Loading...
R-81-383 - 5/14/1981Lake Georgetown Project Booster Pump Station RESOLUTION NO. jiak WHEREAS, the City has duly advertised for bids for the construction of a booster pump station as part of the project to acquire needed water from Lake Georgetown, and WHEREAS, Hogan Mechanical submitted the lowest and best bid, said bid being in the amount of $449,592.00, and WHEREAS, the Council wishes to accept the bid of Hogan Mechanical, 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 That the bid of Hogan Mechanical 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 Hogan Mechanical for the construction of a booster pump station. �� RESOLVED this day of May, 1981. ATTEST: LAND, City Secretary N d F,ARRY L. TbNN, Mayor City of Round Rock, Texas • Ix Haynie & Kallman Inc. CONSULTING ENGINEERS CITY OF ROUND ROCK, TEXAS BOOSTER PUMP STATION - 1981 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. Specification NoIlEgf 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Haynie & Kallman, Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock, Texas 78664 (512) 255 -4564, 255 -7861 April 16, 1981 Timothy E. Haynie, P.E. Steven D. Kallman, P.E. ADDENDUM NO. 1 BOOSTER PUMP STATION - 1981 Addendum No. 1 to the Plans, Specifications and Contract Documents for the "Booster Pump Station - 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 t e bid open ings on all contracts will remain the same as shown in the "Notice to Contractors" in the Contract Documents. 2. For clarification, A.W.W.A. butterfly valves above ground shall be gear type with handwheel operators and open -shut indicators. A.W.W.A. butterfly valves below ground shall be gear type with 2" operating nut and valve box and cover. Refer to the Butterfly Valve Detail in the Speci- fications. On the suction side of the booster pumps, an operating pressure of 25 psi is required. On the dis- charge side of the booster pumps, an operating pressure of 150 psi is required. Normal flows as follows: 16,500 GPM through 30" valve and 42" valve; 3000 GPM through 16" valves on suction, 6000 GPM through 16" valves on dis- charge. 3. Standard Details No. 1 through 8 are included in this project. Inadvertently, these detail sheets were left out of several sets of Specifications. The Bidder shall inspect his set of Specifications and if the detail sheets are missing shall contact Haynie & Kallman, Inc. to make arrangements to obtain the detail sheets. 4. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of the "Proposal ". ADDENDUM NO. 1 — 1/1 CIVIL CNGINCEI G • LAND PLANNING • ,MUNICIPAL CONSULTANTS • SURVEYING Haynie & Kaltman, Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock, Texas 78664 (512) 255 -4564, 255- 7861 ADDENDUM NO. 2 - 1/1 April 24, 1981 ADDENDUM NO. 2 BOOSTER PUMP STATION - 1981 CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING Timothy E. Haynie, P.E. Steven 0. Kaltman, P.E. Addendum No. 2 to the Plans, Specifications and Contract Documents for the "Booster Pump Station - 1981" project for the City of Round Rock, Texas. 1. Reference Specification No. 16 - Pump Control System (Booster Pumps) and Standpipe Level Recor 1.ng, `-- Paragraph 16.2.1 - The Water Treatment Plant Contractor shall provide a Bristol Series 1M1M 500 Receiver with a 9J1 Power Supply rather than a 4330 Recorder in the Water Treatment Plant building. Paragraph 16.2.2 - Delete the Bristol Model 1M1M 500 G13R3 Receiver and substitute with a Bristol Model 1M1M 500 Receiver and a 9J1 Power Supply or approved equal. The Water Treatment Plant Contractor shall provide a Bristol Series 1M1M 500 Receiver with a 9J1 Power Supply rather than a 4330 Recorder in the Water Treatment Plant building. 4. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of the "Proposal ". 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 Pump Station Sites, Earthwork and Struc- tural Fill 2 Concrete 3 Painting (General - Other Than Tanks) 4 Water Pipelines, Fittings, Valves and Appurtenances 5 Installation of Water Lines 6 Booster Pump Station Building 7 Booster Pump Station - 1981 S.P. No. 1 Special Provision No. 1 to Item Nos. 8 and 10 Item No. 8 9 10 Electrical Motor, Integral Horsepower, Polyphase, Induction, Vertical, Weather Protected, 250 HP and Smaller 11 Vertical Turbine Pump Suction Case 12 Installation of Vertical Turbine Pumping Units 13 Electrical - General for Waterworks Pro- jects 14 Chain Link Fence (Manproof) 15 Bowman Road Pump Station Alterations 16 Pump Control System (Booster Pumps) & Standpipe Level Recording 17 Pipe Insulation Attachment "A" - Geotechnical Investigation - Water Treatment Plant - Round Rock, Texas by TETCO STANDARD DETAILS Vertical Turbine Pumps, Close Coupled Control System - Raw Water Intake System, Water Treatment Plant, and Booster Pump Station NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS BOOSTER PUMP STATION - 1981 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 Booster Pump Station, 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 Booster Pump Station - 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 thirty (30) 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 seventy -five dollars ($75.00) 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 re- ceiving 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 receiv- ed. 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 3 of the Bid Proposal after notice to proceed from the Owner. Page 2 of 2 ADVERTISEMENT PROJECT TITLE: City of Round Rock Booster Pump Station - 1981 OWNER: The City of Round Rock LOCATION: Round Rock, Texas TYPE: Booster Pump Station & Automatic Control Valves 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 PROPOSAL INSTRUCTIONS TO BIDDERS 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 BOOSTER PUMP STATION - 1981 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 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 thirty (30) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the lowest responsible bidder's proposal, and to waive any infor- mality in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written con- tract with 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 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 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, 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 THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF BOOSTER PUMP STATION - 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. 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. 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 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. Page 1 of 14 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 270 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 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 No. 1 16 April, 1981 No. 2 24 April, 1981 Page 2 of 14 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: HOGAN MECHANICAL, INC. Name of Contractor 4-- Execute by (Sign re) San Antonio, City (Seal if Bid is by a Corporation.) ATTEST: /Q �� y (9'�Lc `1l" ;��"""� Page 3 of 14 Date 30 April, 1981 President Title or Position Frank Hogan P, 0. Box 28340 (512) 684 -1915 Business Address Telephone Number Texas 78238 State Zip E CONTRACT: BOOSTER PUMP STATION - 1981 JOB LOCATION: ROUND ROCK, TEXAS OWNER: THE CITY OF ROUND ROCK Gentlemen: PROPOSAL BIDDING SHEET Pursuant to the foregoing Advertisement for Bids 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 Booster Pump Station - 1981, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: "This project is exempt from sales tax." Item Description Unit and Written Unit Price Price Amount Bid Item Quantity Unit 1 1 L.S. Booster Pump Station - 1981; located at the Water Treatment Plant site, including in general, installing but not furnishing three 2100 GPM X00 HP vertical turbine pumps and motors (Bid Item #4 includes furnishing of three booster pumps), installing but not furnishing three 10" automatic pump control valves and one 8" surge valve (Bid Item #5 includes furnishing of three pump control valves and one 8" surge valve), excavation, select fill, not in- cluding concrete & reinforcing steel for building foundation and driveway ramp, installing 10" meter and vault, railroad bore & encasement, 18" X 16" tapping sleeve & valve including tap into existing 18" concrete steel cylinder line, three (3) 480 volt, 3 -phase full - voltage pump motor starters, electrical and control system, concrete, Page 4 of 14 �-W Bid Item Quantity Unit Item Description and Written Unit Price 2 60 C.Y. Concrete for reinforced concrete foundation for booster pump sta- tion designed by Contractor, for Item No. 1 above, complete in place, per cubic yard for , g„ 21!d.0 K _ Dollars and Cents for J,', Ir - Dollars J - . 5 1 L.S. Furnishing three 10" Automatic Pump Control Valves and one 8" Surge Valve, as specified, for Booster Pump Station - 1981 as manufactured by Clayton Valve Page 5 of 14 Unit Price $ 1.90, $ . Amount $ 120. iV . 0-6 'l 3 4000 Lbs. Reinforcing steel for reinforced concrete foundation for booster pump station designed by Contrac- tor, for Item No. 1 above, com- plete in place, per pound for )]o -- Dollars and 4_ : 14 _- -Cents 4 1 L.S. Furnish three 2100 GPM, 200 HP vertical turbine pumps & motors, as specified, for Booster Pump Station - 1981, as manufactured by Byron- Jackson (installation of pumps included in Bid Item #1), complete in place, ,per per lump sum ��u : 1c 4G��cou 2a� v �Lciti. /Ui and ( iL0 - -Cents $36.,2/,700$.d&,267.60 $a,/ QO .dV all sizes and types of yard piping, valves and fittings, metal building, appurtenances and all labor, mater- ials and equipment to completely install and place in operation the booster pump station, as shown on the Plans, complete in place, per 1 mp sum x(/14- " "wH 4 for �, —.,v f�ti Do 1 ors and ,. ----Cents $�.9497.BU$�9a, 397, 00 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount Company (installation of valves included in Bid Item #1), complete in place, per ly,mp sum ,@-un d" Q + F1ua -CtAZk 3,cti 4c for g�' 4 un — Dollars and ti,.o — Cents $j ,582.4 3 $ 14 .542, a 2 6 1 L.S. Isolation Valve & Vault Assembly No. 1 - located on the East side of I.H. 35, including all piping, valves, fittings, vault, fencing, electrical service rack assembly, electrical and control system, and other appurtenances, install- ing but not furnishing 1 - 12" automatic isolation valve (Bid Item #7 includes furnishing auto- matic isolation valve), as shown on the Plans, complete in place, pe hump sum g-0,0, v for Dollars and / U � A„49 Cents $ 13j 5, 0 $ I<,. 465.60 7 1 Ea. Furnishing 1 - 12" Automatic Isolation Valve, as specified, for Isolation Valve & Vault Assembly #1, as manufactured by Clayton Valve Company (instal- lation of valve included in Bid Item #6), complete in place, per each n Page 6 of 14 for 'f IL (7 Vt), Dollars 0 and _no -- -Cents $ ,,7, 9/ 3. era $ g 9 ,dra0 8 1 L.S. Isolation Valve & Vault Assembly No. 2 - located on the West side of I.H. 35, including all piping, valves, fittings, vault, fencing, electrical service rack assembly, electrical and control system, and other appurtenances, install- ing but not furnishing 1 - 12" automatic isolation valve (Bid Item #9 includes furnishing auto- matic isolation valve), as shown Bid Item Quantity Unit Item Description and Written Unit Price Unit Price Amount on the Plans, complete in place, per lump sum for �f3tn w' Guy z� ct.. ( C. -t.i. tic-c j ) - Dollars and y — Cents $ /4, 119.60 $16, 19 .61 9 1 Ea. Furnishing 1 - 12" Automatic Isolation Valve, as specified, for Isolation Valve & Vault Assembly #2, as manufactured by Clayton Valve Company (instal- lation of valve included in Bid Item #8), complete in place, per each -1 9 AALE ) Dollars ana , - -- Cents $.3. 913/177 $ 913. d7 10 1 L.S. Automatic Solenoid Valve & Vault Assembly No. 1 - located at the existing 500,000 gallon Rabbit Hill Standpipe site, including all piping, valves, fittings, electrical and control system, vault, tap into existing stand- pipe, 18" x 14" tapping sleeve & valve & tap into existing 18" concrete steel pipe, installing but not furnishing 1 - 14" auto- matic solenoid valve (Bid Item #11 includes furnishing automatic solenoid valve), as shown on the Plans, complete in place, per J lump sum �/p / GF / 7(4,4c� / l f Lut•v�t ; 01 LL 4 L Ld��-�LK- cl�C` .A. 1 for 't � � 2 Dollars and ( L .-t•w -- Cents $, / $ ZJ 23$ GR, 11 1 Ea. Furnishing 1 - 14" Automatic Sole- noid Valve, as specified, for Automatic Valve & Vault Assembly #1, as manufactured by Clayton Valve Company (installation of valve included in Bid Item #10), complete in place, per each 4t4 J t9-A_ L.lc1 for , 7 -LL L c - -Dollars and 1.1.0 - -Cents $ ,O)9; 47z $ , 0 /�{•g Page 7 of 14 Bid Item Description Unit Item Quantity Unit and Written Unit,Price Price Amount 12 1 L.S. Bowman Road Pump Station Improve- ments; including in general, fur - iTiTfng and installing yard piping and control system for four exist- ing booster pumps, electrical and control system at existing 60,000 gallon elevated tank, appurtenances and all labor, materials and equip- ment, as shown on the Plans, com- plete in place, per .— lump sum c J.ly '�-tA- t�1.LL �Lh- 87'cI..LQi.J 1�J'ZiJ?�>LvL[�vu' for,`; Dollars and ., Cents $,.ZI,G 440 6 13 1 L.S. Altitude Valve Assembly installed in existing concrete vault at 60,000 gallon downtown elevated storage tank, including 8" Clayton Model No. 210G -16AB 2 -way altitude valve and all pipe, fittings, and appurtenances, complete in place, per lump s y �f _,,, . for — � -� Dollars •. , 5 g, 79 5 X' 4t ' : d and - Cents $ $ TOTAL BID FOR BOOSTER PUMP STATION - 1981 (Bid Items 1 thru 13) Olr W f It�f o, xo� �o' ftev. J jcZ Jbc-ol Reinforced Concrete Foundation for Booster Pump Station - Base,Bid, item Nos: 2 & 3, Adds & Deducts 5 . 1 , 11 The quantities of concrete and reinforcing steel shown in this proposal are estimates which are not based on a complete structural design. The Contractor is required to furnish detailed calculations and design of the reinforced con- crete foundation as directed in Item No. 6 - Booster Pump Station Building. Payment for concrete and reinforcing steel will be made on the basis of the actual quantities installed. Add or Deduct $ 1 7 5,p per cubic yard for concrete if more or less than the amount included in Bid Item No. 2 is required. Add or Deduct $ , 75 per pound for reinforcing steel if more or less than the amount included in Bid Item No. 3 is required. Page 8 of 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A -3 1 1 1 1 1 1 ALTERNATE BID ITEMS (To Be Considered In Bid Award) Any of the following alternate bid items may be used to replace an applic- able base bid item. If the Owner elects to award an alternate bid item, the amount of the alternate bid item shall substitute for the amount of the applic- able base bid item. It shall be the Bidder's option to fill -in or not to fill - in any one or all of the following alternate bid items. Bid Item Description Unit Item Quantity Unit _ and Written Unit Price Price Amount A -1 1 L.S Furnishing three 2100 GPM, 200 HP vertical turbine pumps and motors, as specified, for Booster Pump Station - 1981, as manufactured by EER (Birder to fill other than Byron - Jackson), replaces base Bid Item #4, complete in place, per lump um - Dollars and / % ∎„, —Cents $224malog 4 5 3L; e A -2 1 L.S. Furnishing three 2100 GPM, 200 HP vertical turbine pumps and motors, as specified, for'Booster Pump Station - 1981, as manufactured by PPC1E1c-} (Bidder £o ill -in, other than Byron - Jackson), replaces base Bid Item #4, complete in place, per l ump,sum for ,Pi /�` Dollars '� and 6/ .vnn --- Cents $ ,3Y; R;[7, D17$ i, /60 o-v 1 L.S. Furnishing three 2100 GPM, 200 HP vertical turbine pumps and motors, as specified, for Booster Pump Station - 1981, as manufactured by �E )130; p j' - FLb!AL ( id e r to I - in, other an Byron - Jackson), replaces base Bid Item #4, complete in place, per 1 3/7 2 _,M, and � /� Dollars Cents S3 9.26.10$ g7, 9a.4. iN Page 9 of 14 rw 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bid Item Quantity Unit Item Description and Written Unit Price (Bidder to fill -in, other than Clayton Valve Co.) (Installation of valves included in Bid Item #1), replaces base Bid Item #5, complete in place, per lump sum for Dollars Page 10 of 14 Unit Price Amount A -4 1 L.S. Furnishing three 10" automatic pump control valves and one 8" surge valve, as specified, for Booster Pump Station - 1981, as manufactured by (Bide r io ill -in, other than Clayton Valve Co.) (Installation of valves included in Bid Item #1), replaces base Bid Item #5, complete in place, per lump m or jittv�IA Dollars and 4.1.0 Cents $ /4, -0. p $ /O,aO A -5 1 L.S. Furnishing three 10" automatic pump control valves and one 8" surge valve , as specified, for Booster Pump Station - 1981, as manufactured by C( ' P ;779 t ✓ (Bidde o il - in , o er han Clayton Valve Co.) (Installation of valves included in Bid Item #1), replaces base Bid Item #5, complete S place, per ump sum for,/ 9 - :7 - Lul C, -- Dollars and (I ,-L() .