BID DOCUMENTS, CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS AND PLANS FOR

CITY OF LEANDER Landscape Planting and Irrigation for Crystal Falls Parkway Medians

Prepared For: City of Leander 200 W. Willis Street Leander, Texas 78641

9-28-2017 Brandon Hay, PLA

Prepared By:

Halff Associates, Inc. August 10, 2017

CITY OF LEANDER CONTRACT DOCUMENTS -- TABLE OF CONTENTS LANDSCAPE PLANTING AND IRRIGATION FOR CRYSTAL FALLS PARKWAY MEDIANS

Document Number Title

BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT

Bid Instructions 00020 Invitation for Bids 00200 Instructions to Bidders

Bid Forms 00300 Statement of Bidders Experience 00410 Bid Form 00430 Bid Bond

Agreement 00520 Agreement

Bonds and Certificates 00610 Performance Bond 00615 Payment Bond

General Conditions 00700 Standard General Conditions of the Construction Contract

Technical Specifications Refer City of Austin Standard Specifications unless otherwise provided and/or noted on construction plans. Applicable Specifications include/not limited to:

Document No. Title 329300 Planting SEC02810 Irrigation 110S Street Excavation 402S Controlled Low Strength Material 430S P.C. Concrete Curb and Gutter 431S Machine Laid Portland Cement Concrete Curb and Gutter 501S Jacking and Boring Pipe 510 Pipe 803S Barricades, Signs, and Traffic Handling

Construction Drawings L0 – L1 Landscape Notes & Details, Overall Plan L2.0 – L18 Planting Plan Segment L19 – L20 Irrigation Notes, Details, & Area Plan C1 – C8 Civil Plans

Location Map

PROJECT SITE

INVITATION TO BID The City of Leander, hereafter called OWNER is requesting sealed written Bids for furnishing all labor, materials, equipment, supervision and performing all Work required for the following project:

CITY OF LEANDER – LANDSCAPE PLANTING AND IRRIGATION FOR CRYSTAL FALLS PARKWAY MEDIANS

The work consists of constructing two (2) new roadway medians and installing landscape and irrigation along the existing E. Crystal Falls Parkway. The construction budget has been set at $576,555.

Bid Documents for this project may be obtained at the City of Leander’s website, www.leandertx.gov/rfps or at www.planengine.com Please contact Joy Simonton at the City of Leander at (512) 528-2730 for further assistance.

Sealed Bids addressed to the City of Leander and marked "Landscape Planting and Irrigation for Crystal Falls Parkway Medians" will be received until 3 pm Central Standard Time on October 26, 2017 at the office below:

City of Leander Attn: Joy Simonton, General Service Manager 200 W. Willis Leander, Texas 78641

Proposals will be opened publicly and bid prices read aloud by the OWNER’s representative. Bids received after the specified time may be returned unopened. The OWNER’s representative opening the Bids shall establish the official cut-off time for receiving the Bids.

The prices and terms of the bid must be made on the forms included in this Bid Document.

Bids must be accompanied by a bid bond with Power of Attorney attached or cashiers check of five percent (5%) of the total amount bid (sum of all bid items) made payable to the City of Leander, as provided in Section 00200, Instructions to Bidders.

Performance and payment bonds, when required, shall be executed on forms furnished by OWNER. Each bond shall be issued in an amount of one hundred percent (100%) of the Contract Price by a solvent surety company authorized to do business in the State of Texas, and shall meet any other requirements established by law or by OWNER pursuant to applicable law. Minimum insurance requirements are specified in Section 00700, General Conditions, and Section 00800, Supplementary General Conditions.

A bidder who believes the Contract Documents to contain an error or unclarity may make an inquiry to Joy Simonton, of City of Leander at (512) 528-2730. An addendum will be issued if OWNER’s staff deems that the Contract Documents require correction or clarification.

The OWNER may, on its own initiative, issue Addenda before the Bid opening and, if necessary, delay the Bid opening to ensure that bidders have had sufficient time to consider the Addenda. A Bid which, in the opinion of OWNER’s staff, deviates significantly from the Contract Documents, and which has not been clarified through a written Addendum prior to Bid submittal deadline, shall be considered an exception to the Contract Documents and grounds for the Bid to be rejected.

Bidders should read and understand all terms and conditions contained in these Contract Documents. Contract Time is of the essence and all Work shall be substantially completed within ninety days (90) Calendar Days and finally completed within one hundred and 10 (110) Calendar Days after the Notice to Proceed. Construction to be completed prior to Thursday, March 1st, 2018. Liquidated damages are five hundred ($500.00) Dollars per Calendar Day.

OWNER reserves the right to reject any or all Bids and to waive any informalities and irregularities in Bids received.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Invitation for Bids Page 1 of 1

INSTRUCTIONS TO BIDDERS

TABLE OF CONTENTS

Page Article 1 – Defined Terms ...... 2 Article 2 – Copies of Bidding Documents ...... 2 Article 3 – Qualifications of Bidders ...... 2 Article 4 – Examination of Bidding Documents, Other Related Data, and Site ...... 3 Article 5 – Pre-Bid Conference ...... 4 Article 6 – Site and Other Areas ...... 4 Article 7 – Interpretations and Addenda ...... 5 Article 8 – Bid Security ...... 5 Article 9 – Contract Times ...... 5 Article 10 – Liquidated Damages ...... 5 Article 11 – Substitute and “Or-Equal” Items ...... 5 Article 12 – Subcontractors, Suppliers and Others ...... 6 Article 13 – Preparation of Bid ...... 6 Article 14 – Basis of Bid; Comparison of Bids ...... 7 Article 15 – Submittal of Bid ...... 8 Article 16 – Modification and Withdrawal of Bid ...... 8 Article 17 – Opening of Bids ...... 8 Article 18 – Bids to Remain Subject to Acceptance ...... 8 Article 19 – Evaluation of Bids and Award of Contract ...... 9 Article 20 – Contract Security and Insurance ...... 10 Article 21 – Signing of Agreement ...... 10 Article 22 – Sales and Use Taxes ...... 10

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 1 of 9

ARTICLE 1 – DEFINED TERMS

1.1 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below:

A. Issuing Office – The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered.

ARTICLE 2 – COPIES OF BIDDING DOCUMENTS

2.1 Complete sets of the Bidding Documents in the number and for the nonrefundable sum, if any, stated in the advertisement or invitation to bid may be obtained from the Issuing Office.

2.2 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer/Design Consultant assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.

2.3 Owner and Engineer/Design Consultant, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use.

ARTICLE 3 – QUALIFICATIONS OF BIDDERS

3.1 To demonstrate Bidder’s qualifications to perform the Work, within five days of Owner’s request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below.

A. The names and positions of the individuals authorized to bind bidder's company, including attesting or countersigning officers.

B. An organizational chart showing the principals and management personnel who will be involved with the proposed Work.

C. The resumes of the superintendent and supervisors for the various disciplines and craftes required for the project.

D. A proposed project schedule estimating the completion of major tasks of the project.

E. Current insurance certificate(s) with limits consistent with requirements of these Contract Documents.

F. Copies of 3 years of audited financial statements including cash flows, balance sheets and income statements.

G. Name of bonding company and bonding capacity.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 2 of 9

H. Such other information as is required to evaluate Bid or bidder.

3.2 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder’s representations and certifications.

ARTICLE 4 – EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE

4.1 Not used.

4.2 Not used.

4.3 Not used.

4.4 Not used.

4.5 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates.

4.6 A. Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work.

B. Paragraph 6.13.C of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Supplementary Conditions.

4.7 It is the responsibility of each Bidder before submitting a Bid to:

A. examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents;

B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work;

C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work;

D. consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; and the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 3 of 9

applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder’s safety precautions and programs;

E. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents;

F. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents;

G. promptly give Engineer/Design Consultant written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer/Design Consultant is acceptable to Bidder; and

H. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work.

4.8 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer/Design Consultant written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer/Design Consultant are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work.

ARTICLE 5 – PRE-BID CONFERENCE

5.01 A Non-Mandatory pre-bid meeting will be held at 9am on October 12, 2017 at Fire Station No. 4 (10964 E. Crystal Falls Parkway)

ARTICLE 6 – SITE AND OTHER AREAS

6.01 The Site is identified in the Bidding Documents. All property and access to site owner by the City of Leander.

ARTICLE 7 – INTERPRETATIONS AND ADDENDA

7.1 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer/Design Consultant in writing. Interpretations or clarifications considered necessary by Engineer/Design Consultant in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer/Design Consultant as having received the Bidding Documents. Questions received less than ten days

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 4 of 9

prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.

7.2 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer/Design Consultant.

ARTICLE 8 – BID SECURITY

8.1 A Bid must be accompanied by Bid security made payable to Owner in an amount of 5% percent of Bidder’s maximum Bid price and in the form of a certified check, bank money order, or a Bid bond (on the form attached) issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions.

8.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid security of that Bidder will be forfeited. Such forfeiture shall be Owner’s exclusive remedy if Bidder defaults. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned.

8.3 Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening.

ARTICLE 9 – CONTRACT TIMES

9.01 The number of days within which, or the dates by which, the Work is to be substantially completed and ready for final payment are set forth in the Agreement.

ARTICLE 10 – LIQUIDATED DAMAGES

10.01 Provisions for liquidated damages, if any, are set forth on Invitation for Bid.

ARTICLE 11 – SUBSTITUTE AND “OR-EQUAL” ITEMS

11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or “or-equal” items. Whenever it is specified or described in the Bidding Documents that a substitute or “or-equal” item of material or equipment may be furnished or used by Contractor if acceptable to Engineer/Design Consultant, application for such acceptance will not be considered by Engineer/Design Consultant until after the Effective Date of the Agreement.

ARTICLE 12 – SUBCONTRACTORS, SUPPLIERS AND OTHERS

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 5 of 9

12.1 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer/Design Consultant, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid.

12.2 If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer/Design Consultant makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer/Design Consultant subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions.

12.3 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection.

ARTICLE 13 – PREPARATION OF BID

13.1 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from Owner.

13.2 All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each [section, Bid item, alternative, adjustment unit price item, and unit price item] listed therein. In the case of optional alternatives the words “No Bid,” “No Change,” or “Not Applicable” may be entered.

13.3 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown.

13.4 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown.

13.5 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 6 of 9

13.6 A Bid by an individual shall show the Bidder’s name and official address.

13.7 A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown.

13.8 All names shall be printed in ink below the signatures.

13.9 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form.

13.10 Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown.

13.11 The Bid shall contain evidence of Bidder’s authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder’s state contractor license number, if any, shall also be shown on the Bid Form.

ARTICLE 14 – BASIS OF BID; COMPARISON OF BIDS

14.1 Unit Price

A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule.

B. The total of all estimated prices will be the sum of the products of the estimated quantity of each item and the corresponding unit price. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions.

C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.

14.2 Allowances

A. For cash allowances the Bid price shall include such amounts as the Bidder deems proper for Contractor's overhead, costs, profit, and other expenses on account of cash allowances, if any, named in the Contract Documents, in accordance with Paragraph 11.02.B of the General Conditions.

ARTICLE 15 – SUBMITTAL OF BID

15.1 With each copy of the Bidding Documents, a Bidder is furnished one separate unbound copy of the Bid Form, and, if required, the Bid Bond Form. The unbound copy of the Bid Form is to be completed and submitted with the Bid security and the following documents:

A. acknowledgement of receipt of Addenda issued;

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 7 of 9

B. Bid security;

C. Bidder qualifications as required in the instruction to Bidders;

D. complete responses to information required in Bid;

E. the entire Bid with all blanks billed in completely.

15.2 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to bid and shall be enclosed in a plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents.

ARTICLE 16 – MODIFICATION AND WITHDRAWAL OF BID

16.1 A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids.

16.2 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work.

ARTICLE 17 – OPENING OF BIDS

17.01 Bids will be opened at the time and place indicated in the Advertisement or Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids.

ARTICLE 18 – BIDS TO REMAIN SUBJECT TO ACCEPTANCE

18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period.

ARTICLE 19 – EVALUATION OF BIDS AND AWARD OF CONTRACT

19.1 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible.

19.2 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 8 of 9

19.3 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award.

19.4 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions.

19.5 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents.

19.6 In evaluating bids, Owner will consider bidders’ prior performance on similar contracts.

ARTICLE 20 – CONTRACT SECURITY AND INSURANCE

20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner’s requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds.

ARTICLE 21 – SIGNING OF AGREEMENT

21.01 When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within ten days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Instructions to Bidders Page 9 of 9

BID FORM

TABLE OF CONTENTS

Article 1 – Bid Recipient

Article 2 – Bidder’s Acknowledgements

Article 3 – Bidder’s Representations

Article 4 – Bidder’s Certification

Article 5 – Basis of Bid

Article 6 – Time of Completion

Article 7 – Attachments to This Bid

Article 8 – Defined Terms

Article 9 – Bid Submittal

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Invitation for Bids Page i

ARTICLE 1 – BID RECIPIENT

1.1 This Bid is submitted to:

Joy Simonton, General Service Manager, City of Leander, at 200 W. Willis, Leander, Texas 78646

1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS

2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

ARTICLE 3 – BIDDER’S REPRESENTATIONS

3.1 In submitting this Bid, Bidder represents that:

A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged:

Addendum No. Addendum Date

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work.

D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in SC- 4.02 as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in SC-4.06 as containing reliable "technical data." See geotechnical report for Lion Drive after the Technical Specifications.

E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Page 1 of 5

from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder’s safety precautions and programs.

F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.

H. Bidder has given Engineer/Design Consultant written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer/Design Consultant is acceptable to Bidder.

1. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted.

ARTICLE 4 – BIDDER’S CERTIFICATION

4.1 Bidder certifies that:

A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;

C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and

D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:

1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process;

2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non- competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Page 2 of 5

3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and

4. “Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

ARTICLE 5 – BASIS OF BID

5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):

Use Attachment B (Bid Form)

Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions.

Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents.

ARTICLE 6 – TIME OF COMPLETION

6.1 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

6.2 Bidder accepts the provisions of the Agreement as to liquidated damages.

ARTICLE 7 – ATTACHMENTS TO THIS BID

7.1 The following documents are submitted with and made a condition of this Bid:

A. Bid security;

B. Bidder qualifications as required in the instruction to Bidders;

C. Complete responses to information required in Bid;

D. Entire Bid with all blanks billed in completely;

E. Reference Sheet;

F. Form CIQ.

ARTICLE 8 – DEFINED TERMS

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Page 3 of 5

ARTICLE 9 – BID SUBMITTAL

9.01 This Bid is submitted by: If Bidder is:

An Individual

Name (typed or printed):

By: (Individual’s signature)

Doing business as:

A Partnership

Partnership Name:

By: (Signature of general partner -- attach evidence of authority to sign)

Name (typed or printed):

A Corporation

Corporation Name: (SEAL)

State of Incorporation: Type (General Business, Professional, Service, Limited Liability):

By: (Signature -- attach evidence of authority to sign)

Name (typed or printed):

Title: (CORPORATE SEAL)

Attest

Date of Qualification to do business in [State where Project is located] is / / .

A Joint Venture

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Page 4 of 5

Name of Joint Venture:

First Joint Venturer Name: (SEAL)

By: (Signature of first joint venture partner -- attach evidence of authority to sign)

Name (typed or printed):

Title:

Second Joint Venturer Name: (SEAL)

By: (Signature of second joint venture partner -- attach evidence of authority to sign)

Name (typed or printed):

Title:

(Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.)

Bidder's Business Address

Phone No. Fax No.

E-mail

SUBMITTED on , 20 .

State Contractor License No. . [If applicable]

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Page 5 of 5

City of Leander Reference Sheet

BID FORM ATTACHMENT A RESPONDENT’S REFERENCE SHEET

PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE

SOLICITATION NUMBER: RESPONDENT’S NAME: DATE:

Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Leander references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal.

1. Company’s Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( )

2. Company’s Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( )

3. Company’s Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( )

FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.

1 of 1

BID FORM ATTACHMENT B

CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity

OFFICE USE ONLY This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. Date Received This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a).

By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor.

1 Name of vendor who has a business relationship with local governmental entity.

2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)

3 Name of local government officer about whom the information is being disclosed.

Name of Officer

4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary.

A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor?

Yes No

B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity?

Yes No

5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more.

6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).

7 Signature of vendor doing business with the governmental entity Date

Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015

BID FORM ATTACHMENT B

CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity

A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.

Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency.

Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: *** (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor.

Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer.

Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015

00300 - STATEMENT OF BIDDERS EXPERIENCE

ATTACHMENT C

BIDDER’S NAME: ______

Project Name: Landscape Planting and Irrigation for Crystal Falls Parkway Medians All questions on this form must be answered and data given must be clear and comprehensive. If necessary, questions may be continued on separately attached sheets. PART 1, PART 2, and PART 3 below are to be submitted as part of the Bid.

PART 1 – GENERAL 1.1 Bidder must submit all Attachments contained in this Statement of Bidder’s Experience form signed and notarized with its Bid. Failure to do so will constitute an incomplete Bid, which will be rejected. Information must be provided to the OWNER as part of the formal Bid. Submit the required forms in accordance with Article 10, Section 00100, Instructions to Bidders. 1.2 The Bidder and OWNER agree that, in determining the apparent low Bid, the responsibility of the Bidders will be considered in awarding a Contract for this Project. In connection therewith, all Bidders are required to submit a set of additional completed attachments to the Statement of Bidder’s Experience Form for the OWNER’s consideration. The Contract will be awarded by the OWNER to the lowest responsible Bidder. Submit the required forms in accordance with Article 10, Section 00100, Instructions to Bidders. 1.3 Bidder must perform a minimum of twenty percent (20%) of the contracted amount for this project with own forces. List type of work/specialties and percentage of total contracted amount for this project to be performed with own forces. Attach separate sheet as needed. Work/Specialty

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form

1.4 Bidder must list work/specialties and percentage of total contracted amount for this project that will be performed by Subcontractors. List company name(s), address(s), phone no.(s) and representative information. Attach separate sheet as needed.

Work/Specialty Percentage (%) Company Name/Address/Phone/Contact

PART 2 – BIDDER’S INFORMATION 2.1 Bidder’s Information In order to make a responsive Bid, Bidder must answer all questions completely and all information must be clear, accurate and comprehensive. If necessary, questions may be answered on separate attached sheets.

PART 3 – EXPERIENCE REQUIREMENTS The Bidder must provide the following information with its Bid: 3.1 In order to make a responsive Bid, the Bidder must provide evidence of a minimum of three (3) successfully completed park/park infrastructure installation projects of comparable size, complexity and scope within the United States successfully completed by the Bidder within the past five (5) years, meeting the criteria listed on this form, if applicable.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form

STATEMENT OF EXPERIENCE (To be returned with the Bid)

Using the summary format included below, list and describe Bidder’s construction experience for a minimum of three (3) successfully completed projects of comparable size, scope and complexity to the Work described in the Contract Documents. The Bidder must have completed the projects within the past five (5) years. Part 3 of this section outlines the experience requirements which must be demonstrated with the three (3) successfully completed sample projects. (Use additional sheets as deemed necessary or appropriate.) Are any of the experience requirements outlined in Part 3 to be fulfilled by subcontracted resources? (circle one) YES / NO NOTE: If yes, Attachment E (Statement of Experience for Bidder’s Listed Subcontractors) and Attachment F (Authentication of Post-Bid Submittal) as well as any other required Post-Bid forms must be submitted as a Post-Bid Submittal as outlined in Paragraph 1.2 of Section #00400.

Park/Park Infrastructure Project No. 1 - Experience

Name of Project: Location: OWNER’s Name and Address: OWNER’s Contact Person (Print): Phone/Fax No.: / Payment Bond (circle one) YES / NO Performance Bond (circle one) YES / NO Initial Contract Price: Final Contract Price: Total Contract Amount Performed by Own Forces: Contract Start Date: (Date of Notice To Proceed) Contract Time: ( ) Calendar Days ( ) Working Days Contract Substantial Completion Date: Actual Substantial Completion Date: If contract completion time extensions were added to the contract as a result of Bidder’s responsibilities, provide a short explanation of each.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form

Project Description and Statement of Relevance to this Contract:

Park/Park Infrastructure Project No. 2 - Experience

Name of Project: Location: OWNER’s Name and Address: OWNER’s Contact Person (Print): Phone/Fax No.: / Payment Bond (circle one) YES / NO Performance Bond (circle one) YES / NO Initial Contract Price: Final Contract Price: Total Contract Amount Performed by Own Forces: Contract Start Date: (Date of Notice To Proceed) Contract Time: ( ) Calendar Days ( ) Working Days Contract Substantial Completion Date: Actual Substantial Completion Date: If contract completion time extensions were added to the contract as a result of Bidder’s responsibilities, provide a short explanation of each.

Project Description and Statement of Relevance to this Contract:

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form

Park/Park Infrastructure Project No. 3 – Experience

Name of Project: Location: OWNER’s Name and Address: OWNER’s Contact Person (Print): Phone/Fax No.: / Payment Bond (circle one) YES / NO Performance Bond (circle one) YES / NO Initial Contract Price: Final Contract Price: Total Contract Amount Performed by Own Forces: Contract Start Date: (Date of Notice To Proceed) Contract Time: ( ) Calendar Days ( ) Working Days Contract Substantial Completion Date: Actual Substantial Completion Date: If contract completion time extensions were added to the contract as a result of Bidder’s responsibilities, provide a short explanation of each.

Project Description and Statement of Relevance to this Contract:

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form

00410 BID FORM - ATTACHMENT E

City of Leander – Landscape Planting and

Irrigation for Crystal Falls Parkway Medians

BASE BID SCHEDULE

Bid Approx. Item Description Unit Item Quantity Unit and Written Unit Price Price Amount

1.1 1 LS Mobilization/ general requirements of contract for bid schedule no. 1 items. for______dollars and______cents $______$______

1.2 1 LS Compliance with SWPPP for______dollars and______cents $______$______

1.3 17 EA Single Water Service for Irrigation, complete in place per plan for______dollars and______cents $______$______

1.4 421 LF Bore or Directional Drilling for Water Service, complete in place per plan for______dollars and______cents $______$______

1.5 1,207 LF 1-1/2” SDR-9 Polyethylene Tubing, complete in place per plan for______dollars and______cents $______$______

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form

1.6 36 SY Pervious Concrete Sidewalk Cut and Repair, complete in place per plan for______dollars and______cents $______$______

1.7 910 LF Quarry Stone, complete in place per plan for______dollars and______cents $______$______

1.8 12 EA Red Bud (3” cal.) for______dollars and______cents $______$______

1.9 43 EA Cedar Elm (3” cal.) for______dollars and______cents $______$______

1.10 28 EA Lacy Oak (3” cal.) for______dollars and______cents $______$______

1.11 26 EA Chinkapin Oak (3” cal.) for______dollars and______cents $______$______

1.12 10 EA Goldenball Leadtree (3” cal.) for______dollars and______cents $______$______

1.13 63 EA Thornless Prickly Pear (5 gal.) for______dollars and______cents $______$______

1.14 1,123 EA Texas Betony (4”) for______dollars and______cents $______$______

1.15 456 EA Red Yucca (1 gal.) for______dollars and______cents $______$______

City of Leander Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Attachment E

1.16 235 EA Century Agave (5 gal.) for______dollars and______cents $______$______

1.17 464 EA Texas Lantana (1 gal.) for______dollars and______cents $______$______

1.18 1,236 EA Gulf Muhly (1 gal.) for______dollars and______cents $______$______

1.19 564 EA Autumn Sage (1 gal.) for______dollars and______cents $______$______

1.20 380 EA Autumn Sage ‘Tx Wedding’ (1 gal.) for______dollars and______cents $______$______

1.21 619 EA Black Dalea (1 gal.) for______dollars and______cents $______$______

1.22 166 EA Missouri Primrose (4”) for______dollars and______cents $______$______

1.23 292 EA Texas Sage (15 gal.) for______dollars and______cents $______$______

1.24 204 EA Velvet Leaf Senna (5 gal.) for______dollars and______cents $______$______

1.25 293 EA Wooly Stemodia (1 gal.) for______dollars and______cents $______$______

1.26 3,647 SY Decomposed Granite, complete in place per plan for______dollars $______$______

City of Leander Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Attachment E

and______cents

1.27 4,020 SY River Rock, complete in place per plan for______dollars and______cents $______$______

1.28 85 EA Boulders, complete in place per plan for______dollars and______cents $______$______

1.29 3,547 SY TifWay 419 Bermuda Sod, complete in place per plan for______dollars and______cents $______$______

1.30 31,923 SF Spray Irrigation, complete in place per plan for______dollars and______cents $______$______

1.31 70,155 SF Drip Irrigation, complete in place per plan for______dollars and______cents $______$______

1.32 3,469 LF Steel Edging, complete in place per plan for______dollars and______cents $______$______

BASE BID (Items 1.1 thru 1.32): $______

PLUS OWNER CONTINGENCY (5%) $ ______

TOTAL BASE BID $______

City of Leander Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Attachment E

ALTERNATE 1 - BID SCHEDULE

Bid Approx. Item Description Unit Item Quantity Unit and Written Unit Price Price Amount

A1.1 52 CY Street Excavation, complete in place as per plan for______dollars and______cents $______$______

A1.2 535 LF Concrete Curb & Gutter, complete in place per plan for______dollars and______cents $ $

A1.3 1 EA Single Water Service for Irrigation, complete in place per plan for______dollars and______cents $______$______

A1.4 66 LF Bore or Directional Drilling for Water Service, complete in place per plan for______dollars and______cents $______$______

A1.5 69 LF 1-1/2” SDR-9 Polyethylene Tubing, complete in place per plan for______dollars and______cents $______$______

A1.6 1 MO Barricades, Signs, and Traffic Handling, complete in place per plan for______dollars and______cents $______$______

City of Leander Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Attachment E

A1.7 9.1 SY Pervious Concrete Sidewalk Cut and Repair, complete in place per plan for______dollars and______cents $______$______

A1.8 1 EA Thornless Prickly Pear (5 gal.) for______dollars and______cents $______$______

A1.9 21 EA Texas Betony (4”) for______dollars and______cents $______$______

A1.10 6 EA Red Yucca (1 gal.) for______dollars and______cents $______$______

A1.11 3 EA Century Agave (5 gal.) for______dollars and______cents $______$______

A1.12 24 EA Gulf Muhly (1 gal.) for______dollars and______cents $______$______

A1.13 24 EA Autumn Sage (1 gal.) for______dollars and______cents $______$______

A1.14 11 EA Autumn Sage ‘Tx Wedding’ (1 gal.) for______dollars and______cents $______$______

A1.15 13 EA Black Dalea (1 gal.) for______dollars and______cents $______$______

A1.16 11 EA Texas Sage (15 gal.) for______dollars and______cents $______$______

City of Leander Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Attachment E

A1.17 9 EA Velvet Leaf Senna (5 gal.) for______dollars and______cents $______$______

A1.18 5 EA Wooly Stemodia (1 gal.) for______dollars and______cents $______$______

A1.19 102 SY Decomposed Granite, complete in place per plan for______dollars and______cents $______$______

A1.20 50 SY River Rock, complete in place per plan for______dollars and______cents $______$______

A1.21 5 EA Boulders, complete in place per plan for______dollars and______cents $______$______

A1.22 68 SY TifWay 419 Bermuda Sod, complete in place per plan for______dollars and______cents $______$______

A1.23 612 SF Spray Irrigation, complete in place per plan for______dollars and______cents $______$______

A1.24 1,056 SF Drip Irrigation, complete in place per plan for______dollars and______cents $______$______

A1.25 35 LF Steel Edging, complete in place per plan for______dollars and______cents $______$______

City of Leander Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Attachment E

ALLTERNATE 1 BID (Items A1.1 thru A1.25): $______

PLUS OWNER CONTINGENCY (5%) $ ______

TOTAL BID - ALTERNATE 1 $______

ALTERNATE 2 - BID SCHEDULE

Bid Approx. Item Description Unit Item Quantity Unit and Written Unit Price Price Amount

A2.1 122 CY Street Excavation, complete in place as per plan for______dollars and______cents $______$______

A2.2 921 LF Concrete Curb & Gutter, complete in place per plan for______dollars and______cents $______$______

A2.3 1 EA Single Water Service for Irrigation, complete in place per plan for______dollars and______cents $______$______

A2.4 70 LF Bore or Directional Drilling for Water Service, complete in place per plan for______dollars and______cents $______$______

A2.5 164 LF 1-1/2” SDR-9 Polyethylene Tubing, complete in place per plan for______dollars and______cents $______$______

A2.6 1 MO Barricades, Signs, and Traffic Handling, complete in place per

City of Leander Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Form Attachment E

plan for______dollars and______cents $______$______

A2.7 20 LF Quarry Stone, complete in place per plan for______dollars and______cents $______$______

A2.8 2 EA Cedar Elm (3” cal.) for______dollars and______cents $______$______

A2.9 3 EA Lacy Oak (3” cal.) for______dollars and______cents $______$______

A2.10 1 EA Thornless Prickly Pear (5 gal.) for______dollars and______cents $______$______

A2.11 59 EA Texas Betony (4”) for______dollars and______cents $______$______

A2.12 15 EA Red Yucca (1 gal.) for______dollars and______cents $______$______

A2.13 10 EA Century Agave (5 gal.) for______dollars and______cents $______$______

A2.14 42 EA Texas Lantana (1 gal.) for______dollars and______cents $______$______

A2.15 94 EA Gulf Muhly (1 gal.) for______dollars and______cents $______$______

A2.16 6 EA Autumn Sage (1 gal.) for______dollars and______cents $______$______

A2.17 17 EA Autumn Sage ‘Tx Wedding’ (1 City of Leander Crystal Falls Pkwy. Medians Bid Form Attachment E

gal.) for______dollars and______cents $______$______

A2.18 29 EA Black Dalea (1 gal.) for______dollars and______cents $______$______

A2.19 37 EA Missouri Primrose (4”) for______dollars and______cents $______$______

A2.20 10 EA Texas Sage (15 gal.) for______dollars and______cents $______$______

A2.21 9 EA Velvet Leaf Senna (5 gal.) for______dollars and______cents $______$______

A2.22 52 EA Wooly Stemodia (1 gal.) for______dollars and______cents $______$______

A2.23 325 SY Decomposed Granite, complete in place per plan for______dollars and______cents $______$______

A2.24 120 SY River Rock, complete in place per plan for______dollars and______cents $______$______

A2.25 10 EA Boulders, complete in place per plan for______dollars and______cents $______$______

A2.26 127 SY TifWay 419 Bermuda Sod, complete in place per plan for______dollars and______cents $______$______

City of Leander Crystal Falls Pkwy. Medians Bid Form Attachment E

A2.27 1,143 SF Spray Irrigation, complete in place per plan for______dollars and______cents $______$______

A2.28 4,053 SF Drip Irrigation, complete in place per plan for______dollars and______cents $______$______

A2.29 143 LF Steel Edging, complete in place per plan for______dollars and______cents $______$______

ALLTERNATE 2 BID (Items A2.1 thru A2.29): $______

PLUS OWNER CONTINGENCY (5%) $ ______

TOTAL BID - ALTERNATE 2 $______

City of Leander Crystal Falls Pkwy. Medians Bid Form Attachment E

PENAL SUM FORM

00430 BID BOND

Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable.

BIDDER (Name and Address):

SURETY (Name and Address of Principal Place of Business):

OWNER (Name and Address): City of Leander 200 W. Willis Street Leander, Texas 78641 BID Bid Due Date: , 2017 Description: Name: Landscape Planting and Irrigation for Crystal Falls Parkway Medians

BOND Bond Number: Date (Not earlier than Bid due date): Penal sum Five Percent of the Amount Bid $ (Words) (Figures)

Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative.

BIDDER SURETY (Seal) (Seal) Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal

By: By: Signature Signature (Attach Power of Attorney)

Print Name Print Name

Title Title

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Bond

PENAL SUM FORM

Attest: Attest: Signature Signature

Title Title Note: Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary.

1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder’s and Surety’s liability. Recovery of such penal sum under the terms of this Bond shall be Owner’s sole and exclusive remedy upon default of Bidder.

2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents.

3. This obligation shall be null and void if:

3.1 Owner accepts Bidder’s Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or

3.2 All Bids are rejected by Owner, or

3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof).

4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due.

5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety’s written consent.

6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date.

7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located.

8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Bond

PENAL SUM FORM

9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby.

10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect.

11. The term “Bid” as used herein includes a Bid, offer, or proposal as applicable.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Bid Bond

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT

THIS AGREEMENT is by and between City of Leander, Texas (“Owner”) and (“Contractor”). Owner and Contractor hereby agree as follows:

ARTICLE 1 – WORK

1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows:

The work consists altering medians and installing landscape and irrigation within the existing Crystal Falls Medians site. ARTICLE 2 – THE PROJECT

2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows:

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians

ARTICLE 3 – ENGINEER/DESIGN CONSULTANT

3.01 The Project has been designed by Halff Associates, Inc. (Engineer/Design Consultant), which is to act as Owner’s representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer/Design Consultant in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents.

ARTICLE 4 – CONTRACT TIMES

4.1 Time of the Essence

A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract.

4.2 Days to Achieve Substantial Completion and Final Payment

A. The Work will be substantially completed within 120 calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 140 calendar days after the date when the Contract Times commence to run.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Agreement Page 1 of 7

4.3 Liquidated Damages

A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 4.02 above for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 4.02 above for completion and readiness for final payment until the Work is completed and ready for final payment.

ARTICLE 5 – CONTRACT PRICE

5.1 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to Paragraphs 5.01.A, 5.01.B, and 5.01.C below:

A. For all Work, at the prices stated in Contractor’s Bid, attached hereto as an exhibit.

ARTICLE 6 – PAYMENT PROCEDURES

6.1 Submittal and Processing of Payments

A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer/Design Consultant as provided in the General Conditions.

6.2 Progress Payments; Retainage

A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor’s Applications for Payment on or about the last day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below. All such payments will be measured by the schedule of values established as provided in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements.

1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer/Design Consultant may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Agreement Page 2 of 7

a. 95 percent of Work completed (with the balance being retainage).

6.3 Final Payment

A. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer/Design Consultant as provided in said Paragraph 14.07.

ARTICLE 7 – NOT USED.

ARTICLE 8 – CONTRACTOR’S REPRESENTATIONS

8.1 In order to induce Owner to enter into this Agreement, Contractor makes the following representations:

A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents.

B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work.

D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities), if any, that have been identified in Paragraph SC-4.02 of the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in Paragraph SC-4.06 of the Supplementary Conditions as containing reliable "technical data."

E. Contractor has considered the information known to Contractor; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor’s safety precautions and programs.

F. Based on the information and observations referred to in Paragraph 8.01.E above, Contractor does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Agreement Page 3 of 7

G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents.

H. Contractor has given Engineer/Design Consultant written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer/Design Consultant is acceptable to Contractor.

I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.

ARTICLE 9 – CONTRACT DOCUMENTS

9.1 Contents

A. The Contract Documents consist of the following:

1. This Agreement

2. Performance bond

3. Payment bond

4. Bid bond

5. General Conditions

6. Supplementary Conditions

7. Specifications as listed in the table of contents of the Project Manual.

8. Drawings consisting of thirty-five (35) sheets bearing the following general title: Landscape Planting and Irrigation for Crystal Falls Parkway Medians

9. Addenda

10. Exhibits to this Agreement (enumerated as follows):

a. Contractor’s Bid

b. Documentation submitted by Contractor prior to Notice of Award

11. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto:

a. Notice to Proceed

b. Work Change Directives.

c. Change Orders.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Agreement Page 4 of 7

B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above).

C. There are no Contract Documents other than those listed above in this Article 9.

D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions.

ARTICLE 10 – MISCELLANEOUS

10.1 Terms

A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions.

10.2 Assignment of Contract

A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents.

10.3 Successors and Assigns

A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents.

10.4 Severability

A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Agreement Page 5 of 7

10.5 Contractor’s Certifications

A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05:

1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution;

2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and

4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Agreement Page 6 of 7

IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. Counterparts have been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or on their behalf.

This Agreement will be effective on (which is the Effective Date of the Agreement).

OWNER: CONTRACTOR City of Leander By: Christopher Fielder, Mayor By: Title: Mayor Title: (If Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Attest: Title: Title: Address for giving notices: Address for giving notices:

License No.: (Where applicable)

(If Owner is a corporation, attach evidence NOTE TO USER: Use in those states or other of authority to sign. If Owner is a public body, attach jurisdictions where applicable or required. evidence of authority to sign and resolution or other Agent for service of process: documents authorizing execution of this Agreement.)

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Agreement Page 7 of 7

PERFORMANCE BOND

THE STATE OF TEXAS § BOND NO.

COUNTY OF §

KNOW ALL BY THESE PRESENTS, THAT : of the City of ,County of ,and State of , as PRINCIPAL, and , a corporation organized and existing under the laws of and authorized under the laws of the State of Texas to act as SURETY on bonds for PRINCIPALS, are held and firmly bound unto the (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said PRINCIPAL and SURETY bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents:

WHEREAS, the PRINCIPAL has entered into a certain written Contract with the OWNER, dated the day of , 201 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 CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the said PRINCIPAL shall faithfully perform the work in accordance with the plans, specifications and under said Contract and shall in all respects duly and faithfully observe ad perform all and singular the covenants, conditions and agreements in and by said Contract agreed and covenanted by the PRINCIPAL to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, and shall fully indemnify and save the OWNER harmless from any loss, cost or damage by reason of PRINCIPAL’s failure to complete the work 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 Texas Gov. 2253 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.

In the event that the OWNER declares the PRINCIPAL in default under the Contract, the Surety will, within fifteen days of the OWNER’S declaration of such default, at OWNER’S election either: 1) take over and assume completion of said Contract and shall faithfully construct and complete said Contract in a good and workmanlike manner in accordance with the original schedule for completion, the approved Plans and Specifications, or 2) allow OWNER to draw on any part or all of the total amount of this bond by submitting a written request for a draw from the OWNER’S Public Works Director or designee to SURETY’S Attorney-in fact. Conditioned upon the Surety’s faithful performance of its obligation, the liability of the Surety for the Principal’s default shall not exceed the penalty of this bond.

The Surety agrees to pay the OWNER upon demand all loss and expense, including attorneys’ fees, incurred by the OWNER by reason of or on account of any breach of this obligation

City of Leander – Crystal Falls Medians Performance Bond Page 1 of 2

by the Surety. Provided further, that in any legal action be filed upon this bond, venue shall lie in the county where the work is to be constructed.

This Bond is a continuing obligation and shall remain in full force and effect until cancelled as provided for herein. This Bond may be cancelled upon Surety’s receipt of written notice of cancellation by the OWNER stating that the Contract has been completed and accepted by OWNER.

SURETY, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the Plans, specifications or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder.

IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this day of , 201_.

Principal Surety

By By

Title Title

Address Address

The name and address of the Resident Agent of Surety is:

(Seal)

City of Leander – Crystal Falls Medians Performance Bond Page 2 of 2

PAYMENT BOND

Bond No. Premium $

KNOW ALL MEN BY THESE PRESENTS, that (Contractor), City of , County of , and State of , hereinafter referred to as the Principal, and a corporation organized and existing under the laws of and authorized under the laws of the State of Texas to act as Surety on bonds for Principal, are held and firmly bound unto City , Texas as Obligee, in the penal sum of ($ ) DOLLARS, lawful money of the United States of America, for the payment of which well and truly to be made, the said Principals and Surety bind themselves, and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the PRINCIPAL has entered into a certain written Contract with the OWNER for the following project: , dated the day of , 201 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 CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the said Principals shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the project, then this obligation shall be void; otherwise to remain in full force and effect.

In the event that either Principal fails to promptly pay when due persons who have supplied labor, materials, or supplies used in the prosecution of the project, the Surety will, upon receipt of notice from the Obligee or a claim in the form required by law, satisfy all undisputed balances due, and make arrangements satisfactory to the interested parties to resolve all amounts disputed in good faith, but in no event shall the liability for the Surety for the Principal’s failure to promptly pay for labor, materials, or supplies exceed the penalty of this bond.

The Surety agrees to pay the Obligee upon demand all loss and expense, including attorneys’ fees, incurred by the Obligee by reason of or on account of any breach of this obligation by the Surety. Provided further, that in any legal action be filed upon this bond, venue shall lie in the county where the project is to be constructed.

PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Texas Government Code Chapter 2253 as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. This bond is made and entered for the protection of all claimants supplying labor and material in the prosecution of the project, and all such claimants shall have a direct right of action under the bond as provided in Section 2253.021, Texas Government Code, as amended. If any legal action is filed upon this bond, venue shall be in the county where the said project is to be

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Payment Bond

constructed.

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 hereunder, or the Plans, specifications or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder.

IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this day of , 201_.

Principal Surety

By By Name Name Title Title

Address Address

The name and address of the Resident Agent of Surety is:

(Seal)

City of Leander – Landscape Planting and Irrigation for Crystal Falls Parkway Medians Payment Bond

00700 GENERAL CONDITIONS

GENERAL CONDITIONS

1. DEFINITIONS. The following words, terms and phrases, when used in this Agreement, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning. Words not defined herein and of common usage in the construction trade shall, unless the context indicated a different meaning, have the meaning and usage given in the construction trade. Words used in the present tense include the future tense. Words used in the plural number include the singular, and words in the singular include the plural. The word "shall" is always mandatory. The word "herein" means in this Agreement. The word "regulations" means the provisions of any applicable ordinance, rule, regulation or policy. The word “person" means any human being or legal entity and includes a corporation, a partnership, and an incorporated or unincorporated association.

1.01. Calendar Day. A “calendar day” is any day of the week or month, no days being excepted.

1.02. City. Whenever the word “City” is used, it shall mean and be understood as referring to the City of Leander, Texas.

1.03. City’s Representative. Whenever the words “City’s Representative” or “Representative” are used, it shall mean and be understood as referring to the City Manager, or his designee, or the Director of the Parks & Recreation Department, who shall act as City’s agent. The City’s Representative may inspect and issue instructions but shall not directly supervise the Contractor.

1.04. Contract Amount. The term “Contract Amount” shall mean the price or prices shown in the Contractor’s Bid Proposal submitted for the Project and accepted by the City as shown in the signed Agreement, including proper additions and deductions as provided in the Contract Documents.

1.05. Contract Documents. The term “Contract Documents” shall mean those documents listed in Paragraph 2.01, together with the Plans & Specifications.

1.06. Contractor. Whenever the word “Contractor” is used, it shall mean the person(s), partnership, or corporation who has agreed to perform the work embraced in this Agreement and the other Contract Documents.

1.07. Engineer. The term "Engineer" shall mean the licensed professional engineer, or the registered professional architect, who signed and sealed the Plans & Specifications.

1.08. Extra Work. The term “Extra Work” shall mean and include work that is not covered or contemplated by the Contract Documents but that may be required by City’s Representative and approved by the City in writing prior to the work being done by the Contractor. If any Extra Work will increase the Contract Amount, or if any other change will increase or decrease the Contract Amount, a change order must be approved and executed as provided in this Agreement.

1.09. Final Completion. The term “Final Completion” shall mean that all the work has been completed, all final punch list items have been inspected and satisfactorily completed, all

payments to materialmen and subcontractors have been made, all documentation and warranties have been submitted, and all closeout documents have been executed and approved by the City.

1.10. Interpretation of Phrases. Whenever the words “directed”, “permitted”, “designated”, “required”, “considered necessary”, “prescribed”, or words of like import are used, it is understood that the direction, requirement, permission, order, designation, or prescription of City’s Representative is intended. Similarly, the words “approved”, “acceptable”, “satisfactory”, or words of like import shall mean approved by, accepted by, or satisfactory to City’s Representative.

