Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-81-382 - 5/14/1981
Lake Georgetown Project WHEREAS, the City has duly advertised for bids for the construction of a raw water intake system as part of the project to acquire needed water from Lake Georgetown, and WHEREAS, Clouse Construction Company submitted the low- est and best bid, said bid being in the amount of $650,000.00, and WHEREAS, the Council wishes to accept the bid of Clouse Construction Company, and to enter into a contract for the construction of said improvements, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS ATTEST: LAND, RESOLUTION NO. ,ILL That the bid of Clouse Construction Company is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Clouse Construction Company for the construc- tion of the raw water intake system. RESOLVED this / I day of May, 1981. City Secretary Raw Water Intake system LARRY . TONN , Mayor City of Round Rock, Texas 1 1 1 1 1 1 Haynie & Kallman Inc. ' CONSULTING ENGINEERS 1 ' CITY OF ROUND ROCK, TEXAS RAW WATER INTAKE SYSTEM ' SPECIFICATIONS AND CONTRACT DOCUMENTS ' Bids will be received at City Hall, 214 E. Main Street, Round Rock, Texas 78664, at 2:00 o'clock P.M., on April 23, 1981. 1 ' Specification No. 1 ' Haynie & Kallman, Inc. CONSULTING ENGINEERS Timothy E. Haynie, P.E. ' 2115 North Mays Steven D. Kaltman, P.E. Round Rock,Texas 78664 (512) 255-4564, 255-7861 ' April 16, 1981 ' ADDENDUM NO. 1 ' RAW WATER INTAKE SYSTEM - 1981 Addendum No. 1 to the Plans, Specifications and Contract ' Documents for the "Raw Water Intake System - 1981" project for the City of Round Rock, Texas. ' 1. The bid opening date of Thursday, April 23, 1981, has been changed to Thursday, April 30, 1981. The times dur- ing the day for the bid openings on all contracts will ' remain the same as shown in the "Notice to Contractors" in the contract documents. 2. The 4" air relief valve shall be APCO 149-C or approved ' equal. 3. Pump casinq shall be painted (exterior only) per Item No. 1 3, color to be selected by Engineer. 4. Bid Item No. 9 shall include the class of 30" CSC pipe ' to be Class 150. 5. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of the "Proposal". t ' ADDENDUM NO. 1 - 1/1 ' CIVIL FNGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS•SURVEYING ' TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS ADVERTISEMENT ' INSTRUCTIONS TO BIDDERS ' PROPOSAL AND BIDDING SHEETS AGREEMENT ' BID BOND PERFORMANCE BOND ' PAYMENT BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER CONTRACTOR'S ACT OF ASSURANCE GENERAL CONDITIONS OF AGREEMENT ' SPECIAL CONDITIONS OF AGREEMENT ' TECHNICAL SPECIFICATIONS Item No. 1 Earthwork and Structural Fill ' 2 Concrete ' 3 Painting (General) S. P. 1 Special Provision No. 1 to Item No. 4 ' 4 Water Pipelines, Fittings, Valves and Appurtenances ' 5 Installation of Water Lines 6 Chain Link Fence (Manproof) ' S. P. 1 Special Provision No. 1 to Item No. 7 ' 7 Submersible Raw Water Pumps and Motors - Turbine-Type ' i Item No. 8 Intake Screen 4 Control System - Raw Water Intake System Water Treatment Plant, and Booster Pump Station 10 Chlorination System 11 Concrete Masonry 12 Control Building Construction I13 Electrical - General for Waterworks Projects 14 Asphalt Concrete Pavement Construction ' ii 1 NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS RAW WATER INTAKE SYSTEM ' Sealed bids, in envelopes addressed to The City of Round Rock, 214 East Main Street, Round Rock, Texas 78664, will be received at the above mentioned address until 2:00 p.m., ' April 23, 1981 and then publicly opened and read, for fur- nishing all plant, labor, material and equipment and perform- ing all work required for the construction of a Raw Water ' Intake System, located in Round Rock, Williamson County, Texas. ' Bids will be submitted in sealed envelopes for each Con- tract on the proposal furnished, and marked in the upper left hand corner "Bid for Raw Water Intake System - 1981 to be opened at 2:00 p.m., April 23, 1981." ' All proposals shall be accompanied by a cashier's certi- fied check upon a national or state bank in the amount of five (5) percent of the total maximum bid price payable with- out recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee ' that bidder will enter into a contract and execute perform- ance bond within ten (10) days after notice of award of con- tract to him. The notice of award of contract shall be given by the Owner within sixty (60) days after the bid opening. ' The bid security must be enclosed in the same envelope with the bid. Bids without check or bid bond will not be consid- ered. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the Owner elects to hold until the suc- cessful bidder has executed the contract. Thereafter all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. The suc- cessful bidder must furnish performance bond and payment bond upon the forms which are available in the office of The City ' of Round Rock in the amount of one hundred (100) percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and accept- able according to the latest list of companies holding certi- ficates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. Page 1 of 2 The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any infor- mality in bids received. ' Plans, specifications and bidding documents may be se- cured from the office of the Engineer, Haynie & Kallman, Inc., on deposit of fifty dollars ($50.00) per set, which sum so deposited will be refunded provided: (1) All documents are returned in good condition to the Engineer not later than forty-eight (48) hours prior to the time for receiving bids; or (2) The Contractor submits a bid and all documents are returned in good condition to the Engineer not later than five (5) days after the time that bids are received. ' Plans and specifications may be examined at the office of the Engineer, Haynie & Kallman, Inc., 2115 North Mays, Round Rock, Texas. Bidders should carefully examine the Plans, Specifications and other documents, visit the site of work, and fully inform themselves as to all conditions and matters which can in any way effect the work or the cost hereof. Should a bidder find discrepancies in, or omissions from the Plans, Specifications or other documents, or should be in doubt as to their meaning, he should notify the Engi- neer, Haynie & Kallman, Inc. and obtain clarification prior to submitting any bid. Prequalification Requirements: The bidder is to submit information regarding his qualifications ' with this bid in accordance with instructions contained in the Bid Form. Minimum Wage Scale: As specified and regulat- ed by the State of Texas and the Federal Government. ' The improvements shall be completed within the number of calendar days bid on Page 2 of the Bid Proposal after notice to proceed from the Owner. ' Page 2 of 2 ' ADVERTISEMENT PROJECT TITLE: City of Round Rock Raw Water Intake System ' OWNER: The City of Round Rock tLOCATION: Round Rock, Texas tTYPE: Raw Water Intake System ' BID BOND: 5% ' PERFORMANCE BOND: 100% ' PAYMENT BOND: 100% ' PLANS AVAILABLE: March 26, 1981 Haynie & Kallman, Inc. 2115 N. Mays Round Rock, Texas 78664 Telephone - (512) 255-7861 ' OPENING TIME: 2:00 P.M., Thursday, April 23, 1981 ' OPENING PLACE: City Hall City of Round Rock 214 E. Main Street Round Rock, Texas 78664 t ' INSTRUCTIONS TO BIDDERS ' PROPOSAL The proposal shall be submitted on the bidding forms which ' are included herein, and shall be enclosed in a sealed enve- lope addressed to: ' The City of Round Rock c/o Haynie & Kallman, Inc. 2115 North Mays Round Rock, Texas 78664 ' and shall be identified as follows: "BID FOR RAW WATER INTAKE SYSTEM to be opened at 2:00 p.m., Thursday, April 23, 1981." A proposal will not be accepted unless prepared on the bid- ding form provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invit- ed to be present. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its reflection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his ' duly authorized representative, and is filed with the Owner. DISQUALIFICATION OF BIDDERS More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing ' that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all propo- sals in which such bidder is interested. If there is reason ' for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collu- sion will be considered in future proposals. 1 ' 1 of 3 ' RETURN OF PROPOSAL GUARANTEES Within twenty-five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying each of the proposals as are not considered in making the award. All other proposal guarantees will be held until the Contract has been finally executed. They will then be re- turned to the respective bidders whose proposals they accom- pany. ' AWARD OF CONTRACT - RESERVATION OF RIGHTS Contracts, if awarded, will be awarded to responsible bidders ' whose proposals comply with all the requirements prescribed. Awards, if made, will be made within sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the low- est responsible bidder's proposal, and to waive any informal- ity in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written con- ' tractwith the Owner on the form of agreement provided. Failure or refusal to enter into a contract as herein provid- ed, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful bidder refuses or fails to execute the Contract, the Owner may award the Contract to second lowest responsible bidder. If the second lowest re- sponsible bidder refuses or fails to execute the Contract, the Owner may award the Contract to the third lowest respon- sible bidder. On the failure or refusal of such second and ' third lowest responsible bidder to execute the Contract, the work may be re-advertised. ' PROPOSAL GUARANTEE Each proposal shall be accompanied by a certified or cash- ier's check or bid bond in the amount of not less than 5% of 1 the amount named in the proposal. Said check or bond shall be made payable to the Owner and shall be given as a guaran- tee that the bidder, if awarded the work, will enter into a contract within ten (10) days after the award and will fur- nish the necessary bonds as hereinafter provided. In case of refusal or failure to enter into said contract, the check or bond as the case may be, shall be forfeited to the Owner. No bidder's bond will be accepted unless it conforms substan- tially to the form furnished by the Owner, which is bound herein, and is properly filled out and executed. ' 2 of 3 1 ' PROPOSAL SIGNATURE If the proposal is made by an individual, it shall be signed ' and his full name and his address shall be given; if it is made by a firm it shall be signed with the co-partnership name by a member of the firm, who shall sign his own name, t and the name and address of each member shall be given; and if it is made by a corporation the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of ' all officers of the corporation shall be given. COMPETENCY OF BIDDERS In selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to ' the general competency of the bidder for the performance of the work covered by the proposal. To this end each proposal shall be supported by a statement of the bidder's experience, on the form entitle "Information Required of Bidder", bound ' herein. BIDDER'S EXAMINATION OF SITE ' Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefore. It will be assum- ed that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, qual- ity and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make request for such infor- mation in writing to Engineer, prior to 48-hours before the ' bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract Docu- ments. No other explanation or interpretation will be consi- dered official or binding. Should a bidder find discrepan- cies in, or omissions from the Plans, Specifications or other Contract Documents, or should he be in doubt as to their ' meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued prior to twenty-four (24) hours of the opening of bids ' will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to in- clude any Addenda if such are issued by the Engineer prior to ' twenty-four (24) hours of the opening of bids. ' 3 of 3 PROPOSAL TO 1 THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF ' RAW WATER INTAKE SYSTEM - 1981 IN ROUND ROCK, TEXAS ' The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has care- fully examined the form of contract, Notice to Contractors, inviting bids, conditions and classes of materials of the ' proposed work; and agrees that he will provide all the neces- sary labor, machinery tools, apparatus, and other items inci- dental to construction, and will do all the work and furnish ' all the materials called for in the contract and specifica- tion in the manner prescribed therein and according to the requirements of the Engineer as therein set forth.. t It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. ' It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased ' or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether in- creased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifica- tions. t It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance 1 with -the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. ' It is understood and agreed that the work is to be completed within the time herein stated. ' The undersigned bidder agrees to commence work within seven (7) days after written notice to commence has been given. 1 Page 1 of 7 ' ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing bid items are ' the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the plans, specifications, and con- tract documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all ' other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. ' CONTRACT TIME If awarded the Contract, the undersigned agrees to complete ' the work in 360 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reser- ves the right to reject any or all Proposals or to waive any t informalities of technicalities in any proposal in the inter- est of the Owner, except as specifically limited by the terms of the Contract Documents or applicable Laws or Governmental Regulations. ' ADDENDA ' The undersigned acknowledges receipt of the following adden- da: ' Addendum No. Dated z Page 2 of 7 1 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal ' is hereby respectfully submitted by: e Name of Contractor Date ' Executed by (Signature) Title or Position Bus nese Address Telephone Nu er ' City State Zip (Seal if Bid is by a Corporation.) ' ATTEST: 1 ' Page 3 of 7 PROPOSAL BIDDING SHEET CONTRACT: RAW WATER INTAKE SYSTEM - 1981 JOB LOCATION: ROUND ROCK, TEXAS ' OWNER: THE CITY OF ROUND ROCK ' Gentlemen: Pursuant'to the foregoing Advertisement for Rids and Instructions to Bid- ders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insur- ance and miscellaneous items, to complete all the work on which he bids as pro- vided by the attached supplemental specifications, and as shown on the plans for the construction of Raw Water Intake S stem - 1981, and binds himself on accep- tance of this proposalo execute a contractan and for completing said pro- ject within the time stated, for the follpwing prices, to wit: ' "This project is exempt from sales tax." ' Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount ' 1 1 L.S. Install approximately 400 L.F. of 7' fence with gates, per site plan, complete in place, per lump sum ' for /,,,a vi)i'rn Dollars and Cents $ C) $ t2 1 L.S. Site clearing, excavation, control- led filling and grading, control t building foundation subgrade and tree removal, per site plan, com- plete in place, per lump sum ' for Dollars and Cents $J= _ $TQ�a0. ' 3 1 L.S. Access Roadway from control build- ing to intake structure, approx. 2100 L.F. 12' wide, with 6" base ' material, complete with tree removal and sugrade preparation, per site plan, complete in place, per lump sum for Dollars and -"'/.J_ Cents $ 0 poo 1 Page 4 of 7 1 ' Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 4 1 L.S. Paved Access Road to control build- ing, 12' wide, with 8" base mater- ial, 1-1/2" HMAC, complete per site plan, complete in place, per lump sum for%r,,„' l%�,/�„17V�v, ollars N ' and N-• Cents $ $ 7 Q 5 1 L.S. Control building with concrete ' foundation, concrete block with rock veneer, cedar beam framing and cedar shakes roof, per Plans, complete in place, per lump sum for �,,) Dollars x and Cents �— ' 6 1 L.S. Chlorination equipment, including --`- �- chlorinator, scales, automatic gas ' switchover system, booster pump, piping, heater, exhaust fan, gas mask, complete in place, per lump sum for z�«,�-T ,T��IA )) Dollars and i�r� Cents $ $ recti_ ' 7 1 L.S. Raw Water Intake Pumps, including in general, furnishing and install- ing three 24” steel casings, sub- mersible pumps and motors, electri- cal, reduced voltage starters, and control system, including control ' wiring, site work, concrete vault and concrete access ramp, valves, motor control valves and surge ' valves, and yard piping, control wire at booster pump station, appurtenances and all labor, materials, and equipment to com- pletely install and place in operation the raw water pumps, ' as shown on the Plans, per lump sum for %��•,��,ti�rk',n/ :r_r/fk�s:+_�Dollars p� and Cents Page 5 of 7 yD� 7 1 geneml-qnsurance 309 NORTH LEE ODES SA.TEXAS 79761 332.6667 July 7, 1981 City of Round Rock 214 East Main Street Round Rock, Texas 78664 Raw Water Intake System Clouse Construction, Inc. Gentlemen: We are attaching the original of The Travelers Policy No. EE-PRO-10IF927-7-81., issued in the name of City of Round Rock, effective 5/28/81 to 5/28/82, to cover under Owner's Protective for work done by Clouse Construction, Inc., on the above job. We trust you will find this policy in order but if we can be of any further assistance, please let us know. Yours very truly, WADDELL & BLANK Tommy Tucker LF:1 Enc. Copy: _Clouse Construction, Inc. Box 6606, Odessa, Texas 79762 _k. RECEIVED AUG 1 1 1981 The Travelers Insurance Companies -�� Policy Jacket— V I' rri Edition January 1,1973 The an cl esad y' Da<1orv6—and t, Cov rugs P�"s R Ipl�s eny•nddranmenls) c ampl.le ya„r A/ Pete'. Policy Title - :� Named insured and Address: Policy Period. _ - "� 'tom '� ',�. `� "� �'f•f =fir ' �, ' �" �„ �;' ' �„ �" The Travelers Insurance Companies Hartford,Connecticut (Each a Stock Insurance Company) I he member of The Travelers Insurance Companies designated in the declarations as the insurer(herein called the company), ;r,consideration of the payment of the premium,in reliance upon the statements in the declarations made a part hereof and :A)ject to all of the terms of this policy,agrees with the named insured as follows: Definitions `-\hen used in this policy(including endursemeno forming a part hereof):• "elevator"means any hoisting or lowering device to connect floors or "automobile"means a land motor vehicle,[railer or semitrailer designed landings,whether or not in service,and all appliances thereof including any car,platform,shaft,hoistway,stairway,runway,power equipment for travel on public roads(including any machinery or apparatus attached and machinery;but does not include an automobile servicinghoist,or a thereto),but does not Include mobile equipment; hoist without a platform outside a building if without mechnical power or if not attached to building walls,or a hod or material hoist used in "bodily injury"means bodily injury,sickness or disease sustained by any alteration,construction or demolition operations,or an inclined conveyor person which occurs during the policy period,including death at any used exclusively for carrying property or a dumbwaiter used exclusively tome resulting therefrom; for carrying property and having a compartment pe y g height not exceeding tour tee[; "completed operations bazard" includes bodily injury and propnty damage arising out o[oflerations or reliance upon a representation or °incidental contract"means any written(1)lease of premises,(2)ease- warranty made at any time with respect thereto,but only if the bodily meat agreement,except in connectionwithconstruction or demolition injury or property damage occurs after such operations have been com- operations on or adjacent to a railroad,(3)undertaking to indemnify a pleted or abandoned and occurs away from premises owned by or rented municipality required by municipal ordinance,except in connection with to the named insured."Operations include materials,parts or equipment work for the municipality,(4)sidetrack agreement,or(5)elevator main- furnished in connection therewith.Operations shall be deemed completed tenance agreement; at the earliest of the following times: "Insured"means any person or a.garization qualifying as an insured in (1)when all operations to be performed by or on behalf of the named the"Persons Insured"provision of the applicable insurance coverage. in, under the contract have been completed, r The insurance afforded applies separately to each insured against whom (2)when all operations to be performed by or on behalf of the named claim is made or suit is brought,except with respect to the limits of the insured at the site of the operations have been completed,or company s liability; (3)when theportion of the work out of which the injury or damage "mobile e "means a land vehicle arises has been put to its intended use by any person or organizaion 4mP (including any machinery ort other than another contractor or subcontractor engaged in perform- jest to us attached thereto),whether or not self-propelled,(1)not sub- ing operations for a principal as a part of the same project. on motor vehicle registration, ( mai ntained for use exclusively on premises owned by w rented to the nanamedinsured,including the ways immediately adjoining, or(3)designed for use principally off public '�u ratioos which may require further service or maintenance work,or roads,or(4)designed or maintained for the sole purpose of affording --. rect.,repair or replacement because of any defect or deficiency,but mobility to equipment of the following types forming an integral part of Lich are otherwise complete,shall be deemed completed. or permanently attached to such vehicle:power cranes,shovels,loaders, diggers and drills;concrete mixers(other than the mix-in-transit type); graders,scrapers,rollers and other road construction or repair equipment; „e rompldld operations lnicnrd does not include bodily inpoy or properly air-coinpressors,pumps and generators,including spraying,welding and :mage ari ing out of building cleaning equipment; and geophysical exploration and well (a)operations in connectiou with the transportation of property,unless servicing equipment; the bodily injury or property da nmge arises out of a condition in or on a vehicle created by the loading or unloading thereof, "named insured"means the person or organization named in Item 1.of b)the exisrence nl tool.,uninstalled equipmenr or abandoned or unwed the declarations of this policy; materials,or "named insured's products" means goods or products manufactured, ic) operations for which the classilication stated in the policy or in the sold,handled or distributed by the named insured or by others trading company's manual spedlies"including completer)operations"; under his name,including any container thereof(other than a vehicle), Page 1 �� THE TRAVELERS INSURANCE COMPANIES "his endorsement is issued by that member of The Travelers Insurance Companies which issued the pplicy of which this ,endorsement forms a part. 4 any additional premium is noted below,,this endorsement is issued in consideration thereof.If any return premium is Toted below,the receipt thereof is acknowledged upon acceptance of this endorsement. ;:7rective from 5128/81 nt the time nF day the policy becomes effective. Amending No EE- PRO-101 F927-7-81 - - rMrrnrh.Uay.Y•1 _ .,sued to CITY OF ROUND ROCK !:late of Issue: 7/7/81 Additional Premium g 36.00 Return Premium$ (The information provided for above,except the policy number,is required to be stated only when this endorsement is issued for attachment to the policy subsequent to its effective date.) ?t is agreed that as of the etfective date hereor the policy is amended in the following particulars: _ PREMIUMS ARE AMENDED AS FOLLOWS: PREMIUMS BI PD CODE 315-16291 FIRST $500,000. .042 .018 $ 210. $ 90. NEXT 150,000. .022 .010 33.. 15. $ 243. $ 105. TOTAL PREMIUM IS AMENDED TO READ $348. SYMBOL No. 8010 i 19917 Ner S49 42801 C'oumenigned Ry . 'd GGELL 3L?.�i:<'I1i>�2„tIL_ S . s insurer lot this Policy is that member of ,=Travelers Insurance companies designated an W below: THE TRAVELERS INSURANCE COMPANIES HE TRAVELERS INDEMNITY COMPANY (Each A Stock Insurance Company) HE CHARTER OAK FIRE INSURANCE COMPANY HARTFORD•CONNECTICUT ;1E TRAVELERS INDEMNITY COMPANY OF AMERICA "rETRAVELERS INDEMNITY COMPANY OFILLINOIS — R I *POUCYNUMBER THE TRAVELERS INDEMNITY COMPANY OF RHODE ISLAND LARATIONS OWNERS'AND CONTRACTORS'PROTECTIVE LIABILITY POLICY "11. Vamodlnswe,d CITY OF ROUND ROCK 214 E MAIN ST Address ROUND ROCK TX 78664 (Fg..street,town.county,state,no code) ri 2. Policy Period l\lonth,Day,Tedd: From 05-28-01 to 05-28-82 12:01 A.%[., standard time at the address of the numed insured as stated herein. ro 3.- Coverages - limits of Liability Advance,Premium'Ihe insurance afforded is only 3odil Injvr Liability with respect to such of the Cov- Y Y h' S 3 0 0,000 each occurrence 5 3, enges as are indicarcd by spe- 5 0•000 each occurrence cific premiurn charge.The limit Property Damage Liability 5 5 0,000 aggregate 5 S of the company's liability against each such coverage shall Symbol numbers of endorsements forming 2 3 4 8 3,G 5 2 5,I L—0 4-0 6 be as stated herein,subject to all o pan of twr panty on h,effeeuve dare: �-3yep the terms of this policy having ::num Premiums: Cov.A$ j 7 Co,B S 25 Total Advane•Premi-4 Sae E,l reference thereto, Rates Premiums Premium eodur jII Prooenr a,sdar Property. ,.n.4, Description of Hazards Code No. Buses IaivrY D.maae lniurr Damage Liability Liability Liabibcy Lability - :CNSTRUCTION OPERATIONS T- c"" Per slouorcaa CONTRACTOR (NOT RAILROADS) XCLUDING OPERATIONS ON )','ARD SHIPS 315-16291 F-650,030 ST 00 C 00 }Y3 /os' .042 .01 2_7�3 —3-9- 1 $1 50Q 000 .022 .01 . OVE .010.000 .006 .00 rm S. Designation of Contractor: CLOUSE. CONSTRUCTION INC BOX 6606 iNlailingAddress: ODESSA TX 79762 Location of Covered Operations: ROUND ROCK TX _X Check here it the following provi,ion is applicable; The person or organization designated above as the Contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums and dividends,if any,which may become payable under the terms __of thi.palin. _ -^�6. (a) 'rhe maned insarrd is; individual❑; partnership❑; corporation❑; joint venture❑; other: MUNICIPALITY _ (I,)_Audit Period: Annual,unless nrhcrwi,e stated: semi-annual — quarterly❑; monthly❑ ,7. Uunng the Intsr three\'ear<no insurer has canceled insurance,issued to the named insured,similar to that afforded hereunder,unless otherwise stated hrr Counmrsigncd by � (See reverse side) NADDELL .. BLAtiv piSUP.At.CE .•p this declarations page in your"Policy Jacker—Fdition January 1, 1973",Form C-16216.Thea declanrions and all Coverage Parts,Schedules and <orxmcrin issued to form a part hereof,rogaher with your Policy Jacket,Form your complete iouunrsce policy. 244 Edition lain—,1v I.1973 Printed in U.S.A. (6791 OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE FOR OPERATIONS OF-DESIGNATED CONTRACTOR Coverage A—Bodily Injury Liability - - but this,exclusion (i)(1)does not apply to property damage Coverage ll—Property Damage Liability --- _ arising out of spy emission,discharge,seepage,release or escape of petroleum or petroleum derivatives into any body of water; company will pay on behalf of the insured all sums which the insured - (2)to property damagearising out of any emission,discharge,seepage, :,al(become legally'obligated to pay as damages because of release or escape of petroleum or petroleum derivatives into pany Coverage A.bodily injury or body of water,but this exclusion(i)(2)does not apply to property damage resulting from fire or explosion arising our of any emission, Coverage B.property damage discharge,seepage,release or escape which neither -- -- which this policy applies.caused by an occurrence and arising out of(1) (1)is expected or intended from the standpoint of any insured !orations performed for the named insured by the contractor designated in or any person or organization for whose acts or omissions -.e declarations at the location designated therein or(2)acts or omissions any insured is liable,nor the named insured in connection with his general supervision of such (2)results from or is contributed to byanycondition in violation aerations,and the company shall have the right and duty to defend any of or non-compliance with an it against the insured seeking damages on account of such bodily injury or P Y governmental rule,regulation •,perry damage•even if any of the allegations of the suit are groundless, or law applicable thereto; rise or fraudulent,and may make such investigation and settlement of any (j) to loss of use of tangible property which has not been physically ,im or suit as it deems expedient,but the company shall not be obligates injured or destroyed resulting from pay any claim or judgment or to defend any suit after the applicable (1)a delay in or lack of performance by or on behalf of the named .:nit of the company's liability has been exhausted by payment of judg. insured of any contract or agreement,or ants or settlements. (2)the failure of the named in.rured's products or work performed by or on behalf of the named insured to meet the level of performance, i_dusioos quality,fitness or durability warranted or represented by the fids policy does nor apply: - - named insured;- - (a)to liability assumed by the insured under any contract oragreement but this exclusion does not apply to loss of use of other tangible except an incidental contract;but this exclusion does not apply to a property resulting from the sudden and accidental physical injury to warranty that work performed by the designated contractor will be or destruction of the named insured',products or work performed by dome in a workmanlike manner; or on behalf of the framed insured after such products o:work have (b)to bodily injury or property damage occurring after been put to use by any person or organization other than an insured. (1)all work on the project(other than service,maintenance or re- II.Persona Insisted pairs)to be performed by or on behalf of the named insured at the site of the covered operations has been completed or ex Each of the following is an insured under this policy to the tent set forth below; (2)that portion of the designated contractor's work out of which the a if - injury or damage arises has been put to its intended use by any (a)if the named ed is designated in the declarations as an individual, person or organization other than another contractor or sub- ce designated and his spouse;. contractor engaged in performing operations for a principal as a (b)lithe named insuredis designated in the declarations as a partnership part of the same project; or joint venture,the partnership or joint venture so desigpated and (c)to bodily injury or property damage arising out of any act or omission any partner or member thereof but only with respect to his liability of the named insured or any of his employees,other than general as such; ' supervisiunof work performed for the named insured by the designated (c) if the named insured is designated in the declarations as.other than contractor; an individual, partnership or joint venture, the organization so iJ)to any obligation for which the insured or any carrier as his insurer designated and any executive officer,director or stockholder thereof may be held liable under any x•orktneu's compensation,.,,employ- while acting within the scope of his duties a such;and ment compensation or disability benefits law,or under any similar law; (d)any person(other than an employee of the named insured)or organi- (e) to bodily injury to any employee of the insured arising out of and in zation while acting as real estate manager for the named imared. the course of his employment by the insured or to any obligation III-Limits of Liability of the insured to indemniiv another because of damages arising out Regardless of the number of(1)insureds under this policy,(2)persons or of such injury;but this exclusion does not apply to liability assumed organizations who sustain wily injury or properly damage,or(3)Claims by the insured under an incidental contract; made or suits brought on account of bodily injury or property damage,the to property damage to company's liability is limited as follows: (I) property owned or occupied by or rented to the insured, Coverage A—The total liability of the company for all damages,including (2)property used by the insured, damages for care and loss of services,because of bodily injury sustained by (3)property in the care,custody or control of the insured or as to one or more persons as the result of any one occurrence shall not exceed the which theinsuredis for any purpose exercising physical control, hmit of bodily i jury liability stated to the declarations as applicable to or "each occurrence". . . (4)work performed Cor the insured by the designated contractor; Coverage B—The total liability of the company for all damages because of ;g) to bodily i jury or property damage due to war, whether or not all property damage sustained by one or more persons or organizations as declared,civil war.insurrection,rebellion or revolution or to any ace the result of any one occurrence shall not exceed the limit of property or condition incident to any of the foregoing•with respect to(I1 damage liabih[ystared in the declarations as applicable to"each occurrence'. liability assumed by the i—red under an mcuteatal contract,or(2) Subject to the above provision respecting "each occurrence", the total expenses for first aid under the Supplementary Payments provision - liability of the company for all damages because of all property damage to of the policy; which this coverage applies shall not exceed the limit of property damage 'h to bodily injury or n fit damage ari,in out of 1 the ownersh liability stated in the declarations as'aggregate",If mom than one project f y Pr p y g O P' is designated in the schedule,such aggregate limit shall apply separately maintenance,,operation, L—, loading or unloading of any mohnlr with respect to each project. equipment while being-cd in any prearranged or organized racing, speed fir demolition content or in any stunting activity or in practice Coverages A and B—For the purpose of determining the limit of the or preparation for an.