- -Cents A -6 1 L.S. Furnishing three 10" automatic pump control valves and one 8" surge valve, as specified, for Booster Pump Station - 1981, as manufactured by $l .2.033,ov$L:,), 033.60 and Cents $ $ I! Wd Bid Item Quantity Unit Item Description and Written Unit Price A -7 2 Ea. Furnishing 12" automatic isolation valve, as specified, for Isolation Valve & Vault Assembly Nos. 1 & 2, as manufactured by - (Bi /,ice d] er to fill - in, other than Clayton Valve Co.) (Installation included in Bid Item Nos. 6 & 8), replaces base Bid Item Nos. 7 & 9, complete in lace, per each I�CC u�l-�LJSL' L for At c,"o Dollars and Yu/ —Cents A -8 2 Ea. Furnishing 12" automatic isolation valve, as specified, for Isolation Valve & Vault Assembly Nos. 1 & 2, as manufactured by ((idder to fil( -in, other fan Clayton Valve Co.) (Installation included in Bid Item Nos. 6 & 8), replaces base Bid Item Nos. 7 & 9, complete in place, per ea h ALL! f or (. -„ �;,) : _ _�, { — Dollars and r f/ },r _Cents A -9 2 Ea. Furnishing 12" automatic isolation valve, as specified, for Isolation Valve & Vault Assembly Nos. 1 & 2, as manufactured by (Bidder to fill -in, other than Clayton Valve Co.) (Installation included in Bid Item Nos. 6 & 8), replaces base Bid Item Nos. 7 & 9, complete in place, per each for Dollars and _ Cents $ $ Page 11 of 14 Unit Price Amount $3,/6?J.0 $ /,.26V - 7 $ 3.17_: $ / .3 � c. Q a; 2 pr Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount A -10 1 Ea. Furnishing 1 - 14" automatic solenoid valve, as specified, for Automatic Solenoid Valve & Vault Assembbl/y� No. 1, as manufactured by (Bi to fill -in, other than Clayton Valve Co.) (Installation included in Bid Item No. 10), re- places base Bid Item No. 11, com- plete in place, per,each for jjT � Dollars and , (� ,,,,,,e) Cents $,_ /) ,3t7 $ S, 1)30 00 A -11 1 Ea. Furnishing 1 - 14" automatic solenoid valve, as specified, for Automatic Solenoid Valve & Vault Assembly No. 1, as manufactured by Ow e l. Cam[ ? L. V L v Ei (Bidder to fill -in, other than Clayton Valve Co.) (Installation included in Bid Item No. 10), re- places base Bid Item No. 1 1 , com- plete in 1•ce, per e. h q qq for d ) l'I --- Dollars and ( , Cents A -12 1 Ea. Furnishing 1 - 14" automatic solenoid valve, as specified, for Automatic Solenoid Valve & Vault Assembly No. 1, as manufactured by (Bidder to fill -in, other than Clayton Valve Co.) (Installation included in Bid Item No. 10), re- places base Bid Item No. 11, com- plete in place, per each for Dollars and Cents $ Page 12 of 14 $ .3J t $ .4,3 ,,CI1 $ b r 1 Bid Item Description Unit Item Quantity Unit , and Written Unit Price Price Amount 1 A -13 1 L.S. Altitude Valve Assembly installed at 60,000 gallon downtown elevated t tank, including 8" 2 -way altitude valve as manufactured by ( Bider / to i l l -in, other than 1 Clayton -Valve Co.) and all valves, fittings & appurtenances, (replaces base Bid Item No. 11), complete in p1 a � �p e r lump sum j40.00,_!-J '��� f1_� v „- ) ( O Doll la for rT 3, 330. iiV 3, 3 3 ' az> and Cents $ —f 7 $ d ' A -14 1 L.S. Altitude Valve Assembly installed at 60,000 gallon downtown elevated ' tank, including 8" 2 -way altitude valve, as manufactured by ' OIL e-611'.../ 77 V 6 (Bidder to fil _ 1 in, other than Clayton -Valve Co.) and all valves, .fittings & appurtenances, (replaces base Bid Item No. 11) complete in ' Liz 0, place, per lump sum 1 1 1 1 1 1 1 1 1 A -15 1 for and._ L.S. Altitude Valve Assembly installed at 60,000 gallon downtown elevated tank, including 8" 2 -way altitude valve, as manufactured by (Bidder to fil 1-in, other than Clayton -Valve Co.) and all valves, fittings & appurtenances, (replaces base Bid Item No. 11), complete in place, per lump sum --- - Do 11ars 2,7 30.50 .3,7 n Q — Cents $ 2t p o $ � - 0 - 0 for Dollars and Cents $ Page 13 of 14 • Bid Item Quantity Unit Item Description and Written Unit Price Page 14 of 14 Unit Price Amount A -16 1 L.S. Furnishing and installing three 480 volt, 3 -phase reduced - voltage pump motor starters in booster pump station to replace full - voltage starters, complete in place, per lump sum for L' jf - Ltvw&rd Dollars and U ,tix —Cents $6, 96 '. 67i $ dZ NOTE: Owner reserves the right to award to the Bidder, any one or more of the Base Bid Items Nos. 1 thru 13, and accept any one or more of the Alternate Bid Items. 1 TOR. THE STATE OF TEXAS f COUNTY OF WILLIAMSON f That this Agreement made and entered into this of ROUND ROCK, TEXAS, the OWNER, and of the City of AGREEMENT KNOW ALL MEN BY THESE PRESENTS BOOSTER PUMP STATION - 1981 Page 1 of 2 'day , A.D., 1981, by and between the CITY OF its Mayor, First Party, hereinafter termed HOGAN MECHANICAL, INC, San Antonio , County of Bexar State of Texas, Second Party, hereinafter termed the CONTRAC- WITNESSETH: That for and in consideration of the pay- ments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the First Party to commence and complete the construction of certain improvements at the prices set forth in the Contractor's Proposal dated April 23, 1981, for certain improvements described as follows; 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 parties 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 270 consecutive calendar days after award of con- tract. The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and 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: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AGREEMENT (Continued) IN WITNESS WHEREOF the Parties executed this Agreement in the year written. ATTEST: ATTEST: By 1 Notice to Contractors Instructions to Bidders Proposal and Bidding Sheets Performance & Payment Bonds General Conditions of Agreement CITY OF OWNER By HOGAN MECHANICAL, INC. CONTRACTOR By Page 2 of 2 Special Conditions of Agreement Technical Specifications Addenda Change Orders Plans to these presents have and day first above M 0 UND ROCK, EXAS, Frank Hogan, President Signed and scaled at the City of Boston. Dated this 1 POWER OF ATTORNEY KNOW AI.I. MF.N BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a rorporation duly organized and existing under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Mao., Lath made, constituted and appointed, and does by these presents snake and constitute and appoint T. A. Drawert, Homer M. Conely, R. Barclay Harding, A. C. Tinch, Jr. all of San Antonio, Texas and each of them its true and lawful Attorney -in- Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings end the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and confirming all the acts of said Attorney -in -Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the COM- MERCIAL UNION INSURANCE COMPANY at a meeting duly tilled and held on the twenty- seventh day of July, 1972: Resolved, That the President, or any Vice - President, or any A ant Vice President, may execute for and in behalf of the company any and all bonds, recognizance', contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secret tary, and that the President, or any Vice President, or Assistant Vice President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto; and that the President, or any Vice - President, or any Assistant Vice- Pmsident, may at any time remove any such Attorney -in -Fact and re- voke all power and authority given to any such Attorney -in -Fact. Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and all bonds, recognizance', contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further, Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recognizance', contracts of indemnity, and all other writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by-laws of the company as well as any resolution of the Directors having to do with the execution of bonds, recognizance', contracts of indemnity, and all other writings obligatory in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of Attorneys -in -Fact. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty - seventh day of July, 1972: "Resolved: That the signature of the President, or any Vice- President, or any Assistant Vice President, and the signa- ture of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting any bond, un- dertaking recognizance or other written obligation in the nature thereof, and any such signature and seal where 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," IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by its Assistant Vice - President and its corporate seal 10 be hereto affixed. by its Secretary this 27th day of October 19 80 _, e � Attest. 10C 1w' By Raymond M. � Defosse Secretary COMMONWEALTH OF MASSACHUSETTS ('()l1NlY OF SUFFOLK SS. COMMERCIAL UNION INSURANCE COMPANY On this 27th day of October 19 , before me personally came Robert 1. Spencer, Assistant Vice - President, and Raymond M. Defosaez, Secretary of the COM MERCIA I. UNION INSURANCE COMPANY 10 me personally known to be the individuals and officers described in and who executed the preceding instrument, and they acknowledged the execution of the sane, and being by me duty sworn, severally and each for himself deposeth and sayelh, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. Sandra Wiscbow — Notary Public 4r'dd " %' CERTIPICATE (My Cmnmtnion expires August 2. 1983) ��... I, the undersigned, Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation, du hereby certify that the foregoing power of attorney is in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors set forth in the power of attorney are now in force. 22nd day of 19. 81 Andre's 1. Grots — Assistant Secretary June COMMERCIAL UNION INSURANCE COMPANY ip 1, FF I F r $ (Name of Insurance Company) BID BOND The American Institute of Architects, A.I.A. Document No. A -310 February, 1970 Edition KNOW ALL MEN BY THESE PRESENTS, Thotwe, HOGAN MECHANICAL, INC., P. 0. BOX 28340,SAN ANTONIO, TEXAS 78228 as Principal, hereinafter called the Principal, and COMMERCIAL UNION INSURANCE COMPANY a corporation duly organized under the laws of the State of Massachusetts, with its Home Office in the City of Boston, in the said State, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF (ND ROCK, 214 EAST MAIN STREET, ROUND ROCK, TEXAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE AMOUNT BID Dollars ($ 5% for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for CITY OF ROUND ROCK - BOOSTER PUMP STATION - 1981 NOW, THEREFORE, if the Obligee sholl accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be speci fied in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Con- tract and For the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of APRIL A.D. 19 81 . HOG CHANICAL, INC. (SEAL) /j Principal) C (witness) - itle) Vf !/ ll ,- - COMMERCIAL UNION INSU CE CO ANY r \ y) F �� n,v 'h .. )?'. y By � _ ( r , c , - l' L Suret i, (Witness) A. C. TINCH, JR. At torney in fart ' . G60510 -1 C ommercial Union Assurance Companies 9 -70 txl 1� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00 Bond No. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF BEXAR KNOW ALL MEN BY THESE PRESENTS, THAT HOGAN MECHANICAL, INC. P. O. BOX 28340 of the City of SAN ANTONIO County of BEXAR PERFORMANCE BOND , and State of as principal, and COMMERCIAL UNION INSURANCE COMPANY, BOSTON, MASS. authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound CITY OF ROUND. ROCK, TEXAS, 214 E. MAIN STREET unto ROUND ROCK, TEXAS 78664 (OWNER), FOUR. HUNDRED. FORTY -NINR THOUSAND FIVE in the penal sum of HUNDRED NINETY -TWO DOLLARS . &.NO /100 - - -- - Dollars ($ 449,592.00 ) 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 8th 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. CITY OF ROUND ROCK TEXAS BOOSTER PUMP STATION - 1981 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; PB -1 TEXAS 78228 1 1 1 1 1 1 1 1 1 By_-�./ ..l4.1.i # B y� C � FRANK HOGAN A. C. TINCH, JR 1 1 1 1 1 1 1 1 1 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 8th day of MAy 1981. HOGAN.MECHANICAL, INC. COMMERCIAL.. UNION INSU . E COMPANY Principal Surety Title PRESIDENT Title ATTORNEY -IN -FACT Address P. O. BOX 28340 The name and address of the Resident Agent of Surety is: SAN ANTONIO, TEXAS 78228 SAN ANTONIO, TEXAS 78229 HARDING- CONLEY- DRAWERT -TINCH INS.. AGENCY, INC.. 4203 WOODCOCK, SUITE 104, SAN... ANTONIO, TEXAS._ 78228 PB -2 Address p. O. BOX 29069 PAYMENT BOND THE STATE OF TEXAS COUNTY OF BEXAR KNOW ALL MEN BY THESE PRESENTS, THAT HOGAN MECHANICAL, INC. P. 0. BOX. 28340 , of the City of. SAN ANTONIO , County of BEXAR , and State of TEXAS 78228 as principal, and COMMERCIAL .UNION _INSURANCE .COMPANY, BOSTON, MASS authorized under the laws of the State of Texas to act as PB -3 surety on bonds for principals, are held and firmly bound CITY. OF ROUND .ROCK, ..TEXAS, . 214..E....MAIN unto ROUND ROCK, TEXAS 78664 (OWNER), FOUR HUNDRED. FORTY -NINE. THOUSAND FIVE in the penal sum of HUN DRED .NINETY.- Twa_Dnr.r,aRS g. No /100 - - -- Dollars ($449,592.00 ) 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 8th 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. CITY OF ROUND ROCK TEXAS BOOSTER PUMP.. STATION - 1981 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, 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 obligation shall be void; otherwise to remain in full force and effect; 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Provided, however, that this bond provisions of Article 5160 of the Texas as amended and all liabilit determined in accordance with the to the same extent as if it were 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 this sth day of MAY 1981. HOGAN_. MECHANICAL, _INC. Principal By A FRANK HOGAN A. C. TINCH, JR. Title PRESIDENT Address p.. O. BoX 28340 is executed pursuant to the Revised Civil Statutes of ies on this bond shall be provisions of said Article copied at length herein. COMMERCIAL.UNI�� U' _ COMPANY Title ATTORNEY -IN -FACT Address p, Q. BOX 29069 SAN ANTONIO, TEXAS 78228 SAN ANTONIO, TEXAS 78229 The name and address of the Resident Agent of Surety is: HARDING- CONLEY- DRAWERT.- ..TINCH. INS. AGENCY, INC. 4203 WOODCOCK, SUITE 104, - s£F ANTONIO, TEXAS 78228 PB -4 � e � „ � fcM of I nsu ran ce iagglMEiT1+A At{dirF,N Of 1014OAMATIDN_ONLT AND CONFERS NO RIGHTS UPON THE CERNFICATE fr1OI DOES ,ROT . AMEND •EXTEND DR ALTER THE, COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. cro C G, CUOWIO T THIS .CEHOT C.AIl NAM /' AND ADORES 10) A1,1. NO Harding- Conley Drawert - Tinch Ins. Agency, Inc. Post Office Box 29069 San Antonio, Texas 78229 NAME AND ADI?H'» .1( INSURED Hogan Mechanical, Inc. Post Office Box 28340 San Antonio, Texas 78228 Day Is 10 curtaY that policies of insureo,.e Imtad bcluw nave been ssued 10 the insured named above and are in force at thi time. - Notwithstanding any requirement, term or condition of any rontoact or 501er =cuff lent «nr. respev[ Io rvrnch this certificate may be issued o may pertain, the Insurance afforded by the policies described herein is subject 10 all the terms. enclus,ons end conditions 01 sisal polio,. 511115 1 Y PL Of , N:UlMNCI GENERAL LIABILITY • (,51.1 r Cxl �C,MPRLDENs,LI , A L xl 51 ", ,F , tit , : u lo•.n„v ;,N.i ,. ( 11PS1 A)nfh i xJ UNUI 1791.,U1, ,i,L,ul r gj P In, 1:: f IiMF'i 1 LI) _yy�� I I)DLlhnI IIiNS rIA /n,Rl; L`_7 U/,1 INSL,II.,N,. 