1.11. Nonconforming work. The term “nonconforming work” shall mean work or any part thereof that is rejected by City’s Representative as not conforming with the Contract Documents.

1.12. Parties. The “parties” are the City and the Contractor.

1.13. Plans & Specifications. The Plans & Specifications are the design, plans, drawings, maps, and technical specifications for the Project as prepared by a licensed professional engineer or registered professional architect. The Plans & Specifications shall be a "Contract Document" as that term is used in this Agreement.

1.14. Project. The term “Project” shall mean and include all that is required to obtain a final product that is acceptable to the City. The term “work” shall have like meaning.

1.15. Subcontractor. The term “subcontractor” shall mean and include only those hired by and having a direct contact with Contractor for performance of work on the Project. The City shall have no responsibility to any subcontractor employed by a Contractor for performance of work on the Project, and all subcontractors shall look exclusively to the Contractor for any payments due.

1.16. Substantially Completed. The term “Substantially Completed” means that in the opinion of the City’s Representative the Project, including all systems and improvements, is in a condition to serve its intended purpose but still may require minor miscellaneous work and adjustment. Final payment of the Agreement Price, including retainage, however, shall be withheld until Final Completion and acceptance of the work by the City. Acceptance by the City shall not impair or waive any warranty obligation of Contractor.

1.17. Work. The term “work” as used in this Agreement shall mean and include all that is required herein to obtain a final product that is acceptable to the City. The term “Project” shall have like meaning. This Project and the Work are defined as: Veteran’s Park Phase 2, consisting of furnishing all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, bonds, and other accessories and services necessary to construct and complete the Veteran’s Park Phase 2, together with any and all extra work, in conformance with the Plans & Specifications and Contract Documents.

1.18. Working Day. A “working day” means any day not including Saturdays, Sundays, or legal holidays. 3

2. CONTRACT DOCUMENTS.

2.01. List of Contract Documents. The Contract Documents and their priority shall be as follows:

2.01.01. The signed Agreement 2.01.02. Addenda to the Contract Documents 2.01.03. General Conditions 2.01.04. Plans and Specifications 2.01.05. Instructions to Bidders and Notice to Bidders 2.01.06. Performance bond, Payment bonds, and Bid bonds 2.01.07. Contractor’s Bid Proposal 2.01.08. Statement of Bidder’s Safety Experience

2.02. Plans and Specifications. Where applicable, the Contractor will be furnished three (3) sets of plans, drawings, specifications, and related Contract Documents for its use during construction free of charge. Additional sets will be furnished upon request at the costs specified in Paragraph 2.04. Plans and specifications provided for use during construction shall be furnished directly to the Contractor only.

2.03. Subcontractors and Suppliers. The Contractor shall distribute copies of the plans and specifications to suppliers and subcontractors as necessary. The Contractor shall keep one (1) copy of the plans and specifications accessible at the work site with the latest revisions noted thereon. For proper execution of the work contemplated by this Agreement, additional sets of drawings, plans and specifications may be purchased by the Contractor.

2.04. Copies of Contract Documents. Additional copies of the Contract Documents may be obtained from Document Engine, 700 Jeffery Way, Suite 200, Round Rock, Texas, (512) 310- 8228, upon payment of the following charges:

Full set of Plans, Specifications and digital CD $100 per set + tax

3. AWARD OF CONTRACT.

3.01. Documentation Upon Award. Upon the award of the contract by the City Council, the parties shall execute this Agreement, and the Contractor shall deliver to City’s Representative all documents, bonds, and certificates of insurance required herein.

3.02. Time is of the Essence. Accordingly, the Contractor shall be prepared to perform the work in the most expedient and efficient possible manner in order to complete the work by the times specified in this Agreement for Substantial Completion and Final Completion. In addition, the Contractor’s work on the Project shall be commenced on the date to be specified in the notice to proceed (the "beginning date"). The notice to proceed may be given in writing or by oral notification by City’s Representative at the post-contract award conference. The notice to proceed may not be given, nor may any work be commenced, until this Agreement is fully 4

executed and complete, including all required exhibits and other attachments.

4. CITY’S REPRESENTATIVE.

4.01. Communications. The Contractor shall forward all communications, written or oral, to the City through the City’s Representative. A copy of all such communications shall be forwarded to the Engineer.

4.02. Inspections. The City’s Representative and the Engineer may periodically review and inspect the work of the Contractor, and may cause other qualified persons to inspect the work.

4.03. Subordinate Supervisors and Inspectors. The City’s Representative shall appoint, from time to time, such subordinate supervisors or inspectors as City’s Representative may deem proper to inspect the work performed under this Agreement and ensure that said work is performed in accordance with the plans and specifications.

4.04. Directions by City. The Contractor shall regard and obey the directions and instructions of City’s Representative or the Engineer, and any authorized subordinate supervisors or inspectors appointed by the City, provided such directions and instructions are consistent with the authority of the City under this Agreement, are not inconsistent with the rights, duties and obligations of the Contractor under this Agreement, and are not otherwise inconsistent or in conflict with the status of the Contractor as an independent contractor.

4.05. Appeal by Contractor. Should the Contractor object to any orders by the Engineer, any subordinate supervisor or inspector, the Contractor may, within two (2) days from receipt of such order, make written appeal to City’s Representative for his decision.

4.06. Engineer as City’s Representative. The Engineer will be a City representative during the construction period. The duties and responsibilities and the limitations of authority of the Engineer during construction are as set forth in this Agreement and any written agreement between the City and Land Design Partners related to the Project (the “Consulting Services Agreement”), and shall not be extended without written consent of the City and the Engineer. If the Engineer is designated by separate written instrument as the City Representative, the City shall never-the-less have and retain the authority to make additional reviews and inspections of the Work. The Contractor shall cooperate with the Engineer in the Engineer’s capacity as a City representative, including but not limited to the following:

4.06.01. The Contractor shall allow the Engineer access to the work site to review and inspect the progress of the Work. 4.06.02. The Contractor shall submit copies of all shop drawings, samples, change orders and payment applications to the Engineer and the City Representative for review. All change orders and payment applications must be approved in writing by the City Manager or his delegate. 4.06.03. Requests for information about the Plans and Specifications shall be submitted to the Engineer, with a copy of such request to the City’s Representative. Pursuant to applicable terms in the Consulting Services 5

Agreement and this Agreement, the Engineer will issue a written response (in the form of Drawings or otherwise) as the Engineer determines necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents; provided that no response requiring a change in the design, drawings or plan may be issued without the City's written approval. If Contractor believes that the Engineer’s written response justifies an increase in the Contract Amount or an extension of the time for performance and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in Section 17 or Section 22.

4.07. Authorized Variations in Work. The City Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Amount or the time for completion, do not require a change to the design, drawings or plan, and that are consistent with the overall intent of the Contract Documents. These may be accomplished by a field order and will be binding on City, and also on Contractor who shall perform the Work involved promptly; provided that, if any material change to the design, drawings, or plans and specifications const must be approved in writing by both the Engineer and the City Manager or his delegate. For the purposes of this Agreement, a "material change" in the design, plans and specifications is any change that varies from, or requires a modification to, the design, drawings or plans, or any change that increases or decreases the Contract Amount or time for performance. If Contractor believes that a field order justifies an increase in the Contract Amount or an extension of the time for performance and the parties are unable to agree as to the amount or extent thereof, the Contractor may make a claim therefor as provided in Section 17 or Section 22.

4.08. Rejecting Work. The City Representative will have authority to disapprove or reject Work that the City Representative believes to be defective, and will also have authority to require special inspection or testing of the Work at anytime, regardless of whether or not the Work is fabricated, installed or completed.

4.09. Unit Prices. Pursuant to the Consulting Services Agreement, the Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor, and will review with the Contractor preliminary determinations on such matters before rendering a written decision thereon.

4.10. Dispute Resolution. The City Representative will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Sections 17 and 22 in respect of changes in the Contract Amount or time for performance will be referred initially to the City Representative in writing with a request for a formal decision in accordance with this paragraph, which the City Representative will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to City Representative and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the event 6

giving rise thereto, and written supporting data will be submitted to the City Representative and the other party within sixty days after such occurrence unless the City Representative (with consent of the City and the Contractor) allows an additional period of time to ascertain more accurate data in support of the claim.

When functioning as interpreter and judge under this Section 4, the City Representative will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by City Representative pursuant to this Agreement with respect to any claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment by the Contractor-unless specifically agreed otherwise in writing by the parties prior to such application or payment) will be a condition precedent to any exercise by City or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by laws or regulations in respect of any such claim, dispute or other matter.

4.09. Limitation of Responsibilities. Neither Engineer’s authority to act under this Section 4 or elsewhere in the Contract Documents nor any decision made by the Engineer in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of the Engineer to Contractor, any subcontractor, any supplier, or any other person or organization performing any of the Work, or to any surety for any of them.

Whenever in the Contract Documents the terms “as ordered”, “as directed”, “as required”, “as allowed”, “as approved”, or terms of like effect or import are used, or the adjectives “reasonable”, “suitable”, “acceptable”, “proper” or “satisfactory” or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of Engineer, or the City Representative, as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indication otherwise). The use of any such term or adjective shall not be effective to assign to the Engineer or the City Representative any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of this Agreement.

The Engineer and the City Representative will not be responsible for Contractor’s means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and the Engineer and City Representative will not be responsible for Contractor’s failure to perform or furnish the Work in accordance with the Contract Documents.

The Engineer and the City Representative will not be responsible for the acts or omissions of Contractor or of any subcontractor, any supplier, or of any other person or organization performing or furnishing any of the Work.

5. INDEPENDENT CONTRACTOR.

5.01. Independent Contractor. In all activities or services performed hereunder, the Contractor is an independent contractor and not an agent or employee of the City. The Contractor, as an independent contractor, shall be responsible for the final product 7

contemplated under this Agreement. Except for materials furnished by the City, the Contractor shall supply all materials, equipment, and labor required for the execution of the work on the Project. The Contractor shall have ultimate control over the execution of the work under this Agreement. The Contractor shall have the sole obligation to employ, direct, control, supervise, manage, discharge, and compensate all of its employees and subcontractors, and the City shall have no control of or supervision over the employees of the Contractor or any of the Contractor’s subcontractors except to the limited extent provided for in this Agreement.

5.02. Control of the Work. The Contractor shall retain personal control and shall give its personal attention to the faithful prosecution and completion of the work and fulfillment of this Agreement. The subletting of any portion or feature of the work or materials required in the performance of this Agreement shall not relieve the Contractor from its obligations to the City under this Agreement. The Contractor shall appoint and keep on the Project during the progress of the work a competent Project Manager and any necessary assistants, all satisfactory to City’s Representative, to act as the Contractor’s representative and to supervise its employees and subcontractors. All directions given to the Project Manager shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work, and lack of such supervision shall be grounds for suspending the operations of the Contractor and is in breach of this Agreement.

5.03. Contractor Provided Materials and Equipment. Unless otherwise stipulated in writing, the Contractor shall provide and pay for all labor, materials, tools, equipment, transportation, facilities, and drawings, including engineering, and any other services necessary or reasonably incidental to the performance of the work by the Contractor. It shall be the responsibility of the Contractor to furnish a completed work product that meets the requirements of the City. Any additional work, material, or equipment needed to meet the intent of this specification shall be supplied by the Contractor without claim for additional payment, even though not specifically mentioned herein.

5.04. Contractor's Risk. Any injury or damage to the Contractor or the Project caused by an act of God, natural cause, a party or entity not privy to this Agreement, or other force majeure shall be assumed and borne by the Contractor.

6. DISORDERLY EMPLOYEES. The Contractor agrees to employ only orderly and competent employees skillful in the performance of the type of work required, and agrees that whenever City’s Representative shall inform the Contractor in writing that any person or persons on the work are, in his opinion, incompetent, unfaithful, or disorderly, such person or persons shall be discharged from the work and shall not again be re-employed on the site or the Project without City Representative’s written permission.

7. HOURS OF WORK. The Contractor shall work Monday through Friday from 7 a.m. to 6 p.m., exclusive of Saturdays, Sundays, or legal holidays, or such other regular hours as agreed by the City Representative. The Contractor may work overtime, weekends, and holidays only when approved in advance by the City’s Representative. The time for Substantial Completion shall not be affected in any way by inclusion of this section or by the City’s consent or lack of consent to work outside of the times specified in this Agreement.

8

8. NATURE OF THE WORK. It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground and soil, the nature of any structures, the character, quality, and quantity of the material to be utilized, the character of equipment and facilities needed for and during the prosecution of the work, the time needed to complete the work, Contractor’s ability to meet all deadlines and schedules required by this Agreement, the general and local conditions, and all other matters that in any way affect the work under this Agreement. However, the Contractor shall not perform any act or do any work on the Project that places the safety of persons at risk or potentially damages materials or equipment used in the Project, and the Contractor shall do nothing that would render any test or tests erroneous.

9. POST-AGREEMENT AWARD MEETINGS.

9.01. Award and Scheduling Conference. Prior to the commencement of the work, the parties shall meet and attend a post-agreement award meeting at the time and place determined by City’s Representative. At the post-agreement award meeting, the parties shall meet, discuss, and finalize all schedules, including commencement date, and/or specifications submitted for review. No later than ten (10) days prior to the post-agreement award meeting, the Contractor shall submit to City’s Representative the following written documents:

(a) Schedules of work contemplated, including the starting and ending date, as well as an indication of the completion of stages of work hereunder. (b) The names and addresses of all proposed subcontractors. (c) Schedules of the starting and ending dates of subcontractors and the scope of work contemplated for subcontractors. (d) Name, local office, phone number and addresses, and home phone numbers for the Contractor and its Project Superintendent/Manager. (e) For construction projects, four (4) copies of all shop and/or setting drawings or schedules for the submission thereof. (f) Where applicable, materials procurement schedules and material supplier names, addresses, and phone numbers.

9.02. Minutes of Meetings. The City’s Representative, within five (5) working days after the initial post-agreement award conference or any other meetings, may submit minutes of the meeting to the Contractor. The Contractor shall thereafter have five (5) working days to review the minutes and make its objections, changes, or reductions thereto in writing. The Contractor shall thereafter sign the minutes and promptly return them to City’s Representative. Where there is disagreement, City’s Representative will make the final determination.

10. PROGRESS OF WORK.

10.01. Contractor to Schedule Work. Unless otherwise specifically provided, the Contractor shall prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conducive to the economy of the Project; provided, however, that the order and time of prosecution shall be such that the Project shall be Substantially Completed in accordance with this Agreement, the plans and specifications, and within the time of completion designated in the proposals and schedules agreed upon by the parties.

9

10.02. Scheduling and Coordination. Further, the parties shall be subject to the following:

(a) The Contractor shall submit a progress schedule and payment schedule of the work contemplated by this Agreement at the initial post-agreement award meeting and subsequent meetings. (b) City’s Representative shall be entitled to make objections to the Contractor’s schedule submitted herein. The Contractor shall promptly resubmit a revised schedule to City’s Representative. (c) The Project Superintendent/Manager shall coordinate its activities with City’s Representative. If required by the City, the Contractor shall provide a weekly schedule of planned activities, which may be reviewed on a daily basis. (d) The Contractor shall submit, at such time as may reasonably be requested by City’s Representative, additional schedules that shall list 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 the estimated dates of completion of the several parts. (e) The Contractor shall attend additional meetings called by City’s Representative upon twenty-four (24) hours written notice unless otherwise agreed in writing by the parties. (f) When the City is having other work done, either by agreement or by its own force, City’s Representative may direct the time and manner of work done under this Agreement so that conflicts will be avoided and the various work being done by and for the City shall be coordinated. (g) In the event that it is determined by the City that the progress of the work is not in accordance with the approved progress and payment schedule, the City may so inform the Contractor and require the Contractor to take such action as is necessary to insure completion of the Project within the time specified.

10.03. Work Stoppage. If in the judgment of either the City or City’s Representative any of the work or materials furnished is not in strict accordance with this Agreement or any portion of the work is being performed so as to create a hazardous condition, the City may, in its sole discretion, order the work of the Contractor or any subcontractor wholly or partially stopped until any objectionable person, work, or material is removed from the premises. Such stoppage or suspension shall neither invalidate any of the Contractor’s performance obligations under this Agreement, including the time of performance and deadlines therefore, nor will any extra charge be allowed the Contractor by reason of such stoppage or suspension.

11. SITE CONDITIONS AND MANAGEMENT.

11.01. Verification and Measurements. Where the Contractor is working around or in existing structures, it shall verify conditions at the site, including but not limited to, door openings and passages. Any items constructed or manufactured off-site or outside of buildings shall be done so that they are not too bulky for existing facilities. The Contractor shall provide special apparatus as required to handle any such items. All special handling equipment charges shall be at the Contractor’s expense.

11.02. Utilities. The Contractor shall be responsible for all power, light, and water required to 10

perform the work.

11.03. Debris Free Site. Throughout the progress of the work, the Contractor shall keep the working area free from debris of all types, and remove from premises all rubbish, resulting from any work being done by him. At the completion of the work, the Contractor shall leave the premises in a clean and finished condition. Any failure to do so may be remedied and charged back to the Contractor.

11.04. Layout of Work. Except as specifically provided herein, the Contractor shall lay out all work in a manner acceptable to City’s Representative in accordance with applicable City of Leander codes and ordinances. City’s Representative or the Engineer will review the Contractor’s layout of all structures and any other layout work done by the Contractor at the construction meeting, or at the Contractor’s request, but this review does not relieve the Contractor of the responsibility of accurately locating all work in accordance with the plans and specifications.

11.05. Lines and Grades. All lines, grades, and construction staking shall be furnished by the Contractor. Sufficient staking materials and equipment shall be provided by the Contractor, including but not limited to: paint, flagging, laths, hubs, blue tops, nails, hammers, measuring chains or tapes, transits and levels.

11.06. Contractor’s Structures. The building or locating of structures for housing men or the erection of tents or other forms of protection will be permitted only at such places as City’s Representative shall permit. The Contractor shall not damage the property where such structures are allowed and shall at all times maintain sanitary conditions in and about such structures in a manner satisfactory to the City. The City may charge the Contractor for any damage or injury to the City, its property, or third persons as a result of the location or use of such structures.

12. MATERIALS.

12.01. General Materials Quality. Materials or work described in words that when so applied have well-known technical or trade meaning shall be held to refer to such recognized standards. All work shall be done and all materials furnished in strict conformity with these General Conditions, the other Contract Documents, and recognized industry standards.

12.02. Materials Purchase. All materials shall be approved by the City prior to purchase by the Contractor. Unless otherwise specified herein, the Contractor shall purchase all materials and equipment outright and shall not subject the materials and equipment utilized in the Project to any conditional sales agreement, bailment, lease, or other agreement reserving unto seller any right, title, or interest therein.

12.03. City Provided Materials. Where the City deems it necessary to supply materials, it may furnish to the Contractor a list of materials set forth in an attached “List of City Furnished Materials”. Upon receipt of said materials, the Contractor shall immediately furnish to the City a written receipt. Moreover, the Contractor shall, on behalf of the City, accept delivery of any materials set forth in the attached “List of Materials Ordered by the City”. Under such 11

circumstances, the Contractor shall promptly forward to the City for payment the supplier’s invoice together with the Contractor’s receipt in writing for such materials.

(a) Upon acceptance of the materials furnished or ordered by the City, the Contractor warrants that it shall properly handle, transport, store, and safeguard the materials.

(b) Further, the Contractor shall repair, repaint, or replace any and all materials or any part thereof damaged or stolen while in its possession. Such materials are considered to be in the Contractor’s possession from the moment the Contractor either accepts delivery of the materials or signs a receipt accepting delivery of said materials until the Project is accepted by the City’s Representative.

(c) Before transporting any of the materials furnished or ordered by the City, the Contractor shall establish to the City’s satisfaction that it has obtained insurance against losses, theft, damage, equal to or greater than the amounts spent by the City in securing said materials. It shall be incumbent upon the Contractor to verify the cost of materials.

(d) The City shall not be obligated to furnish materials in excess of the quantities, size, kind, and type set forth in the attached List of City Furnished Materials and List of Materials Ordered by the City. If the City furnishes, and the Contractor accepts, materials in excess thereof, the values of such excess materials shall be their actual cost as stated by the City.

(e) Upon delivery, the Contractor shall promptly receive, unload, transport, and handle all materials and equipment on the List of Materials Ordered by the City at its expense and shall be responsible for all shipping costs.

If no "List of City Materials" is attached, or if no "List of Materials Ordered by the City" is attached, then in that event the parts or portions of this Section 12.03 regarding such omitted list shall not be applicable.

12.04. Materials and Supplies. Upon request, the Contractor shall supply proof of quality and manufacturer. No refurbished, reconditioned, or other previously utilized materials or supplies will be used without the prior signed authorization of City’s Representative. The Contractor may utilize substitutes of equal quality and function only upon the prior written authorization of the City’s Representative. The City’s Representative may require documentation as to quality and function, including manufacturer’s specifications, to insure that the proposed substitute is equal to the required material or supply. The City’s Representative shall have sole discretion over the use of substitute materials and supplies. Except as agreed in writing by the City Representative and the Engineer, all materials, equipment and supplies installed or incorporated in the Project shall be new and comply with the approved specifications.

13. ENTRY, OBSERVATION, TESTING & POSSESSION.

13.01. City Access to the Site. The City reserves the right to enter the Project site or sites by such employee(s) or agent(s) as it may elect for the purpose of inspecting the work. The City 12

further reserves the right to enter the Project site or sites for the purpose of performing such collateral work as the City may desire.

13.02. Observation and Testing. The City’s Representative shall have the right, at all reasonable times, to observe and test the work. The Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location where the work or any part thereof is in preparation or progress. The Contractor shall ascertain the scope of any observation that may be contemplated by City’s Representative and shall give ample notice as to the time each part of the work will be ready for observation.

13.03. Uncovering Work. The City’s Representative may require Contractor to remove, dismantle, or uncover completed work. If the work is covered by the Contractor prior to inspection and is work that is required by the plans & specifications, accepted construction practices, the contract documents or the codes and ordinances of the City to be inspected prior to completion, the work will be uncovered and restored at the Contractor's sole expense. If any work is required to be uncovered and the work is not in accordance with the plans, specifications, or other Contract Documents, the Contractor shall pay the costs of repair and restoration of the work required to be removed, dismantled, or uncovered. If the work is in accordance with the plans, specifications, and other Contract Documents, the City shall pay the costs of repair and restoration of the work.

13.04. Use of Completed Portions. City shall have the right to take possession of and use any completed or partially completed portions of the Project prior to the time for completing the entire Project or such portions of the Project. The parties agree and understand that possession and use shall not constitute an acceptance of any work not completed in accordance with this Agreement.

14. REJECTED WORK.

14.01. Non-Compliant Work. All work deemed not in conformity with this Agreement as determined by the City in its sole discretion, may be rejected by the City. City’s Representative may reject any work found to be defective or not in accordance with the Contract Documents, regardless of the stage of the work’s completion or the time or place of discovery of such defects or inconsistencies and regardless of whether City’s Representative has previously accepted the work through oversight or otherwise. Neither observations nor inspections, tests, or approvals made by City’s Representative, or other persons authorized under this Agreement to make such observations, inspections, tests, or approvals, shall relieve the Contractor from the obligation to perform the work in accordance with the requirements of this Agreement and the other Contract Documents.

14.02. Remedial Action. If the work or any part thereof is not in conformity with this Agreement, it shall be rejected by the City’s Representative. Any remedial action required, as set forth herein, shall be at the Contractor’s expense, as follows:

(a) The Contractor may be required, at the City’s option, after notice from City’s Representative, to remedy such work so that it shall be in full compliance with this Agreement. All rejected work or materials shall be immediately replaced in order to 13

conform with this Agreement. (b) If the City deems it inexpedient to correct work damaged or not done in accordance with this Agreement, an equitable deduction from the agreed sum may be made by the City at the City’s sole discretion.

15. SUBCONTRACTING.

15.01. Direct Contractor Control. The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this Agreement. The Contractor further agrees that subletting of any portion or feature of the work or materials required in the performance of this Agreement shall not relieve the Contractor from its full obligation to the City as provided by this Agreement.

15.02. Approval of Subcontractors. Subcontractors must be approved by City’s Representative prior to hiring or beginning any work on the Project. If City’s Representative judges any subcontractor to be failing to perform the work in strict accordance with the drawings and specifications, the Contractor, after due notice, shall discharge the same, but this shall in no way release the Contractor from its obligations and responsibility under this Agreement. Every subcontractor shall be bound by the terms and provisions of this Agreement and the Contract Documents as far as applicable to their work. The Contractor shall be fully responsible to the City for the acts and omissions of its subcontractors. Nothing contained herein shall create any contractual or employment relations between any subcontractor and the City.

16. PAYMENT TERMS.

16.01. Progress Payment Applications. The Contractor shall submit applications for payment as provided for herein. Applications for payment will be processed by City’s Representative. On or before the first day of each month, the Contractor shall submit to City’s Representative, for approval or modification, a statement showing as completely as practicable the total value of the actual work performed by the Contractor and accepted by the City up to and including the last day of the preceding month. The statement shall also include the value of all materials not previously submitted for payment that have been delivered to the site but have not yet been incorporated into the work. The City will not will not pay for materials or equipment not incorporated into the work at the time of the progress payment application. Payment will be made by the City for materials once they have been incorporated into the work, in accordance with the Plans and Specifications and Contract Documents. With each application for payment, Contractor shall submit an affidavit verifying that all subcontractors have been paid for services rendered as of the date of the application for payment.

16.02. Progress Payments. On or before the 30th calendar day following the City’s receipt of a progress payment application made in conformity with Paragraph 16.01, the City shall pay to the Contractor the approved amount of the progress payment based on the Contractor’s applications for payment, and the recommendation and approval of City’s Representative. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage of work completed by the Contractor and accepted by the City, but in each case less 14

the aggregate of payments previously made, less retainage, and less amounts as City’s Representative shall determine and the City may withhold in accordance with this Agreement. Upon Final Completion and acceptance of the work in accordance with this Agreement, the City shall pay the remainder of the Contract Amount, less any sums withheld under other terms of this Agreement and less the retainage, which shall be retained for a period of forty-five (45) calendar days from the date of Final Completion.

16.03. Retainage. From each approved statement, the City shall retain until final payment, ten percent (10%), where the full Contract Amount is less than $400,000.00, and five percent (5%), where the full Contract Amount is $400,000.00 or more. The City may also retain from each approved statement any other sums authorized under the terms of this Agreement.

16.04. Unit Price Method. If the actual amount of work to be done and the materials to be furnished differ from estimates and where the basis for payment is the unit price method, then payment shall be for the actual amount of accepted work done and materials furnished on the Project.

16.05. Return of Materials. Reduction in the scope or quantity of work on unit price items shall merely reduce the number of units. In the event that materials have been delivered prior to notice of such reduction, the City will have the option either to pay freight & transportation costs and any re-stocking charges actually incurred by the Contractor or to purchase the materials. The Contractor shall never be entitled to anticipated or lost profits on the deleted or reduced portion of a job, whether bid on a unit price or lump sum basis.

16.06. Contractor Not to Obligate City The Contractor shall have the sole obligation to pay any and all charges or fees and give all notices necessary to and incidental to the lawful prosecution of the work hereunder. The Contractor shall not—and shall have no authority whatsoever—to obligate the City to make any payments to another party nor make any promises or representation of any nature on behalf of the City, without the specific written approval of the City.

16.7. Suspension of Payments. The City, at any time, may suspend monthly progress payments on the work if it determines that the projected liquidated damages may exceed retainage. The City, at any time, may suspend monthly progress payments if it believes that the Contractor will not complete the work due to actual default or that the Contractor has represented or done some act that indicates that it will not complete the work in accordance with this Agreement or within the time period submitted in its bid.

16.8. Withhold Funds. Regardless of any bond, the City may, on account of subsequently discovered evidence and in addition to the retainage withheld under Paragraph 16.03, withhold funds or nullify all or part of any acceptance or certificate to such extent as may be necessary to protect itself from loss on account of any of the following:

(a) Defective work. (b) Claims filed or reasonable evidence indicating probable filing of claims. (c) Failure of the Contractor to make prompt payments to subcontractors for labor or material or materialmen. 15

(d) Claims filed or reasonable evidence indicating damage to another by the Contractor. (e) Claims filed or reasonable evidence indicating damage to third parties, including adjacent property owners. (f) Claims filed or reasonable evidence indicating unremedied damage to property owned by the City. (g) City’s determination of an amount of liquidated damages. (h) Charges made for repairs to the Contractor’s defective work or repairs made by the City to correct damage to other property. (i) Other amounts authorized under this Agreement.

17. EXTRA WORK CHARGES.

17.01. Change Order Approval. No changes shall be made, nor will bills for changes, alterations, modifications, deviations, and extra orders be recognized or paid for except upon the written order from authorized personnel of the City.

17.02. Limits on Change Orders. “Extra Work”, as defined in Paragraph 1.08 and authorized through written change orders, and pursuant to Section 252.048(d) of the Texas Local Government Code, the original contract price may not be increased by more than twenty- five percent (25%). Written change orders that do not exceed twenty-five percent (25%) of the original Contract Amount may be made or approved by the City Manager or his delegate if the total of the change order(s), in the aggregate, is less than Twenty-five Thousand Dollars ($25,000.00). Changes in excess of Twenty-five Thousand Dollars ($25,000.00) must be approved by the City Council prior to commencement of the services or work. Any requests by the Contractor for a change to the Contract Amount shall be made prior to the beginning of the work covered by the proposed change or the right to payment for Extra Work shall be waived.

17.03. Completion of Work and Extra Work. The Contractor shall complete all work as specified or indicated in the Contract Documents. The Contractor shall complete all Extra Work in connection therewith. All work and materials shall be in strict conformity with the specifications. The Substantial Completion of the work shall not excuse the Contractor from performing all the work undertaken, whether of a minor or major nature, and thereby completing the Project in accordance with the Contract Documents. In the event that the Contractor fails to perform the work as required for Substantial Completion or Final Completion, the City may contract with a third party to complete the work and the Contractor shall assume and pay the costs of the performance of the work as contracted.

(a) The Contractor shall perform all Extra Work pursuant to the executed Change order and subject to the monitoring and inspection by the City’s Representative, when presented with a written work order signed by City.

(b) No claim for Extra Work of any kind will be allowed unless ordered in writing by the City. In case any orders or instructions appear to the Contractor to involve Extra Work for which it should receive compensation or an adjustment in the construction time, it shall make written request to City’s Representative for a written order from City authorizing such Extra Work. Each request by the Contractor for a Change Order shall specify the amount of the requested or proposed increase or the decrease 16

in the Contract Amount.

(c) Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefor, and the City insists upon its performance, then the Contractor shall proceed with the work after making written requests for written orders in a change order and shall keep adequate and accurate account of the actual field costs therefor, as provided under Method C.

(d) It is also agreed that the compensation to be paid to the Contractor for performing Extra Work shall be determined by one or more of the following methods:

Method A-By agreed unit prices, or Method B-By agreed lump sum, or Method C-If neither Method A nor Method B is agreed upon before the Extra Work is commenced, then the Contractor shall be paid the actual field cost of the work.

(e) Method A - Unit Prices. The Contractor agrees to perform Extra Work for the unit prices in the Contractor’s Proposal. The Contractor also agrees and warrants that when it is necessary to construct units not shown in the Contract Documents, it shall construct such units for a price arrived at as follows:

(1) The cost of materials shall be determined by the invoices;

(2) The cost of labor shall be the reasonable cost thereof, as determined by the City, but in no event shall it exceed an amount determined by calculating the ratio of the total labor costs to the total costs to the total material costs in the section of the Proposal involved, and multiplying the cost of materials for the unit in question by this ratio. Provided, however, that the ratio shall be calculated for only those units that are similar to the new unit for which a price is to be determined.

(f) Method B - Lump Sum. The lump sum shall be reasonably close to the amount for similar work previously done or combinations of similar units. Invoices for materials used shall be provided in support of the agreed lump sum.

(g) Method C - Actual Field Costs. The actual field cost is hereby defined to include the cost of all applicable workmen and laborers, as well as materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used for such Extra Work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such Extra Work, including social security, old age benefits, maintenance bonds, public liability, property damage, workers’ compensation, and all other insurance as may be required by law or ordinances or required and agreed to by the City or City’s Representative. City’s Representative may direct the form in which accounts of the actual field costs shall be kept and records of these accounts shall be made available to City’s Representative. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100%), unless otherwise specified, of the latest schedule of

17

equipment and ownership expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written Extra Work order. The actual field costs to be paid to the Contractor shall cover and compensate him for its profit, overhead, general superintendence, field office expenses, and all other elements of cost and expense not embraced within the actual field costs as herein defined. Actual field costs shall not exceed the prevailing market price therefor within reasonable tolerances as determined by City’s Representative.

17.04. Timely Notice of Change Orders Required. If the Contractor or City, as applicable, believes a change order is required or justified to increase or to decrease the Contract Amount or the time for completion of the Work, the Contractor or City shall promptly give written notice to the other party and the Engineer that a change order will be requested. This requirement shall extend to and include requests for extensions or reductions of time for completion due to weather and all other causes. The Contractor or the City shall, in any event, within thirty (30) days after occurrence of the action or event giving rise to the request for a change order, submit a requested change order to the Engineer and the other party. Each such requested change order submitted shall be complete and signature ready, and specific as to the requested change, including the amount, if any, by which the Contract Amount is proposed to be increased or decreased. Unless extended by written agreement, or by the Engineer after an appeal that is filed within sixty (60) days after the event or action giving rise to a request for a change order, a change order for which notice and request is not given within thirty (30) days of the event or action giving rise to the request for the change order shall be waived.

18. TIME OF COMPLETION.

18.01. Beginning and Substantial Completion Dates. The date of beginning, the time for Substantial Completion and Final Completion of work as specified in this Agreement are essential conditions of this Agreement.

18.02. Notice to Proceed. The work embraced by this Agreement shall be commenced on the date specified in the notice to proceed. Said notice to proceed may be given orally or set by the City’s Representative at the post-award conference.

18.03. Substantial Completion Date. The work shall be Substantially Completed within the time bid, which shall run from the date when the notice to proceed is given by City’s Representative. The Work shall be substantially completed within the time period set forth in the Agreement.

18.04. Final Completion Date. The work shall reach Final Completion and be ready for final payment within thirty (30) working days from the date of Substantial Completion.

19. SUBSTANTIAL COMPLETION.

19.01. Notice of Substantial Completion. The Contractor shall notify City’s Representative when, in the Contractor’s opinion, the contract is Substantially Completed. Within ten (10) calendar days after the Contractor has given City’s Representative written notice that the work 18

has been Substantially Completed, City’s Representative shall inspect the work for the preparation of a final punch list.

(a) If City’s Representative and the City find that the work is not Substantially Completed, then they shall so notify the Contractor who shall then complete the work. City’s Representative shall not be required to provide a list of unfinished work. (b) If the City Representative and City find that the work is Substantially Completed, the City shall issue to the Contractor its certificate of Substantial Completion.

19.02. No Delay After Substantial Completion. The Substantial Completion of the work shall not excuse the Contractor from performing all of the work undertaken in a timely manner, whether of a minor or major nature, and thereby completing the Project in accordance with the Contract Documents.

20. FINAL COMPLETION.

20.01. Notice of Final Completion. Contractor shall notify the City’s Representative when it believes that the work has reached Final Completion as defined in Paragraph 1.09. If the City’s Representative and the City accept and deem such work Finally Complete, then Contractor shall be so notified and certificates of completion and acceptance, as provided herein, shall be issued. A complete itemized statement of this Agreement account, certified by the City’s Representative as correct, shall then be prepared and delivered to Contractor. Contractor or City, as the case may be, shall pay the balance due as reflected by said statement within ten (10) calendar days, less any retainage, which shall be held for a period of forty-five (45) calendar days after Final Completion. At the expiration of the forty-five (45) calendar day period, City shall release any unclaimed retainage.

20.02. Required Certifications. The Contractor shall procure all required certificates of acceptance or completions issued by state, municipal, or other authorities and submit the same to the City. The City may withhold any payments due under this Agreement until the necessary certificates are procured and delivered.

20.03. Workmanship. Neither the final payment nor any acceptance nor certificate nor any provision of this Agreement shall relieve the Contractor of any responsibility for faulty workmanship or materials. At the option of the City, the Contractor shall remedy any defects and pay for any damage to other work that may appear after final acceptance of the work.

21. DELAYS.

21.01. Calendar Day Job. This is a calendar day job and the Contractor shall have the obligation to complete the work and obtain final acceptance of the work within the contract term. The Contractor, in undertaking to complete the work within the times herein fixed, has taken into consideration and made allowance for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or delays arising from inclement weather or otherwise.

19

21.02. Discretionary Delay By the City. The City may, in its sole discretion, by written notice delay the work during inclement weather in order to preserve the Project, insure safety of work forces, and the preservation of materials and equipment. Only in such event and upon a written request from the Contractor, the City may grant an extension of time pursuant to Paragraph 22 to offset for such stoppage of the work.

21.03. Change Order for City Delay. In the event of delays resulting from changes ordered in the work by the City or other delays caused by the City or for the City’s convenience, the Contractor may apply to the City for an increase in the time permitted for completion of the work and/or recovery of incidental damages resulting from increased storage costs or other costs necessary to protect the value of the work. In no event shall any consequential or other damages be allowed or any other charges or claims be made by the Contractor for hindrances or delays resulting from any other cause.

22. EXTENSIONS OF TIME. The Contractor has submitted its proposal in full recognition of the time required for the completion of this Project, taking into consideration all factors including, but not limited to the average climatic range and industrial conditions. The Contractor has considered the liquidated damage provision of this Agreement and understands and agrees that it shall not be entitled to, nor will it request, an extension of time for either Substantial Completion or Final Completion, except when the work has been delayed by one or more of the following:

(1) an act or neglect of the City, the City’s Representative, employees of the City, or other contractors employed by the City; (2) by changes ordered in the work, or reductions thereto approved in writing; (3) by “rain days” (days with rainfall in excess of one-tenth of an inch) during the term of this Agreement that exceed the average number of rain days for such term for this locality, both as determined by the Austin area weather service; or (4) by other causes that the City and the Contractor agree may reasonably justify delay and that were beyond the Contractor’s reasonable control and ability to estimate, predict, or avoid, such as delays caused by unforeseen labor disputes, fire, natural disasters, acts of war, and other rare and unpredictable events. This term does not include normal delays incident to the delivery of materials, tools, or labor that reasonably could have been predicted and/or accounted for in the Contractor’s proposal or decision to bid.

If one or more of the foregoing conditions is present, the Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by the City’s Representative. Within ten (10) calendar days after receipt of a written request for an extension of time, which is supported by all requested documentation, the City shall, in writing and in its sole discretion, grant or deny the request. Under no circumstances shall any extension of time by the City be valid and binding unless it is in writing and in conformity with the other terms of this Agreement.

23. LIQUIDATED DAMAGES.

23.01. Agreed Damages. The time for the Substantial and Final Completion of the work described herein are reasonable times for the completion of each, taking into consideration all 20

conditions, including but not limited to the average climatic conditions and usual industrial conditions prevailing in this locality. The amount of liquidated damages for the Contractor’s failure to meet the deadlines for Substantial and/or Final Completion are fixed and agreed on by the Contractor because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages that the City would in such an event sustain. The amounts to be charged are agreed to be damages the City would sustain and shall be retained by the City from current periodic estimates for payment or from final payment.

23.02. Per Diem Liquidated Damages. If the Contractor should neglect, fail, or refuse to either Substantially Complete or Finally Complete the work within the time herein specified, or any proper extension thereof granted by the City’s Representative pursuant to the terms of Paragraph 22 of this Agreement, then the Contractor does hereby agree as part of the consideration for the awarding of this Agreement that the City may permanently withhold from the Contractor’s total compensation the sum of Two Hundred Fifty and no/100 DOLLARS ($250.00) for each and every calendar day that the Contractor shall be in default after the time stipulated for Substantial Completion and/or Final Completion, not as a penalty, but as liquidated damages for the breach of this Agreement. It being specifically understood that the assessment of liquidated damages may be imposed for any failure to meet either or both of the deadlines for Substantial Completion and Final Completion.

24. CHARGES FOR INJURY OR REPAIR.

24.01. Damages to the Work. The Contractor shall be liable for any damages incurred or repairs made necessary by reason of its work and/or caused by the Contractor, its employees, agents, officers, representatives, subcontractors and materials suppliers. Repairs of any kind required by the City will be made and charged to the Contractor by the City.

24.02. Protect the Work. The Contractor shall take the necessary precautions to protect any areas adjacent to its work.

24.03. Work Includes All Repairs. The work specified consists of all work, materials, and labor required by the City to repair any damage to the property of the City, including but not limited to structures, roadways, curbs, parking areas, and sidewalks.

25. WARRANTY.

25.01. One Year Warranty. Upon issuance of a certificate of Final Completion, the Contractor warrants for a period of one (1) year as follows:

The Contractor warrants that all materials provided to the City under this Agreement shall be new unless otherwise approved in advance by City’s Representative and that all work will be of good quality, free from faults and defects, and in conformance with this Agreement, the other Contract Documents, and recognized industry standards.

25.02. Defective Work. All work not conforming to these requirements, including but not limited to unapproved substitutions, may be considered defective. 21

25.03. Rights not Waived. This warranty is in addition to any rights or warranties expressed or implied by law and in addition to any consumer protection claims arising from misrepresentations by the Contractor.

25.04. Greater Warranty Term. Where more than a one (1) year warranty is specified for individual products, work, or materials, the longer warranty shall govern.

25.05. Warranty Covered by Bonds. This warranty obligation shall be covered by any performance or payment bonds tendered in compliance with this Agreement. The final completion and acceptance of the Project shall be subject to this Section 25 and the one year warranty. Excluding abandonment or default by the Contractor prior to final completion, the statute of limitations provided in Sec. 2253.078, Tex. Gov't. Code, shall not begin to run until the expiration of the one year warranty period.

25.06. Defective Work Discovered During Warranty Period. If any of the work is found or determined to be either defective, including obvious defects, or otherwise not in accordance with this Agreement within one (1) year after the date of the issuance of a certificate of Final Completion of the work or a designated portion thereof, whichever is longer, or within one (1) year after acceptance by the City of designated equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by this Agreement, the Contractor shall promptly correct the defective work at no cost to the City.

25.07. Warranty Work. After receipt of written notice from the City to begin corrective work, the Contractor shall promptly begin the corrective work. The obligation to correct any defective work shall survive the termination of this Agreement. The guarantee to correct the defective work shall not constitute the exclusive remedy of City, nor shall other remedies be limited to the terms of either the warranty or the guarantee.

25.08. Notice to Surety. If within ten (10) calendar days after the City has notified the Contractor of a defect, failure, or abnormality in the work, the Contractor has not started to make the necessary corrections or adjustments, the City may file a claim under the Performance and Payment Bonds and is hereby authorized to make the corrections or adjustments, or to order the work to be done by a third party. The cost of the work shall be paid by the Contractor.

25.09. Cost of Warranty Work. The cost of all materials, parts, labor, transportation, supervision, special instruments, and supplies required for the replacement or repair of parts and for correction of defects shall be paid by the Contractor or by the surety.

25.10. Warranty of Repair Work. The guarantee shall be extended to cover all repairs and replacements furnished, and the term of the guarantee for each repair or replacement shall be one (1) year after the installation or completion. The one (1) year warranty shall cover all work, equipment, and materials that are part of this Project, whether or not a warranty is specified in the individual section of the Contract Documents that prescribe that particular aspect of the work.

