=awings.
RISER PIPE. The =ise= pipe shall be 2~ inch
diemete= and shall be of welded steel
const=vction and shall be equipped with expansion
)oint and te:minoting at Q base Tee. The :ise=
pipe shall extend 6" into the tank to se=ve as a
silt stop.
OVERFLOW PIPE. The ave=flow pipe shall be 12
inch diamete= and of welded steel const=vction
and shall hove a dished in]et (Anti Vo=tex). The
overflow pipe shall be inside the column and
te=minote at O base Tee.
GATE VALVES. Gate Valves shall be Stando=d AWWA
C-EO0 latest =avision, non-=ising stem, i=on body
b=onze mounted, tested hyd=ostatically to 300
lbs. pe: sqva=e inch. Valves shall open by
tu=ning coun.te= clockwise. All valVeS shall be
equipped with "0" =ing Seals Qt the top of the
stem and shall be equipped with a wheel type
handle.
THRUST BLOCKS. Th=vst blocks shall be installed
at oll 1/8 bends o= la:ge=, at oll Tees, caps and
plugs. Thzust blocks shall be of conc:ete o:
ancho: :ads.
LADDER. A re=riCO1 ladde= with cage shal] be
p=ovided extending f=om g:ade up inside the
column and access to a =oaf manhole. A second
manhole shall be p=ovided to pe=mit ent=ance into
the tank p:ope=. The manholes a~e to be a
minimum 2~ inch diamete= and of ~ainp~oof and
bi=dp=oof const=uction. The details of the
manhole shall be in acco=dQnce with AWWA
Sec. 00750
3
1-07
Stonda:ds. Additionally, the ladde:s and cages
shall be offset and a plotfo:m p:ovided fo: each
2S feet of re:rico1 distance. Ladde: offsets and
platfo:ms shall be p:ovided with :oils.
VENT. The:e shall be a vent of adequate size to
~y vent the tank when pumping o: wtthd:awing
ware: at o maximum :ate without using the
ave:flow as a vent· The vent shall be sc:eened.
ACCESS TUBE· The:e shall be an access tube
th:ough the tank p:ope: to the :oaf.
~8~!¢B~_B~NGS- The:e shall be adequate painte:s
:ings both inside and outside of the column·
MANHOLES. The:e shall be a manhole giving access
to the painte:s :in9 at the top of the column and
a p]atfo:m inside the column at this point.
AIRCRAFT WARNING LIGHTS. The tank shall be
equipped with Oi:crOft warning lights as shown on
the drawings.
~UTLET _8]B¢__D!SCHARG~__~ASIN. An outlet pipe
discharge basin shall be constructed of concrete
QS shown on the attached detail plans.
DOORS. Two sets of double doo:s, steel, solid
co:e shall be fv:nished. Each doo: shall hove a
minimum of three hinges and shall be painted to
match the tank.
SIDEWALKS. Concrete sidewalks shall be provided
around the base of the tank· Sidewalks shall be
~ inches thick and shall have welded wire fob:ic
:einforcing.
MATERIAL:
A. All plates and membe:s shall have o minimum
thickness of 1/4 inch·
Plate mote:iol shall conform to the requi:ements
of ASTM Designation A 36 o: A 283 and AWWA D 100.
C. St:uctu:ol Shapes shall conform to ASTM A 3d.
Steel Pipe for stub-out love:flow) shall be
seamless B conforming to ASTM Designation A 53.
E. Rods shall conform to ASTM Designation A 36.
F. Bolts and Anchor Bolts shall
Designation A 307, Grade A or
sho)l be galvanized.
Sac. 00750
conform to ASTM
B. Anchor bolts
1-08
Cast I=on Pipe fo= inlet connection shall be
Class 1SO pipe fo= ware=, manufactured in
acco=dance with Fede=al Specifications WW-P-~21c,
ANSI A 21.6 {AWWA C1061, and shall have a metal
thickness based on a tensile st=ength of 21,000
psi and a modulus of rupture st=ength of ~S,O00
psi.
Welding Elect=odes shall confo=m'to AWS
Designation 5.1 {ASTN A-2331. Electrodes shall
be any E 60 Classification suttable for the
current characteristics, the position of welding
and other conditions of intended use.
The Cant=actor will be =eqvt=ed to furnish mill
test reports covezing plates used in the tank,
al1 st=uctu:a] shapes and pipe used st=uctu=ally.
The =eports shall verify conformance with these
specifications.
· ELECTRICAL REQUIRENENTS.
A. Gene=al:
The work to be included unde= this section shall
consist of the elect=ical system installation.
Fu=nish all labo~, tOOlS~ mQte=ialS, equipment, and
supervision to install the elect=ical system in a
complete and finished State.
It is the intent of this section that all equipment
specified herein o~ indicated on the plans shall be
furnished and installed together with all wiring,
connecto=s~ accesso=ies~ supports~ and appu=tenances,
ready fo= operation.
All work shall comply with the 198~ National
Electrical Code· Service installation shall be done
in accordance with Texas PoweE & Light Company's
=equirements.
Allow in bid $2500.00 [Two Thousand Five Hundred
Dol]Q=s} fo= payment to Texas Power & Light Company
fo= thei= "contribution in aid to Const=uction" for
b~inging overhead service to the mete~ pole.
Dete=mtne exact amount du=jng const=uction of the
p~oject end refund excess to Owne=.
The electrical wo:k shell consist generally, but
shall not be limited to, the following:
a. Service pole and
appurtenances
b. Underground power and
laterals
c. Lighting panel
service switch and
telephone se=vice
Sec. 007S0
S
d. Floodlighting System
e. Gene=al lighting inside tank shaft
f. System of =eceptacle outlets and lighting
fixtu=es and =eceptacles up ladde=
g. Telephone =aceway and 120V ct=cuit to se=ve
futu=e p=essu=e t=ansmttte=
h. Ai=craft warning obstruction lights and
flashing beacon atop elevated tank
B. Material:
All wire shall be copper conductor, XHHW Insulated.
Conduits fo= exposed use
galvanized rigid steel type.
shall be hot-dipped
Conduits for buried runs shall be plastic coated
rigid galvanized steel with ~0 mil coating of PVC
outside and with inside wash coat of phenolic, equal
to Robroy "Plastibond II."
Control devices for automatic control of
floodlighting contractor shall consist of photocell
and time clock. Furnish Paragon equipment as shown.
Conduit boxes and bodies shall be cast metal
"Condulets" with gasketed cast metal covers.
Panelboa=ds shall be ci=cuit breaker type with mains,
b=anches, and const=uction as indicated. Panel shall
bear service entrance lobe1. All b=eake~s shall be
each rated 10,000 A.I.C. Cabinet shall be equipped
with door and di=ecto=y pocket and shall be
surface-mounted, NEMA 1.
Telephone cabinet shall be similar to the panelboard
except NEMA 3R. Provide S/8" thick ma=tne plywood
liner inside.
Be=vice safety switch shall be heavy-duty type with
current-limiting fuse re)ection clips, NEMA 3R
enclosure. Provide lock and three keys.
Fuses shall be Bussman dual-element type FRN-R.
Lightning a==este=s shall be can-type with th=eaded
knock-out insert, as manufactu=ed by Delta
Elect=onics, P.O. Box 108~, Big Springs, Texas
79720.
Service pole shall be 30 foot class 5 creosoted wood
pole with top-to-bottom ~6 hard-drawn copper ground
wire with butt-plate ground.
Sec. O07EO
6
Conduit bushings shall be OZ type "A" molded phenolic
foe non-gEovnding type and 0Z type "BLG" for
grounding type.
Lighting fixtvEes shall be type and make as indicated
on plans. Each fixtuEe shall be fuEnished complete
with lamps, lens, ballasts, and necessaEy
appuEtenances.
Lighting contactoE shall consist of electEically-
operated, electEically-he]d type with numbe~ and
Capacity Of poles as shown. Pzovide selectoE switch
and fittments as shown. EnclosuEe shall be
suEface-mounted NENA 1.
C. Installation:
Install service pole at indicated location. Set butt
of pole five feet below finished gEade and compact
backff11. Pole shall set plumb. Haunt safety switch
onto pole with two 3/8" djameteE galvanized log
bolts. SuppoEt seEvice masts with malleable type
galvanized iron conduit clamps every six feet of
length. Ground all metal poets on po]e and bond
switch neutral to cabinet and to pole gEound.
Install hot-dipped galvanized eyebolts foe
teEmtnoting telephone and poweE seEvices.
UndergEovnd conduits shall be installed 18" below
finished gEode and backfill compacted to undistuEbed
soil density. Leave pullcoEd in telephone raceway.
A11 wiEing Euns on the elevated tank structuEe shall
be exposed. Install each run paEalle] to the lines
of the StEuctuEe and adequately support with conduit
clamps.
Support ponelboaEds and associated cabinets onto
indicated steel backplate that shall be attached to
the elevated tank shaft wail.
Lighting fixtuEes shall be adequately supported ream
the StEUCtUEe. FluoEescent fixtuEes shall be
attached to the side of the structuzal envelope with
welded bEockets.
lnStOl] Oi=C=Oft flashing beacon on top of tank with
bEocket suppoEts foe fixture and flasheE. Install
obstruction lights Ot 90 degEee spacing oEound top.
Adequately suppoEt all Eacewoys with conduit clamps.
Each bEanch ciEcuit conduit penetEotion into o sheet
metal enclosuEe shall be equipped with Qn insulated
bushing. SeEvice and feedeE conduit penetEotions
shall be each equipped with a gEounding bushing.
Install bonding }umpeE ream each gEounding bushing
gEound lug to cabinet ground.
Sec. 00750
?
1-09
1-10
1-11
1-12
Install all breakers in lighting panel and make oll
wiring connections. Typewrite panel directory to
identify each circuit and each space.
Aim floodlights at night to evenly distribute
floodlighting of bowl and to highlight the signage on
the sides of the bowl. Do this in presence of
Engineer.
Instoil floodlighting fixtures with slip fitters onto
galvanized conduit posts set in concrete as shown.
YgB 8 U!B= All ports fozming the structure shall
be built in accordance with approved drawings. The
workmanship and finish shall be the best in modern
shop practice. All welders shall be qualified by
ASME Requirements. All welding shall be done by
operators who have qualified within the previous year
in accordance with the requirements of the American
Welding Society. Records of these qualification
tests shall be furnished to the Engineer.
WELDING SUPERVISION AND INSPECTION. The tank
contractor shall employ the services of o welding
supervisor independent of the tank erection foremon's
}urisdiction. Inspection will be in strict
accordance with Section 11 of AWWA Specifications.
Spot Radiographs ore to be taken in accordance with
Appendix A. Pre-ponned sections will not be allowed.
CHAIN LINK FENCE AND GATES. Shall conform to Texas
State Deportment of Highways and Public
Transportation "1982 Standard Specifications fo~
Construction of Highways, Streets, and Bridges," Item
590.1 through 590.~ and os shown on the drawings.
PAINTING.
A. Scope:
The work to be performed under this section of the
specifications shall compromise the furnishing of all
labor, materials, and equipment necessary to pQint
and prepare for service the elevated storage tank as
specified herein.
B. Standard of Comparison:
The specific paints referred to in the section
entitled "Coating Systems" ore manufactured by Mobil
Chemical Company and are presented as a standard of
compQrison. Other top line products of nationally
known and reputable manufacturers may be considered
for use by the Owner. Such consideration is sub}ect
to a written request from the Contractor with
satisfactory data on past performance, composition,
directions for -use, and other information as
Sac. O07EO
8
necessazy. "Captive" technical bulletins alone will
not necessa=ily be considezed pzoof of the quality.
As pQ=t Of the pzoof of the quality the Enginee= may
zequi=e, Qt the expense of the ContzQcto=, certified
~epo~ts f~om a nationally known, ~epvtable and
independent labo=ato=y conducting compa=Qtive tests
as di=ected by the Engtnee=, between the p=odvct
specified and the cequested substitution. The
comparative tests shall hove been made wt'thfn two
yea~s p~io~ to awa=d of the cOntraCt.
C. General:
1. All paints and matg=ials used on tnte=io~
SUrfaCeS shall confo=m to U.S.D..A. and/o= F.D.A.
=egulations as they apply to potable ware= se=vice.
The manufactu=e~ fv=nishing the coating mate=ial may
be =equized to fuznish certification to the Enginee=
that the mate=ials meet these agency pzovtsions.
2. Without limiting the gene=al aspects of othe=
=equi~ements of these specifications, all su=face
prepa=ation, coating and painting of inte=io= and
exte=io= su=faces shall confozm to the applicable
=equizements of the Steel Stzuctuzes Painting Council
and the manufactu=ez~s pzinted tnstzuctions.
3. The Enginee='s decision shall be final as to
interpretation and/o= conflict between any of the
=efe~ence specifications and standa=ds contained
herein.
~. Al1 sandb]asted svzfaces shall be coated the same
day they a=e blasted. The coating shall be app]ied
to within six (6) inches of the edge of the blasted
azea. No visible zust shall be ave=coated unde= any
ci=cumstances, =ega=dless of the elapsed time between
blasting and coating. Any steel that has =usted
changed color afte= cleaning shall be =e-blasted in
accozdance with these specifications.
5. All coating mate=ials shall be =eceived on the
construction site in sealed, pzope=ly labeled
containers. All labels must be in good condition and
=eadable. No mate=ial f~om an vnlabeled containe= o~
contatne= having a defaced label shall be used on
this p=o}ect.
6. The Cont=acto= shall have three yea=s p=actical
experience and successful history in the appl'ication
of specified products to suzfaces of steel ware=
tanks. Upon zequest, he shall substantiate this
=equizement by fuznishing a list of zefezences and
}oh completions.
Sac. 00750
9
?. Surface p~epa~ation will be based upon compa~ison
with: "Pictozial Surface P~epa~atton Standards foz
Painting Steel Surfaces," SSPC-Vix 1 ASTM Designation
D220) "Standard Methods of Evaluation Deg=ee of
Rusting on Painted Steel Su=faces," SSPC-Vis-2 ASTM
Designation D610) "Visual Standard fo~ Su=faces of
New Steel Ai=b]ast Cleaned with Sand Ab=asive."
D. Application:
1. Paints shall, in general,
acco=dance with the paint
=ecommendations.
be applied in
manufactu=e=s
2. The Cont:octo: shall use p:ope: sp:ay equipment
employing g~ounding fittings, moistu:e t~aps, and
gauges as =equited by the Owne=.
3. All dust f:om sandblasting shall be =emoved off
the surfaces to be painted p:io: to painting.
~. No coating o: paint shall be applied: when the
su=:ounding ai: tempe~atu=e o: the temperature of the
surface to be coated o= painted is below 50 deg=ees
F.; to wet o= damp su=faces o: in =ain, snow, fog o=
mist; when the tempe=atu=e is within S deg=ees F. of
the dewpoint; when it is expected the at= tempe=atu~e
will d=op below ~0 deg=ees F. six houzs afte:
application of coating and paint~ o: when ~elative
humidity is above 85%. Dewpoint shall be measuzed by
use of an instrument such as a Sling Psych~omete= in
con)unction with U.S. Depa~tment of Camme=ca Weathez
Bu=eau Psych=omet~ic Tables.
If above conditions aze pzevalent, coating
painting shall be delayed o: postponed until
conditions a:e favorable. The day's coating
painting shall be completed in time to pezmit the
fi]m sufficient d=ying time p=io= to damage by
atmosphezic conditions.
E. Safety and Health Requi:ements:
1. In acco:donce with =equi=ements set f0:th by
:egulato:y agencies applicable to the construction
indust:y and manufactu:e:~s p:tnted instructions and
appropriate technical bulletins and manuals, the
COnt=QCtO= Shall pzovide and ~equize use of pezsonnel
p=otective lifesaving equipment foz pe=sons wozking
in o= about the p~o)ect site.
2. Adequate ventilation shall be p:ovided by the
Cont:acto: to insu:e safe wo:ktng conditions. F:esh
ai: hoods sha]l be p:ovided fo: the painte:s. Fo:ced
d=aft ventilation of sufficient volume as needed
shall be p:ovided du:ing the painting.
Sec. 00750
10
3. The Contractor shall observe all the applicable
parts of the Williams-Steiger Occupationa] Safety and
Health Act of 1970, and its subsequent amendments and
revisions while coating the tank.
4. Equipment shall include protective helmets which
shall be worn by al] persons while in the vicinity of
the work. In addition, workers engaged tn or near
the work during sandb]asting shall wear eye 'and face
protection devices and air purifying, halfmask or
mouthpiece respirator with appropriate filter.
Barrier creams shall be used on any exposed areas of
skin.
S. Where ventilation is used to control hazardous
exposure, all equipment sha]l be explosion proof.
Ventilation shall reduce the concentration of air
contaminant to the degree a hazard does not exist.
Air circulation and exhausting of solvent VapOrS
shall be continued until coatings hove fully cured.
6. Whenever the occupational noise exposure exceeds
maximum allowable sound levels, the Contractor shall
provide and require the use of approved ear
protective devices.
7. After application, Cont=actor shall pzovide
forced ventilation at the ~ate of at least one
complete air change every four hours fo~ at least
forty-eight hours or until the coating is cured per
manufacturers recommendations.
8. Adequate illumination shall be pEovided while
work is tn progress, including explosion-proof lights
and electrical equipment. Whenever required by the
Engineer, the Contractor shall provide additional
illumination and necessary supports to cove= all
areas to be inspected. The leve] of illumination for
inspection purposes shall be determined by the
Engineer.
F. Appearance and Inspection:
1. All painting shall be accomplished in a
woEkmanlike manneE and shall be free of unsightly
sags, runs, bubbles, drips, waves, laps, unnecessary
brush marks and overspray or other physical defects
and shall be uniform in color.
2. All rigging, scaffolding and other equipment
necessary for O SatiSfaCtOry inspection of a
completed paint system shall not be removed from the
~ob site until final inspection and acceptance by the
Owner.
Sec. 007S0
11
3. Inspections shall be conducted by an inspecto=
selected by the E~ginee~ in the p=esence of the
Owne='s ~ep=esentative and the Cont=Qcto~ o= his
~ep~esentative. P=oviston re= calib=ated and
functional test equipment is the ~esponsibility of
the Cont~acto~.
The Cont=Qcto= shall fu=nish, until final acceptance
of COating and painting, inspection devices in good
wo~king condition re= detection of holidays and
measu=ement of d=y-film thickness of coating and
paint, The Cont=acto= shall alSO fu=nish U.S.
DepQ=tment of Camme=ca, National Bu=eau of Standa=ds
ce=tified thickness caljb=ation plates to test
QcCu=QCy Of d=y-film thickness gauge and ce=tified
instrumentation to test accu=acy of holiday
detectozs. lhe Engineer may elect to use his own
elcomete~ paint thickness gauge and his own Tinkez
and Rosa= holiday detecto=, at his option.
Dry-film thickness gauges and holiday detecto=s shall
be made available re= the Engineer's use at all times
until final acceptance of application. Holiday
detection devices shall be ope=ated by the Cont=Qcto~
in the p~esence of the Enginee=, o= may be ope=Qted
by the Enginee=, Qt the Enginee='s option.
Thickness of coatings and paint shall be checked with
Q non-dest=uctive, magnetic type thickness gauge.
Use an instrument such as a Tooke Gauge if a
dest=uctive testa= is deemed necessacy. Coating
integ=ity of tnte=io= coated su=faces shall be tested
with on app=oved inspection device, Holiday
detection shall be pe:fo:med prio~ to application of
aluminum o: meta111c finish coats. Non-dest:uctive
holiday detecto:s shall not exceed d7-1/2 volts nor
shall dest:uctive holiday detecto:s exceed the
vo]tage ~ecommended by the manufactu~e~ of the
coating system. FoE thicknesses between 10 and 20
mils I2EO microns and SO0 miczons| a non-sudsing type
wetting agent, such as Kodak Photo-FIe, shall be
added to the watez pzio= to wetting the detecto;
sponge. All pinholes shall be mazked, ~epaized in
accordance with the manufactu~e~'s p~inted
=ecommendattons and =etested. No pinholes o~ othe=
i=~egula=ities will be permitted in the final
coating.
Wa==Qnty inspection shall be conducted du~ing the
eleventh month following completion of oll coating
and painting wo~k. All defective wo=k shall be
~epai=ed in acco=dance with these specifications and
to the satisfaction of the Enginee~/Owne~.
Sac. 00750
12
4. The paint manufacture:, at the ~equest of the
Engineer, shall p~ovide advisory service at the
site through its ~ep~esentative ~ega~ding inspecting
the blasted and painted SUrfaCeS. The ~ep~esentative
may use thai= own equipment o= that supplied by the
paint contzacto~. Safety equipment ~eqvt~ed to
assist tn these inspections shall be pzovided by the
Cont=acto~.
5. Inspection of Intezio~ Su=faces
So,
The paint film shall be f:ee of pinholes and
holidays as dete=mined by the use of a Model M-1
Tinke: & Razo: wet sponge detecto: o: similo:
low voltage device,
Sb.
The paint film shall be =andomly checked
film thickness as stipu]ated in the "Coating
Systems" section of these specifications.
Thicknesses shall be checked with a p=ope=ly
calibrated Mic=otest o~ othe= app=oved magnetic
gauge.
6. Inspection of Exte~io~ Su=faces - In addition to
visual inspection, the exte=io= su=faces she1] be
=andomly checked fo~ dcy film thickness in acco=dance
with the thicknesses as stipulated in the "Coating
Systems" section of these specifications using a
M~c=otest, Elcomete= o= othe= app~oved magnetic
gauge.
7. Any defects discovered du=tng inspection such as
low film milage, holidays o~ pinholes shall be
~epoi=ed with the same mate=ial as used fo~ the
o=iginal finish coatIs). Excessive low milage could
=equine ext:o full coatIs) of paint.
8. A final inspection will be conducted by the
Enginee~ o~ his =ep=esentative afte= any necesso=y
=epai:s and p:to: to final acceptance of the lob.
G. Mate:ials: Gene:ol
1, Mate=iols Specified a=e those that have been
evaluated fo= the specific se=vice. P~oducts of the
Mobil Co. o=e listed to establish o stondo:d of
quality. Equivalent motecials of othe= monufactvle=s
may be substituted on w:itten app=ovQ1 of the
Engtnee:.
2. Requests fo: substitution shall inc]vde
monufactv:e:'s lite=otu:e fox each p:odvct giving the
name, p:odvct numbe:, gene=ic type, desc:ipttve
information, solids by volume, =ecommended d~y film
thickness and ca=tilled test =epo=ts showing ~esults
to equal the pe:fo=mance C=iteliO of the p=oducts
Sec. 00750
13
specified he:ein. In addition, a list of five
p:o)ects shall be submitted in which each product has
been used and Eendered satisfoctoEy service.
3. All requests for product substitution shall be
mode od least faEry-five (~SI days pEiOE tO point
application. Requests for substitutions submitted
later than this time will not be consideEed.
~. All materials shall be bEought to )oh site in
original sealed containers. They shall not be used
until the engineer has inspected contents and
obtained data ream ~nformation on containers or
lobe]. Mate=ia]$ exceeding storage life recommended
by the m~nufactu~er wl]] be re)acted.
5. All cOatingS and paints shall be stored in
enclosed st=uctuzes to pEotect them from weather and
excessive heat oz cold.
6. F1Qmmoble coatings o= paint must be sto~ed to
conform with City, County, State and Federal safety
codes foe flommable coating o= point materials. At
oll times COatingS and pOintS Shall be protected from
freezing.
H. Coating Systems:
1. InteEioE Coating System -- H~-Build Amine Epoxy
1Q. Surface Prepazotion
Sandblast all surfaces to be coated in accordance
with SSPC-SPlO-63 to o Near White Blast.
lb.
Point System (AEeas of
Parable Water)
Tank in Contact with
Apply by stiff bristle brush one coot of Mobil
78-W-3 Vol Chem Hi-Build White Epoxy thinned to
20-EO~ with 7-T-36 Epoxy thinneE to oll weld
seams and/or Iivets. Application of the first
full coat may then proceed as soon as the
weld/Eivet stz~pe coat is surface dzy
[approximately 30 minutes}.
Apply by spray to all surfaces one coot Mobil
78-D-7 Vol Chem Light Buff Hi-Build Epoxy at a
wet film thickness of not less than 8.0-10.0
mils. This will now result in o dry f~lm
thickness of ~-5.0 mils. Allow sufficient drying
time between coats (approximately 16 hou~s at 70
degrees F. and 50% re]otive humidity}. Note:
Curing time is =eta=dad below 50 degrees F.
surface tempeEoture.
Sec. 00750
Apply by spray one coat of Mobil 78-W-3 Vo1Chem
Hi-Build Epoxy White at a wet film thickness of
not less then 10.0 mils. This will result in a
dry film thickness of approximately ~-5.0 mils.
Both the prime coat and the second coat should be
applied in a wet film to preclude dry Spray which
cQn result in porosity of the paint film and/or
~ncomp]ete coverage by the paint.
After the finish coat has dried to the extent
that it can be walked on without damage, the
lining will be checked for pinholes with an M-1
Tinker & Raso~ or'equivalent low voltage device.
A1] holidays and pinholes will be repaired with
additional Mobil 78-W-3.
Total Dry Film thickness after five days drying
time at 70 degrees F. shall not be less than
8.0-10.0 mils Qs measured by a p~ope=ly
calibrated Microtest or other appzoved magnetic
gouge.
All materials can no=molly be sprayed as received
and without thinning. In the event thinning
might be necessary, Mobil 7-T-36 should be used.
This system complies with F.D.A. regulations for
potable water service.
Exterior Coating System - Vinyl Acrylic
2a. Su=face Preparation
Abrasive grit blast al1 surfaces to be coated in
accordance with SSPC-SP-6 to a commercial grade
grit blast.
Paint System (Extezio=)
Apply by b~ush, ~olle=, o= spray one coat of
Mobil 13-R-50 o= 13-F-28 IGray) Ch=omox Prime= to
a wet film thickness of approximately ~.8 to 6.0
mi]s. This should result in a dry film thickness
of appzoximatel~ 2.0 to 2.5 mils.
Apply by sp~ay one coat of Mobil 22 Series vinyl
modified acrylic gloss enamel to a wet film
thickness of approximately 3.0 to E.O mi]s. This
should =esult in a dry film thickness of 1.0 to
1.5 mils,
Apply a second coat of Mobil 22 Series as
described in the paragraph above. IUse 22-W-9
for interior of tank not in contact with potable
Water.)