11111,51 I' „RM F1t„I 1 I `x 1 15,:1 5) NIB NI v5, I R,0NA, 115 151 A AUTOMOBILE LIABILITY L�1 LAN(1' r7 EXCESS LIABILITY L J „01111, 1 10) 1,,1,51 n ,1!rIR: HAN,111,! ( WORKERS' COMPLNOnIION A alld EMPLOYERS' LIABILITY OTHER B INSTALLATION 5111 11 Y NUMBER POLICY EXPIRATION DATE 0- DM- 879E728 -5 -80 7-11 -81 * CITY OF ROUND ROCK, TEXAS IS NAMED AS ADDITIONAL INSURED 50- NSA- 879E731 -6 -80 7-11 -81 * CITY. OF ROUND ROCK,. TEXAS IS NAMED AS ADDITIONAL INSU D D0- UB- 879E710 -7 -80 7 -11 -81 EE- M- 879E698 -3 7 -11 -81 COMPANIES AFFORDING COVERAGES COMPANY LETTER - The Charter Oak Fire Insurance Company COMPANY COMPANY C LETTER ` 'OMPANY D ETTEp COMPANY C LETTER L Limits of Liabilit in Thousan s EACH OCCURRENCE BODILY INJURY PROPERTY DAMAGE BODILY INJURY me PROPERTY DAMAGE, COMBINED 5 PERSONAL INJURY BODILY INJURY (EACH PERSON/ BODILY INJURY' (EACH ACCIDENTS PROPERTY DAMAGE BODILY INJURY AHD PROPERTY DAMAGE COMBIN D BODILY INJURY AND PROPERTY DAMAGE COMBINED 55A1' UIURY I AGGREGATE $ 300 $300 $ 100 0 100 s 250 s 500 s 100 '100 I. RISK OF DIRECT PHYSICAL LOS 81,500,000 Limit rl d SCRIPTION DATE ISSUE - sr NTATIVE OPERATIONS /LOCAT IOIYSNLN CLES BOOSTER PUMP STATION, 1981 ROUND- ROCK, TEXAS Cancellation: Should any of the above desciWed policies be cancelled before the expiration date thereof.• the issuing com- pany will endeavor to mail _ days written notice. to the below named certificat@•YaOJ ( er. but tailure to • mail such notice shall impose no obligation Or liability.ot any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: CITY OF ROUND ROCK 214 EAST MAIN STREET ROUND ROCK, TEXAS 78664 AUTHO RED RCM A. C. Tinch, Jr. 1 1 1 1 1 1 1 1 1 1 1 1 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing under the laws of the Commonwealth of Massachusetts, and having its principal ee in the City of Boston, Mass., hath made, constituted and appointed, and does by these presents make and constitute and appoint A- orawert, Homer M. Conley, R. Barclay Harding, A. C. Tinch, Jr., all of San Antonio, Texas and each of them its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and confirming all the acts of said Attorney -in -Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the COM- MERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty - seventh day of July, 1972: Resolved, That the President, or any Vice- President, or any Assistant Vice President, may execute for and in behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secre- tary; and that the President, or any Vice President, or Assistant Vice President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto; and that the President, or any Vice - President, or any Assistant Vice - President, may at any time remove any such Attorney -in -Fact and re- voke all power and authority given to any such Attorney -in -Fact. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty - seventh day of July, 1972: "Resolved: That the signature of the President, or any Vice - President, or any Assistant Vice President, and the signa- ture of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting any bond, un- dertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where 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." IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by 1 its Assistant Vice - President and its corporate seal to be hereto affixed, by its Secretary this 27th day of October 1980 I Attest Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further, Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by -laws of the company as well as any resolution of fhe Directors having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of Attorneys -in -Fact. Raymond M. D 1/ Secretary I COMMONWEALTH OF MASSACHUSETTS COUNTY OF SUFFOLK SS. COMMERCIAL UNION INSURANCE COMPANY By day of MAY Robert I.6pe Andrejs 1. Grots — Assistant Secretary Assistant Vice- President On this 27 th day of October 19 before me personally came Robert I. Spencer, Assistant Vice - President, and I Raymond M. Defossez. Secretary of the COMMERCIAL UNION INSURANCE COMPANY to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn. severally and each for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such c:?`_tr; were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. Sandra Wischow — Notary Public (My Commission expires ' CERTIFICATE P Augurr 1, 1985) I, the undersigned. - Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors set forth in the power of attorney are now in force. 1 Signed and sealed at the City of Boston. Dated this 8th 19 81 * (8) INFORMATION REQUIRED OF LOW BIDDER The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Address 0, Box 28340, San Antonio, Texas 78238 (2) Telephone(512) 684 -1915 (3) Type of firm: ( ) Individual, ( ) Partnership, (XX) Corporation (4) Corporation organized under the laws of the State of Texas (5) List the names and address of all members of the firm or names and titles of all officers of the corporation: Frank Hogan, President 4927 View Dr.,San Antonio, Texas 78228 Willard N. Schwab, Executive Vice Pres.,Rt.4,Box 4114,Boerne.Texas 78006 David L. Smith, Vice Pres. 6823 Farrow P1. San Antonio, Texas 78240 (6) Number of years experience 24 (7) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner $ 8 6,137 00 W w T P 12 /11/80 City Of San Antonio, Texas $ 352,300.00 W.W.T.P. 10/1/80 City Of San Antonio, Texas $ 494,900.00 W.W.T.P. 5/15/81 El Oso Water Supply List the name and address of each subcontractor who will perform work in or about the work or improvement in ex- cess of one -half (1/2) of one percent (1%) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name Address Work to be Performed Hallmark Elect. Co P.O.Box 30027,SAT. Electrical San Blon Co. P.O.Box10025,SAT, Painting Texas (9) Payment of taxes, in the State of Yes XX No Page 1 of 2 * There are several other items that we will Sub - Contract, that we had no quotations on at the time of bidding. We will notify you as soon as these are awarded. (10) If requested by the Owner, the Low Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently compre- hensive to permit an appraisal of his current financial conditions. Page 2 of 2 THE STATE OF TEXAS COUNTY OF BEXAR CONTRACTOR'S ACT OF ASSURANCE BEFORE ME, Marjorie Hogan , a Notary Public, duly commissioned and qualified, in and for the County of Bexar , State of Texas, came and appeared HOGAN MECHANICAL, INC. (herein represented by Frank Hogan its President , pursuant to and by virtue of the provisions of a resolution adopted by the said Corporation on thel8th day of May 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 Frank Hogan has assured and does hereby assure the Texas Water Development Board that the said HOGAN MECHANICAL. INC. 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 Booster 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 HOGAN MECHANICAL,, INC. 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 HOGAN MECHANICAL, INC. the construction of said project, and the said HOGAN for MECHANICAL, INC. hereby waives and agrees to waive any and all claim to monies due the said HOGAN MECHANICAL INC. 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 HOGAN MECHANICAL, INC. and (2) CITY OF ROUND ROCK, TEXAS and /or the Texas Department of Water Resources, upon a finding by the Texas Water Develop- ment Board that the said HOGAN MECHANICAL, INC. 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 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 HOGAN MECHANICAL, INC. as enumerated under Items 1 -4 above. HOGAN ECHANICAL, INC. By Sworn to and subscribed before me this the 18th day of May , 1981. A nil Notary 7 in anJ for Bexar Co nty, Texas My commission expires 10/31/84 "RESOLVED, that Frank Hogan, President of Hogan Mechanical, Inc. is authorized and empowered to comply with certain required conditions for the investment of Water Development Funds of the State of Texas in the construction of a booster pump station project at Round Rock, Texas, and will construct said project only in accordance with all laws of the State of Texas, and all rules, regulations and policies of the Texas Water Development Board." I, the undersigned, do hereby certify'that the above is a complete, true and correct copy of"a resolution of the Board of Directors of Hogan Mechanical, Inc., a corporation duly organized and existing under the laws of the State of Texas, which resolution was duly adopted at a specially called meeting of the said Board, held on the 18th day of May, 1981, a quorum being present, and are set forth in the minutes of said meeting; that I am the keeper of the Corporate seal and of the minutes and records of said Corporation; and that the said resolution has not been rescinded or modified. IN WITNESS WHEREOF, I have hereunto set my hand and Corporate seal of this Corporation this 18th day of May, 1981. Hogan 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 COPY OF RESOLUTION AUTHORIZING SIGNING OF CONTRACT "RESOLVED, that Frank Hogan, President of Hogan Mechanical, Inc., is authorized to sign the contract with the City of Round Rock, Texas, to construct the Booster Pump Station." I, the undersigned, do hereby certify that the above is a complete, true and correct copy of a resolution of the Board of Directors of Hogan Mechanical, Inc., a corporation duly organized and existing under the laws of the State of Texas which resolution was duly adopted at a specially called meeting of the said Board, held on May 22, 1981, a quorum being present, and are set forth in the minutes of said meeting; that I am the keeper of the Corporate Seal and of the minutes and records of this Corporation; and that the said resolution has not been rescinded or modified. IN WITNESS WHEREOF, I have hereunto set my hand and the corporate seal of this Corporation this 22nd day May, 1981 . Secrete y of HogafM Inc. GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Page 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 Subcontractors 8 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 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 WORK 15 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 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. DEFINITIONS GENERAL CONDITIONS OF THE AGREEMENT 1.01 Calendar Dax. A calendar day shall be the 24 hour period from one midnight to the next consecutive mid- night. 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. 1.04 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 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- 1.06 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 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 a 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 Substantial) Completed. The term "substantially com- pleted" shall mean twat 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- 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 Modify Methods 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 such order. -3- 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, on their property as a result of the prosecution of the 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 furnish 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- 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 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 -6- Method "C" - If neither Method "A" or Method "S" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra 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 15% 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 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 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 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 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- 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall 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 Superintendence and Inspection. 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 Pro. In tie 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 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 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 of Progress. 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's Compensation 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 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- 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- 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 -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 fail 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 -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 Equipment. In the event the statement of accounts shows that 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 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 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 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. 9.05 Certificates of Completion. 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 has been 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. -26- SPECIAL CONDITIONS OF AGREEMENT SECTION 01 - INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Haynie & 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 Owner. 01 -06 OWNER SPECIAL CONDITIONS OF AGREEMENT 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 15% 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. 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. SECTION 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 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 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 (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 (B) 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 SECTION 03 - INSURANCE (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. 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 the Contractor, any of his sub- contractors 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 individuals as indicated 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 the building 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 TECHNICAL SPECIFICATIONS ITEM NO. 1 - PUMP STATION SITES, 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 - None required. Final grading furnished by other contract. (b) Excess Material - Excess material from ex- cavation, not required or unsuitable for backfill, shall be hauled and spread in designated area shown on Plans. (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 95% 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 by other contract. 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. 1:2 ITEM NO. 2 - CONCRETE 2.1 GENERAL 2.2 SCOPE 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, the letter the grading of the aggregate, and the last number the compressive 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 -B -3000 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. 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. All 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 2.5 WATER 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. 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 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 SO4. 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 SO4. 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. 2:3 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 of 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 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: 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 Water 6 -8 9 2:5 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 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 Cement Scales Water Scales 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 (1 %) for cement, one percent (1 %) for water, one and one -half percent (1 -1 /2%) for any size of aggregate, nor one percent (1%) for the total aggre- gate in any batch. 2:4 25 lbs. 5 lbs. 5 lbs. 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 0-1752. 