26. PAYMENT OF EMPLOYEES, SUBCONCTRACTORS & SUPPLIERS. 22

26.01. Wage Rates. Pursuant to Section 2258.023(a), Texas Government Code, wage rates paid by the Contractor and any subcontractor on this Project shall be not less than the general prevailing rate of per diem wages for work of a similar character in this locality as specified in the schedule of general prevailing rates of per diem wages set forth in Section 04-Wage Rates, of the Special Conditions.

26.02. Statutory Penalty. Pursuant to Section 2258.023(b), Texas Government Code, if the Contractor or any subcontractor violates the requirements of Paragraph 26.01, the Contractor or subcontractor as the case may be shall pay the City Sixty Dollars ($60.00) for each worker employed for each calendar day or part of the day that the worker is paid less than the stipulated wage rates. The Contractor shall be responsible for compliance by its subcontractors and the payment of any such penalty that is payable by a subcontractor. The Contractor shall be entitled to collect from the subcontractor any such penalty paid for the subcontractor.

26.03. Weekly Payroll. The Contractor and each subcontractor shall pay all of their employees engaged in work on the Project in full (less mandatory legal deductions) in cash or by check readily cashable, without discount, no less than once each week.

26.04. Payroll Documentation. No later than the seventh (7th) calendar day following the payment of wages, the Contractor must file with City’s Representative a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, their classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll and that no rebates or deductions (except as shown) have been made or will be made in the future from the wages therein shown.

26.05. Payment of Subcontractors. The Contractor shall be solely and exclusively responsible for compensating any of the Contractor’s employees, subcontractors, materialmen and/or suppliers of any type or nature whatsoever and for insuring that no claims or liens of any type arising out of or incidental to the performance of any services performed pursuant to this Agreement are filed, or attempted to be filed, against any property owned by the City. In the event a statutory notice of claim or attempted lien is sent to the City, the Contractor shall, where no payment bond covers the work, upon written notice from the City, immediately obtain a bond at its expense and hold the City harmless from any losses that may result from the filing or enforcement of any said claim or lien notice. In the event that the Contractor defaults in the provision of the bond, the City may withhold such funds as are necessary to assure the payment of such claim until litigation determines to whom payment shall be made.

26.06. Affidavit of Bills Paid. Each application for payment made by the Contractor after the first application for payment shall include an affidavit by the Contractor stating that all bills for labor, materials, and incidentals submitted by subcontractors, materialmen or third parties and included in any prior application for payment have been paid in full. Prior to Final Acceptance of the Project, the Contractor shall provide a notarized affidavit stating that all bills for labor, materials, and incidentals incurred have been paid in full, that any claims from manufacturers, materialmen, and subcontractors have been released, and that there are no claims pending of which the Contractor has been notified.

23

27. INSURANCE.

27.01. Required Insurance Coverage. The Contractor shall procure and maintain at its sole cost and expense for the duration of this Agreement insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, volunteers, employees, or subcontractors. The Contractor’s insurance coverage shall be primary insurance with respect to the City, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees, or volunteers shall be considered in excess of the Contractor’s insurance and shall not contribute to the coverage required to be provided by Contractor or to any claim made against the Contractor or any subcontractor or materialmen of the Contractor. Further, the Contractor shall include all subcontractors as additional insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. All Certificates of Insurance and endorsements shall be furnished to the City’s Representative at the time of execution of this Agreement, which shall be incorporated herein by reference as part of this Agreement, and approved by the City before work commences.

27.02. Standard Insurance Policies Required.

(a) Commercial General Liability Policy (b) Business Automobile Liability Policy (c) Excess/Umbrella Liability Policy (d) Workers’ Compensation Policy

27.03. General Requirements Applicable to All Policies.

(a) Only Insurance Carriers licensed and admitted to do business in the State of Texas will be accepted. (b) Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. (c) “Claims Made” policies will not be accepted. (d) Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City of Leander, Texas. (e) Upon request, certified copies of all insurance policies shall be furnished to the City of Leander, Texas. (f) The City of Leander, Texas, its officials, employees, and volunteers, are to be added as “Additional Insured” to the General and Business Automobile Liability policy. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees, or volunteers.

27.04. Commercial General Liability.

(a) General Liability insurance shall be written by a carrier with an A:VIII or better rating in accordance with the current Best Key Rating Guide. 24

(b) Minimum of $1,000,000.00 per occurrence for bodily injury and property damage; $2,000,000.00 aggregate. (c) Coverage shall be at least as broad as Insurance Service’s Office Number CG 00 01. (d) No coverage shall be deleted from the standard policy without notification of individual exclusions being attached for review and acceptance. (e) The coverage shall include but not be limited to the following: premises/operations; independent contracts; products/completed operations; contractual liability (insuring the indemnity provided herein); and where exposures exist, “Explosion, Collapse, and Underground” coverage.

27.05. Business Automobile Liability.

(a) Business Automobile Liability insurance shall be written by a carrier with an A:VIII or better rating in accordance with the current Best Key Rating Guide. (b) Minimum Combined Single Limit of $1,000,000.00 per occurrence for bodily injury and property damage. (c) The Business Auto Policy must show Symbol 1 in the Covered Autos Portion of the liability section in Item 2 of the declarations page. (d) The coverage shall include owned or leased autos, non-owned autos, and hired cars.

27.06 Umbrella/Excess Liability. In addition to all other liability insurance coverage required to be provided by the Contractor pursuant to this Section 27, the Contractor shall provide an umbrella/excess liability policy. The coverage limit minimum shall not be less than $1,000,000.00

27.07. Workers’ Compensation Insurance.

(a) Pursuant to the requirements set forth in Title 28, Section 110.110, Texas Administrative Code, all employees of the Contractor, all employees of any and all subcontractors, and all other persons providing services on the Project must be covered by a workers’ compensation insurance policy: either directly through their employer’s policy (the Contractor’s or subcontractor’s policy) or through an executed coverage agreement on an approved TWCC form. Accordingly, if a subcontractor does not have his or her own policy and a coverage agreement is used, contractors and subcontractors must use that portion of the form whereby the hiring contractor agrees to provide coverage to the employees of the subcontractor. The portion of the form that would otherwise allow them not to provide coverage for the employees of an independent contractor may not be used.

(b) The workers’ compensation insurance shall include the following terms: (i) Employer s liability limits of $1,000,000.00 for each accident is required. (ii) “Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04”, shall be included in this policy. (iii) Texas must appear in Item 3A of the Workers’ Compensation coverage or Item 3C must contain the following: All States except those listed in Item 3A and the States of NV, ND, OH, WA, WV, and WY.

25

(c) The following shall be a requirement of this this Agreement and, pursuant to the explicit terms of Title 28, Section 110.110(c)(7), Texas Administrative Code, the bid specifications, and this Agreement, all subcontracts on this Project must include the following terms and conditions in the following language, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation:

“A. Definitions:

"Certificate of coverage (“certificate”) - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers’ Compensation Commission, or a coverage agreement (TWCC-81, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the project.

"Duration of the project - includes the time from the beginning of the work on the project until the Contractor’s/person’s work on the project has been completed and accepted by the governmental entity.

"Persons providing services on the project (“subcontractors” in §406.096, Texas Labor Code]) – includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. “Services” include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. “Services” does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.

"B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project.

"C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract.

"D. If the coverage period shown on the Contractor’s current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended.

26

"E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity:

(1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and

(2) no later than seven calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project.

"F. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter.

"G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 calendar days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project.

"H. The Contractor shall post on each project site a notice, in the text, form, and manner prescribed by the Texas Workers’ Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage.

"I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to:

(1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project;

(2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the project;

(3) provide the Contractor prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

27

(4) obtain from each other person with whom it contracts, and provide to the Contractor:

(a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;

(6) notify the governmental entity in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and

(7) contractually require each person with whom it contracts, to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services.

"J. By signing this contract, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission’s Division of Self-lnsurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.

"K. The Contractor’s failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the governmental entity.”

27.08. Certificates of Insurance. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent, and shall contain the following provisions and warranties:

(a) The company is licensed and admitted to do business in the State of Texas. (b) The insurance policies provided by the insurance company are underwritten on forms that have been provided by the Texas State Board of Insurance or ISO. 28

(c) All endorsements and insurance coverages are provided according to requirements and instructions contained herein. (d) The form of the notice of cancellation, termination, or change in coverage provisions to the City of Leander, Texas. (e) Original endorsements affecting coverage required by this section shall be furnished with the certificates of insurance.

28. BOND PROVISIONS.

28.01. Performance and Payment Bonds. Pursuant to Section 2253.021, Texas Government Code, for all public works contracts with governmental entities, a payment bond is required if the Contract Amount exceeds $25,000, and a performance bond is required if the Contract Amount exceeds $100,000. If the Contract Amount is below those amounts, the City may require payment and/or performance bonds for this Agreement and the Work. In the event a performance or payment bond or both is required either by law or in the City’s discretion, such bonds shall be executed and provided in accordance with all requirements of Article 7.19-1, Texas Insurance Code, and Chapt. 2253, Tex. Gov't. Code, and all other applicable law, and the following:

(a) The Contractor shall execute performance and payment bonds for the full Contract Amount. (b) The bond surety shall be authorized under the laws of the State of Texas to provide a performance and payment bond and shall have attached proof of authorization of the surety to act in the performance and payment of bonds. (c) The Contractor shall provide original, sealed, and complete copies of the executed bonds at the time of execution of this Agreement and prior to the commencement of work. Copies of the bonds shall be incorporated herein by reference as a part of this Agreement. (d) The performance and payment bonds shall remain in effect for a period of one (1) year after Final Completion of the work and shall be extended for any warranty work to cover the warranty period. The statute of limitations provided in Sec. 2253.021, Tex. Gov't. Code, shall not begin to run until the earlier of abandonment by or termination of the Contractor, or the expiration of the one year warranty period. (e) If at any time during the execution of this Agreement in the required period thereafter, the bond or bonds become invalid or ineffective for any reason, the Contractor shall promptly supply within ten (10) days such other bond or bonds, which bond or bonds shall assure performance or payment as required.

28.02. Changes in the Work. The Contractor may make such changes and alterations as the City may require in the work or any part thereof without affecting the validity of this Agreement and any accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for any claim for damages or anticipated profits. If the City makes changes or alterations that render useless any work already done or material already used in said work, then the City 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. 29

29. SURETY.

29.01. Abandonment or Termination. If the Contractor has abandoned the Project or the City has terminated the contract for cause and the Surety, after notice demanding completion is sent, fails to commence the completion of the work in a timely manner and compliance with this Agreement, then the City at its option may provide for completion of the work in either of the following manners:

(a) The City may employ such force of men and use of instruments, machinery, equipment, tools, materials, and supplies as said the City may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials, and supplies to said the Contractor, and the expense so charged shall be deducted and paid by the City out of such monies as may be due or that may thereafter at any time become due to the Contractor and Surety.

(b) The City may, after notice published as required by law, accept sealed bids and let this Agreement for the completion of the work under substantially the same terms and conditions that are provided in this Agreement. In case of any increase in cost to the City under the new agreement as compared to what would have been the cost under this Agreement, such increase shall be charged to the Contractor and the surety shall be and remain bound therefor. However, should the cost to complete such new agreement prove to be less than that which would have been the cost to complete the work under this Agreement, the Contractor shall be credited therewith after all deductions are made in accordance with this Agreement.

(c) In addition to, or in lieu of, either of the foregoing options the City may take any other action permitted by law, or pursue any and all remedies available at law or in equity against the Contractor and/or the Surety.

29.02. Security for Completion Costs. If the Surety fails to undertake and complete the work, and the cost to complete the work exceeds the Contract Amount and the Contractor fails to pay the amount due to the City within the time designated 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 at its respective address designated in this Agreement; provided, however, that actual written notice given in any manner shall satisfy this condition. After mailing, or otherwise giving such notice, such property shall be held at the risk of the Contractor subject only to the duty of City to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice, the City may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the Contractor. Such sale may be made at either public or private sale, with or without notice, as City may elect. The City shall release any machinery, equipment, tools, materials, or supplies which remain on the job site and belong to persons other than the Contractor to their proper owners.

29.03. Release. In the event the account shows that the cost to complete the work is less than that which would have been the cost to City had the work been completed by the Contractor 30

under the terms of this Agreement, or when the Contractor shall pay the balance shown to be due by them to the City, then all machinery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the Contractor.

29.04. Reservation of Rights Under Bonds. If a performance and a payment bond has been provided for this Agreement, such bonds shall be and remain in full force and effect as provided by law and the City may act to enforce or require performance by the Surety. If the Contractor abandons the work, is terminated for cause, or fails to comply with the warranty during the warranty period, and the Surety does not agree to promptly proceed to complete the work, no term, provision or condition of this Agreement, no action by the City to protect the work, or the City's investment in the work, or to complete the work, or to obtain any remedy against the Contractor, shall be or constitute a waiver of any right or cause of action under the bonds.

30. COMPLIANCE WITH LAW.

30.01. Materials. The Contractor’s work and materials shall comply with all state and federal laws, municipal ordinances, regulations, and directions of inspectors appointed by proper authorities having jurisdiction.

30.02. Codes, Rules and Regulations. The Contractor shall perform and require all subcontractors to perform the work in accordance with applicable laws, codes, ordinances, and regulations of the State of Texas and the United States and in compliance with OSHA and other laws as they apply to its employees. In the event any of the conditions of the specifications violate the code for any industry, then such code conditions shall prevail.

30.03. Erosion Control. The Contractor shall follow all applicable state and federal laws, municipal ordinances, and guidelines concerning soil erosion and sediment control throughout the Project and warranty term.

31. SAFETY PRECAUTIONS.

31.01. Contractor Responsibility. Safety precautions at the site are a part of the construction techniques and processes for which the Contractor shall be solely responsible. The Contractor is solely responsible for handling and use of hazardous materials or waste, and informing employees of any such hazardous materials or waste. The Contractor shall provide copies of all hazardous materials and waste data sheets to the Leander Fire Department. The Contractor shall, at minimum, comply with all laws, rules and regulations, and recognized and accepted indusrtry practices, applicable to safety precautions, notices and warnings.

31.02. Notices and Warnings. The Contractor has the sole obligation to protect or warn any individual of potential hazards created by the performance of the work set forth herein. The Contractor shall, at its own expense, take such precautionary measures for the protection of persons, property, and the work as may be necessary.

31.03. Damages. The Contractor shall be held responsible for all damages to property, personal injuries and/or death due to failure of safety devices of any type or nature that may be required to protect or warn any individual of potential hazards created by the performance of the 31

work set forth herein; and when any property damage is incurred, the damaged portion shall immediately be replaced or compensated for by the Contractor at its own cost and expense. It is specifically provided however that nothing in this Section 31 shall be construed or interpreted as waiving any legal defense available to the Contractor, or creating any additional causes of action or additional rights on behalf of any third party.

32. TRENCH SAFETY. This Section 32 shall be applicable if any part of the work includes trenching. The Contractor must comply with Texas law regarding trench excavation if any trench exceeding five feet in depth is part of the work, and in accordance with the following items:

32.01. State and Federal Regulations. The Contractor must comply with the requirements of Tex. Health & Safety Code, §756.022-023 (Vernon 1992), as amended, and the requirements of 29 C.F.R., Sections 1926.650 through 1926.653 inclusive, “Excavation, Trenching and Shoring,” of the Occupational Safety and Health Administration Standards, as amended.

32.02. Separate Pay Items. The Contractor must include a separate pay item for trench safety complying with trench safety requirements, stating a unit price per linear foot of trench safety systems, as measured along the centerline of trench including manholes and other line structures.

32.03. Safety Program. Before beginning work on this project, the Contractor must submit to the City a complete trench safety program that complies with state and federal regulations. It is the sole duty, responsibility and prerogative of the Contractor, not the City, to determine the specific applicability of the designed trench safety systems to each field condition encountered on the project.

32.04. Trench Safety Inspections. The Contractor must provide the City the name of the “competent person” required by OSHA standards to perform the trench safety inspections. The Contractor must make daily inspections to ensure that the systems comply with all applicable laws and regulations, and must maintain a permanent record of daily inspections available for examination by the City or other government authority.

32.05. Precautionary Work Stoppage on Trench. If evidence of possible cave-ins or slides is apparent, the Contractor must cease all work in the trench and surrounding area until the necessary precautions have been taken by the Contractor to safeguard personnel entering the trench.

33. INDEMNITY.

33.01. Indemnification. Contractor shall indemnify the City for its liability, including that arising from the City’s concurrent negligence. To the fullest extent permitted by law, the Contractor agrees to and shall indemnify, hold harmless, and defend the City, its officers, agents, and employees from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, except liability excluded by paragraph 33.02 of this Contract, including all expenses of litigation, court costs, and attorney’s fees for injury to or death of any person, for damage to any property, or for any breach of contract, arising out of or in connection 32

with the work done by the Contractor under this Agreement, provided that any such claim, loss, damage, cause of action, suit, or liability is caused in whole or in part by an act or omission of the Contractor, any subcontractor, or any person or organization directly or indirectly employed by any of them to perform or furnish work on the Project. This indemnity shall apply regardless of whether such injuries, death, damages, or breach are caused in part by the negligence or omission of the City, any other party indemnified hereunder, the Contractor, or a third party.

33.02. Specific Instances. The indemnifications contained in Section 33.01 shall include but not be limited to the following specific instances: (a) In the event the City is damaged due to the act, omission, mistake, fault, or default of the Contractor, then the Contractor shall indemnify and hold harmless and defend the City for such damage. (b) The Contractor shall indemnify and hold harmless and defend the City from any claims for payment for goods or services brought by any material suppliers, mechanics, laborers, or other subcontractors. (c) The Contractor shall indemnify and hold harmless and defend the City from any and all injuries to or claims of adjacent property owners caused by the Contractor, its agents, employees, and representatives. (d) The Contractor shall be responsible for any damage to the floor, walls, etc., caused by the Contractor’s personnel or equipment during installation. (e) The Contractor shall also be responsible for the removal of all related debris. (f) The Contractor shall also be responsible for subcontractors hired by it. (g) The Contractor shall indemnify, hold harmless, and defend the City from any liability caused by the Contractor’s failure to comply with applicable federal, state, or local regulations, that touch upon or concern the maintenance of a safe and protected working environment and the safe use and operation of machinery and equipment in that working environment, no matter where fault or responsibility lies.

33.03. Limitation of Indemnity to Engineer. The obligations of the Contractor under this Section 33 shall NOT require the Contractor to indemnify or hold harmless a registered architect, licensed engineer or an agent, servant, or employee of a registered architect or licensed engineer from liability for damage that: (i) is caused by or results from: (A) defects in plans, designs, or specifications prepared, approved, or used by the architect or engineer; or (B) negligence of the architect or engineer in the rendition or conduct of professional duties called for or arising out of this Contract and the plans, designs, or specifications that are a part of this Contract; or (ii) that arises or results from, or is caused by, actions or a failure to act by any person other than the Contractor or the employees, agents, officers, subcontractors, or materials suppliers of the Contractor.

33

34. RELEASE. The Contractor assumes full responsibility for the work to be performed hereunder, and hereby releases, relinquishes, and discharges the City, its officers, agents, attorneys, and employees from all claims, demands, and causes of action of every kind and character, including the cost of defense thereof, for any injury to or death of any person (whether employees of either party or other third parties) and any loss of or damage to any property (whether property of either of the parties hereto, their employees, or of third parties) that is caused by or alleged to be caused by, arising out of, or in connection with the Contractor’s work to be performed hereunder. This release shall apply regardless of whether said claims, demands, and causes of action are covered in whole or in part by insurance, and in the event of injury, death, property damage, or loss suffered by the Contractor, any subcontractor, or any person or organization directly or indirectly employed by any of them to perform or furnish work on the Project, this release shall apply regardless of whether such injury, death, loss, or damage was caused in whole or in part by the negligence of the City.

35. PERMITS AND LICENSES. The Contractor shall secure and pay for all necessary permits and licenses, governmental fees, and inspections necessary for the proper execution and completion of the work, including but not limited to site development permits, building permits, and Texas Department of Transportation permits for work in rights-of-way under the control of the State. During this Agreement term and/or period during which the Contractor is working, it shall give all notices and comply with all laws, ordinances, rules, regulations, and lawful orders of any public authority bearing on the performance of the work.

36. ROYALTIES AND LICENSING FEES. The Contractor shall pay all royalties and licensing fees. The Contractor shall hold the City harmless and indemnify the City from the payment of any royalties, damages, losses, or expenses including attorney’s fees for suits, claims or otherwise, growing out of infringement or alleged infringement of patents, materials, and methods used in the Project. It shall defend all suits or claims for infringement of any patent rights. Further, if the Contractor has reason to believe that the design, service, process, or product specified is an infringement of a patent, it shall promptly give such information to City’s Representative.

37. ABANDONMENT.

37.01. Notice to Surety. In case the Contractor should abandon or fail or refuse to resume work after written notification or if the Contractor fails to comply with the orders of City’s Representative when such orders are consistent with this Agreement, and the City Representative declares the work to be abandoned, then the surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor.

37.02. Notice of Abandonment. After receiving 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 may be held for use on the work by the City or the surety of the Contractor, or any other Contractor, in completion of the work. 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 in this Agreement). If the use of such equipment and materials will ultimately reduce the cost to complete the work, that reduction shall be reflected in the final settlement. 34

37.03. Deemed Abandonment. The Work may, in the sole discretion of the City, be deemed abandoned, if, after commencement of the Work, the Contractor fails to have workmen on the site for ten (10) consecutive days. Any days that the City Representative determines should not be a workday solely because of weather conditions shall not be counted as days. The work shall not be deemed to be abandoned until the first to occur of the following: written notice of abandonment is given by the Contractor to the City; the City gives the Contractor written notice that the Contractor has, pursuant to the terms of this Agreement, abandoned the work; or, if applicable, the City receives written notice that the Contractor has filed for bankruptcy.

38. BREACH OF CONTRACT & DAMAGES

38.01. Breach. The City shall have the right to declare the Contractor in breach of this Agreement for cause when the City determines that this Agreement is not being performed according to its understanding of the intent and meaning of this Agreement. Such breach shall not in any way invalidate, abrogate, or terminate the Contractor’s obligations under this Agreement.

38.02. Cure and Remedy. Without prejudice to any other legal or equitable right or remedy that the City would otherwise possess hereunder or as a matter of law, the City upon giving the Contractor five (5) calendar days prior written notice shall be entitled to damages for breach of contract, upon but not limited to the following occurrences:

(a) If the Contractor shall fail to remedy any default, or if such default cannot be promptly cured to commence curing such default and pursue such cure in a prompt and timely manner, after written notice thereof from City’s Representative, as City’s Representative shall direct; or (b) If the Contractor shall fail to comply with the terms and provisions of this Agreement for any reason, other than the failure by City’s Representative to make payments called upon when due; or (c) If the Contractor commits a substantial default under any of the terms, provisions, conditions, or covenants contained in this Agreement.

39. TERMINATION FOR CAUSE. Without prejudice to any other legal or equitable right or remedy that the City would otherwise possess hereunder or as a matter of law, the City upon giving the Contractor five (5) calendar days prior written notice shall be entitled to terminate this Agreement in its entirety at any time for any of the following:

39.01. Insolvency. If the Contractor becomes insolvent, commits any act of bankruptcy, makes a general assignment for the benefit of creditors, or becomes the subject of any proceeding commenced under any statute or law for the relief of debtors; or

39.02. Receivership. If a receiver, trustee, or liquidator of any of the property or income of the Contractor shall be appointed; or

39.03. Failure to Prosecute Work. If the Contractor shall fail to prosecute the work or any part thereof with diligence necessary to insure its progress and completion as prescribed by the 35

time schedules; or

39.04. Failure to Cure. If the Contractor shall fail to remedy any default within ten (10) calendar days after written notice thereof from City’s Representative, or if such default cannot be remedied within that time the Contractor fails to commence cure and to pursue and obtain cure in a prompt and timely fashion, as City’s Representative shall direct; or

39.05. Continuing Failure to Comply. If the Contractor shall after notice fail to comply with the requirements of this Agreement on a continuing or repeated basis for any reason, other than the failure by City’s Representative to make payments called upon when due; or

39.06. Substantial Default. If the Contractor commits a substantial default under any of the terms, provisions, conditions, or covenants contained in this Agreement.

40. TERMINATION FOR CONVENIENCE.

40.01. Notice of Termination. The performance of the work may be terminated at any time or, from time to time, in whole or in part, by the City for its convenience. Any such termination shall be effected by delivery to the Contractor of a written notice (notice of termination) specifying the extent to which performance of the work is terminated, and the date upon which termination becomes effective.

40.02. Payment of Incurred Costs. In the event of termination for convenience, the Contractor shall only be paid its reimbursable costs incurred prior to the effective date of the termination notice and shall not be entitled to receive any further payments not previously earned by the Contractor hereunder except as provided in Section 40.03 below, and shall be further subject to any claim the City may have against the Contractor under other provisions of this Agreement or as a matter of law, including the refund of any overpayment of reimbursable costs and/or fee paid.

40.03. Overhead and Profit. It is recognized that a portion of the Contractor's overhead, set- up, mobilization and profits will be recovered in each progress payment. In the event of termination for convenience and a resolution of the amount, if any, due the Contractor under 40.02 above to cover the actual expenses and remaining actual liability (excluding costs referred to in section 40.04 below) incurred by the Contractor under this Agreement, the Contractor shall be paid an amount to cover overhead, lost profits, set-up and move in costs, equal to seven percent (7%) of the total agreed value of the work remaining to be completed upon issuance of the notice of termination. The Contractor shall execute and deliver to the City a full and complete release upon payment of such amount.

40.04. Subcontractors and Materials Suppliers. The Contractor shall contract with its subcontractors and materials suppliers in a manner to give effect to this Section 40 and the right of the City to terminate for convenience without any liability to such subcontractors or materials suppliers.

41. RIGHT TO COMPLETE. If this Agreement is terminated, the City shall have the right but shall not be obligated to complete the work itself or by others; and to this end, the City shall be entitled 36

to take possession of and use such equipment and materials as may be on the job site, and to exercise all rights, options, and privileges of the Contractor under its subcontracts, purchase orders, or otherwise; and the Contractor shall promptly assign such rights, options, and privileges to City. If the City elects to complete the work itself or by others, pursuant to the foregoing, then the Contractor will reimburse City’s Representative for all costs incurred by the City (including, without limitation, applicable, general, and administrative expenses, and field overhead, and the cost of necessary equipment, materials, and field labor) in correcting work by the Contractor that fails to meet any requirement of this Agreement or the other Contract Documents.

42. CLOSE OUT.

42.01. General Actions. After receipt of a notice of termination, whether for cause or convenience, unless, otherwise directed by City’s Representative, the Contractor shall, in good faith and to the best of its ability, do all things necessary in the light of such notice to assure the efficient and proper closeout of the terminated work (including the protection of City’s property). Among other things, the Contractor shall, except as otherwise directed or approved by City’s Representative, do the following:

(a) Stop the work on the date and to the extent specified in the notice of termination; (b) Place no further orders or subcontracts for services, equipment, or materials, except as may be necessary for completion of such portion of the work as is not terminated; (c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination; (d) Assign to City, in the manner and to the extent directed by it (if any), all of the right, title, and interest of the Contractor under the orders or subcontracts so terminated; in which case, City’s Representative shall have the right to settle or pay any or all claims arising out of the termination of such orders and subcontracts; (e) With the approval of City’s Representative, settle all outstanding liabilities and all claims arising out of such termination, orders, and subcontracts; (f) Deliver to City’s Representative, when directed by City’s Representative all documents and all property, which if the work had been completed, Contractor would have been required to account for or deliver to City’s Representative, and transfer title to such property to City’s Representative to the extent not already transferred; and/or

42.02. Close Out After For Cause Termination. In the event of termination for cause, the Contractor shall only be paid its reimbursable costs incurred prior to the effective date of the termination notice, less costs and damages to the City, and shall not be entitled to receive any further payments hereunder, and shall be further subject to any claim the City may have against the Contractor under other provisions of this Agreement or as a matter of law, including the refund of any overpayment of reimbursable costs and/or fees paid. Costs incurred after the effective date of the notice of termination shall not be treated as reimbursable costs unless they relate to carrying out the unterminated portion or taking closeout measures.

43. HIRING. During the term of this Agreement and for a period of one (1) year thereafter, the Contractor agrees not to solicit for hire any employee or employees of the City that were associated with work specified under this Agreement. In the event that this provision is breached by the Contractor, the Contractor agrees to pay the City damages in the amount equal 37

to twelve (12) months of the employee’s total compensation plus any legal expenses associated with enforcement of this provision.

44. ASSIGNMENT. This Agreement and the rights and obligations contained herein may not be assigned by the Contractor without the prior written approval of the City.

45. OTHER TERMS.

45.01. Invalidity. If any provision of this Agreement shall be held to be invalid, illegal, or unenforceable by a court or other tribunal of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. The parties shall use their best efforts to replace the respective provision or provisions of this Agreement with legal terms and conditions approximating the original intent of the parties.

45.02. Written Notice. Unless otherwise specified, 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 any officer of the corporation for whom it is intended or if it is delivered or sent certified mail to the last business address as listed herein. Each party will have the right to change its business address by at least thirty (30) calendar days written notice to the other parties in writing of such change.

45.03. Appropriations. Notwithstanding any provision contained herein, the financial obligations of the City contained herein are subject to and contingent upon appropriations by the City Council of such funds or other revenues being available, received and appropriated by the City in amounts sufficient to satisfy said obligations. In no event shall this instrument be construed to be a debt of the City.

45.04. No Joint Venture, Agency, Joint Enterprise. This Agreement shall not be construed to establish a partnership, joint venture, agency, or joint enterprise, express or implied, nor any employer-employee or borrowed servant relationship by and among the Parties hereto. Nor shall this Agreement be construed to create or grant rights, contractual or otherwise, to any other person or entity not a party to this contract. Each party shall remain solely responsible for the proper direction of its employees and an employee of one shall not be deemed an employee or borrowed servant of the other for any reason.

45.05. No Third Party Beneficiaries. Nothing herein shall ever be construed to confer upon any third person any rights, benefits or remedies, contractual or otherwise, as a third party beneficiary by reason of this Agreement.

45.06. Governmental Immunity. Nothing in this Agreement shall be deemed to waive, modify or amend any legal defense available at law or in equity to either the City or its officers and employees. Neither the City, nor its officers and employees waives, modifies or alters to any extent whatsoever the availability of the defense of governmental immunity under the laws of the State of Texas.

45.07. Entire Agreement. It is understood that this Agreement contains the entire agreement between the parties and supersedes any and all prior agreements, arrangements, or 38

understandings between the parties relating to the subject matter. No oral understandings, statements, promises, or inducements contrary to the terms of this Agreement exist. This Agreement cannot be changed or terminated orally. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this Agreement, shall affect or modify any of the terms or obligations hereunder.

45.08. Amendment. No amendment to this Agreement shall be effective and binding unless and until it is reduced to writing and signed by duly authorized representatives of both parties.

45.09. Litigation Costs. In the event of litigation concerning the subject matter of this Agreement, the prevailing party shall be entitled to reimbursement for all of its attorney’s fees, court costs, and other litigation costs, if, and only if, such prevailing party is awarded remedies or damages with a value that exceeds by ten percent (10%), or more, the best offer of resolution made by the non-prevailing party prior to litigation or within sixty (60) days after the date suit is filed.

45.10. Arbitration. In the event of a dispute and upon the mutual written consent of both parties, the parties may agree to arbitration without waiving any of their other rights hereunder.

45.11. Choice of Law and Place of Performance. This Agreement has been made under and shall be governed by the laws of the State of Texas. Performance and all matters related thereto shall be in Williamson County, Texas, United States of America.

45.12. Authority to do Business. The Contractor represents that it has a certificate of authority, authorizing it to do business in the State of Texas, a registered agent and registered office during the duration of this contract.

45.13. Authority to Contract. Each party has the full power and authority to enter into and perform this Agreement, and the person signing this Agreement on behalf of each party has been properly authorized and empowered to enter into this Agreement. The persons executing Agreement hereby represent that they have authorization to sign on behalf of their respective corporations.

45.14. Waiver. Failure of any party, at any time, to enforce a provision of this Agreement shall in no way constitute a waiver of that provision nor in any way affect the validity of this Agreement, any part hereof, or the right of the City thereafter to enforce each and every provision hereof. No term of this Agreement shall be deemed waived or breach excused unless the waiver shall be in writing and signed by the party claimed to have waived. Furthermore, any consent to or waiver of a breach will not constitute consent to or waiver of or excuse of any other different or subsequent breach.

45.15. Headings, Gender, Number. The article headings are used in this Agreement for convenience and reference purposes only and are not intended to define, limit, or describe the scope or intent of any provision of this Agreement and shall have no meaning or effect upon its interpretation. Words of any gender used in this Agreement shall be held and construed to include any other gender, and words in the singular number shall be held to include the plural, and vice versa, unless the context requires otherwise. 39

45.16. Agreement Read. The parties acknowledge that they have read, understand, and intend to be bound by the terms and conditions of this Agreement.

45.17. Multiple Originals. It is understood and agreed that this Agreement may be executed in a number of identical counterparts, each of which shall be deemed an original for all purposes.

40

Page

SECTION 32 93 00 – PLANTING

PART 1 – GENERAL

1.01 GENERAL CONDITIONS

The requirements of the "General Conditions of the Contract" and General Requirements, shall apply to all work of this Section with the same force and effect as though repeated in full herein.

1.02 SCOPE OF WORK

Furnish all labor, material, equipment and services necessary to provide all landscape planting, complete in place, as shown on drawings and/or specified herein.

1.03 QUALITY ASSURANCE

A. Source Quality Control:

1. Submit documentation to Project landscape architect within fifteen (15) days after award of Contract that all plant material is available and has been purchased, contracted to be grown, or reserved. Contractor shall be responsible for all material listed on plant list. Any and all substitutions due to unavailability must be requested in writing prior to com- mencement of installation. All materials shall be subject to inspection by Project Land- scape Architect at any time after confirmation of ordering.

2. Plants shall be subject to inspection and approval of Project landscape architect at place of growth or upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. Plant materials ap- proved by the Project Landscape Architect shall be tagged with non-removable tags sup- plied by contractor with the project name. Tags shall remain until approval and ac- ceptance of plant material on site.

3. Inspection and tagging of plant material by the Project Landscape Architect is for design intent only and does not constitute the Project Landscape Architect's approval of the plant materials in regards to their health and vigor as specified in Section 2. The health and vigor of the plant material is the sole responsibility of the Contractor.

4. The Contractor shall submit samples and/or specifications of any item being used on site as listed in section 2 herein.

5. Applicable standards for plant material shall be:

a. American Standard for Nursery Stock, latest edition. b. American Joint Committee on Horticultural Nomenclature, latest edition.

1.04 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Delivery

1. Deliver fertilizer and other packaged materials to site in original unopened containers bearing manufacturers guaranteed chemical analysis, name, trademark, and conform- ance to State Law.

2. The Contractor shall furnish Project Landscape Architect with copies of receipts for all

Halff Associates 9-2016 PLANTING 32 93 00 - 1

amendments specified in this Section. 3. Deliver all plants with legible identification labels stating proper botanical names and siz- es indicated on plant list. 4. Protect plant material during delivery to prevent damage to root ball, trunks or branches, or desiccation of leaves.

5. The Contractor shall notify the Project Landscape Architect seven (7) days in advance of delivery of all plant materials and shall submit an itemized list of the plants in each deliv- ery.

6. Department of Agriculture certificate shall accompany all grass seed and each delivery of sod used for solid sod or plugging to certify genetic identity and shall be furnished to the Owner.

B. Storage:

1. Maintain and protect plant material, including solid sod, not to be planted within twenty- four (24) hours in a healthy, vigorous condition.

2. Store plant material, including solid sod, in shade and protect from weather. Contractor to provide all water and protection necessary to keep plant material from freezing or dry- ing.

3. Tree delivery and installation shall be coordinated such that they are completed on the same day. Should planting be unavoidably delayed, Contractor shall protect rootballs with a covering material such as sand or mulch, keeping trees in an upright or inclined manner, or other manner acceptable to the Project Landscape Architect.

C. Handling:

1. The Contractor is cautioned to exercise care in handling, loading, unloading and storing of plant materials. Plant materials that have been damaged in any way will be discarded and if installed, shall be replaced with undamaged materials at the Contractor's expense.

2. Under no circumstances is plant material to be handled by stem or trunk. All trees are to be handled with flexible straps secured around rootball.

3. Contractor to protect tree trunks and tree limbs from damage during planting with carpet or burlap strips.

1.05 JOB CONDITIONS

A. Work continuously on the site with exception of bad weather delays until the project is com- pleted and as called for in the General Conditions.

B. Schedule: Install trees, shrubs, and liner stock plant material before lawn installation has commenced. Contractor to coordinate work with all other trades as stated in General Condi- tions.

1.06 GUARANTEE AND REPLACEMENT

A. All plant material installed under the Contract shall be guaranteed to remain alive and in healthy, vigorous condition for a period of one year after date of written Final Acceptance of project landscape installation.

B. Replace all plant materials that are dead, dying, unhealthy or unsightly as determined by the

Halff Associates 9-2016 PLANTING 32 93 00 - 2

Project Landscape Architect. Replacements shall be in accordance with the drawings and specifications and shall be guaranteed as set forth in Section A above. The cost of re- placements is at the Contractor's expense. Material is to be replaced within fifteen (15) days of written notice by Owner or Project Landscape Architect.

C. Warranty shall not include damage or loss of plants due to acts of God, theft, fire, acts of vandalism, or negligence on the part of the Owner, as determined by the Project Landscape Architect.

D. Contractor shall remove all staking, guying and wrapping materials at the end of the guarantee period.

PART 2 - PRODUCTS

2.01 MATERIALS

A. General: All materials shall be of standard, approved and first-grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged ma- terial shall be delivered to the site in the original unopened container bearing the manufactur- er's guaranteed analysis. Contractor shall supply Project Landscape Architect with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis. Contractor shall submit a list and manufacturer's product information, including MSDS sheets, of all chemicals to be used on site to Owner for approval prior to any chemical application.

B. Organic Amendment to be composted mulch as manufactured by “Garden-Ville”, “Living Earth Technology", or approved equal. Submit sample and analysis for approval.

C. Soil Amendments:

1. Soil sulfur: Agricultural grade sulfur containing a minimum of 99% sulfur (expressed as elemental). 2. Iron sulfate: 20% Iron (expressed as metallic iron), derived from ferric and ferrous sul- fate, 10% sulfur (expressed as elemental). 3. Gypsum: Agricultural grade product containing 98% minimum calcium sulfate. 4. Pre-Emergent Herbicide: Surflan or approved equal.

D. Fertilizer: EZ-Green slow release tablets, percentages by weight, (Nitrogen, Phosphoric acid, Potash), mixed by a commercial fertilizer supplier. Fertilizers for lawns shall be slow release fertilizers. Submit sample and analysis for approval.

E. Import Topsoil: Contractor to supply high quality imported topsoil of loamy character, high in humus and organic content from local agricultural source. Topsoil to be reasonably free from clay lumps, coarse sands, stones, roots, and other foreign matter. There shall be no toxic amounts of acid or alkaline elements. Red or Orange “sandy loam” will not be acceptable. Submit sample and analysis for approval.

F. Import Backfill for Berms: Contractor to supply high quality, select imported backfill from local approved source. Backfill to be reasonably free from clay lumps, coarse sands, stones, roots, and other foreign matter. There shall be no toxic amounts of acid or alkaline elements. Submit samples to Project Landscape Architect for approval.

G. Plant Material: Plants shall be in accordance with the Texas State Department of Agricul- ture’s regulation for nursery inspections, rules and rating. All plants shall have a normal habit of growth and shall be full, well branched, well-proportioned and symmetrical. Plants shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, and fresh

Halff Associates 9-2016 PLANTING 32 93 00 - 3

abrasions of the bark, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and have well shaped branching systems and vigorous and fibrous root systems that are not root or pot-bound. The Project Landscape Architect reserves the right to examine the roots of any plant material he determines questionable. Samples to be chosen randomly and shall be at Contractor's expense.

1. Nursery Grown and Collected Stock: All material shall have been grown under climatic and soil conditions similar to those in locality of project. Container-grown stock shall be in vigorous, healthy condition, not root-bound or with root system hardened off, and shall have grown in container from seedling. Containerized stock shall be in vigorous, healthy condition, not root-bound or with root system hardened off, and shall have grown in con- tainer for a minimum of 8 months. Use only liner stock plant material that is well estab- lished in removable containers or formed homogeneous soil sections.

2. All ball and burlap trees shall have firm, natural root balls or sufficient size to encompass the fibrous and feeding root system necessary for full recovery and establishment of the plant. Cracked or soft or "mushroomed" rootballs will be unacceptable. Ball size shall conform to the latest edition of the American Standard for Nursery Stock. B&B materials shall be firmly wrapped with biodegradable burlap.

3. Specimen Stock: When detailed on the Plant List, specimen shall mean exceptionally ful- ly developed, bushy, and heavily branched plants that have been grown individually in the nursery. They shall surpass the normal standard for nursery stock in their density and maturity, and shall form a symmetrical, tightly knit plant or picturesque characteristic if in- dicated.

H. Lawn Seed: All seed used shall be high quality, extra fancy, treated lawn type seed at the purity and germination specified, and shall be furnished in sealed standard containers with signed copies of a statement from the vendor certifying that each container of seed delivered is fully labeled in accordance with the Texas State Agricultural Code and is equal to or better than the requirements of these specifications. Lawn seed to be free of weed or noxious grass seeds. Submit sample and analysis for approval.

I. Sodding for Erosion Control: Refer Specification 02920-S

J. Native Grass and Wildflower Seeding for Erosion Control: Refer Specification 02932-NW

K. Native Grass Seeding for Erosion Control: Refer Specification 02932-N.

L. Guying and Staking Materials: Reference plans for tree staking details that apply to portions of the project.

1. 8’-0” ht. Metal “T” stakes, dark green or black in color, approved by Project landscape ar- chitect. Contractor to install per detail on plans.

2. Wire & Cable: 10 gauge multi-strand galvanized wire or plastic chain ties will be used for all trees with a caliper of 1” to 3”. 1/8” diameter aircraft cable with cable clamps will be in- stalled with all tree calipers greater than 3”.

3. Trunk Protection: ½” diameter rubber hose, length as needed to protect trunk and branches of tree when wire and cable are used. Black in color.

M. Tree Paint: Morrison Tree Seal, Cabort Tree Paint, or approved equal.

N. Water: Furnished by Owner on site through irrigation system at hose bib locations; all hoses,

Halff Associates 9-2016 PLANTING 32 93 00 - 4

transportation across site and other necessary distribution to be provide by Contractor. If irri- gation system is not functional or part of contract upon completion of planting, provide what- ever means necessary to insure that all material is watered and maintained.

O. Mulch:

1. Tree and Pit Planted shrubs: Mulch shall consist of shredded cedar or hardwood bark mixture of varied lengths (1"-3") such that when installed will form a mat resistant to ero- sion. Mulch to be partially decomposed and shall be free of sticks, stones, clay or other foreign materials.

PART 3 - EXECUTION

3.01 INSPECTION

A. Obtain Owner's certifications that rough grades to plus or minus 0.10' have been established prior to commencing planting operations. Provide for inclusion of all amendments, settling, etc. Landscape Contractor shall be responsible for shaping and fine grading all planting are- as as indicated on plans or as directed by Project Landscape Architect.