-,,ch contr.•sr r activity or f2)the operation company';liability,all bodily injury and propenv damage arising our of or use of any s mwuubile or trailer de,igoed for use therewith: continuous or repeated exposure to substantially the same general con. i) (1) to bodily nnlnry or proprrry Mtvan r arising out of any-emission, (litious shall be considemd as arising out of one occurrence. discharge,—page,rrlra,e or c—pe n(any liquid,solid,gaseous IV. Additional Definition or thermal waste or pullutant - - %%hen u,ed in reference to this insurance(including endorsements forming Q)if such emi,aiun, di-churge, .-eep.go, release or osc'ape is ;t parr of the policy): cirthrr expected or intended (rum po the standint til a n' ^work"includes materials,parts at:,]equipment furokhed in connection its red or an)' peram or organi-r,arion for whose acts nor therewith. onus,ions any insu,ed is liable.or (ii)resulting from ear conrrihuted to be any conditionin violation V.Policy Territory of or nun-cum PGauce with ono gus crnmen uta rule,regulation 'this policyapplies only to bodily injury or property damage which occurs ar law applicable thereto: within the policy territory. Description of I-—Used As Premium Base: used n-.t premium 1•i,,"ost"mat ,the tor.11 cost to the named insured(fir a-ork performed for the named insured during the policy period by. n behalf of the designated contractor in r,naecu,io with the project at each Incttion of covered operations,including the costo(afl labor.materials :-j equipment furnisheri,-d or delivered k,r a-e iu The execution of such work,whether furnished by the owner,named insured,designated contractor ractur,and..rclmlinv all fees.n11—nn,-honn—,fir mann .,,;.I.,..I„- - Conditions 1.Premium. All premiums for this policy shall be computed in afford-• 6.Other Insuraace. The insurance afforded by this policy is primary an" with the company's rules, rates, rating plans, premiums and i surance,except when stated to apply in excess of or contingent upon minimum premiums applicable to the insurance afforded herein. the absence of other insurance.When this insurance is primary and the Premium designated in this policy as"advance premium"is a deposit insured has other insurance which is stated to be applicable to the loss premium only which shall be credited to the amount of the earned on an excess or contingent basis,the amount of the company's liability premium due at the end of the policy period.At the close of each period under this policy shall not be reduced by the existence of such other (or part thereof terminating with the end of the policy period)desig• insurance. Listed in the declarations as the audit period the earned premium shall When both this insurance and other insurance apply to the loss on the be computed for such period and, upon notice thereof to the named same basis,whether primary,excess or contingent,the company shall insured.shall become due and payable.If the total earned Premium for not be liable under this policy for a greater proportion of the loss than the policy period is less than the premium previously pard,the com• that stated in the applicable contribution provision below: pany shall return to the named insured the unearned portion paid by (a)Contribution by Equal Shares. If all of such other valid and the named insured. collectible insurance provides for contribution by equal shares,the The named insured shall maintain records of such information as is company shall not be liable for a greater proportion of such loss necessary for premium computation, and shall send copies of such than would be payable if each insurer contributes an equal share records to the company at the end of the policy period and at such until the share of each insurer equals the lowest applicable limit times during the policy period as the company may direct. of liability under any one policy or the full amount of the loss is paid,and with respect to any amount of loss not so paid the 2.Ina ection and Audit. The company shall be remaining insurers then continue to contribute equal shares of the p p y permitted but not cab• remaining amount of the loss until each such insurer has paid its ligated ei inspect the named insured',property and operations at any limit in full or the full amount of the loss is paid. time.Neither the company's right to make inspections nor the making - thereof nor any report thereon shall constitute an undertaking, on (b)Contribution by Limits. If any of such other insurance does not behalf of or for the benefit of the named insured or others,to deter- provide for contribution by equal shares,the company shall not mine or warrant that such property or operations are safe or heakkul, be liable for a greater proportion of such loss than the applicable or are in compliance with any law,rule or regulation. limit of liability under this policy for such loss bears to the total applicable limit of liability of all valid and collectible insurance The company may examine and audit the named insured's books and against such loss. records at any time during the policy period and extensions thereof and within three years after the final termination of this policy,as far as 9,Subrogation. In the event of any payment under this policy, they relate to the subject matter of this insurance. po'y, the company shall be subrogated to all the insured',rights of recovery therefor against any person or organization and the insured shall 3.Financial Responsibility Laws. When this policy is certified as proof execute and deliver instruments and papers and do whatever else is of financial responsibility for the futureunder the provisions of any necessary to secure such rights.The insured shall do nothing after loss motor vehicle financial responsibility law,such insurance as is afforded to prejudice such rights. by this policy fair bodily injury liability or for property damage liability shall comply with the provisions of such law to the extent of the cover- S.Changes. Notice to any agentor knowledge possessed b an t age and limits of liability required by such law.The insured agrees to or by any other person shall not effect a waiver or a change in change in reimburse the company for any payment made by the company which of this policy or estop the company from asserting any right under the it would not have been obligated to make under the terms of this terms of this policy;nor shall the terms of this policy be waived or policy except for the agreement contained in this paragraph. changed,except by endorsement issued to form a part of this policy. 5.Insured's Duties in the Event of Occurrence,Clave or Suit. 9.Assignment. Assignment of interest under this policy shall not bind (a) In the event of an occurrence,written notice containing particulars the company until its consent is endorsed hereon;if, however, the sufficient to identify the insured and also reasonably obtainable named insured shall die,such insurance as is afforded by this policy information with respect to the time, place and circumstances shall apply (1) to the named insured's legal representative, as the thereof,and the names and addresses of the injured and of available named insured,but only while acting within the scope of his duties witnesses,shall be given by or for the insured to the company or as such,and(2)with respect to the property of the named insured,to any of its authorized agents as soon as practicable. the person having proper temporary custody thereof,as insured,but (b)If claim is made or suit is brought against the insured,the insured only until the appointment and qualification of the legal representative. shall immediately forward to the company every demand,notice, summons or other process received by him or his representative. 10. Three Year Policy. If this policy is issued for a period of three years (c) The insured shall cooperate with the company and,upon the com• any limit of the company's liability stated in this policy as"aggregate" pany's request,assist in making settlements, in the conduct of shall apply separately to each consecutive annual period therm(. suits and in enforcing any right of contribution orindemnity against any person or organization who may be liable to the insured 11.Cancellation. This policy may be canceled by the named insured by because of injury or damage with respect to which insurance is mailing to the company written notice stating when thereafter the afforded under this policy;and the insured shall attend hearings cancellation shall be effective. This policy may be canceled by the and trials and assist in securing and giving evidence and obtaining company by mailing to the named insured at the address shown in this the attendance of witnesses.The insured shall not,except at his policy,written notice stating when not less than ten days thereafter own cast,voluntarily make any payment,assume any obligation such cancellation shall be effective.The mailing of notice as aforesaid or incur any expense other than for first aid to others at the time shall be sufficient proof of notice.The effective date and hour of can- of accident. milation stated in the notice shall become the end of the policy period. Delivery of such written notice either by the named insured or by the $.Action Against Company, No action shall lie against the compvuy company shall be equivalent to mailing. unless, as a condition precedent thereto, there shall have been full If the named insured cancels,earned premium shall be computed in compliance with all of the terms of this policy,nor until the amrnmt accordance with the customary short rate table and procedure.If the of the insured'obligation to pay shall have been finally determined compviv cancels.earned premium shall be computed pro rata. Pre. either by judgment against the insured after actual trial or by mium adjustment may be made either at the time cancellation is written agreement of the insured, the claimant and the company. effected or as soon as practicable after cancellation becomes effective, Any person or organization or the legal representative thereof who has but payment or tender of unearned premium is riot a condition of secured such judgment or written agreement shall thereafter he entitled cancellation. to recover under this policy to the extent of the insurance afforded by this policy.No person or organizatiou shall have any right under this 12.Declarations, By acceptagce of this policy,the named insured agrees policy to join the company as a party to anv action against the insured that the statements in the declarations are his agreements and repro- todeter' ine the insu ied's liability,nor shall the company he impleader! sentations,that this policy is issuer!in reliance upon the truth of such by the insured or his legal representative. Bankruptcy or insolvency representations and that this policv embodies all agreements existing of the insured or of the insured',estate shall not relieve the company of between himself and the company or any of its agents relating to this any of its obligations hereunder. a insurance. (continued on Page 3) Page 3 New York Special Provision—If a Comprehensive Automobile Liability Insurance,Garage Insurance or Automobile Medical Payments Insurance Cover- age Part forming a part of this policy insures premises located or automobiles principally garaged in New York,the Nuclear Energy Liability Exclusion (Broad Form)does not apply to such premises or automobiles. Puerto Rico Special Provision—I t is agreed that the action Against Company Condition applicable to any liability coverage afforded by the policy with aspect to occurrences which take place in Puerto Rico is amended to read: Noacdon shall lie against the company unless as a condition precedent thereto,the insured shall have fully complied with all the terms of this policy. South Carolina Special Provision—If a Comprehensive General Liability,Manufacturers'and Contractors'Liability,Owners,Landlords'and Tenants' Liability,Druggists'Liabiliry,Storekeeper's,Completed Operations and Products Liability,Contractual Liability,Premises Medical Payments or Garage trsurance Coverage Part forming a part of this policy insures premises located in South Carolina,it is agreed that with respect to such insurance that part of the alcoholic beverage exclusion which relates to the selling,serving or giving of any alcoholic beverage(a)to a person under the influence of 41cohol or(b)which causes or contributes to the intoxication of any person,is deleted. Teas Special Provision—With respect to such insurance as may be afforded by this policy by The Charter Oak Fire Insurance Company for premises located or automobiles principally garaged in Texas,it is agreed as follows: Dividend Provision—Participating Companies. The named insured shall be entitled to participate in a distribution of the surplus of the company, as determined by its Board of Directors from time to time,after approval in accordance with the provisions of the Texas Insurance Code of 1951,as amended. Vermont Special Provisions- 1. If this policy affords a Liability Coverage with respect to a premises located or an automobile principally garaged in Vermont,it is agreed that the policy is amended in the following particulars with respect to such Coverage: The Policy is issued and delivered subject to the Laws of Vermont and particularly to Section 9242,Chapter 391"The Vermont Statutes,Revision of 1947;'including the following statutory requirements forming a part of such Laws: The company shall pay and satisfy any judgment that may be recovered against the insured upon any claim covered by this Policy to the extent and within the limits of liability assumed thereby,and shall protect the insured against the levy of any execution issued upon any such judicial judgment or claim against the insured. No limitation of liability in this Policy shall be valid if,after a judgment has been rendered against the insured in respect to his legal liability for damages in a particular instance,the company continues the litigation by an appeal or otherwise,unless the insured shall stipulate with the company,agreeing to continue such litigation. No action shall lie against the company,to recover for any loss under this Policy,unless brought within one year after the amount of such lose is made certain either by judgment against the insured after final determination of the litigation or by agreement between the parties with the written consent of the company. The insolvency or bankruptcy of the insured shall not release the company from the payment of damages for injury sustained or Ices occasioned during the life of the Policy,and in case of such insolvency or bankruptcy an action may be maintained by the injured person or claimant against the company under the terms of the Policy for the amount of any judgment obtained against the insured not exceeding the limits of the Policy. Payment of anv judicial judgment or claim by the insured for any of the company's liability hereunder shall not bar the insured from any action or right of action against the company. In use of payment of loss or expense under this Policy,the company shall be subrogated to all rights of the insured against any party,as respects such loss or expense,to the amount of such payment,and the insured shall execute all pape-= required and shall cooperate with the company to secure to the company such rights. 2. If a Comprehensive General Liability,Manufacturers'and Contractors'Liability,Owners'and Contractors'Protective Liability,Owners',Landlr-. and Tenants'Liability,Premises Medical Payments or Storekeeper's Coverage Part forming a part of this policy insures premises locared or operatic.. conducted in Vermont,the exclusion relating to the operation or use of any snowmobile or trailer designed for use therewith applies only if the bodu., injury or property damage occurs away from premises owned by,rented to or controlled by the named insured. In witness whereof,the company has caused this policy to be signed by its President and Secretary at Hartford,Connecticut,and counter- signed on the declarationspageby a duly authorized agent of the company. Secretary President _46216 Edition 14-77 rwi sects,x u.:...N.S. (GA) - . Thi,,endorsement modifies such insurance as is afforded ' by the provisions of any Ceneral Liability Insurance AMENDATORY ENDORSEMENT—NOTICE TEXAS As respects bodily inlury liubility QuILrage and property damage liability coverage,unless the company is prejudiced by the insureri's failure to comply with the requirement,any provision of this policy requiring the insured to give notice of action, ce or loss,or requiring the insured to forward demands,notices,summons or other legal process,shall not bar liability under this policy. Thi.,endorsement is issued by that member of The Tra%elers Insurance Companies which issued the policy of which this endorsement forms a part. c-resod 5-73 PRINTED is u.s.A. N.S. C525 This cndol--•111 mudific, .,h inwnncc a,i, ffun I.•!by the p—,i,k,-of the pobcy relating to thc•f.11—mg: COMPREHENSIVE GENERAL LIABILITY INSURANCE COMPREHENSIVE OPERATIONS AND PRODUCTS LIABILITY INSURANCE CONTRACTUAL LIABILITY INSURANCE DRUGGISTS'LIABILITY INSURANCE FARMER'S COMPREHENSIVE PERSONAL INSURANCE MANUFACTURERS'AND CONTRACTORS'LIABILITY INSURANCE OWNERS'AND CONTRACTORS'PROTECTIVE LIABILITY INSURANCE OWNERS',LANDLORDS'AND TENANTS'LIABILITY INSURANCE STOREKEEPER'S INSURANCE POLLUTION EXCLUSION AMENDMENT With respect to bodily injury nr properfy damage occurring in Texas,it is agreed that the exdusinn relating to any emission,discharge, seepage,release or escape of any liquid,solid,gavwus or thermal waste ur pollutant ix hereby dcletcd and replaced by rhe fnllnwing: to br.dify injury or prrrp—y dantnge arising our of the discharge,Dispersal,release nr escape of smoke,-purl,.tut,fumes,acids, alkalis,toxic chemicals,liquid,mr gus asm materials or n i,cr irritants,contaminants or pollutants into or upon land,the atntn,phere r any Watercourse or holly of Watcq but Ellis crclusion docs nut apply ifhdischarge.dispersal,release or escape is sudden and acd. dental; Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount ' 8 1 L.S. Furnish and install three intake screen assemblies, including stainless steel screen, H.D.G. ' frame, shear gates, cables, weights and pulleys, air piping for backwash, complete in place, per lump sum 1 - for Dollars CLO_ E� and 413 Cents $ $ !!�. ' 9 3000 L.F. Furnish and install 30" CSC (L-301) raw water pipe with valves, fit- tings, flush valves, air and vacuum relief valves, 30 L.F. of concrete encasement, 50 L.F. of encasement pipe under road, elec- trical conduit, conductor for electric supply and control system, electric vaults, trench, bedding ' and backfill, complete in place, per linear foot for T Dollars ' and /i. Cents $ $ C) 7'00. TOTAL BID - RAW WATER INTAKE SYSTEM (Item Nos. 1 thru 9) v/' ALTERNATE ��S pp0. ��✓S4C-rd r�7/t° ' 10 3000 L.F. Furnish hpC and install rwater l30" Ductile IronWiTlf yT with valves, fittings, flush #7 ' valves, air and vacuum relief valves, 30 L.F. of concrete encasement, 50 L.F. of encase- ment pipe under road, electri- cal conduit, conductor for electric supply and control system, electric vaults, trench, ' bedding and backfill, complete in place, per linear foot for Dollarsa � ��'� and Cents $ / $ 1 Page 6 of 7 t ' CONTRACT AWARD DEDUCT Bidder may or may not fill-in the following blanks, at his option. 1 Deduct Dollars and Cents ' ($id er fill-in Written nit) rices Bi er i -in nit rice in Figures) ' for the award of the Booster Pump Station - 1981 Contract and the t Raw Water Intake System - 1981 Contract 1 > y n 1 1 t 1 1 ' Page 7 of 7 1 aj� 'J Connecticut"t F. (A STOCK COMPANY) Bond No. BID BOND Know All Men By These Presents,That we,.... Clouse Construction, Inc. ........................................................... ..........................................................b------------------...................b--------------------------------------------------------..........--------.............• of_....Odessa, Texas .....................I................................................................................(hereinafter called the Principal),as Principal,and THE TRAVELERS INDEMNITY COMPANY,a corporation,organized and existing under the laws of the State of Connecticut and having its principal place of business in Hartford,Connecticut(hereinafter City of Round Rock, Round Rock, Texas called the Surety),as Surety,are held and firmly bound unto----------b.................................................................................. -------------------------------------------------------- --------------------------- .-..(hereinafter called the Obligee)in the penal sum of _Five--Percent 5% of the amount bid 5% of Bid ... .................................................................. .__D�011ars($------------------------ for the payment of which the Principal and the Surety bind themselves,their heirs,executors,administrators,suc- cessors and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That,whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for.-----.-.--------------------------------------------------------------------------------------- Raw -Water..Intake System ystem 1981 - ----------- -- ------------- ---------- - - --- --------------- --- --- - ---- ---------------------------------------. .......b------------------b------------------b---------------------- -----b--_-------------------- -------------------_---- ............. NOW,THEREFORE,if the said contract he awarded to the Principal and the Principal shall,within such time as may be specified,enter into the contract in writing,and give bond,with surety acceptable to the Obligee for the faithful performance of the said contract;or if the Principal shall fail to do so,pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond,then this obligation shall be void;otherwise to remain in full force and effect. SIGNED,SEALED AND DATED this 3.0 th..... Aril 81 ...... .................day of-............p.......................................119.....----- CLOUSE CONSTRUCTION, INC. Vice President Buddy Poarch The Travelers Indemnity Company, By: ................... ....................................... Attc. ln-F=L 19!!aJucker ----------------------------- 309 N. Lee X4.AWfl IM S-368 Odessa, Texas 79761 1 \ The Travelers Indemnity Company ' Hartford,Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE TRAVELERS INDEMNITY COMPANY,a corporation of the State of Connecticut, does hereby make,constitute and appoint ' Oliver F. Blank, T. B. Harris, Jr., Wilford H. Elmore, Tommy Tucker, Scott 0. ' Moore, all of Odessa, Texas, EACH its true and lawful Attorney(s)-in-Fact,with full power and authority,for and on behalf of the Company ' as surety,to execute and deliver and affix the seal of the Company thereto,if a seal is required,bonds, undertakings,recognizanceb,consents of surety or other written obligations in the nature thereof,as follows: ' Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof and to bind THE TRAVELERS INDEMNITY COMPANY thereby,and all of the acts of said Attorney(s)- in-Fact,pursuant to these presents,are hereby ratified and confirmed. This appointment is made under and by authority of the following by-laws of the Company which by-laws are now in full force and effect: ' ARTICLE IV,SEcrtoN 13. The Chairman of the Board,the President,the Chairman of the Finance Committee, any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Corporate Secretary or any Department Secretary ntay-appoint attorneys-in-fact or agents with power and authority,as defined or limited in their respective powers of attorney,for and on behalf of the Company to execute ' and deliver,and afix the seal of the Company thereto,bonds,undertakings,recognizances,consents of surety or other written obligations-in the nature thereof and any of saidffi officers may remove any such attarney-in-fact or agent and revoke the power and authority given to him. ARMIX IV,SECTION 15. Any hond,undertaking,recognizancr,con.-cnt of surety,or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the Chairman of the Board,the ' President,the Chairman of the Finance Conuuittee,any Executive Vice('resident,any Senior Vice President, any Vice('resident or any Secondan Vice President d duly attested and-sled,if a seal is required,by the Cur- porile Secretary or any Department Secretary or any Assistant Corporate Secretary or any Assistant Department Secretaryor shall be valid and binding upon the Comp ny when duly executed and sealed,if a seal is required, , ' by a duly authorized attorney-in-fact or agent,pursuant to and within the limits of the authority granted by his or her power of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu- tion adopted by the Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly tailed and held on the 30th day of November,1959: VOTED: That the signature of any officer authorized by the By-Laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of ' any bond,undertaking,recognizance or other written obligation in the nature thereof;suchsignature and seal, when so used being herebv adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. ' This power of attorney revokes that dated February 23, 1973 on behalf of Oliver F. Blank, T. B. Harris, Jr., Wilford H. Elmore, Tommy Tucker ' IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to be signed by its.proper officer and its corporate seal to be hereunto affixed this 7th ' day of September 19 77 THE TRAVELERS INDEMNITY COMPANY o \NDE,tt `pa Nor} By ' < 5 E A L 3 - 1 :. to ''yf'`�`. •}�' Secretary,Surety State of Connecticut,County of Hartford—ss: On this 7th day of September in the year 1977 before me personally came D.J. Nash to me known,who,being by me duly sworn,did depose and say:that he resides in the State of Connecticut;that he is Secretary(Surety)of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by authority of his office under the by-laws of said corporation,and that he signed his name thereto by like authority. N SOMF /'N rustle • Notary Public CONNECTtMy commission expires April 1, 1979 (Over) 6-1869 REV.4-77 PRlnr Eo Ut u.6.A tAGREEMENT THE STATE OF TEXAS ] COUNTY OF WILLIAMSON KNOW ALL MEN BY THESE PRESENTS ] ' That this Agreement made .and entered into this 28th day of MAY , A.D., 1981, by and between the CITY OF ' ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed ' the OWNER, and CLOUSE CONSTRUCTION, INC. of the City of ODESSA , County of ECTOR , ' State of Texas, Second Party, hereinafter termed the CONTRAC- TOR. ' WITNESSETH: That for and in consideration of the pay- ments and agreements hereinafter mentioned to be made and ' performed by said F„�rst Party (Owner), the said Second Party (Contractor) hereby agrees with the First Party to commence and complete the construction of certain improvements at the pri6es set forth in the Contractor's Proposal dated April 23, ' 1981, for certain improvements described as follows; RAW WATER INTAKE SYSTEM - 1981 ' The Contractor shall perform all work shown on the Plans and described in the Specifications and shall meet all re- quirements of this Agreement, the General and Special Condi- tions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named tparties to this Agreement. The Contractor hereby agrees to commence work under this contract within 30 consecutive calendar days after award of ' contract and shall cause work to progress in a manner satis- factory to the Owner. Such work shall be completed in full within 360 consecutive calendar days after award of con- tract. The Owner agrees to pay the Contractor in current funds, ' and to ma6 payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deduc- tions, all as provided in the General Conditions of the ' Agreement. The following documents, together with this Agreement, ' comprise the Contract, and they are as fully a part thereof as if herein repeated in full: Page 1 of 2 � 1 1 AGREEMENT (Continued) Notice to Contractors Special Conditions of 1 Instructions to Bidders Agreement Proposal and Bidding Sheets Technical Specifications Performance & Payment Bonds Addenda ' General Conditions of Change Orders Agreement Plans IN WITNESS WHEREOF the Parties to these presents have 1 executed this Agreement in the year and day first above written. 1 ATTEST: CITY OF R ROC , TE AS, OWNER 1 By _ BY C' y Secretary a or 1 ATTEST: CLOUSE CO ;RUCTI;, INC. 1 CONTRAC OR 1 By a By TE 1 1 ` 1 1 1 1 1 1 Page 2 of 2 1 1 ' PERFORMANCE BOND ' THE STATE OF TEXAS [ COUNTY OF ECTOR [ ' KNOW ALL MEN BY THESE PRESENTS, THAT CLOUSE CONSTRUCTION, INC. of the City of ODESSA , ' County of ECTOR and State of TEXAS ' as principal, and THE TRAVELERS INDEMNITY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF ROUND ROCK, TEXAS (OWNER), ' in the penal sum of 100% OF CONTRACT AMOUNT Dollars ($ 650,000.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, ' executors, successors and assigns, jointly and severally, by these presents: ' WHEREAS, the Principal has entered into a certain written tcontract with the Owner dated the 28th day of MAY , 1981, 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 IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by ' the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; 1 1 PB-1 ' PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be ' determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. ' Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or ' to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed ' and sealed this instrument this 28th day of MAY 1981. ' CLOUSE CO TRUC N, INC. THE TRAVELERS INDEMNITY COMPANY Princip 1 Surety --- / - BY By---- ' Title Title Attorney-in-fact Address P. 0. BOX 6606 _ Address P. 0. BOX 220055 ODESSA, TEXAS 79762 DALLAS, TEXAS 75222 ' The name and address of the Resident Agent of Surety is: Waddell & Blank ' 309 North Lee, Odessa, Texas 79761 1 1 1 PB-2 The Travelers Indemnity Company ' Hartford,Connecticut POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS: That THE TRAVELERS INDEMNITY COMPANY,a corporation of the State of Connecticut, does hereby make,constitute and appoint ' Oliver F. Blank, T. B. Harris, Jr., Wilford H. Elmore, Tommy Tucker, Scott 0. Moore, all of Odessa, Texas, EACH 1 its true and lawful Attorney(s)-in-Fact,with full power and authority,for and on behalf of the Company ' as surety, to execute and deliver and affix the seal of the Company thereto,if a seal is required, bonds, undertakings,recognizances,consents of surety or other written obligations in the nature thereof,as follows: ' Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof and to bind THE TRAVELERS INDEMNITY COMPANY thereby,and all of the acts of said Attorney(s)- in-Fact,pursuant to these presents,are hereby ratified and confirmed. This appointment is made under and by authority of the following by-laws of the Company which by-laws are now in full force and effect: ' ARTICLE IV,SECTION 13. The Chairman of the Board,the President,the Chairman of the Finance Committee, any Executive Vice President,any Senior Vice Presidentany Vice President,any Second Vice President,the , Corporate Secretary or any Department Secretary may appoint attornevs-in-fact or agents with power and authority,as defined or limited in their respective powers of attorney,for and on behalf of the Company to execute ' and deliver,and affix the seal of the Company[hereto,bonds,undertakings,recognizances,consents of surety or other written obligations in the nature thereof and any of said officers may remove any such attorney-in-fact or agent and revoke the power and authority given to him. ARTICLE IV,SECTION 15. Any bond,undertaking,recognizance,consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the Chairman of the Board,the President,the Chairman of the Finance Committee,any Executive Vice President,any Senior Vice President, y Vice President or any Second Vice President and duly attested and sealed,if a seal is required,by the Cor- porate Secretary or any Department Secretary or any Assistant Corporate Secretary or any Assistant Department Secretary,or shall be valid and binding upon the Company when duly executed and sealed,if a seal is required, by a duly authorized attorney-in-fact or agent,pursuant to and within the limits of the authority granted by ' his or her power of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu. ' tion adopted by the Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the 30th day of November, 1959: VOTED: That the signature of any officer authorized by the By-Laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of ' any bond,undertaking,recognizance or other written obligation in the nature thereof;such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. This power of attorney revokes that dated February 23, 1973 on behalf of Oliver F. Blank, T. B. Harris, Jr., Wilford H. Elmore, Tommy Tucker ' IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to be signed by its,proper officer and its corporate seal to be hereunto affixed this 7 th ' day of September 19. 