2.14.3 Asphalt -Latex Emulsion Joint Sealant Asphalt -latex emulsion joint sealant shall be de- signed for mixing and application by hand methods 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 Test Method Determination No. Requirements Remarks Furol Visco- ASTM 80 -250 Sec. Before adding setting sity at 77 ° F D -88 agent. Sieve Test ASTM 1% Max. Before adding setting D -244 agent. 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. 70% 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. 70% 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- hrs. Setting Time ( ASPHALT -LATEX EMULSION JOINT SEALANT Calif. 60 Min. Max. Pour material into a 6 -oz. 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 emulsifying agent. Rubber latex shall be natural rubber or synthetic latex containing approximately 40% solids. The resulting emulsion shall consist of a minimum of 55% paving asphalt and a minimum of 36% 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: 2:10 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 2.15.1 General 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 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 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 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. Mates 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. 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. 2:12 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. 2.15.3 Forms 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. 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. 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. 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. Unless 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. 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. 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 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 Forms shall 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 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. 2:17 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 30 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. 2.15.10 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 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 by the concrete and forms shall be thoroughly wet- ted. All free standing water shall be removed. Reinforcing steel and form shall be free of scale, oil film, hardened concrete. Formwork shall have specified coatings. 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 olcl 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. 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 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 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 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 concrete into wall forms shall not excess 4'0" 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 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 ") chamber 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 chamber 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 2.15.18 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 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 Cis 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. 2:25 2.18 DEFECTIVE WORK 2.19 TESTS 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. 2.19.1 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. 2:27 ITEM NO. 3 - PAINTING (GENERAL - OTHER THAN TANKS) 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 Ferrous metals Fed. Spec. TT -P -86a Grey (Red Lead) Exposed wood (outside) Primer Final Coat Metal Building Colors (See Item No. 6 - Booster Pump Selected by Station Bldg.) 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 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 2 coats Dupont Lucite (white) ITEM NO. 4 - WATER PIPELINES, FITTINGS, VALVES, AND APPURTENANCES 4.1 DESCRIPTION This section of the Specifications shall govern for all materials incorporated in the work as pertains to construction of water pipelines and appurtenances. 4.2 MATERIALS - PIPE Steel pipe shall conform to current AWWA Stan- dards C201 and C202. Galvanized iron pipe shall be standard strength, threaded and coupled. 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. Ductile iron pipe and concrete steel cylinder pipe shall conform to current AWWA Standards for pressure class as shown on the Plans. Asbestos cement pipe (AC) shall conform to cur- rent AWWA Standard C400 for pressure Class 200, as shown on the Plans. Fittings shall conform to AWWA Standard C110 (Ring -Tite or equal). Copper pipe shall conform to ASTM Specification B88 for Type K seamless annealed. Underground piping shall be joined with flared fittings. All pipe shall be of domestic origin unless satisfactory warranty is provided. 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. 4:1 All butterfly valves shall conform to current A.W.W.A. Standard C -504 and shall be Dresser Style 1450 or approved equal. 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 AND 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, 35% 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. 4.5 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. 4:2 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 im- mediately 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 inches (6 ") 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 defined as the area from six inches (6 ") 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 dam- age during the excavation and backfilling of trenches, and if damaged, shall be repaired by the Contractor at his expense. The Contractor shall verify the location of existing utili- ties far enough in advance of construction so that necessary adjustment of alignment and /or grade may be made. The Con- tractor shall give the Owner of the existing utility or pipe- line 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'). 5.8 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 100 %, but not greater than 120% of the pipe pressure class of 5:3 the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. pipe. where: Ductile iron shall be tested as a Class 150 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 1P 3,700 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. 5.9 DISINFECTION OF COMPLETED WATER LINE Before being placed in service, the entire sys- tem shall be disinfected and thoroughly flushed until two consecutive samples of chlorine free water from each line is found to be free of organisms of the Coli - Aerogenes group. The disinfection and submission of samples by the Contractor shall be in accordance with the requirements of the Texas Department of Health Resources. If granular calcium hypo - chlorite is used, it must first be dissolved in water. HTH (granular or powder) shall be placed in each joint of pipe as it is laid. 5.10 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 MEASUREMENT AND PAYMENT All piping, valves, fittings and other appur- tenances will be measured and paid for at the contract lump sum as bid on the contract for the item of work of which this is a component part. 5:4 ITEM NO. 6 - BOOSTER PUMP STATION BUILDING 6.1 GENERAL These Specifications describe a 30' x 44' (outside slab dimension) metal building for the Booster Pump Station in Round Rock, Texas. The work includes clearing and excavation, foundation and building construction and plumb- ing, electrical and mechanical installations. The Contractor shall furnish all labor, materials, equipment, tools and all incidentals for accomplishing the work as shown on the Plans and as described in these Specifications. The building manufacturer shall coordinate with the Contractor and Electrician for the addition of fram- ing, where necessary, to mount and support control panels. 6.2 REINFORCED_ CONCRETE FOUNDATION The building manufacturer shall supply a foun- dation design to support the building. The foundation design included in the Plans is a minimal design without considera- tion of the building. The building foundation design shall modify the design presented in the Plans, as required. 2 - Concrete. 6.3 STEEL Reinforced concrete shall conform to Item No. Steel bars form reinforcing shall conform to the current Specifications for "Billet -Steel Bars for Con- crete Reinforcement" ASTM Designation A -15, Structural and Intermediate Grades, and when placed in the work shall be free from dirt, rust, mill scale, grease, oil, or other for- eign matter that will reduce the bond. All steel shall be domestic. 6.4 SITE WORK The Contractor shall grade the site so that the floor slab shall be level or sloped as shown on the Plans. Fill material shall be imported as required, and such fill material shall have a plasticity index of not more than 16. Fill material and floor subgrade shall be compacted to 95% of maximum density at optimum moisture in accordance with AASHO T -99. 6:1 6.5 FLOOR SLAB It shall be Contractor's responsibility to ensure that the floor slab is laid to the proper grade. The Owner will set a bench mark, if not already set at the site, for the slab and a location stake for one corner of the slab. It shall be the Contractor's responsibility to locate the other corners so that building dimensions and angles are cor- rect. A grade beam shall be around all sides, and tie beams as shown on the Plans. The floor slab shall be 6 inches thick and shall be reinforced by No. 3 bars spaced 12 inches apart each direction. Reinforcing steel shall be held in position by supporting chairs or by other means as approved by the Engineer. Concrete work shall be as described in Item No. 2 - Concrete. 6.6 BUILDING The building shall be 30 feet wide and at least 44 feet long (30' x 44') with a clear span throughout and shall have an eave height of 18'0" on the high side and shall have a roof slope as shown on the Plans. Framing shall be of steel in accordance with AISC and AISI design and gauge specifications anchored to slab with 5/8" bolts. Covering shall be 26 gauge multi -rib galvanized steel panels, long continuous length, with 1/4" hexagonal head, cadmium - plated, self- tapping screws with steel back neoprene washers. Gables shall be flashed with galvanized box -type facia trim. Wea- ther- seal box gutters shall be provided. Galvanized steel for gutters, downspouts, trim, flashing, and other miscellaneous uses shall be 26 gauge or heavier and shall conform to ASTM A -446, 1.25 ounce coating and shall be white. Eaves gutters, 4 -1/2" x 6 ", shall be formed to match the sculptured profile of the gable facia and equipped with heavy gauge, galvanized adjustable supports of 24 -inch centers. Square downspouts shall be equipped with wall attachments, 45 elbows at the floor line and precast concrete splash blocks. Gutters shall not be installed over doors. Metal wall and roof panels shall be coated on both sides with heavy -duty rolled on color in a shade select- ed by the Engineer. Color coatings on the exterior side of the panels shall have a 5 -year performance rating. The in- terior side of the panels shall have a white wash coat. 6:2 The roof shall have standard ribbed white plastic skylights as shown on the building Plans. The building shall include two (2) circular turbine ventilators with 20" throat, bird- screens, and ad- justable dampers, chain operated from plant floor. Two (2) overhead doors, 12 feet wide by 12 feet high (12' x 12') shall be provided, located as shown on the Plans. The doors shall be roll -up type and chain operat- ed. The building shall include an "I" beam above the centerline of the booster pumps, complete with trolley and 2 -ton hoist with required chain operator for operation from the floor. Design Criteria: (a) Structural Mill shapes and welded plate sections shall be designed in accordance with the latest edi- tion of AISC, "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings ". Cold formed steel members shall be designed in accordance with the latest edition of AISC, "Light Gauge Cold- Formed Steel Design Man- ual". (b) Roof line load shall be applied to the horizontal roof projection and shall be 20 psf. A design wind loading of 25 psf shall be applied to the primary fram- ing and bracing in accordance with the MBMA "Recommended Design Practices Manual ". A design wind pressure 25 psf shall be applied to the wall panels and girts. The structure shall be designed to withstand an uplift pressure of 31.25 psf. (c) The building manufacturer shall furnish a letter of design certification with the seal of a registered professional engineer in the State of Texas. This certifica- tion shall be submitted prior to commencement of construc- tion. Structural Framing (a) Primary and secondary structural framing shall be shop fabricated and field bolted. If required for minor modification of secondary framing or for field located accessories, field cutting, drilling and welding, shall be noted on drawings of building manufacturer. 6:3 (b) Steel structural members fabricated from plate or bar stock shall have the flanges and webs joined on one side of the web by a full penetration continuous automa- tic submerged arc welding process and shall have a minimum yield strength of 42,000 psi (ASTM A -529). Subject to ap- proved design stress analysis on frame prior to fabrication. (c) Hot rolled sheet, plate and strip used in welded plate sections shall conform to the requirements of ASTM A -36, A -529, A -572 Grade 42, or A -570 Grade E, as re- quired by design. Hot rolled sheet and strip used in cold formed members shall conform to the requirements of ASTM A -245 Grade E, or A -570 Grade D, with a minimum yield strength of 50,000 psi. (d) Cold formed sections shall be manufactur- ed by precision roll or brake forming. (e) Shop connections shall be welded in ac- cordance with the AWS Standard "Structure Welding Code" lat- est edition. Welders and the welding process shall have been previously certified by an independent testing laboratory. Flange to web welds shall be by hand arc process. Butt welds in flange and web plates shall be full penetration. (f) Field connections shall be bolted. High strength bolts shall be installed by the turn of the nut method. Bolts shall be: Bolts; ASTM A -325 ASTM A -307 Primary connections - High Strength Secondary connections - Machine Bolts; (g) Primary framing shall be either welded built -up sections or structural mill shapes, either constant or tapered section. (h) Purlines, girts and eave struts shall be either cold formed or structural mill sections. (i) Base angles for attaching the bottom of the wall panels will be continuous and anchored to the con- crete foundation. (j) Flange bracing shall be cold formed and shall laterally brace the inside unsupported flange of pri- mary framing as required by the design. 6:4 (k) Framed openings shall be structurally framed as required by the design loads. (1) Shop painting. All fabricated structural steel, after inspection for accuracy of fabrication, shall be cleaned to remove loose mill scale, rust, flux, dirt, and other foreign matter, and receive one coat of shop primer. 6.7 METAL BUILDING ACCESSORIES Personnel Doors Door frames shall be furnished with weather - tight head and jamb trim. Door leaves and frames shall be bonderized and painted one coat rust inhibitive quality pri- mer, neutral tan color, oven dried, and conforms to ASTM specifications #D -714 and #B -117 for humidity cabinet and salt spray tests. Finish paint system shall be two coats of enamel of color to match building. Door leaves: Door leaves shall be standard duty, seamless hollow steel construction conforming to com- mercial standard CS242 -62, U. S. Department of Commerce, and the Steel Door Institute Specifications for Type I Classifi- cation. Door leaf shall be 3' -0" x 7' -0" x 1 -3/4" with No. 20 gauge, roller leveled, prime quality, cold rolled, seam- less, steel face sheets. Door leaf core shall be one piece honeycomb securely bonded to both face sheets. Door leaf edges shall be mechanically interlocked. Door leaves shall be mortised for 4 -1/2" template hinges and prepared for gov- ernment series 160 type locksets. Door frames: Door frames shall be 16 gauge steel, with 2" face, 5 -3/4" deep. Door frame corners shall be mitered on knock -down frames. Hinge jambs are mortised for 4 -1/2" x 4 -1/2" template hinges. Lock jambs are prepared for government series 160 lock strike. Two rubber door silencers shall be furnished for strike jambs or frame heads. Hardware: Hinges shall be 4 -1/2" x 4 -1/2" by 10 gauge, full mortise, plain bearing, steel prime painted, three per door leaf. Lockset shall be standard duty, bronze plated, keyed alike, government series 160 A or equal. Overhead Door Openings Overhead door openings shall include a cold - formed structural framed opening and weathertight head and jamb trim. All necessary framing and hardware for installa- tion and operation of the doors will be provided by the door manufacturer. 