B. Verify location of all utilities prior to pit excavation and grading. Contractor is responsible for any damage to utilities and Owner's property. Coordinate with all other site contractors.

C. Inspect trees, shrubs and liner stock plant material for injury, insect infestation and trees and shrubs for improper pruning. Do not begin planting of trees until deficiencies are corrected or plants replaced.

D. Quantities shown on the plans are for the convenience of the Contractor. In case of discrep- ancy between the plant list and the plans, the plans shall govern. The Contractor is also re- sponsible for determining the quantities needed to complete the installation to the full extent dimensioned on the drawings.

D. An automatic underground irrigation system may be part of the Contract. Contractor may co- ordinate the work to allow for the use of the system to irrigate the work in progress. Failure to adequately coordinate the work shall not relieve the Contractor of the need to provide water to landscape material up until Final Acceptance of the work.

3.02 PREPARATION

A. Soil Preparation:

1. Grades: Contractor to receive site at approximately finish grade unless otherwise noted on plan. Minor modifications to grade may be required by Contractor to establish final grade. Contractor will be responsible for removal of minor rocks and debris.

2. Soil Testing: The Owner and Project Landscape Architect reserve the right to require soil testing and results listing pH, fertility levels and percentages of sand, silt, and clay. From this, the contractor may be required to submit to the Owner and Project Landscape Architect recommendations for soil amendments and fertilizers if different than those listed below. For bid purposes, use the soil amendment procedures listed.

B. Excavation:

1 Continuous planting beds, depth of excavation: 4 - 8 inches minimum below finish grade One-gallon shrubs - 12 inches minimum below finish grade

Halff Associates 9-2016 PLANTING 32 93 00 - 5

Five-gallon shrubs –16 inches minimum below finish grade

2. Tree and shrub pit dimensions: depth: 1-1/2 times the root ball (vertical sides) width: 1 foot wider than the diameter of the rootball

3. All excess soil excavated from beds to be disposed of in a lawful manner off site unless by written consent, the Project Landscape Architect directs the Contractor to supplement lawn area with approved excavated soil or provides a spoil disposal area on site.

4. Contractor shall fracture and break rock or clay if encountered in excavation and perform a drainage test. The tree, shrub, or planting pits shall be filled with water and shall drain completely within a 24-hour period to be acceptable for planting. Notify Project Land- scape Architect upon such occurrences.

5. Contractor to scarify bottom and sides of pit to ensure that glazing of clay pit does not oc- cur. Contractor to be responsible to provide adequate drainage through shrub beds to prevent water logging of plants. Notify Project Landscape Architect if inadequate drain- age in shrub beds occurs.

C. Backfill Mix for planting is to be provided; the standard plant bed mix as manufactured by “Living Earth Technology", “Gardenville” or approved equal.

1. Contractor to provide 48 hours’ notice to Project Landscape Architect prior to mixing of any soil on site for approval of amendments and mixed soil. 2. If soils are mixed off site, contractor shall submit location of pre-mix and mix analysis for Project Landscape Architect.

D. Pre-Plant Weed Control:

1. Spray weeds with a nonselective systemic contact herbicide, as recommended and ap- plied by an approved licensed applicator.

2. Clear and remove these existing weeds upon herbicide's completed action by grubbing off all plant parts at least 1/2" below the surface of the soil.

3.03 PLANT INSTALLATION

A. Coordination:

1. If part of contract, Contractor to coordinate with Irrigation Contractor to insure functional irrigation system prior to any tree, shrub and groundcover installation.

B. Layout of Major Plantings: Tree locations and outlines of planting beds shall be marked on the ground by the Contractor before any plant pits are dug. The Project Landscape Architect shall approve all such locations. If underground construction or utility line is encountered in the excavation of planting areas, other location for planting may be selected by the Project Landscape Architect.

C. Planting of Trees and Shrubs:

1. Protect all areas from excessive compaction when trucking plants or other material to the planting site. Protect existing site amenities during landscape operations.

2. Removal of containers: a. Remove bottom of plant boxes before planting. Remove sides of box without damage to

Halff Associates 9-2016 PLANTING 32 93 00 - 6

root ball after positioning plant and partially backfilling. b. Remove top 1/3 of burlap from balled and burlap materials after setting plant. c. Remove all plastic fabrics, containers, ropes and wires from shrub and tree canopies and root balls.

3. All plants shall be set upright and plumb in center of hole. Plants or trees in formal plantings shall be laid out according to dimensions on plans. Plants shall be set to give best appear- ance. All plants shall be set slightly above (no more than 2”), or level with finished grade up- on completion of planting operations. Adjust tree and shrub elevations should settlement oc- cur.

4. Backfill pits immediately upon setting until hole or trench is one-half full. Hole should then be filled with water and tamped sufficiently to remove any air pockets.

5. Plant Tablets:

a. After the water has completely drained, planting tablets shall be placed as indicated be- low:

Three tablets per 15-gallon container Four tablets per 24" box or 2" tree Five tablets per 30" box or 3" tree Six tablets per 36" box or 4" tree Seven tablets per 42" box or 5" tree Eight tablets per 48" box or 6" tree

Planting tablets shall be set with each plant on the top of the root ball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified by the Project Landscape Architect.

6. Complete backfilling operations. Construct a 4" ht. water retention basin around plant pit with topsoil. Apply pre-emergent herbicide. Spread minimum 3" deep specified mulch within tree basins and all pit planted shrubs. Spread minimum 3” deep specified mulch within all plant- ing beds.

7. Pruning: Trees shall be pruned and thinned out if there are too many internal branches. The trees should be open to allow more sunlight into the entire tree and too shape the tree. Weak crouches are to be removed. Remove dead or injured twigs and branches. Pruning may not be done prior to delivery of plants. Cuts over 3/4" in diameter shall be painted with specified tree paint. Trees that do not have a central leader will be rejected.

8. Staking: Staking of all trees shall be completed immediately after planting. All stakes shall be installed plumb and as indicated in details.

9. Planting of Shrubs (mass), ground covers and annuals:

a. After excavation and scarification of planting bed, Contractor to fill bed with 4" specified backfill mix and apply Agricultural Gypsum at the rate of 50 lbs./1000 S.F. complete backfilling with specified mix to finished grade. Edging, if specified, shall be installed at this time.

b. Plants shall be installed in straight rows and evenly spaced to fill bed, unless otherwise noted, and at intervals called out in the drawings. Triangular spacing shall be used un- less otherwise noted on the drawings.

c. After installation of all shrubs, groundcover and annuals, plantings shall be watered thor-

Halff Associates 9-2016 PLANTING 32 93 00 - 7

oughly. Any settling of plants or finished grade that occurs shall be repaired prior to in- stallation of mulch. Finished grade of planting beds to be 1/2" below finished grade of adjacent pavement or curb.

d. After water has drained from planting, but not more than 24 hours later, Contractor to ap- ply pre-emergent weed control according to manufacturer's specifications.

e. Following pre-emergent weed control applications, Contractor to install specified mulch to full 3" depth over entire bed area.

3.04 LAWN APPLICATION

A. Coordination:

1. Install hydromulch, plug or sod after tree, shrub and groundcover installation is complete.

2. If part of contract, Contractor to coordinate with Irrigation Contractor to insure functional irri- gation system prior to any lawn installation.

B. Preparation:

1. Pre-Plant Weed Control: a. If weeds exist within proposed landscape areas at the beginning of work, spray with a nonselective systemic contact herbicide, as recommended and applied by an approved licensed applicator.

b. Clear and remove these existing weeds upon herbicide's completed action by grubbing off all plant parts at least 1/2"-1" below the surface of the soil.

2. Contractor to scarify ground surface to a minimum 2" depth remove all sticks, trash, rocks and other debris and dispose off site prior to seeding/sodding. When solid rock is exposed or encountered within the first 2” depth of existing soil, place a minimum of 4” imported topsoil. All proposed berms shall have a minimum of 4” imported topsoil.

3. Contractor to rake entire area, leveling any imperfections in the grades left by site work con- tractor. Landscape contractor to ensure that there will be positive drainage and no ponding on site. Finished grade of lawn areas to be 1/2" below top of curbs, sidewalks and other pavements. Remove any large (greater than 1") dirt clods, rocks, and trash and prepare a smooth, level, loose and coarse surface. Project Landscape Architect to approve fine grad- ing prior to any lawn installation. Lawn bed shall be moist (but not muddy) to receive seed, sod and plugs.

C. Hydromulch Application (when applicable):

1. Lawn areas to be seeded immediately after preparation of the bed. Do not use pre- emergent herbicide in areas to be seeded. Apply a uniform coat of hydromulch at the rates specified in: Native Grass Seeding for Erosion Control: Refer Specification 02932-N, Non- Native Grass Seeding for Erosion Control: Refer Specification 02932-NN, Native Grass and Wildflower Seeding for Erosion Control: Refer Specification 02932-NW.

2. Seed areas within seeding limits indicated on the plan and areas disturbed by construction operations.

3. Protect existing utilities (including irrigation system), plantings, paving and other site ameni- ties from damage caused by hydromulching operations.

Halff Associates 9-2016 PLANTING 32 93 00 - 8

4. Immediately following application of hydromulch, the Contractor shall wash excess hy- dromulching material from previously planted materials, architectural features, etc. Care shall be exercised to avoid washing or eroding mulch materials from lawn area.

D. Sod Installation (if required):

1. Incorporate specified starter fertilizer at 2 pounds Nitrogen per 1000 square feet of lawn area for sodded areas.

2. Apply specified pre-emergent herbicide to fine graded areas prior to installation of solid sod. Do not use any Pre-emergent in areas to be overseeded with Rye Grass within three months. Use care to avoid wind drift or runoff to adjacent ornamental tree or shrub plantings.

3. Lay sod within 24 hours from time of harvesting.

4. Lay sod to form solid mass with tightly fitted joints. Butt ends and sides of sod strips; do not overlap. Stagger strips to offset joints in adjacent courses. Work sifted soil into minor cracks between pieces of sod; remove excess sod to avoid smothering adjacent grass.

5. Sod pads shall be of fullest size possible-no sod slivers or scraps will be permitted.

6. Finished grade of new sod shall be flush with adjacent lawn and pavement. Ensure positive drainage off all adjacent walkways and pavement.

7. Roll entire sodded area with sod roller. Water sod thoroughly.

3.05 CLEAN-UP

A. After all planting operations have been completed; remove all trash, excess soil, empty plant con- tainers and rubbish from the property. All scars, ruts or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. Contractor shall pick up all trash resulting from this work no less frequently than each Friday be- fore leaving the site, once a week, and/or the last working day of each week. All trash shall be removed completely from the site.

B. The Contractor shall leave the site area broom-clean and shall wash down all paved areas within the Contract area, leaving the premises in a clean condition. All walks shall be left in a clean and safe condition.

3.06 MAINTENANCE

A. General:

1. Maintain plant materials and lawn areas until final acceptance of the project.

2. Correct defective work as soon as apparent or as directed by Project Landscape Architect.

3. All debris (including clippings, leaves, etc.) shall be removed from project site.

4. Coordinate with irrigation contractor to ensure functional irrigation system. Notify Project landscape architect should any conflicts arise. Hand water all areas that do not have auto- matic irrigation system until fully established.

B. Trees, Shrubs, Groundcover and Annuals:

1. Maintenance shall include litter removal, watering, pruning, fertilizing, weeding and the appli-

Halff Associates 9-2016 PLANTING 32 93 00 - 9

cation of appropriate herbicides, insecticides, and fungicides as necessary. Under no condi- tions shall shrubs be sheared (unless Contractor obtains written consent of Owner).

2. Corrective measures - tighten and repair guying and staking work, reset settled plants, re- mulch in order to maintain specified depths of mulch.

C. Lawn Areas:

1. Maintain lawn areas, including watering, fertilizing, rolling, weeding, and application of appro- priate insecticides, herbicides and fungicides, and reseeding, plugging or sodding per plan until a full uniform stand of specified grass is achieved.

2. Repair, re-grade and reseed/replug/resod washed out or bare areas as required per original plan.

3.07 ACCEPTANCE

A. The landscape will be reviewed provided all work is in compliance with specifications and draw- ings and all plants and lawns are in healthy vigorous condition. Inspection to determine substan- tial completion of planted areas and lawns will be made by Project Landscape Architect upon Contractors request.

B. Substantial Completion will be granted when all plant material has been installed, hydromulching and sodding has been completed, and clean up on site has occurred.

C. Final Acceptance will be granted when:

1. All trees planted on site that are deemed unacceptable have been replaced and a fresh layer of mulch has been installed in all mulch beds.

2. All shrubs and groundcovers planted on site that are deemed unacceptable have been re- placed and a fresh layer of mulch has been installed in all bed areas disturbed by replace- ments.

3. Seeded or plugged lawns shall be considered acceptable when established grass has grown at least 1-1/2 inches high with cover exceeding 95% of lawn area and no bare spots greater than two (2) square feet exist. Lawn areas not meeting these criteria shall be repaired with original materials/methods specified on plans. Provide re-grading as necessary.

4. All items listed on punch lists and field reports have been completed.

3.08 OBSERVATION SCHEDULE

1. Refer to Division 1- General Requirements for schedule of meetings, conferences, and in- spection schedule.

3.09 EXPIRATION OF GUARANTEE PERIOD

The Contractor shall be responsible for notifying the Owner 30 days prior to the expiration of the guarantee period (see section 1.06, A). The Contractor shall coordinate a meeting at such time with the Owner to inspect all plant material for its health. All plant material deemed dead or unhealthy is to be replaced at the contractor’s expense and shall be guaranteed for a time period equal to that of the original guarantee. Contractor shall remove and dispose of all staking, guying and wrapping materi- als at the end of the guarantee period.

END OF SECTION 32 93 00

Halff Associates 9-2016 PLANTING 32 93 00 - 10 City of Leander Veterans Park 100% Construction Document 4/22/2015

SECTION 02810 - IRRIGATION

PART 1 GENERAL

1.01 DESCRIPTION

A. Provide an underground irrigation system as shown and specified. The work includes:

1. Automatic irrigation system including piping, fittings, sprinkler heads, and accessories.

2. Pressure Regulation, valves, backflow preventer(s), and fittings.

3. Meter(s) (if specified on Drawings).

4. Controller(s), control wire.

5. Testing.

6. Excavating and backfilling irrigation system work.

7. Associated interior and exterior plumbing, and accessories to complete the system.

8. Pipe sleeves under pavements.

B. Related work:

1. Section 02485: Seeding.

2. Section 02487: Sodding.

3. Section 02490: Trees, Shrubs and Ground Covers.

1.02 QUALITY ASSURANCE

A. Comply with General Contract Requirements.

B. Installer’s qualifications: Installer must be a current licensed irrigator registered with the State of Texas. The irrigation industry in Texas is regulated by the Texas Commission on Environmental Quality.

C. Materials, equipment, and methods of installation shall comply with the following codes and standards:

National Fire Protection Association, (NFPA): National Electrical Code.

American Society for Testing and Materials, (ASTM).

National Sanitation Foundation, (NSF).

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

The Irrigation Association, (IA).

Texas Natural Resources Conservation Commission, (TNRCC) and all other applicable government regulations.

D. Excavating, backfilling, and compacting operations: Comply with Section 02000 requirements and as specified.

E. Obtain Owner's acceptance of installed and tested main line portion of irrigation system prior to installing backfill materials.

1.03 SUBMITTALS

A. Submit manufacturer's product data and installation instructions for each of the system compo- nents.

B. Furnish the Owner with catalogs, manufacturer's maintenance manuals and applicable warranties for all equipment.

C. Submit the following material samples:

Piping and fittings.

Wire connectors and sealer.

D. Submit the following equipment samples:

1. Sprinkler heads, 1 of each type.

2. Valves, and valve boxes.

3. Swing joints, 1/2" I.P.S.

4. Fittings

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

E. Approved equipment samples will be returned to contractor and may be used in the work.

F. Upon irrigation system acceptance, submit written operating and maintenance instructions, including equipment manuals, points of emergency shutdown and operating schedules.

G. Provide irrigation system record "as built" drawings:

1. Legibly mark drawings to record actual construction in red.

2. Indicate horizontal locations of all valves referenced to permanent surface improvements.

3. Indicate routing of valve wires.

4. Identify field changes with dimensions and detail and changes made by Change Order.

5. Contractor shall pay for cost of mylar reproducible drawings on which to draw changes and information specified.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Deliver irrigation system components in manufacturer's original undamaged and unopened containers with labels intact and legible.

B. Deliver plastic piping in bundles, packaged to provide adequate protection of pipe ends, both threaded or plain.

C. Store and handle materials to prevent damage and deterioration. Do not store P.V.C. pipe in direct sunlight.

D. The Contractor is responsible for the safe storage and security of all materials and equipment.

1.05 PROJECT CONDITIONS

A. Known and proposed underground and surface utility lines are indicated on the Site Utility Drawings and the Utility Surveys. Verify locations of all underground and surface utilities by reviewing the Drawings and by contacting the appropriate utility contractors and utility companies.

B. Protect existing trees, plants, lawns, and other features designated to remain as part of the final landscape work.

C. Promptly repair damage to adjacent facilities caused by irrigation system work operations. Cost of repairs at Contractor's expense.

D. Promptly notify the Landscape Architect of unexpected sub-surface conditions.

E. Irrigation system layout is diagrammatic. Exact locations of piping, sprinkler heads, valves, and other components shall be established by contractor in the field at time of installation. All piping to be installed directly behind curbs where possible. Proposed piping layout within tree drip lines will be reviewed by Landscape Architect prior to installation. Obtain Landscape Architect's

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

approval prior to installation.

1. Space sprinkler heads as designed to provide head-to-head coverage.

2. Minor adjustments in system layout will be permitted to clear existing fixed obstructions. Final system layout shall be acceptable to the Landscape Architect.

1.06 WARRANTY AND GUARANTEE

A. Materials and workmanship shall be fully guaranteed for one (1) year after substantial completion.

B. Backfilling of all excavation shall be guaranteed for the one (1) year guarantee period. Repair trenches which have settled.

C. Raise or lower heads to compensate for settling of lawn areas.

D. Provide a one (1) year warranty against material, installation and operation defects. Repairs, adjustments and replacement of defective irrigation system materials, including materials which have been installed on the work during the warranty period shall be at Contractor's expense.

PART 2 - PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS

A. Equipment Manufacturers

1. As noted on the drawings.

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

B. Other acceptable manufacturers:

If contractor chooses to install alternate equipment he shall submit to Landscape Architect for review the following:

1. Equipment specifications and product literature

2. Pressure loss calculations for all lateral sections.

2.02 MATERIALS

A. General:

1. Provide only new materials, without flaws or defects and of the highest quality of their specified class and kind.

2. Comply with pipe sizes indicated. No substitution of smaller pipes will be permitted. Larger sizes may be used subject to acceptance of the Landscape Architect. Remove damaged and defective pipe.

3. Provide pipe continuously and permanently marked with manufacturer's name or trademark, size schedule and type of pipe, working pressure at 73 degrees F. and National Sanitation Foundation (NSF) approval.

B. Plastic pipe, fittings, and connections;

1. Polyvinyl chloride pipe: ASTM D2241, rigid, unplasticized PVC, extruded from virgin parent material. Provide pipe homogeneous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles, and dents.

a. Lateral lines, Schedule 40.

b. Mainline, Schedule 40.

2. PVC pipe fittings: ASTM D2241 schedule 40 PVC molded fittings suitable for solvent weld, slip joint ring tight seal, or threaded connections. Fittings made of other materials are not permitted.

a. Size slip fitting socket taper to permit a dry unsoftened pipe end to be inserted no more than halfway into the socket. Saddle and cross fittings are not per- mitted.

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

b. Use male adapters for plastic to metal connections. Hand tighten male adapters plus one turn with a strap wrench.

C. Copper pipe, fittings, and connections:

1. ASTM B88 Type "L" hard tempered copper tubing. Fittings shall be 150 pound working water pressure standard, solder end type, constructed of wrought copper, bronze, or brass.

2. Joints made with tin-lead solder, approximately 50-50 composition. Thoroughly polish joints and use proper flux to provide sound joints.

D. Sprinkler heads, valves, and associated equipment:

1. Refer to Drawings for materials.

E. Controls:

1. Refer to Drawings for materials.

F. Electric control wire:

1. Electric control and ground wire: Type UF 600 volt AWG control cable #14 or larger.

2. Wire color code: Provide control or "hot" wires either black or red in color. Provide common or "ground" wires white in color.

3. Extra wire: If noted on Drawings, provide extra control wires to valves indicated. These wires will be used for future extension of system.

4. All wire splices shall be protected by a valve box. All wire splices shall be shown on the "as-built" drawings. No splices will be allowed on runs of less than 500'.

G. Ground Wire for Controller

1. Ground wire shall be 6 gauge uncoated copper buss wire.

2.03 ACCESSORIES

A. Drainage fill: 1/2" to 3/4" washed pea gravel.

B. Fill: Clean soil free of stones larger than 1" diameter, foreign matter, organic material, and debris.

1. Provide imported fill material as required to complete the work. Obtain rights and pay all costs for imported materials.

2. Suitable excavated materials removed to accommodate the irrigation system work may be used as fill material subject to the Landscape Architect's review and acceptance.

3. Where rock is encountered, envelope pipe and wires with 4" bed of sand.

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

C. Clamps: Stainless steel, worm gear hose clamps with stainless steel screws or ear type clamps.

D. Low voltage wire connectors: Scotch-Lok with #3570 Sealing Pack, DBY Splice by 3M or approved equal.

E. Valve access boxes: Tapered enclosure of rigid plastic material comprised of fibrous components chemically inert and unaffected by moisture, corrosion and temperature changes. Provide lid of same material, green in color. Provide 10" Round Valve Box for gate valves. Provide 10" Round Valve Box for wire splices. Ametek, or equal. Use “Jumbo” box and locking lid for control valves (20” x 14” cover opening), Ametek #190106, or equal.

PART 3 - EXECUTION

3.01 INSPECTION

A. Examine final grades and installation conditions. Do not start irrigation system work until unsatis- factory conditions are corrected and reviewed by the Landscape Architect.

B. This Contractor to verify existing and proposed locations of all site utilities (i.e. gas, water, electric, telephone, sanitary and storm sewers, etc.) prior to any trenching and laying of pipe. In addition, this Contractor shall coordinate all irrigation work with that of all other site work trades and contractors, as applicable.

3.02 PREPARATION

A. Lay out and stake the location of each pipe run and all sprinkler heads and sprinkler valves. Obtain Landscape Architect's acceptance of layout prior to excavating.

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

3.03 INSTALLATION

A. Excavating and backfilling:

1. Excavation shall include all materials encountered, except materials that cannot be excavated by normal mechanical means.

2. Excavate trenches to sufficient depth and width to permit proper handling and installa- tion of pipe and fittings.

3. Excavate to depths required to provide 4" depth of sand bedding for piping when rock or other unsuitable bearing material is encountered.

4. Fill to match adjacent grade elevations with approved earth fill material. Place and compact fill in layers not greater than 8" depth.

a. Provide approved earth fill or sand to a point 4" above the top of pipe.

b. Fill to within 6" of final grade with approved excavated or borrow fill materials free of lumps or rocks larger than 1" in any dimension.

c. Provide clean topsoil fill free of rocks and debris for top 6" of fill.

5. Except as indicated, install irrigation mains with a minimum cover of 8" based on finished grades. Install irrigation laterals with a minimum cover of 8" based on finished grades.

6. Excavate trenches and install piping and fill during the same working day. Do not leave open trenches or partially filled trenches open overnight.

B. Plastic pipe:

1. Install plastic pipe in accordance with manufacturer's installation instructions. Provide for thermal expansion and contraction.

2. Saw cut plastic pipe. Use a square-in-sawing vice, to ensure a square cut. Remove burrs and shavings at cut ends prior to installation.

3. Make plastic to plastic joints with solvent weld joints or slip seal joints. Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings in accordance with pipe manufacturer's instructions.

Contractor shall make arrangements with pipe manufacturer for all necessary field assis- tance.

4. Make plastic to metal joints with plastic male adapters.

5. Make solvent weld joints in accordance with manufacturer's recommendations.

6. Allow joints to set at least 24 hours before pressure is applied to the system.

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

7. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by acceptable methods when pipe installation is not in progress.

C. Sprinklers, fittings, valves, and accessories:

1. Install fittings, valves, sprinkler heads, risers, and accessories in accordance with manufacturer's instructions, except as otherwise indicated.

2. Set sprinkler heads perpendicular to finished grades, except as otherwise indicated.

3. Install spray sprinklers with Schedule 80 PVC swing joints. See details.

4. Obtain Landscape Architect's review and acceptance of height for proposed sprinkler heads and valves prior to installation.

5. Locate sprinkler heads to assure proper coverage of indicated areas. Do not exceed sprinkler head spacing distances indicated.

6. Install backflow prevention device, fittings, and accessories as shown or required to com- plete the system.

7. Install the specified controller in the location shown on the Drawings. Install as per manufacturer's recommendations. Exact locations to be approved by Landscape Architect. Contact Kendall Chilek at Ewing Irrigation (210)268-8266 for Baseline controller specifications and installation procedures.

a. Provide rigid conduit from controller down into grade to accommodate valve wires.

b. Making final connection of valve wires to controller and programming controller by labeling station position for zones and putting controller in opera- tion. Affix laminated plan of irrigation zones to wall near controller. Coordinate location and method with building manager.

c. 120V electric power source to be supplied to irrigation controller by General Contractor. Reference Electrical Drawings.

8. Install in-ground control valves in a valve access box as indicated.

9. Install valve access boxes on a suitable base of gravel to provide a level foundation at proper grade and to provide drainage of the access box.

10. Seal threaded connections on pressure side of control valves with teflon tape.

11. Install rain sensor in accordance with manufacturer’s recommendations. Wires shall be run in conduit, painted to match surface to which attached.

D. Control wiring:

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

1. Install electric control cable in the mainline piping trenches wherever possible. Place wire in trench adjacent to pipe. Install wire with slack to allow for thermal expansion and contraction. Expansion joints in wire may be provided at 50 - foot intervals by making 5-6 turns of the wire around a piece of 1/2" pipe instead of slack. Where necessary to run wire in a separate trench, provide a minimum cover of 12". When more than one wire is placed in a trench, the wire shall be taped together at intervals of 20'.

2. Provide sufficient slack at site connections at remote control valves in control boxes, and at all wire splices to allow raising the valve bonnet or splice to the surface without disconnecting the wires when repair is required.

3. Connect each remote control valve to one station of a controller except as otherwise indicated.

4. Connect remote control valves to a 2- wire system.

5. Make wire connections to remote control electric valves and splices of wire in the field, using DBR/Y wire connectors or approved equal and sealing cement in accordance with manufacturer's recommendations.

6. Provide sealed wire joints to prevent intrusion of moisture and corrosion buildup on the joint.

E. Sleeves Under Pavements:

1. Install Schedule 40 PVC pipe sleeves under pavements were indicated on the Drawings, and at depth indicated.

2. Coordinate installation of sleeves with paving and other sitework contractors and schedules.

3. Sleeves must be straight lengths without bends or obstructions.

4. Accurately mark locations of sleeves on "As-Built" Drawings.

F. Flushing, testing, and adjustment:

1. The sprinkler main and all piping under paving shall be tested for a period of twelve (12) hours under normal water pressure and proved tight. If leaks occur, the joint or joints shall be replaced and the test repeated. All laterals shall be pressure tested for a minimum of one hour.

2. After sprinkler piping and risers are installed and before sprinkler heads are installed, open control valves and flush out the system with full head of water.

3. Perform system testing upon completion of each section. Make necessary repairs and retest repaired sections as required.

4. Adjust sprinklers after installation for proper and adequate distribution of the water over the coverage pattern. Adjust for the proper arc of coverage.

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

5. All nozzling shall be checked for proper coverage. Prevailing wind conditions or plant material may indicate that arc or angle of spray should be other than as shown on Drawings. In this case, change nozzles to provide coverage at no additional expense to Owner.

6. Adjust all electric remote control valve flow control stems and pressure regulator modules for system balance and optimum performance.

7. Test and demonstrate the controller by operating appropriate day, hour, and station selection features as required to automatically start and shut down irrigation cycles to accommodate plant requirements and weather conditions.

8. Clearly label and describe zones on legend to be attached to inside of controller cover. Provide a laminated, color-coded plan indicating area of each zone; to be installed next to controller.

9. Backflow device shall be tested and certified before substantial completion will be issued.

IRRIGATION 02810

City of Leander Veterans Park 100% Construction Document 4/22/2015

3.04 DISPOSAL OF WASTE MATERIAL

A. Stockpile, haul from site, and legally dispose of waste materials, including unsuitable excavated materials, rock, trash, and debris.

B. Maintain disposal route clear, clean, and free of debris.

3.05 SUBSTANTIAL COMPLETION

A. An inspection of the irrigation system will be made by the Landscape Architect upon request for Application of Substantial Completion by the Contractor. The irrigation system must be sufficiently complete so that all plant material can be sustained by the system.

3.06 FINAL COMPLETION

A. An inspection of the irrigation system will be made by the Landscape Architect upon request for Final Completion by the Contractor. Provide notification of at least five (5) working days before requested inspection date.

3.07 CLEANING

A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris, and equipment. Repair damage resulting from irrigation system installation.

END OF SECTION 02810

IRRIGATION 02810

Crystal Falls Median

Civil Engineering Specifications

9500 Amberglen Blvd., Bldg. F, St. 125 Austin, TX 78729-1102 P: (512) 942-6228 F: (512) 869-0089

The following construction specifications were issued by the City of Austin and are current as of July 23, 2017. Additional specifications referenced within the specifications below are hereby incorporated by reference:

110S – Street Excavation 402S – Controlled Low Strength Material 430S – P.C. Concrete Curb and Gutter 431S – Machine Laid Portland Cement Concrete Curb and Gutter 501S – Jacking and Boring Pipe 510 – Pipe 803S – Barricades, Signs, and traffic Handling Current Version 11/18/04 Previous Versions 5/21/01, 8/18/00, 4/05/99, and 8/17/94

Item No. 110S Street Excavation

110S.1 Description

This item shall govern: (1) the excavation and proper utilization or otherwise satisfactory disposal of all excavated material, of whatever character, within the right of way or other limits of the work indicated and (2) the construction, compaction, shaping and finishing of all earthwork on the entire project in accordance with the specification requirements herein outlined, in conformity with the required lines, grades and typical cross sections indicated on the Drawings or as directed by the Engineer or designated representative. When not otherwise included in the Contract Documents, this item shall include the Work described in specification Item Nos. 101S, "Preparing Right of Way", 102S, "Clearing and Grubbing", 104S, "Removing Portland Cement Concrete", 132S, "Embankment", 201S, "Subgrade Preparation" and 236S, “Proof Rolling”.

This specification is applicable for projects or work involving either inch-pound or SI units. Within the text inch-pound units are given preference followed by SI units shown within parentheses.

110S.2 Submittals

The submittal requirements of this specification item may include: A. A permit when utility adjustments are made in the right-of-way, B. A plan for removal and deposition of all 'Waste' materials, and

C. A Blasting Permit if blasting is required and allowed on the project.

110S.3 Classification

All excavation shall be unclassified and shall include all materials encountered regardless of their nature or the manner in which they are removed.

110S.4 Construction Methods

Prior to commencement of this work, all required erosion control and tree protection measures shall be in place. The existing utilities shall be located and protected as specified in the Standard Contract Documents, Section 00700, "General Conditions" and/or indicated on the Drawings. A permit shall be required when utility adjustments are to be made in preparation for construction in the right-of-way, as specified in Section 5.2.0 of the City of Austin Utilities Criteria Manual.

Construction equipment shall not be operated nor construction materials stockpiled under the canopies of trees, unless otherwise indicated on the Drawings. Excavation or embankment materials shall not be placed within the drip line of trees until tree wells are constructed, that conform to Item No. 610S, " Preservation of Trees and Other Vegetation ".

110S 11/18/04 Page 1 Street Excavation Current Version 11/18/04 Previous Versions 5/21/01, 8/18/00, 4/05/99, and 8/17/94

All street excavation shall be performed as specified herein and shall conform to the established alignment, grades and cross sections. The Contractor will be required to set blue-tops for the subgrade along centerlines, at quarter points and curb lines or edge of pavement at intervals not exceeding 50 feet (15 meters). Suitable excavated materials shall be utilized, insofar as practicable, in constructing any required embankments. The construction of all embankments shall conform to Item No. 132S, "Embankment".

All earth cuts for base and/or pavement structure construction shall be scarified to a uniform depth of at least 6 inches (150 millimeters) below the required finished subgrade elevation for the entire roadbed width. The material shall be mixed, reshaped by blading, sprinkled and then rolled in accordance with Section 2 of the City of Austin Specification Item 132S, "Embankment”.

High PI materials (i.e. PI  20 %) which exhibit a Plasticity Index (PI) greater by 5 % than the surrounding materials or any materials with a moisture content greater than 2 percent (%) in excess of optimum moisture shall be classified as unsuitable and must be removed or manipulated to meet the above criteria before use.

Unsuitable excavated materials or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor. Unsuitable material encountered below the subgrade elevation in roadway cuts, when declared “Waste” by the Engineer, shall be replaced with material from the roadway excavation or with other suitable material as approved by the Engineer or designated representative. It shall become the Contractor’s responsibility to dispose of this material off the limits of the right of way in an environmentally sound manner at a permitted disposal site.

All blasting shall conform to the General Notes on the Drawings and to the Standard Contract Document Section 01550, "Public Safety and Convenience". In all cases where blasting is permitted, a Blasting Permit must be obtained in advance from the City of Austin Department of Public Works and Transportation.

110S.5 Measurement

All accepted street excavation will be measured by either Method A or B as follows: A. Method A Measurement of the volume of excavation in cubic yards (cubic meters: 1 cubic meter is equal to 1.308 cubic yards) by the average end areas. Cross sectional areas shall be computed from the existing ground surface to the established line of the subgrade over the limits of the right of way or other work limits shown on the Drawings, including parkway slopes and sidewalk areas.

B. Method B Measurement of the volume of excavation in cubic yards (cubic meters: 1 cubic meter is equal to 1.308 cubic yards), based upon the average end areas taken from pre-construction cross sections and planned grades. The planned quantities for street excavation will be used as the measurement for payment of this item.

110S 11/18/04 Page 2 Street Excavation Current Version 11/18/04 Previous Versions 5/21/01, 8/18/00, 4/05/99, and 8/17/94

110S.6 Payment

This item will be paid for at the contract unit bid price for "Street Excavation", as provided under measurement Method A or B as included in the bid. The bid price shall include full compensation for all work herein specified, including subgrade preparation, unless specified otherwise, and the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under one of the following:

Pay Item No. 110S-A: Street Excavation Per Cubic yard. Pay Item No. 110S-B: Street Excavation, Plan Quantity Per Cubic yard.

End

SPECIFIC CROSS REFERENCE MATERIALS Specification Item 110S, “STREET EXCAVATION” City of Austin Standard Contract Documents Designation Description 00700 General Conditions 01550 Public Safety and Convenience City of Austin Utilities Criteria Manual Designation Description Section 5.2.0 Permit for Excavation in the Public Right-of-Way City of Austin Standard Specifications Designation Description Item No. 101S Preparing Right of Way Item No. 102S Clearing and Grubbing Item No. 104S Removing Portland Cement Concrete Item No. 132S Embankment Item No. 201S Subgrade Preparation Item No. 236S Proof Rolling Item No. 610S Preservation of Trees and Other Vegetation

RELATED CROSS REFERENCE MATERIALS City of Austin Standard Contract Documents Designation Description 01500 Temporary Facilities The Code of the City of Austin, Code of Ordinances, Volume 1 Designation Description Article 14-11-181 Permit Required Article 14-11-189 Conditions for Permit Issuance Article 14-11-190 Excavation Sequence and Permit Term

City of Austin Standard Specifications Designation Description Item No. 111S Excavation

110S 11/18/04 Page 3 Street Excavation Current Version 11/18/04 Previous Versions 5/21/01, 8/18/00, 4/05/99, and 8/17/94

Item No. 120S Channel Excavation Item No. 203S Lime Treatment for Materials In Place Item No. 204S Portland Cement Treatment for Materials In Place Item No. 230S Rolling (Flat Wheel) Item No. 232S Rolling (Pneumatic Tire) Item No. 234S Rolling (Tamping) Item No. 602S Sodding for Erosion Control Item No. 604S Seeding for Erosion Control Item No. 610S Preservation of Trees and Other Vegetation Item No. 622S Diversion Dike Item No. 628S Sediment Containment Dikes Item No. 642S Silt Fence

RELATED CROSS REFERENCE MATERIALS - Continued Specification Item 110S, “STREET EXCAVATION” City of Austin Standard Details Designation Description 610S-1 Tree Protection Fence Locations 610S-2 Tree Protection Fence, Type B Chainlink 610S-3 Tree Protection Fence, Type B Wood 610S-4 Tree Protection Fence, Modified Type A 610S-5 Tree Protection Fence, Modified Type B 610S-6 Tree Protection, Tree Wells 621S-1 Diversion 622S-1 Diversion Dike 624S-1 Earth Outlet Sediment Trap 625S-1 Grade Stabilization Structure 627S-1 Grass Lined Swale 627S-2 Grass Lined Swale With Stone Center 628S Triangular Sediment Filter Dike 628S-1 Hay Bale Dike 629S-1 Brush Berm 630S-1 Interceptor Dike 631S-1 Interceptor Swale 632S-1 Storm Inlet Sediment Trap 633S-1 Landgrading 634S-1 Level Spreader 635S-1 Perimeter Dike 636S-1 Perimeter Swale 637S-1 Pipe Slope Drain (Flexible) 637S-2 Pipe Slope Drain (Rigid) 638S-1 Pipe Outlet Sediment Trap 639S-1 Rock Berm 641S-1 Stabilized Construction Entrance 642S-1 Silt Fence 643S-1 Stone Outlet Structure 644S-1 Stone Outlet Sediment Trap

110S 11/18/04 Page 4 Street Excavation Current Version 11/18/04 Previous Versions 5/21/01, 8/18/00, 4/05/99, and 8/17/94

Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description Item No. 100 Preparing Right of Way Item No. 110 Excavation Item No. 112 Subgrade Widening Item No. 132 Embankment Item No. 150 Blading Item No. 158 Specialized Excavation Work Item No. 160 Furnishing and Placing Topsoil Item No. 164 Seeding for Erosion Control Item No. 204 Sprinkling Item No. 210 Rolling (Flat Wheel) Item No. 211 Rolling (Tamping) Item No. 213 Rolling (Pneumatic Tire) Item No. 260 Lime Treatment for Materials Used as Subgrade (Road Mixed) Item No. 265 Lime-Fly Ash (LFA) Treatment for Materials Used as Subgrade

RELATED CROSS REFERENCE MATERIALS - Continued Specification Item 110S, “STREET EXCAVATION” Texas Department of Transportation: Manual of Testing Procedures Designation Description Tex-103-E Determination of Moisture Content of Soil Materials Tex-104-E Determination of Liquid Limit of Soils Tex-105-E Determination of Plastic Limit of Soils Tex-106-E Method of Calculating the Plasticity Index of Soils Tex-114-E Laboratory Compaction Characteristics and Moisture- Density Relationship of Subgrade & Embankment Soil Tex-115-E Field Method for Determination of In-Place Density of Soils and Base Materials

110S 11/18/04 Page 5 Street Excavation Current Version: November 13, 2007 Previous Versions: 02/26/02,05/16/97 and 11/15/99

Item No. 402S Controlled Low Strength Material

402S.1 Description

This item governs Controlled Low Strength Material (CLSM) used for trench backfill and for filling abandoned culverts, pipes, other enclosures, and for other uses as indicated on the drawings, Standard Details or as approved by the Engineer or designated representative. CLSM is a low strength, self-compacting, flowable, cementitious material used in lieu of soil backfill. It is intentionally prepared at low strength to allow for future removal using conventional excavation equipment.

The CLSM shall be composed of Portland cement or fly ash, or both, filler aggregate and water. The CLSM, specified for use in filling abandoned culverts, pipes, or other enclosures, shall contain a settlement compensator, in addition to the other ingredients, to minimize settlement of the CLSM within the enclosure.

Normal Set CLSM shall be specified whenever the material will remain uncovered or will not be subjected to traffic or other loads within 24 hours after placement. Fast Set CLSM shall be specified whenever the material will be covered, subjected to traffic or other loads within 24 hours, or needed to expedite construction.

CLSM can be used for permanent subgrade repairs below the base layer, but shall not be used for permanent pavement repairs. For temporary traffic applications, a minimum 2 inch (50 mm) cap composed of Hot Mix-Cold Laid Asphaltic Concrete (TxDoT Standard Specification Item 334) shall be placed on the CLSM.

This specification is applicable for projects or work involving either inch-pound or SI units. Within the text and accompanying tables, the inch-pound units are given preference followed by SI units shown within parentheses.

402S.2 Submittals

The submittal requirements of this specification item include: A. A mix design submittal including the results of unconfined compressive strength tests, air entrainment (if applicable), flow consistency, hardened unit weight, and timed Ball Drop and corresponding Penetrometer tests. B. Certifications and test results for the cement fly ash, and admixtures. C. Particle-size gradation and specific gravity tests on the filler aggregate.

402S.3 Materials

A. Cement. Portland cement shall conform to ASTM C 150, Type I (General Purpose).

Portland cement manufactured in a cement kiln fueled by hazardous waste shall be considered as an approved product if the production facility is authorized to operate under regulation of the Texas Natural Resource Conservation Commission (TNRCC)

402S 11/13/07 Page 1 Controlled Low Strength Material Current Version: November 13, 2007 Previous Versions: 02/26/02,05/16/97 and 11/15/99

and the U. S. Environmental Protection Agency (EPA). Supplier shall provide current TNRCC and EPA authorizations to operate the facility. B. Fly Ash Fly ash shall conform to the requirements of Standard Specification Item No. 405, "Concrete Admixtures" and TxDOT Specification Item 437.

C. Filler Aggregate. Filler aggregate shall consist of sand, stone screenings, pavement milling cuttings or other granular material that is compatible with the other mixture components. The filler aggregate shall be fine enough to stay in suspension to the extent required for proper flow without segregation, and, in the case of filling of enclosures, for minimal settlement. Filler aggregate shall have a Plasticity Index (TxDOT Test Method Tex- 106-E) less than 15 and shall conform to the following gradation:

Sieve Designation US (SI) Percent Passing

No. 200 (75m) 0 - 10

D. Mixing Water. Mixing water shall conform to the requirements of Standard Specification Item No. 403, "Concrete for Structures".

E. Settlement Compensator An air entraining admixture with a higher than usual dosage, which meets the requirements of Standard Specification Item No. 405, "Concrete Admixtures", shall be used as a settlement compensator. The settlement compensator may be introduced to the CLSM at the job site by placement of prepackaged admixture in capsules or bags in the mixing drum in accordance with the admixture manufacturer's recommendations.

402S.4 Mix Design

The proportioning of CLSM shall be the responsibility of the Contractor. The Contractor shall furnish a mix design conforming to the requirements herein, for review and approval by the Engineer or designated representative. The mix design shall be prepared by a qualified commercial laboratory and then reviewed and signed by a registered Professional Engineer licensed in the State of Texas.