77 THE TRAVELERS INDEMNITY COMPANY 0" ' By Secretary,Surety State of Connecticut,County of Hartford—ss: On this 7th day of September in the year 1977 before me personally came D.J. Nash to me known,who, being by me duly sworn,did depose and say:that he resides in the State of Connecticut;that he is Secretary(Surety)of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which executed the above instruFnent;that he knows the seal of said corporation;that the seal affixed to said instrument is such corp©rate seal;that it was so affixed by authority of his office under the by-laws of said corporation,and that he signed his name thereto by like authority. H.s 1..-A. J1, .� .•lr //• NOTARY •'. PU�BLIC '• Notary Public OA'NECtt� My commission expires April 1, 1979 5-1669 REV.4-77 PRmTEo 1.U.S.A. - (Ower) CERTIFICATION ' I,Paul D.Tubach,Assistant Secretary(Surety)of THE TRAVELERS INDEMNITY COMPANY, certify that the foregoing power of attorney,the above quoted Sections 13.and 15.of Article IV of , the By-Laws and the Resolution of the Board of Directors of November 30, 1959 have not been abridged or revoked and are now in full force and effect. Signed and Sealed at Hartford,Connecticut,this 28th day of May 19 81 , ,W C,ti S E A L o ' e, Assistant Secretary,Surety 51869 (HACK) 1 1 PAYMENT BOND THE STATE OF TEXAS ] COUNTY OF ECTOR KNOW ALL MEN BY THESE PRESENTS, THAT CLOUSE CONSTRUCTION, INC. of the City of ODESSA _ County of ECTOR and State of TEXAS tas principal, and THE TRAVELERS INDEMNITY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF ROUND ROCK. TEXAS (OWNER), in the penal sum of ]00% OF CONTRACT AMOUNT Dollars ' ($ 650,000.00 _) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, ' executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written ' contract with the Owner, dated the 28th day of MAY , 1981, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length ' herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCfi, that if' the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligatign shall be void; otherwise to remain in full force ' and effect; ' PB-3 1 ' Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. ' Surety, for value received, stipulates and 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 anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, ' or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed ' and sealed this instrument this28th day of MAY 1981. CLOUSEE CONS I Iff—TRAVELEM INDEMNITY COMPANY Principa Surety ' By By vs ' Title SI Lc�Q �,_� Title Attorney-in-fact ' Address P. 0. 60X_6606 Address P. 0. BOX 220055 ODESSA, TEXAS 79762 _ DALLAS, TEXAS 75222 The name and address of the Resident Agent of Surety is: ' Waddell & Blank 309 North Lee, Odessa, Texas 79761 1 1 PB-4 The Travelers Indemnity Company Hartford,Connecticut POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS: That THE TRAVELERS INDEMNITY COMPANY,a corporation of the State of Connecticut, does hereby make,constitute and appoint Oliver F. Blank, T. B. Harris, Jr., Wilford H. Elmore, Tommy Tucker, Scott 0. Moore, all of Odessa, Texas, EACH its true and lawful Attorney(s)-in-Fact,with full power and authority,for and on behalf of the Company ' as surety,to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings,recognizances,consents of surety or other written obligations in the nature thereof,as follows: Any and all bonds, undertakings, recognizances, consents of surety ' or other written obligations in the nature thereof and to bind THE TRAVELERS INDEMNITY COMPANY thereby,and all of the acts of said Attorney(s)- in-Fact,pursuant to these presents,are hereby ratified and confirmed. This appointment is made under and by authority of the following by-laws of the Company which by-laws are now in full force and effect: ARTICLE IV,SECTION 13. The Chairman of the Board,the President,the Chairman of the Finance Committee, any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Corporate Secretary or any Department Secretary may appoint attorneys-in-fact or agents with power and authority,as defined or limited in their respectivepowers of attorney,for and on behalf of the Company to execute and deliver,and affix the seal of the Company thereto,bonds,undertakings,recognizances,consents of surety ' orother written obligations in the nature thereof and any of said officers may remove any such attorney-in-fact or agent and revoke the power and authority given to him. ARTICLE IV,SECTION 15, Any bond,undertaking,recognizance,consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the Chairman of the Board,the ' President,the Chairman of the Finance Committee,any Executive Vice President,any Senior Vice President, any Vice President or any Second Vice President and duly attested and sealed,if a seal is required,by the Cor- porate Secretary or any Department Secretary or any Assistant Corporate Secretary or any Assistant Department Secretary,or shall be valid and binding upon the Company when duly executed and sealed,if a seal is required, by a duly authorized attorney-in-fact or agent,pursuant to and within the limits of the authority granted by his or her power of attorney. This power of attornev Is signed and sealed by facsimile under and by the authority of the following Resolu- tion adopted by the Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly tailed and held on the 30th day of November,1959: VOTED: That the signature of any officer authorized by the By-Laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of ' any bond,undertaking,recognizance or other written obligation in the nature thereof;such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. ' This power of attorney revokes that dated February 23, 1973 on behalf of Oliver F. Blank, T. B. Harris, Jr., Wilford H. Elmore, Tommy Tucker IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COMPANY has caused these presents to be signed by its.proper officer and its corporate seal to be hereunto affixed this 7th ' day of September 19 77 THE TRAVELERS INDEMNITY COMPANY 0o" .. By Secretary,Surety .State of Connecticut,County of Hartford—ss: On this 7th day of September in the year 1977 before me personally came D.J.Nash to me known,who,being by me duly sworn,did depose and say:that he resides in the State of Connecticut;that he is Secretary(Surety)of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which executed the above instrupent;that he knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by authority of his office under the by-laws of said corporation,and that he signed his name thereto by like authority. N,So4f, .�m NOTARY'< }?. PUBLIC ?• - Notary Public ONNECTtC� My commission expires April 1, 1979 s-Ia69 REV.4-77 PRINTED IN a.S.A, (Over) CERTIFICATION ' I,Paul D.Tubach,Assistant Secretary(Surety)of THE TRAVELERS INDEMNITY COMPANY, certify that the foregoing power of attorney,the above quoted Sections 13.and 15.of Article IV of ' the By-Laws and the Resolution of the Board of Directors of November 30, 1959 have not been abridged or revoked and are now in full force and effect. Signed and Sealed at Hartford,Connecticut,this 28th day of May 19 81 ' ADE N , \N M n n Waq:: <> S E•A L tiS Assistant Secretary,Surety ' S-1869 (BACK) 1 1 1 1 1 1 CERTIFICATE OF INSURANCE TO: . City of Round Rock Date: 5-29-81 214 East Main Street Description o or o e ' Round Rock, Texas 78664 Water Main Construction Raw Water n a e ys em ' THIS IS TO CERTIFY THAT Clouse Construction, Inc. is, at the date of this certificate, insured.by this company with respect o the business opera- tions hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further here- inafter described. Exceptions to standard policies are noted on the reverse side hereof. ' INSURANCE NO. DATE DATE LIMITS OF_LIABILITY ' Workmen's DOUB 455-E Statutory, State of Compensation 024-8-81 1%19/81 1/19/82 Texas, $ 100,000 Employer sT—Tia�ity Comprehensive Bodily Injury General iXXxXXXXXXX1zARAxRRKxRR Liability 50N5L-455- $500,000 each :axxxWxak 0 Includes E-025-A-81 1/19/81 1/19/82 Contractual occurrence Liability $500,000 aggregate ' Covers Property Damage occurrence Independent $ 100,000 each aocdxkxk Contractors $ 100,000 aggregate Owner's Bodily Injury Protective $ each person $ each accident Property Damage $ each accident $ aggregate ' Comprehensive Bodily Injury Automobile $500,000 each person Liability 50NSL-455- $500,000 each E-025-A-81 1/19/81 1/19/82 occurrence I� Owned occurrence LJ Vehicles; Property Damage fXl Hired $100,000 each WMKr*K l"J Vehicles occurrence L� Non-owned ' LJ Vehicles Includes Contractual Liability ' The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed `or cancelled by the insurer in less than ten days after the insured has received written notice of such change or cancel- lation. This Certificate of Insurance neither affirmatively or negatively amends, ex- tends, or alters the coverage afforded by policy or policies indicated by this ' J certificate. 1 � i CJ rter ak Fire Insurance Co (Name or insurer WABDELL & BLANK INSURANCE ' Title: Authorized Representative Address 309 North Lee ' 0 essa, Texas 1 1 1 1 1 Page 2 of 2 rrr ,i CERTIFICATE OF INSURANCE TO:.. City of Round Rock Date: 5-29-81 214 East Main Street Description o or Wor Round Rock, Texas 18664 2rformed b Clouse Construe ion, ' Inc. on Raw Water nta a ys em THIS IS TO CERTIFY THAT Citv of Round Rock is, at the date of this certificate, insured by Ms company wit respec o e business opera- tions hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further here- , inafter described. Exceptions to standard policies are noted on the reverse side hereof. tINSURANCE' NO. DATE DATE LIMITS OF_LIABILITY Workmen's Statutory, State of ' Compensation Texas, $ Employers is > ,ty Comprehensive Bodily Injury Liabilit $ each person y Includes $ each accident Contractual ' Liability Covers Property Damage Independent $ each accident ' Contractors $ aggregate Owner;s Protective Bodily Injury !tr.pMty PRO-101F- each I927-7-81 5/29/81 5/29/82 m age occurrence $ $ 50,000 each °e=x*M ce $ 50,000 aggregate 1 Comprehensive Bodily Injury Automobile $ each person ' Liability $ each accident f� Owned LJ Vehicles Property Damage ' EJ Hired $ each accident Vehicles Non-owned ' ■ Vehicles If Includes OContractual Liability �r ' The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed `or cancelled by the insurer in less than ten days after the insured has received written notice of such change or cancel- lation. ' This Certificate of Insurance neither affirmatively or negatively amends, ex- I tends, or alters the coverage afforded by policy or policies indicated by this ' certificate. 1 Travelers Indemnity Company of RI Tffame of Tnsurer- By: LfADCLL & Gi F1'K RJSHiF`1'r ' Title: Authorized Representative Address 309 North Lee Odessa, Texas 79761 1 ' 1 i , Page 2 of 2 �r 1 \11 THE STATE OF TEXAS CONTRACTOR'S ACT OF ASSURANCE COUNTY OF ) ' BEFORE ME, Betty Fenton , a Notary Public, duly commissioned and qualified, and and for the County of Ector , State of Texas, came and ' appeared Clouse Construction, Inc. ' (herein represented by Gary L. Stewart its Secretary-Treasurer , pursuant to and by virtue of the provisions of a resolution adopted by the said Corporation on the 23rd day of June , 1981, a duly certified copy of such resolution being annexed ' hereto and made a part hereof,) who declared that (in accor- dance with the said resolution and pursuant thereto,) he, the ' said Secretary-Treasurer has assured and does hereby assure the Texas Water Development Board that the said Corporation is autho- rized and empowered to comply with certain required condi- tions for the investment of Water Development Funds of the ' State of Texas in the construction of a Raw Water Pump Station project at Round Rock , Texas, which will provide benefits to the City of Round Rock , the State of Texas, the County ' of Williamson other local interests and property owners, and that said _ Corporation will construct said project only in accordance with all laws of the State of Texas, and all Rules, Regulations and Poli- cies of the Texas Water Development Board, which assurances ' hereby made constitute material and substantial representa- tions upon the reliance of which the Texas Water Development Board is expected to approve the award of contracts to the said Corporation for ' the construction of said project, and the said Corporation hereby waives and agrees to waive any and all claim to monies due the said Corporation and retained by the Texas Department of Water Resources and/or Local Sponsor of the project pursuant ' to the provisions of Section 17.135, Texas Water Code, as may be further provided pursuant to the contracts heretofore or ' hereafter executed by and between (1) the said Corporation and (2) City of Round Rock and/or the Texas Department of Water Resources, upon a finding by the Texas Water Develop- ment Board that the said Corporation ' has either: (1) Failed to construct the project according to the engineering plans specifically approved by the ' Texas Water Development Board, or (2) Failed to obtain the prior approval of the Texas ' Water Development Board for any and all subsequent ' modifications, amendments, or changes to such engi- neering plans, without regard to the nature, char- acter or extent of such changes, or (3) Failed to construct the works in accordance with sound engineering principles, or ' (4) Failed to comply with any term or terms of the con- struction contract. ' PROVIDED HOWEVER, that such waiver of any and all claims to monies due the said Corporation as described above shall extend only to that portion of the ' monies retained as are reasonably necessary to correct con- struction defects in the project resulting from the failure of the said Corporation as enumerated under Items 1-4 above. ' Clou e Construction, Inc. By Sworn to and subscribed before me this the 23rd day of June 1981. 1 Notary Public in and for Ector County, Texas ' My commission expires 8-28-81 1 ' CERTIFIED COPY OF CORPORATE RESOLUTION THE STATE OF TEXAS X ' X KNOW ALL MEN BY THESE PRESENTS, THAT: COUNTY OF ECTOR. ' I, GARY L. STEWART, duly elected and acting Secretary of CLOUSE CONSTRUCTION, INC., a Corporation organized and existing under the laws of the State of Texas, do hereby certify that the ' following is a true and correct copy of the resolution duly made, voted and unanimously passed at a meeting of the Board of Directors ' of C.OUSE CONSTRUCTION, INC., held on the 24th day of September, 1980, at the offices of the Corporation in Odessa, Texas, at ' which meeting a majority of the Directors were present, to-wit; ' 'BE IT RESOLVED, that pursuant to Section 5.01 of the By-Laws of this Corporation, the president, vice-president, secretary and treasurer are hereby designated as signatory officers for the Corporation and are hereby authorized to execute, on behalf of this Corporation, any contract, bid, quotation or other document to carry on the business of this ' Corporation." I FURTHER CERTIFY that such resolution is still in full ' force and effect. WITNESS my hand this the 1st day of June, 1981. Gary L. Stewart, Secretary 1 THE STATE OF TEXAS. COUNTY OF ECTOR. ' BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared GARY. L. STEWART, SECRETARY t of CLAUSE CONSTRUCTION,INC., known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, and in the capacity therein stated. 1 GIVEN UNDER MY HAND AND SEAL OF OFFICE this the 1st day of June, A.D. 1981 Notary$tblic, Ector County, Texas. ' My Commission Expires: (Seal) 1 1 t GENERAL CONDITIONS OF AGREEMENT 1 ' GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Page 1. DEFINITIONS . . . . . . . . . . . . . . . . . . . . 1 2. GENERAL PROVISIONS . . . . . . . . . . : : : . : : 3 2.01 Engineer's Status and Authority 3 2.02 Right of Engineer to Modify Methods and Equipment . . . . . . . . : . . : : : : . 3 2.03 Changes and Alterations 4 2.04 Damages . . . . . . . . . . . . . . . . . 4 2.05 Losses from Natural Causes . . . . . . . . . 4 ' 2.06 Laws and Ordinances . . . . . . . : : . : 4 2.07 Licenses, Permits, and Certificates 5 2.08 Royalties and Patents . . . . . . 5 2.09 Keeping of Plans and Specifications Accessible . . 5 2.10 Discrepancies and Omissions . . . . . . . . . 5 2.11 Contractor's Understanding . . . . . . . . . 5 2.12 Extra Work 6 2.13 Payment for Extra Work 6 2.14 Assignment and Subletting . . . . . . . . . . 7 2.15 Subcontractors8 2.16 Owner's Status 8 2.17 Completed Portions of Work . . . . . . . . . 8 2.18 Materials . . . . . . . . . . . . : : . . 8 2.19 Receiving and Storage of Materials 8 2.20 "Or Equal" Clause . . . . . . . . . . . . . . 8 2.21 Completed Work . . . . . . . . . . . . . . 9 2.22 Materials Furnished by the Owner 9 2.23 Protection of Property 9 2.24 Shelters for Workmen and Materials . . . . . 9 ' 2.25 Sanitary Facilities . . . . . . . . . . . . . 10 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . . 10 ' 3.01 Labor, Equipment, Materials and Construction Plant . 10 3.02 Performance and Payment Bonds . . . . . . . . 10 ' 3.03 Contractor's Ability to Perform : . . . . . . 11 3.04 Superintendence and Inspection 11 3.05 Character of Employees 11 3.06 Contractor's Duty to Protect Persons and Property . : . : . : : : : : : : : : : . 11 3.07 Safety Codes 12 3.08 Barricades . . . . . . . . . . . . . . . . . 12 t 3.09 Minimum Wages . . . . . . . . . : . : : : : . 12 3.10 Unsuitable Work or Materials 12 3.11 No Waiver of Contractor's Obligation . . . . 13 3.12 Site Clean Up . . : : : : : : : . : : : : : : 13 3.13 Guarantee 14 (CONTENTS CONTINUED) Page 4. OWNER'S OBLIGATIONS AND REPONSIBILITIES . . . . . . 14 ' 4.01 Lines and Grades. . : . . . : : . . : : : . . 14 4.02 Right of Entry 14 4.03 Owner's Inspectors . . . . . . . . . . . . . 14 4.04 Collateral Work : : : : : . . : : : : : : : . 15 4.05 Right-of-Way 15 4.06 Adequacy of Design . . . . . . . . . . . . . 15 5. SCHEDULING AND PROGRESS OF WORK15 5.01 Order and Prosecution of the Work 15 5.02 Rate of Progress . . . . . . . 16 5.03 Sunday, Holiday, and Night Work : : : : : : : 16 5.04 Hindrances and Delays 16 5.05 Extensions of Time . . . . . . . . . 17 5.06 Liquidated Damages for Failure to Complete on Time 17 6. INDEMNITY . . . . . . . . . 18 ' 6.01 Contractor's Indemnity Provision . : : : : : 18 6.02 Workmen's Compensation Insurance 18 6.03 Comprehensive General Liability Insurance . . 18 6.04 Owner's Protective Insurance . . . . . . . . 19 6.05 Comprehensive Automobile Liability Insurance . . . . . . . . . . . . . . . 19 ' 6.06 Insurance Certificate . . . . . . . . . . . . 19 7. TERMINATION OF CONTRACT . . . . . . . . . . . . 20 7.01 Right of Owner to Terminate . . . . . . . . . 20 ' 7.02 Right of Contractor to Terminate . . : : : : 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR : : : : : : : 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment ' and Materials by Owner . . . . : : : . . 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance . . . . . . . . 22 8.05 Disposition of Contractor's Equipment . . . . 22 1 9. MEASUREMENT AND PAYMENT . . . . . . . . . . . . . . 23 9.01 Character of Measurements . . . . . . . . 23 ' 9.02 Estimated vs. Actual Quantities : : : : : : : 23 9.03 Payment 24 9.04 Monthly Estimates and Payments . . . . . . . 24 ' 9.05 Certificates of Completion . : : : : : : : : 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit . . . . . . . . . . . . . 25 9.08 Release of Liability . . . . . . . . . . . . 25 ' 9.09 Contractor's Obligation . : : : : : : : : : : 26 9.10 Payments Withheld 26 ' 1.06 Owner. "Owner" shall mean the City of Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all draw- ings raw- ings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engi- neer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contrac- tor to the Owner when and as approved by the Engi- neer. ' 1.08 Specifications. 'Specifications" shall mean (a) all written descriptions, methods and instructions prepar- ed by the Owner as a basis for proposals, (b) all sup- plementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to z-business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, how- ever, include one who merely furnishes material not so worked. ' 1.10 Substantially Completed. The term "substantially com- pleted" shall mean that the structure or facility has been made suitable for use is in condition to serve its intended purpose, but still may require minor mis- cellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the ' equipment, supplies, material, and services to be fur- nished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which ' weather or other conditions, not under the control of the Contractor, will permit construction of the prin- cipal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 ' p.m. -2- GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Da . A calendar day shall be the 24 hour 1 perio rom one midnight to the next consecutive mid- night. t 1.02 Contract Documents. The Contract Documents shall con- sist of the Invitation to Bidders; the Instructions to Bidders; the Proposal; the Signed Agreement; the Per- formance and Payment Bonds; the General Conditions of the Agreement; the Special Conditions of the Agree- ment; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Perfor- mance and Payment Bonds, Proposal, Special Conditions of the Agreement, Invitation to Bidders, Specifica- tions, Plans, and General Conditions of the Agree- ment. 1.03 Contractor. "Contractor" shall mean the business or- ganization or individual named and designated in the Contract Agreement as the "Party of the Second Part", who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized agents and other legal representa- tives. 1 1.04 Engineer. "Engineer" shall mean the City Engineer of the City of Round Rock, Texas, or such other engineer, supervisor, or inspector who has been designated, ap- pointed, or otherwise employed or delegated by the Owner for this work, or their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. 1.05 Extra Work. The term "extra work" as used in this i contract shall be understood to mean and include all work that may be required by the Engineer or Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal, except ' as provided under "Changes and Alterations", herein. -1- 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer ' of the corporation for whom it is intended, or if de- livered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litiga- tion it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Con- tract; that he shall determine all questions in rela- tion to said work and the construction thereof, that he shall in all cases decide every question which may ' arise relative to the execution of the Contract on the part of the Contractor; that his decisions and find- ings shall be the conditions precedent to the right of ' the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, how- ever, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the ' execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. ' 2.02 Right of Engineer to ModifyMethods and Equipment. If at any time the methods or equipment used by the Con- tractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress re- quired under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from tsuch order. ' -3- r ' 2.03 Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, ' grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or altera- tions diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under ' the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Con- tract; otherwise such work shall be paid for as pro- vided under Section 2.12 "Extra Work". In the event the Owner shall make such changes or alterations which ' will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in prepa- ration for the work as originally planned. ' 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising ' from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of 1the work. 2.05 Losses from Natural Causes. All loss or damage aris- ing out of the nature of the work to be done or from the action of the elements or from any unforeseen cir- cumstances in the prosecution of the work or from unu- sual obstructions or difficulties which may be encoun- tered in the prosecution of the work shall be sustain- ed and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which -4- ' in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his em- ployees or his subcontractors and their employees. ' 2.07 Licenses, Permits and Certificates. Except as herein- after stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is re- quired such permit will be obtained by the Owner at no ' cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect ' and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented inven- tion used by him in connection with the work done or material furnished under this Contract; provided, how- ever, that if any patented material, machinery, appli- ance, or invention is clearly specified in this Con- tract, the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time ' the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Engineer shall—wish the Contractor with three (3) ' sets of executed Plans and Specifications without ex- pense to him, and the Contractor shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in ac- cordance with the generally accepted practice, and in the event of any discrepancies between the separate ' contract documents, the priority of interpretation de- fined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning ' and intent of any portion of the Contract, Specifica- tions or Drawings, the Engineer shall define which is intended to apply to the work. ' 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examina- tion, satisfied himself as to the nature and location ' -5- 1 ' of the work, the conformation of the ground, the char- acter, quality and quantity of the materials to be en- countered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work I under this Contract. No verbal agreement or conversa- tion with any officer, agent, or employee of the Own- er, either before or after the execution of this Con- tract, shall affect or modify any of the terms or ob- ligations herein contained. 2.12 Extra Work. The term "extra work" as used in this ' Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifica- tions and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations". It is agreed that the Contractor shall ' perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. ' No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the ' payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the ' "actual field cost" thereof as provided under Method "C" below. ' 2.13 Payment for Extra Work. It is agreed that the compen- sation to be paid the Contractor for performing extra work shall be determined by one or more of the follow- ing methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or 1 1 ' Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 158. ' Whereextra work is performed under Method "C", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, crafts- men, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power-driven equipment at agreed-upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges neces- sarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expens- es; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional pre- miums for construction bonds, workmen's compensation, ' public liability and property damage, and other insur- ance required by the Contract where the premiums therefor are based on payroll and material costs. The ' Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also speci- fy in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equip- ment shall be incorporated in the written extra work Change Order. The 158 of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superinten- dence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to -7- ' become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully re- sponsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should ' any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon writ- ten notice from the Owner. 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any sub- contractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not ' constitute an acceptance of any of the work not com- pleted in accordance with the Contract Documents. If the Engineer determines that taking possession of and 1 using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing ' materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except where the written permission of the Engineer is given. 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to -8 ' the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the ' general design. Written approval of an "or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the t work as a substitute for that specified in the Con- tract Documents. 2.21 Completed Work. The Contractor shall maintain contin- uous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign ele- ments. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and I all materials supplied by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamina- tion of such materials that must be maintained and in- corporated into the work in a sanitary condition. 2.23 Protection of Property. The Contractor shall give 1 reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements ' with such owner or owners relative to the removal and replacement or protection of such property or utili- ties. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, ' sewers, drains, conduits, and other facilities belong- ing to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. ' 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be main- tained in a manner satisfactory to the Engineer. -9- ' 2.25 Sanitary Facilities. Necessary sanitary toilet facil- ities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such manner and at ' such points as shall be approved by the Engineer. Their use shall be strictly enforced. ' 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor, Equipment, Materials and Construction Plant. The Contractor shall provide all labor, tools, equip- ment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protec- tion of any material, tools, or machinery on any part of the work until it is finally completed and accept- ed. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to ' adequately prosecute the work. 3.02 Performance and Payment Bonds. It is further agreed ' by the Parties to this Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total Contract price in standard forms for this purpose, guaranteeing faithful ' performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or fur- nishing him any equipment in the execution of the Con- tract. It is agreed that the Contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds will be made by the Owner. The surety company or companies underwriting the per- ' formance and payment bonds shall be acceptable accord- ing to the latest list of companies holding certifi- cates of authority from the Secretary of the Treasury ' of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. -10- i 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor s all furnish sufficient evidence of his ability to perform the work which is outlined ' in this document. This shall include an equipment in- ventory and records showing the satisfactory comple- tion of projects of equal magnitude in the past. It ' shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of Con- tract", if job progress indicates that the Contractor lacks either appropriate experience or ability. ' 3.04 Su erintendence and Ins ection. The Contractor shall give personal attention to the faithful prosecution ' and completion of the Contract and shall keep a compe- tent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work ' continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the owner's representative shall be as binding as if given to the Contractor. ' In the event that the Contractor and the superinten- dent are both absent from the site of the work for ' prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervi- sion of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. ' 3.05 Character of Employees. The Contractor agrees to em- ploy only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform him that the work being accomplished is of sub-stan- dard character by reason of carelessness, incompe- tence, or inexperience on the part of the workers the installation of such work shall be immediately sus- pended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. ' 3.06 Contractor's Duty to Protect Persons and Property. In t e performance of this Contract, the Contractor shall ' protect the public and the Owner fully by taking rea- sonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition ' or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in t -11- 1 ' anyway connected with the performance of this Con- tract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the per- formance of this Contract unless necessary to its per- formance, and in that event the Contractor shall pro- vide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondeleg- ' able, and the Contractor's compliance with the speci- fic recommendations and requirements of the Owner as to the means of warning shall not excuse the Contrac- tor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. ' 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Muni- cipal safety laws and building and construction codes. ' All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America ex- cept where incompatible with Federal, State, or Muni- cipal laws or regulations. ' 3.08 Barricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters ' at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the ' work shall be paid not less than the established pre- vailing wage scale for work of a similar character in this locality. A scale of prevailing wages is includ- ed in the Special Conditions of these Contract Docu- ments. The Contractor shall pay not less than the general prevailing wages shown on said scale and shall ' keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statutes of Texas. ' 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be deemed by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of ' written notice thereof from the Contracting Officer, ' -12- forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in ' full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail ' to properly prosecute and complete correction of such faulty work, the Engineer may direct that the work be done by others and that the cost of the work be de- ducted from monies due the Contractor. 3.11 No Waiver of Contractor's Obligations. The Engineer, ' supervisor, or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of good material and of his performing good work as herein described and in full accordance ' with the plans and specifications. No failure or omission of the Engineer, supervisor, or inspector to condemn any defective work or material shall release ' the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however that the Engineer, supervisor, or inspector shall upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been ac- cepted by the Engineer, supervisor, or inspector such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not ' as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed for re-examination by the Engineer ' prior to final acceptance, and if found not in accor- dance with the specifications for said work, all ex- pense of removing, re-examination, and replacement shall be borne by the Contractor; otherwise the ex- pense thus incurred shall be allowed as "Extra Work" and shall be paid for by the Owner. ' 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction per- iod. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the ' work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or con- duits, shall tear down and remove all temporary struc- tures built by him, shall remove all rubbish of every -13- ' kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. ' 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of ' the work embraced by this Contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judg- ment of the Owner shall become necessary during such ' period. If within 10 days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake ' with due diligence the aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contrac- tor's expense; provided, however, that in case of an emergency where, in the judgment of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, .and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever neces- sary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall t give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Con- tractor, and in case of careless destruction or remov- al by him or his employees such stakes, marks, etc. shall be replaced by the Engineer at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or loca- tion on which the work herein contracted are being constructed or installed for the purpose of supervis- ing and inspecting the work or for the purpose of con- structing or installing such collateral work as the Owner may desire. ' 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such Engineer, supervi- sors, or inspectors as the said Owner may deem neces- sary to inspect the material furnished and the work -14- done under this Contract, to see that the said mater- ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination ' of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors ' so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. ' 4.05 Right-of-Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. ' 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance ' shall be upon the Contractor to show that he has com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK ' 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and sea- sons in such order of precedence and in such manner as shall be most conducive to economy of construction; -15- provided however, that the order and time of prosecu- tion shall be such that the work shall be substantial- ly completed as a whole or in part in accordance with ' this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the ele- ments or to coordinate with other work being done for ' or by the Owner. 5.02 Rate ofProgress. The Contractor shall give the Engi- neer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the ' work, the Engineer may order the Contractor to in- crease or improve his facilities or methods, and the Contractor shall promptly comply with such orders; but neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Con- tractor from his obligation to secure the degree of ' safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 Sunday, Holiday, and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engi- neer. 5.04 Hindrances and Delays. No claims shall be made by the Contractor for damages, hindrances, or delays from any ' cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the Owner. If the Owner stops the ' work for just cause because the Contractor is not com- plying with the plans and specifications or the intent thereof, the Contractor shall have no claim for dam- ages, hindrances, or delays. However, if the Owner stops the work for any other reason, the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred which in the judg- ment of the Engineer occurred as a result of the work stoppage. ' -16- ' Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or per- sonnel, or where the Engineer determines that unrea- sonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspend- ed until he shall have provided adequate plant, equip- ment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neg- lect of the Owner or Engineer, or of any employee of either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as deter- mined by the Engineer shall be granted by the Owner; ' provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ' ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. ' The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of ' delay beyond the number of days herein agreed upon for the completion of the work herein specified and con- tracted for, after due allowance for such extension of ' time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanent- ly from the Contractor's total compensation, not as a ' penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 30.00 ' $ 5,001.00 to $ 15,000.00 35.00 15,001.00 to 25,000.00 40.00 25,001.00 to 50,000.00 50.00 ' 50,001.00 to 100,000.00 70.00 100,001.00 to 500,000.00 200.00 500,001.00 to 1,000,000.00 300.00 1,000,001.00 to 2,000,000.00 400.00 2,000,001.00 to 5,000,000.00 500.00 ' -17- 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the ' Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Con- tract, the Contractor shall indemnity and save harm- less the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and ex- penses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or alleg- edly caused, by any willful acts, negligence, nui- sance, or breach of any term or condition of this Con- tract by the Contractor, his agents, servants, subcon- tractors, or employees. The Contractor shall further- more indemnify and save harmless the Owner and the Owner's agents and employees from all demands of sub- contractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any ' description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontrac- tors or their employees and subcontractors shall be restored to its condition prior to damage by the Con- tractor at the Contractor's expense. 6.02 Workmen'sCompensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid ' all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employ- ees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall fur- nish the Owner with a certificate from the Industrial ' Accident Board evidencing the Contractor's and subcon- tractors' compliance with said statute. ' 6.03 Comprehensive General Liability Insurance. The Con- tractor shall provide and maintain during the life of this Contract and until all work under said Contract t has been completed and accepted by the Owner, a Com- prehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability ' -18- 1 of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision". The lia- bility coverage under this policy shall cover Indepen- dent Contractors. Liability limits for the Comprehen- sive General Liability insurance coverage under this policy shall not be less than the following: ' Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 25,000 each accident $ 50,000 aggregate ' 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been com- pleted and accepted by the Owner, an Owner's and Con- tractor's Protective Policy which co-insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liabil- ity Insurance". ' 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Con- tract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work ' of all motor vehicles licensed for highway use, whe- ther they are owned, non-owned, or hired by the Con- tractor, in which shall specifically insure contrac- tual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision". The liability limits for the Comprehen- sive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insur- ance coverage set out in sections 6.02, 6.03, 6.04, ' and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions -19- 1 ' of the policies are changed or in the event said poli- cies shall be cancelled. This Certificate of Insur- ance shall be provided to the Owner prior to starting any construction work in connection with this Con- tract. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be guilty of substantial violation of the Contract or any provision thereof, the Owner, upon certification by the Engineer as to the nature and extent of such ' violation, may without prejudice to any other resourc- es or remedy give the Contractor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the Owner may take possession of the site of the work and all material, equipment, tools, and ap- pliances thereon and may finish the work in accordance with the provisions of Section 8 "Abandonment of Con- tract by Contractor", of these General Conditions. ' 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period ' of three (3) months or if the Owner should substan- tially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon 10 days written notice to the Owner, terminate this Contract and recover from the Owner payment for all completed work. ' 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove ' any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within 10 days after receipt of the notice. Should he fail to do so within 10 days after receipt of such notice, the ' Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 8.01 Notification of Contractor. If the Contractor should abandon and fail to refuse to resume work within 10 1 ' -20- ' days after written notification from the Owner or the Engineer or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as hav- ing abandoned the Contract. In such event 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. ' 8.02 Retention of Contractor's Equipment and Materials by owner. After receiving said notice of abandonment the Contractor shall not remove from the work any machin- ery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work may be held for use on the work by the Owner or the Surety on the per- formance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connec- tion with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra Work", it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settle- ment. ' 8.03 Methods of Completing the Work. If the Surety should Tail to commence compliance with the notice for com- pletion hereinbefore provided within 10 days after ' service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: ' a. The Owner may thereupon employ such force of work- ers and use such machinery, equipment, tools, mat- erials, and supplies as said Owner may deem neces- sary to complete the work and charge the expense of such labor, machinery, equipment, tools, mater- ials, and supplies to said Contractor, and the ex- pense so charged shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contrac- tor under and by virtue of this Contract. In case such expense is less than the sum which would have been payable under this Contract if the same had ' been completed by the Contractor, then said Con- tractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same 1 ' -21- ' had been completed by said Contractor, then the Contractor or his Surety shall pay the amount of such excess to the Owner. ' b. The Owner under sealed bids, after 14 days notice published two or more times in a newspaper having ' a general circulation in the county of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this Contract. ' In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this Contract such increase ' shall be charged to the Contractor, and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this Contract, the Contrac- tor or his Surety shall be credited therewith. 8.04 Final Acceptance. When the work has been completed the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter pro- vided shall be issued. A complete itemized statement of the Contract accounts certified by the Engineer as being correct shall then be prepared and delivered to the Contractor and his Surety, whereupon the Contrac- tor, his Surety or the Owner, as the case may be, shall pay the balance due as reflected by said state- ment within 15 days after the date of such Contract Completion Certificate. 8.05 Disposition of Contractor's Equipmnt. In the event ' the statement of accounts shows thaet the cost to com- plete the work is less than that which would have been the cost to the Owner had the work been completed by ' the Contractor under the terms of this Contract or when the Contractor or his Surety pay the balance shown to be due by them to the Owner, then all machin- ery, equipment, tools, materials, or supplies left on ' the site of the work shall be turned over to the Con- tractor or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there re- mains any machinery, equipment, tools, materials, or supplies on the site of the work, notice thereof to- gether with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this -22- ' Contract; provided, however, that actual written notice given in any manner will satisfy this condi- tion. After mailing or other giving of such notice such property shall be held by the Owner at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect ' such property. After 15 days from the date of said notice the Owner may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the Contractor ' and his Surety. Such sale may be made at either pub- lic or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the work and belong to persons other than the Contractor or his Surety to their proper owners. 9. MEASUREMENT AND PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise spe- cifically provided. ' 9.02 Estimated vs. Actual Quantities. Any and all estimat- ed quantities stipulated in the proposal form under unit price items are approximate and are to be used only (a) as a basis for estimating the probable cost ' of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the ' actual amount of such work done and the actual quan- tity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the ' amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the esti- mated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised consideration on the portion of ' -23- ' the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing mater- ials for the overrun or underrun quantities. Such re- vised consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra Work". 9.03 Payment. In consideration of the furnishing of all the necessary labor, equipment, and material and the t completion of all work by the Contractor, and on the completion of all work and the delivery of all mater- ial embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been ' made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, for all expense incurred by him, and ' for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirements of the 1 Engineer. 9.04 Monthly Estimates and Payments. On or about the fifth ' day of each month the Engineer will make an approxi- mate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. The Contractor shall furnish to the 1 Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been ' approved by the Owner, the Owner shall pay to the Con- tractor 90 percent of the amount of such estimated sum on or before the 15th day of said month. It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of ' the Contractor, the Owner may, upon written recommen- dation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. t9.05 Certificates of C�omEp_letion. Within 10 days after the Contractor has given the Engineer notice that the work ' has been completed the Engineer shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accor- dance with the plans, specifications and Contract. If -24- ' so, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final accep- tance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Com- pletion Certificate— a> b en issued the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnish- ed under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the Contractor within 15 days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically under- stood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 en- titled "Notarized Affidavit", has been submitted to the Engineer. ' All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall ' be conclusive evidence of the work done and materials furnished. ' 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall ' bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company con- sents to final payment to the Contractor being made by the Owner. ' 9.08 Release of Liability. The acceptance by the Contrac- tor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any per- son relating to or affecting the work. -25- ' 9.09 Contractor's Obligation. Neither the Contract Comple- tion Certificate nor the final payment nor any provi- sion in the Contract Documents shall relieve the Con- tractor of the obligation for fulfillment of any war- ranty which may be required in the Contract Docu- ments. ' 9.10 Payments Withheld. The Owner may, on account of sub- sequently discovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. ' b. Claims filed or reasonable evidence indicating probable filing of claims. C. Failure of the Contractor to make payments proper- ly to subcontractors or for material or labor. d. Damage to another contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of ' them. t 1 1 1 1 ' -26- 1 1 1 1 1 ' SPECIAL CONDITIONS OF AGREEMENT 1 1 1 1 ' SPECIAL CONDITIONS OF AGREEMENT ' SECTION 01 - INFORMATION 01-01 ENGINEER tThe word "Engineer" in these Specifications shall be understood as referring to Haynie & t Kallman, Inc., 2115 N. Mays, Round Rock, Texas 78664. Engineer of the Owner, or the Engineer's authorized representative, supervisor or inspec- tor to act in any particular position for the tOwner. 01-02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED ' The Agreement will be prepared in not less than five (5) counterparts (original signed) sets. ' Owner will furnish Contractor three (3) sets of conforming Contract Documents, Technical Speci- fications and Plans free of charge, and addi- tional sets will be obtained from Engineer at ' commercial reproduction rates plus 158 for handling. 01-03 GOVERNING CODES All construction as provided for under these ' Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. ' 01-04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME ' Refer to the General Conditions of Agreement, Section 5.06, Page 17 for description. 01-05 TIME OF COMPLETION The work shall be completed within the number of ' calendar days stated in the Proposal. The time shall begin from the date of the Agreement, or the date of the Notice to Proceed, whichever is ' latest. 01-06 OWNER ' The Owner shall be the party of parties named in the Notice to Contractor. S-1 ' 01-07 LOCATION The location of work shall be as mentioned in ' the Notice to Contractor and as indicated on the Plans. tSECTION 02 - SPECIAL CONSIDERATIONS 02-01 CROSSING UTILITIES ' Prior to commencing construction, it shall be the Contractor's responsibility to make arrange- ments with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain util- ity companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02-02 "AS-BUILT" DRAWINGS The Contractor shall mark all changes and revi- sions on all of his copies of the working draw- ings. Upon completion of the Project and prior to final acceptance and payment, the Contractor ' shall deliver this correctly marked set of draw- ings to the Engineer. 02-03 LANDS FOR WORK Owner provides, as indicated on Drawings, land upon which work is to be done, rights-of-way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction opera- tions, temporary construction facilities, or for storage of materials. 02-04 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. S-2 t 02-05 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workman- ship or materials for a period of one year from date of acceptance by City Council of Final ' Estimate. Upon notice from Owner, repair de- fects in all construction which develop during specified period at no cost to Owner. Neither ' final acceptance nor final payment nor any pro- vision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Fail- ure to repair or replace defect upon notice en- titles owner to repair or replace same and reco- ver reasonable cost thereof from Contractor. 02-06 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on ' Plans, present obstructions to grade and align- ment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or ' other obstructions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities ' which hinder progress of work. 02-07 MINIMUM WAGE SCALE ' Wage rates paid for highway-heavy construction and paving and utilities incidental to general ' building construction in Zone 8 which includes Williamson County, Texas, in accordance with the latest revisions thereof. 02-08 LIMIT OF FINANCIAL RESOURCES The City of Round Rock has a limited amount of ' financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and/or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. S-3 Contractor shall be entitled to no claim for damages for anticipated profits on any portion of work that may be omitted. At any time during ' the duration of this contract, the Owner reserv- es the right to omit any work from this con- tract. Unit prices for all items previously ' approved in this contract shall be used to delete or add work per change order. ' 02-09 CONSTRUCTION INSPECTION The Owner shall provide an inspector to review the quality of materials and workmanship. 02-10 LIMITS OF WORK AND PAYMENT t It shall be the obligation of the contractor to complete all work included in this contract, so authorized by the Owner, as shown on the draw- ings or described in the contract documents and technical specifications. All items of con- struction not specifically paid for in the bid schedule shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. ' 02-11 EXCERPTS FROM TEXAS WATER CODE ' The following excerpts from the Texas Water Code are hereby made a part of this contract. In the event there are any conflicts between these re- quirements and requirements of these Specifica- tions, these excerpts will govern. Construction Contract Requirements: The governing body of each political subdivision receiving financial assistance from the board shall require in all contracts for the construc- tion of a project: (1) that payment be made in partial payments as ' the work progresses; (2) that each partial payment shall not exceed ' 90 percent of the amount due at the time of the payment as shown by the Engineer of the project; and 1 (3) that payment of the 10 percent remaining due upon completion of the contract shall be made only after: S-4 ' (A) approval by the Engineer for the poli- tical subdivision as required under the bond proceedings; and (S) certification by the board that the work to be done under the contract has ' been completed and performed in a sat- isfactory manner and in accordance with sound engineering principles and practices. Filing Construction Contract: The political subdivision shall file with the department a certified copy of each construction contract it enters into for the construction of ' all or part of a project. Each contract shall contain or have attached to it the specifica- tions, plans and details of all work included in the contract. Inspection of Projects: ' (a) The department may inspect the construction of a project at any time to assure that: ' (1) the contractor is substantially com- plying with the engineering plans of the project as submitted when approval ' of the feasibility of the project was sought; and (2) the contractor is constructing the ' project in accordance with sound engi- neering principles. (b) Inspection of a project by the department does not subject the state to any civil liability. ' Alteration of Plans: After board approval of engineering plans, a ' political subdivision may not make any substan- tial or material alteration in the plans unless the board authorizes the alteration. Certificate of Approval: ' The board may consider the following as grounds for refusal to give a certificate of approval for any construction contract: S-5 t (1) failure to construct the project according to the plans as the board approved them or altered with the board's approval; ' (2) failure to construct the works in accordance with sound engineering ' principles; or (3) failure to comply with any term of the con- tract. SECTION 03 - INSURANCE ' 03-01 Insurance policies must be obtained by the Con- tractor or separate endorsement obtained to his existing insurance policies on projects that ' involve special hazards, such as blasting, exca- vation on public properties, etc. ' The principal types of insurance which will be necessary are: Public Liability and_ Property Damage to protect ' t e Contractor, any of his s�actors and the Owner against claims arising from personal injury, including accidental death, as well as ' claims for property damage. The amount for liability is $100,000/$300,000. ' The amount of property damage will depend upon the magnitude and nature of the project. Automobile and Truck Public Liability and Pro- ' perty Damage to protect the same in ivi ua s as in icated under Public Liability and Property Damage above, and in the same amounts for lia- bility. Worker's Compensation and Employer's Liability ' Builder's Risk Insurance is necessary to cover loss of or damage to the7 thebuilding materials while the project is under construction. The Contractor shall supply to the Owner a Cer- tificate of Insurance, on a form supplied by the ' insurance companies or a form similar to the attached samples from the Contractor prior to the start of work. ' S-6 1 1 1 ' TECHNICAL SPECIFICATIONS 1 t 1 1 1 ' ITEM NO. 1 - EARTHWORK AND STRUCTURAL FILL 1.1 DESCRIPTION This work consists of furnishing all labor, equipment, materials, and of performing all operations in ' connection with the clearing and excavation, for which the limits are shown on the Plans. 1.2 CLEARING The site indicated on the drawings shall be cleared of all obstructions within the proposed area to be ' fenced which will interfere with the construction operations. Branches and limbs of trees (larger than 3" trunk diameter at base) within the proposed area to be fenced may be trimmed up ' to allow for the installation of the proposed facilities. 1.3 EXCAVATION ' The excavation shall conform to the dimensions and elevations indicated on the drawings for the structures, except as specified below, and shall include trenching for ' utility systems as shown on the project plans and all inci- dental work thereto. Excavations shall extend a sufficient distance from footings to allow for placing and removal of ' forms and for inspection, except where concrete for the foot- ings is authorized to be deposited directly against excavated surfaces, undercutting will not be permitted. Material re- quired for fills as approved by the Engineer in accordance with 1.4(d) of this Item and shall be furnished by the Con- tractor. ' 1.4 MATERIALS (a) Topsoil - As noted on the Plans shall be 1 required. Final gra ing furnished shall be completed by the Contractor. ' (b) Excess Material - Excess material from ex- cavation, not required or unsuitable for backfill, shall be hauled and disposed of by the Contractor. The Contractor shall make arrangements for a disposal site. (c) Borrow Material - Borrow material shall be selected to meet the requirements and conditions for the par- ticular fill or backfill for which it is to be used as ap- proved by the Engineer. The acquisition and purchase of required borrow material shall be the responsibility of the ' Contractor. ' 1:1 ' (d) Pervious Material - Pit run gravel, crushed rock or other approved granular materials shall be used as a fill under slabs and other areas indicated on the drawings as ' compacted non-expansive material or select fill. (e) A polyfilm liner shall be placed between ' the concrete and subgrade material. 1.5 FILLING ' Where concrete slabs are placed on earth, all loam and organic or other undesirable material shall be re- moved. Each layer of low plasticity fill material shall be ' uniformly spread, moistened as required, and then compacted to at least 958 of the maximum density as determined by the procedure of ASTM D698. Compaction shall be done by a power roller or other manner approved by the Engineer. The sub- grade shall be brought to a reasonable true and even plane. ' 1.6 DRAINAGE Earthwork shall be accomplished in such a manner that the entire site will be continually and effectively drained. Grading shall be done to direct drainage away from slabs, foundations, roads and structures. Low areas shall be filled to prevent ponding of water. Final grading with top ' soil furnished as noted on the Plans by the Contractor. 1.7 MEASUREMENT AND PAYMENT ' Measurement and payment for all site work shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. 1 1:2 1 ' ITEM NO. 2 - CONCRETE 2.1 GENERAL Concrete consisting of portland cement, concrete ag- gregate, sand and water will be designated by a sym- bol consisting of a number, a letter and a number. The first number will be the number of sacks of cement per cubic yard, and the last number the com- pressive strength at 28 days expressed in pounds per square inch. A sack of cement shall be defined as 94 pounds. The concrete shall be 6.0-4000 unless otherwise specified. Compressive strength tests ' where specified herein, shall be performed in accor- dance with ASTM C-39. ' The Contractor shall be responsible for providing the mix design to the Engineer for approval. 