Sec. 007S0
1S
Total system dEy film thickness should not be
less then ~.5 mils as measured by a MicEotest
M-l, ElcometeE oE equivalent dEy film gauge.
All mateEials can noEmally be spEayed as
~eceived. In the event that thinning is
necessaEy, thin with the appropriate p~oduct as
Eecommended by the manufactuEeE. When thinning,
the wet film thickness must be incEeased to
achieve the ~ecommended dEy film thickness.
I. Execution:
Ia. GeneEa].
All suEface pEepaEation, coating and painting
shall conform to applicable standards of the
Steel StEuctuEes Painting Council, and the
manufactuEeE's p~tnted instEuctions.
Hate~ial applled p~toE to appEoval of the
surface by the Enginee~ shall be ~emoved end
Eeapplied to the satisfaction of the EngineeE
Qt the expense of the ContEactoz.
All woEk 'shall be pe=foEmed by skilled
c=Qftsmen qualified to pezfoEm the zequiEed
woEk in a manneE compQEable with the best
standa=ds of pEactice~ Continuity of
peEsonnel shall be maintained and tEansfeEs
of key peEsonnel shall be cooEdinated with
the EngineeE.
The ContEactoE shall pEavide a supeEvtsoE at
the woEk site duztng cleaning and application
opeEations. The SUpeEvtSOE shall have the
avthoEity to coo=dinate' woEk end make
decisions peEtQintng to the fulfillment of
the conrEact.
Dust, di=t, otl, gEeose oE any foEeign matteE
that will affect the adhesion oE duEability
of the finish must be =emoved by washing with
clean ~ags dipped in on approved cleaning
solvent end wiped d=y with clean ~Qgs.
Coating and painting systems include su=face
p~epa=ation, p=ime coating and finish
coatings· Unless otherwise specified, pEime
coating shall be field applied. Whe=e pEime
coatings QEe shop applied, the ContEacto=
shall instruct supplteEs to pEovtde the pEime
coat compatible with the finish coat
specified. Any off-site woEk which does not
confoEm to this specification is subject to
Ee}ection by the EngtneeEs.
Sec. 8tDC7/SO
Shop applied p~ime coatings which a~e damaged
du~ing t~onspo~tation, construction o~
installation, shall be thoroughly cleaned and
touched up in the field as directed by the
Engineer. The Cont~acto~ shall use ~epoi~
p~ocedu~es which insure the complete
p=otection of all ad)acent pzimez. The
specified zepaiz method and equipment may
include wt=e bzushtng, hand oz powez tool
cleaning oz dzy atz blast cleaning. 'In ozdez
to pzevent in)uzy to suzzounding painted
a~eas, blast cleaning may zequize use of
lowe= aiz pzessuze, small nozzle and abrasive
pa=ticle sizes, sho=t blast nozzle distance
f~om sv=face shielding and masking. If
damage is too extensive o= uneconomical to
touch-up, then the item shall be =ecleaned
and coated o~ painted as di=ected by the
Enginee=.
Application of the first coat shall follow
immediately lone the same day) afte~ surface
p=epocation and cleaning and befo=e ~ust
bloom occuzs, Any cleaned a=eas not
zeceiving fizst coot within this peziod shall
be :ecleaned pzio~ to application of the
first coat·
P=io= to assembly, all surfaces which will be
made inaccessible afte= assembly shall be
p~epo~ed as specified he=etn and shall
~eceive the coating o~ paint system
specified.
Ib. Surface P=epa=atton
The latest =evision of the following SUrfaCe
ptepa~atton specifications of the Steel
St~uctu=es Painting Council shall fo~m o pa=t
of this specification:
Solvent Cleaning ISSPC-SPII: Removal of
oil, gzease, soil and othe= contaminants
by use of solvents, emulsions, cleaning
compounds, steam cleaning of simflqz
mote=lois and methods which involve o
solvent o~ cleaning action.
Hand Tool Cleontnq ( SSPC-SP2 ): Removal
of loose =vst, loose mill scale and
othe= detrimental foreign matte= to
degree specified by hand chipping,
sc~oping, sanding and wi=eb~ushing.
Sec. )~l~
Iramira
~9~_~99] Cleaning_!~:SP3}: Removal
of loose rust, loose mill scale and
other detrimental foreign matter to
degree specified by powe= ~irebrushing,
powe~ impact tools or power sanders.
Id)
White Metal BIost_G!ggDiDg ISSPC-SPE):
Blast cleaning to a gray-white uniform
metallic color until each element of
surface area is free of o11-visible
residues.
le)
_Cg_mmercio)___Blast ClegD!Dg. ISPCC-SP6):
Blast cleaning until at least two-thirds
of each element of su=face OreO iS f=ee
of all visible residues.
If)
Brush-off Blast Cleaninq ISSPC-SPT):
Blast cleaning to remove loose =ust,
loose mil], SCale and othe~ detrtmenta]
foreign matter to degree specified.
(91
~g9~ Whit~__~last Cleaning (SSPC-SPIO):
Blast cleaning to nearly-white metal
cleanliness, until at least 95 pe=cent
of each element of surface area is free
of oll visible residues.
Slog and weld metal accumulation and spatte=s
not removed by the Fabricator, Erector or
Installer she11 be removed by chipping and
grinding. All sharp edges shall be peaned,
ground or otherwise blunted as =equired by
the Engineer.
Field blast cleaning for all surfaces shall
be by dry method unless otherwise directed.
Particle size of abrasives used in blast
cleaning shall be that which will produce a
1-1/2-2 mi] (37.5 micros - SO.O mtc=onsl
su=face profile o~ in accordance with
recommendations of the manufacturer of the
specified coating or paint system to be
applied.
Abrasive used in blast cleaning operations
she1] be new, washed, graded and free of
contQminants that would intezfere with
adhesion of coating or paint and shall not be
reused unless specifically approved by the
Engineer.
During blast cleaning operations, caution
shall be exe=cised to insure that existing
coatings or paint are not exposed to abrasion
from blast cleaning.
Sec. 0t~51~0 CIDI~/0
18
The Contzactoz shall keep the azea of his
wozk in a clean condition and shall not
pezmit blasting mateztals to accumulate as to
constitute a nuisance oz hazazd to the
pzosecution of the wozk of the opezation of
the existing facilities.
Blast cleaned suzfaces shall be cleaned pzioz
to application of specified coatings oz
paint. No coatings o~ paint shall be applied
ave= damp o= moist surfaces.
All welds shall be neutralized with a
suitable chemical compatible with the
specified coating matezials.
Ic. Application, General
Coating and paint application shall confozm
to the zequi~ements of the Steel Stzvctu=es
Painting Council Paint Application
Specification BSPC-PA1, latest =evision, fo~
"Shop, Field and Haintenance Painting," the
Amezican Wate= Wozks Association and the
manvfactvzez of the coating and paint
mateztals.
Thinning will be pe=mitted
zecommended by the manufactu=ez and
by the Engines=.
only as
app=oved
Each application of coating oz paint shall be
applied evenly, fzee of bzvsh ma=ks, sags,
zuns, with no evidence of pooz wozkmanship.
Caze shall be exezcised to.avoid lapping on
glass o~ hazdwaze. Coatings and paints shall
be shazply cut to lines· Finished suzfaces
shall be fzee fzom defects oz blemishes.
P=otective covezings o~ dzop cloths shall be
used to p=otect floo~s, fixtu=es, and
equipment· Caze shall be exezcised to
p~event coatings o~ paints f~om being
spattezed onto suzfaces which Qze not to be
coated o~ painted· Buzfaces f=om which
mate=ials cannot be zemoved satisfacto=ily
shall be =scooted oz =epainted as zequi=ed to
pzoduce a finish sattsfactozy to the
Engines=.
When two coats of coating oz paint aze
specified, wheze possible, the fizst coat
shall contain sufficient appzoved coloz
additive to act as an indicato= of cove=age
or the two coats must be of contzasttng
coloz.
Sec. o-,-F- eeC lr'zO
Total system dry film thickness should not be
less than ~.S mils as measured by a Microtest
N-l, Elcometer or equivalent dry film gauge.
All materials can normally be sprayed as
received. In the event that thinning is
necessary, thin with the appropriate product as
recommended by the manufacturer. When thinning,
the wet film thickness must be increased to
achieve the recommended dry film thickness.
I. Execution:
Ia. Genera].
All surface preparation, coating and painting
shall conform to applicable standards of the
Steel Structures Painting Council, and the
manufacturer's printed instructions.
Haterial applied prior to approval of the
surface by the Engineer shall be ~emoved and
reapplied to the satisfaction of the Engineer
Qt the expense of the Contractor.
Al1 work sha]l be performed by skilled
craftsmen qualified to perform the requi=ed
work in a manner comparable with the best
standards of practice. Continuity of
personnel shall be maintained and transfers
of key pezsonne] shQ]] be coordinated with
the Engineer.
The Contractor shall pzovide a supe=visor at
the work site during cleaning and application
operations. The supervisor sha]l have the
authority to coordinate work and make
decisions pertaining to the fulfillment of
the contract.
Dust, dirt, oil, grease or any foreign matter
that wil] affect the adhesion o= duzability
of the finish must be removed by washing with
clean rags dipped Jn an Qpproved cleaning
solvent and wiped dry with clean rags.
Coating and painting systems ~nc]ude surface
preparation, prime coating and finish
COatingS. Unless otherwise specified, prime
coating shall be field applied. Where prime
coatings are shop applied, the Contractor
shall instruct supplie=s to provide the prime
coat compatible with the finish COat
specified. Any off-site work which does not
conform to this specification is sub}ect to
re}action by the Engineers.
Sec. 00750
Shop applied pzime coatings which aze damaged
du~ing tzanspo~tation, construction o~
installation, shal] be tho~ovgh]y cleaned and
touched up in the field as directed by the
Engineer. The Cont~acto~ shall use ~epai~
p32oceduz:es which insure the complete
p=otectton of oll ad)acent p=ime=. The
specified ~epat= method and equipment may
include wi=e b=ushing, hand o= powe= tool
cleaning o~ d~y ai= blast cleaning. In o=de=
to p~event in)v~y to svz~ovnding painted
a~eos, blast cleaning may zequi=e use of
Iowa: ai: pzessuze, small nozzle and ab=osive
pa=ticle sizes, sho~t blast nozzle distance
f~om surface shielding and masking. If
damage is too extensive o~ uneconomicol to
touch-up, then the item sha]l be =ecleoned
and coated o= painted as directed by the
Engineer.
Application of the first coat shall follow
immediately (one the same dayl afte= su=face
p~epazation and cleaning and befo=e =ust
bloom occuzs. Any cleaned a=eas not
~eceiving first coat within this pe=iod shall
be zecleaned p~ioz to application of the
fi=st coat·
Prio~ to assembly, all su=faces which will be
made inaccessible afte= assembly shall be
p~epa~ed as specified he~ein and shall
=eceive the coating o= paint system
specified.
Ib. Surface P=epa~ation
The latest =evision of the following surface
p=epa=ation specifications of the Steel
Stzuctu=es Painting Council shall fo=m a pa=t
of this specification:
Solvent CleoD!D9 (SSPC-SP~J~ Ren, oval of
oil, g=ease, soil and othe~ contaminants
by use of solvents, emulsions, cleaning
compounds, steam cleaning of sjmilaz
mate=ials and methods which involve a
solvent o= c]eaning action.
(b)
Hand Tool Clean!Dg_(SSPC-SP2]~ Removal
of loose =ust, loose mill scO]e and
othe~ det=imental foreign matte~ to
deg=ee specified by hand chipping,
sc=aping, sanding and wi~eb=vshtng.
Sec. O0?EO
17
Ic}
Power Tool Cleaninq_l~EG:~E~J~ Removal
of loose rust, loose mill scale and
other detrimenta] foreign mQtter to
degree specified by power wirebrushing,
power impact tools or power sanders.
Id)
White Metal Blast CleaniDg__i~p-SPS):
Blast cleaning to a gray-white uniform
metallic color vntfl each element of
surface area is free of oll visible
residues.
le)
Commercial Blast Cleoninq__!SPCC-S~{Ji
Blast cleaning until Ot least two-thirds
of each element of surface area is free
of all visible residues.
Brush-off Blast Cleaninq. (SSPC-SP?):
Blast cleaning to remove loose rust,
loose mill, scale and other detrimental
foreign matter to degree specified.
Neor_~bite Blast Cleaning I88PC-SPlO):
Blast cleaning to nearly-white meta]
cleanliness, until at least 95 percent
of each element of surface area is free
of oll visible residues.
Slag and weld metal accumulation and spatte~s
not removed by the Fabricator, Erector or
Installer shall be removed by chipping and
grinding. All sharp edges shall be peaned,
ground or otherwise blunted as required by
the Engineer.
Field blast cleaning for all surfaces shall
be by dry method unless otherwise directed.
Particle size of abrasives used in blast
cleaning shall be that which will produce a
1-1/2-2 mil (37.5 micros - SO.O microns)
surface p~ofile o~ in accordance with
recommendations of the manufacturer of the
specified coating 0z paint system to be
app]ied.
Abrasive used in blast cleaning operations
shall be new, washed, graded and fzee of
contaminants that would interfere with
adhesion of coating or paint and shall not be
reused unless specifically approved by the
Engineer.
During blast cleaning operations, caution
shall be exercised to insure that existing
coatings or paint are not exposed to abrasion
from blast cleaning.
8ec. 00750
18
The Contractor shall keep the area of his
work in a clean condition and shall not
permit blasting materials to accumulate as to
constitute a nuisance or hazard to the
prosecution of the work of the operation of
the existing facilities.
8last cleaned svrfaces shall be cleaned prioE
to application of specified coati'ngs or
paint. No coatings or paint shall be applied
over damp or moist surfaces.
All welds shall be neutralized with a
suitable chemical compatible with the
specified coating materials.
Ic. Application, GoneEel
Coating and paint application shall conform
to the reqvtEements of the Steel Structures
Painting Council Paint Application
Specification SSPC-PA1, latest revision, foe
"Shop, Field and Maintenance Painting," the
American Water WoEks Association and the
manufacturer of the coating and paint
mateEials.
Thinning will be permitted
recommended by the manufacturer and
by the EngineeE.
only as
approved
Each application of coating or paint shall be
applied evenly, free of brush marks, sags,
runs, with no evidence of poo~ workmanship.
Care shall be exercised to avoid lapping on
glass or hardware. Coatings and paints shall
be sharply cut to lines. Finished surfaces
shall be free from defects or blemishes.
Protective coverings or drop cloths shall be
used to pEotect floors, fixtures, and
equipment· Caz:e shall be exercised to
prevent coatings o~ paints from being
spattered onto suefaces which are not to be
coated or painted. SuEfaces fEom which
materials cannot be removed satisfactoEily
shall be recoated or Eepainted as ~:equtred to
pEoduce a finish satisfactory to the
Engineer.
When two coats of coating o= paint are
specified, where possible, the first coat
shall contain sufficient approved color
additive to act as an indicator of coverage
or the two coats must be of contrasting
COlOr,
Sec. 00750
I f"
1.13
1.15
Film thicknesses pe~ coat specified
p~eviously a~e minimum ~equired. Cont~acto~
shall apply additional coats as necessary to
achieve the specified thickness.
7. All materials shall be applied as specified.
All welds and tr=egula~ su=faces shall
=eceive a bzush coat of the specified p=oduct
p=io= to application of the fizst complete
coat.
Id. Colo~ Scheme
The Engineez/Ownez shall select colors fez
the pzo)ect. The Contracto~ shall submit a
curz:ent chazt of the manufacturez's available
colozs to the Engtneez thizty days prio= to
the sta=t of coating and painting operations.
The City of Coppe]l logo will be placed on
the tank as shown on the d~awings on two
sides of the tank. Colo~s will be selected
by the Enginee=/Owne=.
CLEAN-UP. Upon completion of the erection, the
Cont=acto= shall ~emove all ~ubbish and other
unsightly mate=ia] by his operations and will leave
the sight in as good a condition as he found it.
~ST ~D__~TERILIZATIg~= Afte= the tank has been
e=ected, the st~uctuze shall be tested by filling the
tank with wate= and any leaks o= defects shall be
=epaized to leave the entjze structure in absolutely
fi=st class condition. Whi]e the tank is filled fo=
final tests, the cont~actoz shall add sufficient
hypochlo=tte to p~ovide at least S0 ppm of chlo=ine
fo= ste:ilization purposes. The solution shall
~emain in the tank fo~ at least twenty-fou~ (2~)
hov=s. The ste=ilization shall be checked by the
County Health Depa=tment and =este~lized until two
consecutive ch]o=ine-f:ee samples ace found to be
f~ee f=om the Coli-Aerogenes g=oup of bacte:ia.
The Owne= will furnish water for the first test. The
Cont=acto~ shall be chazged fo= test wate= at the
~ate of $.50 per 1,000 gallons fo~ any additional
tests.
GUARANTEE. The Contzacto= sha]l guarantee fo~ one
yea= f=om the date the tank and zelated wo~k is
accepted by the Owne= that he will =epai~ any defects
due to faulty design, wo=kmanship o= material which
may appeaz in the st~uctu=e during that pe=iod.
Sec. 00750
20
PAYMENT. Payment foz installation of the Elevated
Storage Tank wil] be made at the contract "lump sum"
p=ice which p=ice shall constitute full compensation
for furnishing all concrete foundations, steel,
plates, structural steel, tank accessories,
electrical fixtures and wiring, paint, miscellaneous
materials not particularly specified, for fu=nishing
oll labor, transportation, equipment, tools, plants
and incidentals and pe=fo=ming oll work including
excavations and erection of the tank or any othez
operation essential to a completed Water Storage Tank
as specified herein.
Sec. 00750
21
SECTION 07000 - STANDARD SPECIFICATIONS
1.1
GENERAL:
A, All specifications ond special
p:o)ect Q=e identified os follow:
p:ovisions oppllcoble to this
STANDARD SPECIFICATIONS: The 1982 Edition of the Texos Store
Depo:tment of Highwoys ond Public T~onspo:totton Stondo:d
SpecificQtions for Const:uction of Highwoys, St:eets ond B;idges
os odopted by the StQte Depo=tment of Highwoys ond Public
T=ansportotion, Septembe= 1, 1982, Po:t II, Const:uction Details.
B. The following items o:e specifico]ly hereby included:
ITEM NO.
DESCRIPTION
100
102
10~+
110
120
131
132
1~+0
1dO
1~2
2~9
2E2
2~0
300
3~0
~+00
z+21
~+~+0
~+71
~B1
S02
P:epo:ing Right-of-Woy
Cleo:ing ond G=vbbing
Removing Old Conc:ete
RoodwQy EXCOVOtiOn
Chonnel Excovotion
Boz:ow (delive:ed)
Embonkment
Ove:hQul
Fu:nishing ond Plocing Topsoil
Sodding fo: E:osion Cont:ol
Seeding fo: E:osjon Cont:ol
Fe:tilize:
Flexible Bose (Dellve:ed)
Solvoging ond Replocing Bose
Lime T:eotment fo: Mote:lois in Ploce
Hyd:oted Lime & Lime Slu::y
Aspbolts, Oils, Emulsions
Hot Mix AsphQ]tic Conc=ete Povement IC1.A)
Conc:ete Povement (Ware: Cement Rotio)
St:uctu:ol Excavotion
D:illed Short Foundotions
Conc:ete St:uctu:es
Conc:ete fo: St:uctu:es
Su:foce Finishes fo: Conc:ete
Rip:ap
Reinfozcing Steel
Reinforced Concrete Pipe Culverts
Manholes & Inlets
F:omes~ Gzotes, Rings & Cove~s
Reloying Culve:t Pipe
Ad)usting Menholes & Inlets
PVC Pipe
Ba::icQdes, Signs and Tzaffic HQndling
Sec. 07000
1
530
S82
Conc=ete Cu:b, Gutte=, Cu:b & Gutter,
Sidewalks & D=tveways
WQte~ Mains & D~ains
C. In addition to the above Standa=d Specifications, the 1983
First Edition of the North Cential Texas Council of Gove=nments
Standard Specifications for Public Works Const=uction, Pa=t II,
MQteEiQlS, and Part III, Construction Methods, where not in
conflict with the Highway Department Standa=ds, shall be
applicable to this p=o)ect. If a conflict shou)d occur, the
Highway Department Specifications shall govern.
D. No separate measurement and/or payment shall be made fo= any
of the above items, whe=e applicable to this pro)ect. When any of
the above items ore included in this pro)ect, the cost thezeal
shall be included in the lump sum price for a completed elevated
storage tank and appurtenances.
Sec. 07000
.SECTION 07500 - SPECIAL PROVISIONS
'PART 1: GENERAL
'1.1 GENERAL:
The following Special Pxovisions shall govern and take
p~ecedence ove~ the aforementioned Standaxd Spec~f:ications
enumerated he~ein wheneve~ they axe in conflict.
Mention hexein o~ indication on the dxawings of items,
motexiols, operations o~ methods, xequi~es that the
Cont~actoz p~ov~de and/ox install each item mentioned ox
indicated .of quality ox sub)act to qua]ificat~on noted;
perform accoxd~ng to conditions stated each opexation
p:esc:ibed; and p:ovide all necessaxy lobe:, equipment,
supplies and incidentals.
Requixements of the Genexal Conditions, Special Conditions
and Addenda, if tssued, shall apply as if hexein w~itten.
Separation of these specifications into items and sections is
fo~ convenience only and ~s not intended to establish limits
of wo~k.
ITEM NO. DESCRIPTION
100
10,q-
110
120
130
131
132
1<50
1<52
2,q.9
2<50
300
3~+0
360
zmO0
,'+01
~-20
~+21
~27
A. 32
~'70
~+'72
S82
Pxepaxing Right-of-Way
Removing Old Concxete
Roadway Excavation
Channel Excavation
Bo~xow
Box~ow (del~vexed)
Embankment
Fuxnishlng and P]acing Topso~l
Sodding fo~ E~osion Cont~ol (Block-Sodding)
Fe~tilizez
Flexible Base IDalivened)
Lime lxeatment fo~ Materials ~n Place
Hydrated L~me & Lfme SIu~xy
Asphalt, O~ls, Emulsions
Hot M~x Aspbaltic Concxete Pavement {C1.A)
Concxete Pavement |Watex Cement Ratio)
Stxuctu~'al Excavation
Excavation and Backfill fo~ Sewexs
Dx~lled Shaft Foundations
Concrete Stxuctu~es
Concrete fox St~uctuxes
Suxface F~nishes fox Concxete
Concrete Rip-Rap
Reinfoxcing Steel
Reinforced Concxete Pipe Culverts
Manholes and Inlets
Relaying Culvert Pipe
Wate~ Mains & D~ains
Sec. 07500
1
NOTE:
The following Special P=ovisions a=e pzov~ded fo~
clarification o~ =eference wheze =eqvtzed and shall govezn if
applicable to the pzo)ect, oz a specific poztion of the
pro)act.
No sepa=ote payment will be made on any of the following
Stems. All COSTS shall be included in the lump sum p=ice foe
a completed p~o)ect.
Sec. 07500
8PECIAL PROVISION _T,O ITEI4 100 - PREPARING RIGHT:_OF-~AY
I REFERENCE: NCTCOG 8PECJ_FJ_C_AT/_O~_~_/_T[_M_ _3_, _lJ
Article 100.3 IREASUREHENT,
replace with the following:
Delete
the second paragraph and
Measurement for payment will be made between the limits of
construction. Heasurement will be parallel and' adjacent to
the centerline of the right-of-way along the centerline of
the improvement, No separate measurements viII be made
parelie] and od}acent to the centerlines of inte~secting
streets.
The limits of construction viII be the width of the
established right-of-way throughout the entire project, along
with any additional a~eas as indicated'on drawings.
Article 100.4 PAYMENT, Delete the third paragraph and replace
The ment fo~ ~~~ exceed 50 pe3:cent of
the o=iginaI contrt~° lot'to the final estimate.
The portion of the amount for this item in excess of
50 percent of the I contract amount will be paid on the
final estimate.
.s,p_E,cJ,A_L_pBgyJslON TO ITCH 102 - CLEARING AND GRUBBING
(REFERENCE: _N~,TCOG ~P~JEJ~J!g~_~_JJgH_}=~J
Article 102.3 NEASUREMENT. Delet,
:eploce with the following: *CI~
measured by the "Acre,"
the
ft=st paragraph and
and Grubbing" will be
NOTE: The limits of c
right-of-way limits and
Only the minimum amount of
intended shall be clea~ed
g=ubbtng ore outside the
a=eas as shown on the plans,
as required for the construction
!d,
Article 10~.~
with the following:
Delete the
third paragraph and replace
The total payment for this item will not exceed 50 percent of
the original contract amount prto~ to the final pay
application. The portion of the contract amount for this
item in excess of 50 percent of the total contract amount
will be paid on the final payment application.
Sac. 07500
3
SPECIAL PROVISION TO ITEH 104 -_B__EI~)_y./NG OLD CONCRETE/OLD ASPHA_LI
.~._~_~RENCE: NCTCOG ,S_P_E_C/_FICATI.0~3_~__/!~H S.S SAWINGJ
Article 10~.1 DESCRIPTION.
wtth the following:
Delete in its entirety and replace
Removing old concrete or old asphalt shall consist of oll
sawed break-out grooves for full depth of exist'ing ~oncrete
or asphalt, breaking up, removing and satisfactorily storing
or disposing of old concrete or asphalt street or driveway
pavements, curb and gutter, sidewalks, and parking lots
~b~e shown 9D_D]gD§ as Pay Items 10~,1, 104.2 or 104.3. All
other old concrete or old asphalt such as foundations,
reinforced concrete pipe, curbs, or curb and gutter, not
specifically provided for here or elsewhere by the plans
and/or specifications sha]l be paid for under Pay Item 100 -
Preparing Right-of-Way,
Article 104.2 CONSTRUCT/ON METHODS.
second paragraph of this article:
Add
the following to the
The existing concrete or asphalt shall be cut to the full
depth encountered fo~ the entire length as ~cequired.
Arttcle 10~.3 MEASUREMENT. Delete and rap]ace with the
fo]lowing:
All sawed break-out groove required on this pro}ect will be
measured by the linear foot, where shown on the plans.