The Mix Design submittal must include: A. Test results for unconfined compressive strength, air entrainment (if applicable), flow consistency, hardened unit weight, and timed Ball Drop (ASTM C-360) and corresponding Penetrometer tests (with a concrete pocket penetrometer), B. Certifications and test results for the cement, fly ash, and admixtures, and

402S 11/13/07 Page 2 Controlled Low Strength Material Current Version: November 13, 2007 Previous Versions: 02/26/02,05/16/97 and 11/15/99

C. Results of particle-size gradation and specific gravity tests on the filler aggregate. The submittal shall include Penetrometer tests performed every thirty minutes until the Ball Drop test shows a 2-inch (50 mm) indentation, as well as the predicted Penetrometer reading that corresponds to a 3-inch (75 mm) Ball Drop indentation. Particle-size gradation shall be determined using a series of sieves that gives no fewer than five uniformly spaced points for graphing the entire range of particle sizes larger than a No. 200 sieve (75-µm). The Contractor shall perform the work required to substantiate the design at no cost to the City, including all testing. Approved mix designs shall be valid for one year, provided there are no changes in the type, source, or characteristics of the materials during that year.

At the end of one year, the mix design may be submitted for renewal, provided that: A. field tests of the CLSM during the year have been satisfactory, B. there have been no changes in type or source of the materials of the mix, and C. the characteristics of the materials have not changed significantly since the original submittal.

The Contractor shall also submit certifications and test results for the cement, fly ash and admixtures, and particle-size gradation and specific gravity test results for the filler aggregate. The Contractor shall compare results of tests made on the filler aggregate at the end of the year to the results of tests reported in the original submittal. Gradation changes less than ten percent in percent passing any sieve and specific gravity changes less than five percent shall not be considered significant.

402S.5 Strength

The CLSM mix designs shall meet the unconfined compressive strength requirements outlined in the table below. The compression tests shall be conducted in accordance with TxDOT Method Tex-418-A, using approved unbonded caps on specimens with fourinch (100 mm) diameter and eight-inch (200 mm) height or three-inch (75 mm) diameter by six-inch (150 mm) high specimens if a smaller capacity loading device gives more accurate results. Unconfined Compressive Strength, psi (mPa) Age Normal Set CLSM Fast Set CLSM 3 hours — 35 (0.24) minimum 24 hours 35 (0.24) minimum — 28 days 300 (2.1) maximum 300 (2.1) maximum 402S.6 Flow Consistency

Flow consistency shall be established in tests involving the use of a six-inch (150 mm) length by three-inch (75 mm) diameter open-ended straight tubing made of steel, plastic or other non-absorbent material that is non-reactive with cement or fly ash. The tube shall be placed with one end on a horizontal flat surface and held in a vertical position. The tube shall then be filled to the top with CLSM. The top surface shall be struck off with a suitable straight edge and any spillage shall be removed from the base of the tube. Within

402S 11/13/07 Page 3 Controlled Low Strength Material Current Version: November 13, 2007 Previous Versions: 02/26/02,05/16/97 and 11/15/99

five seconds thereafter the tube shall be raised carefully, using a steady upward lift with no lateral or torsional motion. The entire test, from the start of filling until removal of the tube, shall be completed within 1½ minutes without interruption.

After removal of the tube, the spread of the CLSM shall be measured immediately along two diameters that are perpendicular to one another. The average of those two measurements is defined as the flow consistency of the mix. The flow consistency of the CLSM shall be considered satisfactory if a circular-type spread of the mix occurs without segregation and a flow consistency (average diameter of spread) of 8 inches (200 mm) or more is achieved.

402S.7 Air Entrainment

Air entraining admixture shall be added as a settlement compensator, whenever the CLSM will be used to fill an enclosure (Section 402S-1). The dosage shall be sufficient to result in an air content of 15 to 25 percent (as determined by TxDOT Method Tex-416A) at the time of placement of the CLSM.

402S.8 Field Strength Tests

Ball Drop or Penetrometer tests shall be used to determine, when the CLSM has developed sufficient strength to be covered or subjected to traffic or other loads as approved by the Engineer or designated representative.

The Ball Drop test shall be performed according to the latest version of ASTM C-360. An indentation diameter of three inches (75 mm) or less, and the absence of a sheen or any visible surface water in the indentation area shall indicate that the CLSM has achieved the desired strength. Because trench width and depth may affect the test results, the Contractor may perform this test on a control sample of CLSM in a two-foot (600 mm) square by six-inch (150 mm) deep container.

Penetrometer tests using a hand-held, spring reaction-type device commonly called a concrete pocket penetrometer, shall be performed on the surface of the CLMS. A Penetrometer reading, equal to or greater than the value established in the mix design (Section 402S.4) for a Ball Drop test indentation of 3-inches (75 mm), shall indicate that the CLSM has achieved the desired strength.

402S.9 Construction Methods

A. General The height of free fall placement of the CLSM shall not exceed four feet (1.2 meters). Since CLSM is considered to be self-compacting, a vibrator shall not be allowed. The CLSM shall not be covered with any overlying materials or subjected to traffic or other loads until the Ball Drop test or the Penetrometer test shows acceptable results (Section 402S.8) or until the CLSM has been in place a minimum of 24 hours for Normal Set CLSM and a minimum of 3 hours for Fast Set CLSM. Curing of the CLSM will not be required. B. Utility Line Backfill

402S 11/13/07 Page 4 Controlled Low Strength Material Current Version: November 13, 2007 Previous Versions: 02/26/02,05/16/97 and 11/15/99

After the utility pipe has been placed and the proper bedding material placed in accordance with the details on the drawings, the trench may be immediately backfilled with the CLSM to the subgrade level shown on the drawings, Standard Details 1100S- 6A, B, C & D, 430S-4, 511S-13A and 511S-13B or as directed by the Engineer or designated representative.

C. Culvert Backfill Care shall be taken to prevent movement of the structure. If the pipe or structure moves either horizontally or vertically, the CLSM and the structure shall be immediately removed and the pipe or structure re-laid to proper line and grade. D. Other Backfill CLSM may be used for backfill material in lieu of soil as shown on the drawings, Standard Details or as approved by the Engineer or designated representative.

E. Filling Abandoned Culverts, Pipe, or other Enclosures The CLSM shall be placed in a manner that allows all air or water, or both, to be displaced readily as the CLSM fills the enclosure.

402S.10 Acceptance Testing During Construction

The Engineer or designated representative may perform flow consistency, air entrainment, and unconfined compressive strength tests to determine if the CLSM meets the specification requirements. The number and frequency of acceptance tests will be determined by the Engineer or designated representative.

402S.11 Measurement and Payment

The work and materials presented herein will generally not be paid for directly, but shall be included in the unit price bid for the item of construction in which this item is used.

When specified in the contract bid form as a separate pay item, the item will be paid for at the contract unit bid price(s) for "Controlled Low Strength Material". The bid prices shall include full compensation for all Work herein specified, including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the Work.

Payment will be made under the following:

Pay Item No. 402S-A: Controlled Low Strength Material Per Cubic Yard.

End SPECIFIC CROSS REFERENCE MATERIALS Standard Specification Item 402S, “Controlled Low Strength Material” City of Austin Standard Details Designation Description 430S-4 Concrete Backfill Under Curb & Gutter 506S-14 Control or Mini Manhole 511S-13A Water Valve Box Adjustment to Grade W/ Full Depth Concrete

402S 11/13/07 Page 5 Controlled Low Strength Material Current Version: November 13, 2007 Previous Versions: 02/26/02,05/16/97 and 11/15/99

511S-13B Water Valve Box Adjustment to Grade W/ Concrete and H.M.A.C. 1100S-6A Narrow Excavation Next to C&G - Trench Width 0.3 M (12") & Less 1100S-6B Narrow Excavations - Trench Width 0.3 M (12") & Less 1100S-6C Excavation Next to C&G - Trench Width Greater than 0.3 M (12") 1100S-6D Excavations - Trench Width Greater than 0.3 M (12")

City of Austin Standard Specification Items Designation Description Item No 403S Concrete for Structures Item No 405S Concrete Admixtures

Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description Item No. 334 Hot Mix-Cold Laid Asphaltic Concrete Pavement Item No. 420 Concrete Structures Item No. 421 Portland Cement Concrete Item No. 437 Concrete Admixtures

RELATED CROSS REFERENCE MATERIALS Standard Specification Item 402S, “Controlled Low Strength Material”

Texas Department of Transportation: Manual of Testing Procedures Designation Description Tex-106-E Method Of Calculating the Plasticity Index of Soils Tex-416-A Air Content of Freshly Mixed Concrete By The Pressure Method Tex-418-A Compressive Strength of Cylindrical Concrete American Society for Testing and Materials (ASTM) Designation Description ASTM C 150 Portland Cement ASTM C 360 Ball Penetration in Fresh Portland Cement Concrete ASTM C 403 Time of Setting of Concrete Mixtures by Penetration Resistance

City of Austin Standard Specification Items Designation Description Item No. 504S Adjusting Structures Item No. 506S Manholes Item No. 508S Miscellaneous Structures and Appurtenances Item No. 510 Pipe

402S 11/13/07 Page 6 Controlled Low Strength Material Current Version: November 15, 2011 Previous Versions: 12/09/08, 06/16/08, 11/13/07, 02/26/02, 04/17/86 and 05/23/00 Item No. 430S P.C. Concrete Curb and Gutter

430S.1 Description This item shall govern Portland Cement (p.c.) concrete curb, p.c. concrete curb and gutter with reinforcing steel or p.c. concrete laydown curb as required, that is constructed in accordance with this specification on an approved subgrade and base in conformity with Standard Detail Series 430S and the lines, grades, section indicated on the Drawings or as established by the Engineer or designated representative.

This specification is applicable for projects or work involving either inch-pound or SI units. Within the text, the inch-pound units are given preference followed by SI units shown within parentheses.

430S.2 Submittals

The submittal requirements of this specification item include: A. Class A p.c. concrete mix design, B. Type of Installation (i.e. P.C. Concrete Curb and Gutter or P.C. Concrete Curb or P.C. Concrete Laydown Curb) and construction details (i.e. base, reinforcing steel, joints, curing membrane), C. Identification of the type, source, mixture, Pure Live Seed (PLS) and rate of application of the seeding.

430S.3 Materials

A. Concrete The Portland cement (p.c.) concrete shall conform to Class A Concrete, Section 403S.7 (Table 4) of Standard Specification Item No. 403S, "Concrete for Structures" or Sections 360S.4 and 360S.6 of Standard Specification Item No. 360S, "Concrete Pavement" when curb and gutter is to be constructed integral with the pavement. B. Reinforcing Steel Reinforcing steel shall conform to Standard Specification Item No. 406S, "Reinforcing Steel". C. Expansion Joint Materials Expansion joint materials shall conform to Standard Specification Item No. 408S, "Expansion Joint Materials". D. Membrane Curing Compound Membrane curing compound shall conform to Standard Specification Item No. 409S, "Membrane Curing". E. Flexible Base

430S 11/15/11 Page 1 Portland Cement Concrete Curb and Gutter Current Version: November 15, 2011 Previous Versions: 12/09/08, 06/16/08, 11/13/07, 02/26/02, 04/17/86 and 05/23/00 Aggregate shall conform to Standard Specification Item No. 210S, "Flexible Base". 430S.4 Construction Methods

A. Subgrade and Base Preparation Subgrade for curb and gutter shall be excavated and prepared to depth and width requirements indicated on the Drawings, including a minimum of 12 inches (300 mm) behind the curb, unless a greater width is indicated on the Drawings. The subgrade shall be shaped to the line, grades, cross section and dimensions indicated on the Drawings. A minimum of 4 inches (100 mm) of flexible base shall be spread, wetted and thoroughly compacted under curb and gutter as specified in Standard Specification Item No. 210S, "Flexible Base". If dry, the base shall be sprinkled lightly with water before p.c. concrete is deposited thereon. B. C & G Forms Forms shall be of metal, well-seasoned wood or other approved material. The length of the forms shall be a minimum of 10 feet (3 meters). Flexible or curved forms shall be used for curves of 100-foot (30 meter) radius or less. Wood forms for straight sections shall be not less than 2 inches (50 mm) in thickness. Forms shall be a section, that is satisfactory to the Engineer or designated representative, of the depth required and clean, straight, free from warp and, if required, oiled with a light form oil. All forms shall be securely staked to line and grade and maintained in a true position during the placement of p.c. concrete. C. Reinforcing Steel The reinforcing steel, if required, shall be placed as shown on the typical section of the Drawings. Care shall be exercised to keep all steel in its proper location during p.c. concrete placement. D. Joints Joints shall be of the type and spacing shown on the Drawings. Expansion joint material, 3/4 inch (19 mm) in thickness, shall be provided at intervals not to exceed 40 feet (12 meters) and shall extend the full width and depth of the p.c. concrete. Weakened plane joints shall be made 3/4 inch (19 mm) deep at 10-foot (3 meters) intervals. All joint headers shall be braced perpendicular and at right angles to the curb.

Two round smooth dowel bars, 1/2 inch (12.5 mm) in diameter and 24 inches (600 mm) in length, shall be installed at each expansion joint. Sixteen inches (400 mm) of one end of each dowel shall be thoroughly coated with hot oil, asphalt or red lead, so that it will not bond to the concrete. The dowels shall be installed with a dowel sleeve on the coated end as indicated on the Drawings or equivalent method as directed by the Engineer or designated representative. E. P.C. Concrete Placement and Form Removal Concrete shall be placed in the forms and properly consolidated. Within 1 hour after p.c. concrete placement, a thin coating, that is no more than 1/2 inch (12.5 mm) nor less than 1/4 inch (6.25 mm) thick of finish mortar, composed of 1 part Portland Cement to 2 parts fine aggregate, shall be worked into the exposed faces of the curb and gutter by means of a "mule". After the p.c. concrete has become sufficiently set, 430S 11/15/11 Page 2 Portland Cement Concrete Curb and Gutter Current Version: November 15, 2011 Previous Versions: 12/09/08, 06/16/08, 11/13/07, 02/26/02, 04/17/86 and 05/23/00 the exposed edges shall be rounded by the use of an edging tool to the radii indicated on Standard Detail 430S-1. The entire exposed surface of the curb and gutter shall be floated to a uniform smooth surface, and then finished with a camel hairbrush to a gritty texture. The forms shall remain in place a minimum of 24 hours unless approved otherwise by the Engineer or designated representative.

After removal of the forms, any minor honeycombed surfaces shall be plastered with a mortar mix as described above. Excessively honeycombed curb and gutter, as determined by the Engineer or designated representative, shall be completely removed and replaced when directed. F. Curing Immediately after finishing the curb, concrete shall be protected by a membrane curing conforming to Standard Specification Item No. 409S, "Membrane Curing".

After a minimum of 3 days curing and before placement of the final lift of the base course, the curb shall be backfilled to the full height of the p.c. concrete, tamped and sloped as directed by the Engineer or designated representative. The upper 4 inches (100-mm) of backfill shall be of clean topsoil that conforms to Standard Specification Item No. 130S, "Borrow" and is free of stones and debris. G. Seeding in Turf Areas When turf is to be established, preparation of the seedbed shall conform to Item No. 604S, "Seeding for Erosion Control".

430S.5 Measurement

Accepted work as prescribed by this item will be measured by the lineal foot (lineal meter: 1 lineal meter equals 3.281 lineal feet) of p.c. concrete curb and gutter, p.c. concrete curb and/or p.c. concrete laydown curb, complete in place.

430S.6 Payment

The work performed as prescribed by this item will be paid for at the unit bid price per lineal foot for "P.C. Concrete Curb and Gutter" or P.C. Concrete Curb. The price shall include full compensation for all work as set forth and described under payment Method A and/or B. A. Method A (Pay Item No. 430S-A) This payment method shall include all the work performed for "P.C. Concrete Curb and Gutter" complete, at the unit bid price. The unit bid price shall include full compensation for excavation, preparation of the subgrade, furnishing and placing all concrete and base material, reinforcing steel, dowels, expansion joint material, curing material, backfill and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. B. Method B (Pay Item No. 430S-B) This payment method includes all the work performed for "P.C. Concrete Curb and Gutter", complete, at the unit bid price. The unit bid price shall include full

430S 11/15/11 Page 3 Portland Cement Concrete Curb and Gutter Current Version: November 15, 2011 Previous Versions: 12/09/08, 06/16/08, 11/13/07, 02/26/02, 04/17/86 and 05/23/00 compensation for fine grading, furnishing and placing concrete and reinforcing steel, dowels, expansion joint material, curing material, backfill and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. C. Method C (Pay Item No. 430S-C) This payment method includes all the work performed for " P.C. Concrete Curb" complete, at the unit bid price. The unit bid price shall include full compensation for excavation, furnishing and placing all concrete and base material, reinforcing steel, dowels, expansion joint material, curing material, backfill and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. D. Method D (Pay Item No. 430S-D) This payment method includes all the work performed for "P.C. Concrete Curb" complete, at the unit bid price. The unit bid price shall include full compensation for fine grading, furnishing and placing concrete and reinforcing steel, dowels, expansion joint material, curing material, backfill and for other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work.

E. Method E (Pay Item No. 430S-E) This payment method shall include all the work performed for "P.C. Concrete Laydown Curb" complete, at the unit bid price. The unit bid price shall include full compensation for excavation, preparation of the subgrade, furnishing and placing all concrete and base material, reinforcing steel, dowels, expansion joint material, curing material, backfill and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work

F. Method F (Pay Item No. 430S-F) This payment method includes all the work performed for "P.C. Concrete Laydown Curb" complete, at the unit bid price. The unit bid price shall include full compensation for fine grading, furnishing and placing concrete and reinforcing steel, dowels, expansion joint material, curing material, backfill and for other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work.

Payment will be made under one of the following: Pay Item No. 430S-A: P.C. Concrete Curb and Gutter (Excavation) Per Lineal Foot. Pay Item No. 430S-B: P.C. Concrete Curb and Gutter (Fine Grading) Per Lineal Foot. Pay Item No. 430S-C: P.C. Concrete Curb (Excavation) Per Lineal Foot. Pay Item No. 430S-D: P.C. Concrete Curb (Fine Grading) Per Lineal Foot. Pay Item No. 430S-E: P.C. Concrete Laydown Curb (Excavation) Per Lineal Foot. Pay Item No. 430S-F: P.C. Concrete Laydown Curb (Fine Grading) Per Lineal Foot.

End

430S 11/15/11 Page 4 Portland Cement Concrete Curb and Gutter Current Version: November 15, 2011 Previous Versions: 12/09/08, 06/16/08, 11/13/07, 02/26/02, 04/17/86 and 05/23/00 SPECIFIC CROSS REFERENCE MATERIALS Specification Item No. 430S, “P.C. Concrete Curb and Gutter” City of Austin Standard Specifications Designation Description Item No 130S Borrow Item No 210S Flexible Base Item No. 360S Concrete Pavement Section 360S.4 of Item 360S Proportioning of Concrete Section 360S.6 of Item 360S Concrete Mixing and Placing Item No. 403S Concrete for Structures Section 403S.7 of Item No. 403S (Table 4) Item No. 406S Reinforcing Steel Item No. 408S Expansion Joint Materials Item No. 409S Membrane Curing Item No. 604S Seeding for Erosion Control

City of Austin Standard Details Designation Description 430S-1 Curb and Gutter Section 430S-3 Curb Expansion Joint Dowel Detail 430S-4 Concrete Backfill Under Curb & Gutter 430S-5 Reinforcing Bar Detail at Existing Curb and Gutter

RELATED CROSS REFERENCE MATERIALS Specification Item No. 430S, “P.C. Concrete Curb and Gutter”

City of Austin Standard Specifications Designation Description Item No. 301S Asphalts, Oils and Emulsions Item No. 302S Aggregates for Surface Treatments Item No. 340S Hot Mix Asphaltic Concrete Pavement Item No. 431S Machine Laid PCC Curb and Gutters Item No. 433S P.C. Concrete Driveways Item No. 434S P.C. Concrete Medians and Islands Item No. 436S P.C. Concrete Valley Gutters Item No. 606S Fertilizer

430S 11/15/11 Page 5 Portland Cement Concrete Curb and Gutter Current Version: April 3, 2009 Previous Versions: 11/13/07, 02/26/02, 12/03/86 and 05/23/00

Item No. 431S Machine Laid Portland Cement Concrete Curb and Gutter

431S.1 Description

This item shall govern Portland cement (p.c.) concrete curb and gutter and reinforcing steel dowels, constructed in accordance with this specification on an approved base in conformity with the lines, grades, sections and Standard Detail Series 430S and indicated on the Drawings or as established by the Engineer or designated representative.

This specification is applicable for projects or work involving either inch-pound or SI units. Within the text, the inch-pound units are given preference followed by SI units shown within parentheses.

431S.2 Submittals

The submittal requirements of this specification item include: A. Class I p.c. concrete mix design, B. Type of Installation (i.e. P.C. Concrete Curb and Gutter or P.C. Concrete Curb) and construction details (i.e. base, reinforcing steel, joints, curing membrane), C. Identification of the type, source, mixture, Pure Live Seed (PLS) and rate of application of the seeding.

431S.3 Materials

A. Portland Cement Concrete (PCC) The Portland Cement Concrete shall conform to Class I Concrete, Section 403S.7 (Table 4) of Standard Specification Item No. 403S, "Concrete for Structures". B. Reinforcing Steel Reinforcing steel shall conform to Standard Specification Item No. 406S, "Reinforcing Steel". C. Expansion Joint Materials Preformed expansion joint materials shall conform to Standard Specification Item No. 408S, "Expansion Joint Materials". D. Membrane Curing Compound Membrane curing compound shall conform to Standard Specification Item No. 409S, "Membrane Curing". E. Flexible Base Flexible base material shall conform to Standard Specification Item No. 210S, "Flexible Base". F. Stabilized Base

431S 04/03/2009 Page 1 Machine Laid Portland Cement Concrete Curb and Gutter Current Version: April 3, 2009 Previous Versions: 11/13/07, 02/26/02, 12/03/86 and 05/23/00

A stabilized base identified as a Type A or B shall conform to the requirements of Standard Specification Item 340S, "Hot Mix Asphaltic Concrete Pavement". 431S.4 Construction Methods

A. Subgrade and Base Preparation Subgrade for curb and gutter shall be excavated and prepared to depth and width requirements indicated on the Drawings, including a minimum of 12 inches (300 mm) behind the curb, unless a greater width is indicated on the Drawings. The subgrade shall be shaped to the line, grade, cross section and dimensions indicated on Standard Detail 430S-1 or the Drawings. A minimum thickness of 4 inches (100 mm) of flexible base (Standard Specification Item No. 210S) or stabilized base shall be placed, spread, wetted (flexible base only) and thoroughly compacted. If dry, the flexible base shall be sprinkled lightly with water before p.c. concrete is deposited thereon. B. Portland Cement Concrete (P.C.C.) Curb and Gutter Extrusion The pcc curb shall be laid by a curb extrusion machine approved by the Engineer or designated representative. The line for top of curb shall be maintained from a guideline or guide rails, set by the Contractor. Curb outline shall strictly conform to the details indicated on the Drawings. The forming tube of the extrusion machine shall be readily adjustable vertically during the forward motion of the machine, to provide required variable height of curb necessary to conform to the established grade line. If a guideline is used, a pointer or gage shall be attached to the machine in such a manner that a comparison can be made between the curb and the guideline in order to provide a continual check on the curb grade. Other methods may be used if approved in writing by the Engineer or designated representative. C. Portland Cement (P.C.) Concrete Placement and Finish The p.c. concrete shall be fed into the machine in such a manner and at such consistency that the finished curb will present a well-compacted mass with a surface free from voids and honeycomb and true to established shape, line and grade.

Any additional surface finishing indicated on the Drawings and/or required by the Engineer or designated representative shall be performed immediately after placement. Weakened plane joints shall be cut to a depth of 3/4 inch (19 mm) at 10foot (3 meters) intervals or as directed by the Engineer or designated representative.

Whenever the curb end abuts a p.c. concrete structure a 3/4-inch (19-mm) premolded expansion joint conforming to the curb section shall be placed between the 2 concrete surfaces.

Whenever extrusion is suspended long enough to produce a cold joint, 1/2-inch (12.5 mm) smooth dowel bars, 24 inches (600 mm) long, shall be embedded 12 inches (300 mm) into the completed curb, 1/4 curb height from top and bottom. The end of the curb at the point of suspension of extrusion shall be cut back until all remaining p.c. concrete is of a dense, well-compacted nature.

Any addition of concrete to the extruded curb is to be applied and finished before the extruded curb has achieved its initial set. The final finish shall have a gritty surface approved by the Engineer or designated representative.

431S 04/03/2009 Page 2 Machine Laid Portland Cement Concrete Curb and Gutter Current Version: April 3, 2009 Previous Versions: 11/13/07, 02/26/02, 12/03/86 and 05/23/00

D. Reinforcing Steel The reinforcing steel, if required by standard 430S-1 or shown on approved plans, shall be placed as shown on the typical section of the Drawings. Care shall be exercised to keep all steel in its proper location during p.c. concrete placement. E. Joints Joints shall be of the type and spacing shown on the Drawings. Expansion joint material, 3/4 inch (19 mm) in thickness, shall be provided at intervals not to exceed 40 feet (12 meters) and shall extend the full width and depth of the p.c. concrete. Weakened plane joints shall be made 3/4 inch (19 mm) deep at 10-foot (3 meters) intervals. All joint headers shall be braced perpendicular and at right angles to the curb.

Two round smooth dowel bars, 1/2 inch (12.5 mm) in diameter and 24 inches (600 mm) in length, shall be installed at each expansion joint. Sixteen inches (400 mm) of one end of each dowel shall be thoroughly coated with hot oil, asphalt or red lead, so that it will not bond to the concrete. The dowels shall be installed with a dowel sleeve on the coated end as indicated on the Drawings or equivalent method as directed by the Engineer or designated representative. F. Curing When finishing operations are completed the curb shall be cured conforming to Standard Specification Item No. 409S, "Membrane Curing".

When the curb has cured a minimum of 3 days and prior to placement of the final lift of base course, it shall be backfilled to the full height of the p.c. concrete, tamped and sloped to drain as directed by the Engineer or designated representative.

In turf areas, the upper 4 inches (100-mm) of backfill shall be of clean topsoil, that conforms to Standard Specification Item No. 130S, "Borrow" and shall be free of stones and debris.

G. Seeding in Turf Areas

When turf is to be established, the preparation of the seedbed shall conform to Standard Specification Item No. 604S, "Seeding for Erosion Control".

431S.5 Measurement

Machine Laid PCC Curbs will be measured by the lineal foot (lineal meter: 1 lineal meter equals 3.281 lineal feet) of completed and accepted curb, complete in place.

431S.6 Payment

The work performed as prescribed by this item will be paid for at the unit bid price per lineal foot for "Machine Laid PCC Curb and Gutter". The unit bid price shall include full compensation for all work as set forth and described under payment Method A, B or C below.

431S 04/03/2009 Page 3 Machine Laid Portland Cement Concrete Curb and Gutter Current Version: April 3, 2009 Previous Versions: 11/13/07, 02/26/02, 12/03/86 and 05/23/00

A. Method A: With Excavation (Pay Item No. 431S-A) This payment method includes all the work performed for "Machine Laid PCC Curb and Gutter", complete, at the unit bid price. The unit bid price shall include full compensation for excavation, preparation of the subgrade, furnishing and placing all base material, reinforcing steel, dowels, expansion joint materials, curing material, backfill and all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. B. Method B: With Fine Grading (Pay Item No. 431S-B) This payment method includes all the work performed for "Machine Laid PCC Curb and Gutter", complete, at the unit bid price. The unit bid price shall include full compensation for fine grading, furnishing and placing reinforcing steel, dowels, expansion joint material, curing material, backfill and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. C. Method C: included in the unit price bid for this specification item Incidental Work (Pay Item No. 431S-C) This method includes all the work performed as incidental work relating to "Machine Laid PCC Curb and Gutter" as may be detailed and noted on the Drawings or included and described in the "Special Provisions" of the Standard Contract Documents.

Payment will be made under one of the following:

Pay Item No. 431S-A: Machine Laid Curb and Gutter (Excavation) Per Lineal Foot. Pay Item No. 431S-B: Machine Laid Curb and Gutter (Fine Grading) Per Lineal Foot. Pay Item No. 431S-C: Machine Laid Curb and Gutter (Incidental Work) Per Lineal Foot.

End

SPECIFIC CROSS REFERENCE MATERIALS Specification Item No. 431S, “Machine Laid PCC Curb and Gutter” City of Austin Standard Specifications Designation Description Item No. 130S Borrow Item No. 210S Flexible Base Item No. 206S Asphalt Stabilized Base (Plant Mix) Item No. 340S Hot Mix Asphaltic Concrete Pavement Item No. 403S Concrete for Structures Section 403S.7: Item No. 403S Table 4: Classes of Concrete Item No. 406S Reinforcing Steel Item No. 408S Expansion Joint Materials Item No. 409S Membrane Curing Item No. 604S Seeding for Erosion Control

431S 04/03/2009 Page 4 Machine Laid Portland Cement Concrete Curb and Gutter Current Version: April 3, 2009 Previous Versions: 11/13/07, 02/26/02, 12/03/86 and 05/23/00

City of Austin Standard Details Designation Description No. 430S-1 Curb and Gutter Section No. 430S-3 Curb Expansion Joint Dowel Detail No. 430S-4 Concrete Backfill Under Curb & Gutter No. 430S-5 Reinforcing Bar Detail at Existing Curb and Gutter

RELATED CROSS REFERENCE MATERIALS City of Austin Standard Specifications Designation Description Item No. 301S Asphalts, Oils and Emulsions Item No. 302S Aggregates for Surface Treatments Item No. 360 Concrete Pavement Item No. 430S P.C. Concrete Curb and Gutter Item No. 433S P.C. Concrete Driveways Item No. 434S P.C. Concrete Medians and Islands Item No. 436S P.C. Concrete Valley Gutters Item No. 606S Fertilizer

431S 04/03/2009 Page 5 Machine Laid Portland Cement Concrete Curb and Gutter Current Version: September 26, 2012 Previous Version 02/24/10, 11/18/04, 04/01/88 and 2/17/00

Item No. 501S Jacking or Boring Pipe

501S.1 Description

This item shall govern furnishing and installing of encasement pipe by methods of jacking or boring as indicated on the Drawings and in conformity with this specification. This item shall also include, but not be limited to other constructions activities such as traffic control measures, excavation, removal of all materials encountered in jacking or boring pipe operations, disposal of all material not required in the work, grouting, end seal installation, backfilling and re-vegetation.

This specification is applicable for projects or work involving either inch-pound or SI units. Within the text and accompanying tables, the inch-pound units are given preference followed by SI units shown within parentheses.

501S.2 Submittals

The submittal requirements for this specification item shall include: A. Shop drawings identifying proposed jacking or boring method complete in assembled position B. Excavation Safety Plan including pits, trenches and sheeting or bracing if necessary, C. Design for jacking or boring head, D. Installation of jacking or boring supports or back stop, E. Arrangement and position of jacks and pipe guides, and F. Grouting plan,

501S.3 Materials

A. Pipe

Carrier pipe and encasement pipe shall conform to Standard Specification Item Nos. 505S, "Concrete Encasement and Encasement Pipe" and 510, "Pipe" and shall be size, type materials, thickness and class indicated on the Drawings, unless otherwise specified.

B. Grout

Grout for void areas shall consist of 1 part Portland cement and 4 parts fine, clean sand mixed with water.

501S.4 Construction Methods

A. General

501S 09/26/12 Page 1 Jacking or Boring Pipe Current Version: September 26, 2012 Previous Version 02/24/10, 11/18/04, 04/01/88 and 2/17/00

The Contractor is responsible for: 1. Adequacy of jacking and boring operations, 2. Installation of support systems as indicated on the Drawings, 3. Provision of encasement and carrier pipe, and 4. Execution of work involving the jacking operation, the wet or dry method of boring and the installation of encasement pipe simultaneously.

The Contractor shall have sole responsibility for the safety of the jacking and boring operations and for persons engaged in the work. The Contractor's attention is directed to the Construction Industry Occupational Safety and Health Administration (OSHA) Standards (29 FR 1926/1920) as published in U.S. Department of Labor publication OSHA 2207, latest revision, with particular attention to Subpart S. The Contractor shall conform to the requirements in accordance with Standard Specification Item 509S, "Excavation Safety System" and shall provide an appropriate Trench Safety Plan.

When the grade of the pipe at the jacking or boring end is below the ground surface, suitable pits or trenches shall be excavated to provide sufficient room to conduct the jacking or boring operations and for placement of end joints of the pipe. In order to provide a safe and stable work area, the excavated area shall be securely sheeted and braced to prevent earth caving in accordance with the Trench Safety Plan.

The location of the work pit and associated traffic control measures required for the jacking or boring operations shall conform to the requirements of the City of Austin Transportation Criteria Manual and TxDoT Manual on Uniform Traffic Control Devices.

Where installation of pipe is required under railroad embankments, highways, streets, or other facilities by jacking or boring methods, construction shall be undertaken in such a manner that it will not interfere with operation of any railroad, street, highway, utility or other facility and shall not weaken or damage any embankment or structure. All appropriate permits shall be acquired prior to the initiation of the work.

During construction operations, and until the work pits are backfilled and fill material compacted, traffic barricades and warning lights to safeguard traffic and pedestrians shall be furnished and maintained by the Contractor. The Contractor shall submit the proposed pit location and traffic control plan for review by the Engineer or designated representative. The Review by the Engineer or designated representative, however, will not relieve the Contractor of the responsibility to obtain specified results in a safe, professional manner.

When grade of pipe at jacking or boring end is below ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or boring operations and for joining pipe. Work shall be securely sheeted and braced as

501S 09/26/12 Page 2 Jacking or Boring Pipe Current Version: September 26, 2012 Previous Version 02/24/10, 11/18/04, 04/01/88 and 2/17/00

indicated on the Excavation Safety Plan to prevent earth caving and to provide a safe and stable work area.

The pipe shall be jacked or bored from the low or downstream end, if possible. Minor lateral or vertical variation in the final position of pipe from line and grade established by Engineer or designated representative will be permitted at the discretion of Engineer or designated representative provided that such variation is regular and occurs only in one direction and that the final grade of the flow line conforms to the specified direction.

When conforming to details indicated on the drawings, but the bottom of the work pit is unstable or excessively wet or the installation of water and wastewater pipe will result in less than 30 inches (750 mm) of cover, the Contractor shall notify the Engineer or designated representative. The Engineer or designated representative may require the Contractor to install a concrete seal, cradle, cap or encasement or other appropriate action.

Immediately after jacking or boring is complete and the encasement pipe is accurately positioned and approved for line and grade, the clear space between the pipe and the surrounding excavated material shall be completely filled by pressure grouting for entire length of installation if the encasement pipe is 36 inches or larger in diameter.

After placement of the carrier pipe is complete, the ends of the encasement pipe shall be sealed with end seals meeting SPL WW-575A.

As soon as possible after the carrier pipe(s) and end seals are completed, the work pits or trenches, which are excavated to facilitate these operations, shall be backfilled. The backfill in the street ROW shall be compacted to not less than 95 percent of the maximum density conforming to TxDOT Test Method Tex-114-E, “Laboratory Compaction Characteristics & Moisture-Density Relationship of Subgrade & Embankment Soil”. Field density measurements will be made in accordance with TxDOT Test Method Tex-115-E, “Field Method for Determination of In-Place Density of Soils and Base Materials”.

Where the characteristics of soil, size or size of proposed pipe dictate that tunneling is more satisfactory than jacking or boring, a tunneling method may be submitted for acceptance by Engineer or designated representative

B. Jacking Heavy duty jacks suitable for forcing the pipe through the embankment shall be provided. In operating the jacks, an even pressure shall be applied to all jacks used so that the pressure will be applied to the pipe uniformly around the ring of the pipe. A suitable jacking frame or back stop shall be provided. The pipe to be jacked shall be set on guides properly braced together, to support the section of the pipe and to direct it in the proper line and grade. The complete jacking assembly shall be placed in order to line up with the direction and grade of the pipe. In general, the embankment material shall be excavated just ahead of the

501S 09/26/12 Page 3 Jacking or Boring Pipe Current Version: September 26, 2012 Previous Version 02/24/10, 11/18/04, 04/01/88 and 2/17/00

pipe, the material removed through the pipe and the pipe forced through embankment by jacking, into the space thus provided.

The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. A clearance of no more than 2 inches (50 mm) may be provided for the upper half of the pipe. This clearance shall be tapered to zero at the point where excavation conforms to contour of pipe.

The distance that excavation shall extend beyond the end of the pipe depends on the character of material encountered, but it shall not exceed 2 feet (0.6 meter) in any case. This distance shall be decreased, when directed by the Engineer or designated representative, if the character of the material being excavated makes it desirable to keep the advance closer to the end of the pipe.

The Contractor may use a cutting edge of steel plate around head end of the pipe extending a short distance beyond the end of pipe with inside angles or lugs to keep cutting edge from slipping back onto the pipe.

When jacking of the pipe is begun, all operations shall be carried on without interruption, insofar as practical, to prevent the pipe from becoming firmly set in the embankment.

Any pipe damaged in jacking operations shall be removed and replaced by the Contractor at its entire expense.

C. Boring The boring shall proceed from a work pit provided for the boring equipment and workers. Excavation for the work pits and the installation of shoring shall be as outlined in the Trench Safety Plan. The location of the pit shall be approved by the Engineer or designated representative. The boring shall be done mechanically using either a pilot hole or the augur method.

In the pilot hole method an approximate 2 inch (50 mm) pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored.

When the augur method is used, a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation shall be used. Augurs shall be of sufficient diameter to convey the excavated material to the work pit.

Excavated material will be removed from the working pit and disposed of properly. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water jetting will not be permitted.

501S 09/26/12 Page 4 Jacking or Boring Pipe Current Version: September 26, 2012 Previous Version 02/24/10, 11/18/04, 04/01/88 and 2/17/00

In unstable soil formations, a gel-forming colloidal drilling fluid, that consists of at least 10 percent of high grade carefully processed bentonite, may be used to consolidate the drill cuttings, seal the walls of the hole and furnish lubrication to facilitate removal of the cuttings from the bore.

D. Tunneling Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring; or when indicated on the drawings, a tunneling method may be used, with the approval of the Engineer or designated representative.

E. Joints If reinforced concrete pipe is used, the joints shall be in accordance with TxDOT Specification Item 464, “Reinforced Concrete Pipe”.

501S.5 Measurement

Jacking or boring pipe will be measured by the linear foot (meter: 1 meter equals 3.281 feet) of pipe complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed.

501S.6 Payment

The work performed and materials furnished as prescribed by this item and measured as provided under "Measurement" will be paid for at the unit bid price per linear foot for "Jacking or Boring Pipe" as the case may be, of type, size and class of encasement pipe indicated on the Drawings. The price shall include full compensation for furnishing, preparing, hauling and installing required materials, encasement pipe, end seals, for grouting and for labor, tools, equipment and incidentals necessary to complete work, including excavation, backfilling and disposal of surplus material.

The Carrier pipe shall be paid at the unit price bid for Standard Specification Item 510, "Pipe".

Payment when included as a contract pay item, will be made under one of the following:

Pay Item No. 501S: Jacking or Boring __ In. Pipe, Class ___ Per Linear Foot.

End

SPECIFIC Cross Reference Materials Specification Item 501S, "Jacking or Boring Pipe"

501S 09/26/12 Page 5 Jacking or Boring Pipe Current Version: September 26, 2012 Previous Version 02/24/10, 11/18/04, 04/01/88 and 2/17/00

City of Austin Standard Specification Items Designation Description Item No. 505S Concrete Encasement and Encasement Pipe Item No. 509S Excavation Safety Systems Item No. 510 Pipe

TxDOT Standard Specifications For Construction And Maintenance Of Highways, Streets, And Bridges Designation Description Item 464 Reinforced Concrete Pipe

TxDOT Testing Procedures Designation Description Tex-114-E Laboratory Compaction Characteristics & Moisture Density Relationship of Subgrade & Embankment Soil Tex-115-E Field Method for Determination of In-Place Density of Soils and Base Materials

TxDOT Manual on Uniform Traffic Control Devices (MUTCD) Designation Description MUTCD Part VI Traffic Controls for Street and Highway Construction, Maintenance, Utility and Incident Management Operations MUTCD Section 6C Channelizing Devices MUTCD Section 6C-8 Barricade Design MUTCD Section 6C-9 Barricade Application MUTCD Section 6E Lighting Devices MUTCD Section 6F Control of Traffic Through Work Areas

City of Austin Transportation Criteria Manual Designation Description Section 8 Traffic Control Section 8.5.5.E Typical Applications/Bore Pits

RELATED Cross Reference Materials Specification Item 501S, "Jacking or Boring Pipe"

City of Austin Standard Details Designation Description Detail 501S-1 Encasement Detail w/ Casing Spacers

TxDOT Standard Specifications Designation Description Item 476 Jacking, Boring or Tunneling Pipe Item 502 Barricades, Signs and Traffic Handling

501S 09/26/12 Page 6 Jacking or Boring Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Item No. 510 Pipe

510.1 Description

This item governs the furnishing and installing of all pipe and/or materials for constructing pipe mains, sewers, laterals, stubs, inlet leads, service connections, culverts, temporary service lines and temporary diversion lines, including all applicable Work such as excavating, bedding, jointing, backfilling materials, tests, concrete trench cap, concrete cap and encasement, etc., prescribed under this item in accordance with the provisions of the Edwards Aquifer Protection Ordinance, when applicable, and City of Austin Utility Criteria Manual, Section 5, "Working in Public Rights-of-Way". The pipe shall be of the sizes, types, class and dimensions indicated or as designated by the E/A and shall include all joints or connections to new or existing mains, pipes, sewers, manholes, inlets, structures, etc., as may be required to complete the Work in accordance with specifications and published standard practices of the trade associations for the material specified and to the lines and grades indicated. This item shall include any pumping, bailing, and drainage when indicated or applicable. Unless otherwise provided, this item shall consist of the removal and disposition of trees, stumps and other obstructions, old structures or portions thereof such as house foundations, old sewers, masonry or concrete walls, the plugging of the ends of abandoned piped utilities cut and left in place and the restoration of existing utilities damaged in the process of excavation, cutting and restoration of pavement and base courses, the furnishing and placing of select bedding, backfilling and cement or lime stabilized backfill, the hauling and disposition of surplus materials, bridging of trenches and other provisions for maintenance of traffic or access as indicated.

510.2 Materials

The Contractor shall submit descriptive information and evidence that the materials and equipment the Contractor proposes for incorporation into the Work are of the kind and quality that satisfies the specified functions and quality. Austin Water Utility Standard Products Lists (SPL) form a part of the Specifications. Contractors may, when appropriate, elect to use products from the SPL; however, submittal to the E/A is still required. Should the Contractor elect to use any materials from these lists, each product shall be completely and clearly identified by its corresponding SPL number when making the product submittal. This will expedite the review process in which the E/A, and, if necessary, the Austin Water Utility Standard Products Committee, decides whether the products meet the Contract requirements and the specific use foreseen by the E/A in the design of this engineered Project. The purpose of the SPL’s is to expedite review, by the E/A and, if necessary, the Austin Water Utility Standard Products Committee, of Contractor product submittals. The SPL’s shall not be considered as being a preapproved list of products necessarily meeting the requirements of the Project. Items contained in the SPL cannot be substituted for items shown on the Drawings, or called for in the specifications, or specified in the Bidding Requirements, Contract Forms and Conditions of Contract, unless

510 10/03/13 Page 1 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

approved by the E/A in conjunction with the Austin Water Utility Standard Products Committee. The Standard Product List current at the time of plan approval will govern.