6:5 Aluminum Windows (As Shown On Plans) Windows shall conform with all requirements of the A.A.M.A. 302.9 -1972 (Architectural Aluminum Manufacturers Association), master specifications DH -A2 HP and HS- BI -HP, and ANSI A134 -1 -1972. Type and sizes as shown on the draw- ings shall be furnished with all necessary hardware. Materials: All structural members of windows shall be of extruded aluminum 6063 -T5 alloy, .062" thick within commercial tolerances and A.A.M.A. specifications. Structural aluminum shall have ultimate tensile strength of 22 ksi, and a yield strength of 16 ksi. Glass shall comply as to ratings of design pressure in high wind zone areas. Exposed surfaces of all aluminum members are to have a Class I extruded mill finish. Windows shall be horizontal or vertical slide windows as shown on the Plans. Slide windows' sash shall not be removable and shall slide on extruded rigid vinyl glides. Sash checkrail shall be tubular hollow extrusions for addi- tional strength. Glazing shall consist of S.S.B. glass. Removable half screens shall be provided with fiberglass mesh. Skylights and Wallights Translucent skylight and wallight panels shall be moulded to the configuration of the covering and shall be of polyester base fiberglass reinforced. The skylights and wallights shall be white with an approximate light transmis- sion of 60% and heat transmission of 30 %. Skylight(s) shall be provided in locations as shown on the Plans. Standard duty skylights and wallights shall be 0.060 inch nominal thickness conforming to Commercial Stan- dard CS 214 -57, Type II, Fire Retardant, U. S. Department of Commerce. 6.8 INSULATION This section includes partition insulation necessary to insulate walls and ceiling in the metal build- ing. The roof and outside walls shall have a 1 -1/2" thick fiberglass blanket -type insulation with a minimum "R" value of 5 and a 0.004" vinyl vapor barrier facing on one side. Insulation shall be supported between steel members by a 2" galvanized wire mesh. 6:6 6.9 CAULKING This section includes caulking, sealing and other related items necessary to complete project. Include as the major part of the work: sealing of joints between exterior perimeters of door frames, window frames, louver frames, and other items occurring in openings in exterior walls. All other exterior sealing as required to provide weathertight conditions in exterior walls. Caulking around perimeters of interior door and window frames. All other interior caulking. Guarantee The cauling and sealant applicator shall fur- nish to the Owner, a written guarantee covering all defects of materials and workmanship that occur within a period of one year from the date of final completion of the building. Should any leaks or other defects in materials or workmanship develop within this time the caulking and sealant applicator shall be bound by the guarantee to make all necessary repairs and replacement at no cost to the Owner. Materials Exterior sealant for general use shall be gun - grade, one -part acrylic based, liquid polymer sealant meeting Federal Specification TT -S- 00230; equal to "Mono - Lasto - Meric" by Tremco Manufacturing Company. Interior caulking compound for general use shall be gun -grade elastic compound, meeting Federal Speci- fication TT- C -598B; equal to "Synthetic Resin" by the Tremco Manufacturing Company. Installing Compound shall generally be applied by means of hand guns, without smearing of adjacent surfaces. Sufficient pressure shall be used to solidly fill all voids and joints. Caulk joints before final coat of paint is applied to adjacent surfaces. Saddles or thresholds of exterior doors shall be set in full bed of exterior sealant not less than 3/8 inch thick. Clean off excess compound after installing. 6:7 Cleaning Adjacent materials which have been soiled by the work of this section shall be cleaned immediately. Par- ticular care shall be taken to avoid staining any part of exposed finished work. Any damage to such work shall be made good at no cost to the Owner. Remove all cartons, debris, emptied tubes, etc. as the work progresses, and finally at completion of caulking and sealing work. 6.10 INTERIOR PAINTING Materials Brand and grade must be approved by the Engi- neer. container. from dust. All paint shall be brought to site in original Conditions a. Surfaces shall be clean, smooth, and free b. Knots and sappy spots shall be coated with shellac at least ten hours before first coat is applied. c. Prefinished cabinetwork and fixtures shall be protected with drop cloths. d. No interior painting shall be done until building is thoroughly dry. e. No outside painting shall be done in frosty, foggy, or excessively dusty or damp weather. Puttying a. Putty shall be applied after primer and whenever else required. b. Thoroughly work putty into all nail holes, joints, splits, checks, and other defects. Method of Application of Paint a. Paint shall not be thinned in excess of the printed directions of the manufacturer. 6:8 b. Spread evenly and brush out thoroughly, leaving the finished surface free from drop, ridges, waves, laps, and brush marks. c. Each coat of paint shall have a slight variation of color to distinguish it from the preceding coat. Clean -Up Upon completion, thoroughly clean all glass, injured surfaces and grounds and replace any damaged work of this or other trades caused by painting operations. metal building. finish). Enamel. 6.11 6.12 d. Allow each coat to dry thoroughly. Color Color selections will be made by the Owner. Schedule Exterior Wood - None. Exterior Doors - Pre - finished, furnished with Exterior Metal - (Not including factory Interior Trim and Doors - 2 Cts. Latex Interior Walls - 2 Cts. Latex Enamel. ELECTRICAL WORK Refer to Section 13. MEASUREMENT AND PAYMENT The lump sum price bid for the metal booster pump building shall include all labor, equipment, materials, and incidentals required to fabricate and install the build- ing, complete with concrete foundation, water, and drain pip- ing, and all specified appurtenances as shown on the con- struction plans. 6:9 ITEM NO. 7 - BOOSTER PUMP STATION - 1981 7.1 DESCRIPTION This work consists of furnishing all labor, equipment, materials, and performing all operations and in- stalling all equipment in connection with the construction of all work at the Booster Pump Station site. 7.2 SITE CLEARING & EXCAVATION The Contractor shall clear and excavate the Booster Pump Station site in accordance with the Plans and Item No. 1 of these Specifications. 7.3 STORAGE Materials and equipment delivered to each site of the work in advance of their use shall be stored on each plant site in such a manner as to not interfere with con- struction activities and to prevent damage by weather or van- dalism. 7.4 FENCING (NOT THIS CONTRACT) Fencing of the Water Treatment Plant and Boos- ter Pump Station site will be done by others. Fencing will be required at the two isolation valve and vault assembly locations in accordance with the Plans and Item No. 14 of these Specifications. 7.5 PLANT PIPING Plant piping, valves, couplings and fittings of the various sizes, classes and materials shall be install- ed between and within the various limits as shown on the Plans. 7.6 BOOSTER PUMPS The Contractor shall furnish and install three (3) booster pumps at the Booster Pump Station site in accor- dance with the Plans and Item No. 8 of these Specifications. 7.7 PUMP CONTROL VALVES The Contractor shall furnish and install three (3) automatic pump control valves at the Booster Pump Station site in accordance with the Plans. The valves shall be 10" Model 60G -13B, with a back - pressure feature as manufactured by Cla -Val Company. Refer to the Bid Proposal for considera- tion of bids from alternate manufacturers of control valves. 7:1 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 materials. The valves will perform three functions as (1) Function as a check valve when pump is off. (2) Maintain a constant minimum back pressure by throttling action. follows: (3) Closes off when solenoid is activated from the high level electrodes in the existing Rabbit Hill Standpipe via telemeter signal. Opens when solenoid is acti- vated 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. Provide one -day start -up service by factory trained representative. tions: 7.8 RAW WATER SURGE ANTICIPATOR VALVE The Contractor shall furnish and install one (1) automatic surge anticipator valve in the booster pump station building in accordance with the Plans. The valve shall be an 8" Model 52 -03, as manufactured by the Claval 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 func- (1) Valve will release pressure to atmosphere to vent pressure surges in the event of power failure. 7.9 AUTOMATIC SOLENOID VALVE & VAULT ASSEMBLY (Located at Rabbit Hill Standpipe) The Contractor shall furnish and install at the existing Rabbit Hill Standpipe site as shown on the draw- ings, a 14" electrically actuated solenoid shut -off valve in a circular RCP (ASTM C -76, Cl. III) vault (diameter as shown on Plans). The installation shall include all connections to 7:2 existing piping, all yard piping, valves, site clean -up and grading, as shown on the drawings. Provide telemetering con- trol as described in Paragraph 7.10 below. The valve will be a Cla -Val Company Model #136DG -03 ABC with manual actuator, or approved equal. 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. tion: The valve will perform the following func- (1) The valve will open or close upon tele- metering signal to valve from electrodes existing Business Highway 81 North Standpipe. The valve will open upon power failure. 7.10 ISOLATION VALVE & VAULT ASSEMBLY (TWO) The Contractor shall furnish and install two (2) automatic isolation valves and vault assemblies at sepa- rate locations, as shown on the drawings. Each valve shall be a 12 ", electrically actuated solenoid and pressure reduc- ing shut -off valve installed in a circular RCP (ASTM C -76, Cl. III) vault (diameter as shown on Plans). The installa- tion shall include all connections to existing piping, all yard piping, valves, site clean -up and grading, as shown on the drawings. Provide telemetering control as described in Paragraph 7.10 below. The valve will be a Cla -Val Company Model #92EG -07 ABC, with manual actuator, or approved equal. 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. tions: The valve will perform the following func- (1) The valve will open or close upon tele- metering signal to valve. The valve will close upon power failure. (2) The valve will reduce pressure to a pre- set value under design flow rate conditions. 7:3 The Contractor shall furnish and install one (1) two -way flow altitude valve in an existing concrete vault at the 60,000 gallon downtown elevated tank including all required piping and fittings in accordance with the Plans. The valve shall be an 8" Model 210G -16AB, as manufactured by the Cla -Val Company. Refer to the Bid Proposal for consider- ation 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. tions: tank. 7.11 TWO -WAY FLOW ALTITUDE VALVE The valve will perform the following func- (1) Valve will control two -way flow into the 7.12 CONTROLS AND ELECTRICAL The Contractor shall furnish and install all electrical controls, motor starters, conduit and appurtenanc- es as are required at the Booster Pump Station site and other sites as shown on the Plans. Clearwell Electrodes: The Contractor shall furnish and install a floatless liquid level control system, as manufactured by the B/W Controller Corporation or approved equal, which shall serve to cut off and reset the booster pumps (three) when the water level in the tank has dropped to a certain level. Positioning of the electrodes shall be as shown on the control schematic of the project plans. Pump Control System (Three Booster Pumps): The Contractor shall furnish and install a telemetering pump control system in accordance with the Plans and Item No. 9 and No. 16 of these Specifications. Automatic Solenoid Valve Control System (Valve located at Rabbit Hill Standp The Contractor shall fur- nish and install a telemetering system for automatic control of the solenoid valve in accordance with the Plans and Item No. 9 of these Specifications. Isolation Valve & Vault Assembly Control Sys- tem (Two Separate Valve Locations as Shown on the Plans: The Contractor shall furnish and install a telemetering system for automatic control of each isolation valve in accordance with the Plans and Item No. 9 of these Specifications. 7:4 A11 electrical work shall conform to the National Electrical Code. Refer to Item No. 13 for specifications on wiring for underground and overhead installations. All indoor electrical enclosures will be NEMA 1 and all outdoor electrical enclosures will be NEMA 3 -R or 4. For each of the three (3) booster pumps and on the incoming feeder, provide Cutler - Hammer Type "P ", Catalog #D60PN, or approved equal, phase monitoring relays to protect the motors from a phase unbalance or phase reversal on the 480 volt, 3- phase, 4 -wire incoming power service. Install the relays on the pump motor starter enclosures or in a sepa- rate enclosure. Lightning arrestors and surge capacitors shall be installed on the service to each pump 50 HP or larger. Refer to specification Item No. 13 for additional data and requirements on lightning arrestors and surge arrestors. Installation and Placing in Service: Follow manufacturer's printed instructions. Furnish the services of factory- trained technician to check control system installa- tion, place system in operation and make necessary adjust- ments. Data To He Furnished: With data to be submit- ted for approval, include complete wiring diagrams. Space Heater: A 5000 watt forced convection type heater, wall mounted, shall be furnished and installed in the Booster Pump Station as shown on the Plans. The heat- er shall have thermostatic control. The heater shall be a G.E. Calrod #AF0502, 480 volt, 1- phase, single -heat unit, 510 CFM, or approved equal. Exhaust Fan: Exhaust fan shall be 16" Dyna- master Propeller Wall Fan, Model F16B6 -2, direct driven, 1/12 H.P., 1160 RPM, 1090 CFM @ 1/4" S.P. as manufactured by Acme Engineering & Manufacturing Corp., Muskogee, Oklahoma, or approved equal. Provide collar and automatic switch for mounting in wall of metal building with method as approved by Engineer. The fan shall have thermostatic control. 7.13 RAILROAD BORE & ENCASEMENT AND CONNECTION TO EXISTING 18" C.S.C. WATER LINE The railroad bore and encasement shall be of length and casing size as shown in the detail on the Plans. 7:5 The connection to the existing 18" C.S.C. (G.H.A., P -301) shown on the Plans shall be made with an 18" X 16" tapping sleeve and valve. The materials furnished and the company furnishing the tapping sleeve shall be as approved by the Engineer. For the Contractor's information, Gifford -Hill- America Pipe Company will provide a tapping service for a certain fee. 7.14 METAL BUILDING The Booster Pump Station shall be housed in a metal building as described in Item No. 6 - Booster Pump Sta- tion Building. 