Whenever o straight, clean sawed line is required on concrete
or asphalt it shall be pat for under Pay Item 104.1,
Saw Existing Concrete or ~~sting Asphalt, Pay Item
104.2.
8' non-reinforced c ~ pavement removed as prescribed
abovel and spectft ~ndicated on plans as Pay Item 104.3
covering. It shall be paid for under Pay Item 104.3, Remove
Old Concrete/Old Asphalt. The removal of concrete or -.
aspbaltic surfaces, cement treated bases or other
oh}actionable materials within the limits of the public
right-of-way shall be potd for under Item 100,1, Preparing
Right-of-Way.
Sac. 07500
_B_P_E_CIAL PR_OyJ_B,I,O~__ I_O_.,I!_E_H__I_0_S_:__D[E__Hg__LIBH EXIBTING BRIE~__E
lnse=t the following:
DESCRIPTION. At least 10 days p=io= to beginning b=tdge
=emovol, the Cont=octo= shall submit to the Engtnees details
of =emova] opesattons showing the methods to be used.
Removal ope=ations shall not be eta=ted until the Engtnees is
satisfied that pub]ic t=affic wt]] not be soured ayes the
existing b~tdge.
The existing bstdge to be
concsete T-beam opp=oxtmatel
supposted on =etnfosced
existing b~ldge has a
existing b=ldge supass;
and disposed of.
shall be =emoved
line as finished
=emoved is a 3-span seinfosced
feet long and 30 feet wide
columns and abutments. The
soiling and wingwalls. The
shall be completely =emoved
piess, abutments, and wingwalls
Let two feet below existing g=ound
is lowes.
B=oken c¢
all be =emoved fsom the site.
The use of
pe=mitted.
explosives fat bridge demolition will not be
MEASUREHENT & PAYHENT. The wo=k to be pe=fo=med will be
meosu=ed and paid fo= on o lump sum basis fo= bstdge =emovol.
Payment shall include all labo=, equipment, mate=lois,
excavation, backfilling, hauling and disposing of all waste
mateslois, and incidentals involved in demolishing and
=emoving the existing bsidge.
E CIAL PROVISION TO ITEM ROADWAY ExC Y !!_Obl_
A=ttcle 110.2 CONSTRUCTION NETHODS,
pa=ag=aphs.
Delete the thisd and fovsth
A=ticle 110.~ EASUREHENT. Add the following pa=agsaph:
method of avesage end asu, m.~ = payment will be based upon
plan quantities, as shown
Asticle 110.5 PAYMENT. k~~te the last po=og=oph and =eploce
with the following: ~.
ins houling of )=iols, including wnste, will not be
meosu=ed fo= sepo=ote pnyment, but will be conside=ed
subsidio~ to the item to which the wo=k npplies.
Sac. 07500
5
SPEC I AL PROV 1S I. _C~l__ _T_O_ _I ]_E_M_ _1_29_ _- _ _C_H__A~___L_ EXCAVAT I ON
A B_E_F,EB_E_N~__E_.- _ _ _N~_I__C~__ ~_P~! _FI _CSI J _0~__Sj _ ~ IT_H_ _~_.
Article 120.~ MEASUREMENT, Add the following paragraph:
Cant=actor may provide "before and after" cross sections with
all calculations foz volume computed in cubic ya~dsby the
method of avezoge end a~eos, o: payment will be based upon
plan quantities, as shown.
Article X20.5 PAYENT.
with the following:
Delete
paragraph and replace
The hauling of
measured fo~ se
substdtaL-y to the
mate~
luding waste will not be
, but will be conside:ed
the wo~k applies.
NOTE:
Excavated :am the :oadway shall be used as select
fill if it' meets ~equl~ements foz Type A Boz:ow; liquid limit
shall not exceed ~5. The plasticity index shall not be less
than ~ no~ mo~e than 15. I& is the Cont~actor's
:esponsibtlity to determine if the material will meet the
requirements stated above.
~PECIAL PROVISION !9_ ITEM _1_3_0_:_BORRO~
REFERENCE: NOTCOG BPECIFI_C_A!!_O~__SA_I_T_E_M__3_,_~.I
Article 130.~ MEASUREMENT and 130.5 PAYFENT. Delete both
articles in thei~ entirety and :apiece with the following:
There will be no separate payment for bo:=ow obtained from
within the limit of the pro}act. Material f:om excavation
may be used as embankment material, if approved by the
Engineer. Material required for embankment above what is
available on site will be paid for under Pay Item 131, Borrow
|Delivered{,
~[CIAL
18~B~,.NL;_~___NCTC(X~ ~PECIF!gSI!__Ob~_~_I!~_~=~J
A~ticle 131.2 TYPES. Delete the first sentence and
the following: All bot~ow shall be Type A ISelect
Sac. 07500
6
m
A=ttcle 131.3 CONSTRUCTION METHODS.
and tnse=t the following:
Delete the thl=d pazagzaph
The Engines= shall be notified in w=lttng ~8 hou=s in advance
of opening any bo=~ow souzce. Cont=octo= shall submit
acceptable documentation to p=ove =ight-of-entz~y to bo~=ow
sou=ces and sha]] submit ca=tilted test =esults showing
confo=mance to Item 131.2
Testing of bo==ow de]lve=ed to the site will be p=ovided by
the Engines=, if =equt=ed, and paid fo= by the Owns=.
The Engines= shall be notified in wetting 2~ bouts in advance
of delive=y to the site. No payment will be mode for placing
borrow in areas not shown on the plans o= approved by the
Engineec.
the following: 1
SPECIAL PROVISION TO ITEM 132 - EHBANKMENT
IREFERENCE NCTCOG SP_EEGXEX(;ATIONSz_XI_E_M_)_.Z]
A=ttcle 132.~ PAYHENT. Delete the first sentence In the second
porag=oph, Delete the third pa~ag=aph in its entirety,
NOTE: A]I clay fill mate=is1 Ibor=ow} whether obtotned f=om
within the limits of the p=o)ect or from o bo==ow sou=ca shall be
placed in maximum 8-inch loose lifts. Compactton shall
meet all the requi=ements as established in Article 132.2,
Construction Methods, by Density Control. P~lor to fi)l
placement, the existing soils should be reworked to a depth of 6
inches and compacted according to these same p=ocedures.
~egCIAL PROVISION TO/TEM 1~0 - O_V!E. RHAUL
A=ticle 1~0.2 IqEASUREHENT ~.3 PAYHENT. Delete the
items in their entirety and sub tu~ the oilowing:
The=e will be no me a '~o~~ent fo=fwozk unde= this item.
Sac. 07500
7
SPECIAL PROVISION TO ITEM 160 - FURNISHING AND PL-ACING TOPSOIL
Arttc]e 160.~
paragraph:
CONSTRUCTION NETHODS. Add the
fol]owtng
The se]ected black sandy loam soil shall be free of trash,
wood and other ob)ectionable materials prior tO the p]actng
within the median or oreas designated on p]ans. Areas to be
filled shall also be cleared of oll material such as concrete
and forms. The topsat1 shall be spread as directed by the
Engineer, so as to form a cover of uniform thickness as shown
on the p]ans or as directed by the Engineer. At the
direction of the Enginesr, the top surface may be sprinkled
and/or rolled to provide uniformity, if necessaz~y.
Article 160.5 NEASUREMENT. and 160.6
their entirety and insert the following:
PAYNENT.
De]eta Jn
All work performed under this item shall
substdia~y to other items of work and
compensation shall be provided.
be considered
no separate
~e~GJa~ PROVISION TO 1TEN 162 -SODDING FOR ~ROSION CONTROL
! L_C_O ,.:SODDING)
IREFERENCE: NCTCOG SP~CIFICATIONS~_JJEH 3.9)
Article 162.1 DESCRIPTION.
substitute the following:
Delete the first paragraph and
"Sodding for Erosion Control" shall consist of providing and
planting Common Bermuda grass along or across such areas as
are designated on the plans and in accordance with
specification requirements herein outlined.
Article 162.2 NATERIALS, Delete paragraphs four and five.
Article 162.9 NEASUREHENT.
substitute the following:
Delete the first paragraph and
Work and acceptable material for "Block Sodding" will be
measured by the square yard complete-in~ploce for the area
covered with block sod.
Article 162.10 PAYHENT. Delete in its entirety and substitute
the following:
compensation for furnishing and 1 .ng all sod where either
t etoPmans
indicated on 1 ~d by the Engineer} for
all rolling and t~p.~~c~ .err for disposal of all
surplus materi material, labor, equipment,
tools and incid ssory to complete the work, all in
accordance with Ions and these specifications.
SPECIAL PROVISI.0~._!~_J!~.J~_:_~DING FOR EROSIOI~__~_O~_TROL
IHYDRO-MULCHING)
IREFERENCE: NCTCOG SPE_CJ_FJ.C__A.!J_Otg.._S~_J_T_E~_3.10)
Articles ~6~.1 thru i6~.li. Delete these articles entirely and
Note: If any refer .~~izer" or 'Sprinkling for Dust
Control" in NCTCOG :~cations, Item 3.10 conflicts with the
TSHPT Specificottons~or clarification the TSHPT Specifications
shall govern and take precedence.
Article 166.~ MEASUREMENT, Delete ~_~
the following: ~~~
Work and acceptable or "Fertilizer"
measured by the pound~ ~te~mined by approved
guaranteed weight of bags or containers shown
manufacturer.
and substitute with
will be
scales oE
by the
SPECIAL PROVISION TO ITEH
IREF~B¢_N~.E: N~_!~_O~__~¢¢CIFICATI_O~_~ ITEM
Article 2~9.1 DESCRIPTION. Add the following:
Flexib/e base delivered shall conform to the ~equi~ements for
"Density Control."
Article ~9.6 CONSTRUCTION METHODS. Add the following:
When ordered by the Engineer, unstable or ob}ectionable
material shall be excavated and replaced with material
conforming to Item 2~9.1. Measurement and payment for
Sac. 07500
~emovtng ob)ectionable matez:ial shall conform to item 110.1,
Roadway Excavation. Measurement and payment fo~ z:eplacing
excavated material shall conform to the p~ovisions fo~ Item
2~9.1, Flexible Base IDalivened|.
A=ticle 2z,9.7 HEASUREHENT.
the following:
Delete the first poz~g~oph and odd
Wo~k and material as p~esc~ibed
measured by the Class 1 method.
fat this
item: will be
SPECIAL PROVISION TO ITE~_~_:_~8~yAGING
A=ticle 252.1 DESCRIPTION.
following:
Delete the paz:agz:aph and inse=t the
This item shall consist of salvaging existing base mote=tol
excavated in accordance with the item 'Roadway Excavation,'
tempo=o=ily sto=ing the material, and placing and campacting
the mate=ial at locations dest by the Engines= o= whe=e
shown on the plans.
Note=tol placed undo= th
t~affic access and
shall be used p=imo=ily fo=
base fo~ tempo~o=y =oadways.
Density cont=ol
accordance with
conc=ete $
wt
=equi=ed whale base placed in
em is o base couzse fo= asphalt o~
A=ticle 252.~
following:
Delete the ozttcle and inse=t the
Neasu=ement fo= this item shall be by the cubic yo=d of
motesial in vehicles as delive=ed on the ~oad.
PECIAL
!B RENCE:
A~ticle 260.1 DESCRIPTION. Add the following:
This item shall also apply to t~eotment of base o~ subbase
cou=ses placed undo= this contract.
A=ticle 260.2 MATERIALS. Type A hyd=oted lime shall be used at
a maximum sate of 18///square yard.
Sec. 07500
10
Arttcle 260.~(~) COMPACTION shall be 95t AASHTO Tg~ for the top
six inches. Density Control shall be required for the method of
compaction.
Artlcle 260.6 MEASUREMENT. Type A hydrated 11me will be
measured by the ton of 2,000 pounds dry wetght. Subbase
preparation (Density Controlled) wlll be measured by the square
yard. IThe subbase ls six inches thick|.
~BE~J~_PBDVISIOt4__]Q ITEM_~) - HYDB6!gD_~JME AND LIME BLURRY
Article 26~.2 TYPE. Type A, hyd=oted 11me shall be used end
applted in the form of e Lime Blurry.
'SPECIAL PROVISION TO ITEM 300 - ASPHA~_~J~ & E,HULSIONS
(REFERENCE: NCTCOG SPECIFICATIONS~_XTEM 5.1 &
A=ttc]e 300.2 MATERIALS. Type and grade shall be determined by
testing/aborotorym 300.2 Ill asphalt cement.
BPECIAL PROVIS}_O~__~_]~_~9_:_~_~JX ASPHALTIC CONCRETE
PAVEMENT
(REFERENCE: NCTCOG SPECIFICATIOL4_~_JTEM 5.7 & 2.~)
A=ttc]e 3~0.2 MATERIALS.
Mineral aggregate - pgg__g~avel will not be el]owed.
aggregate shall be crushed stone.
All
|~| Aspbaltic material: Tack coot shall be RC-250.
Article 3~0.3 PAVING MIXTURE. Add the following paragraph:
Type D Iftne graded surface course) shall be used on this
pro)act where Indicated on the plans. A maxlmum of two inch
compacted lifts will be permitted to obtain the total
thickness indicated.
Article 3~0.? MEABUREMENT. Delete and replace with the
following:
Type D end Type B aspholttc concrete will be measured by the
Ton of 2,000 pounds, calculated in place. The weight will be
figured based upon the calculated volume called for on plans
and using unit weight of |1101~/square yard per inch of
depthl.
Sec. 07500
11
Tack coat will not be a sepa=ate pay item, but shall be
constde=ed eubsidia=y to the item to which the wo=k applies.
SPECIA~_~B~yJ~.ION TO I~g~_360 - CONCRETE PAVEMENT
(Ware= Cement Ratio}
A=ttcle 360.2 IRATER/ALS, Suba=ttcle I1) Cement, is supplemented
by the fo]lowing:
When the cement is to be used in conc=ete with ogg=egates
that may be delete=tously =eoctive, the alkali content
(NoO+O.658K20) of the cement shall not exceed 0.6Or.
A=ttc]e 360.2 MATERIALS,
supp]emented by the following:
Suba=ticle 12l Admixtu=es,
Nlx designs vlth fly ash admtxtu=es may be submitted at the option
of the Cont=acto= fo= app=oval by the Engines=. Nixes containing
f]y ash odmtxtu=es shall be submitted th=ough an independent
comme=clal labo=ato=y to ensu=e the p=ope= Ewate=/(cement plus
fly ashl] ~atto. The maxtmum cement =eductlon sha]l not exceed
20t by weight pe= cubic ya=d and the fly ash =eplacement sha]l be
1.25 ]bs. pe= each 1 lb. of cement =eductlon. F]y ash admixtu=es
shall confo=m to ASTN C 618-77 and shall contatn no mo=e than 5.0
pe=cent sulfu= t=toxtde and loss of tgnttton shall not exceed 5.0
pe=cent.
A=ticle 360.~ PROPORT/ON/NG ~RETE, Suba=ttcle Ill P=opo=tions
is supplemented by the following:
Whe=e cuzbs a=e to be placed sepa=ately they sha]l confozm to the
applicable ~equt=ements of the Items fo= "Conc=ete Cu=b" o=
"Machine Laid Cu=b" and in addltton 1/2" dlamete= by 8" dowels on
12" cente=s and o 1/2" dtamete= ho=izontol bo= tied to the dowels
shall be p=ovtded. An app=oved epoxy zestn shal] be applied to
the pavement to =acelye cu=b afro= the pavement su=foce has been
thozoughly cleaned with high-p=essu=e vote= o= othe= app=oved
method. Cu=bs sha]] be g=ooved at t=onsve=se }oints by use of
hand tools. Nethods fo= placing of ca=b, conc=ete mix design and
equipment to be used shall be app=oved by the Engines= p=to= to
commencing cu=b wo=k.
A=ttc]e 360.~ PROPORT/ON/NG CONCRETE, Suba=tic]e (2l Conc=ete
he=eby deleted tn its entirety and ~eplaced by the following:
_..C~_RETg_~RE~TH. The conc=ete mix will be designed with the
intention of p~oductng a conc=ete having a specified minimum
ave=age comp=esstve st=ength tn pounds pe= squa=e inch at the age
of 28 days and having the co==esponding mlnlmum ave=age flexu=ol
strength (modulus of ~uptu=e) in pounds pe= squo=e inch at 7 days
Indicated below.
Sac. 07500
F
The flexural test beams will be tested with a standard testing
machine in which the load is applied at the center of the beam
span in accordance with ASTH Designated C 293. For the specified
strength the concrete mix shall comply with the following maximum
allowable water content and minimum cement content requirements.
Compresslye Flexure1 Water-Cement Sacks of
~gDgth Strength Ratio Cement
Ipstl Ipst| Imax.go]./sack| |min./c.y~l
3000 500 6.5 5.0
The coarse aggregate factor |dry, loose volume of coarse aggregate
per Unit volume of concrete| shall not exceed 0.85.
p~ALTY FOR DEFICIENT CONCRETE STRENGTH. It is the intent of this
specification that all concrete construction covered by this
specification be constructed in strict conformity with the plans
and these specification, Where any work is found to be
constructed of concrete with strength values of less than the
specified minimum strength, the following rules relative to
ad}ustment of payment for acceptable work and to replacement of
faulty work shall govern.
If the results of the compresslye cylinder tests indicate a
deficient strength and the Contractor does not elect to drill
cores for a final compressire strength test, ad}ustments will
be made on the basis of the compressire strength value for
the particular area concerned as determined from the
cylinders cast for compresslye tests as hereinafter
specified.
Ib)
If the Contractor elects to take cores for o final
compressire strength test, the compresslye strength value as
dete~ined by the core tests shall be conclusive. If the
results of the core tests indicate a deficient strength,
ad}ustment will be made on the basis of the compressire
strength value as determined by the core tests.
(cl
If the concrete compresslye strength is less than the minimum
required strength, the amount of penalty per square yard of
concrete having a deficient strength shall be in accordance
with the following table:
PERCENT DEFICITS]
AHOUNT OF PENALTY
0% TO 5t
Greater than 5--not more than
Greater than lO-not more than
S2.00/S.Y.
$5.00/S.Y.
NO Poyment~
The amount of Penalty shall be deducted from payment due o=
to become due to the Controcto=~ such penalty deducted is to
defray the cost of extra maintenance. ~If, in the }udgment
of the Engineer~ the area of deficiency should not be removed
and replaced, there will be no payment for the area retained.
Sec. 07500
13
All concrete having a st3~ength mo~e than 15 percent deficient
shall be removed and ~eploced with concrete meeting the
~equirements of these specifications at the entt~e cost and
expense of the Contractor.
(el
The area of concrete concerned in the od}ustment or removal
shall be the designated area represented by the compresslye
strength values determined as hereinabove specified.
Z
Heasu=ement fez od}ustment or removal shal] be made to points
equidistant between acceptable and unacceptab]e test points
(points at which a compresslye strength value was determined).
Article 360.~ PROPORTZONING CONCRETE, 5uborttc]e 15) Nix Design,
is hereby deleted in its entirety and replaced by the following:
~ DESIGN. It is the intent of this specification to develop
and use the most economical mix design possib]e which will fulfill
all requirements of this specification when using acceptable
materials as furnished by the Cant=actor.
Prior to the beginning of concrete placements, and the=softer
before any change in source or characte:tstlcs of any of the
ingredients except mine=a1 ftlle=, mix design tests shall be
perfoz.~ned using the cement and aggregates proposed for use.
The Cant=actor wi]l be required to furnish the Engineer with all
concrete batch designs necessary to produce the required strength
as specified in the contract and specifications. AI] designs must
be submitted by the Cant=actor and opp=oved by the Engineer before
the placing of concrete will be permitted. At any time when any
change in source o= characteristics of any of the ingredients
except mineral filler is expected, results of the mix design tests
required above shall be submitted to the Engineer in order that he
may determine whether o change in the applewed mix design ts
required.
Concrete mixes will be designed and made in sufficient number to
represent a wide ~ange of watez-cement ratios~ these mixes shall
comply with the requirements therein prescribed for workability.
The water-cement ratio is defined as the total U.S. gallons of
water (weight 8.33 pounds| lnc]uding the moisture content of o]]
aggregates per sock of cement (weight 9~ pounds netl. F~om the
concrete of each mix design test beams will be mode, cured and
tested to determine the flexural strength of the concrete at 7
days. From these preliminary tests, the water-cement ratio
~equtred to produce concrete of the specified strength will be
selected.
Prior to placing of any concrete, the Contractor, will be required
to furnish and operate the specified mixer approved for use on the
pro}ect and shall produce batches of the size to be used in the
concreting operations. From these batches, pilot beams will be
made and tested in order to determine if the designs submitted
Sec. 07500
comply with the strength requirements. No additional compensation
wt11 be paid for equipment, materials, and labor for making these
preliminary test specimens. Such tests may be waived upon
submission of approved independent laboratory design or previous
satisfactory tests obtained from materials of the same sources.
After the mix proportions and water-cement ratio required to
produce concrete of the specified strength have been determined
and after the Engineer has approved the mix design, placing of
concrete may be started.
Concurrence on the part of the Engineer in any proposed mixing or
placing methods or approval of any proposed mix design shall not
relieve the Contractor of the responsibility of furnishing
concrete in place conforming to the requirements of these
specifications.
Changes in the water-cement ratio and the mix design shall be made
when the strength of the concrete deports from the specified
minimum strength as indicated by the strength values obtained from
tests of specimens made from concrete being placed.
~__O~3_B~I~_~_~!_C~__EgB_JHTERSECTIONS. When the paving and finishing
of street intersections and left-turn lanes are accomplished by
hand methodJ~ the concrete used shall conform to the following
special requirements: INo fly ash admixture wtll be allowed in
the mix design. I
LOCAT I ON
MINIHUN CEMENT CONTENT
MAX. SLUMP
No)or Thoroughfares
Secondary Thoroughfares
Residential Streets
6 sacks per cubic yard
5.75 sacks per cubic yard
5 sacks per cubic yard
inches
inches
inches
These specto] conditions will not be required when the
intersection or left-turn lane will be placed and finished by
mechantca] methods. If the plans or special provisions indicate
that traffic will be routed over the new concrete surface prior to
the normal 7-day waiting period, the use of high-early strength
portland cement will be required. When high-early strength
portland cement is used, traffic will not be allowed on the
surface for o minimum period of 72 hours after placing of the
concrete.
Article 360.~
Specimens, is
the following:
PROPORTIONl~
hereby deleted
CONCRETE, Subarticle |6) Test
in its entirety and replaced by
TEST SPECIME,N_S AND GUALITY CONTROL. During the progress of the
work the Engineer will cast test cylinders and beams for testing
to maintain a check on the compressire and flexural strengths of
the concrete actually being placed. Concrete foiling to meet the
specifications for materlois, proportions~ construction methods,
strength or dimensions may be required to be removed and replaced
with concrete meeting the specified requirements.
Sec. 07500
15
Not less than 3 t'est cylinders for o compressire strength value
and 2 test beams for a flexoral strength value will be taken from
the concrete for each ~50 square yards or less of concrete
pavement placed each day. A compressire or flexural strength
value shall be the average of the strengths of the three cylinders
or two beams as the case may be.
Additional cylinders or beams may be made by the. Engineer as
required by concrete placing conditions, or for 'adequately
determining the strength of the concrete where the early use of
the base or pavement is dependent upon the concrete strength
tests. No extra compensation will be paid the Contractor for
materials and labor involved in fulfilling these requirements.
Beam boxes shall be furnished by the Contractor. Beam boxes shall
be as specified or as directed by the Engineer.' Furnishing of
beam boxes will not be paid for as a separate contract pay item,
and the costs thereof shall be included in such pay items as are
provided in the proposal and contract. Beam boxes shall be
maintained by the Contractor without cost to the O~ner.
The test beams shall be tested at the age of 7 days in order to
determine the flexural strength. Should the average 7 day
flexural strength, as determined by the average of the last l0
flexural strength values obtained from test of beams made from
concrete of the same water-cement ratio, fail to meet the strength
requirement, the Contractor shall modify the mix design to obtain
additional strength in order to fulfill the requirements for
compresstwo strength at 28 days. The test cylinders from those
specific areas where individual test beams were below required
strength shall be tested at the age of 28 days in order to
determine the compresslye strength of these areas. Should any set
of test cylinders representing a given area where an individual
test 'beam has failed to meet strength requirements, that area
shall be considered to be composed of concrete having deficient
strength.
The Engineer, at his option, may re)act as non-representative any
individual flexural strength value in each group of ten where
strengths more than l0 percent above or below the average for the
group are indicated, and compute the average flexural strength on
the basis of the remaining values.
Article 360.5 SUBGRADE AND FORP, S, Subarticle (21 Placing and
Removing Fo~ms. Delete the third paragraph in its entirety and
=ep]ace with the following:
Forms shall be leveled using material opp=oved by the
Engineer.
Article 360.6 ~RETE MIXING AND PLACING, Subarticle Ill Mixing
Methods is voided and replaced by the following:
Sac. 07500
The concrete shall be mixed in o mixer conforming to the
requirements of Subarticle 360.3 |~1 of this item. Ready-mix
concrete, conforming to the requirements of the Item, "Ready
Mix Plants", may be used for mixing concrete for pavement
only when specifically permitted by a note on the plans,
except that ready-mix concrete may be used for curbs,
trregu]ar sections and/or sma]l placements such as turnouts
and leaveouts. IA six |6| sack mix will b~_~gg~i~ed at these
locations.} :
Article 360.12 NEASUREHENT,
entirety.
Delete
the second paragraph in its
Article 360.13 PAYMENT. Delete the second and third paragraphs
and replace with the following:
Payment wtll be made on concrete which has been completed and
accepted as described in Article 360.12, as he~ein amended.
Payment will be made only on that concrete which reaches the
compresslye strength specified within the 28 days o= if any
concrete is found to have strength values of less than the
specified minimum strength at 28 days then the ad}ustment as
determined in Section 07500 of these specifications shall
apply. Under no circumstances will any payment be made on
concrete that is less than seven (71 days old.
_S_P_E_C_~_A_L__PBgy_~_S_Z_O~_ TO ITEN ~00 - STRUCTURAL _EXCAVAT_~_ObI_
( REFERENCE: NCTCOG 8P~CIFICAT/_C~__Sj _J_T_EH 7.11
Article ~00.2 CONSTRUCTION NETHODS,
in its entirety.
