Loading...
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