(1) Concrete

Concrete shall conform to Item No. 403S, "Concrete for Structures".

(2) Coarse Aggregate

Coarse aggregate shall conform to Item No. 403S, "Concrete for Structures" or one of the following:

(a) Pipe Bedding Stone

Pipe bedding stone shall be clean gravel, crushed gravel or crushed limestone, free of mud, clay, vegetation or other debris, conforming to ASTM C 33 for stone quality. Size gradation shall conform to ASTM C-33 No. 57 or No. 67 or the following Table: SIEVE % RETAINED BY SIZE WEIGHT 1-1/2" 0

1" 0-10

1/2" 40-85

#4 90-100

#8 95-100

(b) Foundation Rock

Foundation rock shall be well graded coarse aggregate ranging in size from 2 to 8 inches.

(c) Flexible Base

Flexible base shall conform to Item No. 210S, "Flexible Base".

(3) Fine Aggregate

(a) Concrete and Mortar Sand

Fine aggregate shall conform to Item No. 403S, "Concrete for Structures".

(b) Bedding Sand

510 10/03/13 Page 2 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Sand for use as pipe bedding shall be clean, granular and homogeneous material composed mainly of mineral matter, free of mud, silt, clay lumps or clods, vegetation or debris. The material removed by decantation TxDOT Test Method Tex-406-A, plus the weight of any clay lumps, shall not exceed 4.5 percent by weight.

The resistivity shall not be less than 3000 ohms-cm as determined by TxDOT Test Method Tex-129-E. Size gradation of sand for bedding shall be as follows: GRADATION TABLE SIEVE SIZE % RETAINED BY WEIGHT 1/4" 0 #60 75-100 #100 95-100

(c) Stone Screenings

Stone screenings shall be free of mud, clay, vegetation or other debris, and shall conform to the following Table: SIEVE SIZE % PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 All screenings shall be the result of a rock crushing operation.

(4) Controlled Low Strength Material

Controlled Low Strength Material (CLSM) shall conform to Item 402S, "Controlled Low Strength Material.

(5) Pea Gravel

Pea gravel bedding shall be clean washed material, hard and insoluble in water, free of mud, clay, silt, vegetation or other debris. Stone quality shall meet ASTM C 33. Size gradation shall be as follows: % RETAINED BY SIEVE SIZE WEIGHT 3/4" 0 1/2" 0-25 1/4" 90-100

510 10/03/13 Page 3 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

(6) Select Backfill or Borrow

This material shall consist of borrow or suitable material excavated from the trench. It shall be free of stones or rocks over 8 inches and shall have a plasticity index of less than 20. The moisture content at the time of compaction shall be within 2 percent of optimum as determined by TxDOT Test Method Tex-114-E. Sandy loam borrow will not be allowed unless shown on the Drawings or authorized by the E/A.

All suitable materials from excavation operations not required for backfilling the trench may be placed in embankments, if applicable. All unsuitable materials that cannot be made suitable shall be considered surplus excavated materials as described in 510.3(13). The Contractor may, if approved by the engineer, modify unsuitable materials to make them suitable for use. Modification may include drying, removal or crushing of over-size material, and lime or cement treatment.

(7) Cement Stabilized Backfill

When indicated or directed by the E/A, all backfill shall be with cement-stabilized backfill rather than the usual materials. Unless otherwise indicated, cement stabilized backfill material shall consist of a mixture of the dry constituents described for Class J Concrete. The cement and aggregates shall be thoroughly dry mixed with no water added to the mixture except as may be directed by the E/A.

(8) Pipe General

Fire line leads and fire hydrant leads shall be ductile iron. Domestic water services shall not be supplied from fire service leads, unless the domestic and fire connections are on separately valved branches with an approved backflow prevention device in the fire service branch. All wastewater force mains shall be constructed of ductile iron pipe Pressure Class 250 minimum for pipe greater than 12-inch size and Pressure Class 350 for pipe 12-inch size and smaller. Wastewater pipe shall be in accordance with Austin Water Utility’s Standard Products List SPL WW-534 and shall have a corrosion resistant interior lining acceptable to the Owner.

All water pipe within utility easements on private property shall be Ductile Iron Pipe, Pressure Class 350 minimum for pipe 12-inch size and smaller and Pressure Class 250 minimum for pipe greater than 12-inch size wrapped as indicated. For sizes over 24 inches, Concrete Pressure Pipe, steel cylinder type, conforming to the requirements of AWWA C-301 will be acceptable.

There may be no service connections to Concrete Pressure Pipe installed in utility easements on private property. Approved service clamps or saddles shall be used when tapping ductile iron pipe 12 inch size and smaller. All service tubing (3/4 inch thru 2 inches) installed in utility easements on private property shall be 150 psi annealed seamless Type K copper tubing with no sweat or soldered joints.

All reclaimed water mains shall be constructed of ductile iron pipe, Pressure Class

510 10/03/13 Page 4 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

350 minimum for pipe 12-inch size and smaller and Pressure Class 250 for pipe greater than 12-inch size. For mains 12-inch size and smaller, PVC pipe, conforming to the requirements of AWWA C-900, DR 14 shall be acceptable. Reclaimed water pipe shall be manufactured purple, painted purple, or wrapped in purple polyethylene film wrap.

Manufacturers of concrete pipe and pipe larger than 24-inch diameter shall have a quality control program consisting of one or more of the following:

1) a quality management system certified by the American National Standards Institute (ANSI) or National Sanitation Foundation (NSF) to comply with ISO 9001:2000,

2) a quality management system certified by the QCast Program following the requirements of the ACPA Plant Certification Manual,

3) a quality management system certified by the National Precast Concrete Association

4) a quality control program approved by the OWNER prior to submittal of bids for the PROJECT, or

5) an independent, third party quality control testing and inspection firm for testing and inspecting pipe produced for the PROJECT and approved by the OWNER prior to submittal of bids for the PROJECT.

All such quality control programs shall be paid for by the manufacturer. It is the intent of this requirement that the manufacturer will document all appropriate tests and inspections with sampling and inspection criteria, frequency of testing and inspection, date of testing and inspection and date on which every piece was manufactured. Required testing and inspection, including that by an independent, third party, shall be performed full-time during production of pipe for the PROJECT. When requested by the OWNER, the manufacturer will provide copies of test data and results and inspection reports with the shipment of pipe for the PROJECT. Test data and results and inspection reports shall be traceable to specific pipe lots or pieces. Owner approval of the manufacturer’s quality control program will expire after three years, at which time the manufacturer must present a current quality control program for approval in order to retain listing on the applicable SPL. Owner approval of the Concrete Pipe manufacturer’s quality control program will expire after three years, at which time the manufacturer must present a current quality control program for approval.

The quality of materials, the process of manufacture and the finished pipe shall be subject to inspection and approval by the E/A at the pipe manufacturing plant and at the project site prior to and during installation. Plant inspections shall be conducted at the discretion of the City Representative. Only manufacturers having a quality control program of the type described above will be considered as approved

510 10/03/13 Page 5 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

providers of concrete pipe and pipe products as listed in the Standard Products List (SPL).

All water distribution pipe and fittings shall be listed in the Fire Protection Equipment Directory published by the Underwriter's Laboratories, Inc., or shall be Factory Mutual approved for fire service. All water pipe and related products shall be registered by the National Sanitation Foundation as having been certified to meet NSF/ANSI Standard 61.

(a) Reserved

(b) Iron Pipe

Iron pipe shall be ductile iron pipe meeting all requirements of standards as follows:

-For push-on and mechanical joint pipe: AWWA C-151

-For flanged pipe: AWWA C-115

Barrels shall have a nominal thickness required by Table 1 of AWWA C-115, which thickness corresponds to Special Class 53 in sizes through 54 inch, and Class 350 in 60 and 64-inch sizes. Flanges shall be ductile iron (gray iron is not acceptable); they shall be as shown in ANSI/AWWA C115/A21.15 and shall conform to dimensions shown in Table 2 and Figure 1 of AWWA C115. These flanges are the same in all respects as flanges shown in ANSI/AWWA C110/A21.10 for fittings and are standard for all flanges used with pipe, valve, and equipment units in the City of Austin water distribution and wastewater force main systems. Flanges shall be fabricated and attached to the pipe barrels by U.S. fabricators using flanges and pipe barrels of U.S. manufacture. If fabrication is to be by other than the pipe barrel manufacturer, a complete product submittal and approval by the Austin Water Utility will be required. Additionally, such fabricator shall furnish certification that each fabricated joint has been satisfactorily tested hydrostatically at a minimum pressure of 300 psi.

-Linings and Coating:

Interior surfaces of all iron potable or reclaimed water pipe shall be cementmortar lined and seal coated as required by AWWA C104. Interior surfaces of all iron wastewater line and force main pipe shall be coated with a noncorrosive lining material as indicated on Austin Water Utility’s Standard Products List SPL WW-534. Pipe exteriors shall be coated as required by the applicable pipe specification. The type and brand of interior lining shall be clearly marked on the outside of the pipe and fittings. Except as authorized by the E/A, only one type and brand of pipe lining shall be used on a given project.

Except as described above for flanged pipe (Thickness Class 53) and where not otherwise indicated, ductile iron pipe shall be minimum Class 250 as

510 10/03/13 Page 6 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

defined by ANSI/AWWA C150/A21.50-current; all ductile iron pipe and flanges shall meet the following minimum physical requirements:

Grade 60-42-10:

-Minimum tensile strength: 60,000 psi (414 mPa).

-Minimum yield strength: 42,000 psi (290 mPa).

-Minimum elongation: 10 percent.

The flanges for AWWA C115 pipe may be also be made from:

Grade 70-50-05:

-Minimum tensile strength: 70,000 psi (483 map).

-Minimum yield strength: 50,000 psi (345 mPa).

-Minimum elongation: 5 percent.

1. Ductile Iron Fittings:

Fittings shall be push-on, flanged or mechanical joint as indicated or approved and shall meet all requirements of standards as follows: -Sizes 4 inch through 24 inch: AWWA C-110 or AWWA C-153 -Sizes larger than 24 inch: AWWA C-110.

-Lining and Coating:

Interior surfaces or all iron potable/reclaimed water pipe fittings shall be lined with cement- mortar and seal coated as required by AWWA C104. Interior surfaces of all iron wastewater and force main fittings shall be coated with a non- corrosive lining material acceptable to Owner. Fitting exteriors shall be coated as required by the applicable pipe specification.

2. Joint Materials

Gaskets for mechanical joints shall conform to ANSI/AWWA A21.11/C111.

Joining of slip joint iron pipe shall, without exception, be accomplished with the natural or synthetic rubber gaskets of the manufacturer of that particular pipe being used. A joint lubricant shall be used and applicable recommendations of the manufacturer shall be followed.

510 10/03/13 Page 7 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Gaskets for flanged joints shall be continuous full face gaskets, of 1/8 inch minimum thickness of natural or synthetic rubber, cloth-reinforced rubber or neoprene material, preferably of deformed cross section design and shall meet all applicable requirements of ANSI/AWWA A21.11/C-111 for gaskets. They shall be manufactured by, or satisfy all recommendations of, the manufacturer of the pipe/fittings being used and be fabricated for use with Class 125 ANSI B16.1 flanges.

Tee-head bolts, nuts and washers for mechanical joints shall be high strength, low alloy, corrosion resistant steel stock equal to "COR-TEN A" having UNC Class 2 rolled threads or alloyed ductile iron conforming to ASTM A 536; either shall be fabricated in accordance with ANSI/AWWA A21.11/C-111.

Hex head bolts and nuts shall satisfy the chemical and mechanical requirements of ASTM A449 SAE Grade 5 plain, and shall be fabricated in accordance with ASTM B 18.2 with UNC Class 2 rolled threads.

Either Tee-Head or Hex-Head bolts, nuts and washers as required, shall be protected with bonded fluoro-polymer corrosion resistant coating where specifically required by the E/A.

All threaded fasteners shall be marked with a readily visible symbol cast, forged or stamped on each nut and bolt, which will identify the fastener material and grade. The producer and the supplier shall provide adequate literature to facilitate such identification; painted markings are not acceptable.

3. Polyethylene Film Wrap

All iron pipe, fittings and accessories shall be wrapped with standard 8 mil (minimum) low density polyethylene film or 4-mil (minimum) cross laminated high-density polyethylene conforming to AWWA C-105, with all edges overlapped and taped securely with duct tape to provide a continuous wrap to prevent contact between the piping and the surrounding backfill. Repair all punctures of the polyethylene, including those caused in the placement of bedding aggregates, with duct tape to restore the continuous protective wrap before backfilling. Polyethylene film wrap for reclaimed water pipe shall be purple.

4. Marking

Each pipe joint and fitting shall be marked as required by the applicable AWWA specification. This includes in all cases: Manufacturer's identification, Country where cast, year of casting, and "DUCTILE" or "DI". Barrels of flanged pipe shall show thickness class; others shall show pressure class. The flanges of pipe sections shall be stamped with the fabricators identification; fittings shall show pressure rating, the nominal

510 10/03/13 Page 8 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

diameter of openings and the number of degrees for bends. Painted markings are not acceptable.

5 Warning Tape

Warning tape for identifying restrained joint pipe and fittings shall be yellow and shall have black lettering at least 2 inches high that reads "Restrained Joint / Junta de Restriccion" at intervals not exceeding 24 inches. The warning tape shall be polypropylene having a minimum thickness of 2 mils, a minimum width of 3 inches, and adhesive backing on the side opposite the lettering.

(c) Concrete

1. General

Pipe shall conform to ASTM C 76 for Circular Pipe. Concrete pipe smaller than 12 inches in diameter shall conform to ASTM C 14, Extra Strength. All pipe shall be machine made or cast by a process which will provide uniform placement of the concrete in the form and compaction by mechanical devices, which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast pipe. The pipe shall be Class III or the class indicated. Storm sewer pipe shall be of the tongue and groove or 0-ring joint design. Wastewater pipe shall be of the 0-ring joint design; it shall be acceptably lined for corrosion protection.

2. Marking

Each joint of pipe shall be marked with the pipe class, the date of manufacture, the manufacturer's name or trade mark, diameter of pipe and orientation, if required.

Pipe marking shall be waterproof and conform to ASTM C 76.

3. Minimum Age for Shipment

Pipe shall be considered ready for shipment when it conforms to the tests specified in ASTM C 76.

4. Joint Materials

When installing storm sewers (or storm drains), the Contractor shall have the option of using joints with preformed flexible joint sealants or with rubber gaskets. Preformed flexible joint sealants for storm drain joints shall comply with ASTM C990, and rubber gaskets for storm drain joints shall comply with ASTM C 1619. Mortar shall not be used to seal pre-fabricated joints. Pipe manufacturer shall be responsible for submitting to the Owner

510 10/03/13 Page 9 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

a detailed design of the joint upon request. The pipe manufacturer shall be responsible for submitting to the Owner a complete list of joint sizes showing the minimum size of material to be used with each size joint, along with complete instructions on recommended installation procedures. Quality control testing at the manufacturing plant shall be in accordance with Texas Department of Transportation (TxDOT) Departmental Materials Specifications (DMS) 7310, “Reinforced Concrete Pipe And Machine-Made Precast Concrete Box Culvert Fabrication And Plant Qualification”. The pipe manufacturer shall be verified as compliant with TxDOT DMS 7310 at time of pipe delivery to the jobsite.

a. Mortar

Mortar for joints shall meet the requirements set forth below in "Mortar".

b. Cold Applied Preformed Plastic Gaskets

Cold Applied Plastic Gaskets shall be suitable for sealing joints of tongue and groove concrete pipe. The gasket sealing the joint shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. The gasket joint sealer shall not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength and shall be supplied in extruded rope form of suitable cross section. The size of the plastic gasket joint sealer shall be in accordance with the manufacturer's recommendations and sufficient to obtain squeeze- out around the joint. The gasket joint sealer shall be protected by a suitable removable wrapper that may be removed longitudinally without disturbing the joint sealer to facilitate application.

The chemical composition of the gasket joint sealing compound as shipped shall meet the following requirements: Composition (% by Test Method Typical Analysis weight)

Bitumen (petroleum ASTM D 4 50-70 plastic content) Ash-inert Mineral Water Tex-526-C 30-50 Volatile Matter (at 325 F) Tex-506-C 2.0 Maximum

The gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent

510 10/03/13 Page 10 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

solution of sulfuric acid and a saturated H2S solution shall show no visible deterioration.

The physical properties of the gasket joint sealing compound as shipped shall meet the following requirements:

Test Typical Analysis Property Method Minimum Maximum ASTM D Specific Gravity at 77 F 1.20 1.35 71 Ductility at 77F (cm) Tex-503-C 5.0 Minimum Softening point Tex-505-C 275 F Penetration: 32 F (300 g) 60 sec Tex-502-C 75 77 F (150 g) 5 sec Tex-502-C 50 120 115 F (150 g) 5 sec Tex-502-C 150 Flashpoint C.O.C. F Tex-504-C 600 F Fire Point C.O.C. F Tex-504-C 625 F

When constructing wastewater lines, the Contractor shall use 0ring gasket joints conforming to ASTM C 443. Just before making a joint, the ends of the pipe shall be clean, dry, free of blisters or foreign matter and shall be wire brushed. For O-ring joints, the gasket and the inside surface of the bell shall be lubricated with a light film of soft vegetable soap compound to facilitate assembly of the joint. The rubber O-ring gasket shall be stretched uniformly in the joint. Wedge seal type ("Forsheda" pre-lubricated) gaskets may be used if joint details submitted are approved; installation of such gaskets shall be in strict accordance with the manufacturer's recommendations, and shall be the sole element depended upon to make the joint flexible and watertight.

In wastewater lines no horizontal or vertical angles in the alignment of pipes shall be permitted unless indicated. The spigot shall be centered in the bell, the pipe pushed uniformly home and brought into true alignment. Bedding material shall be placed and tamped against pipe to secure the joint.

5. Bends

When horizontal or vertical angles in the alignment of storm sewers are indicated, the bend or angle shall be constructed by cutting on a bias one or both pipes as may be required for the alignment indicated. The pipe cut shall be sufficiently long to allow exposing the reinforcement, which

510 10/03/13 Page 11 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

shall be bent, welded and incorporated into the pipe bend and reinforced concrete collar to maintain the structural integrity. The collar shall be 6 inches minimum, reinforced with #4 bars on a 1 foot center both directions. Builder's hardware cloth may be used on the outside of the joint to aid in holding cementing materials in place. Plywood, fiberboard or other materials placed on the inside of the pipe as formwork shall be removed as soon as the joint materials have obtained initial set, after which the inside surface of the pipe joint shall be finished smooth and true to the line and grade established. The Contractor may use prefabricated bends meeting the specification requirements in lieu of field fabricated bends. All bends shall be watertight, have a smooth flow line and be equal or greater in strength to the adjacent pipe.

Horizontal or vertical changes in alignment in wastewater lines shall be accomplished by use of manholes. With the E/A’s approval, horizontal changes in alignment may be made by the "Joint Deflection" method. Joint deflection is limited by regulations of the Texas Commission on Environmental Quality (TCEQ) to 80 percent of the maximum recommended by the manufacturer; such deflection may not exceed 5 degrees at any joint. Changes in alignment using pipe flexure shall not be allowed.

6. Sulfide and Corrosion Control

All concrete pipe used for wastewater installations shall be protected from sulfide and corrosion damage by using limestone aggregate.

(d) Concrete Steel Cylinder (CSC) Pipe

1. General Requirements

The Contractor shall submit to the E/A for approval along with other required data a tabulated layout schedule with reference to the stationing and grade lines to be used.

The manufacturer shall furnish all fittings and special pieces required for closures, bends, branches, manholes, air valves, blow offs and connections to main line valves and other fittings as indicated.

Each pipe length, fitting and special joint shall have plainly marked on the bell end of the pipe, the head condition for which it is designed. In addition, marking shall be required to indicate the location of each pipe length or special joint in the line and such markings will be referenced to the layout schedules and drawings and submitted for approval.

Concrete steel cylinder fittings shall be tested as required by the applicable AWWA Standards.

2. Design and Inspection

510 10/03/13 Page 12 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Where not otherwise indicated, concrete steel cylinder pipe shall be Class 150, designed to withstand a vacuum of not less than 28 feet of water. Valve reducers, tees and outlets from a pipe run shall be designed and fabricated so that all stresses are carried by the steel forming the fitting or outlet.

Concrete steel cylinder pipe shall meet one of the following specifications:

AWWA C-301 - Any Size

AWWA C-303 - 24-inch maximum size

All pipe flanges shall conform to AWWA C-207, requirements for standard steel flanges of pressure classes corresponding to the pipe class.

Pipe to be installed in a tunnel or encasement shall be manufactured with 1 inch thick by 24-inch wide skid bands of mechanically impacted mortar in addition to the normal coating.

All concrete steel cylinder fittings shall be constructed of steel plate of adequate strength to withstand both internal pressure and external loading. Rod reinforcing shall not be used to figure the required steel area. The fittings shall have a concrete lining and 1 inch minimum coating of cement mortar, except that centrifugally spun lining need not be reinforced.

Minimum lining thickness shall be 1/2 inch for 16-inch pipe and 3/4 inch for sizes larger than 16-inch pipe. Where it is impractical to place such concrete protection on interior surfaces of small outlets, 2 coats of "Bitumastic Tank Solution" shall be applied.

No fitting shall be made by cutting of standard pipe, except that outlets of less than 75 percent of the pipe diameter may be placed in a standard pipe. Beveled spigots may be placed on standard pipe.

3. Joint Materials

Joints shall be of the rubber gasket type conforming to the applicable standards. The inside and outside recesses between the bell and spigot shall be completely filled with Cement Grout in accordance with the pipe manufacturer's recommendations. Grout materials for jointing such pipe, unless otherwise indicated, shall be as described herein.

(e) Reserved

(f) Polyethylene Tubing

1. General

510 10/03/13 Page 13 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

All polyethylene (PE) tubing shall be high density, high molecular weight plastic tubing meeting ASTM D 2737; it shall be pressure rated at 200 psi working pressure and must bear the National Sanitation Foundation seal of approval for potable water service. Pipe manufacturers shall be listed on SPL WW-65.

2. Materials

Polyethylene plastics shall be Designation PE3408 (Grade P34 with hydrostatic design stress of 800 psi).

3. Markings

Permanent marking on the tubing shall include the following at intervals of not more than 5 feet:

Nominal tubing size.

Type of plastic material, i.e., PE 3408.

Dimension Ratio (DR) and pressure rating in psi for water at 73.4 F (e.g., SDR-9, 200 psi).

ASTM D 2737 designation.

Manufacturer's name or trademark, code and seal of approval (NSF mark) of the National Sanitation Foundation.

Polyethylene tubing for reclaimed service lines shall be purple.

4. Tube Size

PE tubing shall be standard copper tube size outside diameter, with Standard Dimension Ratio (SDR) of 9.

(g) Copper Tubing

All copper service tubing shall be annealed seamless Type K water tube meeting ASTM B88 and rated at 150 psi working pressure. The tubing shall be homogenous throughout and free from cracks, holes, crimping, foreign inclusions or other defects. It shall be uniform in density and other physical properties. Copper tubing for reclaimed water shall be wrapped in purple polyethylene film wrap. Pipe manufacturers shall be listed on SPL WW-613.

(h) Service Connection Fittings

All fittings used in customer service connection - tapping mains, connecting meters, etc. - must be currently listed on the applicable Water and Wastewater Standard Products List (SPL WW-68), or called for in the City of Austin Standard Details (520 - series).

510 10/03/13 Page 14 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

(i) Brass Goods

All brass valves, couplings, bends, connections, nipples and miscellaneous brass pipe fittings and accessories used in meter connections, service lines, air release piping assemblies, and wherever needed in the water distribution system, shall conform to the City of Austin Standards, Austin Water Utility Standard Products Lists, and AWWA C-800, except as herein modified or supplemented.

Unless otherwise noted, the goods described herein shall be fabricated of standard Red Brass (Waterworks Brass) meeting ASTM B62 or B584, alloy 83600, consisting of 85 percent copper and 5 percent each of tin, lead and zinc.

Exposed threads shall be covered with plastic caps or sheeting to protect the threads.

Brass goods of each type and class shall be compatible with other fittings in common usage for similar purposes. Where not otherwise indicated, all such materials shall meet the following requirements:

Inlet threads of corporation valves shall be AWWA iron pipe (IP) thread (male); outlets of service saddles shall be tapped with AWWA IP thread (female). AWWA IP threads shall conform to ANSI/ASME B1.20.1 as required by AWWA C800 for “General Purpose (Inch) Pipe Threads”. For 3/4” and 1” sizes only, corporation valve inlet threads, and the internal threads of saddles may be the AWWA taper thread conforming to AWWA C800 Figure 1 and Table 6. External threads of corporation valve inlet must be compatible with internal threads of the service saddle.

Connections of all new tubing, and of tubing repairs wherever possible, shall be by compression fittings. Compression connections shall be designed to provide a seal and to retain the tubing, without slippage, at a working water pressure of 150 psig.

Flanges shall conform to ANSI B16.1, Class 125, as to dimensions, drillings, etc. Copper tubing, when used, shall be Type K tubing having dimensions and weights given in Table A.1 of AWWA C800.

Brass pipe shall conform to the weights and dimensions for Extra Strong pipe given in Table A.2 of AWWA C800.

All fittings shall be suitable for use at hydrostatic working pressures up to 150 psig (hydrostatic testing of installed systems is at 200 psig).

(j) Reserved

(k) Polyvinyl Chloride Potable/Reclaimed Water Pipe

510 10/03/13 Page 15 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

1. General

All polyvinyl chloride (PVC) potable/reclaimed water pipe shall be of the rigid (UNPLASTICIZED) type and must bear the National Sanitation Foundation seal of approval for potable water pipe. Each joint of pipe shall consist of single continuous extrusion; bells or other components attached by solvent welding are not acceptable. Pipe shall be pressure rated at 200 psi (SDR-14).

Pipe shall have push-on, rubber gasket joints of the bell and spigot type with thickened integral bells with rubber gasket joints. The wall thickness of each pipe bell and joint coupling must be greater than the standard pipe barrel thickness. Clearance must be provided in every gasket joint for both lateral pipe deflection and for linear expansion and contraction. Concrete thrust blocking shall be placed behind bends and tees. Concrete support cradles or blocking shall be required for support of all fire hydrants, valves and AWWA C110 fittings; such support shall be provided for AWWA C153 fittings when required by the E/A.

2. Applicable Specifications

Except as modified or supplemented herein, PVC pipe shall meet the following standards:

AWWA C-900, SDR 14 for PVC Pressure Pipe, in 4, 6, 8 and 12 inch nominal sizes, having Cast Iron Pipe size outside diameters.

Fittings used with PVC Pressure pipe shall be AWWA C-110 or AWWA C-153 compact ductile iron fittings.

All pipe 4 inches and larger must be approved Underwriter's Laboratories for use in buried water supply and fire protection systems.

3. Material Requirements

All pipe and fittings shall be made from clean, virgin, NSF certified, Class 12454B PVC. Clean reworked materials generated from the manufacturers own production may be used within the current limits of the referenced AWWA C-900.

4. Marking

PVC for reclaimed piping shall be purple or wrapped in purple polyethylene film wrap.

Permanent marking on each joint of pipe shall include the following at intervals of not more than 5 feet:

Nominal pipe size and OD base (e.g., 4 CIPS).

510 10/03/13 Page 16 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Type of plastic material (e.g., PVC 12454B).

Standard Dimension Ratio and the pressure rating in psi for water at 73 F (e.g., SDR 14, 200 psi).

AWWA designation with which the pipe complies (e.g., AWWA C-900).

Manufacturer's name or code and the National Sanitation Foundation (NSF) mark.

5. Tracer Tape

Inductive Tracer Detection Tape shall be placed directly above the centerline of all non-metallic pipe a minimum of 12 inches below subgrade or, in areas outside the limits of pavement, a minimum of 18 inches below finished grade. The tracer tape shall be encased in a protective, inert, plastic jacket and color coded according to American Public Works Association Uniform Color Code. Except for minimum depth of cover, the tracer tape shall be placed according to manufacturer’s recommendations. Manufacturers must be listed on SPL WW-597.

(l) Polyvinyl Chloride (PVC) Pipe (Nonpressure) and Fittings

1. General

PVC sewer and wastewater pipe and fittings 6 through 15 inch diameter shall conform to ASTM D 3034. Pipe shall have minimum cell classification of 12364 or 12454. Fittings shall have cell classification of 12454 or 13343. Pipe stiffness shall be at least 115 psi as determined by ASTM D 2412. Pipe manufacturers shall be on SPL WW-227, and fitting manufacturers shall be on SPL WW-227B.

PVC sewer and wastewater pipe and fittings 18 through 27 inch diameter shall conform to ASTM F 679. Pipe shall have minimum cell classification of 12364 or 12454. Pipe stiffness shall be at least 72 psi as determined by ASTM D 2412. Pipe manufacturers shall be on SPL WW-227A, and fitting manufacturers shall be on SPL WW-227B.

2. Joints

PVC pipe and fitting shall have elastomeric gasket joints conforming to ASTM D 3212. Gaskets shall conform to ASTM F 477.

3. Pipe Markings

Pipe meeting ASTM D 3034 shall have permanent marking on the pipe that includes the following at intervals of not more than 5 feet:

Manufacturer's name and/or trademark and code.

510 10/03/13 Page 17 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Nominal pipe size.

PVC cell classification per ASTM D 1784

The legend “SDR-_ _ PVC Sewer Pipe” (SDR 26, 23.5. or less is required)

The designation “ASTM D 3034”

Pipe meeting ASTM F 679 shall have permanent marking that includes the following at intervals of not more than 5 feet:

Manufacturer’s name or trademark and code

Nominal pipe size

PVC cell classification per ASTM D 1784

Pipe stiffness designation “PS _ _ PVC Sewer Pipe” (PS of at least 72 is required

The designation “ASTM F 679”

4. Fitting Markings

Fittings meeting ASTM D 3034 shall have permanent marking that includes the following:

Manufacturer's name or trademark,

Nominal size

The material designation "PVC"

The designation, "ASTM D 3034"

Fittings meeting ASTM F 679 shall have permanent marking that includes the following:

Manufacturer’s name or trademark and code

Nominal size

The material designation “PVC”

The designation “ASTM F 679”

5. Tracer Tape

Inductive Tracer Detection Tape shall be placed directly above the centerline of all non-metallic pipe a minimum of 12 inches below

510 10/03/13 Page 18 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

subgrade or, in areas outside the limits of pavement, a minimum of 18 inches below finished grade. The tracer tape shall be encased in a protective, inert, plastic jacket and color coded according to American Public Works Association Uniform Color Code. Except for minimum depth of cover, the tracer tape shall be placed according to manufacturer’s recommendations. Manufacturers must be listed on SPL WW-597.

(m) Steel Pipe

1. Standard Weight

ASTM A 53, Schedule 40.

2. Extra Heavy Weight

Seamless ASTM A 53, Schedule 80.

3. Encasement Pipe

a. For direct-bury installations, pipe shall conform to ASTM A134 with minimum thickness of 3/8 inch (9.5 mm).

b. For jacked installations, pipe shall conform to requirements on drawings.

4. Fittings

Nipples and fittings extra strong Federal Specification WW-N 351 or WW- P 521.

5. Coatings

Black or galvanized as indicated.

(n) Welded Steel Pipe and Fittings for Water-Pipe

1. General Reference Standards Specification.

Specifications of the American Water Works Association (AWWA) listed below shall apply to this Section.

C-200 Steel Water Pipe 6 inches and larger.

C-205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe, 4 inches and larger, Shop Applied.

C-206 Field Welding of Steel Water Pipe.

C-207 Steel Pipe Flanges for Waterworks Services, Sizes 4 inches through 144 inches.

510 10/03/13 Page 19 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

C-208 Dimensions for Steel Water Pipe Fittings.

C-602 Cement-Mortar Lining of Water Pipelines, 4 inches and larger in Place.

2. Submittals

Furnish Shop Drawings, product data, design calculations and test reports as described below:

a. Certified copies of mill tests confirming the type of materials used in steel plates, mill pipe flanges and bolts and nuts to show compliance with the requirements of the applicable standards.

b. Complete and dimensional working drawings of all pipe layouts. Shop Drawings shall include the grade of material, size, wall thickness of the pipe and fittings, type and location of fittings and the type and limits of the lining and coating systems of the pipe and fittings.

c. Product data to show compliance of all couplings, supports, fittings, coatings and related items.

3. Job Conditions

a. The internal design pressure of all steel pipe and fittings shall be as indicated.

b. The interior of all steel pipe for potable water, 4 inches and larger, shall be cement-mortar lined.

4. Manufacturing

a. Description

Pipe shall comply with AWWA C-200.

(1) Circumferential deflection of all pipe in-place shall not exceed 2.0 percent of pipe diameter.

(2) Diameter

Nominal pipe diameter shall be the inside diameter of lining or pipe barrel, unless otherwise designated in Job Conditions.

b. Wall Thickness

(1) Steel pipe wall thickness shall be designed for the internal and external loads specified in this section. The cylinder thickness needed to resist internal pressure shall be based on an

510 10/03/13 Page 20 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

allowable stress in the steel equal to 1/2 the minimum yield stress of the material used.

5. Fittings

a. Welded

Fabricated steel fittings shall be of the same material as pipe and shall comply with AWWA C-208.

6. Flanges

a. Flanges shall comply with the requirements of AWWA C-207, Class D or Class E. The class shall be based on operating conditions and mating flanges of valves and equipment.

b. Gaskets shall be cloth-inserted rubber, 1/8 inch thick.

c. Flanges shall be flat faced with a serrated finish.

7. Pipe Joints

a. Lap Joints for Field Welding

(1) Lap joints for field welding shall conform to AWWA C-206. This item applies only to pipes 72 inches in diameter and larger.

(2) The bell ends shall be formed by pressing on a hydraulic expander or a plug die. After forming, the minimum radius of curvature of the bell end at any point shall not be less than 15 times the thickness of the steel shell. Bell ends shall be formed in a manner to avoid impairment of the physical properties of the steel shell. Joints shall permit a lap at least 1 1/2 inches when assembled. The longitudinal or spiral weld on the inside of the bell end and the outside of the spigot end on each section of pipe shall be ground flush with the plate surface. The inside edge of the bell and the outside edge of the spigot shall be scarfed or lightly ground to remove the sharp edges or burrs.

b. Bell and Spigot Joints with O-Ring Gasket

(1) Bell and spigot joints with rubber gasket shall conform to AWWA C-200.

(2) The bell and spigot ends shall be so designed that when the joint is assembled, it will be self-centered and the gasket will be confined to an annular space in such manner that

510 10/03/13 Page 21 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

movement of the pipe or hydrostatic pressure cannot displace it. Compression of the gasket when the joint is completed shall not be dependent upon water pressure in the pipe and shall be adequate to ensure a watertight seal when subjected to the specified conditions of service. Bell and spigot ends shall be welded on preformed shapes. The bell and spigot ends shall conform to the reviewed Shop Drawings.

8. Interior and Exterior Protective Surface Coatings

a. Exterior Surface to be mortar coated shall conform to AWWA C205 for shop application and AWWA C-602 for field application. Pipe materials shall be the product of an organization, which has had not less than 5 years successful experience manufacturing pipe materials, and the design and manufacture of the pipe, including all materials, shall be the product of one company.

b. All surfaces except as noted in c and d below shall receive shop application of mortar lining and coating.

c. Field Welded Joints. After installation, clean, line and coat unlined or uncoated ends adjacent to welded field joints, including the weld proper, as specified for pipe adjacent to the weld. Potable water only shall be used in the preparation of any cement, mortar, or grout lining.

d. Machined Surfaces. Shop coat machined surfaces with a rust preventative compound. After jointing surfaces, remaining exposed surfaces shall be coated per a) and b) above.

(o) Corrugated Metal Pipe

1. General

Pipe shall be corrugated continuous lock or welded seam helically corrugated pipe. Corrugated metal pipe may be galvanized steel, aluminized steel or aluminum conforming to the following:

Galvanized Steel AASHTO M 218 Aluminized

Steel AASHTO M 274

Aluminum AASHTO M 197

Where reference is made herein to gage of metal, the reference is to U.S. Standard Gage for uncoated sheets. Tables in AASHTO M 218 and AASHTO M 274 list thickness for coated sheets in inches. The Tables in AASHTO M 197 list thickness in inches for clad aluminum sheets.

510 10/03/13 Page 22 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Sampling and testing of metal sheets and coils used for corrugated metal pipe shall be in accordance with TXDOT Test Method Tex-708-I.

Damaged spelter coating shall be repaired by thoroughly wire brushing the damaged area and removing all loose, cracked or weld-burned spelter coating. The cleaned area shall be painted with a zinc dust-zinc oxide paint conforming to Federal Specifications TT-P 641b. Damaged pipe shall be rejected and removed from the project.

Damaged aluminized coating shall be repaired in accordance with the manufacturer's recommendations.

The following information shall be clearly marked on each section of pipe:

Thickness and corrugations

Trade Mark of the manufacturer

Specification compliance

2. Fabrication

a. Steel Pipe

Galvanized or aluminized steel pipe shall be full circle or arch pipe conforming to AASHTO M 36, Type I or Type II as indicated.

It may be fabricated with circumferential corrugations; lap joint construction with riveted or spot welded seams or it may be fabricated with helical corrugations with continuous helical lock seam or ultra high frequency resistance butt-welded seams.

b. Aluminum Pipe

Pipe shall conform to AASHTO M 196, Type I, circular pipe or Type II, pipe arch as indicated. It may be fabricated with circumferential corrugations; lap joint construction with riveted or spot welded seams or it may be fabricated with helical corrugations with a continuous helical lock seam.

Portions of aluminum pipe that are to be in contact with high chloride concrete or metal other than aluminum, shall be insulated from these materials by a coating of bituminous material. The coating applied to the pipe or pipe arch to provide insulation between the aluminum and other material shall extend a minimum distance of 1 foot beyond the area of contact.

3. Selection of Gages

510 10/03/13 Page 23 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

The pipe diameter, permissible corrugations and required gauges for circular pipe shall be as indicated on the drawings.

For pipe arch, the span, rise, gage, corrugation size and coating thickness shall be as shown on the drawings. A tolerance of plus or minus 1 inch or 2 percent of equivalent circular diameter, whichever is greater, will be permissible in span and rise, with all dimensions measured from the inside crests of the corrugations.

4. Joint Material

Except as otherwise indicated, coupling bands and other hardware for galvanized or aluminized steel pipe shall conform to AASHTO M 36 for steel pipe and AASHTO M 196 for aluminum pipe. Field joints for each type of corrugated metal pipe shall maintain pipe alignment during construction and prevent infiltration of soil material during the life of the installation.

Coupling bands shall be not more than 3 nominal sheet thickness lighter than the thickness of the pipe to be connected and in no case lighter than 0.052 inch for steel or 0.048 inch for aluminum.

Coupling bands shall be made of the same base metal and coating (metallic or otherwise) as the pipe.

Coupling bands shall lap equally on each of the pipes being connected to form a tightly closed joint after installation.

Pipes furnished with circumferential corrugations shall be field jointed with corrugated locking bands. This includes pipe with helical corrugations, which has reformed circumferential corrugations on the ends. The locking bands shall securely fit into at least one full circumferential corrugation on each of the pipe ends being coupled. The minimum width of the corrugated locking bands shall be as shown below for the corrugation which corresponds to the end circumferential corrugations on the pipes being joined:

10 1/2 inches wide for 2 2/3 inches x 1/2-inch corrugations.

12 inches wide for 3 inches x 1 inch or 5 inches x 1-inch corrugations.

Helical pipe without circumferential end corrugations will be permitted only when it is necessary to join a new pipe to an existing pipe, which was installed with no circumferential end corrugations. In this event pipe furnished with helical corrugations at the ends shall be field jointed with either helically corrugated bands or with bands with projections or dimples. The minimum width of helically corrugated bands shall conform to the following:

510 10/03/13 Page 24 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

12 inches wide for pipe diameters up to and including 72 inches.

14 inches wide for 1 inch deep helical end corrugations.

Bands with projections shall have circumferential rows of projections with one projection for each corrugation. The width of bands with projections shall be not less than the following:

12 inches wide for pipe diameters up to and including 72 inches.

The bands shall have 2 circumferential rows of projections.

16 1/4 inches wide for pipe diameters of 78 inches and greater.

The bands shall have 4 circumferential rows of projections.

Unless otherwise indicated, all bolts for coupling bands shall be 1/2-inch diameter. Bands 12 inches wide or less shall have a minimum of 2 bolts and bands greater than 12 inches wide shall have a minimum of 3 bolts.

Galvanized bolts may be hot dip galvanized conforming to AASHTO M 232, mechanically galvanized to provide the same requirements as AASHTO M 232 or electro-galvanized per ASTM A 164 Type RS.

5. Additional Coatings or Linings

a. Bituminous Coated

Bituminous Coated pipe or pipe arch shall be as indicated both as to base metal and fabrication and in addition shall be coated inside and out with a bituminous coating which shall meet the performance requirements set forth herein. The bituminous coating shall be 99.5 percent soluble in carbon bisulphide. The pipe shall be uniformly coated inside and out to a minimum thickness of 0.05 inch, measured on the crests of the corrugations.

The bituminous coating shall adhere to the metal tenaciously, shall not chip off in handling and shall protect the pipe from deterioration as evidenced by samples prepared from the coating material successfully meeting the Shock Test and Flow Test in accordance with Test Method Tex-522-C.

b. Paved Invert

Where a Paved Invert is indicated, the pipe or pipe arch, in addition to the fully coated treatment described above, shall receive additional bituminous material of the same specification as above, applied to the bottom quarter of the circumference to form a smooth

510 10/03/13 Page 25 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

pavement with a minimum thickness of 1/8 inch above the crests of the corrugations.

c. Cement Lined

(1) General

Except as modified herein, pipe shall conform to AASHTO M 36 for lock seam or welded helically corrugated steel pipe. Pipe shall be of full circle and shall be fabricated with two annular corrugations for purposes of joining pipes together with band couplers. Lock seams shall develop the seam strength as required in Table 3 of AASHTO M 36. Concrete lining shall conform to the following:

Composition

Concrete for the lining shall be composed of cement, fine aggregate and water that are well mixed and of such consistency as to produce a dense, homogeneous, nonsegregated lining.

Cement

Portland Cement shall conform to AASHTO M 85.

Aggregate

Aggregates shall conform to AASHTO M 6 except that the requirements for gradation and uniformity of gradation shall not apply.

Mixture

The aggregates shall be sized, graded, proportioned and thoroughly mixed with such proportions of cement and water as will produce a homogenous concrete mixture of such quality that the pipe will conform to the design requirements indicated. In no case, however, shall the proportions of Portland Cement, blended cement or Portland Cement plus pozzolanic admixture be less than 470 lb/cu. yd of concrete.

Thickness

The lining shall have a minimum thickness of 1/8 inch above the crest of the corrugations.

Lining Procedures

510 10/03/13 Page 26 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

The lining shall be plant applied by a machine traveling through a stationary pipe. The rate of travel of the machine and the rate of concrete placement shall be mechanically regulated so as to produce a homogenous nonsegregated lining throughout.

Surface Finish

The lining machine shall also mechanically trowel the concrete lining as the unit moves through the pipe.

Certification

Furnish manufacturer's standard certification of compliance upon request of the purchaser.

Joints

Pipe shall be joined together with coupling bands made from steel sheets to an indicated thickness of 0.064 inch (12 ga.). Coupling bands shall be formed with two corrugations that are spaced to provide seating in the third corrugation of each pipe end without creating more than 1/2 inch ± annular space between pipe ends when joined together.