2.2 SCOPE This section of the specifications shall include all labor and materials to construct all concrete work ' as shown on drawings, herein specified, or both in- cluding the following: ' All footings, slabs, floors, walls, beams, supports, walks, pedestals, curbs, vaults and other concrete items, complete with metal reinforcement. tAll concrete finishes and textures. All formwork, formwork supports, formwork coatings ' and soaking, screens and levels required, and form- work removal. ' Installing all inserts, grounds, dowels, blocks, sleeves and anchors, and safety threads as shown and/or specified in this or other sections. ' Slab waterproofing. 2.3 PORTLAND CEMENT ' All cement to be used or furnished shall be Type I, portland cement, conforming to ASTM C-150 unless ' otherwise specified. The Contractor shall furnish a certificate of compliance signed by the manufacturer identifying the cement and stating that the cement delivered conforms to ASTM C-150. 2:1 1 ' Whenever suitable facilities, approved by the Engi- neer, are available for handling and weighing bulk cement, such facilities shall be used. Otherwise, the cement shall be delivered in original unopened sacks that have been filled by the manufacturer. They shall be.plainly marked with the manufacturer's ' name or brand and cement type. Each sack shall con- tain 94 pounds of cement. ' Cement shall be stored in such a manner as to permit ready access for the purpose of inspection and sam- pling, and suitably protected against contamination or moisture. Should any cement show evidence of ' contamination, or be otherwise unsuitable, it shall not be used. ' All portland cement used in concrete for any indivi- dual structure shall be of the same brand and type unless otherwise approved by the Engineer. 2.4 AGGREGATES Aggregates shall be sand and concrete aggregates ' conforming to the requirements prescribed in ASTM C-33 coarse aggregate gradation size number 467, and shall be approved by the Engineer prior to use. ' They shall meet the grading requirements of this subsection. ' Methods of handling materials resulting in segrega- tion, degradation or the combining of materials which result in any stockpile failing to meet speci- fications, shall not be permitted. Aggregates which are found to have a silica-released to alkali-reduced ratio greater than one, when test- ed in accordance with ASTM C289, may be used only when approved by the Engineer and provided low- alkali cement is used. 2.5 WATER Water used for concrete shall be clear and free from ' oil, vegetable matter and other deleterious substan- ces. Water shall not contain an amount of impurities that will cause a change in the time of setting of ' portland cement of more than 25 percent nor a reduc- tion in the compressive strength of mortar at four- teen days of more than 5 percent compared to results obtained with distilled water. 2:2 t ' In conventionally reinforced concrete work, water shall not contain more than 1,000 ppm of chlorides calculated as Cl, nor more than 1,000 ppm of sul- fates calculated as 504. In non-reinforced concrete work, water shall not ' contain more than 2,000 ppm of chlorides calculated as Cl, no more than 1,500 ppm of sulfates calculated as 5O4. ' 2.6 ADMIXTURES Air entrainment shall be required on exposed plant ' walls or as directed by the Engineer. The air con- tent shall not be less than 3% nor more than 6%. Admixture shall conform to ASTM C-260. Test shall ' be conducted in accordance with C-231, 233 or 173. Water reducer-set retarder admixture shall be used when average daily mean temperature is 75°F. or more ' per ASTM C-494. No other admixtures of any type shall be used unless authorized by the Engineer. When an admixture is ' permitted or specified, it shall be measured accu- rately into each batch or load in liquid form by a mechanical dispensing device and method approved by the Engineer. 2.7 PROPORTIONING ' Aggregates and cement shall be proportioned by weight. Proportioning shall consist of combining the aggre- gates, each stored in a separate bin in the various gradations prescribed, with cement and water. Weigh ' hoppers shall be charged from bins located directly over them or from conveyor belts. When conveyor belts are used, there shall be a separate belt for each size aggregate. There shall be an approved ' moisture meter installed to indicate the moisture in the sand. ' Bulk cement shall be weighed in an individual hopper and shall be kept separate from the aggregates until the batch ingredients are discharged into the mixer ' drum. The cement hopper shall be attached to a separate scale for individual weighing. 1 ' 2:3 ' The amount of water to be added to the mixture shall be measured and discharged rapidly into the mixing drum through a valve with a positive cut-off. When ' water is measured by weight it shall be weighed on a separate scale. ' All weighing or metering devices, except moisture meters, used for proportioning materials shall be accurate to within one percent. They shall be seal- ed and certified by the recognized, legal Sealer of Weights and Measures. These certifications shall be dated within the past 12 months and shall be renewed whenever required by the Engineer. The moisture ' meter shall be accurate to within 1/2 of one percent moisture. Whenever portable bunkers are set up at a new location, the scale assemblies shall be inspect- ed and certified regardless of the date the scales were last tested. ' Scales utilized in proportioning shall be either springless dial or multiple beam type. Scale gradu- ations shall be no greater than the following: ' Aggregate Scales 25 lbs. Cement Scales 5 lbs. Water Scales 5 lbs. ' All scales shall be of such size and so arranged that they may be read easily from the operator's platform. If a multiple beam type scale is used, the scale shall be provided with an indicator oper- ated by the main beam which will give positive visi- ble evidence of over or under weight. The indicator ' shall be so designed that it will operate during the addition of the last 400 pounds of any weighing. The over travel of the indicator hand shall be at ' least one-third of the loading travel. Indicators shall be enclosed against moisture and dust. Weighing equipment shall be insulated against vibra- tion and movement of other operating equipment in the plant. when the entire plant is running, the scale reading at cut-off shall not vary from the weight designated by the Engineer by more than one percent (18) for cement, one percent (18) for water, one and one-half percent (1-1/28) for any size of ' aggregate, nor one percent (18) for the total aggre- gate in any batch. 1 ' 2:4 ' 2.8 MIXING Machine mixing will be required in all cases other ' than those in which it would obviously prove to be impractical, in which event hand mixing will be per- mitted. Mixing shall be commenced as soon as possi- ble after the cement is placed in contact with the aggregates, but in no event shall the intervening period exceed 30 minutes. ' All concrete mixers shall be of such design and con- struction and so operated as to provide a thoroughly and properly mixed concrete in which the ingredients are uniformly distributed. Mixers shall be main- tained in proper and serviceable working condition and any part or portion thereof that is out of or- der, or becomes worn to such extent as to detrimen- tally affect the quality of mixing, shall be prompt- ly repaired or replaced. ' 2.9 CONCRETE CONSISTENCY The amount of water added at the mixer shall be re- gulated to take into account the free water in the aggregates. Free water is defined as the total water minus the water absorbed by the aggregate in a ' saturated surface-dry condition. The amount of water used in the mixture shall not ' exceed the minimum amount necessary to permit prac- tical placement and consolidation of the concrete, and unless otherwise authorized by the Engineer, shall be that required to produce concrete with a ' slump within the range shown as nominal in the fol- lowing table: t Type of Work Nominal Slump Maximum Slump (inches) (inches) Concrete Pavement 0-2 3 ' Non-reinforced Concrete 0-3 4 Reinforced Concrete Structures ' Heavy Sections 0-3 5 Thin Sections & Columns 0-4 6 Concrete Placed under tWater 6-8 9 ' 2:5 1 ' The concrete used in the work shall not have a slump greater than that shown as maximum above, nor a free water content greater than 312 pounds per cubic yard tof concrete. When adverse or difficult conditions affect the placement of concrete, the Engineer may authorize a greater slump to be used, provided both the water and cement are increased. Water shall be added at a ' ratio not to exceed 30 pounds per sack of added cement per cubic yard of concrete, and such addi- tional water and cement shall be at the Contractor's expense. ' The consistency of concrete shall be determined in accordance with ASTM C-143. ' If slump tests of individual samples taken at appro- ximately the 1/4 and 3/4 points of the discharge differ by more than two inches (2"), the mixer will not be acceptable for further use until the condi- tion is corrected. 2.10 TRANSIT MIXERS The type, capacity, and manner of operation of the ' mixing and transporting equipment for ready-mix con- crete shall conform to the current ASTM C-94 stan- dard; "Standards for Operation of Truck Mixers and Agitators of the National Ready-Mixed Concrete Asso- ciation" and the "Truck Mixer and Agitators Stan- dards of the Truck Mixer Manufacturers Bureau". Transit mix concrete trucks shall be equipped with an automatic device for recording the number of revolutions of the drum during the mixing period. Each mixer and agitator shall have attached thereto in a prominent place, a metal plate or plates, in- stalled by the manufacturer on which is plainly marked the capacity of the drum in terms of the volume of mixed concrete and the speed of rotation for the agitating and mixing speeds of the mixing drum or blades. ' Each mixer shall have an identification number painted on the truck in such a location that it can be easily read from the batching platform. ' The total volume of materials introduced into the mixer shall not exceed the manufacturer's guaranteed mixing capacity. If the concrete so mixed does not ' 2:6 meet the uniformity requirements of this subsection, the amount of materials charged into the mixer shall be reduced. The drum of the mixer shall be completely emptied of any previously mixed load. The proper proportions of aggregate, cement, and water for each load of concrete shall be placed in the mixer and shall be mixed therein for not less than 70 nor more than 100 revolutions of the drum or blades at the speed de- signated by the manufacturer of the equipment as mixing speed. Additional revolutions of the drum shall be at the speed designated by the manufacturer ' of the equipment as agitating speed. The revolving of the drum shall be continuous until the concrete is completely emptied from the drum. ' When concrete is being placed for concrete struc- tures, all wash water shall be emptied from the mix- er before any portion of the succeeding load is ' placed therein. For all other work, the mixer shall be empty or may carry 10 gallons of water in the drum. Adequate control of ready-mixed concrete will ' normally require that additional water be added and mixed into the batch at the point of discharge. Water so added shall be mixed into the load for a ' minimum mixing time of three (3) minutes. Water shall not be added to the load during transit. The total elapsed time between the addition of water at the batch plant and discharging the completed mix shall not exceed 90 minutes. Under conditions con- tributing to quick setting, the total elapse time permitted may be reduced by the Engineer. The Engineer shall be provided with a legible certi- fied weighmaster's certificate which shall contain the following information: Name of vendor ' Name of contractor Number of cubic yards in the load Actual weights of cement and of each size of ' aggregate Amount of water added at the plant Amount of water in the aggregate Brand and type of cement Brand and amount of admixture Time and date of batching 2:7 1 Space shall be provided on the certificate so that amount of water added on the job may be indicated. 2.11 HAND MIXING Hand mixed concrete shall be mixed on a water-tight ' platform or in a mortar box in batches not to exceed 1/3 cubic yard each. The aggregates shall first be spread in a uniform layer over which the required ' quantity of cement shall be evenly distributed. The entire batch shall be turned with shovels until the ingredients are thoroughly blended before adding the water. After adding the proper amount of water, the batch shall again be turned with shovels until a uniform consistency is obtained. Methods of hand mixing which allow the loss of mixing water will not be permitted. 2.12 TRANSPORTING BATCHED MATERIALS AND MIXED CONCRETE ' The compartments of trucks or other equipment used for the purpose of transporting proportioned dry ag- gregate and cement, or mixed concrete, shall be suitably constructed to adequately protect and pre- vent loss or leakage of the contents during charg- ing, transit or discharging. ' 2.13 STEEL REINFORCEMENT FOR CONCRETE 2.13.1 General The following specifications set forth the require- ments for bar, wire, and wire mesh reinforcement. The reinforcement shall conform accurately to the dimensions and details indicated on the plans or otherwise prescribed. Before being placed in any concrete work, it shall be cleaned thoroughly of all rust, mill scale, mortar, oil, dirt, or coating of any character which would be likely to destroy, re- duce, or impair its proper bonding with the con- crete. 2.13.2 Reinforcing Steel Unless otherwise specified, reinforcing steel shall be Grade 60 billet steel conforming to ASTM A-615. Varying grades shall not be used interchangeably in structures. 2:8 ' Steel bending processes shall conform to the re- quirements of ACI-318. ' Bending or straightening shall be accomplished so that the steel will not be damaged. Kinked bars shall not be used. ' 2.13.3 Wire Reinforcement ' Wire reinforcement shall in all respects fulfill re- quirements prescribed in ASTM A-82. 2.13.4 Wire Mesh Reinforcement Mesh reinforcement shall conform to ASTM A-185. The gauge of the wire and the dimensions of the mesh will be specified in the special provisions or shown on the plans. The wire mesh reinforcement shall be so constructed as to retain its original shape and form during the necessary handling. The effective cross-sectional area of the wire shall be equal to that specified or indicated on the plans. ' 2.14 EXPANSION JOINT FILLER AND JOINT SEALANTS 2.14.1 General ' This section specifies joint fillers and sealants to be used for treating joints in portland cement con- crete. 2.14.2 Premolded Joint Filler ' Premolded joint filler material shall consist of premolded strips of a durable resilient material. Unless otherwise specified, premolded joint filler ' shall be one of the following types: Preformed Ex- pansion Joint Filler (Bituminous Type) ASTM D-994, Non-extruding and Resilient Filler (Bituminous Type) ASTM D-1751, or Non-extruding and Resilient Filler (Non-bituminous Type) ASTM D-1752. 2.14.3 Asphalt-Latex Emulsion Joint Sealant ' Asphalt-latex emulsion joint sealant shall be de- signed for mixing and application by hand methods 1 and shall be suitable for use at temperatures above 50"F. The sealing compound shall be an emulsion consisting of approved paving asphalt, emulsified with rubber latex in the presence of a suitable ' 2:9 1 emulsifying agent. Rubber latex shall be natural rubber or synthetic latex containing approximately 408 solids. The resulting emulsion shall consist of a minimum of 558 paving asphalt and a minimum of 368 rubber latex. A setting agent shall be provided in the form of a paste to be added at the rate of approximately 3 fluid ounces per gallon of emulsion. ' The joint sealant shall comply with the following requirements: t 1 2:10 ' ASPHALT-LATEX EMULSION JOINT SEALANT Test Method Determination No. Requirements Remarks Furol Visco- ASTM 0-250 Sec. Before adding setting sity at 77°F D-88 agent. __ Sieve Test ASTM 18 Max. Be ore adding setting D-244 agent. I Penetration Calif. 50-150 Immediately after mixing, at 77.F 418 pour material into a 6-oz. deep ointment can. Allow specimen to stand in air ' at a temperature of 77°F + 2°F for a period of 24-hrs. Then penetrate with a grease cone under a total load of 150 grams in accor- dance with ASTM D-217. Elasticity (1) Calif. 708 Min. Immediately after mixing, 418 pour material into ducti- lity clips. Cure for 24- hrs. at 115"F + 2°F. Test ' specimen in modified ducti- lity mold per test method Total Solids Calif. 708 Min. Place 3 to 5 grams freshly (2) 418 mixed material in an alumi- num pan and dehydrate in suitable oven maintained at a temperature of 200°F ' + 3°F for a period of 3- Firs. Setting Time Calif. 60 Min. Max. Pour material into a 6-oz. ' (2) 418 deep ointment can. Check penetration each 15-min. Record time when penetra- tion is less than 200. (1) Mixing ratio of Material: to 200 g. of emulsion component add 10 + 0.1 g. of sodium fluosilicate powder. (2) Mixing ratio of Material: to 8 fluid ounces of emulsion component add 12 ml. of setting agent component. 2.14.4 Application Immediately before applying the joint sealant, the joint shall be thoroughly cleaned by abrasive blast- ing or other approved means to remove all mortar, laitance, scale, dirt, dust, oil, curing compounds and other foreign material. The joint shall be blown out with high pressure compressed air to re- move all residue. ' 2:11 At the time of applying the joint sealant, the joint shall be surface dry, and acceptable to the Engi- neer. No sealant shall be placed during unsuitable weather or when the atmospheric temperature is below 50°F, or when weather conditions indicate that the temperature may fall below 32°F within 24-hours. ' The joint shall be filled from the bottom to the top without formation of voids. The top of the finished joint seal shall be between 1/4-inch and 3/8-inch ' below the finish surface. At no time shall the emulsion be subjected to a tem- perature below 40°F. Prior to application, the joint sealant may be warmed if necessary to permit proper filling of the joints. The heating shall be t carefully controlled to avoid overheating of any part of the container or mixture and under no cir- cumstances shall the emulsion be heated to a temper- ature greater than 130°F. Immediately before applying the sealant, the emul- sion shall be mixed with the proper amount of paste setting agent. The components shall be mixed, pre- ferably with a power mixer, for 5-minutes to produce a homogeneous material. ' 2.14.5 Concrete Curing Compound Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the ex- posed surfaces of the concrete. Mats and poly- plastic sheets may be used. The membrane may be either asphaltic or paraffin ' derivatives to which other water-proofing materials may have been added. Concrete curing compounds shall be clear or translucent with red fugitive dye. Curing time shall be a minimum of five (5) ' days with temperature above 50°F. Curing compound shall be non-toxic and taste and odor free. ' 2.14.6 Form Coating All form work to be required shall be coated with an ' approved resin based material applied according to the manufacturer's directions. Form coating shall be non-toxic after 30-days. ' 2:12 ' 2.14.7 Water-Stops Water-stops shall be provided where shown on the Plans and shall be a minimum height of six inches, a minimum thickness of 3/8", be of polyvinyl chloride material and shall be approved by the Engineer. All water-stop joints shall be welded according to the manufacturer's recommendations. ' 2.14.8 Grout Grout for patching of honeycombs, she bolt holes, spalls, etc. or where approved by the Engineer shall be "Thorite" as manufactured by Standard Dry Wall Products of Miami, Florida. Grout used in setting machinery and equipment shall be "Thoroset" Metallic Compound worked in under the machinery bases in such a manner as to preclude ' voids of pockets under the metal base. The edges shall be neatly finished to give a neat appearance. Concrete surfaces shall be roughened and cleaned before the grout is placed. Mix compound with ' cement, sand, and gravel per manufacturer's specifi- cations. "Thoroset" shall be as manufactured by Standard Dry Wall Products, Miami, Florida. ' 2.15 CONCRETE CONSTRUCTION 2.15.1 General Concrete chambers, vaults, walls, structural slabs, footings, foundations and similar structures shall be constructed in conformity with the plans and this sub-section. Concrete for use in work constructed under this Section shall conform to the requirements ' herein. Safe and suitable ladders shall be provided to per- mit access to all portions of the work. The compressive strength of the concrete referred to in this section will be based on the results of two ' tests from 6" X 12" concrete test cylinders made and tested by the Engineer in accordance with ASTM C-31 and C-39. The cylinders shall be cured in accordance with ASTM C-31. ' 2:13 ' 2.15.2 Subgrade for Concrete Structures Earth subgrade upon which concrete is placed shall be firm and free from water. Ground water shall be kept below subgrade until the concrete has set. When the subgrade is in dry earth, it shall be tho- roughly dampened with water to ensure that no mois- ture will be absorbed from the fresh concrete. ' When the design details for the project provide for the construction of filter or drain material con- sisting of gravel (or combination of gravel and sand), which material will be subgrade for concrete, ' the placing of steel reinforcement and placement of concrete shall follow the installation of the filter or drain material as closely as practical. The fil- ter or drain material shall be kept de-watered to the extent necessary to prevent any portion of con- crete materials being deposited in water. t When the concrete is to be deposited on rock, the rock shall be fully uncovered, cleaned, and its sur- face shall be removed to a depth sufficient to ex- pose sound rock. Bedrock shall be roughly leveled- off or cut to approximately horizontal and vertical steps. Seams in the rock shall be grouted under ' pressure or otherwise treated as the Engineer may direct. 2.15.3 Forms Forms shall be of suitable material and of a type, size, shape, quality, and strength to ensure con- struction as designed. The forms shall be true to line and grade, mortar tight, and sufficiently rigid to resist deflection during placing of the concrete. ' The responsibility for their adequacy shall rest with the Contractor. All dirt, chips, sawdust, nails and other foreign matter shall be completely removed from forms before any concrete is deposited therein. The surfaces of forms shall be smooth and free from irregularities, dents, sags and holes that would deface the finished surfaces. Forms previous- ly used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being re-used. ' 2:14 ' Before concrete is placed in forms, all inside surfaces of the forms shall be thoroughly treated with releasing agent as specified herein. Care shall be exercised that no releasing agent is deposited on previously placed concrete. Forms for all surfaces that will not be completely enclosed or hidden below the permanent surface of the ground shall be made of surfaced lumber, or material which will provide a surface at least equal ' to surfaced lumber or plywood. Any lumber or mate- rial which becomes badly checked or warped, prior to placing concrete, shall not be used. Forms for all exposed surfaces shall be constructed of plywood or an approved equal. Plywood for forms ' shall be Exterior Type, of the grade "Concrete-Form Exterior", conforming to the specifications of the U. S. Department of Commerce, National Bureau of Standards, Commercial Standards, latest edition. ' Plywood shall be furnished and placed in 48 inch widths and in uniform lengths of not less than 96 inches, except where the dimension of the member ' formed is less than the specified panel dimension. Plywood shall be placed with the grain of the outer ' plies in the direction of the longest span. Where plywood is attached directly to the studs or joists, the panels shall be not less than 5/8 inch thick, and the studs or joists shall be spaced not more ' than 12 inches, center-to-center. Plywood less than 5/8 inch thick, otherwise conforming to the require- ments specified herein, may be used with a contin- uous backing of 3/4 inch sheeting. All form panels shall be placed in a neat symmetrical pattern with the horizontal joists level and continuous. All ' joints shall be filled with an approved quick-set- ting compound and finished flush with the interior of the form. 1 Wooden forms for copings and curbs shall have a thickness of not less than 1-5/8 inches and a width of not less than the full depth of coping or curb. tUnless otherwise shown on the plans, all sharp edges shall be chamfered with 3/4 inch by 3/4 inch trian- gular fillets. Forms for curved surfaces shall be so constructed and placed that the finished surface will not deviate from the arc of the curve by more than the tolerance shown on the Plans. t ' 2:15 ' Forms shall be so constructed that portions, where finishing is required, may be removed without dis- turbing portions of forms to remain in place. 1 Forms for girders and slabs shall be cambered as may be required by the Engineer. ' Forms shall, as far as practicable, be so construct- ed that the form marks will conform to the general ' line of the structure. Form clamps or bolts, approved by the Engineer, shall be used to fasten forms. The use of twisted ' wire loop ties to hold forms in position will not be permitted, nor shall wooden spreaders be used unless authorized by the Engineer. Clamps or bolts shall ' be of sufficient strength and number to prevent spreading of the forms. They shall be the break-off type so that they can be entirely removed or cut back 1 inch below the finished surface of the con- crete. All forms for outside surfaces shall be con- structed with stiff wales at right angles to the studs, and all form clamps or bolts shall extend 1 through and fasten such wales. Form work shall be approved prior to placement of ' concrete in the form. 2.15.4 Removal of Forms ' The periods of time for form removal set forth here- in are permissive only and subject to the Contractor assuming all risks that may be involved. The time periods are minimum with no allowance therein for external loads. At times of low temperature, or other adverse conditions, the Engineer may require the forms to be kept in place for longer periods of time. ' The time periods are predicated on the use of con- crete to which no admixtures have been added. No forms shall be removed until approval of Engineer ' is obtained. Forms shall be stripped after the re- quired time and projecting wire snapped off. Remov- al shall not proceed faster than the required fin- ishing procedure can be completed. Vertical forms shall not be disturbed for at least ' twenty-four (24) hours after last concrete in walls is placed, except as authorized by the Engineer. 2:16 1 1 ' Formsshall remain in place a minimum of twenty-four (24) hours and be removed only after Engineer's approval. ' 2.15.5 Falsework All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstruc- ture shall be designed to support the loads that ' would be imposed if the entire superstructure were placed at one time. All falsework, staging, walkways, forms, ladders, cofferdams, and similar accessories shall equal or exceed the minimum requirements of the State Divi- sion of Industrial Safety. Compliance with such requirements shall not relieve the Contractor from full responsibility for the adequacy of safety mea- sures. 2.15.6 Placing Reinforcement ' Before placing reinforcing steel, the Contractor shall submit a reinforcing steel placing plan for approval of the Engineer. ' Reinforcing bars shall be accurately placed as shown on the plans and shall be firmly and securely held in position in accordance with Concrete Reinforcing ' Steel Institute "Recommended Practice for Placing Reinforcing Bars", and by using concrete or metal chairs, spacers, metal hangers, supporting wires and I other approved devices of sufficient strength to resist crushing under full load. Metal chairs which extend to the surface of the concrete (except where shown on the plans) and wooden supports, shall not be used. Placing bars on layers of fresh concrete as the work ' progresses and adjusting bars during the placing of concrete will not be permitted. Before placing in the forms, all reinforcing steel shall be cleaned ' thoroughly of mortar, oil, dirt, loose mill scale, loose or thick rust, and coatings of any character that would destroy or reduce the bond. No concrete ' shall be deposited until the placing of the rein- forcing steel has been inspected and approved. 1 2:17 1 2.15.7 Splicing Splices of bars shall be made only where shown on the plans or as approved by the Engineer. Where bars are spliced, they shall be lapped at least 36 diameters, unless otherwise shown on the plans. Splicing shall be accomplished by placing the bars in contact with each other and wiring them togeth- er. Welding of reinforcing steel will not be permitted unless specifically authorized by the Engineer. 2.15.8 Bending Reinforcement Bends and hooks in bars shall be made in the manner prescribed in the "Manual of Standard Practice" of the American Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the material. Bars with kinks or unspecified bends shall not be used. ' 2.15.9 Welded Wire Fabric Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position after the concrete is placed but still plastic. t2.15.10 Placing Concrete, General ' Concrete shall be conveyed, deposited and consoli- dated by any method which will preclude the segrega- tion or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent t segregation, chutes shall be provided with baffle boards or a reversed section at the outlet. Where a sequence for placing concrete is shown on the plans, no deviation will be permitted unless approved in writing by the Engineer. ' Before depositing concrete, all debris, spreaders, etc., shall be removed from the space to be occupied 2:18 t by the concrete and forms shall be thoroughly wet- ted. All freestanding water shall be removed. Reinforcing steel and form shall be free of scale, ' oil film, hardened concrete. Formwork shall have specified coatings. t Concrete shall be deposited as rapidly and as near as practicable in its final position, and shall not be caused to flow in a manner to permit or cause ' segregation. Runways shall be provided so that wheelbarrows or buggies containing concrete will not run over reinforcing steel or planks resting on steel. Just before placing new concrete on old con- crete in walls, a modified grout consisting of the same mix as the concrete minus one-half of the coarse aggregates shall be deposited to a depth of ' six (6) inches before placing the regular concrete mix. Concrete shall be worked and vibrated mechani- cally with suitable appliances until it closes snug- ly against all surfaces and is in perfect and com- plete contact with all embedded reinforcement and other metals. t Horizontal construction joints shall have a slurry coating of 1-part cement and 3-parts of sand mixed with a solution of 1-part "Acryl 60" to 3-parts of ' water prior to placing modified 6-inch mix noted above. This slurry shall be applied by pumping or other means to assure that about 1/2-inch thick ' coating of the slurry shall cover the surface of the joint. The 6-inch thick modified mix noted in the above paragraph shall follow not more than 60 min- utes later. "Acryl 60" shall be as manufactured by ' Standard Wall Products, Miami, Florida. 2.15.11 Notification ' The Contractor shall give the Engineer written notice of at least 24-hours in advance of placing ' concrete in any part of the work so that the Engi- neer may make final inspection of the preparations of the location fr such placing. No concrete shall be placed except in the presence of the Engineer. ' 2.15.12 Construction Joints t Construction joints shall be placed only in posi- tions approved by Engineer or as indicated on draw- ings. Exposed concrete face of construction joints ' shall be kept continuously wet from time of initial ' 2:19 1 ' set until pouring of new concrete against it. The contact surface shall be thoroughly cleaned by chip- ping the entire surface not earlier than 8 days ' after the first pour or jet washing the surface, not less than 3-1/2 nor more than 6-1/2 hours after the concrete is placed, or by sandblasting. The joint ' surface shall consist of clean aggregate solidly embedded in the mortar matrix. All wash water shall be entirely removed from the surface. All construc- tion joints in waterbearing tanks, except joints above water level, shall have "waterstops" install- ed; also, any additional ones shown on drawings. All waterstop splices, joints, corners, or intersec- tions shall be welded. Watertight concrete is required for all submerged t structures and waterbearing structures. Any cracks or imperfections developing at any point shall be repaired to the satisfaction of the Engineer. ' Where concrete construction is proposed to be ex- tended at a later date, the walls and floors shall be stubbed 24-inches. The contractor shall supply, ' and cast-in, screwed insert anchors with protective plugs in the face of the stub walls and floors. The contractor shall supply the Owner with the screw-in ' re-bar connectors, compatible with the insert anchor, for use when the construction is extended. ' 2.15.13 Slabs Subgrade shall be in form as shown on drawings to receive slab concrete. Slabs shall be poured in one ' continuous operation between expansion joints. 