Delete the second paragraph
Po~ent for work p=esc=ib ~thts item will be only
those locations of t w~ shown on the plans. Wo=k at
Sac. O?SO0
_SB_ECIAL PROVISION TO IT,E_M- EXCAVATION AND BACKFILL__F_OB__S_E_ _EB_S
J.B_EE,EB,ENCE= NCTCOG 6,21
Article ~01.2 CONSTRUCTION, Subarticle 181Ehackfill.
of the second paragraph, odd the following:
At the end
M~teriols selected from excavation of the trench or from the
roadway excavation shall have o liquid limit not 'to exceed 35
and a plasticity index not to exceed ~0 when tested in
accordance with standard Texas State Department of Highways
and Public Transportation methods. ~teriol placed above
pipe, under pavement, shall be placed in 6" lifts and
compacted to a minimum 95t standard proctor density, at
optimum moisture. Material placed above pipe, outside of
pavement areas shall be placed in 6' lifts and compacted to a
minimum 90t standard proctor density at optimum moisture.
Article ~01.3 MEASUREMENT. Delete the entire article.
Article ~01.~ PAYMENT.
with the following:
Delete the entire
article and replace
Payment for sewer excavation and backfill will not be paid
for direct]y, but will be considered a subsidiary obligation
of the item to which the work applies. Such payment will
include full compensation for excavation, backfilling,
furnishing selected backfill, and oll incidentals necessary
to complete the work.
SPECIAL PROVISION TO ITEM ~16 - _DB_I~L~D SHAFT FOUNDATIONS
IREFERENCE: NC!~_O~__SPECIFICa!I_(X4_~_aB!!~g. 7.2)
Article ~16.1 DESCRIPTION. Add the following:
The Controctor's attention is directed to Section 00220,
Soils Investigation Data, and Appendix A, Log of Test
Boring.. In the event of conflict between the
recommendations theEeta and these specifications, these
specifications shall gove=n.
PROVISION TO ITEM ~:B_E!I~__S!_R_U~,TURES
SPECIAL NCTCOG S ~
! REFERENCE,: ........... _P _F .... ~ _ ! _TEM 7, _~_l
Article af20.2lbl, 'Joint ~g M~terial" delete and insert the
fol lowtag:
Sac. 07500
18
Joints designated on the plans UJS shall be constructed
eci · Jolly available
polystyrene to tempora ~
C ns ~ }oints will be permitted.
Article ~20.6, "o truc ints"# odd the following:
All vertical and horizontal construction }oints shall be
cleaned by abrasive sand blast methods, :
Article ~20.11, "Placing Concrete - General", odd the following:
The Contractor shall provide written notice to the Engineer
~8 hours in advance of his intentions to place concrete for
the following items: Bridge abutments, footings, pier walls,
and bridge superstructure. Th Contractor shall not proceed
to place concrete for tams until he has received
written notification to the Engineer.
Article ~O.~l, "Concret
odd the following:
Overhanging bride
cured by the
and exterior bridge girders shall be
~ing method.
Article ~20.22, Ilete paragraph 3,
Falsework," and insert the following:
· Removal of Forms and
Forms supporting gravity loads and falsework for oll bridge
components shall remain in place for a minimum of 8 days
required by the plans and the contract herein.
SPECIAL pROVISION TO
IREFERENCE: NCTCOG
Article ~21.2 Noteriols, (1) Cement. The first paragraph of this
sub-article is hereby supplemented by the following:
When the cement is to be used in concrete with aggregate that
may be deleterious]y reactire, the o]ko]i content INo0 ·
0,658K20) of the cement shal] not exceed 0.60 per cent.
Sec. 07500
19
Article ~21.9, *Guolity of Concrete* odd the following:
Unless otherwise specified or shown on the plans, concrete
for structures shall conform to Class A concrete per Tab]e
of Item
required. Fc' s~a]l be ~000 psi,' minimum.
Article ~21.1~, "Payment*, delete and insert the following:
The quantity to be paid for wi]l be that quantity shown on
the contract plans and in the proposal, regardless of errors
in calculation. Where payment for concrete structures is
included in other items of work, no separate payment for
furnishing concrete in accordance th this special provision
will be made.
Ad)ustment of compensot
shall be made only when
authorized in writing
· Concrete for Structures"
to contract quantities ore
]near.
The unit prices b! the various classifications of
concrete shown full compensation for furnishing,
hauling, and mixin. concrete materia]~ placing, curing
and finishing all concrete~ all grouting and pointing;
furnishing and placing drains~ furnishing and p]acing metal
flashing strips} furnishing and placing expansion }oint
material required by this item, and for all forms and
falsework, labor, tools, equipment, and incidentals necessary
to complete the work.
QB~J~ PROVISION TO_J~_~_::_~URFACE FINISHED FOR CONCR~
Article ~27.5 APPROVAL OF SURFACE FINISHING t4ATERIALS. Delete
the article in its entirety and replace with the following:
The material to be furnished shall meet the requirements of
the Texas State Department of Highways and Public
Transportation Specification D-~-81~0, Structural Coatings,
latest revision.
Sac. 07500
SPECIAL PROVI_SI_OI!j_ _T_O_JTEM ~32 -- _,CIi)NCRET_E__R_/_PB_A_P,
I REFEREN~__E_:_ NCTCOG SP_E_CJ,F.,,/_C_A,T**_/_OI~__S,z_ITEM 8.15 )
Arttcle ~32,12 HEASURElulENT. Delete and replace with the
following:
Measurement of acceptable riprap camp]eta in place will be
made on the basis of the area actual]y covered and will be
computed on the basis of the measured area.
Concrete riprap will on]y be measured for payment tf
designated on the plans to be a separate pay item. All other
rtpzap locations shall not be measured separately but shall
be incidental to the varlous items of work so designated on
the plans.
Article ~32.13 PAYMENT. Delete and replace uith the following:
The rtprap
paid for at
which price wl]] be full
hauling, and placing
base materio], and p=emo]
for ol1 labor, tools,
necessary to camp]
specifications.
quantities, measured as provided above, will be
the unit prices bid per square yard fat tiprap,
>ensation for furnishing,
s including EgJnforcement
ion Joint material, and
, form work, and incidentals
work per the plans and these
Payment fo=
in the unit
of toe wall trenches will be included
td per square yard of riprap.
Payment for excavation required for shaping of slopes
rtptap shall be paid fat under Pay Item 120.1 "Channel
Excavation."
SPECIAL PROV]~IOI',,I TO ]TEN ~33 - _E'pLYtJRETH__,/3.":,,ILS__~_~[~
anti y 1_~t
p~~tsfQct°rtlYshall be measured '
Polyurethane }oint I installed in p]ace
2. for by the lineal foot. The unit
p~tce bid fo ethane Jotnt seal shall be full
compensation f all lobo=~ equipment, materials, and
tncidenta]s =squired to complete the work.
Sac. 07500
21
SPECIS~_eBOVISI_O~__Ig_I!_B4_.~5 - ELASTO~_~BJ~__P~_TERIA~
Article ~35.2 NATER/ALS. Add ~.
_~~t ]owing:
Bearings with thickne~.~ er than 1/2 inch
laminated·
Article ~35.~ IREASUR . Delete the
following:
shall be
article and. add the
Elastomerlc bearing as shown on the plans will be measured by
each elastome=tc beartng satisfactorily furnished and
insta]]ed.
SPECIAL PROVIS!_O~__!Q_J!g~_~O - REINFORCING ~!gg~
Add the following to Item ~0.2 NATER/ALS.
Shop drawing submittal and approval conforming to Section
013~0 shall be required for the following 1tams:
All drainage structures (pre-cast
except reinforced concrete pipe·
or poured-in-place)
Drilled shaft foundations.
3. Bridge substructure Including abutments, wingwalls,
footings, and pier walls
~. Bridge superstructu: dlng caps, diaphragms,
girders, deck, barrt , and approach slabs.
5. Other struc a pay quantity of reinforcing
steel is sh the drawings.
Shop drawings s 1 be of standard commercial quality and
content. Any splices requested by the Contractor shall be
shown on the drawings.
Approval of shop drawings by the Engineer will not relieve
the Contractor of the responsibility to satisfactorily
conform to the details shown on the plans.
Clearances for reinforcing steel shall be as shown on the
plans. Fo~ structures where clearances o~e not shown on the
plans, the clearances from face of concrete to nearest edge
of reinforcing steel shall conform to ACI 318-77, Section 7.
Welding of or welding to reinforcing steel will not be
permitted.
Sec. 07500
22
Item ~0.8 IqEASURENENT and ~0.9
entirety and replace with the following:
PAYHENT delete in their
The measurement of quantities of reinforcing steel vii] be
for reinforcing steel unl ~'~nges are ordered in writing
by the Engineer. _~ ' :
Where reinforcing st '~ inc]uded in o porticu]ar pay item
other than ret ~ steel, no separate measurement and
payment shall be~ for reinforcing steel.
The unit price bid per pound for reinforcing steel shall be
full compensation for furnishing, detailing, fabricating, and
placing reinforcing steel including all labor, equipment,
materials, and incidentals necessary to complete the work.
~PECIAL ~BOVISION TO 1TEN ~SO -
Article ~50.1 DESCRIPTION. Add the following:
sidewalks o
Article ~50 (3}, CONC ING. Add the fo]]owing:
deflection ne
Final surface
Said finish
structure.
finish for railing shall
shall be similar for
conform to Item ~27.
ad}acent parts of the
SPECIAL PROVISION -- CONCRE! _ 9 _ ULY B!
Article ~62.~ HEASUREHENT. Delete paragraphs two through four.
Article ~62.10 PAYHENT. Delete pa izaphs one through five in
their entirety and replace with th~ lowing:
The unit price bid per for the various. sizes and
types of "Concrete ~," shall be full compensation
in place for c ,g, or furnishing and transporting
sectionsl the on and shaping of bedl }ointing of
sections1 al xtion and backfilll for connections to
existing struc 'eel concrete, reinforcing steel, headwalls,
Sec. 07500
_S_P_E_C!_A_L__PB_OyISION__~_O_!TEM ~6~ - REINFORCED CONCRETE PIE_E CULVERTS
! B_E_F_EB_E_Ng_E,.-, _ __NG_!_C_O~__ _S _P _E _C _I _F .I C A T IONS~ _ J TEN 2.12 1
Article ~6~,5 PAYMENT. Revise the last
following:
paragraph with the
Structural excavation and backfill will not be measured for
separate payment, but will be considered included in the unit
price bid for each respective size pipe, There wil] be no
extra compensation for excavating rock or other
incompressible materta]s.
SPECIAL PROVISION TO ITEM ~70 -- MANHOLES & INLETS I& HEADWALLSI
Arttc]e ~70.1 DESCR]PT]ON. Add the fo]]owlng:
Headwalls (modifiedl of
plans shall also be
"Manholes & Inlets."
the type and
included as
size specified in the
applicable to item ~70
Arttc]e ~70.6 MEASUREMENT.
following:
Delete entire]y and rap]ace with the
Honho]es, inlets, and headwalls Imodiftedl of the type and
size shown on the plans will be measured by each manhole,
inlet, or headwall Imodifiedl. Excavation and backfill will
not be measured for separate payment but will be considered
subsidiary to the unit price bid for each manhole, inlet, or
headwall Imodified|. Measurement will only be considered
when the manhole, inlet, or headwall {modifiedl is
complete-in-place per the plans and specifications. On]y
those headwa]]s specified on the plans to be considered for
separate payment will be measured. All other headwa]]s will
not be measured but will be considered subsidiary to other
items of work,
Article ~70.7 PAYHENT. Delete
~70.7(61 and add the following:
sub-articles ~70.7111 through
Sec. 07500
manhole , ~o~m~_~
Payment for s inlets e lls (modtfiedl will be
led P~~ r each manhole, inlet
unit
made at the , or
headwall Imodif >late-in-place, as shown on
the plans and in a ,tth these specifications,
~gJ~_PROVI~ION TO 1T~H ~72 -RELAYING CULVERT PIPE
Article ~72.3 HEASUREHENT and ~72.~ PAYIqENT.
articles in their entirety and insert the following:
Delete the
Work performed under this item for the construction of
detours sha]] be considered subsidiary to other items and no
separate compensation shall be made.
(REFERENCE: NCTCOG SPECIFICATIOIJ~j_J]EH 6.~1
icle ~76.2 IqATERIALS. Dale ' n'~/~ly and replace with the
Artlowing: ~
fo] The casing pipe s _]~e~steel pipe and shall have the
exterior surface coated with 1 mil, bituminous coating |Spec,
AWWA C-203),
A=ttcle ~76.3 CONSTRUCTION. Add the following:
All }ocking, boring, o= tunneling operations shall conform
with the requirements contained in the TSDHPT Utility
Accommodation Policy adopted July, 197~, along with current
revisions thereto, and/or as a minimum the appropriate
requirements outlined in the following:
o. Gas pipelines -- [.T~ ~9, CFR, Port 192,
ion a_~~
Transportat of Nat Other ~as by Pipeline:
Federal S
Hinimum ards and amendments.
b. LtquidOU~ tnes -- Title ~, CFR, Part
195, Tronl on of Liquids by Pipelines and
amendments.
c. Latest American Society for Testing and Materials
specifications.
Article ~76.5 PAYHENT. Delete entirely and replace with the
following:
Sec. 07500
25
Borings will be paid for at the unit price bid per linear
foot, measured as provided under "Neosurement," complete and
in plo ' s ,
tnclvdt in ~ backfill, sheeting,
sho=lng, bracing, d no , ovation and backfill, labor,
, ~~t~ea~ ctdentols necessary to complete
tools equipment
the work occor drowtngs and these specifications.
f
PROVISI,OIJ__]Q_J!_Blq__~9~.:_~BBJ~_A~_~_SIGNS AND_ TRAFFIC HANDLING
IREFERENGE: NGTCOG SPECiFICATION~j ITEH 8,11
Article S02.3 HEASUREHENT and 502.~
articles and replace wtth the following:
PAYI~ENT.
Delete both
The work and materials as prescribed by this item will not be
paid for us a separate item, but will be considered
incidental to the project.
SPEClA_L_pB_OyI_S_ION TO II.EH Sot :__SIB_U _I_UB__E__F_OB__EI_E_L_D__OFFICE
_A~ LABORATORY
Article 50~.2 GENERAL REQUIREMENTS.
and replace with the following:
Delete the first paragraph
One (1) structure will be required and located
acceptable to the Engineer.
in On ore(/
Delete the fifth paragraph in its entirety.
Article 504.3 TYPE OF STRUCTURE. ~~ticle is voided in its
entirety and replaced by the follo~.~
The structure shall h~~ e built to at least the
following minimum stan as opproved by the Engineer.
The field office shall be less than. lO'xlO'x8' high with
four completely weather stripped gloss windows lone in each
wall) and one completely weather stripped exterior door. The
walls shall be insulated.
The field office shall be furnished with a heat pump for
heating and cooling of sufficient capacity for maintaining
suitable office temperatures, It shall hove sufficient
fluorescent ceiling lights, suitable number of 120 voc duplex
wall receptacles, and a telephone lock.
Sec. 07500
26
The office shall be provided with o desk, two chairs, one
trash container, and one chilled water drinking container.
It shall also hove o 72"x32" plan table.
The building shall be serviced with sewer or septic tank with
connections and shall contain o restroom properly portitioned
and furnished with, as o minimum, o flush toilet and lavatory.
The building shall be installed
and facing the direction og3
utilities, including a tel
for by the Contractor
work on the project.
and stable,' 'located at
by the Engineer. All
1 be connected and paid
acceptance of the contract
The area i]ding will be kept clean and
maintained by .factor as required by the Engineer.
Suitable outside ps, shoe sole cleaning scraper, concrete
or grovel walk (depending upon the site conditions), on
occurate outside hi-low thermometer, odequote outside garbage
containers with covers shall be provided. An outside light
shall be provided to light the field office area at night.
Should vandalism become o problem, the Contractor shall
provide suitable security surveillance and area fencing or
both to insure the safety of the field office and its
contents.
Article 50~.~ NEASUREMENT AND PAYFENT.
and replaced by the following:
This article is voided
Work performed and materials furnished as prescribed by this
item will be measured and paid for at the lump sum unit price
bid for "Field Office", complete in place, which price shall
be full compensation foi.~t~tt~or, tools, materials,
necessary toec water,
furnishing equipment 1 and fuel, and
incidentals ~e work.
The total lump s~.n~~ll be divided equally among the
total number of ~s oilowed for construction of the
pro}ect. The resulting amount will be the maximum amount
allowable to be submitted on monthly pay applications.
~B~CiAL PROVISION TO ~TEH 508 - CONSTR_U~:_!I,II'~IG DETOURS
!B~ERENCE= NCTCOG ~E~CIFICATI_OII, I_~_J]~N 1.221
Article 508.~ HEASUREMENT. and .5 PAYMENT. Delete in
th th,~o~~e~~
their entirety and replace wi :
g
No separate r~~ shall be made for
measureme t
· Constructing Deto the work described
D ,cution of
herein shall be subsidiary to other items of work.
Sec. 07500
SPECIAL PROVISION TO ITEM 530.3 - BRICK PAVERS
Add the followin9 in its entirety:
Article 530.1 DESCRIPTION.
Furnish and install solid concrete paving stones as shown on
the drawings and as recommended by the manufacturer.: Furnish
and install sand laying course and all accessory items as
required· .
Article 530.2 MATERIALS.
m shall be as manufactured
ate
by the Pavestone C~,~ ox ~13, Grapevine, Texas, 76051,
phone 18171 58~ approved equal:
a. Payere rosswalks): Shall be Uni-Decor, 3 1/8" (8
cm.) thickness, by Pavestone Co.
b. Payere | Edges ): Shal I be Hal land I, 3 1/8" ( 8 cm. )
thickness, by Pavestone Co.
c. Accessories as required for edge treatment shall be
as recommended by the manufacturer.
Colors for the above shall be as approved by the Owner.
Physical requirements:
ASTM C 936-82.
All payere shall conform to
Cementitious Materials and Aggregates: Shall conform to
ASTM C-150 and ASTM C-33, respectively.
Sand: Masonry sand will Dg) be al]owed. The sand laying
course shall be a well graded clean washed sharp sand
with 100% passing a 3/8" s ze and a maximum of
passing a No, 200 sieve sir is is commonly known as
manufactured concrete stone screening, or
similar. The sand course should be the
responsibility of stone installer.
Article 530.3
Installation shall performed by an installer app=oved by
the Engineer. Installation shall conform to manufacturer's
recommendations and the following:
A. Construction of Sand Laying Course
The finished base course shall be approved before the
placement of the sand laying course.
Sec. 07500
F-
The construction of the sand laying course shall be
tn accordance w th manufacturers zecommendatton and
approved by ~er prior to beginning installation.
B. ;lacing
'~~d g stones shell be laid in such o manner that
esized pattern is maintained and the
tween the stones are as tight as possible. For
maximum interlock it is recommended that }otnts
between stones do not exceed 1/8" |3mm. l.
String lines should be used to hold all pattern lines
true.
The gaps at the the power surface shall be
filled with st, stone oz with stones cut to
fit. Cuttin be accomplished to leave o clean
edge to c surface using o double-headed
dimension.
After vibration, cle ~nq~sosoqlnry type sand containing
at least 30t of 1/8"~1~m~,| particles shall be spread
over the paving stone surface, allowed to dry, and
vibrated into }otnts with additional vibrator passes
and brushing so as to completely fill }oints.
complete filling of }otnts during initial use.
sand also may provide surface protection
construction debris.
Surplus material shall then be swept from the surface
or left on surface during construction time to insure
This
from
Article 530.af IqEASUREIk~NT,
Powers, Item 530.3, w;_~~eosured by the
Article 530.5 PAINT.
square yard,
Installation as
Pave=s, Item 530.3, will be paid for by
an installation complete and in place.
the square yard for
Sac. 07500
SPECIAL PR~yJ~J_O~__~g_J~M 5~ - B~B~_EXISTI_N(}__WOOD ~_N~_~
Article 5~.1 DESCRIPTION.
following:
Delete entirely and insert the
This item shall govern the replacing of existing wood fence
where shown on the plans at whe e designated on the plans.
Removal and salvaging of th tsting fence materials will
not be included the ;~~~ts item but shall be done
in co
by others. Wood fencin damaged during removal and
salvaging ion a replaced by affected property
owner and will ' responsibility of the contractor.
Concrete for c foundations, etc., shall be included
in the unit bid for this item along with
staples, brackets, or other incidentals needed to install the
wood fence completely. Painting of fence will not be
required. Coordinate with the affected property Owner
app=oved removal and stockpile procedures.
Article 5~.2 CONSTRUCTION METHODS.
with the following:
Delete entire]y and replace
Replace existing fence by installing oil materials
manufacturers recommendations for similar type fencing
Article 5~.3 MEASUREMENT and ~rti ~ Dele
entirely and replace with the fol]~ ~.~ PAYMENT. te
Measurement for fence,~~ I be for the linea~ feet of
actual fence replaced ,-in-place.
The unit price bid shall be full compensation for all labor,
materials (see description 5½~.11, equipment, excavation and
backill], and incidentals required to perform the wo~k per
the plans and these specifications.
SPECIAL PROV.ISION TO I:rEM 582 - WATER HAINS
!B~F~B~_N~_~: NCTCOG SPECIFICATIONS~ ITEM 2.J_~__UNDERGROL~D
CONDUIT AND RE~D MATERIAL
DELETE THE ENTIRE ARTICLE AND REPLACE WITH THE FOLLOWING:
Article 582.1 DESCRIPTION. This item shall govern fo= all
materia]s and work necessary for furnishing and tnstaI]tng al]
water mains of the type specified, ai] sanitary sewer mains, and
any and all distribution lines as shown on the plans, tnc]udtng
all clearing, grabbing, excavation, sheettng~ shoring, dewatering,
pipe laying, )ointing, testing, backfilling, and any other work
that is required or necessary to complete the installation as
shown on the plans and as specified herein.
Sac, 07500
30
The cant=actor shall be responsible for all materials furnished to
him by his material supp]iers and shal] replace at his expense
such materials that ore found to be defective in manufacture or
that are damaged in handling.
The contractor shall install piping to meet
standards. The contractor shall provide
certificate that materials meet or exceed minimum
hereinafter specified.
all applicable
mQnufQcturer' s
3requirements as
Article 582.2 HATERIALS. Each water main or distribution line
shall be installed using the materia]s designated on the plans and
as specified herein. All materials shall be new and meet the
following minimum specifications:
583.2 A. PIPE.
1. POLYVINYL CHLORIDE WATER PIPE AND FITTINGS IPVCI.
a. Unless otherdies specified on the plans, 1/3 inch PVC
pipe shall be Class 31S, 3/~ inch or larger PVC shall be
Class 300. Al1 thermoplastic PVC pipe shall fulfill the
requirements of ASTH D22z~l, Class 300, DR 1~.
b. Whe~.e
shall be
1785.
specified on the plans, Schedule ~0 PVC pipe
PVC 1130 and shall meet requirements of ASTH D
c. PVC, DR 1~, shall meet or exceed requirements of
AWWA C-900, latest revision, with cast iron outside
dimensions and with rubber zing bell }oint which shall be
on integral and homogeneous part of the pipe barrel
conforming to ASTH D 3139, latest revision. Rubber
gaskets shall conform to ASTH D 1869, or ASTH F~77.
d. PVC water pipe shall be listed by Underwriter
Laboratories and approved for use in cities and towns of
Texas by the State Board of Insurance.
e, The rigid PVC pipe shall bear the seal of approval
(or "NSF" markl of the National Sanitation Foundation
Testing Laboratory for potable water pipe.
f. Pipe shall be made from NSF approved Class 12~5~-A or
B PVC compound conforming to ASTH D 178~ resin
specification.
CAST 1RaN PIPE AND DUCTILE IRON PIPE WATER HAIN AND
FITTINGS IC.1.P. )ID.I.P. )
a. Unless otherwise specifically shown on the plans, or
approved in writing, shall conform to ANSI A 31.6 (AWWA
C106, latest revision), 300 psi working pressure, and
shall be centrifugal cast pipe of rubber gasket type
Sec. 07500
31
Joint, furnished in ~6' or ~8' nominal laying lengths.
All such pipe shall bear a mark denoting approval by the
Underwriters Laboratories.
b. Cast iron pipe under these specifications shall have
o tensile strength of 21,000 lbs. per square inch and
~5,000 lbs. per square inch modulus of rupture. All such
pipe shall be manufactured in accordance with ANSI
"Hanual for Thickness Design of Cast Iron'Pipe", and
shall be designed for 200 lbs. water working pressure, 8
feet of cover, and field condition B.
c. Ductile iron pipe shall be manufactured from metal
having o minimum tensile strength of 60,000 lbs. pet
square inch, o minimum yield strength of ~2,000 lbs. per
square inch and o minimum elongation of 18 percent
|60-~0-18), and shal] meet all requirements of AWWA
Specification C150 and C151, latest revision, Class 51.
d. Joints for cast iron or ductile iron pipe shall be:
(1l Push-on Joint with rubber gasket conforming to
ANSI A21.11 (AWWA Cl11} of latest revision, or
Mechanical Joint conforming to ANSI A21.11 |AWWA
of latest revision, or
Bell and spigot Joints conforming to ANSI
(A~A CI06I, of latest revision, or
A21.6
I~1 Flonged Joint conforming
/~21.10, 250 psi working pressure.
to AWWA ClIO/ANSI
e. Fittings for cast iron or ductile iron pipe sha]] be:
Ill Mechanical Joint fittings
A21.11 (AWWA Cl11), of latest
working pressure, or
conforming to ANSI
revision, 250 psi
121 Bell and spigot fittings, conforming to ANSI
A21.10 IA~A Cl101, 250 psi working pressure, of
latest revision.
131 Flonged fittings,
conforming to ANSI
rubber ring gaskets.
A21.10
working pressure,
|AWWA-CllOI with
I~1 Screwed fittings, 125 lb. NPT thread conforming
to ANSI B2.1.
f. All ductile iron pipe shall have a standard
thickness of cement mortar lining as specified in ANSI
A21.~, latest revision (A~WA C10~), except for flanged
and screwed pipe, which will receive on inside tar
coating in place of the cement mortar lining.