7.15 WATER METER Furnish and install at the booster pump sta- tion, as shown on the drawings, a 10 ", mainline water meter, Rockwell Model W -5500 DR /HSP, or approved qual, with instru- mentation, in a circular 60" diameter RCP (ASTM C -76, Cl. III) vault. The meter shall have 125# flanged ends and bronze main case and measuring chamber. The meter shall be rated for a maximum operating pressure of 150 psi. Its oper- ating range will be from 55 to 5500 gallons per minute with plus or minus 1 -1/2% accuracy. The meter shall have a maxi- mum pressure loss of 4.1 psi at a flow of 5500 gallons per minute. The mechanical register shall be a direct - reading type with capacity to register 1,000,000,000 gallons at 1000 gallons per sweep. Prior to shipment, the meter will be pressure tested, calibrated and accurately tested in the fac- tory. Furnish three (3) copies of all test data to the Engi- neer. The meter shall be installed in accordance with the manufacturer's recommendations. Furnish spare cover plate so meter chamber can be serviced without taking meter out of service. The installation will include the vault and all valves, fittings, specials and other items shown in the detail on the drawings. The instrumentation will include a Rockwell Model 1000 ACT -PAK totalizer /flow indicator to be mounted with panel brackets on the interior wall of the booster pump station. The flow rate indicator shall have a 3 -1/2" wide scale horizontal panel meter to read in "gallons per minute" from 0 to 7000 GPM. The re- settable totalizer shall read in "gallons ". Provide an auxiliary electrical contact to allow the water treatment plant Contractor to install a signal line 7:6 from the booster pump station building to an ACT -PAK unit provided by him at the water treatment plant building. Cable by Belden 8770 or approved equal shall be used. Submittals of equal equipment by other manu- facturers shall be submitted to the Engineer 96 hours prior to the bid opening date for consideration of pre- qualifica- tion. 7.16 SUMP PUMP Furnish and install a hydromatic Model No. SP25AB or approved equal, all bronze, sump pump to deliver 1600 GPH at 15 feet TDH. The motor shall be 1/4 HP, 115 volt, single phase, with a 10 foot long 3 -wire cord. Dis- charge piping shall be 1 -1/4" diameter with a hydromatic No. HCV -125 check valve to be installed vertically in the pump discharge piping. 7.17 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. 7:7 BOOSTER PUMPS SPECIAL PROVISION NO. 1 TO ITEM NOS. 8 AND 10 A. GENERAL - Furnish three (3) complete pumping units: 1. The units to consist of vertical turbine pump, hollow shaft motor; and steel suction case (see Item Nos. 11 and 12). 2. Manufacturer to be Byron- Jackson, Aurora, Peerless, or other pre - qualified manufacturers. 3 Installer of pumps must have service available within 100 miles of City of Round Rock and shall have exper- ience in installation of vertical turbine pumps for last five (5) years. 4 Selection for each pump shall be Model No. 15 MQH, 3- stage, as manufactured by Byron- Jackson or approved manufacturer per Paragraph 2 above. B. PERFORMANCE - Units to meet the following conditions at rated point: Rating Design Point Minimum Capacity TDH Speed Pump Efficiency 2100 GPM 282 Ft. 1750 RPM 85% (122 psi) C. MOTOR CHARACTERISTICS 1. Power Supply - 480 volts, 3- phase, 60 Hz. 2. Motors - High thrust, vertical hollow shaft, 1800 RPM, 1.15 service factor, Design B, Shielded Drip - proof. Each motor shall be 200 H.P. 3. A time -delay relay (0 -10 minute range) will be pro- vided for the 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. Special Provision No. 1 to Item Nos. 8 & 10 1/1 ITEM NO. 8 - VERTICAL TURBINE PUMPS, CLOSE COUPLED 8.1 GENERAL Furnish pumps in quantity and performance desig- nated on each preceding Special Provision to this Item. Pumps to be water lubricated, open shaft construction and with design features and materials specified below. 8.2 PUMP HEAD Gray cast iron, Class 30, above base discharge with A.S.A. 125 -1b. flanges, bolted base for mounting on fab- ricated steel suction case. Include 3/16 -inch rubber gasket; design for 75 -foot static head. Equip with lifting lugs or eyes. 8.3 BOWLS, SUCTIONS, AND DISCHARGE PIECES Gray cast iron, Class 30, tongue and groove fit- ted for accurate alignment. Suction bell contoured for grad- ual change in velocity, fitted with SAE 64 bronze bearing. Discharge piece or last stage bowl fitted with SAE 64 bronze bearing. Fit bowls with bronze wear rings, SAE 64. 8.4 IMPELLERS Enclosed or semi -open, non - coated cast bronze, SAE 40, sandblasted before machining, hand - filed, polished, dynamically and hydraulically balanced. Fasten to shaft with tapered collets, A.I.S.I., Type 316 stainless steel. 8.5 IMPELLER SHAFT Stainless steel, A.I.S.I., Type 416, oversized to eliminate distortion. 8.6 BEARINGS Combination of bronze and neoprene cutless rub- ber on each side of each impeller. Shaft bearings - neoprene in SAE 64 bronze guides. 8.7 DISCHARGE COLUMN ASSEMBLY Shaft: A.I.S.I. C -1045 with A.I.S.I., Type 303 stainless steel or monel metal sleeves at bearings and pack- ing glands. Coupling, threaded type, A.I.S.I. B -1113 steel, cold drawn. Oversized to eliminate distortion. Extended shaft for use with hollow -shaft vertical motor. Shaft may be Type 416 stainless steel without sleeves. 8:1 Column and Coupling: Threaded connections, forged steel coupling, A -53 steel pipe. Glands and Seals: Combination grease and water lubricated packing gland; Class 30 cast iron packing box, SAE 64 lantern ring and packing gland; seal by -pass discharged to suction case; Alemite fitting for grease line; all components of non - corrosive material. 8.8 FACTORY PAINTING Discharge head to be primed with Sherwin - Williams Kem A and A Epoxy Enamel Primer and cover coated with S -W Kem A and A Epoxy Enamel, light gray. Outside the bowl and column assembly coated inside and outside with two coats obtaining a combined dry coating of 10 mils of Koppers Co., Inc., Poxitar applied in accordance with manufacturer's printed technical data bulletin. Equivalent coatings will be acceptable subject to approval. 8.9 PERFORMANCE TESTS Distributor of pumps will perform field tests at place of installation witnessed by Owner's inspector. Fur- nish certified test report in quintuplicate. Plot sufficient points to show conditions at cut -off, rated point, and minimum head at which pump operates without vibration and cavitation. Performance test curves to show TDH, capacity, efficiency, and brake horsepower. 8.10 DATA TO BE FURNISHED Furnish in quintuplicate for approval: (a) Certified performance curves showing TDH, capacity, efficiency, brake horsepower, and operating speed. (b) Outline dimensions, complete description and construction details, and complete materials specifications for parts, and coating. (c) Tabulated data: Rated TDH, capacity, and BHP Rated operating speed Maximum combined hydraulic and static thrust 8:2 Furnish three bound sets of operation and maintenance instructions, drawings, curves, and parts lists of pump and accessories. 8.11 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. 8:3 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 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 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 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 water 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 9.3.2 Telemeterinq 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 - 1981) 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 81 North 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 automatically controlled by liquid level in one tank. A B/W or approved equal telemetering system shall be provided. 9.3.2.5 Automatic Solgnoid Valve & Vault Assembly (ASV -1) The open -close operation of ASV -1 shall be 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 Road Pump 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 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 #1 and Existing 300 GPM Well Pump at Chisholm Trail Well Pumping Plant #2 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 by Booster Pump Station Contractor for Coordination 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 9.3.6 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. 9:8 ITEM NO. 10 - ELECTRICAL MOTOR, INTEGRAL HP, POLYPHASE, INDUCTION, VERTICAL, WEATHER PROTECTED, 250 HP AND SMALLER 10.1 GENERAL This item covers motors to be furnished as in- tegral parts of pumping units for outside installation. Cur- rent characteristics, speed, special features, and pump per- formance are covered by Special Provision. 10.2 SIZE Motor sized to operate continuously and without exceeding the nameplate rating for all pump loads from shut- off to minimum head. 10.3 TYPE Vertical, hollow shaft, squirrel -cage induc- tion, full voltage starting, normal starting current and torque; weather protected, Type I. 10.4 CONSTRUCTION Shielded drip -proof (interior installations), 60 degrees C. rise in NEMA frame sizes, 40 degrees C. rise in larger than NEMA frame sizes, ambient temperature 40 degrees C or WP -1 (exterior installations), as shown in Special Pro- vision to this Item. 10.5 STANDARDS Conform to ASA C50 and NEMA Mgl -1959, and sub- sequent revisions. 10.6 BEARINGS Ball or spherical roller, motor thrust bearing to carry rotor and flexible shafting connecting motor to pump. 10.7 MANUFACTURER Furnish motor manufactured by General Electric, Westinghouse, Allis Chalmers, Louis - Allis, U. S., Wagner, Marathon, or Electro- Dynamic. 10:1 ITEM NO. 11 - VERTICAL TURBINE PUMP SUCTION CASE 11.1 GENERAL Furnish suction cases for use with vertical turbine pumps specified by other items of Specifications. Cases to be furnished by pump supplier as integral part of pumping unit. 11.2 CONSTRUCTION Body, bottom and flange of ASTM A7 steel. Inlet pipe connection of ASTM A53, Grade B, butt welded or seamless, Schedule 40 pipe with ASA 125 pound drilling on flange connection; forged steel flange, ASTM A181, slip -on or weld -neck, 150 pound series with flat face if connected to cast iron companion flange. 11.3 WELDING Operations, processes, equipment, materials, and workmanship to requirements of applicable current stan- dard specifications of AWS. Use qualified welders. 11.4 PROTECTIVE COATING Coat inside and outside of case with Koppers Super Tank Solution Coating. Follow manufacturer's recommen- dations for surface preparation and application. Apply two coats (8 -10 dry mils per coat) to obtain a minimum of 18 dry mils total thickness. 11.5 DIMENSIONS Diameter: Refer to Plans Length: Refer to Plans Inlet Size: Refer to Plans Inlet Location: Refer to Plans 11:1 ITEM NO. 12 - INSTALLATION OF VERTICAL TURBINE PUMPING UNITS 12.1 GENERAL This item covers methods and procedures for installing vertical turbine pumps. Instructions for placing in operation and field testing, if required, are covered in Item "Vertical Turbine Pumps, Close Coupled ". 12.2 SETTING PUMP AND SUCTION CASE Pour concrete in foundation excavation to point two to three inches below bottom of suction case and allow to set. Make up pump and suction case as unit and set in place. Bring piping up to pump and align pump and piping so that no strains from piping will be transferred to pump. With pump level and aligned, pour wet grout to point one to two inches above bottom of case. Recheck alignment of pump and piping and proceed to pour concrete to upper construction joint after any corrections are made. 12.3 SETTING PUMP WITHOUT SUCTION CASE For installations where pump is set in open pit, block pump in place and bring piping up to pump, align pump and piping so that no strains from piping will be trans- ferred to pump. Level and align pump by use of shims and re- movable blocks or wedges or by use of adjusting nuts on anchor bolts below base. Place grout. Follow requirements of applicable item covering concrete structures for grouting material and procedures. After grout has set, recheck align- ment and piping and make corrections to piping. 12.4 SPECIAL PRECAUTIONS Check setting of impellers and make sure rotat- ing elements are free before turning on power. Check rota- tion of motor with pump drive disconnect. 12.5 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract price bid for item of work of which this is a component part. 12:1 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. 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 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 13:3 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 may 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 "red" concrete will be poured over the underground conduit. The top of the con- crete 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 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 4'6" 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 "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 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 & Surge Capacitors 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 larger to protect the motors from a phase unbalance or phase reversal on the 240 or 480 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. Lightning Arrestors & Surge Capacitors shall also be furnished for all 3 -phase motors, 50 HP or larger in addition to the secondary service. Install the arrestors and capacitors in the pump motor starter enclosure or in a sepa- rate enclosure. 13.13 LIGHTING AND CONVENIENCE FIXTURES AND DEVICES Light fixtures, complete with bulbs, shall be 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 be as follows: Outdoor Floodlights shall be two -light and three -light cluster outdoor lighting fixtures with Par -38 lamps for installation on the building exterior in quantities and locations as shown on the Plans. 13:8 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: Service Outlets shall be "Crouse -Hinds DS 338 -4" or equal; or equal; Light Switches shall be "Crouse -Hinds FS1801F" 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. 13:9 ITEM NO. 14 - CHAIN LINK FENCE (MANPROOF) 14.1 DESCRIPTION The 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. 14.2 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 ib. 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 0.20% and shall be hot - dipped galvanized to withstand same test specified for fabric. Sizes and details shall be as follows: Line Posts: Line posts shall be one of the following sec- tions: Terminal Posts: 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 posts - end, corner, pull, and brace posts shal be one of the following sections: Pipe Section, not less than 2 -1/2" O.D., 3.65 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 single or 12 feet wide double gate opening shall be one of the following sections: 14:1 Post Tops: Gates: Pipe Section, not less than 3" 0.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. 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 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 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 ib. 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. 14:2 14.3 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 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) Top 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 tools 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 14 :3 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. 14.4 MEASUREMENT AND PAYMENT Measurement and payment will not be made sepa- rately for chain link fence. The Contractor shall include the price for fencing in the lump sum price bid for which this work is a component part. 14:4 ITEM NO. 15 - BOWMAN ROAD PUMP STATION ALTERATIONS 15.1 DESCRIPTION This work consists of furnishing all labor, equipment, materials and performing all operations and in- stalling all equipment in connection with the construction of all work at the Bowman Road Pump Station and Downtown Elevat- ed Tank Site. 15.2 SITE WORK The Contractor shall restore the site to its original condition following the construction operations. 15.3 PLANT PIPING Plant piping, valves, and coupling & fittings of the various sizes, classes and materials shall be install- ed between and within the various limits as shown on the Plans. 