2.15.14 Walls ' Walls shall be poured in horizontal layers not to exceed 18" thickness in such a manner that prevents ' segregation of constituents or accumulation of hard- ened concrete on the forms or metal reinforcement above the level of the concrete. Total height of any one pour shall not exceed 12'0". Free fall of t concrete into wall forms shall not excess 410" with- out the use of pipes or tremies. Pipes and tremies shall be at least 6 inches in diameter. ' 2.15.15 Depositing ' To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The ' 2:20 ' use of vibrators for extensive shifting of the mass of concrete will not be permitted. Concrete that has partially hardened, has been retempered, or is ' contaminated by foreign materials shall not be depo- sited in the structure. ' Concrete shall be placed in horizontal layers inso- far as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted ' by the Engineer. Concrete shall be placed in a con- tinuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the plans. ' 2.15.16 Consolidating ' Concrete shall be thoroughly consolidated in a man- ner that will encase the reinforcement and inserts, fill the forms, and produce a surface or even tex- ture free of rock pockets and excessive voids. Structural concrete shall be consolidated by means of high frequency internal vibrators of a type, size ' and number approved by the Engineer. The location, manner and duration of the application of the vibra- tors shall be such as to secure maximum consolida- tion of the concrete without separation of the mor- tar and coarse aggregate, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the forms or reinforcing steel. The number of vibrators employed shall be sufficient ' to consolidate the concrete within 15 minutes after it has been deposited in the forms. At least two vibrators in good operating conditions shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. Approved external vibrators for consolidating con- crete will be permitted when the concrete is not accessible to internal vibration. Forms and false- work shall be designed and constructed to resist ' displacement or damage from external vibration. 2.15.17 Walkways ' Walkways and platforms shall be provided for person- nel and equipment at a level convenient for the con- crete placement and to permit the performance of all operations necessary for the completion of such work including finishing. 2:21 2.15.18 Placing Concrete Under Adverse Weather Conditions Concrete for structures shall not be placed on fro- zen ground nor shall it be mixed or placed while the atmospheric temperature is below 35°F, unless ade- quate means are employed to heat the aggregates and water, and satisfactory provisions have been made for protecting the work. ' Concrete slabs shall not be placed on frozen ground, nor shall concrete be mixed or placed when the at- mospheric temperature is below 35°F, or when condi- tions indicate that the temperature may fall to 35'F ' within 24 hours, except with the written permission of the Engineer and only after such precautionary measures for the protection of the pavement have ' been taken as he may direct. Concrete shall be effectively protected from freez- ing or frost for a period of five (5) days after placing. Concrete for structures shall not be mixed or placed ' while the atmospheric temperature is above 115°F un- less adequate means are employed to cool the aggre- gate and water and satisfactory provisions have been ' made for protecting the work. In any case, tempera- ture of the concrete as placed shall not exceed 90"F. nor be less than 50°F. ' Concrete placement shall be stopped when rainfall is sufficient to cause damage to the work. ' 2.16 FINISHING TYPES 2.16.1 General ' All finished or formed surfaces shall conform accu- rately to the shape, alignment, grades, and sections as shown on the drawings or prescribed by the Engi- neer. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, contin- uous hard surface. All sharp angles shall be round- ed or beveled. Any formed surface to be painted shall be free of any material that will be detrimen- tal to the paint. Defective work shall be treated as noted elsewhere in this specification. ' 2:22 Surfaces not true to elevation or pitched to drain, where specified, loose or roughened surfaces, and high points as noted below shall be considered to be ' defective work and shall be removed and repaired as directed by the Engineer. Top edges of walls, if not otherwise shown on the drawings, shall be finished with a three-quarter inch (3/4") chamfer edger, the flanges of which ' shall be ground to a knife edge to produce as little a burr as possible. Remaining burrs on the lower side of the finished chamfer after the form is re- moved should be rubbed off and the surface left in a ' smooth, workmanlike condition. Refer to Item No. 2.16.7 for Schedule of Finishes. ' 2.16.2 Class 1 - Steel Trowel Finish The surface shall be steel-troweled to a dense smooth finish to compact and seal the surface. Except where required to remove imperfections, a single-pass trowelling shall be applied. 2.16.3 Class 2 - Broom Finish ' The concrete surface shall first be steel troweled as specified above and before final set, the surface shall be slightly roughened by means of a broom or a burlap mat. 2.16.4 Class 3 - Ordinary Formed Surface ' As forms are removed, the Engineer shall inspect surface. Any poor joints, voids, honeycombs, or rock pockets of a minor nature deeper than 1/4 inch shall be immediately repaired by cutting back to a full solid surface in a manner to form a key for grout. Voids shall be filled with nonshrink "Tho- rite" patching plaster applied according to the manufacturer's recommendations. All fins or other undesirable projections shall be chipped back on interior or exposed surfaces. Form nails, wires, or any metallic debris shall be removed or set below the surface and patched with nonshrink "Thorite" patching plaster. "Thorite" shall be as manufactur- ed by Standard Dry Wall Products, Miami, Florida, or approved equal. ' 2:23 ' 2.16.5 Class 4 - Brush Coated for Formed Surfaces The concrete surface shall first receive the treat- ment as specified for Class 3 surface treatment. Immediately thereafter a brush coat of "Thoroseal" plus "Acryl 60" shall be applied to the surface at ' the rate of 2 pounds per square yard and worked into the minor voids. Overall effect shall be an even coating showing only brush marks. After one or two hours, depending on the ambient weather conditions, use a nylon brush with plain water to work out all brush marks. "Thoroseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equal. 2.16.6 Class 5 - Plaster Coated Formed Sufaces ' The concrete surface shall first receive the treat- ment as specified for Class 3 surface treatment. ' Immediately thereafter the surface shall receive a finish coating of "Thoroseal" plaster mix applied by trowel and finished with a rubber Thoro float to a smooth even textured surface. The "Thoroseal" plas- ter mix shall be mixed with water and "Acryl 60" according to the manufacturer's instructions. The finish coat shall be a minimum of 1/8" in thickness ' with a lightly textured grain finish. Color shall be an off-white as selected by the Engineer. "Tho- roseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or ap- proved equal. 2.16.7 Schedule of Finishes Item Surface Finish Treatment Plant Exterior, underground Gass 3 Treatment Plant Exterior, above grade Class 5 Treatment Plant Interior, above waterline Class 4 Treatment Plant Interior, below waterline Class 3 Walkways Exterior Class 2 Floor Slabs in control building plant shall be Class 2 unless otherwise noted on Drawings. ' Surfaces not specifically mentioned shall receive Class 1 or Class 3 treatment as appropriate except where otherwise approved by the Engineer. ' 2:24 ' 2.17 OPENINGS FOR INSTALLATION OF, AND PREPARATION FOR, OTHER WORK ' The Contractor's attention is directed to the fact that openings must be left in structures for the installation of mechanical equipment, piping and ' wiring and that certain mechanical and electrical appurtenances and foundation anchor bolts are to be embedded in concrete, and that some of such work is ' unavoidably omitted from the drawings. The Contractor shall examine all drawings to deter- mine the relation of concrete work with all other ' work, and shall attend to the following matters: Openings shall be left in floor and walls for ducts, ' flues, pipes, conduits, etc., required for mechani- cal, electrical, and plumbing installations. Open- ings not shown on the drawings or details shall be subject to approval by the Engineer. Any additional openings or changes in size or location of the open- ings shown on the drawings, if deemed necessary by the Engineer, shall be provided by the Contractor in ' proper time to prevent unnecessary cutting of con- crete work, and no additional payment shall be made therefor. Wood, if used for pipe holes, shall be completely removed after the concrete has set. If metal is used, it shall be removed or cut off as directed by the Engineer. After piping is install- ed, concrete shall be filled in solid between the edge of the hole and the piping, leaving clearance, where necessary, for contraction and expansion. ' Inserts: The Contractor shall organize the setting and maintaining in all correct positions, all work required to be embedded in the concrete, and fur- nished and installed as specified under other sec- tions of these specifications, including anchor bolts, anchors, electrical conduits, wood inserts ' and nailing blocks, reglets, dovetail slots, pipe sleeves, thimbles, and other work as required. Wood inserts and nailing blocks that will be concealed shall be Wolmanized, or given two (2) coats of creo- sote oil before placing in forms. Pipes other than electrical, shall not be permitted in structural concrete, except where indicated on the drawings. ' Where required in slabs, piping shall be located in center thereof. 1 ' 2:25 1 ' 2.18 DEFECTIVE WORK If the defective work is judged by the Engineer to ' be major in character or concrete does not conform with lines shown on drawings, the Contractor will be required to replace the work or repair it in a man- ner satisfactory to the Engineer at the Contractor's expense. ' 2.19 TESTS 2.19.1 General ' Testing Laboratory fees will be at the expense of the Owner. The Contractor shall cooperate and allow three (3) test cylinders to be taken for each day's ' pour of concrete or each 150 cubic yards. The in- spection of the work and the certification of the Testing Laboratory or any other body shall not re- lieve the Contractor of obligation to fulfill his contract as specified, and defective work shall be replaced and unsuitable materials may be rejected, notwithstanding that such defective work or unsuit- able materials may have been overlooked by the Engi- neer and the Testing Laboratory. ' 2.19.2 Aggregates Aggregates shall be tested before the concrete mix ' is established and, whenever the source of an aggre- gate is changed for testing, a 10 pound sample of fine aggregate and a 10 pound sample of each average quality and grading of the aggregate in question, ' shall be delivered to the Testing Laboratory in suf- ficient time to avoid delay in the work. ' 2.19.3 Cylinders One set of three (3) test cylinders shall be made ' for each day's pour of 150 cubic yards or less of each class of concrete. All testing shall be in accordance to ASTM lastest revisions thereof. ' Cylinders shall be numbered and dated and the point from which the sample was taken noted. The Owner will supply the molds. The Engineer will take sam- ples in accordance with Method for Compression Test Specimens, ASTM C-31-62T, store sample for 24-hours, and deliver them to the Testing Laborabory. Tests ' will be made at 7 day and 28 day age, in accordance with ASTM C-39-64. ' 2:26 2.19.4 Strength Should the strength of the concrete, as shown by the ' test specimens, fall below the specified value, the Engineer shall have the right to require additional curing of those portions of the structure represent- ed by control specimens which failed to show the re- quired strength. In the event that such additional curing does not give the strength required, the Engineer shall have the right to require strengthen- ing or replacement of those portions of the struc- ture which fail to develop the required strength. All extra work done as a result of any low strengths of the control specimens shall be performed at the expense of the Contractor. ' 2.20 CLEANING All slabs shall be swept clean and washed prior to ' delivery of the completed project to the Owner. 2.21 MEASUREMENT AND PAYMENT ' No separate payment for work performed under this Item. Include cost of same in Contract prices bid for item of which this work is a component part. 1 ' 2:27 ' ITEM NO. 3 - PAINTING (GENERAL) 3.1 DESCRIPTION This work consists of furnishing all labor, materials, equipment and performance of all operations re- quired to paint all structures, piping, equipment and ma- chinery which does not already have a finished paint surface or similar coating. Pre-painted equipment not matching in ' color or having paint chipped off shall be re-painted or touched up as directed by the Engineer. 3.2 MATERIALS ' The following paint materials shall be used un- less specified otherwise: ' Item to be Painted Primer Final Coat ' Ferrous metals Fed. Spec. TT-P-86a Grey (Red Lead) Exposed wood (outside) 2 coats ' Dupont Lucite (white) Metal Building Colors Selected by Owner ' 3.3 PAINTING METHODS All surfaces to be painted shall be cleaned, prepared and painted in accordance with the recommendation of the paint manufacturer. ' 3.4 CONTROL BUILDING Refer to Item 12 for Paint Specifications on ' Control Building. 3.5 MEASUREMENT AND PAYMENT Measurement and payment for painting shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. ' 3:1 SPECIAL PROVISION NO. 1 TO ITEM NO. 4 RAW PUMP CONTROL VALVES tThe Contractor shall furnish and install three (3) auto- matic pump control valves in the concrete vault at the Raw ' Water Intake System site in accordance with the Plans. The valves shall be 12" Model 60G-13AB, with a back-pressure fea- ture as manufactured by Cla-Val Company, Refer to the Bid Proposal for consideration of bids from alternate manufactur- ers of control valves. Each valve will be a globe type with 125# flanged ends and cast iron body and cover. The valve trim shall be of brass and bronze material. The valves will perform three (3) functions as follows: ' (1) Function as a check valve when pump is off. ' (2) Maintain a constant minimum back pressure by throt- tling action for controlling the pump flow rate. 1 (3) Closes off when solenoid is activated from the electrodes in the clearwell at the Water Treatment Plant via telemeter signal. Opens when solenoid is activated from the pump-on electrode in the tank. The solenoid valve will be ' rated to receive a 115 V., single phase, 60 cycle control signal and shall be explosion-proof and water-tight for sub- mersible service. RAW WATER SURGE ANTICIPATOR VALVE The Contractor shall furnish and install one (1) auto- matic surge anticipator valve in the concrete vault at the Raw Water Intake System site in accordance with the Plans. The valve shall be an 8" Model 52-03, as manufactured by the ' Cla-Val Company. Refer to the Bid Proposal for consideration of bids from alternate manufacturers of control valves. ' The valve will be a globe type with 125# flanged ends and cast iron body and cover. The valve trim shall be of brass and bronze materials. The valve will perform the following function: t (1) Valve will release pressure to atmosphere to vent pressure surges in the event of power failure. ' Special Provision No. 1 to Item No. 4 1/2 1 ITEM NO. 4 - WATER PIPELINES, FITTINGS, VALVES, AND APPURTENANCES ' 4.1 DESCRIPTION This section of the Specifications shall gov- ern for all materials incorporated in the work as pertains to construction of water pipelines and appurtenances. ' 4.2 MATERIALS - PIPE 4.2.1 All pipe shall be of domestic origin unless satisfactory warranty is provided. 4.2.2 Steel Pipe ' Steel pipe shall conform to current AWWA Standards C201 and C202. ' 4.2.3 Galvanized Iron Galvanized iron pipe shall be standard strength, threaded and coupled. 4.2.4 Cast Iron ' Cast iron pipe shall conform to current AWWA Standards C106 or C108 and shall be thickness Class 22 and pressure Class 150 except where otherwise shown. All cast ' iron pipe shall be cement mortar lined in accordance with AWWA C104. Exposed plant piping shall be flanged and buried pipe shall be push-on joint, except where shown otherwise on the Plans. Fittings for buried pipe may be mechanical joint ' or push-on joint, unless shown otherwise on the Plans. 4.2.5 Ductile Iron Ductile iron pipe and concrete steel cylinder pipe shall conform to current AWWA Standards for pressure ' class as shown on the Plans. 4.2.6 Asbestos Cement Asbestos cement pipe (AC) shall conform to current AWWA Standard C400 for pressure Class 150 or 200, as shown on the Plans. Fittings shall conform to AWWA Standard ' C110 (Ring-Tile or equal). ' 4:1 1 1 ' 4.2.7 Copper Copper pipe shall conform to ASTM Specifica- tion B88 for Type K seamless annealed. Underground piping shall be joined with flared fittings. ' 4.2.8 Polyvinyl Chloride (PVC) Polyvinyl chloride pipe for chlorine solution shall conform to Commercial Standard CS207-60, Type 1, with a ' minimum wall thickness corresponding to Schedule 40 unless otherwise shown on the Drawings. Jointing shall be in accor- dance with the manufacturer's recommendations. For buried ' water pipe, where approved by the Engineer, polyvinyl chlor- ide pipe meeting the requirements of ASTM 1784-601 and ASTM D-2241-64T may be used. Threaded pipe shall be Schedule 80 pipe. The minimum class pipe shall be Schedule 40. 4.2.9 Polyethylene (PE) t Water laterals or service connections shall be constructed of copper tube standard ultra-high molecular weight high density polyethylene plastic pipe, meeting or ' exceeding PE 3306 of Commercial Standard 255-63 and has NSF approval; or Polybutylene plastic pipe which shall meet or exceed ASTM D-2666 and has NSF approval. 4.2.10 Flexible Couplings (FC) Shall be sleeve-type, with the stop removed ' in the middle ring. Couplings located underground shall be Smith-Blair 431 for the sizes provided therein. Otherwise, underground couplings shall be Smith-Blair 411 or Dresser Style 38 with a fusion epoxy coating. Above ground couplings shall be Smith-Blair 411 or Dresser Style 38. ' 4.2.11 Flanged Coupling Adapters (FCA) Flanged coupling adapters, with anchor studs ' and/or harnesses as indicated on the Drawings, shall be Smith-Blair 912 or Christy Metal Products, Inc., Type 2011 for nominal diameters from 3 to 12 inches. For diameters greater than 12 inches, adapters anchorage across flexible ' coupling with bent rods will not be permitted. 4.2.12 Concrete Steel Cylinder (CSC) ' CSC (L-301). Concrete steel cylinder pipe shall conform to ' 4:2 ' 4.2.7 Copper Copper pipe shall conform to ASTM Specifica- tion B88 for Type K seamless annealed. Underground piping shall be joined with flared fittings. ' 4.2.8 Polyvinyl Chloride (PVC) Polyvinyl chloride pipe for chlorine solution ' shall conform to Commercial Standard CS207-60, Type 1, with a minimum wall thickness corresponding to Schedule 40 unless otherwise shown on the Drawings. Jointing shall be in accor- dance with the manufacturer's recommendations. For buried ' water pipe, where approved by the Engineer, polyvinyl chlor- ide pipe meeting the requirements of ASTM 1784-601 and ASTM D-2241-64T may be used. Threaded pipe shall be Schedule 80 ' pipe. The minimum class pipe shall be Schedule 40. 4.2.9 Polyethylene (PE) ' Water laterals or service connections shall be constructed of copper tube standard ultra-high molecular weight high density polyethylene plastic pipe, meeting or ' exceeding PE 3306 of Commercial Standard 255-63 and has NSF approval; or Polybutylene plastic pipe which shall meet or exceed ASTM D-2666 and has NSF approval. ' 4.2.10 Flexible Couplings (FC) ' Shall be sleeve-type, with the stop removed in the middle ring. Couplings located underground shall be Smith-Blair 431 for the sizes provided therein. Otherwise, underground couplings shall be Smith-Blair 411 or Dresser ' Style 38 with a fusion epoxy coating. Above ground couplings shall be Smith-Blair 411 or Dresser Style 38. ' 4.2.11 Flanged Coupling Adapters (FCA) Flanged coupling adapters, with anchor studs ' and/or harnesses as indicated on the Drawings, shall be Smith-Blair 912 or Christy Metal Products, Inc., Type 2011 for nominal diameters from 3 to 12 inches, For diameters ' greater than 12 inches, adapters anchorage across flexible coupling with bent rods will not be permitted, 4.2,12 Concrete Steel Cylinder (CSC) ' Concrete steel cylinder pipe shall conform to CSC (L-301). ' 4:2 ' 4.3 MATERIALS --VALVES-AND FIRE HYDRANTS All gate valves shall conform to current AWWA ' Standard C-500 and have a minimum working pressure rating of 150 psi for gate valves 14" and larger and 200 psi for gate valves 2" through 12". Gate valves shall have a clear water- way equal to the full nominal diameter of the valve and shall be opened by turning counter-clockwise. Check valves shall be of the flanged silent ' type as manufactured by the Valve and Primer Corporation, 600 Series or approved equal. ' Curb stops and corporation stops shall be bronze, conform to current AWWA Standards, and be equal to those as manufactured by Hays, Mueller, or Ford. Air release valves shall be the float and lever type as manufactured by the Valve and Primer Corporation. ' All underground valves shall be equipped with cast iron valve boxes except where shown otherwise on the Plans. A minimum of one valve wrench shall be furnished to ' the Owner. 4.4 GRANULAR MATERIAL FOR PIPE BEDDING tAND PIPE ZONE BACKFILL Granular material for pipe bedding and pipe zone backfill shall be produced from crushed limestone or pit ' run coarse sand. River sand will not be permitted. The max- imum particle size shall not exceed one-half inch (1/2") and the material shall not contain excess fine material which ' would cause it to become muddy when saturated or "set-up" when dried. Limestone screenings or quarry waste will not be permitted. ' Gravel, crushed gravel, crushed slag or crushed stone clean of clay, slate, schist or soft particles of sand- stone. Maximum percent of wear, 358 as determined by test ' method Tex-410-A. Gradation as follows: Retained on 1/2" Sieve 0 ' Retained on 3/8" Sieve 0-20 Retained on No. 4 Sieve 65-100 Retained on No. 10 Sieve 98-100 ' Submit sample to the Engineer for approval prior to starting construction. ' 4:3 ' 4.5 MARKING TAPE Detectable mylar marking tape will be in- stalled over all non-metallic pipe lines. Care will be taken to insure that the buried marking tape is mylar encased alu- minum foil. Test data for the tape will be provided on re- quest. 4.6 PIPE INSULATION 4.6.1 Insulation The insulation shall be pre-molded sectional urethane pipe covering with an All Service Jacket (ASJ) manu- factured by Southwest Insulators, Inc., or approved equal. Fittings shall be mitered sections of the same insulation ' material wrapped with glassfab and sealed with a primer coat of Foster 30-36 and finished with a final coat of Foster 60-26. In lieu of mitered fittings, fittings can be wrapped ' with a fiberglass wrap and finished with a premolded PVC fit- ting cover and sealed with a coat of Foster 60-26. 4.6.2 Outside Piping ' All outside insulation piping shall be fin- ished with 15 lb.' roofing felt stapled on 2" centers with all ' longitudinal and butt seams overlapping a minimum of 2" and sealed with Foster 60-26 weatherproofing. 36" Black Glass Fab may be substituted in lieu of 15 lb. roofing felt. ' 4.6.3 Valves Valves and flanges shall be insulated with ' prefabricated urethane insulation covers as manufactured by Southwest Insulators, Inc. Covers shall be wired in place. All voids shall be made solid by pouring liquid urethane in ' the valve and flange covers. The covers shall be finished with black glass fab and sealed with a coat of Foster 60-26 weatherproofing. ' 4.7 MEASUREMENT AND PAYMENT Measurement and payment for water pipeline, ' fittings, valves, and appurtenances shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. ' 4:4 ITEM NO. 5 - INSTALLATION OF WATER LINES 5.1 DESCRIPTION ' This section of the Specifications shall govern the installation of water lines. ' 5.2 CHECKING PIPE ' Each load of pipe delivered to the job site will be checked by the Inspector and Contractor to assure that it meets specifications. When a load of pipe is found to have inadequate wall thickness or tolerances greater than ' specified, randomly selected samples of the pipe shall be immediately sent to a suitable commercial laboratory by the Engineer, with instructions to check the pipe for compliance ' with approved specifications for the specific contract. When the laboratory selected concurs that the pipe does not meet specifications, it is to be understood that all of the pipe delivered to the site will be immediately removed and replac- ed by the Contractor at no additional cost to the Owner. Cost of testing of pipe shall be borne by the Contractor. ' 5.3 EXCAVATION, BEDDING AND BACKFILL - TRENCH The Contractor shall perform all excavation of ' every description and of whatever substances encountered, to the depths indicated on the drawings or otherwise specified. During excavation, material suitable for backfilling shall be piled in an orderly manner a sufficient distance from the ' banks of the trench to avoid overloading and to prevent slides or cave-ins. All excavated materials not required or suitable for backfill shall be removed and disposed of at the ' expense of the Contractor. Grading shall be done as may be necessary to prevent surface water from accumulating in the trench. Any accumulation of water shall be removed by pump- ing or by other approved methods. Sheeting and shoring shall be done as may be necessary for the protection of the work and for the safety of the personnel. Unless otherwise indi- cated, excavation shall be by open cut. Excavation shall comprise all materials encountered, including rock, clay, silt, sand, mulch, gravel, hardpan, loose shale, loose stone in masses, and all other natural deposits or filled-in mater- ials of whatsoever nature involved. Trenches shall be of necessary width as shown ' on the detail on the Plans for the proper laying of the pipe, and banks shall be as nearly vertical as practicable. Exca- vate pipe trench to provide for a minimum of six (6) inches of granular bedding material under the pipe, if required. ' The pipeline shall be laid to the minimum cover as indicated on the Plans. 5:1 ' Backfill Procedure at the Pipe Zone - The pipe zone is define as the area from six inches ( ) below the bottom of the pipe to twelve inches (12") above the top of ' the pipe. All pipelines where rock is encountered at the pipe depth shall be laid on six inches (6") of compacted ap- proved granular bedding material. After the pipe has been ' laid, the remainder of the pipe shall be backfilled with ap- proved granular bedding material. The material shall be deposited and compacted simultaneously on both sides of the pipe in approximately six inch (6") layers. This procedure ' shall be continued to an elevation twelve inches (12") above the top of the pipe. ' After the pipe is laid, the pipe zone may be backfilled with select material from the trench, free from rocks or clods larger than three-quarters of an inch (3/4"), ' deposited and compacted simultaneously on both sides of the pipe in approximately six inch (6") layers. Walking or work- ing on the completed pipeline, except as necessary in tamping ' or backfilling, will not be permitted until the trench has been backfilled at least twelve inches (12") above the top of pipe. ' Backfill Procedure Above Pipe Zone - Backfill above the pipe zone shall continue in approximately six inch (6") layers. No rocks or clods over five inches (5") in their greatest dimension will be permitted in the backfill. All compaction shall be accomplished by mechanical means, water tamping or jetting of backfill. ' 5.4 PIPE INSTALLATION All pipe shall be installed in accordance with ' the manufacturer's recommendations. Installation of asbestos cement water pipe shall conform with AWWA Standard C603 and installation of cast iron water mains shall conform with AWWA ' Standard C600, except that these technical specifications shall take precedence. ' The pipe shall be kept clean of all foreign matter. At the termination of pipe laying, the open end of the pipeline shall be closed off by a suitable cover until laying operations are resumed. Exposed plant piping and/or creek pipeline crossings shall be adequately supported by steel or concrete ' pipe supports. ' 5:2 ' 5.5 PROTECTION OF EXISTING UTILITIES Existing utilities shall be protected from ' damage during the excavation and backfilling of trenches, and if damaged, shall be repaired by the Contractor at his ex- pense. The Contractor shall verify the location of existing ' utilities far enough in advance of construction so that necessary adjustment of alignment and/or grade may be made. The Contractor shall give the Owner of the existing utility or pipeline proper notice when his construction will affect their facilities. 5.6 PAVEMENT AND/OR RAILROAD CROSSINGS ' Where a utility crosses under a street, road or railroad, the excavation or boring shall be as shown on the ' Plans and shall conform with the requirements of the permit. The Contractor shall notify the Highway Department Mainte- nance Foreman, County Commissioner and/or representative of the railroad company when a crossing affects their facili- ties. Such notice shall be given at least 48 hours before crossing. 5.7 SETTING VALVE AND VALVE BOXES Valves, valve boxes, and fire hydrants shall be installed where shown on the drawings and directly by the Engineer, and shall be set plumb. Valve boxes shall be cen- tered on the valves. Where feasible, valves shall be located outside the area of roads and streets. Earth fill shall be ' carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to the undisturbed trench face if less than four feet (4'). t5.8 TESTS FOR WATER MAINS All testing of pipe shall be done under the supervision of the City, and the Contractor shall furnish all equipment and material for the testing and shall perform such tests as described as follows: a. Duration ' The duration of the hydrostatic test shall be a minimum of four (4) hours. ' b. Pressure The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 1 ' 5:3 1 ' 100%, but not greater than 1208 of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 858 of the pipe pressure ' class of the pipe. c. Allowable Leakage ' The maximum allowable leakage for push-on joints is the number of gallons per hour as determined by the following formula: �- L = ND ryr 3,700 ' where: ' L = Allowable leakage in gallons/per hour N = Number of joints in the length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the maximum and minimum pressures ' within the test section in psi. d. Filling Rates tMaximum filling rates in gallons per minute equivalent to filling velocities of 1 foot per second, for pipes flowing full. Nominal Size Flow Rate Q (gpm) 4 98 ' 6 14..7 8 19.6 10 24.5 ' 12 29.4 14 34.3 16 39.2 18 441 20 49..0 24 58.8 27 66.1 ' 30 73.4 33 80.8 36 88.1 42 102.8 48 117.5 ' 5.9 DISINFECTION OF COMPLETED WATER LINE The Owner shall disinfect the complete line prior to putting the line in service. ' S:4 1 r r5.10 CLEAN-UP Upon completion of the installation of the ' water lines, distribution systems, and appurtenances, all de- bris and surplus materials resulting from the work shall be removed. ' 5.11 PIPE INSULATION ' a. Insulation - The insulation shall be pre-molded section- al urethane pipe covering with an All Service Jacket (ASJ) r manufactured by Southwest Insulators, Inc. or approved equal. Fittings shall be mitered sections of the same insulation material wrapped with glassfab and sealed with a primer coat ofFoster 30-36 and finished with a final coat of Foster 60-26. In lieu of mitered fittings, fittings can be wrapped with a fiberglass wrap and finished with a pre-molded PVC ' fitting cover and sealed with a coat of Foster 60-26. b. Outside Piping ' All outside insulation piping shall be finished with 15 lb. roofing felt stapled on 2" centers with all longitudinal and butt seams overlapping a minimum of 2" ' and sealed with Foster 60-26 weatherproofing. 