Sec. 07500
g. All ductile iron pipe, valves, and fittings shall be
coated on the outside with hot dipped cos] tar varnish
'conforming to Federal Specification WW-P-~21 or, in lieu
of coal tar coating, po]yethy]ene encasement may be used
for ducti]e iron pipe in accordance with ANSI/AWWA C
105/A 2~.5 latest revision. The fi]m shall have a
minimum nominal thickness of 0.008 inches |8 mils.|.
h. Bolts and nuts for mechanical }oints or flanged ends
shall be of a high-strength low-alloy corrosion-resistant
steel and shall conform to ASTM Designation A 325|Type 3|.
3. REINFORCED CONCRETE CYLIhDER PIPE WATER MAIN IRCCP|
a. The reinforced concrete cylinder pipe to be furnished
and installed this section shall be composed of o steel
cylinder with wire reinforcement and o concrete core or
]ining inside and a concrete coating outside.
b. The pipe shall conform to A~/A ClOl--Reinforced
Concrete Water Pipe--Steel Cylinder Type, Prestressed)
Cl03--Reinforced Concrete Water Pipe--Steel Cy]inder,
Pretensioned, latest revisions. The pipe shall be
designed and manufactured to withstand 200 psi working
pressure and be approved by the Underwriters Laboratories
and the Texas Fire Insurance Commission.
c. Special pipe sections, short length, outlets and
special fittings such as reducers, wyes, tees and bends
shall be furnished and installed where required to
complete the pipeline as shown on the plans. Fittings
shall be constructed of steel cylinders, shall be
concrete lined and coated, and shall be designed to
withstand a working pressure equal to that of abutting
pipe sections.
d. All outlets or other exposed metal shall be coated
with mortar in such a manner that all exposed portions of
metal are completely covered.
e. The contractor shall furnish layout drawings which
show each run of pipe and indicate the location of all
bends, outlets~ special fittings and connections which
are to be included as o part of the pipe to be installed
on this pro}act.
ASBESTOS CEMENT PIPE WATER MAIN |ACP|
a. Asbestos cement pipe and fittings shall conform to
AWWA C~O0, Federal Specification SS-P-351c, ASTM C296,
latest revision, Class ~50, In no case shall the inside
diameter of the pipe furnished be less than the nominal
diameter specified.
Sac. 07500
33
b. Joints shall conform to ASTN D1869, latest revision,
for rubber gaskets for asbestos cement pipe, similar to
"Ring-tite" by Johns-Monville, Certain-Teed, "Fluid-ttte
CG Coupling" or approved equal.
S. CZ)I~RETE SEWER PIPE AND FITTINGS ICSPI OR (RCSP)
a. Reinforced concrete sewer pipe IRCSP|, 15" nominal
diameter end larger, shall be of tongue and groove type,
and shall conform to ASTH C76, latest revision, Class I
through V, depending on trench loads. See plans for
designation of class of pipe to be used. If no
designation is indicated, use Class III ptpe.
b. Nonreinforced concrete sever pipe ICSP), 12" nominal
diameter and smaller shall be bell and spigot type, end
shall conform to ASTM C1~, latest revision. For trench
depths up to and including ten feet (10'), standard
strength pipe shall be used, and for trench depth in
excess of ten feet (10'), extra strength pipe shall be
used.
c, Joints for concrete tongue end groove pipe 15" and
larger and concrete bell and spigot pipe, 12" and
smaller, shall have rubber gaskets conforming to ASTH
C~3, latest revision. Gaskets shall be similar to Tylox
Type "CR" rubber gasket, as manufactured by the
Hamt]ton-Kent Hanufacturing Co., Kent, Ohio, or opproved
equal.
CLAY SEWER PIPE AND FITTINGS IVCPI
a. Vitrtfled clay pipe, extra rength IESCP), and
ev plans, cloy
pipe shell be stondor
b. Joints for ~ -shall conform to ASTM
latest revision, compression }oints for vttrifted
clay pipe and fittings.
7. POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS
a. All pipe end fittings shall be suitable for use as o
gravity sewer condutt and shell conf0tm to ASTH D303
(8DR 35), latest revision, minimum pipe stiffness, ~6
psi. PIpe shall be similar to Certain-Teed Fluid-TIre
PVC plpe, Johns-P4~nvtlle Ring-Tire PVC Gravity Sewer
Ptpe, or opproved equal.
b. Jolnts for PVC sewer pipe shall be integral be]l
gasketed )oint designed so that when assemb]ed, the
elastomeric gasket inside the bell is compressed rodtally
on the pipe spigot to form a positive seal. The ~oint
shall be so designed to avoid displacement of the gasket
Sec. 07500
3~
when installed
recommendation.
latest revision.
latest revision.
in accordance with the monufacturer's
Joints shall conform to ASTM D3212,
Gaskets shall conform to ASTH F~77,
8. DUCTILE IRON SEWER PIPE AND FITTINGS
a. Ductile iron gravity sewer pipe shall conform to ASTH
A7~6, latest revision. ANSI APl.51 or AWA C151, latest
revisions, Class
b.
Joints for ductile iron pipe shall be:
Ill Mechanical }oint, conforming to ANSI APl.ll
IAWWA Cl11) of latest revision, or
(P) Push-on }oint, with rubber gasket as described
in ANSI APl.ll (AWWA C111) latest revision.
c. Cement-mortar lining shall conform to ANSI
CAST IRON SOIL PIPE AJ~D FITTINGS
o. Cast iron soil pipe and fittings for hubless cast
iron sanitary system shall conform to ASTH ATe, latest
revision, CISPI designation 301-78 or latest revision.
b. Rubber gaskets for }oints shall conform to ASTH C56~,
latest revision, CISPI designation 310-78 or latest
revision.
582.P B. VALVES
1. GENERAL: This
labor, materials and
item shall include furnishing of all
equipment for distribution systems in
accordance with contract drawings and these specifications.
2. SUBNITTALS
a. Catalog Data:
illustrations.
Submlt manufacturer's
literature and
b. Weights: Statement of
size of valve furnished.
net assembled weight of each
c. Shop Drawings of Valve and Operators.
Dimensions
(2) Construction details
(3) Haterlois
d. Installation Instructions:
installation instructions.
Complete monufacturer's
Sec. 07500
35
e. Natntenance Data:
Ill
(~)
Hatntenance instructions
Parts lists
f. Certificates: Submit manufacturer's certification
that valves and accessories meet or exceed specification
requirements.
PRODUCT DELIVERY, STORAGE, AND HANDLING
a. Prepare valves and accessories for shipment according
to AWWA C500 and:
I1) Seal valve ends to prevent entry of foreign
matter into valve body.
121 Box, crate, completely enclose, and protect
valves and accessories from accumulations of foreign
m~tter.
b. Store valves and accessories in area protected from
weather, moisture, or possible damage.
c. Do not store materials directly on ground.
d. Handle items to prevent damage to interior o~
exterior surfaces.
GATE VALVES (Hatns 12" Diameter or less)
a. Gate valves shall be Waterous, or approved equal,
resilient wedge valves with red epoxy coated body,
non-rising stem, O.S.Y., AWWA C500, latest revision.
Valves shall be of equal, or greater, pressure class than
the piping in which they are to be installed. Equipped
with "0" ring seals at top of stem, and 2" square
operating nut. Valves shall open by turning
counter-clockwise. b. Valve boxes shall be cast iron and
shall be of sufficient length and diameter to operate all
valves buried in the ground. Covers shall be marked
"Water" The boxes shall rest on the valve and be
ad}usted so that the cover may be set flush with finished
grade.
5. BUTTERFLY VALVES I lqains 16" Diameter or larger)
a. Shall meet or exceed the design strength, testing and
performance requirements of AWWA Standard C50~, latest
revision. The manufacturer shall provide certification
and test reports upon engineer's requires.
b. Bodies - Shall be suitable for installation between
ANSI A23.10 (AWWA CLIO) cast iron flanges or ANSI B16.5
Class steel flanges. End preparation shall be flanged,
Sac. 07500
36
or full lug body wafer.
lugs drilled and tapped.
acceptable.
Lug wafer bodies shall hove the
Wafer badted valves ore not
c. Discs - Shall be one-piece cost design with no
external ribs transverse to the flow. Disc hub and edge
shell be ground and polished to a rounded contour to give
full concentric seating with the lowest practical seating
torque and maximum Seat life. :
d. Valve Seats - Shall meet or exceed the thickness
requirements of AWWA C50~ and be of a design that totally
encopsulotes the inside ferrous surfaces of the valve
body for maximum valve body protection against corrosion
and tubercularton. Valve seats shall be designed with
tntegral sea]s at the disc and shaft hub oreas to
completely isolate the stem, stem bearings, and body
areas from the corrosive effects of the flowing media.
Valve seats shall be complete]y fte]d replaceable at the
}ob site without the use of special tools.
e. Shafts - Shall be one piece extending completely
through the disc. Stub shaft design may be used if in
total accordance with AWWA C50~-70, Section 7. Valve
shafts shall be securely fastened to the valve disc by
corrosion resistant shakeproof cap screws or toper pins.
Valve shafts shall be of materials and diameters as
required by AWWA C50~ or of corrosion resistant materials
and diameters which give equivalent strength. Disc to
stem connections, or turned down portions of shafts shall
be designed to transmit shaft torques equivalent to 75%
of the required shaft diameter.
f. Shaft Bearing Surfaces - Shall be adequately designed
to absorb the loads imposed by the service conditions and
any side thrusts dave]aped. by the operator. Inboard
bushings sha]] be nylon reinforced teflon in sizes 2" to
20" and luberized bronze in sizes 2~" to ~8".
g. Shaft Seals - Shall be of
bi-directionol type suitable for
vacuum. The packing g)and, studs
corrosion resistant materials.
the double-Chevron
both pressure and
and a nut shall be
h. Honual Operators - Shall be the worm gear type having
permanently grease lubricated tota]ly enclosed gearing
with operating nut and gear ratio design to require not
more than ~0 lbs. pull. Operator shall be provided with
ad)ustable limit stops on the input shaft to the
operator. Limit stops on output shaft of operator will
not be permitted, Operator shall be designed for direct
burial service and valve box shall be provided over
operating nut. Keystone Fig. ~17 Untdrive Manual
Actuators.
Sac. 07500
37
58~. ~ C.
i. Nkxte=tals of Const=uctton:
Valve Bodies shall be cast i=on, ASTM A126, Class B,
o= ductile i=on ASTM A536, G=ode 65-~5-12.
Valve Discs, 2" th=ough 20", shall be alumtnum-b=onze
ASTM B1~8, Class 9A ICA-9521. 2zf, shall be nodu]a=
t=on with welded manel ave=lay edge o= aluminum
b=onze, heat t=eated. :
Valve Shafts shall be 17-~ PH stainless steel, 18-8
type 30~ o= 316 stainless steel, o= manel.
Valve Seats shol] be EPDN lethylene p=opylene diene
moname=). Whe=e ==ace of hyd=oca=bon a=e p=esent,
valve seats shall be Buna N. Valve shaft bea=ings
shall be nylon =einfo=ced teflon o= lube=tzed b=onze.
Butte=fly Valves shall be Keystone, Fig. 105
Fig 129 (20" 16"
· , , ·
6. VALVE BOXES
o. Valve boxes shall be th=ee piece, sc=ew type, 5-1/~"
shaft· Cont=octo= shall supply boxes with the co==ect
base fat all valves and in co=sect lengths fo= field
conditions· Special valve boxes shall be const=acted as
shown on the plans· PVC pipe will not be pe=mitted
valve box extensions·
7. BLOW-OFF VALVES
Blow-off valves shall be placed on all dead end lines o=
as directed by the Enginee=. Valves shall be 6", 350
lbs. pe= square inch standa=d AWWA C500.
8. AIR VALVES
At= valves shall be installed at the high points of the
lines as dt=ected by the Engtnee= and shall be two inch,
C=lspin Untve=sol as manufoctu=ed by Multiplex Manufoc-
tu=tng Company, Be=wick, Pennsylvania, o= opp=oved equal.
MISCELLANEOUS ITEMS
1. FIRE HYDRANTS
Fi=e hyd=onts shall be of the cente= stem comp=ession
type const=uction with b=eak away flanges as manufactu=ed
by Wate=ous Co., South St. Paul, Minnesota and have a
minimum valve opening of 5-1/~". The hyd=ants shall meet
all the =equt=ements of AWWA Specification C502 and shall
be equipped as follows: Two hose nozzles (2-1/2")3 one
pampa= nozzle (~ 1/2" steame=ll packing ("0" ~tngll
/n]et connection 16" mech. }=.It g=ound]lne to cente=ltne
Sac. 07500
38
hose .nozzles (18"). The cont=acto= shall fu=nish
app=oval of the Enginee=, specifications and shop
d=awtngs of the hyd=ants p=oposed fo= installation in the
system. Hyd=ants must meet the 150 lbs. psi wo=king
p=essu=e and 300 psi hyd=ostattc p=essu=e.
VALVE OPERATING WRENCH
Contractor shall supply two operating wrenches
sufficient length to properly operate the valves.
3.- CONCRETE
of
Shall develop a compressire strength of
squa=e inch at twenty-eight (381 days.
COPPER WIRE
3,000 pounds per
Coppe= wire fo= use with plastic IPVC) pipe shall be No.
single strand plastic coated.
5. COPPER SERVICE PIPE
Copper sezvice pipe shall
Gove=nment Specifications
Specifications B88-63.
6. POLYETHYLENE SERVICE PIPE
be Type
K and shall meet
799A and ASTM
Polyethylene se=vtce pipe shall be Class
confo=m to Comme=ciol Standards PE3306
mate=ial made to SDR-9 dimensions,
7. POLY WRAPPED PIPE
160 and shall
for Type 2
Polyethylene encasemeat is requi=ed fo= all ductile i~on
and cast t=on pipe, valves and fittings.
Polyethylene encasemeat
latest =aviston.
8. CASING PIPE
shall conform to AWWA C105,
Casing shall be as specified on the drawings. Steel
casing or conc3=ete pipe casing o~ co~ugated metal casing
may be used if all applicable =equirements a=e met or
exceeded.
GROUT
Nix design shall be submitted to Enginee= fo= approval
prio= to installation. G=out shall be used to fill voids
between the casing pipe and the sur=ounding soil on all
boEes and wherevez else indicated on the plans.
Sec. 07500
39
582.3
A.
CONSTRUCT I ON METHODS
The work to be performed under this section shall include
all labor, materials, equipment, transportation,
excavation, installation, and all backfill, testing and
facilities necessary for proper installation of all water
lines, sewer lines and distribution lines as shown on the
plans, and/or as herein specified.
1'he work under this section shall also consist of all
necessary relocattonS of utilities and restoration of
street surfaces, parkways, all utilities, driveways,
sidewa]ks, etc., to conditions extstlng prior to the
start of construction.
All lines shall be constructed from the utility mains,
shown on the drawings or designated by the utility
company and connecting to utility service lines. The
contractor shall be responsible to check all e]evations
of inverts of existing pipes before construction of lines
or mains·
Utility extension, reroutlng and connection costs shall
be paid and arranged for by contractor. All costs
Involved in extending, reroutlng and connecting the
utilities whether or not part of the work must
necessarily be performed by the various utility company
crews shall be paid by this contractor. Any charges fat
connections to mains, waiving, extending to curb,
property line or building, furnishing equipment, etc.,
shall be paid for as a part of the work of this section.
Regardless of whether the Owner may have to sign with the
utility company for any or all of these services, the
contractor shall include in his bid all fees, city
inspection charges, permit charges, work charges, etc.,
and shall be ready to deposit with the utility company
said fees when required at time of Owner's signing for
same,
E. Existing Site Conditions:
Existing Utilities: Locations and sizes of existing
utilities as shown on the drawings are based on the
best available information and may not be entirely
correct. Exact location, depth and size must be
verified by the contractor in the field. Additional
compensation wtll not be allowed if damage to the
utilities results because of minor discrepancies
between ]scations shown on the drawings and actual
field locations. Re]ocatton of utilities in place
shall be done whether or not such work is
specifically shown on the drawings.
Sec. 07500
40
Any existing utilities that may be shown on the
drawings or the location of which is made known to
the contractor prior to excavation shall be protected
from damage during the excavation and backfilling of
trenches and, if damaged, shall be repaired by the
contractor at his expense·
Any existing utility that is not shown on the
drawings or the location of which are not :known to
the contractor in sufficient time to ovoid damage, if
inadvertently damaged during excavation, shall be
immediately repaired by the contractor due to the
existence of utilities that ore not shown on the
drawings or the location of which is not known to the
contractor at the time of bidding.
Any existing utility lines and services shall be
maintained at all times, except for such short
periods of time as may be necessary to actually make
connections to new work to the existing system. When
it is necessary to temporarily interrupt service for
the above purpose, such shall be done only at such
date and time as may be established in advance by the
Engineer. Those lines shown on the drawings to be
abandoned or removed shall not be abandoned or
removed until after it has been determined that they
ore no longer required for service and until such
action has been approved by the Owner and the
Engineer.
F. LINES, GRADES, STAKES AND TENPLATES
The Contractor shall, at his own expense, furnish
stakes, templates, patterns, platforms and labor,
including a person qualified to lay out all of the
work.
The Engineer will furnish, upon request from the
Contractor, limit marks and bench marks reasonably
necessary for the execution of the work.
It shall be the Contractor's responsibility to
protect these limit marks and bench marks set by the
Engineer· Should the marks become destroyed or
damaged, the cost of their replacement will be at the
Contractor's expense·
The Engineer may furnish a representative to check
alignment and grade, after it has been laid out ready
for construction~ however, this will in no way lessen
the responsibility of the Contractor to see that
grade and alignment are correct at oil times·
Sec. 07500
The lines and grade of the sewer, as well
)ocation of manholes, wyes, and
appurtenances, will be as shown on the plans
directed by the Engineer·
as the
other
or QS
The Engineer reserves the right to indicate which
sewer lines will receive priority in construction·
The work wtl], in general, be from the lower end of
the system toward the upper end of the system·
The Contractor shall give the Engineer a minimum of
forty-eight 1481 hours notice for any engineering or
inspection necessary to continue or camp]eta the
work.
No deviation shall be made from the required line or
grade without written approval from the Engineer.
G. EXCAVATION
The Contractor shall perform all excavation that may
be required for the installation of any and all parts
of this section.
The excavation of the trench shall not advance more
than 200 feet ahead of the completed pipe work except
where, in the opinion of the Engineer, it is
necessary to drain wet ground, or for other reasons
as approved by the Engineer.
All excavations shall be made by open cut except as
shown on the plans. The sides of the trench shall be
kept as nearly vertical as possible, especially from
the trench floor to o level on one (l| foot above the
top of the pipe, Trenches bottoms shall not be less
than 12 inches wider nor more than ~6 inches wider
than the outside diameter of the pipe laid therein,
and shall be excavated true to line, so that clear
space of not less than 6 inches nor more than 8
inches in width is provided on each side of the pipe·
The bottom of trenches shall be accurately graded to
provide uniform bearing and support for each section
Of pipe or undisturbed sol] at every point along its
entire length, except for positions of the pipe.
sections where it is necessary to excavate for bell
holes. Bell holes shall be excavated only to on
extent sufficient to permit accurate work in the
making of the Joints and to insure that the pipe, for
a maximum of its length, will test upon the prepared
bottom of the trench· The bottom of all trenches
shal] be rounded so that at least one-fourth |2/4) of
the circumference of the pipe rests firmly on
undisturbed soil. If the Contractor should, by
error, excavate below the proper elevation for the
bed of the pipe or shou]d he desire to substitute an
Sec. 07500
approved granular backfill, properly tamped, for
supporting the pipe to the same extent as the shape
trench bottom, then the Contractor must bring the
trench bottom to the proper grade by refilling, at
the Controctor's expense, with on opproved granular
backfill. This backfill material shall be sand or
fine grovel that does not contain large rocks or
other deleterious materials and should be placed so
that it is at least 2 inches deep below'the bottom
and so that the lower one-third (1/3l of the pipe is
uniformly supported on undisturbed soil.
All excavation shall be placed on one side of the
trench, unless permission is given by the Engineer to
place it on both sides. Excavated materials sha]l be
placed so as not to endanger the work, and so that
free access may be hod at all times to all parts of
the trench. All shade trees, shrubs, etc., along the
line of construction shall reasonably protected, and
tunneled if necessary unless specific directions are
given to remove them.
The Contractor shall provide, without additional
compensation, suitable temporary channels for the
water that may flow along or across the site of the
work. Any water pumped from the trenches, or other
excavations, must be disposed of in o manner
satisfactory to the Engineer·
H. BRACING AND SHORING
The Contractor shall, when necessary or when directed
by the Engineer, furnish, put in place, and maintain
all without additional compensation, such sheeting,
bracing, etc., as may be required to support the
sides of the excavation and to prevent any movement
which can in any way damage adjacent pavement or
other structures, damage or delay the work or con-
struction, or endanger life and health. Care
shall be taken to prevent voids outside the sheeting,
but, if voids ore formed, they shall be immediately
filled and rammed to the satisfaction of the Engineer.
For the purpose of preventing in}ury to persons,
corporations or property, whether public or private,
|where the liability for damage on account of which
is to be assumed entirely and solely by the
Contractor under thts contract| he may also leave in
place, to be embedded In the backflll of the trench
any and all sheeting, bracing, etc., in addition to
that ordered in writing by the Engineer to be ]eft in
place, except that no sheeting and bracing which is
within ~ feet of the surface of the street may be
left in place in the trench without written
permission of the Engineer,
Sac. 07500
All sheeting and bracing which may not be left in
place under the foregoing sewer or other structures,
utilities or property, whether public o~ private.
All voids left by the withdrawal of sheeting shall be
immediately refilled and compacted by ramming or
water, or otherwise, as may be directed.
The right of the Engineer to order sheeting and
bracing left in place shall not be construed as
creating on obligation on his part to issue such
ordersJ and his failure to exercise his right to do
so shall not relieve the Contractor from liability or
damages to persons oz property, occurring from o=
upon the work of constructing the sewer occasioned by
negligence or otherwise, growing out of the failure
of the Contractor to leave in place in the trench
sufficient sheeting and bracing to p=event any cavtng
oz moving of the ground od}acent to the banks of the
trench.
I. DEWATERING
The Contractor shall at all times during construction,
provide and maintain ample means and devices with which
to ptomptly remove and properly dispose of all water
entering the sewer trenches o~ excavations, and keep said
excavations dry until the structures are poured and the
concrete has set. No pipes sha]] be laid, nor pipe
)oints made, in waterJ nor shall water be allowed to rise
over masonry or mortar until the concrete or mortar has
set at least twenty-fou~ (2~) hours.
J. BEDDING MATERIAL
Six |6) inches of sand cushion shall be used to receive
the pipe bar=el and each pipe section, when in place,
shall have a uniform bearing on the sand cushion for the
full length of the pipe barrel. Pipe shall not be laid
unless the sand cushion is free of water and in a
condition satisfactory to the Engineer. Ad)ustments of
the pipe to line and grade shall be made by scraping away
o~ filling in with g~ovel, o~ appeared selected matesial,
and not by wedging or blocking up the bell. After pipe
is in place, 12" of sand shall be placed above the pipe
prior to backfilling with select material.
Bedding material will not be measured or paid for as a
separate item. The cost thereof will be included in the
unit price bid per length of pipe. In no case wt]l extra
compensation be allowed for furnishing any bedding
material required to complete the installation of pipe·
Sac. 07500
K. PROTECTION AND INSTALLATION
Care and precautions shall be taken to prevent the
introduction of foreign material into the existing
system. Well fitted stoppers or bulkheads shall be
securely placed in all openings and in the end of the
line when construction is stopped temporarily and at
the end of each day's work. It shall be the respon-
sibility of the Contractor to deliver to the: Ch~ner a
pipeline which is clean throughout its entire length.
Bell holes of ample size shall be cut under and
around ol1 )otnts to provide adequate room for making
)oints and to assure that the barrel of the pipe
rests uniformly and in continuous contact with the
supporting ground for its entire length.
Water will not be permitted in the trenches while the
pipe is being laid. The Contractor shall not open up
more trenches than the available pumping facilities
ore able to dewstar to the satisfaction of the
Engineer,
A tolerance of six (61 inches from the established
grade may be permitted, If app=oved by the Engineer,
in order to prevent excessive breaks in alignment at
the }otnts to such an extent that the }oints cannot
be properly made·
Should conflict in grade occur with other utilities,
the water line grade shall be changed to avoid the
conflict.
The interior of the pipe shall be clean and }oint sur-
faces shall be clean and dry when the pipe is lowered
into the trench. Each pipe, fitting, and valve shall
be lowered into the trench carefully and ]aid true to
line and grade.
All )otnts shall be made in strict accordance with
the manufacturer's specifications.
L. THRUST BLOCKS
2500 psi concrete shall be placed for blocking at
each change in direction of all pressure pipelines in
such manner as will substantially brace the pipe
ogatnst undisturbed trench walls. Concrete blocking,
made from Type 1 cement, shall have been in place
four days prior to testing the ptpeline as heroin-
after specified. Test may be made in two days after
completion of blocking if Type Ill cement is used.
Sac. 07500
~S
At o11 points where wet connections ore made to
existing lines, the topping connection fittings shall
be supported by blocking up to the spring line with
2500 psi concrete.
3. All valves shall be supported by a 3000 psi concrete
pad, 6 inches thick and of sufficient size to rest
against undisturbed earth,
~. Concrete blocking will not be measured o= paid for as
a separate item, but the cost thereof shall be
included in the various items listed in the Proposal
and Bid Schedule.
Trenches underneath slabs and footing of structures
shall be backfilled with Class "C" concrete, unless
otherwise shown on the plans.
M. COhlqECTIONS AND APPURTENANCES
The Contractor shall make the alterations and the
necessary connections to existing city water mains as
shown on the plans. Such connections shall be made
at such times and in a manner that will be agreeable
to the city water department~ in each case, when the
work is started, it shall be prosecuted expeditiously
and continuously until completed.
Where it is necessary or indicated in the plans,
connections to existing mains under pressure shall be
made by tapping connection fittings· Where it is
possible to valve off the section of existing main
where the connection is to be made, the Contractor
may have the option of either connecting by means of
tapping connection fittings or by cutting the main
and using standard fittings·
Tapping sleeves, crosses and valves shall be of stan-
dard manufacture and mechanical }otnt type to fit
AWA pipe specifications in Classes A, B, C and D.