15.4 SCHEDULING WORK The Contractor shall not disturb the existing function of the booster pumps, piping and control system except when duly authorized within certain hours of a 24 hour day as determined by the Owner. 15.5 BOOSTER PUMP CONTROL SYSTEM The Contractor shall furnish and install all telemetering controls as manufactured by B/W Controls or approved equal. Components for the floatless liquid level control system may include but are not limited to, 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 functioning installation as described herein and as shown on the Plans. The intended performance of the control system for the four booster pumps is described as follows: 15.5.1 The existing four booster pumps are currently controlled from a telemeter signal sent from the existing 750,000 gallon Business Highway 81 North Standpipe. A pres- sure sensor (manufactured by Bristol Instruments) at the base of the existing standpipe senses liquid level in the stand- pipe and sends signals via leased telephone lines to the Bow- man Road Pump Station to automatically start and stop and 15:1 alternate the operation of the four booster pumps. Existing low level overrides in the existing 500,000 gallon ground storage tank at the Bowman Road Pump Station site prevent the four booster pumps from starting when the liquid level in the ground storage tank is low. This existing automatic control system shall remain in operation with the proposed system added to it with a manual switchover feature to allow an operator to select which of the two automatic control systems he prefers to use. The switch shall be clearly marked with black plastic name- plates with white letters as follows: ( SWITCH CONTROLS - DOWNTOWN ELEVATED TANK - S.L.NO.1A 4 4." 15.5.2 The proposed automatic control system shall automatically start, stop and alternate the operation of the four booster pumps via leased telephone lines. The electrod- es shall be installed in the existing 60,000 gallon elevated tank located in downtown Round Rock as shown on the Plans. Provide new electrode wiring for lengthening the existing electrodes two feet each in the 60,000 gallon downtown ele- vated tank. This will allow the proposed altitude valve at the same location to provide a back -up feature to the tele- phone control system in case of failure in booster pump shut- down at the Lake Creek Pump Station and Bowman Road Pump Sta- tion. Telemetering equipment, as required, shall be install- ed inside and outside of the existing concrete block control building located at the Bowman Road Pump Station. 15.6 SYSTEM START -UP Provide the services of a technician experienc- ed in this type of automatic control system to be responsible for proper start -up and operation of the controls. It shall be the Contractor's responsibility to coordinate the work with the electric and telephone companies who will be provid- ing service to these facilities. 15.7 DATA TO BE FURNISHED Furnish the following for approval: descrip- tive data for the specified instruments and Control Schema- tic. 15:2 CONTROLS - BUS.HWY.81N STANDPIPE - S.L.NO.1B 1" 15.8 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. 15:3 ITEM NO. 16 - PUMP CONTROL SYSTEM (BOOSTER PUMPS) AND STANDPIPE LEVEL RECORDING 16.1 GENERAL a. Provide material and services necessary to furnish, install and place in service a complete system of controls as described herein, for Booster Pump Station - 1981. b. Use this Item with Specification Item No. 15 for general electrical construction. 16.2 TELEMETERING 16.2.1 Booster Pump Control & Rabbit Hill Standpipe Level Recording Transmitter: The transmitter shall be a Series 534 standard metameter transmitter as manufactured by Bristol Industrial Instruments. It shall take fluid pressure from a pressure tap, installed under this contract, in the proposed 14" piping at the point of tap into the Rabbit Hill storage tank, operating on 120 volt a.c., single phase, 50 -cycle cur- rent and transmitting a time duration d -c signal over a new leased telephone circuit. Range to be from 0 to 175 feet minimum. Bristol Model 0G534M -15 transmitter or approved equal shall be furnished and installed by the Contractor. Receiver: The receiver shall be a Series M500 standard metameter receiver as manufactured by Bristol Indus- trial Instruments or approved equal. It shall receive a time duration d -c signal from the Series 534 transmitter and con- tinuously record the level in the Rabbit Hill storage tank, as shown on the Plans. Recording shall be made on 12" circu- lar, 7 -day chart. Furnish a one -year supply of charts. The receiver shall be a Bristol Model IMIM 500 G13R3 or approved equal. Also furnish and install a Bristol Model 9JI power supply or approved equal. Install receiver in booster pump station building as shown on the Plans. Provide an auxiliary electrical contact to allow the water treatment plant Con- tractor to install a signal line from the booster pump sta- tion building to a Bristol Series 4330 Recorder provided by him in the water treatment plant building. Controller: The controller shall be contained in the receiver case. It shall receive a signal from the storage tank level transmitter and control the on -off opera- tion of the three (3) pumps located in the booster pump sta- tion. An automatic sequence shall be provided to alternate the starting of the three (3) pumps. The controller shall be capable of controlling a fourth future pump. 16:1 Installation: Power supply and mounting de- tails located and installed as shown on the Plans. Pressure tap will be provided on the reservoir piping under this con- tract. Housing Unit: Furnish a weatherproof transmit- ter housing unit to be mounted adjacent to the reservoir at the point of the tap. The unit to be made of galvanized steel and have adequate space for the required instruments. Provide insulation and heat tape to protect all water con- tacted surfaces and piping from freezing down to 0 ° F. Wiring and Piping: To be complete within the control building at the pump station site and at the reser- voir site. Wiring to meet the applicable requirements of Item No. 15. Piping to be 1" galvanized iron and screwed end fittings and valves. 16.2.2 Business Highway 81 North Standpipe Level Recording Existing Transmitter: The existing transmitter is a Model 0G534M -15 standard metameter transmitter as manu- factured by Bristol Industrial Instruments. It takes fluid pressure from a pressure tap at the base of the Business Highway 81 North storage tank, operating on 120 volt a.c., single phase, 50 -cycle current and transmitting a time dura- tion d -c signal over an existing leased telephone circuit to the Bowman Road pump station. Range is from 0 to 175 feet minimum. Provide necessary piping, wiring, enclosures and other items at the Business Highway 81 North standpipe site to provide a transmission of pressure to a receiver at the Booster Pump Station - 1981 as well as to the existing receiver at the Bowman Road pump station. Receiver: The receiver shall be a Series M500 standard metameter receiver as manufactured by Bristol Indus- trial Instruments or approved equal. It shall receive a time duration d -c signal from the Series 534 transmitter and con- tinuously record the level in the Business Highway 81 North storage tank, as shown on the Plans. Recording shall be made on 12" circular, 7 -day chart. Furnish a one -year supply of charts. The receiver shall be a Bristol Model IMIM 500 G13R3 or approved equal. Also furnish and install a Bristol Model 9JI power supply or approved equal. Provide an auxiliary electrical contact to allow the water treatment plant Con- tractor to install a signal line from the booster pump sta- tion building to a Bristol Series 4330 Recorder provided by 16:2 him in the water treatment plant building. A Bristol Series 4330 Recorder may be provided instead of the Series M500 receiver if it functions in the intended purpose described herein. ed. Installation: Power supply and mounting de- tails located and installed as shown on the Plans. Wiring and Piping: To be complete within the control building at the pump station site and standpipe site. Wiring to meet the applicable requirements of Item No. 15. Installation: Provide the services of a quali- fied manufacturer's representative from the closest office to supervise and assist in the installation and adjustment of the controls. Complete the installation and initial opera- tional runs before requesting witness of operational tests. Manufacturer's representative to instruct the operators in the use of the controls. Tests: Provide the services of the manufactur- er's representative to conduct operational tests to demon- strate satisfactory control of the pumping units in accor- dance with the requirements. ments. Controller: No pump control feature is requir- 16.3 INSTALLATION AND TESTS 16.4 DATA TO BE FURNISHED Furnish the following for approval: Descriptive data for the specified instru- Control Schematic. 16.5 APPROVED EQUALS Control system equipment described herein manu- factured by other than Bristol will be considered for appro- val, if such submittals are pre - qualified for approval by the Engineer 48 hours prior to the bid opening time. 16.6 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. 16:3 ITEM NO. 17 - PIPE INSULATION 17.1 GENERAL This item applies to all piping, fittings and valves 4" and smaller shall be insulated for protection against freezing to 0 ° F. 17.2 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 pre - molded PVC fitting cover and sealed with a coat of Foster 60 -26. 17.3 OUTSIDE PIPING All outside insulation piping shall be finished with 15 lb. roofing felt taped on 2" centers with all longi- tudinal 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. 17.4 VALVES Valves and flanges shall be insulated with pre- fabricated 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. 17.5 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. 17:1 APPENDIX GEOTECHNICAL INVESTIGATION REPORT WATER TREATMENT PLANT ROUND ROCK, TEXAS TRINITY ENGINEERING TESTING CORPORATION GEOTECIINICAL INVESTIGATION WATER TREATMENT PLANT ROUND ROCK, TEXAS FOR HAYNIE AND KALLMAN, INC. ROUND ROCK, TEXAS GEOTECHNICAL ENGINEERING DIVISION FOUNDATION DESIGN CRITERIA TRINITY ENGINEERING TESINU WWUNAIWN General Expansive Characteristics Select Fill Material Plant and Control Building, Boring Nos. 1 - 6 Earthen Holding Tanks, Boring Nos. 7 - 10 Water Storage Tank, Boring Nos. 11 -12A TABLE OF CONTENTS INTRODUCTION General 1 Scope of Investigation 1 FIELD INVESTIGATION 3 LABORATORY INVESTIGATION 5 SITE CONDITIONS Site Geology 7 Subsurface Stratigraphy 7 ILLUSTRATIONS Location of Borings I Summary of Classification Tests II Summary of Unit Weight, Moisture Content and Unconfined Compression Test Results III APPENDIX Explanation of Symbols and Key to Classification Used on Logs of Borings Logs of Borings PACE 8 8 8 9 11 11 PLATE INTRODUCTION TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL INVESTIGATION WATER TREATMENT PLANT ROUND ROCK, TEXAS General. The geotechnical investigation reported herein is an analysis of the subsurface materials and conditions at the proposed site of a Water Treatment Plant. The site is located just west of Interstate Highway 35 near Round Rock, Texas. It is understood that the plant facilities will consist of a dual clarifier and control building, two earthen holding tanks, and a 100 -ft- diameter, 16 -ft -high, steel water storage tank. This investigation was conducted in general accordance with our proposal letter dated December 12, 1980 and verbally author- ized by Mr. Haynie on December 16, 1980. Scope of Investigation. The objectives of this investigation have been to develop information on soil and foundation conditions at the site and to use this information in developing criteria for use in the foundation design process. To accomplish these objectives the various stages of the investigation were conducted as follows: 1. Subsurface core borings were drilled in order to (a) explore subsurface stratigraphy at the site, (b) obtain samples for laboratory testing, (c) investigate in situ rock characteristics through THD cone penetrometer tests, and (d) investigate groundwater conditions present at the site. 1 The various phases of this study, as mentioned above, are presented in 2. Samples of subsurface materials from the core borings were analyzed in the laboratory by (a) visual examination and classification, (b) Atterberg limits tests, (c) minus 200 -mesh sieve tests, (d) unit dry weight and moisture content tests, and (e) unconfined compression tests. 3. An engineering analysis was then made using the informa- tion obtained from the subsurface exploration and labora- tory investigation to develop recommendations to guide foundation design and construction. subsequent sections of this report. TRINITY ENGINEERING TESTING CORPORATION FIELD INVESTIGATION TRINITY ENGINEERING TESTING CORPORATION Subsurface conditions and stratigraphy at the proposed Water Treatment Plant Site were explored by fourteen borings drilled at the locations shown on Plate I in the Appendix. The borings were advanced to depths ranging from 10.0 to 15.0 feet below the ground surface. The various depths to which each boring extended and the types of subsurface mate- rials encountered are noted on the attached Logs of Borings. The borings were drilled with the aid of a truck- mounted drilling rig. Undisturbed or representative samples of the cohesive soils were ob- tained by hydraulically pushing a 3 -in. diameter thin - walled tube sam- pler into the soil. Thereafter, samples of the primary formation were obtained by continuous rock coring with an NX -size double -tube core barrel equipped with an insert bit. All of the samples obtained in the borings were visually classified and logged in the field during the investigation. After the samples had been examined and classified, they were sealed in appropriate packaging for shipment to our labora- tory for further study. Existing in situ conditions of the subsurface materials were also ex- plored by Texas Highway Department (THD) cone penetration tests per- formed at periodic intervals while the boreholes were being advanced. The THD cone penetration test consists of a measurement of the resist- ance to penetration of a 3 -in. diameter steel cone that is driven with a 170 -1b weight dropped approximately 24 in. The amount of penetration 3 TRINITY ENGINEERING TESTING CORPORATION of the cone after an application of 100 blows is recorded on the attached Logs of Borings. The borings were advanced to depths ranging from 0.0 to 3.0 feet below the ground surface prior to using drilling fluid. Groundwater obser- vations below these depths were inhibited due to the use of drilling fluid. Results of the observations to investigate groundwater condi- tions at the site are shown by the notes on the attached Logs of Borings. 