Bands shall be drawn together by two 1/2 inch galvanized bolts through the use of a bar and strap suitably welded to the band.

When O-ring gaskets are indicated they shall be placed in the first corrugation of each pipe and shall be compressed by tightening the coupling band. Rubber O-ring gaskets shall conform to Section 5.9, ASTM C 361.

(2) Causes for Rejection

Pipe shall be subject to rejection on account of failure to conform to any of the indications. Individual sections of pipe may be rejected because of any of the following:

Damaged ends, where such damage would prevent making satisfactory joint.

Defects that indicate poor quality of work and could not be easily repaired in the field.

Severe dents or bends in the metal itself.

510 10/03/13 Page 27 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

If concrete lining is broken out, pipe may be rejected or at the discretion of the E/A, repaired in the field in accordance with the manufacturer's recommendation.

Hairline cracks or contraction cracks in the concrete lining are to be expected and does not constitute cause for rejection.

d. Fiber Bonded

Where fiber bonded pipe is indicated, the pipe or pipe arch shall be formed from sheets whose base metal shall be as indicated. In addition, the sheets shall have been coated with a layer of fibers, applied in sheet form by pressing them into a molten metallic bonding. If a paved invert is indicated it shall be in accordance with the procedure outlined above. The test for spelter coating above is waived for fiber bonded pipe.

6. Slotted Drain Storm Sewers

The pipes for the slotted drain and slotted drain outfall shall be helically corrugated, lock seam or welded seam pipe. Materials and fabrication shall be in accordance with the above. The metal thickness shall be a minimum 16 gage.

The chimney assemblies shall be constructed of 3/16 inch welded plate or machine formed 14 gage galvanized steel sheets. The height of the chimney required shall be as indicated. Metal for the welded plate slot shall meet the requirements of ASTM A 36 and the completed plate slot shall be galvanized after fabrication in accordance with ASTM A 123.

Weld areas and the heat affected zones where the slot is welded to the corrugated pipe shall be thoroughly cleaned and painted with a good quality asphalt base aluminum paint.

7. Mortar

Mortar shall be composed of 1 part Type I Portland Cement and 2 parts clean, sharp mortar sand suitably graded for the purpose and conforming in other respects to the provisions for fine aggregate of Item No. 403, "Concrete for Structures". Hydrated lime or lime putty may be added to the mix, but in no case shall it exceed 10 percent by weight of the total dry mix.

(9) Geotextile Filter Fabric for Pipe Bedding Material

Geotextile filter fabric for pipe bedding material shall be Hanes Geo Components - TerraTex NO4.5 (AOS US Standard Sieve 70) geotextile fabric or approved equal.

510 10/03/13 Page 28 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

510.3 Construction Methods

(1) General

Prior to commencing this Work, all erosion control and tree protection measures required shall be in place and all utilities located and protected as set forth in "General Conditions". Clearing the site shall conform to Item No. 102S, "Clearing and Grubbing". Maintenance of environmental quality protection shall comply with all requirements of "General Conditions" and Item No. 601S, "Salvaging and Placing Topsoil".

The Contractor shall Work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of all existing utilities. If at any time the Contractor’s operations damage the utilities in place, the Contractor shall immediately notify the owner of the utility to make the necessary repairs. When active wastewater sewer lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open and the lines shall be restored when the backfilling has progressed to the original bedding lines of the sewer so cut.

The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours or to make other adjustments to utility lines in order that the Contractor may Work with a minimum of delay and expense. The Contractor shall cooperate with all utility owners concerned in effecting any utility adjustments necessary and shall not hold the City liable for any expense due to delay or additional Work because of conflicts arising from existing utilities.

The Contractor shall do all trenching in accordance with the provisions and the directions of the E/A as to the amount of trench left unfilled at any time. All excavation and backfilling shall be accomplished as indicated and in compliance with State Statutes.

Where excavation for a pipe line is required in an existing City street, a street cut permit is required and control of traffic shall be as indicated in accordance with the Texas Manual on Uniform Traffic Control Devices.

Wherever existing utility branch connections, sewers, drains, conduits, ducts, pipes or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated or reconstructed by the Contractor through cooperation with the owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impractical, a deviation from line and grade will be ordered by the E/A and the change shall be made in the manner directed.

Adequate temporary support, protection and maintenance of all underground and surface utility structures, drains, sewers and other obstructions encountered in the

510 10/03/13 Page 29 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

progress of the Work shall be furnished by, and at the expense of, the Contractor and as approved by the E/A.

Where traffic must cross open trenches, the Contractor shall provide suitable bridges in conformance with Standard 804S-4. Adequate provisions shall be made for the flow of sewers; drains and watercourses encountered during construction and any structures, which may have been disturbed, shall be satisfactorily restored upon completion of Work.

When rainfall or runoff is occurring or is forecast by the U.S. Weather Service, the Contractor shall not perform or attempt any excavation or other earth moving Work in or near the flood plain of any stream or watercourse or on slopes subject to erosion or runoff, unless given specific approval by the E/A. When such conditions delay the Work, an extension of time for working day contracts will be allowed in accordance with "General Conditions".

(2) Water Line/New Wastewater Line Separation

Separation between water, reclaimed water, and wastewater lines shall be provided as shown in the Drawings.

Crossings of water, reclaimed water, and wastewater lines shall conform to details in the Drawings.

Wastewater manholes within 9 feet of water and reclaimed water lines shall be made watertight according to details in the Drawings.

(3) Utility and Storm Sewer Crossings

When the Contractor installs a pipe that crosses under a utility or storm sewer structure and the top of the pipe is within 18 inches of the bottom of the structure, the pipe shall be backfilled as shown in the Drawings. When the Contractor installs a pipe that crosses under a utility or storm sewer structure that is not shown in the Drawings, the pipe shall be backfilled as directed by the Engineer. Payment for backfilling pipe at utility or storm sewer structures not shown in the Drawings shall be by Change Order.

(4) Trench Excavation

Excavation in a paved street shall be preceded by saw cutting completely through any asphaltic cement concrete or portland cement concrete surface, base, or subbase to the underlying subgrade. This requirement shall not apply to excavations made with trenching machines that use a rotating continuous belt or chain for cutting and removing of material.

Underground piped utilities shall be constructed in an open cut in accordance with Federal regulations, applicable State Statutes conforming to Item No. 509S, "Excavation Safety Systems" and with a trench width and depth described below. When pipe is to be constructed in fill above the natural ground, Contractor shall

510 10/03/13 Page 30 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

construct embankment to an elevation not less than one foot above the top of the pipe, after which trench is excavated. Required vertical sides shall be sheeted and braced as indicated to maintain the sides of the required vertical excavation throughout the construction period. Adequacy of the design of sheeting and bracing shall be the responsibility of the Contractor's design professional. The Contractor shall be responsible for installation as indicated. After the pipe has been laid and the backfill placed and compacted to 12 inches above the top of the pipe, any sheeting, shoring and bracing required may be removed with special care to insure that the pipe is not disturbed. As each piece of sheeting is removed, the space left by its removal must be thoroughly filled and compacted with suitable material and provisions made to prevent the sides of the trench from caving until the backfill has been completed. Any sheeting left in place will not be paid for and shall be included in the unit price bid for pipe.

(5) Trench Width

Trenches for water, reclaimed, and wastewater lines shall have a clear width on each side beyond the outside surfaces of the pipe bell or coupling of not less than 6 inches nor more than 12 inches.

Trenches for Storm Sewers up to 42 inches shall have a width of 1 foot on each side beyond the outside surfaces of the pipe. Pipes more than 42 inches shall have a trench width not to exceed 18 inches on each side beyond the outside surfaces of the pipe.

If the trench width within the pipe zone exceeds this maximum, the entire pipe zone shall be refilled with approved backfill material, thoroughly compacted to a minimum of 95 percent of maximum density as determined by TxDOT Test Method Tex-114- E and then re-excavated to the proper grade and dimensions. Excavation along curves and bends shall be so oriented that the trench and pipe are approximately centered on the centerline of the curve, using short lengths of pipe and/or bend fittings if necessary.

For all utilities to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than 1 foot above the top of the utility after which excavation for the utility shall be made.

(6) Trench Depth and Depth of Cover

All pipe and in-line appurtenances shall be laid to the grades indicated. The depth of cover shall be measured from the established finish grade, natural ground surface, subgrade for staged construction, street or other permanent surface to the top or uppermost projection of the pipe.

(a) Where not otherwise indicated, all potable/reclaimed water piping shall be laid to the following minimum depths:

510 10/03/13 Page 31 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

1. Potable/reclaimed water piping installed in undisturbed ground in easements of undeveloped areas, which are not within existing or planned streets, roads or other traffic areas shall be laid with at least 36 inches of cover.

2. Potable/reclaimed water piping installed in existing streets, roads or other traffic areas shall be laid with at least 48 inches of cover below finish grade.

3. Unless approved by the E/A, installation of potable/reclaimed water piping in proposed new streets will not be permitted until paving and drainage plans have been approved and the roadway traffic areas excavated to the specified or standard paving subgrade, with all parkways and sidewalk areas graded according to any applicable provisions of the drainage plans or sloped upward from the curb line to the right of way line at a minimum slope of 1/4 inch per foot. Piping and appurtenances installed in such proposed streets shall be laid with at least 36 inches of cover below the actual subgrade.

(b) Where not otherwise indicated, all wastewater piping shall be laid to the following minimum depths:

1. Wastewater piping installed in natural ground in easements or other undeveloped areas, which are not within existing or planned streets, roads or other traffic areas shall be laid with at least 42 inches of cover.

2. Wastewater piping installed in existing streets, roads or other traffic areas shall be laid with at least 66 inches of cover.

3. Wastewater piping installed in such proposed streets shall be laid with at least 48 inches of cover below the actual subgrade.

(7) Classification of Excavation

Excavation will not be considered or paid for as a separate item of Work, so excavated material will not be classified as to type or measured as to quantity. Full payment for all excavation required for the construction shall be included in the various unit or lump sum Contract prices for the various items of Work installed, complete in place. No extra compensation, special treatment or other consideration will be allowed due to rock, pavement, caving, sheeting and bracing, falling or rising water, working under and in the proximity of trees or any other handicaps to excavation.

(8) Dewatering Excavation

Underground piped utilities shall not be constructed or the pipe laid in the presence of water. All water shall be removed from the excavation prior to the pipe placing operation to insure a dry firm granular bed on which to place the underground piped utilities and shall be maintained in such unwatered condition until all concrete and

510 10/03/13 Page 32 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

mortar is set. Removal of water may be accomplished by bailing, pumping or by a well-point installation as conditions warrant.

In the event that the excavation cannot be dewatered to the point where the pipe bedding is free of mud, a seal shall be used in the bottom of the excavation. Such seal shall consist of Class B concrete, conforming to Item No. 403, "Concrete for Structures", with a minimum depth of 3 inches.

(9) Trench Conditions

Before attempting to lay pipe, all water, slush, debris, loose material, etc., encountered in the trench must be pumped or bailed out and the trench must be kept clean and dry while the pipe is laid and backfilled. Where needed, sump pits shall be dug adjoining the trench and pumped as necessary to keep the excavation dewatered.

Backfilling shall closely follow pipe laying so that no pipe is left exposed and unattended after initial assembly. All open ends, outlets or other openings in the pipe shall be protected from damage and shall be properly plugged and blocked watertight to prevent the entrance of trench water, dirt, etc. The interior of the pipeline shall at all times be kept clean, dry and unobstructed.

Where the soil encountered at established footing grade is a quicksand, saturated or unstable material, the following procedure shall be used unless other methods are indicated:

All unstable soils shall be removed to a depth of a minimum 2 feet below bottom of piped utility or as required to stabilize the trench foundation. Such excavation shall be carried out for the entire trench width.

All unstable soil so removed shall be replaced with a concrete seal, foundation rock or coarse aggregate materials placed across the entire trench width in uniform layers not to exceed 6 inches, loose measure and compacted by mechanical tamping or other means which shall provide a stable foundation for the utility.

Forms, sheathing and bracing, pumping, additional excavation and backfill required in unstable trench conditions shall be included in the unit price bid for pipe.

(10) Blasting

All blasting shall conform to the provisions of the "General Conditions" and/or "Public Safety and Convenience".

(11) Removing Old Structures

When out of service masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth of 1 foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the

510 10/03/13 Page 33 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

new sewers, such manholes and inlets within the construction limits shall be removed completely to a depth 1 foot below the bottom of the trench. In each instance, the bottom of the trench shall be restored to grade by backfilling and compacting by the methods provided above. Where the trench cuts through storm or wastewater sewers which are known to be abandoned, these sewers shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the E/A. When old structures are encountered, which are not visible from the existing surface and are still in service, they shall be protected and adjusted as required to the finished grade.

(12) Lines and Grades

Grades, lines and levels shall conform to the General Conditions and/or "Grades, Lines and Levels". Any damage to the above by the Contractor shall be reestablished at the Contractor's expense. The Contractor shall furnish copies of all field notes and "cut sheets" to the City.

The location of the lines and grades indicated may be changed only by direction of the E/A. It is understood that the Contractor will be paid for Work actually performed on the basis of the unit Contract prices and that the Contractor shall make no claim for damages or loss of anticipated profits due to the change of location or grade.

All necessary batter boards or electronic devices for controlling the Work shall be furnished by, and at the expense of, the Contractor. Batter boards shall be of adequate size material and shall be supported substantially. The boards and all location stakes must be protected from possible damage or change of location. The Contractor shall furnish good, sound twilled lines for use in achieving lines and grades and the necessary plummets and graduated poles.

The Contractor shall submit to the Engineer at least six copies of a detailed pipe laying schedule for review and approval. The laying schedule shall list all types of pipe, fittings, valves, hydrants, flanged outlets, and other appurtenances required for construction. The Contractor shall submit the laying schedule at least 30 days in advance of construction on the project. The Engineer will forward review comments to the Contractor for revisions. The Contractor shall make revisions and forward to the Engineer for review. Prior to start of construction on the Project, the Engineer will send a reviewed final laying schedule marked for construction to the Contractor. Should the Contractor's procedures not produce a finished pipe placed to grade and alignment, the pipe shall be removed and relayed and the Contractors procedures modified to the satisfaction of the E/A. No additional compensation shall be paid for the removal and relaying of pipe required above.

(13) Surplus Excavated Materials

Excess material or material which cannot be made suitable for use in embankments will be declared surplus by the E/A and shall become the property of the Contractor to dispose of off site at a permitted fill site, without liability to the City or any individual.

510 10/03/13 Page 34 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Such surplus material shall be removed from the Work site promptly following the completion of the portion of the utility involved.

(14) Pipe Bedding Envelope

Pipe shall be installed in a continuous bedding envelope of the type shown on the drawings or as described herein. The envelope shall extend the full trench width, to a depth of at least 6 inches (150 mm) below the pipe and to a depth of the springline of storm water pipe and at least 12 inches (300 mm) above water, reclaimed, and wastewater pipe.

Standard Bedding Materials Cement Natural PIPE BEDDING STONE USE / PIPE Pea Stabilized or Mf'd Uncrushed Crushed Crushed Stone MATERIAL Gravel Backfill Sand Gravel Gravel Stone Screenings WATER and RECLAIMED WATER Welded X X Steel Service Tubing 3/4" X X X to 2-1/2" WATER and RECLAIMED WATER (Ductile Iron) Up to 15 X X X X Inch ID Larger Than 15 X X Inch ID WATER and RECLAIMED WATER (PVC only) and WASTEWATER Up to 15 X X X X X X Inch ID Larger Than 15 X X X X Inch ID STORMWATER Concrete X X X X X X Metal X X X X

(b) General requirements and limitations governing bedding selection.

1. Crushed gravel or crushed stone shall not be used with polyethylene tubing or polyethylene film wrap.

510 10/03/13 Page 35 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

2. Uncrushed gravel may be used with polyethylene film wrap in trenches up to 6 feet deep and in deeper trenches where ample trench width, a tremmie, or conditions will allow controlled placement of the gravel without damaging the polyethylene wrap.

3. Bedding shall be placed in lifts not exceeding 8 inches loose thickness and compacted thoroughly to provide uniform support for the pipe barrel and to fill all voids around the pipe.

4. Pea Gravel or bedding stone shall be used in blasted trenches.

(c) Requirements to prevent particle migration.

Bedding material shall be compatible with the materials in the trench bottom, walls and backfill so that particle migration from, into or through the bedding is minimized. The E/A may require one or more of the following measures to minimize particle migration: use of impervious cut-off collars; selected bedding materials, such as pea gravel or bedding stone mixed with sand; filter fabric envelopment of the bedding; cement stabilized backfill; or other approved materials or methods. Measures to minimize particle migration will be shown on the Drawings or designated by the E/A, and, unless provisions for payment are provided in the contract documents, the cost of these measures shall be agreed by change order. The following limitations shall apply.

1. groundwater is present, or in trenches with grades greater than 5 percent.

2. Pea gravel or bedding stone, alone, shall not be used in the street rightof-way within 5 feet of subgrade elevation in trenches that are 3 feet or wider.

3. each gravel or bedding stone, alone, shall not be used where the trench bottom, sides, or backfill is composed of non-cementitious, silty or sandy soils having plasticity indices less than 20, as determined by the E/A.

4. Sand, alone, shall not be used for installation of concrete storm water pipe unless the bedding envelope is wrapped with a geotextile membrane and the joints of the stormdrain conduit are wrapped to prevent the migration of fines into the bedding envelope and into the stormdrain conduit

5. For concrete storm water pipe, if pea gravel, uncrushed gravel, crushed gravel, crushed stone, or combination thereof is used for pipe bedding material, a geotextile filter fabric shall be placed around the perimeter of the joint

(15) Laying Pipe

510 10/03/13 Page 36 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

No pipe shall be installed in the trench until excavation has been completed, the bottom of the trench graded and the trench completed as indicated.

Laying of corrugated metal pipes on the prepared foundation shall be started at the outlet end with the separate sections firmly joined together, with outside laps of circumferential joints pointing upstream and with longitudinal laps on the sides. Any metal in joints, which is not protected by galvanizing, shall be coated with suitable asphaltum paint. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without damaging the pipe or disturbing the prepared foundation and the sides of the trench. Any pipe which is not in alignment or which shows any undue settlement after laying or damage shall be taken up and re-laid without extra compensation.

Multiple installations of corrugated pipe or arches shall be laid with the centerlines of individual barrels parallel. When not otherwise indicated, clear distances of 2 feet between outer surfaces of adjacent pipes shall be maintained.

No debris shall remain in the drainways or drainage structures.

All recommendations of the manufacturer shall be carefully observed during handling and installation of each material. Unless otherwise indicated, all materials shall be delivered to the project by the manufacturer or agent and unloaded as directed by the Contractor. Each piece shall be placed facing the proper direction near to where it will be installed.

The interior of all pipe, fittings and other accessories shall be kept free from dirt and foreign matter at all times and stored in a manner that will protect them from damage. Stockpiled materials shall be stacked so as to minimize entrance of foreign matter.

The interior of all pipeline components shall be clean, dry and unobstructed when installed.

Piping materials shall not be skidded or rolled against other pipe, etc. and under no circumstances shall pipe, fittings or other accessories be dropped or jolted.

During handling and placement, materials shall be carefully observed and inspected and any damaged, defective or unsound materials shall be marked, rejected and removed from the job site. Minor damage shall be marked and repaired in a manner satisfactory to the E/A. Joints, which have been placed, but not joined, backfilled, etc., shall be protected in a manner satisfactory to the E/A.

(16) Assembling of Pipe

Angular spacing of all joints shall meet the manufacturer's recommendations for the pipe and accessories being used. Side outlets shall be rotated so that the operating stems of valves shall be vertical when the valves are installed. Pressure pipe shall be laid with bell ends facing the direction of pipe installation. Pipe end bells shall be placed upgrade for all wastewater lines.

510 10/03/13 Page 37 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Orientation marks, when applicable, shall be in their proper position before pipe is seated.

Before joining any pipe, all foreign matter, lumps, blisters, excess coal tar coating, oil or grease shall be removed from the ends of each pipe and the pipe ends shall then be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made.

Every precaution shall be taken to prevent foreign material from entering the pipe during installation. No debris, tools, clothing or other materials shall be placed in the pipe.

(17) Joints

(a) Mortar (Storm Drain joints only)

Pipe ends shall be clean, free of asphalt or other contaminants, which will inhibit the bond of the mortar to the pipe. The pipe ends shall be moistened immediately prior to placing the mortar in the joint.

(b) Cold Applied Preformed Plastic Gaskets (Storm Drain joints only)

The pipe ends shall be clean and the joint material applied to the dry pipe. In cold weather, the joint material shall be heated to facilitate the seal of the joint.

(c) O-Ring and Push-on Joints

Just before making a joint the ends of the pipe shall be clean, dry, free of any foreign matter, lump blisters, excessive coal tar coating and grease or oil and shall be wire brushed. The gasket and the inside surface of the bell shall be lubricated with a light film of soft vegetable soap compound (Flax Soap) to facilitate telescoping the joints. The rubber gasket if not factory installed shall be stretched uniformly as it is placed in the spigot groove to insure a uniform volume of rubber around the circumference of the groove. The spigot shall be centered in the bell, the pipe pushed home uniformly and brought into true alignment. Bedding material shall be placed and tamped against pipe to secure the joint. Care should be taken to prevent dirt or foreign matter from entering the joint space.

(d) Bolted Joints

All flanged, mechanical or other bolted joints shall be joined with nuts and bolts and be coated as indicated above in Iron Pipe.

(e) Storm Drain Joints

Storm drain joints sealed with preformed flexible joint sealants shall be provided and installed in compliance with ASTM C990. Storm drain joints sealed with rubber gaskets shall comply with ASTM C443. Install joint

510 10/03/13 Page 38 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

sealants in accordance with the pipe and joint sealant manufacturers’ recommendations. Place the joint sealer so that no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint with the final joint opening (gap) on the inside of the installed pipe being less than or equal to the pipe manufacturer’s recommended dimensions. Protrusion of joint material greater than 1/8” into the interior of the pipe will not be accepted. Excess joint material will be removed to within 1/8’’of pipe surface. Observe joint sealant manufacturer’s recommendations for installation temperature of the joint sealant. Apply joint sealant to pipe joint immediately before placing pipe in trench, and then connect pipe to previously laid pipe.

If inspection (video or other means) reveal C-990 joints that show signs of backfill infiltration, or where joints or conduits exhibit excessive joint gap or are otherwise defective, then the contractor has the following options:

1. Conduits less than 36-inches in any dimension: pour a concrete collar around the joint or wrap joint with a wrap meeting requirements of ASTM C877 or approved equal 2. Conduits greater than or equal to 36-inches in all dimensions: repair joints using joint repair techniques recommended by the manufacturer to achieve a completed system that meets all Contract requirements.

(18) Pressure Pipe Laying

(a) Grout for Concrete Steel Cylinder Pipe (CSC) and Welded Steel Pipe

Aggregate, cement, etc., shall be as indicated in "Mortar" herein. Potable water shall be used in the preparation of any cement, mortar, or grout lining.

Grout shall be poured into the recess between the bell and spigot on the outside of the pipe and contained by a joint wrapper ("diaper") recommended by the pipe manufacturer. The wrapper shall have a minimum width of 7 inches for 30 inch and smaller and 9 inches for larger pipe, secured to the pipe by "Band Iron" steel straps. The grout shall be poured in one continuous operation in such manner that after shrinkage and curing the joint recess shall be completely filled.

Mortar for the inside recess shall be of the consistency of plaster. The inside recess between the bell and spigot shall be filled with mortar after the pipe joint on either side of the recess has been backfilled and well tamped with no less than one pipe joint installed ahead of the pipe forming the recess. The mortar shall completely fill the recess and shall be trowelled and packed into place and finished off smooth with the inside of the pipe.

The Contractor shall inspect the joint after the mortar has set and make repairs of any pockets, cracks or other defects caused by shrinkage to the satisfaction

510 10/03/13 Page 39 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

of the E/A. The inside surface shall be cleared of any mortar droppings, cement, water, slurry, etc., before they have become set and shall be cleared of any other foreign matter. The inside surface of the pipe shall be left clean and smooth.

Pipe shall be handled at all times with wide non abrasive slings, belts or other equipment designed to prevent damage to the coating and all such equipment shall be kept in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch-bars, chain slings, rope slings without canvas covers, canvas or composition belt slings with protruding rivets, pipe hooks without proper padding or any other handling equipment, which the E/A deems to be injurious to the coating, shall not be permitted. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the cement mortar lining.

(19) Placing Pipe in Tunnels

Piping installed as a carrier pipe in a tunnel, encasement pipe, etc., shall have uniform alignment, grade, bearing and conform to the reviewed Shop Drawings. All necessary casing spacers, bedding material, grout cradle or paving, bracing, blocking, etc., as stipulated by the Contract or as may be required to provide and maintain the required pipe alignment and grade, shall be provided by the Contractor at no cost except as provided by the Bid Items. This shall include casing spacers acceptable to the Owner attached to the carrier pipe in accordance with the manufacturer's recommendations. The insertion pushing forces shall not exceed the pipe manufacturer's recommendation. Such carrier piping shall have flexible bolted or gasketed push-on joints or Concrete Steel Cylinder pipe installed as follows:

(a) 21 Inch Pipe and Smaller

Prior to placing the pipe in the tunnel, the inside joint recess at the bell shall be buttered with cement mortar.

After the joint is engaged, the excess mortar shall be smoothed by pulling a tight fitting swab through the joint. Cement mortar protection shall then be placed in the normal manner to the exterior of the joint and allowed to harden sufficiently to avoid dislodgment during installation. If time is of the essence, a quick setting compound may be used.

(b) 24 Inch Pipe and Larger

Each length of pipe shall be pushed into the tunnel as single units. A flexible mastic sealer shall be applied to the exterior of the joint prior to joint engagement. The surfaces receiving the mastic sealer shall be cleaned and primed in accordance with the manufacturer's recommendation. Sufficient quantities of the mastic sealer shall be applied to assure complete protection of all steel in the joint area. The interior of the joint shall be filled with cement

510 10/03/13 Page 40 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

mortar in the normal manner after the pipe is in its final position within the tunnel.

(20) Temporary Pipe Plugs, Caps, Bulkheads and Trench Caps

Temporary plugs, caps or plywood bulkheads shall be installed to close all openings of the pipe and fittings when pipeline construction is not in progress.

All temporary end plugs or caps shall be secured to the pipe as provided under Item No. 507, "Bulkheads".

Trench caps shall be reinforced Class D concrete as indicated.

(21) Corrosion Control

(a) Protective Covering

Unless otherwise indicated, all flanges, nuts, bolts, threaded outlets and all other iron or steel components buried and in contact with earth or backfill shall be wrapped with 8-mil (minimum) polyethylene film meeting ANSI/AWWA C- 105 to provide a continuous wrap.

(22) Pipe Anchorage, Support and Protection

Pressure pipeline tees, plugs, caps and bends exceeding 22-1/2 degrees; other bends as directed shall be securely anchored by suitable concrete thrust blocking or by approved metal harness. Unless otherwise indicated, on 24 inch or larger piping, all bends greater than 11 1/4 degrees shall be anchored as described herein.

Storm sewers on steep grades shall be lugged as indicated.

(a) Concrete Thrust Blocking

Concrete for use as reaction or thrust blocking shall be Class B conforming to Item No. 403, "Concrete for Structures".

Concrete blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on the pipe and on the ground shall be as indicated or directed by the E/A. The blocking shall, unless otherwise indicated, be so placed that the pipe, fittings and joints will be accessible for repair.

The trench shall be excavated at least 6 inches outside the outermost projections of the pipe or appurtenance and the trench walls shaped or undercut according to the detail Drawings or as required to provide adequate space and bearing area for the concrete.

The pipe and fittings shall be adequately weighted and laterally braced to prevent floating, shifting or straining of the pipeline while the concrete is being placed and taking initial set. The Contractor shall be solely responsible for the sufficiency of such restraints.

510 10/03/13 Page 41 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

(b) Metal Thrust Restraint

Fabricated thrust restraint systems such as those described below may be approved for use instead of concrete blocking. To obtain approval, the project Drawings must include sufficient drawings, notes, schedules, etc., to assure that the proposed restraints as installed will be adequate to prevent undesirable movement of the piping components. Such restraint systems may only be used where and as specifically detailed and scheduled on approved Project Drawings.

1. Thrust Harness

A metal thrust harness of tie rods, pipe clamps or lugs, turnbuckles, etc., may be approved. All carbon steel components of such systems, including nuts and washers, shall be hot-dip galvanized; all other members shall be cast ductile iron. After installation, the entire assembly shall be wrapped with 8-mil polyethylene film, overlapped and taped in place with duct tape to form a continuous protective wrap.

2. Restrained Joints

Piping or fitting systems utilizing integral mechanically restrained joints may be approved. All components of such systems shall be standard manufactured products fabricated from cast ductile iron, hot-dip galvanized steel, brass or other corrosion resistant materials and the entire assembly shall be protected with a continuous film wrap as described for 1. above. Manufacturers of pipe with restrained joints integral to the pipe shall be listed on SPL WW-27F. All pipe and fitting systems with restrained joints shall be identified by applying an adhesive- backed warning tape to the top of the pipe and for the full length of the pipe, regardless of the type of pipe. For plastic pipes the warning tape shall be applied directly to the top of the pipe. For metal pipes and fittings the warning tape shall be applied to the top of the polyethylene film wrap. The warning tape shall conform to 510.2(8)(b)5.

Location, configuration and description of such products shall be specifically detailed on the Drawings. (Add-on attachments such as retainer glands, all-thread rods, etc., are not acceptable.)

(c) Concrete Encasement, Cradles, Caps and Seals

When trench foundation is excessively wet or unstable or installation of water or wastewater pipe will result in less than 30 inches of cover, Contractor shall notify E/A. E/A may require Contractor to install a concrete seal, cradle, cap, encasement or other appropriate action.

All concrete cap, etc., shall be continuous and begin and end within 6 inches of pipe joints. Concrete cap, cradle and encasement shall conform to City of

510 10/03/13 Page 42 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Austin Standard No. 510S-1, “Concrete Trench Cap”. The pipe shall be well secured to prevent shifting or flotation while the concrete is being placed.

(d) Anchorage Bulkheads

Concrete bulkheads keyed into the undisturbed earth shall be placed as indicated to support and anchor the pipe and/or backfill against end thrust, slippage on slopes, etc. Concrete material and placement shall be Class A, Item No. 403, "Concrete for Structures".

(e) Trench Caps, Concrete Rip-Rap and Shaped Retards

Where called for by the Contract or as directed by the E/A, concrete trench caps, concrete rip-rap and/or shaped retards shall be placed as detailed by the Drawings as protection against erosion. Concrete material and placement shall be Class B, Item No. 403, "Concrete for Structures".

(23) Wastewater Connections

(a) Connections to Mains 12 Inches and Smaller

All branch connections of new main lines shall be made by use of manholes.

Service stubs shall be installed as indicated. Minimum grade shall be 1 percent downward to main and minimum cover shall be 4 1/2 feet at the curb. Standard plugs shall be installed in the dead end before backfilling.

Where a service connection to a main 12 inches or smaller is indicated, a wye, tee or double wye shall be installed.

Where a service connection to a main 15 inches or larger is indicated, a field tap may be made with the pipes installed crown to crown. The tap should be made conforming to the pipe manufacturer's recommendations with the E/A’s approval.

Where not otherwise indicated, (wastewater) service connections shall be installed so that the outlet is at an angle of not more than 45 degrees above horizontal at the main line.

(b) Connections to the Existing System

Unless otherwise specified by the E/A, all connections made to existing mains shall be made at manholes with the crown of the inlet pipe installed at the same elevation as the crown of the existing pipe. Service stubs installed on the existing system shall be installed by use of tapping saddles unless otherwise approved by the E/A. Extreme care shall be exercised to prevent material from depositing in the existing pipe as the taps are being made.

510 10/03/13 Page 43 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

When connections to existing mains are made, a temporary plug approved by the E/A must be installed downstream in the manhole to prevent water and debris from entering the existing system before Final Completion. These plugs shall be removed after the castings are adjusted to finish grade or prior to Final Completion.

(c) Connecting Existing Services to New Mains

Where wastewater services currently exist and are being replaced from the main to the property line, those services shall be physically located at the property line prior to installing any new mains into which the services will be connected. Where wastewater services currently exist but are not being replaced to the property line, those services shall be physically located at the point of connection between the new and existing pipes prior to installing any new mains into which the services will be connected.

(24) Potable or Reclaimed Water System Connections

All necessary connections of new piping or accessories to the existing potable or reclaimed water system shall be made by, and at the expense of, the Contractor. To minimize any inconvenience from outages, the Contractor shall schedule all such connections in advance and such schedule must be approved by the E/A before beginning any Work.

(a) Shutoffs

The City will make all shutoffs on existing potable or reclaimed water mains. The Contractor shall be required to notify the E/A’s field representative on the job at least 72 hours prior to the desired time for any shutoff. The E/A’s field representative will notify any affected utility customers at least 48 hours prior to the shutoff. The Water Utility will make the shutoff after ensuring that all appropriate measures have been taken to protect the potable or reclaimed water system, customers and employees.

The City will operate all valves to fill existing mains. Where a newly constructed main has not been placed in service and has only one connection to the potable or reclaimed system, the Contractor may operate one valve to fill the main after approval has been obtained from the Water Utility. The operation of the valve is to be conducted under the immediate supervision of the E/A’s field representative.

Water for the Work shall be metered and furnished by the Contractor in accordance with Section 01500 of the Standard Contract Documents.

(b) Wet Connections to Existing Water Potable or Reclaimed System

The Contractor shall make all wet connections called for by the Contract or required to complete the Work. Two connections to an existing line performed during the same shutout, at the same time and at a distance less than 50 linear

510 10/03/13 Page 44 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

feet apart, will be considered one wet connection. Two connections to an existing line performed during the same shutout, at the same time and at a distance equal to, or greater than 50 linear feet will be considered two wet connections. A wet connection shall include draining and cutting into existing piping and connecting a new pipeline or other extension into the existing pressure piping, forming an addition to the potable or reclaimed water transmission and distribution network.

The Contract price for wet connections shall be full payment for all necessary shutoffs, excavation, removing plugs and fittings, pumping water to drain the lines, cutting in new fittings, blocking and anchoring piping, bedding and backfilling, placing the lines and service and all site cleanup.

No water containing detectable amounts of chlorine may be drained, released or discharged until specific planning and appropriate preparations to handle, dilute and dispose of such chlorinated water are approved in advance by the City and the disposal operations will be witnessed by an authorized representative from the City.

(c) Pressure Taps to Existing Potable or Reclaimed Water System

The Contractor shall make all pressure taps called for by the Contract Documents or required to complete the Work. A pressure tap shall consist of connecting new piping to the existing potable or reclaimed water system by drilling into the existing pipe while it is carrying water under normal pressure without taking the existing piping out of service.

Unless otherwise provided by the Contract, the Contractor shall, at the Contractor’s expense, perform all necessary excavation, furnish and install the tapping sleeve, valve and accessories, provide the tapping machine, drill the tap and shall block, anchor and backfill the piping, valve and all accessories, place the new piping in service and perform all site cleanup. When the City makes the tap, City forces are not obligated or expected to perform any Work except to provide tapping machine and drill the actual hole. If City crews are to make the tap, fiscal arrangements must be made in advance at the Taps Office, Waller Creek Center, 625 East 10th Street.

If a private Contractor makes the tap, an Austin Water Utility Inspector must be present. "Size on size" taps will not be permitted, unless made by use of an approved full circle gasket tapping sleeve. Concrete blocking shall be placed behind and under all tap sleeves 24 hours prior to making the wet tap.

(d) Service Connections

Service connection taps into PVC or AC pipe or into CI or DI pipe 12 inches or smaller shall be made using either a service clamp or saddle or a tapping sleeve as recommended by the pipe manufacturer and as approved by the E/A. Direct tapping of these pipes will not be permitted.

510 10/03/13 Page 45 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

All potable or reclaimed water service connections shall be installed so that the outlet is at an angle of not more than 45 degrees above horizontal at the main line.

Precautions should be taken to ensure that the tapping saddle or sleeve is placed on the pipe straight to prevent any binding or deformation of the PVC pipe. The mounting chain or U-bolt strap must be tight.

Tapping shall be performed with a sharp shell type cutter so designed that it will smoothly penetrate heavy walled PVC DR14 and 200 psi AC and will retain and extract the coupon from the pipe.

(25) Backfilling

(a) General

Special emphasis is placed upon the need to obtain uniform density throughout the backfill material. The maximum lift of backfill shall be determined by the compaction equipment selected and in no case shall it exceed 18 inches, loose measurement.

No heavy equipment, which might damage pipe, will be allowed over the pipe until sufficient cover has been placed and compacted. All internal pipe bracing installed or recommended by the manufacturer shall be kept in place until the pipe bedding and trench backfill have been completed over the braced pipe section. Testing of the completed backfill in streets and under and around structures shall meet the specified density requirements. Initial testing shall not be at Contractor's expense and shall conform to the "General Conditions."

(b) General Corrugated Metal Pipe

After the corrugated metal pipe structure has been completely assembled on the proper line and grade and headwalls constructed where indicated; selected material free from rocks over 8 inches in size from excavation or borrow, as approved by the E/A, shall be placed along both sides of the completed structures equally, in uniform layers not exceeding 6 inches in depth (loose measurement), sprinkled if required and thoroughly compacted between adjacent structures and between the structures and the sides of the trench.

Backfill material shall be compacted to the same density requirements as indicated for the adjoining sections of embankment in accordance with the governing specifications thereof. Above the 3/4 point of the structure, the fill shall be placed uniformly on each side of the pipe in layers not to exceed 12 inches, loose measure.

Prior to adding each new layer of loose backfill material, until a minimum of 12 inches of cover is obtained over the crown of the pipe, an inspection will be made of the inside periphery of the corrugated metal structure to determine if

510 10/03/13 Page 46 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

any floating, local or unequal deformation has occurred as a result of improper construction methods.

(c) Backfill Materials

The E/A may approve any of the following well graded materials:

1. Select trench material

2. Sand

3. Crushed rock cuttings

4. Rock cuttings

5. Foundation Rock

6. Blasted material with fines and rock

7. Cement stabilized material

8. Borrow

Within the 100-year flood plain, sand will not be permitted for backfilling. The E/A will approve the topsoil for areas to be seeded or sodded.

(d) Backfill in Street Right of Way

Placement of backfill under existing or future pavement structures and within 2 feet of any structures shall be compacted to the required density using any method, type and size of equipment, which will give the required compaction without damaging the pipe or bedding. Placement of backfill greater than 2 feet beyond structures in Right of Way shall be conform to (g) below. The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compacting equipment used and the test results thereby obtained. Prior to and in conjunction with the compaction operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept level to insure uniform compaction over the entire layer. Testing for density shall be in accordance with Test Method Tex-114-E and Test Method Tex-115- E.

Each layer of backfill must provide the density as required herein. Swelling soils (soils with plasticity index of 20 or more) shall be sprinkled as required to provide not less than optimum moisture nor more than 2 percent over optimum moisture content and compacted to the extent necessary to provide not less than 95 percent nor more than 102 percent of the density as determined in accordance with Test Method Tex-114-E. Non-swelling soils (soils with plasticity index less than 20) shall be sprinkled as required and compacted to

510 10/03/13 Page 47 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

the extent necessary to provide not less than 95 percent of the density as determined in accordance with Test Method Tex-114-E.

After each layer of backfill is complete, tests may be made by the E/A. If the material fails to meet the density indicated, the course shall be reworked as necessary to obtain the indicated compaction and the compaction method shall be altered on subsequent Work to obtain indicated density.

At any time, the E/A may order proof rolling to test the uniformity of compaction of the backfill layers. All irregularities, depressions, weak or soft spots that develop shall be corrected immediately by the Contractor.

Should the backfill, due to any reason, lose the required stability, density or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent backfill layer or granular material. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than 4 percent below the optimum of compaction ratio density. Backfill shall be placed from the top of the bedding material to the existing grade, base course, subgrade or as indicated. The remainder of the street backfill shall be Flexible Base, Concrete or Hot Mix Asphalt Concrete as indicated or to replaced in kind to the surface removed to construct the pipe.

(e) Backfill in County Street or State Highway Right of Way

All Work within the right of way shall meet the requirements of (d) above, as a minimum and shall meet the requirements of the permit issued by the County when their requirements are more stringent. Prior to the start of construction, the Contractor shall be responsible for contacting the appropriate TxDOT office or County Commissioner's Precinct Office and following the operating procedures in effect for utility cut permits and pavement repair under their jurisdiction. Approval for all completed Work in the State or County right of way shall be obtained from the appropriate Official prior to final payment by the Owner.

(f) Backfill in Railroad Right of Way

All Work within the railroad right of way shall meet the requirements of (d) above, as a minimum and shall meet the requirements of the permit issued by the Railroad Owner when their requirements are more stringent. Approval for all completed Work in the railroad right of way shall be obtained from the Railroad prior to Final Completion.

(g) Backfill in Easements

Where not otherwise indicated, Contractor may select whatever methods and procedures may be necessary to restore entire Work area to a safe, useful and

510 10/03/13 Page 48 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

geologically stable condition with a minimum density of 85 percent or a density superior to that prior to construction.

In and near flood plain of all streams and watercourses, under or adjacent to utilities, structures, etc. all backfill shall be compacted to a density of not less than 95 percent conforming to TxDOT Test Method Tex-114-E, unless otherwise directed by E/A.

All soil areas disturbed by construction shall be covered with top soil and seeded conforming to Item No. 604, "Seeding for Erosion Control". All turf, drainways and drainage structures shall be constructed or replaced to their original condition or better. No debris shall remain in the drainways or drainage structures.

(h) Temporary Trench Repair/Surfacing

If details of temporary trench repair/surfacing are not provided in the contract documents, the Contractor shall submit for approval of the E/A (1) a plan for temporary trench repair for areas that will be open to traffic but will be excavated later for full depth repair, and (2) a proposed method for covering trenches to maintain access to properties. The temporary surfacing shall afford a smooth riding surface and shall be maintained by the Contractor the entire time the temporary surface is in place.

(i) Permanent Trench Repair

The Contractor shall install permanent trench repairs conforming to details in the drawings.

(26) Quality Testing for Installed Pipe

(a) Wastewater Pipe Acceptance Testing

After wastewater pipe has been backfilled, the Contractor shall perform infiltration tests, exfiltration tests, or low pressure air tests as determined by the E/A. In addition. the Contractor shall perform deflection tests and shall assist OWNER’S personnel, as directed, in performing pipeline settlement tests. The Contractor shall be responsible for making appropriate repairs to those element that do not pass any of these tests.

(b) Exfiltration Test

Water for the Work shall be metered and furnished by the Contractor in accordance with Section 01500 of the Standard Contract Documents.

Exfiltration testing shall be performed by the Contractor when determined by the E/A to be the appropriate test method. Exfiltration testing shall conform to requirements of the Texas Commission on Environmental Quality given in the Texas Administrative Code Title 30 Part 1 Chapter 317 Rule §317.2.

510 10/03/13 Page 49 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

(c) Infiltration Test

Infiltration testing shall be performed by the Contractor when determined by the E/A to be the appropriate test method. Infiltration testing shall conform to requirements of the Texas Commission on Environmental Quality given in the Texas Administrative Code Title 30 Part 1 Chapter 317 Rule §317.2.