Topping sleeves and crosses shall be designed for
minimum working pressure of 500 pounds per square
inch. Connecting flanges on tapping sleeves, crosses
and valves shall be ASA Class 125. Topping valves
shall be designed for minimum working pressure of 200
pounds pet squats inch.
N. CLEAN UP
In areas where the water mains have been backfilled, the
Contractor shall clear the right-of-way and surrounding
ground, and shall dispose of all waste materials and
debris resulting from his operations. He shall fill and
smooth over holes and ruts and shall repair all miscella-
neous and unclassified ground damage done by him, and
Sac. 07500
~6
582.~
A.
and shall restore the ground to such stable and usable
conditions as may reasonably be required, consistent with
the condition of the ground prior to the ]aying of the
pipeline.
O. RELOCATE EXISTING WATER SERVICE
D m
All existing water services conflicting with pavement
preparation, utility construction, or other items
required in the scope of this pro}act, shal] be relocated
so as to alleviate the conflict· When relocating on
existing water service, no splices will be permitted
under areas to be paved.
TESTING
After the pipe is laid and the line is flushed of dirt
and foreign material, the pipe shall be filled with water,
core being exercised to expel al] air from the pipe·
During the test period, pipe, valves, meter, fittings,
and }oints sha]] be carefully examined for defects. Any
observed leaks or defective pipe shall be satisfactorily
repaired or replaced at the expense of the Contractor and
the test repeated until the section under test is within
the limits prescribed. The entire distribution system or
parts thereof shal] be tested under hydrostatic pressure
of 150 pounds per square inch, for a period of two hours
if Joints are exposed, or for a twenty-four (E~) hour
period if Joints are covered, or as directed by the
Engineer.
Care shall be taken to insure that water mains existing
prior to this contract are not pressure tested. Any old
mains damaged by pressure testing shall be repaired at
the expense of the Contractor.
Leakage shall be measured by an approved calibrated meter
through which a]] of the water required to maintain test
pressure is pumped·
All testing shall
Engineer.
be performed
in the
presence of the
The Contractor shall furnish the pump, pipe, connections,
closure fittings, gouges, meters, water and oil other
necessary apparatus and shall furnish all labor and do
all work required to make the tests· All costs of
testing shall be borne by the Contractor.
Testing operations shall remain in operation until
opproved by the Engineer. Allowable leakage shall not
exceed 31.65 gallons of water per day per mile of pipe
per inch of nominal diameter, for pipe in 18 foot lengths
Sac. 07500
~7
evaluated at a p=essu=e of 150 psi o= AWWA C600, Section
~3, whicheve= is g=eate=. Joints fo= ft=e hyd=ants and
valves shall be constde=ed.
G. All known leaks shall be
: ~equt=ements.
stopped tega=dless of the test
582.5
A.
DISINFECTION
Afte= completion of the dtst=ibutton system installation
and testing, the water lines shall be tho=oughly flushed
out to =emove dt=t and fo=eign matte=, tested, and then
be ste=i]ized in acco=dance wtth the =equt=ements of the
Texas Department of Health.
When the piping is ste=iltzed, at least two (2l samples
of ware= shall be ext=acted f=om the system for examina-
tion by the Texas Depa=tment of Health to date=mine
whether the system is free of o=ganlsms of the Cotl-
Aerogenes group. If the samples submitted do not show
negative for such organisms, the piping shall be disin-
fected and =edtstnfected by the Cont=acto= in acco=dance
with the =equirements of the Texas Depa=tment of Health
until the system is free of contamination. All mate=lois
and labor =equt=ed for complete ste=lltzatton of the
piping shall be fu=ntshed by the Contracto= at no addi-
tional expense to the Owne~.
582.6 IkF_,ASUREHENT
A. WATER PIPE/SEWER PIPE
The lengths of pipe of types and sizes specified,
installed and accepted, will be determined by measure-
ments along the cente=ltne of the pipe. No deductions
will be made fo= space octled by valves o= fittings.
B. VALVES AND FIRE HYDR~f~]~ MBLIES
Gate valves, bu valves, at= =elease valves,
blow-off val ~ fire hyd=ant assemblies will be
measured a~~ per each. Valve boxes and g=ave]
Unit Pr:c~Ffo= Valves. Fire Hyd=ant assemblies shall
include fi=e hyd=ant, valve, rods, spool connections,
mechanical }oint anchor fittings, gravel and concrete~
none of the above named items will be measu=ed fo=
sepa=ate payment.
C. CASING PIPE
Casing of the type and size specified will be measu=ed by
the ltnea= foot, complete and in place.
Sec. 07500
~8
DIVISION I
DIVISION I - GENERAL REQUIREMENTS
Mention herein or indication on the Drawings of items, materials,
operations or methods, requires that the Contractor provide and/or
insta]] each item mentioned or indicated of quality o= subject to
qualification noted; perform according to conditions. stated each
operation prescribed; and provide all necessary labor, equipment,
supplies and incidentals.
Requirements of the General Conditions, Supplementary Conditions, and
Addendo, if issued, shall apply under this Division of Wo=k as if herein
written.
Separation of these specifications into Divisions and Sections is for
convenience only and is not intendedto establish limits of work.
01010 ~ SLIMMARY OF WORK
01050 - FIELD ENGINEERING
01152 - APPLICATIONS FOR PAYMENT
01310 - CONSTRUCTION SCHEDULES
013~0 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
01700 - CONTRACT CLOSEOUT
01720 - PROJECT RECORD DOCUMENTS
01750 - WARRANTIES
DIVISION I
General Requirements
1
1.1 DESCRIPTION AND LOCAT1ON OF WORK
Work covered by the Contract Documents includes the furnishing
of all labor, materials, tools, equipment, tox_es, services,
transportation and other items necessary to' perform and
complete all of the work for the construction as indicated on
the drawings and as her·in written.
1.2 WORK SPECIFIED ELSEWHERE:
A g
General conditions of agreement, special conditions,
specifications and spectal provisions.
s t ondoz:d
1.3 START OF WORK
Work sho]l be started Immediately upon tssuance of o notice to
proceed order. Prior to this, all cant=acts and beginning
documents will have been executed and Insurance in force.
1.~ COMPLETENESS OF WORK:
The drawtngs and specifications describe the various items of
work, character of materials and quality of workmanship and
finish. Any appurtenances, parts, finish of work essential to
the enttze completion of the work, though not specifically
shown or specified, shall be provided by the Contractor and
included tn the Cant=oct Sum.
TIme of Comp]etion:
before the time
Agreement.
The completion of this work is to be on or
indicated in the Owner 'and Cant:actor
1.5 EXISIING UTILITIES, STRUCTURES, AND OTHER PROPERTY:
Prior to any excavation, it shall be the Controcto:'s
responsibility to determine the locations of all existing
water, gas, sewer, electric, telephone, telegraph, television
and other underground utilities and structures. Obtain
lOCatiOn drawings and other assistance from the various 1oc01
Utility Departments and other applicable agencies, and make
other investigations os required to accomplish this.
After commencing wo:k, use every p:ecoution
interference wlth existing underground and surface
and structures, and protect them from damage.
to ovoid
utilities
Where the locations of existing underground and surface
utilities and structures ore Indicated on the drawings, these
locations ore generally approximate, and all items which may be
encountered du=ing the work QIe not necessarily indicated- It
Shall be the Controctor's responsibility to determine the exact
]orations of o11 items indicated, and the existence and
]orations Of Ol] items not indicated.
OlOlO
1.7
1.8
CONTRACIOR'S DUllES:
A. Except as specifically noted, provide and pay for:
Labor, materials, equipment·
Too]s, construction equipment, and machinery.
Water, heat, and utilities required for construction.
Other facilities and services necessary for proper execution
and completion of work.
Pay legally required soles,
and other taxes·
consumer, use, payroll, privilege
Secure and pay for,
completion of work,
bids:
as necessary for proper execution and
and as applicable at time of receipt of
Permits
Fees
Licenses
D. Give required notices·
Comply with codes, ordinances, rules, regulations, orders and
other legal requirements of public authorities which bear on
performance of work.
Promptly submit written notice to Engineer of observed variance
of contract documents from legal requirements. It is not the
contractor's responsibility to make certain that drawings and
specifications comply with codes and regulations. Appropriate
modifications to contract documents will od)ust necessary
changes· Assume responsibility for work known to be contrary
to such requirements without notice.
Enforce strict
not employ on
assigned task.
discipline and good order among employees. Do
work, unfit persons o: persons not skilled in
SUB-CONTRACTOR'S LIST:
The prime general contractor will submit a list of 011
sub-contractors to be used on the pro)eat within seven 17) days
after Engineer's written notice of contract award. Any
subcontractor listed must be acceptable to the Owner·
COORD I NAT I ON:
The prime general contractor is responsible for the
coordination of the total pro)eat. All other prime contractors
and al1 sub-contractors will cooperate with the prime general
contractor so as to facilitate the general progress of the
work. Each trade shall afford all other trades every
reasonable opportunity for the installation of their work.
01010
2
1.10
1.11
1.12
CONTRACTS:
A. Construct wozk under a single p~ime general contract.
WORK SEOUENCE:
Construct work so QS tO
sexvice to traffic and
constxuction a~eo.
provide the least interruption of
businesses situated along the
At all times throughout construction, existing water, sewex and
gas facilities shall remain in use. No discontinuation of
service for any extended paxtad of time will be allowed.
CONTRACTOR'S USE OF PREMISES:
Contractor shall ltmtt his use of the premises for woxk and fox
sto=age to the rights-of-way limits o= othex axeas allowed by
pxopexty owners.
B. Confine operations at site to axeas permitted by:
1. Law
2. O~dinances
3. Permit
Cant=act Documents
5. Chdne~
Do not unreasonably encumber site with mate=lois o= equipment.
Coordinate use of premises w~th Owner/Engineer and p=opexty
owne=s.
Assume full responsibility for protection and
pxoducts stoxed on premises.
safekeeping of
Move any stored products which tnte=feze with operations of
Owner or other contractors.
Obtain and pay for, use of
needed for opexations.
additional stoxage of work
MATERIAL AND WORKMANSHIP:
All material under thfs cant=act shall be new and as specified,
suitable fo~ the purpose and sub)ect to approval by the
Engineer. The workmanship shall be first-class and sub)act to
the appxoval of the Engineer as equal to best standard
practice.
Cont=Qcto= shall futnfsh labox which in no way will conflict
with other labo= wo=ktng on the site· The Cont=actoz shal] at
all times enfozce st=tct discipline and good ozdex among his
men and shall not employ any unfit pe=sons o= anyone not
skilled in the work assigned to him. The wo~k shall be
01010
3
1.13
A.
protected from action of the weather and damage from workmen.
Surfaces shall be clean and fzee fzom defects.
The Cont~acto~ sholl-~emove at his own expense any work o~
material condemned by the Enginee: as defective and not in
accordance wtth the additional compensation. Failure to do so
shall be deemed as violation of contract and shall be sub)ect
to the p~ocedu~e established fo~ such case. Any omtssion o~
failure on the pa~t of the Engineer to disapprove o~ re}ect any
work o= material shall not be construed to be an acceptance of
any such defective work or material.
1.11,
INSPECTION OF WORK:
All the work of the cant=act shall be sub}ect to the Inspection
of the Engtnee= and hts authorized representatives, and the
Cant=actor shall afford every facility for the inspection of
materials and workmanship. Such access shall include such
poztions of the place of manufacture o= fabrication as may be
necessary to complete inspection. The Contzacto= shall notify
the Enginee~ in w=ittng, in ample ttme, to permit inspection Qt
the place of manufacture should the Engineer so desire.
HateziQls shall be'delivered on the }ob properly mazked foz
identification and whether p~evtovsly inspected o= not shall be
sub}act to =etnspection and final acceptance o~ re}action Qt
the site of the work.
If the specifications, Engtnee='s Instructions, lows,
ordinances, o= any public authority ~equi~e any work to be
specially tested o= QppZoved, the Cant=actor shall give the
Enginee~ timely notice of its readiness for inspection, and if
inspection is by another authority than the Engineer, of the
dote fixed for such ~nspection.
Re-examination of the questioned wock may be ordered by the
Engineer and, if so ordered, the work must be uncovered by the
ContzQcto~. If such work is found to be in accordance with the
Contract Documents, the Owne~ shall pay the cost of the
=e-examination and ~eplacement. If such work is found not in
accordance with the Cant=act Documents, the Cont~acto= shall
pay such cost unless he shall show the defect in the work was
caused by another Cont~Qcto~ and, in that event, the party
responsible shall pay such costs.
SUSPENSION OF WORK - DELAY:
On order of the Engineer, the work may be suspended foe any
SubStantial CaUSe, such as, but not limited to, unfavorable
weathe~ conditions, failure, ~efusa] o= neglect on the paZt Of
the contractor and his employees to comply with the terms and
conditions of the Cant=act documents. The use of, o= attempted
use of materials o= methods not in accordance therewith,
tntezference of the work with other work of a public o= private
nature necessary to be done p~io= to the work herein
contemplated o= for any cause of like nature, and the wo~k so
suspended shall not be ~esumed except with the consent of the
Engineer.
01010
1.15
During the time of such suspension of the work, if it ls to be
a considerable time, the Contractor shall have all material
neatly piled or removed from the line of work, and all
equipment shall be located so as to least interfere with public
convenience and traffic. Bhould the Contractor refuse o=
neglect to take proper care of such mote=lois and equipment,
the Engineer shall cause the same to be properly ~cared for and
an amount equal to the cost of so doing shall bededucted f~om
any monies which may be or may become due to the Contractor.
The Contractor may file proper claims for loss or damage on
aCCOUnt Of delays tncv=red by the Owner. If any delay is
caused by any oct of the Owner, or ~esults from causes
hereinbefore mentioned, the Contractor will be granted Qn
extension Of time for the completion of the work, sufficient to
offset such delay if a claim is made by the Contractor tn
writing to the Engineer within seven days from the date upon
which such delay is started. No extension of time shall be
granted for time lost during suspension of the work due to the
Cont=octo='s failure to comply with the conditions or terms of
the contract.
CHANGES IN THE WORK:
No extra work or change shall be made without a written order
from the Owner, in which event the Contractor shall proceed
with such extra work or change, and no claim for on addition to
the Contract Bum shall be valid unless so o=dered.
However, the Engineer shall have the authority, by
instructions, to make mtnoz changes in the work, not involving
extra cost and not Inconsistent wtth the purposes of the
p=o}ect. If the Contzactor claims that any such instructions
to make minor change do involve extra cost under the contract,
he shall notify the Engineer in writing, within o reasonable
time after receiving the sotd instruction and, in any event,
before pzoceedtng with the work as changed thereby o= be barred
from making any clotm against the Owner for such extra costs.
C e
Compensation for the work covered by the approved change order
shall be determined by an agreed lump sum.
LAIENI CONDITIONS:
If, in the performance of the Contract, latent conditions at
the site ore found to be materially different from those
indicated by the specifications or unknown conditions not
USUally inherent in work of the character specified, the
attention of the Owner and Engineer shall be called immediately
to such conditions before they are disturbed. Upon such
notice, or upon his own observations of such conditions, the
Engineer and Own.3: shall promptly make such changes in the
specifications as he finds necessary to conform to the
different conditions, and any increase or decrease in the cost
of the work resulting from such changes shall be ad}usted as
provided under Article d, General Conditions, EXTRA WORK AND
CLAIHS, as amended in the Special Conditions·
01010
5
SECT]_ON 010~9_:_E]ELD ENGINEERING
1.~ GENERAL:
Contractor shall provide and pay for field engineering services
required for the project and include in his btd;the necessary
allowance to cover same, including:
Survey work required in execution of the pro}act.
Civil, structural, or other professional engineering
services specified, or required to execute Cont=octor's
construction methods.
The Engineer will identify existing control points indicated on
the drawings, as required.
1.2 QUAL]FICAT]ONS OF SURVEYOR OR ENGINEER:
A.' Qualified engineer or registered land surveyor acceptable to
Contractor and Engineer.
1.3 BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS:
The Cant=actor will carefully maintain all bench marks,
monuments, and other reference points. If destroyed
disturbed, the reference points will be replaced, by the
Contractor, to their original positions. In any case in which
o reference point is disturbed, the Contractor shall notify the
Engineer.
1.~ PROJECT SURVEY REQUIREMENTS:
The Contractor shall accurately stake out all components of the
pro}ect and will be held entirely responsible for any errors in
these llnes and levels·
The Contractor shall
shall report any
commencing work.
verify all grades,
inconsistencies to.
lines and levels and
the Engineer before
1.B RECORDS:
Contractor shall matntaln a complete accurate log of
control and survey work as it progresses, copies which shall be
available to the Engineer if ~equested.
SUBMITTALS:
A. ]f requested by Engineer, Contractor shall submit:
1. Name and address of surveyor and/or professional engineer.
2. Documentation to verlfy accuracy of field engineering work.
3. Certificate signed by registered engineer o= surveyor
certifying that elevations and locations of improvement are
in conformonce, or non-conformance with Contract Documents·
01050
1
_B_E_CI]_(~J___DD!152 -.APPLICAT}9~ FOR PAYM~I
GENERAL:
Contractor to submit Applications for Payment ~o Engineer in
accordance with the schedule established by Special Conditions,
paragraph 1.4, F, POrtia1 Payments.
1.2 FORMAT AND DATA REQUIRED:
Submit itemized applications typed on Application and
Certificate for Payment, as opproved by Engineer.
1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT:
A. Application Form:
1. Fill in required information, including that for Change
Orders executed prior to the dote of submittal of
applications.
2. Fill in summary of dollar values to agree with the
respective totals indicated on the continuation sheets.
3. Execute certification with the signature of a responsible
officer of the Cant=act firm.
B. Continuation Sheets:
1. Fill in total list of all scheduled component items of
work, with item number and the scheduled dollar value for
each item.
2. Fill in the dollar value in each column for each scheduled
line item when work has been performed or products stored.
3. List each Change Order Number, and description, as for on
original component item of work.
1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS:
When the Owner or
Cant=actor shall
letter identifying:
the Engineer requires substantiating data,
submit suitable information, with a cover
1. Pro)ect
2. Application number and dote
3. Detailed list of enclosures
Fo= stored products:
a. Item number and identification as shown on application
b. Description of specific material
Submit one copy of data cover letter for each copy of
application.
01152
1
1.5
SUBmittAL PROCEDURE=
Submit Applications fo= Payment to Engfneez
Specio] Conditions.
B. Nvmbe:: Five 151 copies of each App]icotton,
ot times stated in
C. Sign each copy and hove each copy p=ope=ly noto=Jzed.
When Enginee= finds the Application p=ope=ly comp]eted and
co=sect, he w~]] t~Qnsmtt th=ee |31 copies of the ce=tificote
fo= payment to the Owne~ and one (11 copy to the Contzocto~.
SECT]ON 01310 - CONSTRUCTION SCHEDULES
1.1 GENERAL:
Within 15 days after award of the Contract, the ContxQctor
shall prepaxe and submit to the Enginee= Qn estimated
construction progress schedule for the Work,'wtth dates on
which he wt]l start the salient features of the work and the
contemplated dates fox completing the same·
Submit xevtsed pxogxess schedules with each application f'o=
payment. Submit two 121 copies.
1.2 FORM OF SCHEDULES:
A. Prepare schedules in the form of a horizontal bar chart.
1. P=ovtde separate horizontal bar for each separate ltem
operation.
2. Horizontal time SCale: ]denttry by week, month, yea=, etc.
3. Minimum sheet size: 8 1/2" x 11".
Format of listings:
each item of work.
The chronological ordex of the start of'
1.3 CONTENTS OF SCHEDULE:
A. Construction P~og=ess Schedule:
1. Show the complete sequence of construction by activity.
Show the dates for the beginning, and completion of, each
ma)or element of construction.
3. Show pro)ected percentage of completion for each ttem, as
of the first day of each month·
1.~ PROGRESS REVISIONS:
A. lndtcate progress of each acttvtty to date of submission.
B. Show changes occur:tng since p=evious submission of schedule.
01310
1
~ECTION 013~0 - SHOP DRAWINGS~_~B~DUCT DATA AND SAMPLES
1.1 GENERAL:
Contx2actor to submit Shop Dx2awtngs, Px2oduct Data and Samples QS
X2equ~x2ed by the Contract Documents and as specified in other
sections of the specifications.
SHOP DRAWINGS:
As soon as practicable after COntx2OCt QWax2d, submit to the
Engineer, fox2 approva], the required number of bound copies of
shop drawings of al] items as specified in the vax2tous sections
of these specifications, accompanied by letters of tx2ansm~ttal.
Shop dx2awings shall include: Manufacturex2's CQtO]Og sheets
and/ox2 descx2ipttve dQtQ fox2 materials and equipment; showtng
dimensions, perfox2mance chax2acteristtcs, and capacities and
other pex2tinent information as X2equtred to obtain app=ovol of
the items involved.
No wox2k requix2ing shop dx2awings will be executed until appx2oval
of such dx2awJngs has been obtained.
1.3 PRODUCT DATA:
A. Prepax2atton:
1. Clear]y mark each copy to identify pex2tinent px2oducts or
models.
2. Show pex2fox2mance chax2acterjstics and capacities.
3. Show dimensions and clearances X2equix2ed.
B. MQnufacturex2's standard schematic drawings and dtagx2ams:
1. Modtfy drawings and dtagx2ams to delete infox2mation which ~s
not applicable to the work.
2. Supplement standard tnfox2matton to px2ovide Information
specifically applicable to the wox2k.
~.~ SAMPLES:
A. Provide samples as Indicated tn other parts of these
specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data priox2 to submission.
B. Detex2mine and Vex2ify:
1. Fteld measurements
2. Fie]d constx2uction critex2ia
3. CatalOg numbex2s and stm~]ax2 data
Conformonce w~th specifications.
01340
1
mm ,
Coordinate each submittal with requirements of the work and of
the Contract Documents·
Begin no work which requires submittals
submittals with Engineer's Qpprova].
Keep one III approved copy of shop drawings
lob site at all tlmes,
until return of
o= product data at
SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no
delay in the work or tn the work of any other contractor.
B. Number of submittQ]s required:
For shop drawings and product data: Submit the number of
copies which the contractor requires, plus four whtch will
be tetained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dotes of any previous
submissions.
2. The pro}eat title.
3. The names of:
Q. Contractor
b, Supplier
c. Manufacturer
~. Identification of the product.
5. Fie]d dimensions, cleQr)y identified as such.
6. Re]Qtfon to Qd)acent or critical features of the work o=
materials,
7, App]icable standards, such as ASTM or Federal Specification
numbers·
8. Identification of deviations from Contract Documents.
9. Identification of revisions on resubmittQls.
10. Contractor's stamp, initialed or signed, certifying to
review of submittal, verification of products, field
measurements and field construction criteria, and
coordination of the information within the submittal with
requirements of the work and of Contract Documents·
D. APPROVAL:
Shop drawing and product data Information approval will be
general. Such approval will not telleve the Contractor of
any responsibility and work requtred by the Contract.
SatiSfaCtOry shop drawings will be so designated and
sets, except four Ikl, returned to the Contractor.
Disapproved shop drawings will be so designated and
sets except two 12| will be returned to the Cont~acto=,
with indications of the required corrections end changes.
DIsapproved shop drawings will be corrected and resubmitted
to the Engineer for approval.
013~,0
2
1.7
1.8
RESUBMISSION REQUIREMENTS:
A.
B.
Make any co=recttons o= changes in the
the Enginee= and =esubmtt until app=oved.
Shop D=aw~ngs and Product Data:
submittals =equi~ed by
1. Revise initial d=awtngs o= data, and =esubmtt as specified
fat the $nitjQ] submittal.
2. Indicate any changes which have been made othe= than those
requested by the Enginee=.
ENGINEER'S RESPONSIBILITIES:
A. Revtew submittals with =easonable p=omptness.
B. Affix stamp and initials or signatu=e, and
=equi=ements for =esubmtttQ1, or Qpp=OVO1 Of Submittal.
C. Return submittals to ContzQctor fo~ distribution,
~esubmtssJon.
indicate
or for
01340
3
SECT]ON 01700 -_G_ObI_ZB~G2_CLOSEOUT
1.1 GENERAL:
A e
Contractor sha]] comp]y with requi=ements stated in Conditions
of the Contract and specifications for administrative
procedures for closing out the work.
B. Related requirements specified in other sections:
1. Record Documents: Section 01720
2. Warranties: Section 01750
1.2 SUBSTANTIAL CONPLET]ON:
When Contractor considers the work i substantially complete, he
shall submit to the Engineer:
1. A written notice that the work, or designated portion
thereof, is substantially complete.
2. A list of items to be completed or corrected·
Wlthin a reasonable tlme after =ecelpt of such notlce, Engineer
will make Qn inspection to determine the status of completion
and shall furnish the Contractor a camp]eta list of items of
work to be completed or corrected. The list so developed
shall, in no way, release the Contractor, or subcontractors
from furnishing and installing or correcting items or work
required by the Contract Documents.
Should Engineer determine
camp]ere:
that the work is not substantially
1. Engtneer will promptly notify the Contractor in writfng,
giving the reasons therefor.
2. Contractor shall remedy the deficiencies in the work, and
send a second written notice of substantial completion to
the Engineer.
3. Engineer will reinspact the work.
When Englneer concurs
he will:
that the work is substantially complete,
1. Prepare a Certificate of Substantial Completion accompanied
by Contractor's list of items to be completed or corrected,
as verifted and amended by the Engineer.
2. Submit the Certificate to Owner and Contractor for their
written acceptance of the responsibilities assigned to them
in the Certificate.
1.3 FINAL INSPECTION:
When Contractor considers the work is complete, he shall submit
written certification that:
1. Contract Documents have been reviewed.
01700
1
2. Work has been' inspected for compliance with Contract
Documents·
3. Work has been completed in accordance with ContzQct
Documents.
~. Equipment and systems hove been tested tn the presence of
the Owner's representatives and are operational.
S. Work is completed and ready for ftnQ1 inspection.
Engineer will make an inspection to
completion with reasonable promptness
certification.
verify the status of
after recetpt of such
Should Engtneez
defective:
consider that the work is incomp]ete or
1. Engineer will promptly notify the Contractor tn writing,
listing the Incomplete or defective work.