36" Black Glassfab may be substituted in lieu of 15 lb. roofing felt. c. Valves Valves and flanges shall be insulated with prefabricated urethane insulation covers as manufactured by Southwest Insulators, Inc. Covers shall be wired in place. All voids shall be made solid by pouring liquid urethane in the valve and flange covers. The covers shall be finished ' with Black Glassfab and sealed with a coat of Foster 60-26 weatherproofing. 5.12 MEASUREMENT AND PAYMENT rAll piping, valves, fittings and other appur- tenances will be measured and paid for at the contract lump r sum as bid on the contract for the item of work of which this is a component part. r r r 5:5 r ' ITEM NO. 6 - CHAIN LINK FENCE (MANPROOF) 6.1 DESCRIPTION tThe work covered by this Section of the Speci- fications consists of furnishing all plant, labor, equipment, ' appliances, and materials, and performing all operations in connection with the construction of chain link fencing, com- plete, in strict accordance with this Section of the Specifi- cations and the applicable drawings, and subject to the term and conditions of the Contract. The fence shall be 6 feet of chain link mesh with 3 strands of barbed wire on top for a total height of 7 feet. ' 6.2 MATERIALS Fabric shall be No. 9 ASW gauge copper-steel wire, woven in a 2-inch mesh and shall be 6 feet high. Fab- ric shall be hot-dipped galvanized after weaving. Fabric ' shall conform to ASTM A-117. The top of the fabric shall be knuckled or barbed; the bottom of the fabric shall be knuckl- ed or barbed. Wire shall have an ultimate tensile strength of 70,000 lb. per square inch. Fabric shall withstand twelve 1-minute immersions when tested in accordance with ASTM A-239. ' Posts, post tops, rails, gates, frames, and braces shall conform to ASTM A-7 with minimum copper content 0.208 and shall be hot-dipped galvanized to withstand same test specified for fabric. Sizes and details shall be as follows: 1 Line Posts: Line posts shall be one of the following sec- tions: ' Pipe Section, not less than 2" O.D., 2.72 lb. per lin. ft. H Section, not less than 2.72 lb. per lin. ft. U Section, not less than 2.65 lb. per lin. ft. I Section, not less than 2.30 lb. per lin. ft. Terminal Terminal posts - end, corner, pull, and brace ' Posts: posts steal be one of the following sections: Pipe Section, not less than 2-1/2" O.D., 3.65 1 lb. per lin. ft. Square Tubing, not less than 2-1/2" O.D., 3.65 lb. per lin. ft. ' Gate Posts: Gate posts not over 6 feet wide sinqle or 12 feet wide double gate opening shall be one of the following sections: ' 6:1 ' Pipe Section, not less than 3" O.D., 5.79 lb. per lin. ft. ' Square Tubing, not less than 2-1/2", 6.5 lb. per lin. ft. Gate posts over 6 feet to 13 feet wide single ' or 12 feet to 26 feet wide double gate opening shall be one of the following sections: ' Pipe Section, not less than 4" O.D. , 9.1 lb. per lin. ft. Square Tubing, not less than 3", 9.7 lb. per ' lin. ft. The line, terminal, end, cover, pull and brace posts, and gate posts shall be hot-dipped gal- vanized, copper-steel. Top rails shall be not less than 1-5/8" O.D., weighing not less than 2.27 lb. per ft., or equivalent-weight H section. ' Top rail shall pass through the base of the line post tops and form a continuous brace from end to end of each run of fence. Couplings shall be outside sleeve type and at least 7 ' inches long; one coupling in every five shall contain a heavy spring to take up expansion and contraction of the top rail. ' Post Tops: All posts shall be fitted with heavy malleable- iron or pressed steel tops. Bases of the post tops shall have flanges around the outside of ' the posts. Gates: Gates shall have frames of not less than 2" O.D., weighing not less than 2.72 lb. per ft., and frames shall have 3/8" round cross bracing. Hinges shall be ball-and-socket type; one hinge shall be strong enough to carry entire vertical load; number of hinges shall be as shown on drawings. Fabric shall be same as specified above. Miscellaneous hardware and can and foot 1 bolts shall be as approved by the Engineer. Braces shall be not less than 1-5/8" O.D., ' weighing not less than 2.72 lb. per ft., or approved equivalent. The fence shall have 3 strands of galvanized barbed wire on 45" galvanized arms on top, mak- ing and overall height of 7 feet. 6:2 1 ' 6.3 INSTALLATION OF FENCE (a) Post Holes - The excavation for post holes shall be accurately centered along the line of the fence. (b) Setting of Posts - Posts shall be set to 1 proper elevation along the line of the fence and in the cen- ter of the excavation for the concrete base. The posts shall be braced in a plumb and true position until the concrete has been poured and allowed to harden. Concrete shall be 3,000 psi strength, in 28 days. The posts shall have concrete footings of diameter and depth as shown on the Plans. Line posts shall have a maximum spacing of 10 feet on centers bet- ween terminal posts. (c) Stretcher Bars - Stretcher bars shall not ' be less than 3/16" by 3/4" in cross section or equivalent cross sectional area and shall be of the lengths required for the full height of fabric installed. The stretcher bars ' shall be attached to the fabric by clamps or by other posi- tive mechanical means. One stretcher bar shall be provided for each gate post and two for each corner post. ' (d) Tod Rails - Top rails shall be fitted with coupling for connecting the lengths into a continuous run. The couplings shall be not less then 6 inches long, shall ' provide a substantial connection, and shall allow for expan- sion and contraction of the rail. Suitable tie clips shall be provided in sufficient number for attaching the fabric securely to the top rail at intervals not exceeding 2 feet. Means shall be provided for attaching the top rail to each gate, corner, pull, and end post. Top rails shall be in- stalled after concrete has been set around posts. ' (e) Fabric - Fabric shall be installed with the equipment and tooFs in accordance with the methods recom- mended by the manufacturer. Sufficient stress shall be ap- plied to the fabric to take up all the slack and present a smooth uniform surface along the line of the fence. Distor- tion of the fabric by over-stretching shall be avoided. Fab- ric shall be secured to line posts and top tension wire with suitable tie clips of approved gauge and design, 23 inches on center on top rails and 14 inches on center on posts. ' (f) Barbed Wire - Barbed wire shall be pulled taut and adequately fastened to extension arms. ' (g) Gates - The gates shall be hung so as to freely swing, and not drag or bind in opening. The hinges shall be set so as not to twist or turn under the action of ' the gate. The gates shall be easily swung back as far as 6:3 1 ' possible and held in the open position by the stops. The locks shall be of substantial construction and shall be ac- cessible from both sides of the gate. Three keys shall be ' furnished to the Owner with each lock. Latches shall be set so as to operate freely. ' 6.4 MEASUREMENT AND PAYMENT The lump sum price bid for the fencing shall include all labor, equipment, materials and incidentals re- quired to install the fence, gates complete with all speci- fied appurtenances as shown on the Plans and herein speci- fied. 1 1 t 1 1 ' 6:4 1 ' SPECIAL PROVISION NO. 1 TO ' ITEM NO. 7 BOOSTER PUMPS tA. GENERAL - Furnish three (3) complete pumping units: ' 1. Manufacturer to be Byron-Jackson, Aurora, Peerless, or other pre-qualified manufacturer. ' 2. Installer of pumps must have service available with- in 100 miles of City of Round Rock and shall have experience in installation of submersible turbine pumps for last five (5) years. ' 3. Selection for each pump shall be Model No. 15MQH, 3-stage, with two impellers and one bowlless impeller, as ' manufactured by Byron-Jackson or approved manufacturer per Paragraph 1 above. In future, three different size impellers shall be installed by other contract to meet higher head con- ditions than shown below. Shaft, empty bowl, and other accessories shall be included in this project for future 3-stage pump. Shaft and bearings designed for ultimate rat- ing of 2100 GPM at 300 feet TDH. ' B. PERFORMANCE - Units to meet the following conditions at ratedpoint: ' Rating Design Point ' Minimum Capacity TDH Speed Pump Efficiency 2100 GPM 156 Ft. 1750 RPM 84.5% ' C. MOTOR CHARACTERISTICS & MISCELLANEOUS ' 1. Power Supply - 2300 Volt, 3-phase, 60 Hz. 2. Motor - 200 HP, 1750 RPM, mercury seal, submersible, ' 1.15 service factor. 3. A time-delay relay (0-10 minute range) will be pro- vided for each pump motor to prevent the motor from starting ' until a pre-set number of minutes have elapsed after motor stops. For pump start-up, set relay on a 3-minute setting. 1 ' Special Provision No. 1 to Item No. 7 1/1 1 1 ' ITEM NO. 7 - SUBMERSIBLE RAW WATER PUMPS AND MOTORS - TURBINE-TYPE ' 7.1 GENERAL Furnish pumps and motors in quantity and perfor- mance designated in the preceding Special Provision to this Item. The pumps and motors shall be constructed with the design features and materials specified below. ' 7.2 SUBMERSIBLE TURBINE PUMP The pump covered by these Specifications shall ' be of the multi-stage type. The bowls shall be of Meehanite, free of blow holes or sand holes and other defects -- and each bowl shall be fitted with a bronze sleeve type bearing. ' The impellers shall be of bronze of the closed type and shall be statically balanced. The shaft shall be of stainless steel. The top case of the bowl assembly shall contain an ' extra long bronze sleeve bearing surrounded by a grease cham- ber and filled with a special hydraulic grease with a life of from ten to fifteen years. A strainer and water intake shall be built into the lower part of the bowls in which shall be ' mounted two long bronze guide sleeve bearings. The stainless steel shaft shall protrude through the strainer and shall be equipped with a suitable jaw type coupling for connection to ' the submersible motor. 7.3 SUBMERSIBLE MOTOR ' The submersible motor shall be 200 H.P., of the completely enclosed type for continuous duty under water operation on 2300 Volt, 60 Cycle, 3-Phase alternating cur- rent. The motor shall be equipped with a mercury seal, or an approved equal, located in the top of the motor where its shaft extends through the motor housing, to isolate the well ' water from the oil filled motor housing. The motor shall be filled with a high dielectric strength mineral oil and the oil shall be circulated throughout the motor for cooling the rotor, stator winding and bearings. Bronze sleeve bearings shall be provided at each end of the rotor and a pivot shoe type thrust bearing shall carry the weight of all rotating parts and the hydraulic thrust of the pump. The motor shall ' contain a balance tube from the bottom of the motor into the motor shaft coupling compartment above the motor. The bal- ance tube shall cause a hydrostatic balance between the water ' outside and the oil within the motor. 1 1 7:1 1 7.4 PIPE COLUMN There shall be furnished under these Specifica- tions approximately 125 feet, for each pump (see Plans) of 12" standard pipe, Schedule 40, in random lengths. t7.5 POWER CABLE There shall be furnished under these Specifica- tions a sufficient amount of power cable of proper size and voltage to reach from the motor terminal connection cable and shall extend not less than 20 feet outside of pump casing in pipe and valve vault. The cable shall comply in every re- spect to the Electrical Code. The cable shall have three (3) conductors of not less than seven (7) strands, each conductor to be in an insulating water-tight synthetic rubber or plas- tic jacket; the whole to be enclosed in an outer synthetic rubber or plastic jacket which shall be impervious to oil. The cable shall be supported on the column pipe by suitable ' non-corrosive means at intervals not exceeding fifteen (15) feet. 7.6 SURFACE PLATE ON END OF PUMP CASING ' The surface plate assembly shall consist of a 1/2" thick heavy steel base plate with a coupling of steel of ' the required strength to carry the weight of the complete pumping unit. 7.7 STARTING EQUIPMENT The starting equipment for each pump shall con- sist of a 5 KVA Limitamp 400 fused motor starter as manufac- tured by G.E. or approved equal, for 200 HP, 2300 Volt, 60 Cycle, 3-Phase current. It shall also contain a three minute time delay relay. A hand-off-automatic selector switch shall ' be mounted on the enclosure. It shall also contain fuses, relays for low-water cut-off, lightning protection, and "run" light. ' 7.8 GUARANTEES The successful bidder under these Specifications ' shall submit complete shop drawings and diagrams of the equipment including performance curves showing the guaranteed performance characteristics of the pump to be furnished. The ' pump curves shall show the head capacity, pump efficiency, overall efficiency, brake horsepower, and horsepower input, over the complete range of the bowl assembly. 7:2 1 ' The equipment covered by these Specifications shall be guaranteed against defective parts due to faulty material or workmanship for one (1) year after date of final ' acceptance. Each bidder shall guarantee to replace any defective parts within the period of time specified. ' 7.9 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 1 t t ' 7:3 ' ITEM NO. 8 - INTAKE SCREEN 8.1 GENERAL The intake assembly shall be of bolted construc- tion with galvanized nuts, bolts and lock washers. Frame shall be hot dipped galvanized after fabrication and the screen shall be stainless steel. 8.2 CAPACITY The assembly capacity shall be 4200 GPM, and a ' maximum velocity through the screen of 0.5 ft/sec. Documen- tation of compliance with these parameters will be required. The pressure drop through the clean screen surface at this velocity shall be less than 0.1 psi. ' 8.3 SLOT ' The screen opening shall be 3/8 inches. 8.4 STRENGTH ' The assembly shall withstand a hydrostatic col- lapse pressure of 50 feet of water. 8.5 CONSTRUCTION The surface wire shall be stainless steel that ' will provide the required open area. The wire, support rods, and internal structure shall be designed as a unit to provide the specified collapse strength. 8.6 AIR BACKWASH FOR SCREENS The air backwash distributor shall be fabricated ' of galvanized iron pipe. Screwed fittings, tees and other fittings shall be fabricated of mild steel. ' 8.7 MEASUREMENT AND PAYMENT The lump sum price bid for the intake screen ' system shall include all labor, equipment, materials, and incidentals required to fabricate and install the system, complete with all specified appurtenances as shown on the Construction Plans and herein specified. 1 8:1 ITEM NO. 9 - CONTROL SYSTEM - RAW WATER INTAKE SYSTEM, WATER TREATMENT PLANT, AND BOOSTER PUMP STATION This item describes the control systems for each of three different contracts to define the relationship t of each contract to the other and to outline each Contrac- tor's responsibilities. ' 9.1 RAW WATER PUMP CONTROL SYSTEM 9.1.1 General ' All items described in Paragraph 9.1 shall be provided by the Raw Water Intake System Contractor. Provide material and services necessary to furnish, install, and place in service a complete system of automatic controls using leased telephone lines as described ' herein, for the three raw water pumps. Use of this item with Specification Item No. 13 for general electrical construction. ' 9.1.2 Telemetering System ' Telemetering controls shall be as manufactured by B/W Controls or approved equal. Components for the float- less liquid level control system include but are not limited ' to B/W F-750 Transmitters, stainless steel wire suspension electrodes, flanged electrode holders, relays, circuit break- er panels, meter loops, wiring, conduit, enclosures, and other items to provide for a functioning installation as described herein and as shown on the Plans. The intended performance of the control system ' is described as follows: Three Raw Water Pumps (Located at Lake ' Georgetown The on-off operation of the three (3) raw water pumps shall be automatically controlled by liquid level in the 1,000,000 gallon clearwell located at the water treat- ment plant in Round Rock. The on-off raw water pump opera- tion - a programmable sequencer as manufactured by Eagle Sig- nal Corp. shall be provided to automatically alternate the operation of the three raw water pumps. Electrodes within the clearwell shall automatically control the on-off opera- tion of the raw water pumps in conjunction with the alterna- tor. The Water Treatment Plant Contractor shall connect a ' 9:1 t ' hand-off-automatic switch for each of the three raw water pumps to the raw water pump controls provided by the Raw Water Intake System Contractor inside the booster pump station building for an override of the hand-off-automatic switch on the raw water pump starters at Lake Georgetown. ' Provide control wiring to each of the three automatic pump control valves in the concrete vault at Lake Georgetown. 9.1.3 Coordination with Other Contractors At the booster pump station located at the ' water treatment plant site, empty conduit with pull wires shall be provided by the Booster Pump Station Contractor from the booster pump station building to the clearwell and from ' the telephone junction box on the exterior service pole to the booster pump station building. Provide wiring and elec- trodes for the raw water pump control system from inside the booster pump station building to inside the clearwell and to the exterior service pole. Utilize a spare 120 volt, single phase, circuit breaker inside the booster pump station build- ing provided by the Booster Pump Station Contractor for con- trol power. Provide an enclosure for the raw water pump re- lays and mount .on an interior wall of the booster pump sta- tion building. Provide auxiliary electrical contacts on the ' raw water pump controls inside the booster pump station building for the Water Treatment Plant Contractor to connect to for operation of the plant equipment and the graphic dis- play panel in the plant. 9.1.4 System Start-Up Provide the services of a technician exper- ienced in this type of automatic control system to be respon- sible for the proper start-up and operation of the controls. ' It shall be the Contractor's responsibility to coordinate the work with the electric and telephone utility companies who will be providing service to these facilities, as well as other Contractors as designated by the Engineer. 9.1.5 Data To Be Furnished Furnish the following for approval: descrip- tive data for the specified instruments and control schema- tic. ' 9:2 1 ' 9.1.6 Measurement and Payment No separate payment for work performed under ' this item. Include cost of same in contract prices bid for item of which this work is a component part. ' 9.2 WATER TREATMENT PLANT CONTROL SYSTEM 9.2.1 General Performance specifications for water treatment plant control system. All items described in Paragraph 9.2 shall be provided by the Water Treatment Plant Contractor. 9.2.2 Water Treatment Plant Equipment ' Water treatment plant equipment controlled by clearwell water level electrode probes includes: ' Raw Water Intake Pumps (not a part of this contract) Chlorinators, both pre and post Chemical Feed Pumps Hydraulic Pumps - which operate rapid mixers, flocculator mixers and clarifier drives Automatic Flow Control Valve at Inlet to Plant 9.2.3 Wiring Connection at Booster Pump Station ' The Raw Water Intake System Contractor shall provide auxiliary contacts in the control cabinet for the Plant Contractor inside the booster pump station building. These contacts will be utilized by the Plant Contractor to install his control wires for the treatment plant control system. The control wires shall be provided in amounts and sizes of conduit as required between the booster pump station and the treatment plant control building. The Booster Pump Station Contractor shall stub an empty 8" sleeve for conduits to the exterior of the booster pump station building for the Plant Contractor to utilize. The signal shall turn on the treatment plant equipment when set in automatic mode. ' 9.2.4 Start-Up Operating Sequence 9.2.4.1 Water level in plant clearwell drops. ' 9.2.4.2 Low water level probe in plant clearwell sig- nals raw water pumps, automatic flow control ' valve and plant equipment to start. ' 9:3 9.2.4.3 Hydraulic pumps start with raw water pumps. Hydraulic pumps operate rapid mixer, floccula- tors, and clarifier scraper drive units. ' 9.2.4.4 Manually set pre and post chlorinators for flow rate. Solenoid valves open with raw twater pumps start. 9.2.4.5 Manually set chemical feed rate. Start with raw water pumps. 9.2.5 Shut-Down Operating Sequence ' 9.2.5.1 Clearwell fills. 9.2.5.2 High water probe in clearwell signals plant ' equipment, automatic flow control valve and raw water pumps to stop. Pre-chlorinator solenoid valve closes, post-chlorinator sole- noid valve has a 0-15 minute time delay which is actuated at plant shut down, chemical feed and hydraulic pumps stop. ' 9.2.6 Measurement and Payment No separate payment for work performed under this item. Include cost of same in contract prices bid for item of which this work is a component part. 9.3 CONTROL SYSTEM FOR BOOSTER PUMPS, CONTROL VALVES AND EXISTING BOOSTER & WELL PUMPS 9.3.1 General ' All items described in Paragraph 9.3 shall be provided by the Booster Pump Station Contractor. ' Provide materials and services necessary to furnish, install, and place in service a complete system of automatic controls using leased telephone lines as described ' herein, for the booster pump station, automatic solenoid valve and vault assembly, isolation valve and vault assembly #1, isolation valve and vault assembly #2, two existing boos- ter pumps located at the Westinghouse Road Pump Station and two existing well pumps located near Chisholm Trail. Use this item with Specification Item No. 13 for general electrical construction. ' 9:4 1 1 ' 9.3.2 Telemetering System Telemetering controls shall be as manufactured ' by Bristol Instruments or approved equal, and by B/W Controls or approved equal. Components for the floatless liquid level control system include but are not limited to Bristol trans- mitters, receivers and controllers, B/W F-750 transmitters, stainless steel wire suspension electrodes, flanged electrode holders, relays, circuit breaker panels, meter loops, wiring, ' conduit, enclosures, and other items to provide for a func- tioning installation as described herein and as shown on the Plans. The intended performance of the control system is described as follows: 9.3.2.1 Three Booster Pumps (Located at the Booster Pump Station - 198 ) ' The on-off operation of the three (3) booster pumps shall be automatically controlled by liquid level in three (3) different tanks. 1) Existing 500,000 gallon Rabbit Hill Stand- pipe ' On-off booster pump operation - a tele- metering system as manufactured by Bristol Instruments or approved equal shall be provided to automatically operate and ' alternate the three booster pumps. Refer to Item No. 16 of the Booster Pump Station - 1981 Specifications for description. ' The Water Treatment Plant Contractor shall connect a .hand-off-automatic switch for each of the three booster pumps to the booster pump controls provided by the Booster Pump Station Contractor inside the booster pump station building for an over- ride of the hand-off-automatic switch on the booster pump starters in the booster pump station building. ' 2) Proposed 1 million gallon clearwell Low level override protection - a B/W or approved equal electrode system shall be provided. ' 9:5 ' 3) Existing 750,000 gallon Business Highway 81 North Standpipe On-off booster pump operation with low level in this standpipe - a two-pump timed sequencer by Eagle Signal Corp. with a B/W ' electrode system or approved equal shall be provided to start the two pumps at dif- ferent times upon signal from the stand- pipe. One of the three booster pumps is ' excluded from this mode of operation. 9.3.2.2 Level Recording in the Existing 750,000 ' Gallon Business Highway-7 Highway-7North Standpipe The level of water in this reservoir shall be ' continuously recorded with a Bristol or approved equal tele- metering system as described in Item No. 16 of the Booster Pump Station - 1981 Specifications. ' 9.3.2.3 Isolation Valve & Vault Assembly #1 (I.V.-1) The open-close operation of I.V.-1 shall be ' automatically controlled by liquid level in one tank. 1) Existing 750,000 gallon Business Highway 81 North Standpipe - open-close operation. A B/W or approved equal telemetering sys- tem shall be provided. ' 9.3.2.4 Isolation Valve & Vault Assembly #2 (I.V.-2) The open-close operation of I.V.-2 shall be 1 automatically controlled by liquid level in one tank. A B/W or approved equal telemetering system shall be provided. 9.3.2.5 Automatic Solenoid Valve & Vault Assembly ASV- The open-close operation of ASV-1 shall be t automatically controlled by liquid level in one tank. A B/W or approved equal telemetering system shall be provided. ' 9.3.2.6 Existing 1000 GPM Booster Pumps at Westinghouse RoadPump Station The on-off operation of the two booster pumps currently has a telemetering system that uses liquid level control in the existing 500,000 gallon Rabbit Hill Standpipe and low-level override protection in the existing 100,000 ' 9:6 1 1 1 9.3.6 Measurement and Payment No separate payment for work performed under 1 this item. Include cost of same in contract prices bid for item of which this work is a component part. 1 1 1 1 1 1 1 1 1 1 i 1 1 1 9:8 1 gallon ground storage tank at the Westinghouse Road Pump Sta- tion. This sytem shall not be revised. ' 9.3.2.7 Existing 750 GPM Well Pump at Chisholm Trail Well _Pumping Plant #land Existing 300 GPM Well Pump at C is ollmTrai WeilPumping ' Plant The on-off operation of the two well pumps currently has a telemetering system installed in January 1981, that uses liquid level control in the existing 750,000 gallon Business Highway 81 North Standpipe and low-level override protection in each well. Check out the operation of ' this system when the new system is put into operation. 9.3.3 Provisions b Booster Pump Station ' Contractor or Coor enation with Raw Water Intake System Contractor and Water Treatment Plant Contractor The Booster Pump Station Contractor shall pro- vide empty conduits and pull wires at the booster pump sta- tion building for use by the Raw Water Intake System Contrac- tor as described in Paragraph 9.1 herein and as shown on the Plans. The Booster Pump Station Contractor shall provide an 8" sleeve in the floor to the exterior of the booster pump ' station building for use by the Water Treatment Plant Con- tractor in installing conduit and wiring to the water treat- ment plant and such auxiliary contacts and other items as ' described in Paragraph 9.2 herein and as shown on the Plans. 9.3.4 System Start-Up Provide the services of a technician exper- ienced in this type of automatic control system to be respon- sible for the proper start-up and operation of the controls. ' It shall be the Contractor's responsibility to coordinate the work with the electric and telephone utility companies who will be providing service to these facilities. ' 9.3.5 Data To Be Furnished Furnish the following for approval: descrip- tive data for the specified instruments and control schema- tic. 9:7 ' ITEM NO. 10 - CHLORINATION SYSTEM 10.1 CHLORINATOR ' The Wallace & Tiernan Series V-75 Chlorinator shall be solution-feed vacuum-operated, wall-mounted type. ' The rotameter shall have capacity of 100 lb: of chlorine per 24 hours. Feed range shall be 20 to 1. The V-notch method of control shall maintain the set feed rate within 4%. ' Operating components shall be mounted on a re- inforced plastic panel with corrosion-resistant, vinyl enamel finish. A spring-loaded pressure regulating pressure relief ' valve shall maintain the proper operating vacuum ahead of the V-notch orifice. It shall open only under normal operating vacuum and vents to atmosphere if excessive gas pressure ' develops. Another spring-loaded valve shall maintain a con- stant vacuum downstream of the orifice. It also shall admit air if excess vacuum develops. This air shall not pass through the rotameter. The valves shall be separate valves. ' They shall have sealed, diaphragm units with Acme-thread soc- kets for removal and replacement without tools. ' The rotameter shall have a 10-inch, linear scale. Its graduations and float shall be in contrasting colors for easy reading. The metering device shall be a t V-notch variable orifice. It shall consist of a plastic plug with a V-shaped groove which moves in a fitted plastic ring. The aspirator-type injector shall provide the operating vacuum and prevent backflow of water into the chlorinator. A chlorine pressure gauge at the gas inlet shall be included. The following accessories shall be included: ' 1) 100 ppd rotameter 2) Chlorine heater 3) Chlorine strainer 4) Fixed throat injector ' S) Vent screen 6) Extra gaskets, lubricant, wrenches and in- structions ' 7) Spare 50 ppd rotameter and V-notch plug 8) Wallace & Tiernan Series 50-345 two cylin- der scale to weigh the contents of two (2) ' cylinders independently. The scales con- sist of a steel base and weighing platform 1-1/2 inches high, a steel column with 1 1 10:1 1 ' cylinder restraining chains and plastic scale head. Adjusting knobs cancel out tare weight of each cylinder so read-out is ' net pounds remaining in each cylinder. 9) Wallace & Tiernan Series 50-175 automatic gas switchover system, designed to provide automatic, unattended switchover to a new chlorine supply when the on-line supply runs out. Gas pressure is automatically ' regulated to the optimum for chlorinator operation. The units also provide manual gas shut-off. The switchover system is designed to permit a cylinder to exhaust ' itself completely even after switchover. The switchover system is scale mounted. 10) 2 tank manifold, scale mounted ' 11) Auxiliary cylinder valves 12) Flexible connectors 13) 2 chlorine cylinders shall be supplied by the contractor at start-up of the plant and ' shall remain the property of the Owner. 10.2 HOUSING ' The above equipment shall be housed in a chlo- rinator housing as shown on the Plans. ' 10.3 STRIP HEATER A 2000 watt wall mounted strip heater shall be ' furnished and installed in the chlorination room as shown on the Plans. The heater shall have a wall mounted thermostatic control. ' 10.4 EXHAUST FAN ' Exhaust fan shall be 7" Dayton shutter mounted exhaust fan capable of 135 cubic feet per minute discharge in free air, W. W. Granger Stock No. 20734, 115 Volt, 50 hertz, or approved equal. 1 10.5 GAS MASK ' A gas mask shall be furnished and installed in the control room as shown on the Plans, and shall be complete with wall mounted enclosure. The mask shall be Model 658-1 ' (chin stype model) with three extra cannisters Model 272-CL-L as manufactured by Scott Aviation, a division of A-T-O, Inc., 1201 Kalamazoo Stree, South Haven, Michigan 49090, Phone (616) 637-2121. 10:2 ' 10.6 CHLORINATION SOLUTION WATER SUPPLY A chlorinator shall be connected to booster ' pump line as shown on the Plans. The booster pump shall be a Burks Pump, Series 204290, with a Howard electric motor, 3/4 H.P., 115/230 V, single phase, 3450 RPM, pump and motor com- mon frame, wall mounted per Plans or approved equal. The pump shall be complete with a H-O-A switch. The booster pump shall start ("A") automatic with the raw water pumps for normal operation of the chlorinator. Piping within chlorination room shall be poly- vinyl chloride pipe (PVC) Schedule 40. Chlorine solution line shall be PVC, Schedule 40. All valves shall be thermo- plastic ball valves and shall be true union design of PVC ' material. All other valve and fittings within the chlorina- tion room or in contact with chlorine solution shall also be of PVC material. ' 10.7 CEILING VENTILATOR The chlorinator and control room shall each be complete with ceiling ventilator with 1/25 H.P. motor, 110 V., single phase, with minimum 200 CFM capacity, Jenn-Air, or approved equal. 10.8 MEASUREMENT AND PAYMENT ' The lump sum price bid for the chlorination equipment shall include all labor, equipment, materials, and incidentals required to fabricate and install the equipment, complete with all specified appurtenances as shown on the ' Construction Plans and herein specified. ' 10:3 ' ITEM NO. 11 - CONCRETE MASONRY 11.1 MATERIALS ' 11.1.1 Concrete Masonry Units ' Hollow load-bearing unit's, ASTM C90, Grade A, and solid load-bearing units, ASTM C145. Both high pressure steam cured. 11.1.2 Portland Cement ASTM C150. ' 11.1.3 Masonry Cement ' ASTM C91, Type II. 11.1.4 Sand ' ASTM C144. 11.1.5 Water As specified in ASTM C94. ' 11.1.6 Mortar Use either of the following mixes: ' Masonry Cement Mortar Portland Cement Mortar 1 Part Masonry Cement 1 Part Portland Cement 3 Parts Sand 1 Part Lime Putty 6 Parts Sand ' 11.1.7 Hydrated Lime ASTM C207, Type S. ' 11.1.8 Masonry wall Reinforcement Dur-O-Wal, Truss Design, No. 8, extra heavy or ' equivalent as manufactured by Carter-Wales Company. 