(d) Pipeline Settlement Test

During the infiltration test or after the exfiltration test, the pipe will be TV inspected for possible settlement. When air testing has been used, water shall be flowed into the pipe to permit meaningful observations. Any pipe settlement which causes excessive ponding of water in the pipe shall be cause for rejection. Excessive ponding shall be defined as a golf ball (1-5/8” dia.) submerged at any point along the line.

(e) Low Pressure Air Test of Gravity Flow Wastewater Lines

1. General

Wastewater lines up to 24-inch diameter shall be air tested between manholes. Wastewater lines 30-inch in diameter shall be air tested between manholes or at pipe joints. Wastewater lines 36-inch diameter and larger shall be air tested at joints. Backfilling to grade shall be completed before the test and all laterals and stubs shall be capped or plugged by the Contractor so as not to allow air losses, which could cause an erroneous test result. Manholes shall be plugged so they are isolated from the pipe and cannot be included in the test.

All plugs used to close the sewer for the air test shall be capable of resisting the internal pressures and must be securely braced. Place all air testing equipment above ground and allow no one to enter a manhole or trench where a plugged sewer is under pressure. Release all pressure before the plugs are removed. The testing equipment used must include a pressure relief device designed to relieve pressure in the sewer under test at 10 psi or less and must allow continuous monitoring of the test pressures in order to avoid excessive pressure. Use care to avoid the flooding of the air inlet by infiltrated ground water. (Inject the air at the upper plug if possible.) Use only qualified personnel to conduct the test.

2. Ground Water

Since the presence of ground water will affect the test results, test holes shall be dug to the pipe zone at intervals of not more than 100 feet and the average height of ground water above the pipe (if any) shall be determined before starting the test.

3. Test Procedure

510 10/03/13 Page 50 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

The E/A may, at any time, require a calibration check of the instrumentation used. Use a pressure gauge having minimum divisions of 0.10 psi and an accuracy of 0.0625 psi. (One ounce per square inch.) All air used shall pass through a single control panel. Clean the sewer to be tested and remove all debris where indicated. Wet the sewer prior to testing. The average backpressure of any ground water shall be determined (0.433 psi) for each foot of average water depth (if any) above the sewer.

Add air slowly to the section of sewer being tested until the internal air pressure is raised to 3.5 psig greater than the average backpressure of any ground water that may submerge the pipe. After the internal test pressure is reached, allow at least 2 minutes for the air temperature to stabilize, adding only the amount of air required to maintain pressure. After the temperature stabilization period, disconnect the air supply. Determine and record the time in seconds that is required for the internal air pressure to drop from 3.5 psig to 2.5 psig greater than the average backpressure of any ground water that may submerge the pipe.

For pipe less than 36-inch diameter, compare the time recorded with the time computed using the following equation:

T = (0.0850 × D × K) ÷ Q, where

T = time for pressure to drop 1.0 pounds per square inch gauge in seconds;

K = 0.000419 × D × L, but not less than 1.0

D = nominal inside diameter, in inches, as marked on the pipe;

L = length of line of same pipe size in feet; and

Q = rate of loss, 0.0015 cubic feet per minute per square foot of internal surface area (ft3/min/ft sq) shall be used.

Because a K value of less than 1.0 shall not be used, there are minimum test times for each pipe diameter as shown in the following table:

Table For Low Pressure Air Testing of Pipe Minimum Minimum Time Pipe Diameter Time for Longer Time applies to All Pipes (inches) Pipes (seconds) (seconds) Shorter than (feet) 8 454 298 1.520 × L 10 (See Note 1) 567 239 2.374 × L 12 680 199 3.419 × L 15 850 159 5.342 × L 18 1020 133 7.693 × L

510 10/03/13 Page 51 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

21 1190 114 10.471 × L 24 1360 100 13.676 × L 30 1700 80 21.369 × L Note 1. 10 inch diameter pipe to be used only by Austin Water Utility maintenance personnel.

Any drop in pressure, from 3.5 psig to 2.5 psig (adjusted for groundwater level), in a time less than that required by the above equation or table shall be cause for rejection. When the line tested includes more than one size pipe, the minimum time shall be that given for the largest size pipe included.

Lines that are 36 inches or larger inside diameter must be air tested at each joint. Lines that are 30-inch diameter may be air tested at each joint. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch gauge during a joint test, regardless of pipe size, shall be twenty (20) seconds. A drop in pressure from 3.5 psig to 2.5 psig (adjusted for groundwater level) in less than twenty seconds shall be cause for rejection.

Manholes must be tested separately and independently. All manholes must be hydrostatically tested with a maximum loss allowance of 0.025 gallon per foot diameter per foot of head per hour.

When lines are air tested, manholes are to be tested separately by exfiltration or vacuum method (see Standard Specification Item No. 506S, “Manholes”).

(f) Deflection Test

Deflection tests shall be performed by the Contractor on all flexible and semirigid wastewater pipes. The tests shall be conducted after the final backfill has been in place at least 30 days. Testing for in-place deflection shall be with a pipe mandrel at 95% of the inside diameter of the pipe. A second test of flexible and semi-rigid wastewater pipes 18 inch size and larger, also with a pipe mandrel sized at 95% of the inside diameter of the pipe, shall be conducted by the Contractor 30 days before the warranty expires on the Contractor’s Work.

Contractor shall submit proposed pipe mandrels to the E/A or the E/A’s designated representative for concurrence prior to testing the line.

Test(s) must be performed without mechanical pulling devices and must be witnessed by the E/A or the E/A’s designated representative.

Any deficiencies noted shall be corrected by the Contractor and the test(s) shall be .

510 10/03/13 Page 52 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

(g) Inspection of Installed Storm Drain Conduits

1. General All storm drain conduits (pipe and box culvert) shall be inspected for conformance to the requirements of this specification. Smart Housing, low/moderate income housing, and projects that are 100-percent privately funded are exempt from the cost of the initial video inspection. All deficiencies revealed by inspection shall be corrected. Video re-inspection meeting the requirements of this specification shall be provided at the Contractor’s expense to show that deficiencies have been corrected satisfactorily. Further, the contractor shall provide video in complete segments (manhole to manhole) versus specific deficiency locations.

Projects that are not exempt from the cost of the initial video inspection are also subject to the following constraints:

• All inspectors utilized by the Contractor for video inspection shall be NASSCO-PACP certified for a minimum of 3 years. • The Contractor will be required to inspect, assess, and record the condition of the storm drain pipe using National Association of Sewer Service Companies (NASSCOs) Pipeline Assessment Certification Program (PACP) coding standards.

2. Video Inspection of Installed Storm Drain Conduits

Contractor shall provide all labor, equipment, material and supplies and perform all operations required to conduct internal closed-circuit television and video recording of all storm drain conduits. Video recording of each storm drain conduit section shall be conducted after the trench has been backfilled and prior to placement of permanent pavement repairs or permanent pavement reconstruction. The video recording shall be provided to the Owner for review. Contractor shall not place permanent pavement repairs or permanent pavement reconstruction over the storm drain conduit until Owner has reviewed the video and agrees that there are no defects in the storm drain conduit installation shown in the video submitted by the Contractor or shown in any video acquired by the Owner through other means. Placement of permanent pavement repair or permanent pavement reconstruction over the installed storm drain conduit before the Owner acknowledges no defects shall be at the Contractor’s risk. Any defects revealed by the video inspection shall be corrected at the Contractor’s expense and a new video submitted to the Owner for review prior to acceptance of the conduit.

All video work shall be conducted under the direct full-time supervision of a NASSCO-PACP certified operator.

The conduit inspection camera shall have the capability of panning plus/minus 275 degrees and rotating 360 degrees. The television camera

510 10/03/13 Page 53 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

shall be specifically designed and constructed for such use. The camera shall be operative in 100% humidity conditions. Camera shall have an accurate footage counter that displays on the monitor the exact distance of the camera (to the nearest tenth of a foot) from the centerline of the starting manhole or access point. Camera shall have height adjustment so that the camera lens is always centered within plus/minus 10% of the center axis of the conduit being videoed. Camera shall provide a minimum of 460 lines of horizontal resolution and 400 lines of vertical resolution. Camera shall be equipped with a remote iris to control the illumination range for an acceptable picture. Geometrical distortion of the image shall not exceed one percent (1%). The video image produced by each camera shall be calibrated using a Marconi Resolution Chart No. 1 or equivalent.

Lighting for the camera shall be sufficient to allow a clear picture of the entire periphery of the conduit without loss of contrast, flare out of picture or shadowing. A reflector in front of the camera may be required to enhance lighting in dark or large sized conduit. The video camera shall be capable of showing on the digital display the Owner’s name, Project name, Contractor name, date, line size and material, conduit identification, and ongoing footage counter. The camera, television monitor, and other components of the video system shall be capable of producing a picture quality satisfactory to the satisfaction of the Owner. The recording of the internal condition of the storm drain conduit shall be clear, accurate, focused and in color. If the recording fails to meet these requirements, the, equipment shall be removed and replaced with equipment that is suitable. No payment will be made for an unsatisfactory recording.

If during video inspection, water is encountered inside the conduit, the conduit shall be dewatered by the Contractor. The storm drain section must be dry. Video recording conducted while the camera is floating is not acceptable unless approved by the Owner.

If during video inspection, debris is encountered that prohibits a proper inspection of the conduit, the Contractor shall remove the debris before proceeding.

All video shall be documented using a data logger and reporting system that are PACP compliant and which use codes as established by the National Association of Sewer Service Companies (NASSCO)s - Pipeline Assessment and Certification Program (PACP).

Computer printed location records shall be kept by the Contractor and shall clearly show the location and orientation of all points of significance such as joints, conduit connections, connections at manholes and inlets, and defects. Copy of all records shall be supplied to the Owner. Noted defects shall be documented as color digital files and color hard copy print-outs. Photo logs shall accompany each photo submitted.

510 10/03/13 Page 54 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

The video recording shall supply a visual and audio record of the storm drain conduits that may be replayed. Video recordings shall include an audio track recorded by the video technician during the actual video work describing the parameters of the storm drain conduit being videoed (i.e. location, depth, diameter, pipe material), as well as describing connections, defects and unusual conditions observed during the video work. Video recording playback shall be at the same speed that it was recorded. Slow motion or stop-motion playback features may be supplied at the option of the Contractor. Once videoed, the CDs/DVDs shall be labeled and become the property of the Owner. The Contractor shall have all video and necessary playback equipment readily accessible for review by the Owner while the project is under construction.

Post-installation video shall not be completed until all work is completed on a section of storm drain conduit. Post-installation video work shall be completed by the Contractor in the presence of the Owner. The post-installation video work shall be completed to confirm that the storm drain conduits are free of defects. Provide a color video showing the completed work. Prepare and submit video logs providing location of storm drain conduit along with location of any defects. Manhole and inlet work shall be complete prior to postinstallation video work.

For post-installation video, exercise the full capabilities of the camera equipment to document the completion and conformance of the storm drain installation work with the Contract Documents. Provide a full 360-degree view of conduit, all joints, and all connections. The camera shall be moved through the storm drain conduit in either direction at a moderate rate, stopping and slowly panning when necessary to permit proper documentation of the conduit condition at each pipe connection, joint, and defect. In no case shall the camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the storm drain conditions shall be used to move the camera through the storm drain conduit. When manually operated winches are used to pull the camera through the conduit, telephones or other suitable means of communication shall be set up between the two access points of the conduit being videoed to insure good communication between members of the video crew.

Distance measurements shall be provided to an accuracy of one tenth of a foot.

Video shall be continuous for each storm drain conduit segment. Do not show a single segment on more than one CD/DVD, unless specifically allowed by the Owner.”

Contractor shall submit to Owner the following:

510 10/03/13 Page 55 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

A. National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP) certification of operators who will be performing video work.

B. Compact Disc (CD) or Digital Video Disc (DVD) of recording of storm drain conduits (concrete storm water pipe or box culvert). a. The color CD or DVD shall include a digital color key map in a format acceptable to the Owner with each segment of storm drain conduit labeled with the appropriate inspection ID on the map. b. The file folder for each segment of the storm drain conduit shall have a unique name based on the Owner’s approved inspection naming convention and shall contain the following: i. Video files ii. Video inspection logs with information coded in accordance with the PACP iii. Photo logs iv. A report summarizing the results of the video inspection v. A proposed method of repair for any defects discovered.

3. Time commitments from City for projects that are exempt from the cost of the initial video inspection

Projects that are exempt from the cost of the initial video inspection are afforded the following time commitments from the City.

A. Initial inspection – contractor must inform the City of Austin construction inspector assigned to the project in writing that all stormdrain infrastructure for the project has been completed according to the permit and is ready for inspection. The inspector will then notify the Watershed Protection Department (WPD) in writing that the all of the stormdrain infrastructure for the project has been completed and is ready for inspection. The WPD is allowed 15-days to complete inspection from written notification by the inspector. The outcome of this item does not impact the oneyear warranty requirements.

B. Video re-inspection by the contractor for deficient installed stormdrain infrastructure. The contractor must submit the video inspection data as defined in this specification to the City of Austin construction inspector assigned to the project along with a written letter of transmittal certified by a professional engineer stating that all identified stormdrain infrastructure installation deficiencies for the project have been corrected. The inspector will then notify the Watershed Protection Department (WPD) in writing and convey the video inspection data to the WPD. The WPD is allowed 15-days to

510 10/03/13 Page 56 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

complete review of the data from the date of delivery by the inspector.

(27) Pressure Pipe Hydrostatic Testing

After the pipe has been installed and backfilled and all service laterals, fire hydrants and other appurtenances installed and connected, a pressure test, followed by a leakage test, will be conducted by the City. The City will furnish the pump and gauges for the tests. The Contractor shall be present and shall furnish all necessary assistance for conducting the tests. The specified test pressures will be based on the elevation of the lowest point of the line or section under test.

Before applying the specified test pressure, all air shall be expelled from the pipe. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks at such points.

All drain hydrant and fire hydrant leads, with the main 6-inch gate valve open and the hydrant valve seats closed and nozzle caps removed, shall be included in the test.

(a) Pressure Test

The entire project or each valved section shall be tested, at a constant pressure of 200 psi for a sufficient period (approximately 10 minutes) to discover defective materials or substandard work. The Contractor assumes all risks associated with testing against valves. Repairs shall be made by the Contractor to correct any defective materials or substandard work. The Contractor shall pre-test new lines before requesting pressure tests by City Forces. The Contractor shall have new lines pressurized to a minimum of 100 psi, on the date of testing, prior to arrival of City Forces.

(b) Leakage Test

A leakage test will follow the pressure test and will be conducted on the entire project or each valved section. The Contractor assumes all risks associated with testing against valves. The leakage test shall be conducted at 150 psi for at least 2 hours. The test pressure shall not vary by more than ±5 psi for the duration of the test.

(1) Allowable Leakage

Leakage shall be defined as the quantity of water that must be supplied into any test section of pipe to maintain the specified leakage test pressure after the air in the pipeline has been expelled and the pipe has been filled with water.

No pipe installation will be accepted if leakage exceeds the amount given by the following formula:

510 10/03/13 Page 57 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Allowable leakage (gal / hr) = [L × D] ÷ 10,875

Where L = length of pipe tested, in feet

D = nominal pipe diameter, in inches, as marked on the pipe

(2) Location and Correction of Leakage

If such testing discloses leakage in excess of this specified allowable, the Contractor, at the Contractor’s expense, shall locate and correct all defects in the pipeline until the leakage is within the indicated allowance.

All visible leakage in pipe shall also be corrected by Contractor at the Contractor’s expense.

(28) Service Charges for Testing

Initial testing performed by City forces for the Contractor will be at the City's expense. Retesting, by City forces, of Contractor's work that fails initial testing will be at the Contractor's expense. The City’s charge for retests will be $265.00, plus $50.00 for each hour over four hours. On City-funded projects, the charges incurred by the City for retesting will be deducted from funds due the Contractor. On non-City-funded projects, the charges incurred by the City for retesting will be billed to the Contractor. The City will withhold acceptance of the Contractor's work until the Contractor has paid the City for the retesting costs.

(29) Disinfection of Potable Water Lines

(a) Preventing Contamination

The Contractor shall protect all piping materials from contamination during storage, handling and installation. Prior to disinfection, the pipeline interior shall be clean, dry and unobstructed. All openings in the pipeline shall be closed with watertight plugs when pipe laying is stopped at the close of the day’s work.

(b) Cleaning

Prior to disinfection the Contractor shall clean the pipeline to remove foreign matter. For pipelines 16” in diameter or smaller, cleaning shall consist of flushing the pipeline. For pipelines greater than 16” in diameter, cleaning shall be performed by operating hydrants and blow-offs located at low points in the pipeline, or by mechanical means (sweeping or pigging. Water for the Work shall be metered and furnished by the Contractor in accordance with Section 01500 of the Standard Contract Documents.

(c) Procedure and Dosage

510 10/03/13 Page 58 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

The Contractor, at its expense, will supply the test gauges and the Sodium Hypochlorite conforming to ANSI/AWWA B300, which contains approximately 5 percent to fifteen percent available chlorine, and will submit for approval a written plan for the disinfection process. Calcium Hypochlorite conforming to ANSI/AWWA B300, which contains approximately 65 percent available chlorine by weight, may be used in granular form or in 5 g tablets for 16” diameter or smaller lines, if it is included as part of the written plan of disinfection that is approved by the City of Austin. The Contractor, at its expense, shall provide all other equipment, supplies and the necessary labor to perform the disinfection under the general supervision of the City.

One connection to the existing system will be allowed with a valve arranged to prevent the strong disinfecting dosage from flowing back into the existing water supply piping. The valve shall be kept closed and locked in a valve box with the lid painted red. No other connection shall be made until the disinfection of the new line is complete and the water samples have met the established criteria. The valve shall remain closed at all times except when filling or flushing the line and must be staffed during these operations. Backflow prevention in the form of a reduced pressure backflow assembly must be provided if the valve is left unattended. The new pipeline shall be filled completely with disinfecting solution by feeding the concentrated chlorine and approved water from the existing system uniformly into the new piping in such proportions that every part of the line has a minimum concentration of 50 mg/liter available chlorine.

The disinfecting solution shall be retained in the piping for at least 24 hours and all valves, hydrants, services, stubs, etc. shall be operated so as to disinfect all their parts. After this retention period, the water shall contain no less than 25 mg/liter chlorine throughout the treated section of the pipeline.

For pipelines larger than 16” in diameter, the Contractor may use the AWWA C-651 “Slug Method” for disinfecting the pipeline. Chlorine shall be fed at a constant rate and at a sufficient concentration at one end of the pipeline to develop a slug of chlorinated water having not less than 100 mg/liter of free chlorine. The Contractor shall move the slug through the main so that all interior surfaces are exposed to the slug for at least three (3) hours. The chlorine concentration in the slug shall be measured as it moves through the pipeline. If the chlorine concentration drops below 50 mg/liter, the Contractor shall stop the slug and feed additional chlorine to the head of the slug to restore the chlorine concentration to at least 100 mg/liter before proceeding. As the slug flows past fittings and valves, related valves and hydrants shall be operated so as to disinfect appurtenances and pipe branches.

Unless otherwise indicated, all quantities specified herein refer to measurements required by the testing procedures included in the current edition of “Standard Methods”. The chlorine concentration at each step in the disinfection procedure shall be verified by chlorine residual determinations.

510 10/03/13 Page 59 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

(d) Final Flushing

The heavily chlorinated water shall then be carefully flushed from the potable water line until the chlorine concentration is no higher than the residual generally prevailing in the existing distribution system. Proper planning and appropriate preparations in handling, diluting, if necessary, and disposing of this strong chlorine solution is necessary to insure that there is no injury or damage to the public, the water system or the environment. The plans and preparations of the Contractor must be approved by the City before flushing of the line may begin. Additionally the flushing must be witnessed by an authorized representative of the City.

Approval for discharge of the diluted chlorine water or heavily chlorinated water into the wastewater system must be obtained from the Austin Water Utility. The line flushing operations shall be regulated by the Contractor so as not to overload the wastewater system or cause damage to the odor feed systems at the lift stations. The City shall designate its own representative to oversee the work.

Daily notice of line discharging must be reported to the Austin Water Utility Dispatch office.

(e) Bacteriological Testing

After final flushing of the strong disinfecting solution, two (2) sets of water samples from the line, that are taken at least twenty-four (24) hours apart, will be tested for bacteriological quality by the City and must be found free of coliform organisms before the pipeline may be placed in service. Each set shall consist of one (1) sample that is drawn from the end of the main and additional samples that are collected at intervals of not more than 1000 feet along the pipeline. All stubs shall be tested before connections are made to existing systems.

The Contractor, at its expense, shall install sufficient sampling taps at proper locations along the pipeline. Each sampling tap shall consist of a standard corporation cock installed in the line and extended with a copper tubing gooseneck assembly. After samples have been collected, the gooseneck assembly may be removed and retained for future use.

Samples for bacteriological analysis will only be collected from suitable sampling taps in sterile bottles treated with sodium thiosulfate. Samples shall not be drawn from hoses or unregulated sources. The City, at its expense, will furnish the sterile sample bottles and may, at its discretion, collect the test samples with City personnel.

If the initial disinfection fails to produce acceptable sample test results, the disinfection procedure shall be repeated at the Contractor’s expense. Before

510 10/03/13 Page 60 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

the piping may be placed in service, two (2) consecutive sets of acceptable test results must be obtained.

An acceptable test sample is one in which: (1) the chlorine level is similar to the level of the existing distribution system; (2) there is no free chlorine and (3) total coliform organisms are absent. An invalid sample is one, which has excessive free chlorine, silt or non-coliform growth as defined in the current issue of the "Standards Methods.” If unacceptable sample results are obtained for any pipe, the Contractor may, with the concurrence of the Inspector, for one time only flush the lines and then collect a second series of test samples for testing by the City. After this flushing sequence is completed, any pipe with one or more failed samples must be disinfected again in accordance with the approved disinfection procedure followed by appropriate sampling and testing of the water.

The City of Austin Water Quality Laboratory will notify the assigned City of Austin Inspector in writing of all test results. The Inspector will subsequently notify the Contractor of all test results. The Water Quality Laboratory will not release test results directly to the Contractor.

(30) Cleanup and Restoration

It shall be the Contractor's responsibility to keep the construction site neat, clean and orderly at all times. Cleanup shall be vigorous and continuous to minimize traffic hazards or obstructions along the streets and to driveways. Trenching, backfill, pavement repair (as necessary), and cleanup shall be coordinated as directed by the City. The E/A will regulate the amount of open ditch and may halt additional trenching if cleanup is not adequate to allow for orderly traffic flow and access.

Materials at the site shall be stored in a neat and orderly manner so as not to obstruct pedestrian or vehicular traffic. All damaged material shall be removed from the construction site immediately and disposed of in a proper manner. All surplus excavated materials shall become the property of the Contractor for disposal at the Contractor’s expense. After trenching, the Contractor shall immediately remove all excavated materials unsuitable for or in excess of, backfill requirements. Immediately following the pipe laying Work as it progresses, the Contractor shall backfill, grade and compact all excavations as provided elsewhere. The backfill placed at that time shall meet all compaction test requirements. The Contractor shall immediately clean up and remove all unused soil, waste and debris and restore all surfaces and improvements to a condition equal or superior to that before construction began and to an appearance which complements the surroundings. The Contractor shall grade and dress the top 6 inches of earth surfaces with soil or other material similar and equal to the surrounding, fill and smooth any visible tracks or ruts, replace and re-establish all damaged or disturbed turf or other vegetation and otherwise make every effort to encourage the return of the entire surface and all improvements to a pleasant appearance and useful condition appropriate and complementary to the surroundings and equal or similar to that before construction began.

510 10/03/13 Page 61 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Placement of the final lift of permanent pavement, if a pavement is required, shall begin immediately after all testing of each segment of piping is satisfactorily completed.

510.4 Measurement

Pipe will be measured by the linear foot for the various types, sizes and classes. Parallel lines will be measured individually.

Where a line ties into an existing system, the length of the new line will be measured from the visible end of the existing system at the completed joint. Unless otherwise indicated, the length of water, reclaimed, and wastewater lines will be measured along pipe horizontal centerline stationing through fittings, valves, manholes, and other appurtenances.

Ductile iron fittings, whether standard mechanical joint or integral factory restrained joint type, will be measured by the ton and paid for in accordance with the schedule in Standard Products List WW-27C. Bolts, glands and gaskets will not be measured for payment. Steel cylinder concrete pipe fittings and welded steel pipe fittings will not be measured separately and are included in the unit price for the respective pipe bid items.

Factory restrained joint pipe meeting the requirements of Standard Products List WW27F will be measured by the linear foot. The estimated quantity on the bid form is only for restrained joint pipe having integral mechanically restrained joints.

Connecting a new water, wastewater, or reclaimed water service to an existing, comparable type of private service will be measured by each connection. Service pipe from the main to the service connection will be measured by the linear foot.

The Contractor shall be responsible for removing and treating ground water flowing into a trench up to a baseline flow rate of 350 gpm of sustained flow for each mainline open trench (no more that 300 linear feet open trench per work zone segment is allowed at one time). This baseline flow rate is not a prediction of ground water conditions to be expected on the Project. Rather, it establishes contract terms regarding the quantity of ground water for which the contractor is responsible without extra or separate compensation. The flow rate must exceed 350 gpm continuously for at least 4 consecutive hours to be considered sustained flow. It is expected that trench dewatering for this baseline rate may be accomplished with a single 3-inch trash-type pump per open trench; however, measured flow rate, not pump size, type or characteristics shall be used to determine if the baseline rate has been exceeded. Flow rate shall be determined by measurements made at the discharge point of the water treatment facilities. Surface storm water flowing into a trench shall be the Contractor's responsibility to remove and treat without compensation, regardless of inflow rate or volume.

510 10/03/13 Page 62 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Adjustment of elevations during construction resulting in changes in flow line elevations of plus or minus two feet or less will not be considered for credit or additional compensation and no measurement for payment will be made.

Stormwater pipe will be measured along the slope of the pipe. Where drainage pipe ties into inlets, headwalls, catch basins, manholes, junction boxes or other structures that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included.

Excavation and backfill, when included as pipe installation will not be measured as such but shall be included in the unit price bid for constructing pipe and measured as pipe complete in place including excavation and backfill.

When pay items are provided for the other components of the system, measurement will be made as addressed hereunder.

Video inspection of newly installed box culverts and storm drain pipe will be measured per linear foot of pipe videoed.

510.5 Payment

Payment for pipe, measured as prescribed above, will be made at the unit price bid per linear foot for the various sizes of pipe, of the materials and type indicated, unless unstable material is encountered or trench excavation and backfill is bid as a separate item.

The concrete seal, foundation rock or coarse aggregate when used as directed in unstable material will be paid for at the unit price bid per cubic yard, which shall be full payment for all excavation and removal of unsuitable material and furnishing, placing and compacting the foundation rock, coarse aggregate or other approved material all complete in place.

Excavation and backfill, when included as a separate pay item, will be paid for by Pay Item No. 510-E or 510-F.

No separate payment will be made for dewatering a trench with ground water inflow of less than the baseline rate of 350 gpm of sustained flow as described above. Dewatering of those trenches shall be included in the contract unit price of the Pipe pay item. Payment for dewatering a trench with ground water inflow exceeding 350 gpm of sustained flow shall be agreed by change order. Dewatering of bore pits shall be included in the contract unit price for Bore Entry Pit or Exit Pit regardless of inflow rate or volume unless specified otherwise in the bid item for Bore Entry Pit or Exit Pit.

(1) Pipe

Payment for pipe, measured as prescribed above, will be made at the unit price bid per linear foot complete-in-place as designed and represented in the Drawings and other Contract documents. Restrained joint pipe meeting the requirements of Standard Products List WW-27F will be paid for separately at the unit price bid per

510 10/03/13 Page 63 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

linear foot. Unless otherwise provided herein, as separate pay item(s), the bid price per linear foot of pipe shall include the following:

clearing

constructing any necessary embankment excavation

disposal of surplus or unusable excavated material furnishing,

hauling and placing pipe field constructed joints, collars, temporary

plugs, caps or bulkheads all necessary lugs, rods or braces pipe

coatings and protection

connections to existing systems or structures, concrete blocking and thrust blocks and restrained joints

preparing, shaping, pumping for dewatering, and shoring of trenches bedding

materials

backfill materials

hauling, placing and preparing bedding materials particle

migration measures

hauling, moving, placing and compacting backfill materials temporary

pavement repairs and maintenance

temporary and permanent removal and replacement of pavement, curb, drainage structures, driveways, sidewalks and any other improvements damaged or removed during construction cleanup

vertical stack on deep wastewater services all other incidentals necessary to

complete the pipe installation as indicated.

pipe joint restraint devices, where specified or allowed, meeting Standard Products Lists WW-27A or WW-27G .

No separate payment will be made for thrust restraint measures.

Steel cylinder concrete pipe fittings and welded steel pipe fittings will not be paid for separately. These will be including in the unit price bid for the bid item Pipe.

(2) Concrete Cradles and Seals

510 10/03/13 Page 64 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

When called for in the Bid, concrete cradles and seals will be paid for at the unit Contract price bid per linear foot for the size of pipe specified, complete in place.

(3) Concrete Retards

When called for in the Bid, Concrete retards will be paid under Item No. 593S, “Concrete Retards".

(4) Boring or Jacking

When called for in the Bid, boring or jacking will be paid under Item 501S, "Jacking or Boring Pipe”.

(5) Wet Connections to Water Mains

When called for in the bid, wet connections will be paid at the unit price bid per each, complete in place, according to the size of the main that is in service and shall be full compensation for all Work required to make the connection and place the pipe in service. (See subsection 510.3 ‘Construction Methods’ part (24) (b) ‘Wet Connections to Existing Water System’).

(6) Fittings

Ductile iron fittings, furnished in accordance with these specifications, will be paid for at the unit price bid per ton, complete in place, according to the schedule of weights in Standard Products List WW-27C. Bolts, glands, and gaskets will not be paid for separately and shall be included in the contract unit price for fittings.

(7) Concrete Trench Cap and Encasement

Where the distance between the top of the concrete encasement and the top of the trench cap is less than 36 inches, the concrete cap and encasement shall be poured as one unit and paid for under this bid item at the Contract price bid per linear foot. When the distance above is greater than 36 inches or when the trench cap is placed separately, the trench cap shall be paid for as a separate item, per linear foot, complete in place.

(8) Cement-Stabilized Backfill

Cement-stabilized backfill will be paid for at the unit price bid per linear foot and shall be full payment to the Contractor for furnishing and installing the required material, mixed, placed and cured complete in place.

(9) Concrete Encasement

When called for in the Bid, Concrete Pipe Encasement will be paid under Item No. 505S, “Encasement and Encasement Pipe".

(10) Pressure Taps

510 10/03/13 Page 65 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Pressure taps will be paid for at the unit price bid, complete in place, according to the size tap made and the size main tapped and shall be full payment for furnishing all necessary materials, including tapping sleeve and valve, making the tap, testing and placing the connection in service.

(11) Excavation Safety Systems

When called for in Bid, Trench Safety Systems shall conform to Item No. 509S, "Excavation Safety Systems".

(12) Connecting a New Water, Wastewater, or Reclaimed Water Service to an existing, comparable type of private service will be paid for at the unit price bid, complete in place, according to the size of new service and size of existing private service, and shall be full payment for furnishing and installing all necessary materials, such as cleanouts, pipe, couplings, and fittings, and including excavation and backfill.

(13) Video Inspection

Video Inspection of Newly Installed Box Culverts and Storm Drain Pipe will be paid for at the unit price bid per linear foot and shall be full payment for all labor, equipment, and materials required for video inspection per this specification, including all submittals of CD/DVD as required.

Payment, when included as a Contract pay item, will be made under one of the following: Pay Item No. 510-AR Pipe, __Dia. _____Type (all depths), Per Linear Foot. __Dia. including Excavation and Backfill Pay Item No. 510ARRJ- Factory Restrained Joint Pipe, __Dia. Per Linear __Dia.: Foot. Class____ Ductile Iron, (all depths) including Excavation and Backfill Pay Item No. Connecting New_____Service to Per Each. 510BR___x___Dia.: Existing Private Service (____Dia. New Service to ____Dia. Private Service) Pay Item No. 510 - CR: Pipe Excavation, ____Ft. Width Per Linear Foot.

Pay Item No. 510 - DR: Pipe Trench Backfill, ____Ft. Width Per Linear Foot.

Pay Item No. 510 - ER: Concrete Seal or Cradle, ____Dia. Pipe Per Linear Foot.

Pay Item No. 510 - FR: Concrete Trench Cap, ____Ft. Width Per Linear Foot. Pay Item No. 510 - GR: Concrete Cap and Encasement, Per Linear Foot. ____Dia. Pipe Pay Item No. 510 - HR: Cement Stabilized Backfill, ___Dia. Pipe Per Linear Foot.

510 10/03/13 Page 66 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Pay Item No. 510 - Pressure Taps, ___ Dia. X ___ Dia. Per Each. IR___x___Dia.: Pay Item No. 510 - Wet Connections, ___ Dia. x ___ Dia. Per Each. JR___x___Dia.: Pay Item No. 510 - KR: Ductile Iron Fittings Per Ton. Pay Item No. Pipe, __Dia. Type (all depths), Per Linear Foot. 510ASD___Dia.: including Excavation and Backfill Pay Item No. 510-CSD: Pipe Excavation, ____Ft. Width Per Linear Foot.

Pay Item No. 510-DSD: Pipe Trench Backfill, ____Ft. Width Per Linear Foot.

Pay Item No. 510-ESD: Concrete Seal or Cradle, ____Dia. Pipe Per Linear Foot. Pay Item No. 510-FSD: Concrete Trench Cap, ____Ft. Width Per Linear Foot. Pay Item No. 510-GSD

Concrete Cap and Encasement, __Dia. Per Linear Foot.

Pay Item No. 510-HSD: Cement Stabilized Backfill, ___Dia. Pipe Per Linear Foot. Pay Item No. Pipe, __Dia. Type (all depths), Per Linear Foot. 510AW___Dia.: including Excavation and Backfill Pay Item No. Factory Restrained Joint Pipe, ___Dia., Per Linear 510AWRJ___Dia.: Foot. Class____ Ductile Iron, (all depths) including Excavation and Backfill Pay Item No. Connecting New_____Service to Per Each. 510BW___x___Dia.: Existing Private Service (____Dia. New Service to ____Dia. Private Service) Pay Item No. 510-CW: Pipe Excavation, ____Ft. Width Per Linear Foot.

Pay Item No. 510-DW: Pipe Trench Backfill, ____Ft. Width Per Linear Foot.

Pay Item No. 510-EW: Concrete Seal or Cradle, ____Dia. Pipe Per Linear Foot.

Pay Item No. 510-FW: Concrete Trench Cap, ____Ft. Width Per Linear Foot. Pay Item No. 510-GW: Concrete Cap and Encasement, __Dia. Per Linear Foot. Pipe Pay Item No. 510-HW: Cement Stabilized Backfill, ___Dia. Pipe Per Linear Foot. Pay Item No. Pressure Taps, ___ Dia. X ___ Dia. Per Each. 510IW___x___Dia.

510 10/03/13 Page 67 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

Pay Item No. Wet Connections, ___ Dia. x ___ Dia. Per Each. 510JW___x___Dia.: Pay Item No. 510-KW: Ductile Iron Fittings Per Ton. Pay Item No. Pipe, __Dia. ___Type (all depths), Per Linear Foot. 510AWW___Dia.: including Excavation and Backfill Pay Item No. Factory Restrained Joint Pipe, ___Dia., Per Linear Foot. 510AWWRJ___Dia. Class Ductile Iron, (all depths) including Excavation and Backfill Pay Item No. 510- Connecting New_____Service to Per Each. BWW___x___Dia.: Existing Private Service (____Dia. New Service to ____Dia. Private Service) Pay Item No. 510- Pipe Excavation, ____Ft. Width Per Linear Foot. CWW: Pay Item No. 510- Pipe Trench Backfill, ____Ft. Width Per Linear Foot. Pipe

510 10/03/13 Page 68 Pipe Current Version: October 3, 2013 Previous Versions: 01/02/13, 09/26/12, 02/24/10, 06/06/08, 03/26/08, 8/16/04, 5/10/04, 12/23/02, 12/14/01, 4/05/99, and 8/18/98

DWW:

Pay Item No. 510- Concrete Seal or Cradle, ____Dia. Pipe Per Linear Foot. EWW:

Pay Item No. 510-FWW: Concrete Trench Cap, ____Ft. Width Per Linear Foot.

Pay Item No. 510- Concrete Cap and Encasement, _Dia. Per Linear Foot. GWW: Pipe

Pay Item No. 510- Cement Stabilized Backfill, ___Dia. Pipe Per Linear Foot. HWW:

Pay Item No. 510- Ductile Iron Fittings Per Ton. KWW:

Pay Item No. 510- Video Inspection of Newly Installed Box Per Linear Foot. VIDEO Culverts and Storm Drain Pipe

An “R” after the pay item indicates the use for reclaimed water.

An “SD” after the pay item indicates the use for storm drain.

A "W" after the pay item indicates the use for water.

A "WW" after the pay item indicates the use for wastewater.

End

Applicable References:

Standard Specifications Manual: Item Nos. Ref: 102S, 210S, 402S, 403S, 501S, 505S, 506, 507S, 509S, 593S, 601S, 604S

Standards Manual: Standard Detail Nos. 510S-1, (520 - series).

Design Criteria Manuals: Utilities Criteria Manual, Section 5.

510 10/03/13 Page 69 Pipe Current Version: November 15, 2011 Previous Versions: 06/21/07, 02/17/04, 11/26/01, 02/21/01, 05/23/00 and 09/30/87 Item No. 803S Barricades, Signs and Traffic Handling

803S.1 Description

This item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of the work, all temporary or permanent street closure barricades, signs, cones, lights or other devices required to handle the traffic in conformance with the current edition of the Texas Manual of Uniform Traffic Control Devices for Street and Highways and as indicated on the Drawings or directed by the Engineer or designated representative.

Constructing A Detour, if required, shall conform to Standard Specification Item No. 801S, " Constructing A Detour". Capital Improvement Project Signs shall conform to Standard Specification Item No. 802S, " Project Signs".

This item shall also include the installation of all required safety fencing as described in the latest adopted version of Standard Detail 804S-4.

This specification is applicable for projects or work involving either inch-pound or SI units. Within the text, the inch-pound units are given preference followed by SI units shown within parentheses.

803S.2 Submittals

The submittal requirements of this specification item include: A. Type of Barricade and proposed materials and Construction of the barricade, B. Test results for Retro-Reflective sheeting.

803S.3 Materials

All barricades, signs, cones, lights and other types of devices to handle traffic, as indicated on the Drawings or directed by the Engineer or designated representative, shall conform to details shown on the Drawings or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD).

803S.4 Construction Methods

Prior to commencement of construction, suitable "Barricades, Signs and Traffic Handling" devices shall be installed to protect the workers and the public.

The Contractor shall be responsible for the installation of all markers, signs and barricades in accordance with the Drawings and in conformance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and/or as indicated on the Drawings or directed by the Engineer or designated representative. If, in the opinion of the Engineer or designated representative, additional markers, signs or barricades are needed in the interest of safety, the Contractor will install such as are required or as directed by the Engineer or designated representative. All changes and/or revisions to the detour/traffic control plan shall be approved by the Engineer or designated representative.

Lumber shall be painted with 2 coats of paint as indicated on the Drawings.

803S 11/15/11 Page 1 Barricades, Signs and Traffic Handling Current Version: November 15, 2011 Previous Versions: 06/21/07, 02/17/04, 11/26/01, 02/21/01, 05/23/00 and 09/30/87 803S.5 Maintenance

It shall be the Contractor's responsibility to maintain, clean, move and replace if necessary, barricades, signs and traffic handling devices during the time required for construction of the project. Permanent barricades shall be constructed as required after the completion of the street by drilling holes to place the posts and concrete foundations. Foundation concrete shall be cured before the rails are attached. When no longer needed, all temporary Barricades, Signs and Traffic Handling Devices shall be removed and the area restored to its original condition or as directed by the Engineer or designated representative.

803S.6 Measurement

The work performed and material furnished as prescribed by this item, City of Austin Standard Details, details included on the Drawings or indicated in the TMUTCD shall be measured as follows: A. Pavement Markings. All pavement marking required for proper installation of the designated Traffic Control Plans and Details, as well as required removal of existing pavement marking, shall be measured and paid for under Standard Specification Item No. 870S, “Work Zone Pavement Markings” and Standard Specification Item No. 874S, “Eliminating Existing Pavement Markings”. B. Barricades, Signs and Traffic Handling. All work performed and material furnished as prescribed by this item, City of Austin Standard Details, details shown on the Drawings or indicated in the TMUTCD, that are not included in the above paragraph, shall be measured by the number of calendar days, working days or months of actual service.

Traffic control for the project will be measured and paid for once per contract defined time period, i.e. either per Calendar Day, Working day or Month at the contract rate, regardless of the number of set-ups, locations or streets under construction. C. Safety Fencing Safety fencing will be measured by the lineal foot.

803S.7 Payment

The work performed and materials furnished as prescribed by this item, measured as provided under section “803S.6 Measurement” shall be paid for at the contract unit price for barricades, signs and traffic handling. This unit price shall include full compensation for furnishing, placement and removal of all materials and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: Pay Item No. 803S -CD: Barricades, Signs, and Traffic Handling Per Calendar Day. Pay Item No. 803S-WD: Barricades, Signs, and Traffic Handling Per Working Day. Pay Item No. 803S-MO: Barricades, Signs, and Traffic Handling Per Month. Pay Item No. 803S-SF: Safety Fence Per Lineal Foot.

803S 11/15/11 Page 2 Barricades, Signs and Traffic Handling Current Version: November 15, 2011 Previous Versions: 06/21/07, 02/17/04, 11/26/01, 02/21/01, 05/23/00 and 09/30/87 End

SPECIFIC CROSS REFERENCE MATERIALS Specification Item No. 803S, “Barricades, Signs and Traffic Handling” City of Austin Standard Specifications Designation Description Item No. 801S Constructing A Detour Item No. 802S Project Signs Item No. 870S Work Zone Pavement Markings Item No. 874S Eliminating Existing Pavement Markings and Markers Texas Technical Documents: Designation Description (TMUTCD) Texas Manual on Uniform Traffic Control Devices

RELATED CROSS REFERENCE MATERIALS Specification Item No. 803S, “Barricades, Signs and Traffic Handling” City of Austin Standard Specifications Designation Description Item No. 403S Concrete for Structures Item No. 860S Pavement Marking Paint (Reflectorized) Item No. 863S Reflectorized Pavement Markers Item No. 864S Abbreviated Pavement Markings Item No. 867S Epoxy Adhesive Item No. 871S Reflectorized Pavement Markings Item No. 875S Pavement Surface Preparation For Markings City of Austin Standard Details Designation Description 803S-1 Street-End Barricades Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description Item No. 502 Barricades, Signs and Traffic Handling Item No. 508 Constructing Detours Item No. 510 One-Way Traffic Control Item No. 512 Portable Concrete Traffic Barrier Item No. 514 Permanent Concrete Traffic Barrier Item No. 662 Work Zone Pavement Markings Item No. 666 Reflectorized Pavement Markings Item No. 667 Prefabricated Pavement Markings Item No. 672 Raised Pavement Markers Item No. 677 Eliminating Existing Pavement Markings and Markers Item No. 678 Pavement Surface Preparation For Markings

803S 11/15/11 Page 3 Barricades, Signs and Traffic Handling