2. Contractor shall take immediate steps to remedy the stated
deficiencies, and send a second written certification to
Engineer that the work is complete.
3. When the Engineer flnds that the work is acceptable under
the Contract Documents, he shall request the Cant=actor to
make closeout submittals.
CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
Upon ftnal acceptance by the Owne~, and completion of all work,
the Contractor shall submit to the Owner, through the Engineer,
the following dote:
1. Certificate stating that all accounts for labor, equipment
and material Q=e paid in full; or in the CaSe of
outstanding accounts because of thts work, the Contractor
shall furnish a release of clotms by the Individual or
concerned party. This certificate shall be notazized and
signed by the Contractor.
2. The Controcto='s Bonding Company shall furnish a release to
the Owner, that it is with theix consent that final payment
be mode to the Contractor.
3. The Cant=actor shall furnish o letter guarantee of oil
workmanship to be free of defects for a period of one year,
unless required longer by any division of the
specifications, and should any defects arise, then such
defects shall be restored to the oEtgtnal condition at no
expense to the Owner. This shall include all necessary
cutting and patching as may be required to correct the
defective work.
~. The Contractor shall submit accurate and detailed "As-Built
Drawings" covering all changes to the work. Submit two 12l
copies·
S. The Contractor shall submit all guarantees, warranties,
brochures, and operating instructions as required by the
different divisions of the specifications.
01700
2
The Cant=acre= she]} submit a request re= fine] payment,
which she]] include an'audit of the account of the cOnt=QCt
and said audit she]] fu1]y cove= amounts paid by the Owne~
to the Cant=acre=, and amounts due Cont=acto~ because of
this we=k, a]] of which sha]l be ful]y cove=ed by the
contract documents and app3:oved change o=de=s,
FINAL PAYMENT:
Fine] payment shell be made upon submission of the documents cal]ed
fo~ above, and as cove~ed unde= the gene=a] conditions end any
modification thereto.
01700
3
SECTION 01720 - PROJECT RECORD DOCUMENTS
1.1 GENERAL:
Cont=acto~ shall maintain at
of:
the p=o}ect site one
record copy
1. D=awtngs
2. Specifications
3. Addenda
Change orders and other modifications to the Contract
5. App=oved shop drawings, product data and samples
Test records
1.2 MAINTENANCE OF DOCUMENTS:
Maintain documents in neat, clean legible condition odd in good
order·
B. Make documents available at oll times for inspection by
Engineer.
1.3 RECORDING:
A. Record information concurrently uith construction progress.
B. Drawings; legibly mark to record actual construction:
Finished elevations
2. Horizontal and vertical locations of underground utilities
and appurtenances.
3. Field changes of dimension and detail.
Changes made by field order or by change order.
S. Details not on original contract drawings.
Specifications and Addenda;
record:
legibly mark each section to
1. Manufacture=, trade name, catalog number and supplier of
each p~oduct and item of equipment actually installed.
2. Changes made by field order or by change order.
1.~ SUBMITTAL:
At Contract close-out, deliver one set of reproductbles and two
sets (blue line prints) of record documents (as-builtl to
Engineer for the Owner. 'Cost of =ep=oductbles and blue lines
wil] be borne by the Contractor.
01750
1
~]~9~.0~750 - ~ARRANTIES
1.1 GENERAL:
Contractor sha]] guarantee materta]s and wor.kmanship for a
period of one year from date of comp]etion' except where
additional guarantees o~ warranties ore ~eqvized under the
technica] secttons of the specif~cations.
Before final payment is made the General 'Contractor shall
deliver to the Engineer all material and equipment guarantees
or warranties in writing from SUb-COntraCtOrS and suppliers.
The General Cant=actor shall also deliver to the Engineer
before final payment three complete bound sets of
manufacturer~s instructions, servtce and parts manuals on each
piece of equipment furnished under this cant=act.
01750
1
APPENDIX A
APPENDIX A
SOUTHWESTERN LABORATORIES
GEOTEC~N ICAL. INVEST IGAT ION
FIRE STATION AND WATER STORAGE TANK
SOUTHWESTERN BOULEVARD AT COPPELL ROAD
COPPELL, TEXAS
Prepared For
Ginn, Inc.
April .26, 1985..
SWLReport No.-85-449
SOUTHWESTERN LABORATORIES
SOUTHWESTERN LABORATORIES
North Texee Region I]eoteohnicel Division
Materials. environmental and geotechnical consultation, fundamental testing and analytical services
P.O. Box I~Iii~4~7 · ~575 Lone Star Drive · Dales. Texas 75264 · 214/631-2700 Metno 26;:~1133
April .26, 1985
Ginn, Inc.
16135 Preston Road, Suite 106
Dallas, Texas 75248
Attention: Mr. John V. Wankum, P.E.
Re:
Geotechnical Investigation
Fire Station and Water Storage Tank
Southwestern Boulevard at Coppall Road
Coppall, Texas
SWL Report No. 85-449
Gentlemen:
Southwestern Laboratories has completed the geotechnical investigation for
the proposed fire station and water storage tank to be constructed in Coppell,
Texas. The report is attached.
It has been a pleasure to consult with you on this project. If, during the
course of this project, we can be of further assistance, please do not hesitate
to contact us.
Sincerely,
SOUTHWESTERN LABORATORIES, INC.
Michael V. Korth, P.E.
MVK/RBB:pa
Houston · Dallas ® Fort Worth · 8eeumont ® Texas City · Texarkane ® Midland ·
San Antonio · Shreveport · Monroe ® Rio (Spend· Valley · Austin
'SOUTHWESTERN LABORATORIES
TABLE OF CONTENTS
Authorization
Scope of Investigation
Project Information
Field Operations
Laboratory Testing
Subsurface Conditions
Analysis and Recommendations
Foundation Systems
Straight Drilled Shafts
Mat with Ringwall
Underreamed Shafts
Grade Beams or Wall Panels ..........
Fire Station Floor Slabs
Site Grading and General Comments
Area Paving
Limitations and Reproductions
Page
1
1
1
2
3
4
6
7
9
12
13
13
16
18
21
APPENDIX
S,,mmary of Tests
Boring Location Diagram
Logs of Boring
General Lime Injection Specifications
Symbol Key Sheet
A-1
A-8
A-9
A-19
A-20
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
FIRE STATION AND WATER STORAGE TANK
COPPELL, TEXAS
AUTHORIZATION
This study was authorized by Mr. John V. Wankum of Ginn, Inc.
SCOPE OF INVESTIGATION
The purposes of this study were to (1) explore the subsurface conditions
ac the site, (2) evaluate the pertinent enSineering properties of the
subsurface materials, (3) provide recommendations concernin8 suitable
types of foundation systems for the proposed structures and (4) provide
recommendations concernin~ site ~rading, pavement subSfade treatment,
and pavement sections.
PROJECT INFORMATION
The site of our investigation is located at the northwest corner of
Southwestern Boulevard and Coppell Road in Coppell, Texas. The site
is essentially level. It was covered by low grasses at the time of
field operations. The surficial soils were very soft and wet. Dozer
assistance was required for drill rig mobility.
The proposed construction consists of a one-story fire station located
in the area of Boring Nos. 3 and 4 and some parkin~ pavements in the
areas of Boring Nos. 5 and 6.
-1-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
A 1.25 MG water storage tank will be centered at Boring No. 2. Pre-
liminary studies had the tank located at Boring No. 1. The tank will
be 100 feet high and 50 feet in diameter.
FIELD OPERATIONS
Eight (8) test borings were made at the site on March 26,28, and 29,
1985 at the approximate locations shown on the Boring Location diagram
in the Appendix. Ginn, Inc. located the center of each structure.
A truck mounted rotary drilling rig was used to advance these borings
and to obtain samples for laboratory evaluation.
Undisturbed specimens of cohesive soils were obtained at intermittent
intervals with standard, thin-walled, seamless Shelby tube samplers.
These specimens were extruded in the field, logged, sealed and packaged
to protect them from disturbance and maintain their "in situ" moisture
content during transportation to our laboratory.
Cohesionless or sandy soils were sampled by means of the standard pene-
tration test, This test consists of determining the number of blows
required for a 140 pound b~mmer falling thirty (30) inches to drive a
standard split-spoon sampler twelve (12) inches into the soil,
Double-tube core barrels and hSrd formation drilling bits were used to
sample the primary formation of shales, These samples were also extruded,
logged, and packaged in the field prior to transporting them to our
laborat6ry,.
-2-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
The results of the boring program are presented on the Logs of Borings
in the Appendix.
LABORATORY TESTING
The samples were examined at our laboratory by a geotechnical engineer.
Selected samples were subjected to standard tests under the supervision
of this engineer.
The "in situ" unit weight and moisture content of the samples were deter-
mined and used in conjunction with the Atterberg Limits and linear
shrinkage tests to evaluate the potential volumetric change of the
different strata, and as an indication of the uniformity of the material.
Unconfined compression tests were performed on selected, undisturbed
samples of the cohesive soils to evaluate their strength.
Absorption swell tests were performed on selected undisturbed samples
of the clays. ~his test was performed for the purpose of evaluating
the swell potential of these soils at their "in situ" moisture contents.
Consolidation tests were performed on two samples to determine the
load-deformation characteristics of the clays.
One sample was passed through a set of nested sieves to determine the
partical size distribution of the sample.
-3-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
The results of our testing program are presented by the Summary of Tests
and Swell Test Results included in the Appendix of this report.
SUBSURFACE CONDITIONS
The subsurface conditions were relatively uniform from boring to boring.
Four (4) generalized strata were encountered by the borings. Detailed
descriptions of the various strata and their thicknesses are presented
on the individual Logs of Boring in the Appendix. The generalized
stratification is discussed below.
Beneath a thin grassed veneer, the borings initially encountered medium
to dark gray clay. Some brown coloration was present of the upper
portion of some of the borings. The upper one to one and one-half
feet is fill or reworked soils. They were initially soft and wet but
became more firm with depth. These clays are active and can exhibit
substantial volume changes (expansion or contraction) with fluctuations
in the soil moisture content. These medium to dark gray clays extended
to depths of four (4) to six.(6) feet.
The second stratum is composed of brown/tan to tan and gray clays with
varying concentrations of limy nodules and pebbles. These clays
transition to sandy clays below depths of eleven (11) to thirteen (13)
feet. They are also very active and extend to depths of fifteen (15)
to sixteen and one-half (16½) feet.
-4-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
Tan silty fine to medium sands with varying amounts of coarse sand and
fine gravel compose the third stratum. These sands and gravels extend
to the terminal depth of Boring Nos. 3,4,7, and 8 at twenty-five (25)
feet. They extend to depths of thirty-three (33) to thirty-four (34)
feet at the two deeper borings.
The fourth and lowermost stratum encountered by the borings is composed
of dark brown shales of the Eagle Ford formation. They contain occa-
sonal bentonite seams and layers and limestone seams. Boring Nos. 1 and
2 were terminated in the shales at depths of sixty (60) and fifty-four
(54) feet, respectively.
The borings were drilled by rotary methods using water to wash the cuttings
from the borehole. Therefore, water levels at completion of drilling
are not meaningful. The borings were bailed to various depths at
completion. Boring No. 1 was bailed to twenty (20) feet at completion.
Thewater was at eighteen (18) feet after' one and one-half (1½) hours
and the borehole was cared and dry at twenty- four (24) feet after
forty-eight (48) hours. Boring No. 2 was cared and dry at fifteen (15)
feet, two (2) hours after completion. Boring Nos. 3 and 7 were bailed
to depths of fourteen (14) to fifteen (15) feet at completion. Water
was at seventeen (17) feet at Boring No. 3 after forty-eight (48) hours.
Water was at sixteen (16) feet at Boring No. 7 after one (1) hour.
Water levels will fluctuate with seasonal variations in the rainfall, but
will typically be present within the sands and gravels. The upper clays
-5-
SOUTHWESTERN LABORATORIES "" ,.
85-449
SOUTHWESTERN LABORATORIES
are essentially impermeable, however, seepage can occur through joints
and fissures in the clays during periods of wet weather.
ANALYSIS AND RECOMMENDATIONS
Foundation Systems
The site is underlain by active clays which could cause unacceptable
movements to any shallow, soil supported foundation system. Typically,
foundations should extend below the zone of active seasonal moisture
fluctuation.
The most positive method to support the proposed standpipe tank consists of
using straight drilled, reinforced concrete shafts to support a
stiffened concrete slab or mat foundation. Additionally, a relatively
deep reinforced concrete mat with ringwall foundation system can be used
to support the standpipe provided it can tolerate some movements. Both
foundation systems for the standpipe are discussed in the following
sections of this report. They are listed in the order of increasing
risk of movement.
The fire station building is a much lighter structure than the standpipe
and will be particularly susceptable to distress caused by volume changes
in the active clays. It should be supported on a system of straight
drilling shafts as for the standpipe or alternately on a system of
drilled and underreamed, reinforced concrete shafts. The underreamed
-6-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
shaft system is not feasible for the standpipe due to the heavy loads
and limited bearing capacity of the upper soils. Details of this
system are included in a following section of this report.
Straight Drilled Shafts
The most positive method of supporting the standpipe is to use straight
drilled, reinforced concrete shafts extending into the dark brown
unweathered shales and supporting a stiffened concrete slab or mat.
A minimum eight (8) inch vertical void should be provided between the
bottom of the mat and the subgrade to minimize distress from clay
swelling pressures to the mat. The use of structural cardboard forms
is one means of providing this void.
Straight drilled, reinforced concrete shafts will develop their load
carrying capacity utilizing a combination of end-bearing and skin
friction in the dark brown shales. The shafts should extend to a minimum
depth of forty-five (45) feet below existing grades to penetrate beneath
the thicker bentonite layers encountered in Boring No. 2. Care should
be taken to insure that the shaft penetrates any weathered zones which
are usually denoted by brown and tan colorations. Straight shafts may be
proportioned using an allowable end-bearing pressure of 20,000 pounds per
square foot (psf) and an allowable skin friction of 3,000 psi for the
portion of the shaft penetrating more than one (1) shaft diameter into
the dark brown shales and below any temporary casing. In order to utilize
the full design value for skin friction the shafts should maintain a
minimum center to center spacing of three (3) diameters. If closer spacing
is required, SwL should be contacted to evaluate reduced design parameters.
-7-
SOUTHWESTERN LABORATORIES
85-449
'SOUTHWESTERN LABORATORIES
,r
The allowable design parameters may be increased by twenty-five (25)
percent for wind load conditions. A minimum of three (3) shafts should
be used for lateral stability. The allowable uplift skin friction should
be reduced to one-half (0.5) of the allowable compresslye values.
Groundwater seepage and caving of the shaft in the jointed clays and
particularly the sands and gravels will necessitate the use of temporary
casing for the proper installation of straight shafts into these shales.
The casing should be seated in the shale and most water and loose material
removed prior to extending the shaft the design penetration. The shafts
must be installed in-the-dry to utilize the full design skin friction.
Care should be taken to insure that a sufficent head of plastic concrete
is maintained within the casing during extraction.
These shafts will be subject to tensile loads as a result of heaving
in the overlying clays and wind loads. They should contain reinforcing
steel to resist these tensile loads. For design purposes, the potential
uplift pressures due to heave can be approximated on the basis of 1,300
psf acting on the shaft perimeter to a depth of twelve (12) feet. Uplift
pressures due to heave can vary due to variations in soil moisture content
at the time of shaft installation.
Complete installation of individual shafts on this site should be
accomplished within an eight (8)hour period, and preferably as rapidly
-8-
SOUTHWESTERN LABORATORIES.
85-449
' SOUTHWESTERN LABORATORIES
7r..-
as possible to prevent deterioration of bearing surfaces and reduce
the possibility of seepage problems and dessication of the exposed
clays. We recommend that the shaft installation be observed by qualified
geotechnical personnel to identify proper bearing materials, adjust
bearing depths as necessary, and insure the proper installation of the
shafts.
Mat with Ringwall
A mat with ringwall type foundation can also be used to support the
standpipe. However, the potential movements for either heave or
settlement of an on-grade type foundation systemwill be greater
than for the drilled shaft system. The quantitative differential
movement potentials are somewhat problematical and difficult to
determine.
A mat foundation bearing at eight (8)feet below existing or finished
grade, whichever is deeper, in the vary stiff clays can be used to
support a ringwall or grade beam type perimeter wall for a standpipe
type tank. The mat may be designed for a maximam sustained contact
pressure of 5000 pounds per square foot. This value may be increased
by twenty-five (25) percent for wind load conditions.
Once the excavation bottom is reached, the bearing area should be in-
spected by an experienced goetechnical engineer to assess that the soils
-9-
SOUTHWESTERN LABORATORIES, '
85-449
SOUTHWESTERN LABORATORIES
are capable of supporting the design load. After cleaning the bottom
of any soft or loose soil desposits, or other remedial treatments
recommended by the engineer, a several inch thick concrete seal coat
or "mud mat" should be expediently placed on the subgrade to protect
it from deterioration and desiccation. The "mud mat" will also serve
as a clean working area on which to form the structure. Soil backfill
should not be used beneath the mat.
The recommended minimum embedment depth is within the zone of seasonal
moisture fluctuation. However, the degree of fluctuation is much
reduced at this depth. This factor plus the confinement due to the
loaded tank should keep heave related movements to approximately one
(1) inch or less. Potential settlement of a mat foundation placed on
a properly prepared and inspected subgrade should be on the order of
two (2) inches or less. Differential movements would typically be
approximately one-half (~) of the total settlement potential. The
settlement potential can significantly increase if the bearing area
is not properly cleaned of loose or soft deposits.
A flexible base material meeting the requirements of the 1982 Texas
Highway Department Standard Specification, Item 249, Type A, Grade 1
or 2 may be used to backfill inside the ringwall. It should be spread
in horizontal lifts less than nine (9) inches thick and uniformly
compacted to a minimum of ninety-five (95) percent of modified Proctor
-10-
SOUTHWESTERN LABORATORIES '
85-449
SOUTHWESTERN LABORATORIES
density (ASTM Standard D-1557) near the optimum moisture content deter-
mined by that test. A leveling course of oiled, clean, sharp sand should
be placed immediately beneath the bottom of the standpipe to provide
uniform support and bearing directly beneath the structure.
The tank plus its foundation must be designed to resist overturning
movements and uplift due to wind loads without exceeding.the recommended
design parameters. The critical situation for uplift typically occurs
when the tank is empty. The deadweight of the tank and its foundation
including the mat, ringwall, flexible base backfill and soil above the
mat can be used to resist uplift loads. We recommend that a minimum
factor of safety of one and one-half (1½) be used in determining uplift
resistance. This same factor of safety should also be used for designing
the lateral resistance of the system to wind loads. A coefficient of
friction of 0.35 may be used between the mat and the soil. No passive
resistance of the soils above the mat are allowed due to the movements
required to mobilize the passive forces and potential shrinkage of the
upper soils.
All backfill around the perimeter of the structure should be clay
materials. They should be compacted between ninety (90)and ninety-five
(95) percent of the soils standard Proctor density at (-1 to +5) percent
of the optimum moisture content determined by that test (ASTM Standard
D-698). The ground surface around the tank should be properly graded
-11-
SOUTHWESTERN LABORATORIES
85-449
-- SOUTHWESTERN LABORATORIES
to prevent ponding of water next to the tank during or after construc-
tion. A minimum eight (8) to ten (10) foot wide asphalt or concrete
pavement should be provided adjacent to this tank to reduce moisture
content fluctuations in the clay soils.
Underreamed Shafts
A system of drilled and underreamed, reinforced concrete shafts bearing
in the very stiff clays just above the sands and gravels amy be used in
lieu of the straight drilled shafts to shale to support the fire station
building. The shafts should be supported at a minimum depth of fourteen
(4) feet below existing or finished grade, whichever is deeper. Seasonal
moisture related soil volume changes should be minimal below this depth.
SwL should be contacted for additional recommendations if significant
seepage is encountered at the design level.
The underreamed shafts will gain support from end-bearing and may be
designed for a maximum net allowable bearing pressure of 4000 pounds
per square foot.
The clays at the bearing level are very stiff and overconsolidated and
the sands beneath them are dense. Based on the shear strength and index
properties, we estimate potential movements from either settlement or
heave of underreamed shafts installed as recommended in the very stiff
clays should be less than one (1) inch for column loads less than
-12-
SOUTHWESTERN LABORATORIES ",
85-449
SOUTHWESTERN LABORATORIES
'approximately 100 kips. Improper cleanout of the bearing area can
cause significant increases in the settlement potential.
A base-to-shaft diameter ratio of approximately two or two and one-half
to one (2 or 2½:1) will provide sufficient resistance to uplift loads
resulting from expansion in the overlying clay soils. Use of higher
ratios will significantly increase the potential for caving.
As for the straight shafts, the recommendations for provision of tensile
reinforcing steel, installation within an eight (8) hour period, and
inspection by qualified geotechnical personnel remain valid for under-
reamed shafts.
Grade Beams or Wall Panels
All grade beams or wall panels should be supported by the drilled shafts.
A minimum eight (8) inch void space should be provided between the
bottom of the grade beams or wall panels and the subgrade to minimize
distress from clay swelling pressures to the beams or wall panels. The
use of structural cardboard forms is one means of providing this void.
Fire Station Floor Slabs
The active clays at the site can produce significant movement as a
result of moisture induced volume changes to lightly loaded interior
floor slabs placed on grade. Potential post-construction movements on
-13-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTEF~N LABORATORIES
the order of three (3) to three and one-half (3%) inches are estimated
for slabs placed near the existing grades.
The most positive means of assuring the absence of distress as a result
of these movements is to structurally suspend the floor system above
the subgrade. A minimu~ vertical void of twelve (12) inches should
be used. Void areas below floor slabs should be shaped and/or drained
to prevent the accumulation of water below the floor system.
Some reduction in movements of floor slabs placed on grade can be achieved
by installing several feet of select fill beneath the slab and/or using
a process known as lime-slurry, pressure-injection. Proper implemen-
tation of the lime-slurry, pressure-injection process or placement of
three ~3) feet of select fill above existing grades can reduce potential
floor slab movements up to forty (40)percent. A combination using the
lime-slurry, pressure-injection process and three (3) feet of select
fill could reduce potential movements up to seventy (70) percent.-
Additional reductions can also be achieved by undercutting some of
the active clays and replacing them with select fill. Certain pre-
cautions, as described later in this section, are required if the select
fill will be placed below grade.
A set of General Specifications for the pressure-injection process is
included in the Appendix of this report. Compliance with these
-14-
SOUTHWESTERN L. ABORATORIES
85-449
SOUTHWESTERN LABORATORIES
specifications is essential if maximum benefits are to be gained, and
we recommend that the process be observed on a full time basis by
qualified personnel. In using this process, several injections may
be necessary to attempt to achieve the recommended moisture contents.
Injections following the initial injection should be made using water
and surfactant. In some instances, the desired moisture content cannot
be obtained and higher movement potential results.
The material used as select fill should be a very sandy clay or clayey
sand with a liquid limit less than thirty (30)and a plasticity index
preferably between four (4) and twelve (12). The fill should be spread
in loose lifts, less than nine (9) inches thick, and uniformly compacted
to a minimum of ninety-five (95) percent density near its optimum
moisture content as determined by ASTM Standard D-698. Care should
be taken to prevent excess water such as surface drainage from ponding
in the fill, particularly if it is placed below grade. If select fill
is used below grade, on-site clays should be compacted against the
exterior sides of perimeter grade beams to minimize surface infiltra-
tion or the area should be sealed with a paved surface.
Prior to placing the select fill, the upper six (6) inches of the clay
subgrade soils should be loosened and recompacted as indicated in the
section titled Site Grading. Care should be taken, particularly during
periods of hot, dry weather, to insure that the select fill material is
not placed on clays which have become dry.
-15-
SOUTHWESTERN LABORATORIES ;,
85-449
SOUTHWESTERN LABORATORIES
Preferably, the select fill material should be placed above grade to
elevate the floor slab and prevent the possibility of trapping or
ponding water in select fill placed below grade. If used below grade
to replace excavated clays, the select fill should have a minimum
plasticity index (PI) of seven (7) and a maximum PI of twelve (12),
as previously recommended, to reduce the possibility of infiltration
and ponding of water in the fill.
Use of a moisture barrier beneath floor slabs is recommended, particularly
where the slab will be painted or sealed with some type of tile or
floor covering.
Site Gradipg and General Comments
The on-site clays may be used for general site grading and filling
under pavement areas and in open areas. Prior to placing any fill
materials, it will be necessary to properly clear the area of vege-
tation, debris, or other deleterious material. The exposed subgrades
should then be scarified and recompacted before the fill is placed.
In some areas, additional undercutting could be required to establish
a stable base on which to compact the fill.
Clay fills, and subgrades'which will receive fill, should be compacted
to a minimum of ninety-five (95) percent density at (-1 to +5) percent
of the optimum moisture content as determined by ASTM Standard D-698.
-16-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
In deeper fill sections, over three (3) to four (4) feet, additional
compaction could be required. This office should be contacted if
deep fills are required.
All grades should be adjusted to provide positive drainage away from
the structure. Ponding of water in planters, open areas, or areas
with unsealed joints next to the structure can result in floor slab
movements which exceed those indicated in this report, even when select
fill and lime-slurry, pressure-injection are used. Water ponding next
to pavements will also soften the subgrade beneath paving systems, in-
creasing deflections and possibly causing subgrade failures. It is
desirable that area paving or exterior flatwork extend to the building
lines rather than have open areas adjacent to the structure. Where
planters are constructed next to the building, these planters should
be self-contained units to prevent any concentration of water next
to the structure.
Exterior sidewalks and pavements are subject to possible post-construction
movement. Level grades should be avoided to prevent possible ponding,
particularly next to the building, due to this movement. Sidewalks and
flatwork around the perimeter of the building should be designed for
the maximum practical grades to reduce potential lifting of this flat-
work, resulting in ponding next to the structure.
-17-
SOUTHWESTERN LABORATORIES
85-449
SOUTHWESTERN LABORATORIES
Joints next to the building should be thoroughly sealed to prevent
the infiltration of surface water. Where concrete pavement is used,
joints should also be sealed to prevent the infiltration of water.
Since some post-construction movement of pavements and flatwork may
occur, joints, particularly around the building, should be periodically
inspected and resealed where necessary.