11.2 CONSTRUCTION METHODS ' 11.2.1 Mortar Measure materials accurately by volume and mix ' thoroughly. Add no water to mortar that has stiffened due to delay in placing. Discard mortar too stiff to use. ' 11:1 1 ' 11.2.2 Masonry Construct walls plumb and true with courses level and having uniform thickness of joints. Bond and anchor intersecting walls. Construct walls in dry weather and provide waterproof covering over partially completed work ' if work is suspended for any reason. Provide and install anchors, nailing strips, hangers, and similar installation. Construct walls water-tight against blowing rain. Place only dry blocks in wall. Use full mortar bedding except provide ' for weephole drainage. Shove vertical joints tight. Provide smooth concave exterior joints made with suitable tool after mortar has stiffened. Strike joints flush on interior face ' of walls. Fill cells as indicated. Remove projecting mortar and other surface irregularities and clean wall with diluted muriatic acid, if so directed. 11.2.3 Masonry Wall Reinforcement Placement Where shown on Plans, install in horizontal ' mortar joint, masonry wall reinforcement. 11.3 MEASUREMENT AND PAYMENT ' No separate payment for work performed under this Item. Include cost of same in contract prices bid for ' items of which this work is a component part. 1 ' 11:2 ' ITEM NO. 12 - CONTROL BUILDING CONSTRUCTION 12.1 GENERAL ' The complete structure shall conform to the applicable portions of the Plans and governed by the follow- ing specifications: 12.2 FOUNDATION ' Refer to the following items in the Standard Technical Specifications: ' Item No. 1 - Earthwork and Structural Fill Item No. 2 - Plain and Reinforced Concrete ' 12.3 FRAMING AND CARPENTRY This item shall consist of furnishing all lab- or, tools, supplies and materials including hardware and per- ' forming all rough and finish framing and carpentry including installation of finish hardware in accordance with these spe- cifications and as shown on the Plans. 12.3.1 Workmanship Shall be of the best quality with accurate cuts, close fitting, square bearing, plumb and level, secured rigidly in place. All general framing shall be done in ac- cordance with the accepted standards of good practice as evi- denced in N.F.P.A. "Manual for House Framing". Structural framing members shall not be cut or notched. ' 12.3.2 Materials All materials used in the construction shall be ' new and of the quality given in these specifications. Stress-graded lumber shall be used for all column post, studs, beams, headers, plates, rafters, and other structural members. Non-stress graded lumber may be used for non-struc- tural members only. Rough cut column post, beam and rafter timbers shall be #2 grade Western Red Cedar with an allowable bending stress of not less than 1100 psi. Roof decking shall ' be 2" x 8" (2" x 6" will be acceptable) #2 grade, S4S, kiln- dried, Southern Yellow Pine or Douglas Fir, with tongue and groove center matched joints. ' 12.3.3 Caulking The caulking material shall be "Vulcatex" as made by W. R. Grace & Co., or approved equal, of light color, ' 12:1 ' elastic and waterproof. It shall not slump in hot weather or become brittle in cold weather, and will not stain masonry or corrode. Oakum shall be clean, untwisted, white and approved ' for use intended. Rake clean and then fill exterior joints be- tween door frames and adjoining masonry with caulking com- pound by gun method and dress joints smooth. If spaced to be filled require excessive amount of compound, such spaces may first be caulked with oakum driven in place with caulking ' tool to a distance of one inch back from face of masonry and then filled out with compound, or fill such spaces completely with compound. Caulk jambs and heads of doors and between ' lintels and masonry or stone over door frames. 12.4 ROOFING ' This item shall consist of furnishing all lab- or, tools, supplies, roofing materials (including roofing nails) and performing the installation of roofing in accor- dance with these specifications as shown on the Plans. 12.4.1 Workmanship ' Shall be of the best quality and installed ac- cording to the standard instructions of the roofing material ' manufacturer as printed on the shingle wrapper. Roof work shall not commence until the entire roof deck is complete and all surfaces are smooth, dry and clean. ' 12.4.2 Materials The entire roof deck shall have a covering of ' asphalt-saturated felt underlayment building paper weighing not less than 15 pounds per square with sufficient lap at all splices and installed with roofing nails with metal discs. ' Nails for shingle shall be used of sufficient length and holding power as required for proper securement of the mater- ial. All ridges shall be covered with preformed hip and ridge shingles. 12.5 MISCELLANEOUS METALS ' All roof edges shall have a galvanized metal eave strip, style "B", 29-gauge. ' 12.6 METAL DOORS This item shall consist of furnishing all materials, labor, and tools necessary for the installation of ' hollow metal doors and frames as shown on the Plans and as described in door schedule on the Plans and as specified herein. ' 12:2 1 ' 12.6.1 Materials All doors shallbe new and free from defects ' impairing their strength, durability or appearance. Doors shall be heavy duty fabricated from two 18-gauge steel sheets with no visible seam on either face. All doors shall be of ' the size shown in the door schedule on the Plans. The doors shall have 10-gauge hinge reinforcing plates and 14-gauge reinforcing for latch and lock reinforcing. Doors shall be mortised, drilled and tapped to receive mortised lock-set ' hardware. Doors shall be Tex Steel, CECO, or approved equal. Door frames shall be standard type for 8 inch masonry unit walls formed from 16-gauge steel with 2 inch wide jamb faces ' and hinge reinforcing. Frames shall be fully mortised, rein- forced, drilled, tapped and ready for finish hardware. Frame corner to be welded, filled and ground smooth. Doors and ' frames shall be cleaned and finished with one coat of rust inhibitive primer by manufacturer. 12.6.2 Hardware Each door shall be equipped with three hinges, lockset, wall stop and holder. Hinges shall be two ballbear- ' ing with mortised type hinges. Locksets shall be Yale Series 6300 or approved equal. All locks shall have same combina- tion with four (4) keys provided. ' 12.6.3 Installation Door frames shall be erected plumb and with all clearances maintained. Frames shall be anchored securely in place at floor at three (3) places on each jamb and at the top by use of "T" bars. Doors shall be mounted in plumb ' position and balanced in free operating condition. 12.7 MASONRY ' The Contractor shall furnish all materials and labor necessary to erect concrete masonry block and native field stone walls as shown on the Plans. ' 12.7.1 Concrete Masonry Block Refer to Item 11 - Concrete Masonry of standard Technical Specifications. ' 12.7.2 Stone Masonry The material shall be of the field stone type generally found and available in the Round Rock vicinity. 1 ' 12:3 1 ' The Contractor shall submit samples of the stone to the Owner for approval prior to construction. The stone shall be cut to conform to the wall thickness as shown on the Plans. The individual pieces of stone shall vary in size and shape but the Contractor shall keep the courses in an approximate hori- zontal line. The stone shall be laid in a "ledgestone" man- ner and not in a "flagstone" fashion. The stone walls shall be reinforced with galvanized "Z-bars", 3/16" diameter, spac- ed no more than 24" vertically and 32" horizontally. The mortar joints shall be a minimum 1/2 inch with full mortar ' coverage on vertical and horizontal faces. The surface of the stone shall be kept clean and free of mortar. Refer to Item No. 11 of the standard Technical Specifications for ' masonry mortar. The stone work shall be true and plumb, and built to the general dimensions shown on the Plans with all voids at corners, intersecting walls, and jamb openings fill- ed with mortar. Any stones that may be loosened after the mortar has taken its set shall be removed, cleaned and relaid with fresh mortar. ' 12.8 ELECTRICAL Refer to Item No. 13 - General Electrical Con- struction of the standard Technical Specifications. 12.9 PAINTING ' The items that shall be painted or stained shall be all exposed concrete masonry block wall surfaces in the control building, all exposed wood surfaces, and the t metal doors and frames. Only skilled workmen shall be em- ployed to apply paints and finish materials. Clean and pre- pare all surfaces that are to be painted thoroughly prior to ' application of paint. All paints shall be applied with brush or spray equipment in even and thorough coats, without runs, sags or other blemishes. All coats of paint shall be allowed to dry thoroughly, regardless of material used, before appli- cation of succeeding coat, except when the manufacturer re- commends otherwise. All painted surfaces shall be properly sanded between coats of enamel, paint or shellac when applied ' to any surface other than masonry or stained rough cedar. All paints and stains shall be applied in strict accordance with the manufacturer's recommendations. ' 12.9.1 Concrete Masonry Block ' The exposed concrete masonry block walls in the control building shall receive two coats of paint. The first coat shall be of "Hydrocide S-X Colorless" as manufactured by L. Sonneborn Sons, Inc., or approved equal. The second coat ' shall be of "Luxon Basement Wall Paint", as manufactured by Sherwin Williams Co., or approved equal. 12:4 1 ' 12.9.2 Wood Surfaces All exposed wood surfaces, such as rough cedar posts, headers, beams and rafters, the underside of the yel- low pine roof decking, and any incidental trim boards shall receive two coats of a full bodied water repellent modified ' stain containing a rich base of linseed oil, moisture sealing water repellents, pentachlorophenol wood preservatives and non-fading pigments to preserve and enhance the natural ' beauty of the wood. The finish shall be non-glossy and shall be "King Exterior Finish", available through Wm. Cameron & Co., Wholesale, Waco, Texas, or approved equal. 12.9.3 Metal Doors & Frames All metal doors and frames shall come with a ' shop applied rust inhibitive primer from the manufacturer. After erection and installation, the doors and frames shall receive two coats of "Rustarmor 500 Semi-Gloss Enamel" as manufactured by Koppers Co., or approved equal. 1 Upon completion of painting operations, clean off all paint spots, oil and stain from all surfaces that ' were not scheduled to be painted or stained and leave entire project in perfect condition as far as painting work is con- cerned and remove all containers and debris due to painting ' from premises. 12.10 MEASUREMENT AND PAYMENT ' The measurement and payment shall be for full compensation for furnishing all materials, equipment, labor, tools, water and incidentals necessary to construct the con- trol building structure complete in place in accordance with the Plans and the Bid Proposal. 1 1 12:5 1 1 ' ITEM NO. 13 - ELECTRICAL - GENERAL FOR WATERWORKS PROJECTS 13.1 DESCRIPTION ' This item covers the materials and construction methods generally required for the electrical portions of waterworks projects. The requirements set forth herein shall govern for all applicable installations, except as they may be superceded by higher requirements of governing codes and ' ordinances, or as provided otherwise in the Project Specifi- cations and/or as shown on the Plans. Typical installations include the following: ' (a) individual wells; (b) pumping stations for raw water sup- ply transmission boosters and/or high service pumping; (c) treatment plants which may include any, all or various combi- nations of pumping units as preceding along the circuits for lighting and convenience, power operation of valves, chemical feed systems, mixers and other process operations, heaters, ' hoists, etc.; and/or (d) control systems for all or part of the overall operations involving local and/or remote situa- tions for manual, semi-automatic and/or automatic opera- tions. ' This Specification will generally govern for: the service pole and pole accessories; conduit system and ' accessories; safety switch or other disconnect devices; fuse or circuit breaker panels; electrical lighting and heating devices; outlet, junction and pull boxes; and such other wir- ing devices as are essential to distribute the power from the point of service to points of use on the project. Other spe- cial devices and circuits such as motor controls, telemeter- ing transmitters and receivers, process automation, etc. will ' normally be pre-wired internally to perform the functions as covered by the applicable Project Specifications and this general Specification will primarily apply to the setting of ' such special devices and installing the inter-connecting cir- cuits between their respective terminal connections. t It is the intent of the Specification and Draw- ings that upon completion and testing of the electrical work the entire electrical system shall be complete and shall be in a finished, workable condition, which fulfills the re- quirements for the satisfactory operation of the facility in the manner intended. Any discrepancies or omissions which might prevent such workability shall be submitted to the ' Engineer for clarification by Addendum prior to bidding, otherwise, it shall be the Contractor's responsibility to overcome such situations without extra compensation. ' 13:1 All work that may be called for in the Specifi- cations and not shown on the Drawings, or shown on the Draw- ings and not called for in the Specifications, shall be per- formed by the Contractor as if described in both and should any work be required which is not denoted in the Specifica- tions or Drawings, but which is nevertheless necessary for ' the proper carrying out of the intent thereof, the Contractor shall perform all such work as fully as if it were particu- larly described. ' 13.2 CODES, ORDINANCES & UTILITY REQUIREMENTS The installation of the electrical system shall ' conform to the requirements of the National Board of Fire Underwriters and shall comply with the latest edition of the National Electrical Code as well as with local and state ' codes and/or ordinances having jurisdiction. Codes having jurisdiction over the work shall t serve as minimum requirements, but in situations where there are no codes having jurisdiction, then the minimum require- ments shall be set by the latest edition of the National Electrical Code. If the Specifications and Drawings show requirements that are in xcess of the codes, then the Speci- fications and Drawings shall be followed. Should there be any conflicts between the Specifications and the Drawings and the Codes having jurisdiction, the Contractor shall submit these to the Engineer for clarification by Addendum prior to bidding; otherwise, any modifications required to overcome such conflicts shall be made by the Contractor without cost to the Owner. The Contractor shall determine the require- ments for the utilities that will serve the facility and the Contractor shall pay for and perform all work as required by them. ' 13.3 MATERIALS, EQUIPMENT & WORKMANSHIP, GENERAL All materials and equipment shall conform to ' the requirements of the Contract Documents unless submitted and approved for substitution in accordance with Section 4 following. They shall be new, free from defects of any char- acter and they shall conform with standards of the Underwrit- er's Laboratories, Inc., in every case where such a standard has been established and shall be so labeled. ' All work shall be performed by competent and skilled workmen and shall be executed in a thorough and work- manlike manner. The Contractor shall be wholly responsible for the placing of all outlet boxes, conduits, cabinets, and other wiring devices at the proper time to avoid conflict with other trades as the construction progresses. 13:2 The entire installation shall be cleaned up by the Contractor after he finishes his work and shall be ac- ceptable to the Engineer. No loose parts or scraps of mater- ial or equipment shall be left on the premises. Equipment and surroundings shall be cleaned of all stains, grease and marks that may be made during the installation. Paint scars ' shall be repaired by the Contractor and the equipment brought back to first-class condition. The entire installation shall be free from ' fault grounds and short circuits. Tests shall be made on panels with mains disconnected from the feeder, branch cir- cuits connected and switches closed, all fixtures in place ' and permanently connected, lamps removed and wall switches closed. ' Feeders shall be tested with the feeders dis- connected from the branch circuit panels. Each individual power circuit shall be tested at the panel with the power ' device connected for proper operation. In no case shall the insultation be less than that specified by the N.E.C. Each item of equipment furnished under this ' Specification shall be essentially the standard product of the manufacturer. Where two or more units of the same kind or class of equipment are required, these shall be the pro- ducts of a single manufacturer; however, the component parts of the equipment need not be the products of the one manufac- turer. ' 13.4 SUBSTITUTION This Specification is not intended to totally ' exclude the use of all materials, devices or methods not spe- cifically named herein; however it shall be required that before any such materials, devices or methods are considered by the Engineer for use or substitution, the Contractor shall submit detailed Specifications and cost data in sufficient time for clearance by all officials with jurisdiction and for verification of compliance with governing codes and regula- tions. In the event any such substitution is allowed, and if at any later time within the Maintenance Bond or guarantee period, it is found to be defective or otherwise unsatisfac- tory for the intended function, the Contractor shall replace it with the material, device or method originally specified at no extra cost to the Owner. ' 13.5 GROUNDING Adequate and permanent grounding shall be pro- vided for the service neutral as well as for equipment grounding in accordance with the National Electric Code and t 13:3 t ' any other applicable governing code or ordinance. The pro- ject circuit diagrams or schematics will usually indicate the conductors for the service neutral with the equipment ground usually left for field determination; however, in any event, the Contractor shall be responsible for confirming and fur- nishing without extra compensation all conductors needed to ' complete the circuits and provide proper grounding where there might otherwise be a hazard to personnel or equipment. 13.6 VERIFICATION AND COORDINATION OF ' SPECIAL CIRCUITS The detailed Plans and Specifications will not necessarily distinguish all circuits required for the project as certain special systems or equipment are frequently cover- ed by functional descriptions. In any event, it shall be the ' Contractor's responsibility to coordinate between the respec- tive suppliers and sub-contractors as necessary to assure the furnishing of all components necessary for a complete and operable system. 13.7 CONDUIT SYSTEM ' All above ground wiring installed on the pro- ject shall be run in an enclosed system of conduit unless specifically provided or necessitated otherwise by the condi- tions of the installation. Unless provided otherwise, all conduit shall be galvanized, heavy-wall, rigid metallic with fittings of corresponding quality and design as manufactured by Triangle, National Electric or approved equal of suffi- cient size to meet code requirements for the conductors to be installed, but in no case smaller than 1/2 inch. The conduit system shall be arranged and installed in such manner as to give the facility the utmost degree of reliability and main- tenance-free operation. The conduit shall have an appearance of having been constructed by competent workmen. Kinked con- duit, conduit inadequately protected or swabbed, carelessly threaded and joined do not give such reliability and mainte- nance-free operation and will not be accepted. ' All conduit runs shall be exposed on walls and underside of roof slabs, unless indicated otherwise. All conduit runs shall be made parallel or at right angles to the ' building lines. All conduit ends shall be reamed out after threading and kept corked and dry during construction. All conduit shall be swabbed out before the wires are pulled in and no lubricants shall be used except powdered soapstone. Bends in rigid conduit shall be made with an approved bending device unless factory bends are called for. Pipe sleeves of min. #22 gauge galvanized steel shall be installed for all ' conduit that pass through concrete floors or walls. The 13:4 ' sleeve shall be properly secured in place with approximately 1/4 inch space between each sleeve and the surface of the pipe. Where conduits enter the building underground from outside, I.P.S. wrought iron sleeves shall be used. The space between the sleeves and the conduit shall be caulked with a suitable plastic expandable compound that will prevent ' the entrance of moisture. All conduit shall be equipped with double lock- nuts and steel body, plastic insulating bushings where such conduit enter panelboards, pull-boxes, junction boxes, wire- ways and the like. All conduit that enter into equipment free of the metal cabinet work and also where indicated, ' shall be equipped with a grounding type insulated bushing. A copper grounding conductor shall be bonded to the cabinet framework and to the grounding lug of the insulated bushing. Conduit shall enter all panelboards, pull-boxes, junction boxes, outlet boxes and the like straight and true. Conduit installed cocked or not plumb will not be accepted and work so installed shall be replaced by the Contractor. Neoprene jacketed metallic-flexible conduit shall be used to extend conduit connections to all motors and ' other comparable pieces of equipment or as indicated on the Drawings. The length of flexible connection shall not be less than 24 inches. ' All underground wiring will be placed in direct burial PVC rigid conduit using an approved grounding conduc- tor installed in accordance with the recommendations of the ' manufacturer. A 2" thick cap of 1500 psi concrete will be poured over the underground conduit. The top of the concrete cap will have 24 inches of cover. ' 13.8 BOXES - OUTLET, PULL & JUNCTION The Contractor shall furnish and install at each outlet or device of whatever character, a metal outlet box in which the conduits shall terminate. All outlet boxes ' shall be of the proper size to accomodate the wiring or de- vice for which function they are provided. Such outlet boxes shall be installed exposed and boxes to which no fixture is attached shall be equipped with blank covers. Multiple ' switches at a common location shall be installed in a gang outlet box and covered by a single plate. ' Pull boxes and junction boxes shall be install- ed where shown and wherever otherwise required to overcome mechanical difficulties due to length or arrangement of con- duit runs, the fixed character of the structure or other ob- structions which could cause extra bends to reach the service outlets. 13:5 1 ' Unless specifically provided otherwise, all boxes shall be cast of either iron or aluminum using the mat- erial best suited for the particular installation. Conduit ' connections shall be through cast boxes of adequate thickness to provide five (5) full threads. Boxes shall be of the NEMA type best adapted to the conditions of the particular instal- lation. Boxes shall have only the holes necessary to ' accommodate the conduits at the point of installation and shall be rigidly secured in position. The location of out- lets as shown on the Drawings shall be considered as approxi- mate only. It shall be incumbent upon the Contractor to study the general Drawings with relation to the spaces sur- rounding each outlet in order to make his work fit the work of others and in order that, when fixtures are installed, ' they will be symmetrically located and will not interfere with any other work or equipment. As a general rule, conve- nience outlets shall be 18" above the floor and wall switches ' 416" above the floor. 13.9 WIRE CONDUCTORS, INSULATION AND CONNECTORS All wire conductors shall be copper unless spe- cifically provided otherwise. All feeders, sub-feeders, and service conductors, as well as other lines subject to set en- vironment, shall have 75°C type THW insulation. Branch cir- cuits not subject to wet conditions shall have type TW insul- ation. The color of the wire and/or band identified shall conform to the National Electric Code. Conductors for control and signal circuits shall not be smaller than No. 14 unless provided otherwise ' and conductors for lighting, service outlets and other simi- lar power uses shall not be smaller than No. 12. Homeruns of wire over 50 feet in length shall not be smaller than No. 10. In addition to the above minimum size requirements for con- ductors or other minimum sizes as may be shown on the Plans, it shall be the Contractor's responsibility to furnish con- ductors of adequate size for the equipment furnished. Con- ductors of No. 8 and smaller sizes of wire shall be solid members and conductors of No. 6 and larger sizes of wire shall be stranded unless otherwise specifically called for. Feeders and service conductors shall run their entire length in continuous pieces without taps of splices. Taps and splices in branch circuits shall occur only where such circuits divide as shown on the Plans. Taps and splices shall not be pulled into conduit. All taps and splices in stranded conductors shall be made with OZ type solderless bolted pressure or approved equal connectors. Solid conduc- tors shall be joined with either bolted connectors or 13:6 1 ' "Scotchlok" electrical spring connectors. After a splice or tap. is made with uninsulated connectors, the tap or splice shall be covered with rubber tape and friction tape so as to ' make the insulation on the splice or tap equal to that of the conductor itself. ' 13.10 DISCONNECT DEVICES The main incoming service and other locations where specifically designated or required by code shall be ' equipped with an approved disconnect device. Unless specifi- cally provided otherwise, such disconnect shall be a fusible safety switch, G.E. Heavy Duty in appropriate NEMA enclosure for the conditions of the particular installation, or approv- ed equal. As an alternate to the fused safety switch, consi- deration will be given to the use of circuit breakers to pro- vide the disconnect means provided they conform to N.E.C. and other governing regulations. 13.11 PANELBOARDS Panelboards for the separation and protection of the respective lighting and power circuits shall be of the ' unit type construction so designed that individual units can be removed from the front of the panel without disturbing ad- jacent units after first removing the trim. ' Panelboards shall have bus bars and connected thereto the various branch circuits designed to suit the sys- tem and voltage. Rating of mains and breakers shall be as indicated on the Drawings or as required for the specific ap- plication. ' All current carrying parts exclusive of circuit breakers shall be of copper, firmly fastened to the panel- board and arranged as not to be displaced during installa- tion. Unless otherwise specified, all panelboards shall be mounted in enclosing cabinets consisting of a code ' gauge sheet steel box with trim and door. The trim shall be manufactured from one piece of full finish sheet steel then hot dipped zinc chromate primer. Cabinets shall be of suffi- cient size to allow a gutter space of at least 4 inches on all sides around lighting panelboards. ' Trim shall be fastened to the cabinet by means of approved adjustable clamps. Doors and trim of enclosing cabinets for panelboards shall be painted with two coats of paint, the first being a primary coat and the second a finish ' coat of Hammerstone Grey. Provide lock and keys. Each key shall be of the master type to operate lock on panels. ' 13:7 1 ' A directory shall be completed and installed upon the inside of each cabinet. ' All panelboards shall be built in accordance with requirements in NEMA and Underwriters' Laboratories Spe- cifications and shall bear the Underwriters' Laboratories ' label of inspection. 13.12 ELECTRICAL SERVICE SPECIAL ACCESSORIES ' Lightning Arrestors shall be furnished on the secondary service of each project. Such lightning arrestors shall be Thyrite type, G.E. 9L15BCC003 or approved equal ' suitable for the particular installation. Transformers may be required on certain in- stallations where operating voltages other than that furnish- ed by the power company are required. In such cases, the Contractor shall furnish and install the necessary transform- er(s) which shall be Dry-Type General-Purpose of proper type and size for the intended load as manufactured by G.E. or ap- proved equal. ' Phase Monitoring Relays shall be furnished for all 3-phase motors, 10 PH or iarger to protect the motors from a phase unbalance or phase reversal on the 240 or 480 t volt, 3-phase, 4-wire incoming power service. Install the relays in the pump motor starter enclosures or in a separate enclosure. ' Cutler-Hammer Type "P", Catalog #D60-N, or ap- proved equal, monitoring relays shall be installed. ' Surge Ca acitors shall be furnished for all 3-phase motors, 0 HP or arger. Install the capacitors in the pump motor starter enclosure or in a separate enclosure. 13.13 LIGHTING AND CONVENIENCE FIXTURES AND DEVICES Light fixtures, complete with bulbs, shall be t furnished and installed at the various locations as shown on the Plans by symbol or other appropriate notation and unless specifically provided otherwise, the respective types shall 1 be as follows: Outside Floodlights shall be "Shalda 600 Ser- ies", or equal, with Mogul base, yoke and other mounting fix- tures suitable for the particular installation, housing suit- able for connection to sheathed flexible conduit, normally 12" diameter with 200 watt bulbs unless another size is ' noted. 13:8 1 Industrial Type, Guarded and Enclosed Fixtures for either outside or inside installations shall be "Crouse- Hinds Series VXH", or equal, with appropriate mounting brack- ets, boxes or other accessories adapted to the particular in- stallation, which may be located on a ceiling, soffit, or sidewall as indicated on the Plans. Fixture bulb shall nor- mally be 200 watt, unless noted otherwise. Interior Shallow Dome Reflector Lights shall be ' "Benjamin Series H", or equal, suitably adapted for the par- ticular mounting condition. Such lights shall normally be 14" diameter with 200 watt bulbs, unless noted otherwise. Convenience outlets, switches and other similar devices shall be of a type commensurate with the conditions of the particular installation and unless it is specifically noted otherwise or unless the particular installation indi- cates the obvious need for a different type of device, the following shall be used: t Service outlets shall be "Crouse-Hinds DS 338-4" or equal; Light Switches shall be "Crouse-Hinds FS1801F" or equal; 13.14 TESTS After the Contractor has completed the instal- lation and it is fully operable, he shall so advise the Owner's project representative and arrange to conduct an operating test to demonstrate that the equipment performs all required functions and is otherwise in compliance with the ' Specifications. Such test shall be performed in the presence of the Engineer or his authorized representative. The Con- tractor shall furnish all instruments and personnel required ' for the test including necessary electrical power. 13.15 BASIS OF PAYMENT ' All plant electrical materials, supplies, labor and other expenses of installation shall be paid for at the contract price bid for the item of work of which this is a component part. 1 13:9 1 ITEM NO. 14 - ASPHALT CONCRETE PAVEMENT CONSTRUCTION 14.1 SCOPE OF WORK ' The work covered by these Specifications con- sists of furnishing all labor, equipment, appliances, mater- ials, and performing all operations in connection with the asphalt paving excavation, related hauling, rolling, blading and the completion of subgrade preparation, base material 1 placement, asphaltic concrete pavement, curb and gutter, and related drainage facilities complete in accordance with the Plans, and subject to the terms and conditions of the Con- tract Documents. ' 14.2 GOVERNING TECHNICAL SPECIFICATIONS ' The work covered by these Specifications shall be constructed in accordance with the City of Austin Standard Specifications for Public Works Construction per the latest 1 revisions. 14.3 MEASUREMENT AND PAYMENT ' The lump sum price bid for the paving shall include all labor, equipment, materials, and incidentals required to construct the pavement, complete as shown on the ' Construction Plans and herein specified. 1 1 14:1