Roof drains should be discharged well away from the structure, pre-
ferably by closed pipe systems. Where roof drains are allowed to
discharge on concrete flatwork or pavement areas next to the structure,
care should be taken to insure the area is as watertight as practical
to eliminate the infiltration of this water next to the building.
Flexible connections should be provided for piping entering the standpipe
and its foundation. Excavations should be sloped for safety and paving
around the standpipe to reduce moisture fluctuations in the clay is
preferred. Paving is mandatory around the mat with ringwall foundation
system.
Area Paving
Some variations in subgrade materials may be encountered over the site;
however, the subgrade should consist primarily of active clays. These
clays are subject to losses in support value with increases in their
moisture content. The subgrade performance of these clays will generally
be improved by stabilization with hydrated lime.
-18-
SOUTHWESTERN LABORATORIES ....
85-449
SOUTHWESTERN LABORATORIES
A lime stabilized subgrade should be used beneath asphaltic concrete
pavements. Consideration can be given to placing Portland Cement
concrete pavements on a compacted subgrade without lime stabilization,
with generally satisfactory results.
Based on the Atterberg Limits series of the site soils, a minimum of
seven (7) percent hydrated lime (THD Item 264) should be used with the
dark brown or gray .clays. This lime should be thoroughly mixed and
blended with the top six (6) inches of subgrade (TKD Item 260) and
the mixture compacted to a minimum of ninety-five (95) percent of its
ASTM Standard D-698 density near its optimum moisture content. We
suggest that this lime stabilization extend beyond exposed pavement
edges in order to reduce the effects of shrinkage during extended
periods of dry weather. The Subgrade should be kept in a moist ocndition
until the pavement is placed.
In parking lots and drives servicing primarily automobile trafic, five
(5) inches of asphaltic concrete should provide adequate service. Six
(6) inches should be used in more heavily trafficked areas. This section
should consist of a two (2) inch surface course similar to THD Item
340, Type D with one or more base courses similar to THD Item 340, Type
B. The coarse aggregate in the surface course should be a crushed
limestone rather than gravel.
-19-
SOUTHWESTERN LABORATORIES
85-449
' SOUTHWESTERN LABORATORIES
Portland Cement concrete paving should be used in any areas subject to
truck traffic and should also provide excellent service for general
area paving. As discussed above, consideration can be given to elimi-
nating the lime stabilization beneath concrete paving. The top six (6)
inches of the subgrade should be uniformly compacted to a minimum of
ninety-five (95) percent of its ASTM Standard D-698 density at (-1 to +5)
percent of the optimum moisture determined by that test and maintained
in a moist condition until the pavement is placed.
Consideration can be given to the use of four (4) inches of concrete in
areas subject to only automobile traffic. We recommend the use of five
(5) inches of concrete for general area paving and drives, and a minimum
of six (6) inches in areas receiving some heavy truck traffic. The
concrete should have a minimum twenty-eight (28). day compressive strength
of 3,500 pounds per square inch (psi).
The life of the pavement can be increased by providing proper drainage.
Areas should be graded to prevent ponding adjacent to curbs or edges of
pavements. Level grades should be avoided. Once a pavement section or
alternate sections are selected, a set of construction specifications
should be developed to properly control the construction and insure
compliance with specification requirements. An adequate testing program
during construction is the only means of insuring compliance with
the project specifications.
-20-
SOUTHWESTERN LABORATORIES.
85-449
SOUTHWESTERN LABORATORIES
LIMITATIONS AND REPRODUCTIONS
The foregoing recommendations are based on analysis of the soils from
each of the indicated borings with the assumption of uniform variation
in the soil properties between the borings.
Should any conditions at variance with this report be encountered during
construction, this office should be notified immediately so further
investigations can be made and supplemental recommendations can be
given.
The reproduction of this report, or any part thereof, supplied to
persons other than the owner, should indicate that this study was
made for foundation design purposes only and that verification of
the subsurface conditions for purposes of determining difficulty
of excavation, trafficability, etc., are responsibilities of others.
Analysis performed by:
Michael V. Korth, P.E.
-21-
SOUTHWESTERN LABORATORIES
'SOUTHWESTERN LABORATORIES
APPENDIX
SOUTHWESTERN LABORATORIES ' "
85-44~
PRO~ECT:
CLIENT:
BORING DEPTH
NUMBER (FEET)
1 49
4,5
7-8
12-13
24-25
36~
43
53
3 7-8
9-10
14-15
4 2-3
i3-i4
5 0-1
SWL FORM E-K2
I T '~' I '1 I I : 1
8OUTHWEgTERN
LABOR&TORIEg
SUMMARY OF TESTS
Fire Station and Water Storage Tank - Coppell, Texas
Ginn, Inc.
TYPE OF MATERIAL
Dark brown shale
.MOISTURE DRY
CONTENT DENSITY
(%) (pCf)
Gray/tan clay
Tan and gray clay
Tan and gray clay
Tan fine to medium sand
Dark brown shale
Dark brown shale
Dark brown shale
25 102
26 102
25 105
21
Tan/brown with gray clay
Tan and gray clay
Tan and gray sandy clay
Medium to dark gray clay
Tan and gray sandy clay
Gray with tan clay
DATE: 4/2,
ATTERBERG LIMITS
LL PL PI
53 21 32
47 18 29
26 95 54 22 32
23 101
12 117 24 16 8
55 22 33
43 18 25
29 90
14 118
26 91
I 1 I '1 I
Z
Z ~
/85 ~ z ~
~ Z
,INEAR ~ o
RINKAGE o o
(%)
64,000
3,950 3.8
7 3,130 4.7
5 4,450 6.7
6,180
86,520
102,180
7
5,750 8.8
5 6.270 8.2
7
8,640 L3.0
4
r I-
85-449
PROJECT:
CLIENT:
BORING DEPTH
NUMBER (FEET)
6 1-2
7 5-6
9-10
8 3-4
1' I ~ 1 I I 1
8OUTHWEgTERN
LABORATORIES
SUMMARY OF TESTS
Fire Station and Water Storage Tank - Coppell, Texas
Ginn, Inc.
TYPE OF MATERIAL
Medium gray clay
Gray/brown clay
Tan and gray clay
MOISTURE DRY
CONTENT DENSITY
(%) (pcf)
29 88
26 100
21 110
Medium gray clay
27 100
DATE:
ATTERBERG LIMITS
LL PL PI
55 22 33
49 19 30
54 22 32
I '1 I I !
I-
~ laJ
z
ta.l,~.. Q'~ Z
O)~ :Z"" rr
/85 -,
--
INEAR s O
O
RINKAGE
(%)
7
2,640 5.3
6 7,170 3.2
7 1~650 3,5
4/2/85
1 .....1' I 1
1" "1 1 '1 1 ! I 1 ! ...... T' "1
1
85-449
BORING NUMBER
SWELL TEST RESULTS
DEPTH ATTERBERG LIMITS PRE-S~ELL FINAL LOAD
(FEET) LL PL PI MOISTURE MOISTURE (PSF)
CONTENT CONTENT
9-10 49 19 30 22.5 25.5 250
%
VERTICAL
SWELL
6.0
5
PROCEDURE
1. Sample placed in confining ring, design load (including overburden) applied,
free water with surfactant made available, and sample allowed to swell completely.
2. Load removed and final moisture content determined.
ISOUTH~vVESTERN LABORATORIES
L
3.0
2.0
1.0
,!
0.25 0.50 0'.]5 1.0 1.25
LOAD - tsf
LIQUID LIMIT
PLASTICITY INDEX
LINEAR SHRINKAGE
SAMPLE LOCATION:
* 9'-10' Sample
REF. SWL 85- 449
49* MATERIAL DESCRIPTION: Tan and gray clay
30* DRY DENSITY: 101.9 pCf
16' MOISTURE CONTENT: INITIAL24.5 e/e, FINAL28.0 %
BORING No.: 7 , DEPTH: 10-11
A-4
I DATE: 4-2-85
VOID RATIO Vs. LOG PRESSURE CURVE
85-449
0
............ I ..............i ........L-.J ......~ .......! ....... ~ ........., .......: .............~ ....~ ....:..._: .......1': '~" "i '
...... ~ .... ~ .......i .....! ............~.~ ..................... ', .L. ;....i._. r.l ........ I .......f ......r .......
............. ,...4-..~ ..... I.i r ............ '...i ......... :...: ..........1._~...!.
........................... ~ ..... ~ ...... .....:... I ........ ,...~ ......:..,....: ......... : ,
, r ..................i .......f-..
......... F ....... ]'-- '--~ ...... , .................. ~- .....~-. I
............. ,--..'....!-.i ....'. ' : ....... 'i .....~ ........" ......: .........' ........
....... :I ....:': ~" ~ ..........."': ;'~ :':':- -':-:"-:::;' , ..............-, ......' ........~ ....~.-.4.--.i.-
........ I i .......I ...........I"',' ................................. : ......... ; .......'~ .......r'-''4 '-I-
· 65 ...... ="":__ ' ' ' i ...... : ....... ; ....' ..............i .....;.-...'....~..
; i , :1 i .""'~ ..... 7 ...... . . .
I ~ ...... ~ ,:, i ' j
i .....: ..........: ...... ~ ..... t 'i --.--
I i , ~"t"'!'l"'F. .--T-.i
.62~.. , ; i : ., ' ' . .' I ' , =
- ;~: .;.:!:::.::!!.:!!:.":t'.i.:; .;.,::!!!.,.:X:i!,.;!:.:.: .....!.:..:i! :!..i.,:! .!_.:,.'..j'.:,::-~ ,:i,:.
-" ....... ~ ............I ............. ; ....... : ................. ; ...... i .................". "
.... I ....... i' "; ": ...... :: .................. : .... i · '~ ................ J' .....~--~---.1-
.60; ::::: ..: ......., ........."'-""':"~' '!- '. :':.'i:..::. ~-..~'.~!:"".?:.: :': :~: :::::::::::::::::::::::::::::::::
i j i.i.'i !_ i:.i:i:::. :::' !::ii:i::!_:i-.'!:.:'!!! :s:i .': .:'-'.-:-' :i
!'-.::: :':.:i:.i:.':!!~:: :!:i-:-'::'.:--;.:.i! ::! L.!'!: !i:":::!::i::i':.!::.-::.i'.i.!.:i:::'!! :i'(; :; '.~: i.:: !!i!!iii!"!:!::!'::~":i';
................... ~ ' ' I '
, ,;; ,!i ,. i ;~;,,...t..i,~;: ~;.,:;.---- ;'li~- !.;~ ;;:.';i_;Li,.~,; .~.....__,1 ......... !~: ' i ' "' '
"'; ......"; .....: ....7," '7:.. j ....; "'~': ........X "'~ ...............;' ': .....: ........'7"', ~'"
0. I 0. 5 1.0 e 4 5,0 e 10 le 50
VERTICAL PRESSURE (TSF)
BORING NO. 2
DEPTH 7-8
MATERIAL Tan and gray clay
MOISTURE CONTENT 20.4 %
DRY UNIT WEIGHT 98.2 pCf
ll 54 PL 22 Pi 32
Cc = 0 . 165
Cs = 0 . 058
0 717
eO =
Po = 0 . 47 tsf
Pc = 2 · 6 tsf
1.7 xlO" cmE/sec.(ow3.)
Cv =
SOUTHWESTERN LABORATORIES
A-6
VOID RATIO Vs. LOG PRESSURE CURVE
.62
,60
-58
.56
>.54
.52
,50
.48
O.I
, ..:.:'.: i:: ::_.. ". :"' :::"_5 :::~:.;.:::: ."..~::: :.:. ::/i:j:::~:-:.:i~. '.': :.,. 2::::.:["' .:
:": :: . :. ". :'; ':"'!: !':' ~.'I.:.! '!j: '. :-:.:~:'.::': !':" ::'-!':: !.":' !.': :' ::!::::[ '::'::':::..T.:'::!' T"
: :-: ::: i i ': :':' ~ i..i:":!"'!'~"~: ::;:.::!': :' ~.!"i !":.!'. ~:.:': ;'!: ::ii-:::~:::'i::::i..'~--'!:::'~-
':-:-:-ii:: i:!--:ii:--i--E'i i:' .~":i.--'....-i.-.': :-:! :-:E :~!!::!:::.!-~:-.'::~-::--i-:.;--E.-.-E.'!
......... I ' ~ · .. : .-..- ..: - , ..... : .............. i - :: ............ : ............I"']' ' '
~:-::::: i...:.-.~ ::..f:'::i:'-i-..:;::.~':ii-..:.:.'::::::::'.:-!..':':' i.. :":: ',.'i...: ';.~ .:::' ::::::::::::::::::::::::::::::::::::
.
..
.......,.... ... .......... ... . .........4 ................ .......~-.{-.-..-
...... I ......... ~ · --,... | ....i..-T ................ .- · I .................. ,__.i._1, ...... .: ....
,_~: ..... _ ..... ~ ----, ....... '! ....
-
"" "" --".:::':"'
.. iE: iiiiii. Tii:. ,..._.%.':::.i&: i:i:.. .......
' .. ::':.:~"::.:..: :.:..:'!"":': :t.: i.:!':']'::::!-:-'i:.::.:"! .':'::.': ~ '. ::.: -"::::: ::::::::::::::::::::::::"
.... ~';"I~T"~,~T."r"' ~.'~T I; · . I: ~i I '1". +~4'''~l' .. .--'t'f;'
l :IL --'_.:._L:: .:::-i..:_.i: ,i:~'~;,z:.,': ... ~., :i_ ......
0.5 1.0 E 4 5.0 e I0 m 50
. ,
VERTICAL PRESSURE (TSF)
BORING NO. 2 Cc = 0,106
DEPTH 12-13 Cs = 0,043
MATERIAL Tan and gray clay eo = 0,567
MOISTURE CONTENT 15.6 % Po = 0.78 tsf
DRY UNIT WEIGHT 109,6 pCf Pc = 3.6 tsf
LL 47 PL 18 PI 29 Cv = 3,0 xIO'4 cm2/sec.(ovg.)
SOUTHWESTERN LABORATORIES
,:
I 1 I I l" 1 1 1 I 1 I ! 1 "[ I '! 1 ..... 1 1
100
9O
I0
.; 70
~,. 60
.c.
: S0
o
~40
30
2O
I0
GRAIN
U.S. Standard Sieve OpeninWe In Inches
I I !y2 I I
0
100
50 IO S
I GRAVEL
Coat se I it i ne Cootee
Unified
SIZE
DISTRIBUTION
U.S. Standard Sieve Numbers
1416 20 30 40 S0 70 100 140 290 379?;20
I I t I I I I I I
Hydrometer
0
fO
20
30
40
SO
60
70
10
0.01 ~S 0.001
I O.S 0.1 O.OS
Grain Size in Millimeters
SAND
Medium I Fine
SILT or CLAY
Soil Classification Syslem- Corps of Engineers, U.S. Army
SAMPLE DESCRIPTION:
SAMPLE LOCATION:
REF. 85-/I. 49
Tan silty fine to medium sand
No. 2 at 24'. to 25'
IDATE:
4-2-85
SOUTHWESTERN LABORATORIES
F'
RailRoad
TRANSMISSION LINES
REVISED TANK
LOCATION
BORING · BORING
ORIGINAL TANK ! BORING
LOCATION '~ ,,~ ~,~
· t '/ ~
~L.~,~
\ /
/
BORING
L
-N-
BLUE
/FLAg, GING
FIRE STATION
pARKING LOT
BORING
'~ 5
pARKING
LOT
'~'BORING
4
Q.
Q..
SOUTHWEST
BOULEVARD
PROJECT/TITLE
BORING
SWL 85-449
'FIRE STATION'8~ WATER TANK
SIT[ LOCATION
LOCATION DIAGRAM COPPELL ,TEXAS
A-8
85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
Page 1 of 2
BORING NO.: 1
LOCATION: Coppell, Texas
DATE: 3/26/85
Z / bJ
--I- 0 J
-5-
--I0-
TYPE: Sample/Core CASED TO: GROUND ELEVATION:
LEGEND: WATER INFORMATION
Bailed to 20' at completion. Water at
[] SAMPLE
)< STANDARD PENETRATION 18~ after 1½ hours. Borehole caved and
Y WATER dry at 24' after 48 hours
DESCRIPTION OF STRATUM
Brown and dark brown sandy clay with sand and gravel
(fill)
Dark gray to gray clay
Brown/tan to tan and gray clay with limy nodules and
pebbles
- becomes sandy clay below 12'
-2O-
-25-
50/10"
Tan fine to medium sand with gravel seams, some coarse
sand in zones
~ 50/10"
50/9½"
-35 -
-40-
-45-
-50-
Dark brown shale with a few limestone seams
- bentonite layer at 45'
- slickenside at 47'
SOUTHWESTERN LABORATORIES
A-9
85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Gtnn, Inc.
DATE: 3/26/85
Page 2 of 2
BORING NO.: 1
LOCATION: Coppell, .Texas
-55 --
TYPE: Sample/Core CASED TO:
LEGEND:
· SAMPLE
X STANDARD PENETRATION
~F WATER
GROUND ELEVATION:
WATER INFORMATION
DESCRIPTION OF STRATUM
60
Dark brownshale with a few limestone seams
Boring terminated at. 60'
-75-
-85-
-90-
85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
Page 1 of 2
BORING NO.: 2
LOCATION: Coppell, Texas
DATE: 3/28/85
TYPE: Sample/Core CASED TO: GROUND ELEVATION:
LEGEND: WATER INFORMATION
· SAMPLE Borehole caved at 16.5' shortly after
)< STANDARD PENETRATION drilling. Caved at 15' after 2 hours
· WATER
DESCRIPTION OF STRATUM
Medium gray clay
-5
--I0-
-15-
-20-
-25-
-30 -
-35 -
~ 40
Tan/gray to tan and gray clay with limy nodules and
pebbles
- becomes sandy clay below 13'
Tan silty fine to medium sand with some fine gravel
~ 47
50/10"
-45-
-50-
Dark brown shale with some limestone seams
- 4"to6" bentonite layer at 40.5'
- 1"t82" bentonite seams at 48' and 50.5'
SOUTHWESTERN LABORATORIES
A-11
85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
DATE: 3/28/85
Page 2 of 2
BORING NO.: 2
LOCATION: Coppell, Texas
TYPE: Sample/Core CASED TO:
LEGEND: · SAMPLE
)< STANDARD PENETRATION
· WATER
DESCRIPTION OF STRATUM
GROUND ELEVATION:
WATER INFORMATION
Dark brown shale with some limestone seams
--55 --
-60-
Boring terminated at 54'
-75-
-85-
-90-
SOUTHWESTERN LABORATORIES
A-12
_ 85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
BORING NO.: 3
LOCATION: Coppell, Texas
DATE: 3/26/85
z
zl--)
~l.dO
z.-J
--I0-
-15-
-20-
-25
-30-
TYPE: Sample CASED TO: GROUND ELEVATION:
N.-: WATER INFORMATION
~ LEGEND:
Z · SAMPLE Bailed to 15.5' at completion. Water
bJ )~ STANDARD PENETRATION at 14.5' after 10 minutes. Water at
o · WATER 17' after 48 hours
z
z DESCRIPTION OF STRATUM
Gray to dark gray clay
Tan/brown to tan and gray clay with limy nodules and pebbles
- becomes sandy clay below 11½'
50/9"
50/11"
Tan silty fine sand and fine to medium sand with some gravel,
occasional clayey seams
Boring terminated at 25'
t
SOUTHWESTERN LABORATORIES
A-13
I
_ 85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Gtnn, Inc.
BORING NO.: 4
LOCATION: Coppell, Texas
DATE: 3/28/85
~14J
TYPE: Sample CASED TO: GROUND ELEVATION:
"~ LEGEND: WATER INFORMATION
~ · SAMPLE Bailed to17' at completion
"' X STANDARD PENETRATION
,,.., '~' WATER
z
..r DESCRIPTION OF STRATUM
-5-
Medium to dark gray clay
- some tan/gray coloration in top-6" and below 5'
-IO-
-20- ~ 38
Brown/tan to tan and gray clay with limy nodules
- becomes sandy clay below 12', increasingly sandy with depth
Tan fine to medium sand, some coarse sand and fine gravel
with depth
-25
49
Boring terminated at 25'
-40-
SOUTHWESTERN LABORATORIES
A-14
} '! T ]
85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
BORING NO.: 5
LOCATION: Coppell, Texas
DATE: 3/28/85 TYPE: Sample CASED TO:
z ~ LEGEND:
z J ,., n~F--~-
-- I- o -- ,z <~ ~ Z · SAMPLE
-r ,., rn n r~ n- c~ "' X STANDARD PENETRATION
n u_ _ >. <~ <~ ,., o o · WATER
tJJ (/1 (h I'Z--I Z
-,J
GROUND ELEVATION:
WATER INFORMATION
DESCRIPTION OF STRATUM
Gray with tan clay with limy pebbles - fill
Medium gray clay
Tan/gray to brown/tan clay with limy nodules and pebbles
-IO-
Boring terminated at 5'
-15-
-40-
-50-
SOUTHWESTERN LABORATORIES
A-15
1I
85-449
LOG OF BORING
PROJECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
BORING NO.: 6
LOCATION: Coppell, Texas
DATE: 3/29/85 TYPE: Sample CASED TO:
z "': LEGEND:
_ ,., n'-m- ~ SAMPLE
3: ~ m ~ ~ ~ ~ ~ X STANDARD PENETRATION
~ ~ ~ ~ ~ o ~ ~ WATER
- i
GROUND ELEVATION:
WATER INFORMATION
DESCRIPTION OF STRATUM
Medium gray to gray/brown clay
Boring terminated at 5'
-I0-
-15-
-30 -
-qS-
SOUTHWESTERN LABORATORIES
A-16
I
85-449
LOG OF BORING
PROUECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
BORING NO.: 7
LOCATION: Coppell, Texas
DATE: 3/29/85
--I-- O
:/:;IjJ CO
taJ
t~
,.,
~E
n
TYPE: Sample CASED TO: GROUND ELEVATION:
LEGEND: WATER INFORMATION
· SAMPLE Borehole bailed to 14' at completion.
)< STANDARD PENETRATION Water at 16' after 1 hour.
· WATER
DESCRIPTION OF STRATUM
Medium to dark gray clay
Tan/brown to tan and gray clay with iimy nodules and
pebbles
- becomes sandy clay below 13'
~ 30
Tan silty fine to medium sand with some fine gravel
-30 -
~ 25
Boring terminated at 25~
-45-
SOUTHWESTERN LABORATORIES
A-17
85-449
LOG OF BORING
PROUECT: Fire Station and Water Storage Tank
CLIENT: Ginn, Inc.
BORING NO.: 8
LOCATION: Coppell, Texas
DATE: 3/29/85 TYPE: Sample CASED TO:
Z
t~ O_ .~ ~ LEGEND:
~ ~ ,,, rr~ ~' · SAMPLE
o. t*, rr "' )< STANDARD PENETRATION
.~ ~ ,., 0 c~ · WATER
bJ U) U) Z-J
~ z DESCRIPTION OF STRATUM
--5-
--IO-
-15-
-20-
-25
GROUND ELEVATION:
WATER INFORMATION
Medium gray to gray/brown clay
Brown/tan to tan and gray clay with limy nodules and pebbles
- becomes sandy clay below 12'
~ 50/9"
~ 45
Tan fine and medium to coarse sand with gravel
Boring terminated at .25'
"' -50-
SOUTHWESTERN LABORATORIES
A-18
t
SOUTHWESTERN LABORATORIES
GENERAL SPECIFICATIONS
SOIL STABILIZATION - LIME SLURR¥ - PRESSURE INJECTION
STRAIGHT PIPE ARRANGEMENT
1. The hydrated lime or lime slurry shall conform to the applicable parts
of the Texas Highway Department's Standard Specification, Item No. 264.
2. Proportion the lime stuffy within the range of two and 0ne-half (2.5)
to three (3) pounds of hydrated lime per gallon of water. Specific
gravity readings shall. range from 1.14 to 1.16..
3. A surfactant (wetting agent) shall be used in the lime slurry. The
amount of surfactant used should be in accordance with the manufacturer~s
recommendations.
4. The lime slurry shall be continuously agitated to insure uniformity of
mixture. Specific 'gravity should be the same at both mixer tank and
injection nozzles.
5. The lower portion of the injection nozzle shall consist of a hole
pattern that will uniformly disperse the lime-slurry throughout the
entire depth.
6. Injection pressures should be adjusted to disperse as large a volume
of lime slurry as possible within a pressure range of fifty (50) to
two-hundred (200) pounds per square inch.
7. Injection pipe shall be forced downward in approximately twelve (12)
inch intervals, injecting to refusal at each interval for a total depth
of seven (7) feet, or refusal of the injection probes.
8. Spacing for the injections not to exceed five (5) feet on center each
way, and injections shall be carried at least five (5) feet outside
building lines.
9. The moisture content of the stabilized soils should be approximately one-
half (0.5) the liquid limit. Several injections may be required to
achieve the desired moisture contents. The soil moisture profile should
be analyzed by a qualified geotechnical engineer to assess the effective-
ness of the injection.
10. The free lime on the surface should be startfled and thoroughly mixed
into the surficial soil and be compacted to a minimum of ninety-five (95)
percent of ASTM Standard D-698 at/or near the optimum moisture content
determined by this test.
SWL Report No. 85-449
A-19
SOUTHWESTERN LABORATORIES
SOUTHWESTERN LABORATORIES
KEY TO SOIL SYMBOLS AND DESCRIPTIONS
USED ON LOGS OF BORING
GRAVEL
'"':':" SAND
,-.,o' %,:
'..'.:..
::.--.|
SILT "'~ ROCK
'_'l,
LIMY
CLAY ~ SHALE ~ ORGANIC
COLOR
In color descriptions of soil, the predominating color is stated first.
CONSISTENCY OF COHESIVE SOILS
CLASSIFICATION
Compressive Strength, psf
Very Soft
Soft
Plastic
Stiff
Very Stiff
Hard
Less than - 500
500 - 1000
1000 - 2000
2000 - 4000
4000 - 8000
More than - 8000
Jointed
Fractured
Interbedded
Limy
SOIL STRUCTURE
Cut by old shrinkage planes
Containing old cracks, frequently filled with sand,
silt or clay of differing color
Composed Of alternate layers of different soil types
Contains deposits of calcium carbonate
SOUTHWESTERN LABORATORIES ,
A-20