4 CEOTLCHNICAL ENGINLENIN[: DIVISION LABORATORY INVESTIGATION TRINITY ENGINEERING TESTING CORPORATION All samples and cores of subsurface materials recovered from the bor- ings were examined and logged in the laboratory by a soil technician. The laboratory testing program was then designed to evaluate the per- tinent physical properties of the foundation soils. Due to the nature of the proposed project, emphasis was directed toward evaluation of the compressive strength and shrink /swell potential of the underlying strata. Atterberg limits tests and minus 200 -mesh sieve tests were performed to estimate the shrink /swell potenital of the soil and to aid in soil classification. Laboratory classifications of the subsurface mate- rials are based upon the "Unified Soil Classification System" as ex- plained on the attached Key to Classification used on Logs. Results of the Atterberg limits tests, minus 200 -mesh sieve tests, natural moisture content and soil classifications are presented on attached Plate II. Unconfined compression tests were performed on selected specimens in order to determine the compressive strength of the soil and rock strata. Water content and unit dry weight determinations were also made for soil specimens subjected to unconfined compression tests. The results of the strength tests are tabulated on Plate III. The type and number of tests performed in the laboratory for this in- vestigation are presented on the following page: TRINITY ENGINEERING TESTING CORPORATION Type of Tests Number of Tests Unconfined Compression 12 Atterberg Limits 4 Percent Passing 200 -Mesh Sieve 4 Moisture Content 8 Unit Weight 4 GEOTI:CHNICAL ENGINEERING DIVISION SITE CONDITIONS TRINITY ENGINEERING TESTING CORPORATION Site Geology. According to information developed by the Bureau of Economic Geology at the University of Texas at Austin, the primary geologic formation at this site is the Edwards formation. This forma- tion is of the Lower Cretaceous Geologic Age and consists mainly of limestone. In the unweathered state, the Edwards formation consists of gray limestone having honeycomb seams and layers or solution cavi- ties. Weathering of the primary gray limestone creates a tan lime- stone stratum having hard limestone layers and interbedded soil - like layers or pockets. Severe weathering and the addition of or- ganic matter results in an upper dark brown soil layer that can be classified at this site, as a high plasticity clay. Subsurface Stratigraphy. In general, the stratigraphy encountered in the borings is fairly uniform having approximately 0.5 to 4.0 ft of dark brown high plasticity clay overlying a weathered limestone or massive limestone of the Edwards formation. As indicated in Boring Nos. 1 through 6 and 11, a honeycomb structure exists in the limestone formation. This honeycomb structure varies in depth from 7.8 to 15.0 ft below the ground surface but is generally encountered at the 10 ft depth. The only peculiarities from the general stratification de- scribed above was found to occur in Boring Nos. 8 and 11 where a black chert and sand and gravellayer was encountered, respectively. The depth intervals at which the chert and granularlayers were encountered are 11.8 to 12.0 ft and 5.0 to 6.0 ft, respectively. FOUNDATION DESIGN CRITERIA TRINITY ENGINEERING TESTING CORPORATION General. This geotechnical investigation encompasses several proposed structures including a plant and control building, two earthen holding tanks, and a water storage tank. The subsurface conditions are essen- tially similar at each structure location. However, each building or problem area will be discussed separately within this report in order to cover particular foundation systems or problems associated with the individual structures. Expansive Characteristics. The surficial soils at this site are pri- marily very stiff, high plasticity clays. As indicated by the Atter- berg limits tests, the shrink /swell or expansive potential of the clays is relatively high with plasticity indexes ranging from 37 to 47. In addition, using the Potential Vertical Rise Method developed by McDowell and a worst case condition of 4 ft of expansive material, a potential vertical movement of 1.75 in. was computed. This potential movement is considered to be moderately high and could be of significance with respect to structures supported on shallow foundations. Therefore, it is suggested that consideration be given to eliminating the poten- tial detrimental movements where shallow foundations are proposed by removal and replacement of the expansive clay stratum with a select, non - expansive fill material. Select Fill Material. Fill material used within the building areas should be a low plasticity material that has been properly compacted 8 GEOTECIINICAL ENGINEERING DIVISION TRINITY ENGINEERING TESTING CORPORATION to prevent settlements of loosely placed material and to insure ade- quate load.bearing characteristics. The fill material should be com- pacted to at least 95 percent of the maximum density as determined by the procedure of ASTM D698 in lifts not to exceed 6 -in. compacted thickness. The select material should have primarily granular characteristics with a PI less than 15 and not more than 40 percent passing the No. 200 sieve. Crushed limestone products are locally available and may be considered for use at this site. Plant and Control Building, Boring Nos. 1 - 6. At present, it is planned to construct within the Plant Section of the proposed building two conical shaped clarifiers and filters that will extend to a depth of about 10 ft below the existing ground surface. Accordingly, the loads imposed by the clarifiers and filters will be transferred to the supporting tan limestone stratum through concrete mats. These mats should be designed in accordance with an allowable bearing pres- sure of 20,000 lb /sq ft. The given design value includes an applied safety factor of at least 2.0 and assumes that the supporting lime- stone formation is competent and continuous. Although no large cavities were encountered in the borings drilled for this investigation, the presence of honeycomb layers in the bor- ings indicates the possibility of cavities. As a result, it is sug- gested that the competency of the limestone directly beneath the proposed foundation be investigated by drilling 2 -in- diameter TRINITY ENGINEERING TESTING CORPORATION test holes, or a size hole equivalent to those produced by standard shot -hole drilling equipment. As indicated on Plate IV, measurements of the hole diameter should be made with calipers or a probe. The drilling should be performed at a grid spacing sufficient to assure the adequacy of the foundation strata and the hole depth should be equal to 5 ft or twice the foundation width, whichever is less. If substantial cavities larger than a few inches in diameter or highly porous rock are encountered during the investigation, then placement of lean concrete or slush grout in the voids may be necessary. The Control Section of the proposed building is assumed to be a rela- tively light structure housing primarily piping, control values, and monotoring equipment. The exterior loads of the building may be sup- ported by a perimeter strip -type foundation if the strip is founded at a depth of at 1.0 ft into the tan weathered limestone and designed in accordance with an allowable bearing pressure of 6,500 lb /sq ft. The interior slab of the building may be supported by select well com- pacted fill (see above section) if designed using an allowable bearing pressure of 2,500 lb /sq ft. Should loads imposed on the interior slab exceed the bearing capacity of the fill material, consideration may be given to the use of isolated shallow footings for support of heavily - loaded slab sections. The footings should be founded at a depth of 5 ft below the ground surface and designed for a maximum bearing pressure of 10,000 lh /sq ft. 10 TRINITY ENGINEERING TESTING CORPORATION It is understood that•a deep splitter box will be used to channel plumbing from the clarifiers and filters into the control building. Presently, it is planned to place the base of the splitter box at a depth of 10 ft below existing ground surface. At this depth, the box may be designed in accordance with an allowable bearing pressure of 20,000 lb /sq ft. Earthen Holding Tanks, Boring Nos. 7 -10. The two holding tanks, cen- trally located at the proposed site, are scheduled to be constructed such that the tank bases will extend into the primary tan limestone stratum. Accordingly, consideration may need to be given to lining the bases and the sides in order to prevent migration of impounded water. The surficial dark brown clay existing at the site will pro- vide an excellent liner material and may be used to construct the sides of the tanks. The material should be compacted at or near opti- mum moisture content, to a density of at least 95 percent of the maxi- mum dry density as determined by ASTM D 698 and in lifts not to ex- ceed 6 in. compacted thickness. The embankment slopes may be con- structed at a slope of 1- vertical to 3- horizontal but, in order to prevent erosion, consideration may be given to using flatter slopes. Alternatively, some type of slope proctection, i.e. sod, asphalt or bituminous surfacing, or synthetic liners, may be used. Water Storage Tank, Boring Nos. 11 -12A. The 100 -ft- diameter by ].6- ft -high steel water tank can be supported by either of two foundation alternatives. The first alternative would include the use of a 11 GEVTECNNICAL I'NGINEEn ING DIVISION TRINITY ENGINEERING TESTING CORPORATION reinforced concrete ringwall supporting the tank shell while the second would use a steel ring founded on select fill material. A schematic cross - section of both of these foundation alternatives is illustrated on Plate V. For either scheme, the high plasticity sur- ficial clay layers existing at the site should be removed from the foundation area and a granular, low plasticity fill should be placed beneath the bottom of the tank. This fill material should be similar to that described previously and should be placed in accordance with the associated compaction recommendations. It is further suggested that the top 6 in. of fill be oil saturated during construction in order to reduce potential corrosive action on the bottom of the tank. If a reinforced concrete ringwall is used to support the tank shell, the ringwall should be founded approximately 6 in. into the tan weath- ered limestone and designed in accordance with an allowable bearing pressure of 6,500 lb /sq ft. The width of the ringwall should be pro- portioned so that the pressure at the base of the ringwall does not exceed the soil pressure at the same level beneath the interior of the tank due to the weight of the stored water and the containment structure itself. For the steel ring and compacted fill scheme, a compacted supporting base ring of fill should be used instead of a concrete ringwall. The material used to construct the base ring should be crushed limestone meeting Texas Highway Department Item 248, type A, grade 2 or better 12 GEOTECHNICAL ENGINEERING OIVISION requirements. A safe allowable load intensity of 3,500 lb /sq ft may be used for the crushed limestone provided that the material is com- pacted to a minimum of 95 percent of ASTM D 698, method D maximum density with lifts not to exceed 6 in. compacted thickness. Bearing plates may be required in order to reduce the applied bearing stresses at the tank -fill interface. In addition, the select fill should also extend inward and outward a minimum of 2.0 ft from the tank edge and be constructed with interior and exterior slopes of approximately 1- vertical to 2- horizontal. This will help to achieve proper drainage of surface water and will also help to prevent undermining of the foundation and infiltration of water. Respectfully submitted, TRINITY ENGINEERING TESTING CORPORATION Geotechnical Engineering Division Mark W. Bierschwale William J. Berger, P.E. Geotechnical Project Engineer Au -1480 January 27, 1981 TRINITY ENGINEERING TESTING CORPORATION 13 TRINITY ENGINEERING TESTING CORPORATION ILLUSTRATIONS GEOTECNNICAL ENGINCERING DIVISION • I - - - - - I - - - • - - I O - M M !CLAR/F/ERS and F/L reps) B -5 E�o± 81. DING -6 NOTE: PLANT SITE LOCATED JUST NORTH OF WESTINGHOUSE PLANT PROPERTY. BORING LOCATIONS STAKED BY HAYNIE 8 KALLMAN, INC. 100 Sc ol• feet DRAWN BY OW // TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION SCALE AS 9N011 MATER STORAGE TANK WATER TREATMENT PLANT ROUND ROCK, TEXAS LOCATION OF BORINGS GATE -/6 JAN /98/ I PLATE: / ME M M M - - -• MO — ME M MI I• —• o= WATER TREATMENT PLANT ROUND ROCK, TEXAS SUMMARY OF CLASSIFICATION TESTS Liquid Plasticity % Passing Natural Boring Depth Limit Index 200 -Mesh M.C. Classi- No. ft. % % Y, % fication Description 8 1.5- 2.7 71.4 46.6 92.6 31.0 CH Dark Brown Clay 9 1.5- 2.5 65.8 36.9 93.1 27.3 CH Dark Brown Clay 10 1.5- 2.5 68.4 38.5 93.7 29.6 CH Dark Brown Clay 11 0.0- 1.4 64.5 36.8 81.8 28.5 CH Dark Brown Clay MI M WATER TREATMENT PLANT ROUND ROCK, TEXAS SUMMARY OF UNIT WEIGHT, MOISTURE CONTENT AND UNCONFINED COMPRESSION TEST RESULTS Boring Depth U.D.W. M.C. Qu No. in Feet Lbs. /Cu.Ft. Y T /Sq.Ft. Description 1 10.4 -10.9 208.56 Tan Limestone 2 8.5- 9.3 424.20 Tan Honeycombed Limestone 2 11.2 -11.6 256.69 Tan Honeycombed Limestone 3 7.3- 8.2 374.33 Tan Limestone 3 11.9 -12.3 103.13 Tan Limestone with Siltstone Seams 4 10.0 -10.8 504.20 Tan Limestone 5 12.0 -12.6 286.48 Tan Limestone 6 9.4- 9.9 376.05 Tan Honeycombed Limestone 8 1.5- 2.7 87.8 32.1 1.40 Dark Brown Clay 9 1.5- 2.5 89.6 27.3 1.30 Dark Brown Clay 10 1.5- 2.5 85.1 28.4 1.09 Dark Brown Clay 11 0.0- 1.4 86.0 24.5 0.96 Dark Brown Clay V / / / / / / / / /// ROCK 3/8 to I /2-in-DIAMETER PROBE ROD - -+` WITH CHISEL POINT SURFACE RECORDING CALIPERS / 2 -in - DIAMETER, PERCUSSION - DRILLED TEST HOLE or EOUIVALENT / / B 29 or 5 mar, W / / / / / / / / // TYPICAL FOOTING EXCAVATION /// TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION WATER TREATMENT PLANT ROUND ROCK, 11 METHOD OF EVALUATING CHARACTER OF ROCK BELOW FOUNDATION BASE SCALE DRAWN 00. DWM I DATE , '2J.IN /98, PLATE: // • / /AV• \\ l VIA p a• A . SKETCH ONLY NO TRUE SCALE WATER STORAGE TANN ALTERNATIVE 4#1 OIL SATURATED FILL • SELECT FILL. • / / ^\ r .. /•/\.i \ \\ T (/A\\ //rn\S \. /Fn \ \J J/\\. WATER STORAGE TANK TAN WEATHERED LIMESTONE ALTERNATIVE #2 OIL SATURATED FILL THD ITEM 2RR TYPE SELECT FILL YPE A FILL / / ••• /// \‘‘ /// \rN,i) \ \\/ TAN WEATHERED LIMESTONE v. o 4 5 REINFORCED CONCRETE RINGwALL THD ITEM 258 TYPE A FILL TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION WATER TREATMENT PLANT ROVNO ROCK, TEKA5 CROSS - SECTION ALTERNATIVES FOR STORAGE TANK SUPPORT SCALE NONE DRAWN NT' D BASE BEARING PLATE 777 \ /7T \\ \ / //r BASE RING PLATE DATE: /l JAN 1981 RATE Y TRINITY ENGINEERING TESTING CORPORATION APPENDIX GEC/TECHNICAL ENGINEERING DIVISION EXPLANATION OF SYMBOLS USED ON LOGS OF BORINGS 1334 N1d3O tOBw AS SAMPLE I N• BLOWS PER FOOT MATERIAL DESCRIPTION CORE DRILLED CORE RECOVERED _ — _ 5 — —10 — — ( SEE KEY TO CLISS/F /CAT/ON SELOW ) 3.5 Undisturbed Shelby t Tube Sample Pocket t Penetrometer Test Disturbed Sample t Standard Penetration Test 15 and Sample + --Wash Boring - No Sample Recovery ■—NX 5.0' 5.0 Core Drilling - Testable Sample KEY TO CLASSIFICATION USED ON LOOS MAJOR DIVIS 01S UP 5 MBDLS DESCRIPTIONS COAPSC- 40•11E0 SO,15 Yen Ten Nett 01 Yal.r,.l • LAPSES Ten his 200 5i... 5i.. GW Q'5:1 _ 0 II- Good. Gr.., G. Sond ....la , unlo or re ne elms. GP M.i Poarte-Grae•a G.mq, Gang,- Send Mese, Lads et no rm.. GM L + � snMeyer. . es G..wl- sese -sIl GC /,' lows 4n.m, G S•ne -e.ey • • s5 .P ...1 031122S • ..,003 10 1 he, .e ..n 505125 Clean 50•. IL,PY in n. 01..1 $.N WI. -G.oew Se.•, Gre.np Send., 41.I• w ne ray. sP ea Pawls- Son.. Gt.., sand•, leeo a• no lines GM Silty San., Sone -Set .IM.Iar. S C pay. sands, Se.e -Cleo Wan,. ••S •••S 002 1 ON ..11 413710PS • 1 . 1 0 ue'L S110S 03PIYY0 -3NIA e 5 .00 cuffs ALTS 004 CLAYS i L•wa 1.M. cr.m.r Lq,.Y 1...1 1... Th.,, 50 Ten 50 ML norpon.c Sias B W , Very Fine Sande, 11.11 11.11 flee, Sets or Cla.•■ rw sane. or Class Slim to . Shot New.. " y . CL OL MH / i I Ii' c C..• et Le. to ' P.m�a�l., 4..1. Ci r•, Poet.. par., Spay C.., Lean can aaw" s orpamc seq par. o1 Low M I m.po.u. Sp.. ...sews of G.a omeceau. r . Send or Sety SoO , Emma set• CH OH / Ina.aan Oa.. a non rwnsey, for pan o.aa r C.. m ...ern . Shoo olov. r , orpan.c San Want, oraamc Sou. PI P.a. a Cans H$9MJ a,. Sae. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GEOTECHNIC*L ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 RORiNG NO L PROJECT LOCATION Round Rock, Texas TYPE, Core LOCATION See Plan 133A M14130 L iOewAS M Il SAMPLE 100! 1134 SA10111 - N I MATERIAL DESCRIPTIO.. [ 03111110 3M03 03113A03311 31100 NO VA3 1 DEPTH SCALE - - ^ - - - _ 1 Dark Brown Clay - - Tan Weathered Limestone with Red Clay Pockets i: - 5 - - —10 - - - Penetration . . ------ Tan Limestone 100 Blows-0.75" 100 -- honeycombed, 7.8' -9.2' thin honeycombed 12.1' to 13.2' THD Penetration 5.0' �� 4.7' 4.8' _ _ - - 1 1 1 1 1 1 l 5.0' 1 11 1 1 1001 water loss @13.3' 100 Blows =0.0" 1 --15 - - - - — - Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. - - - !' "- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT i DATE: 31, 1980 BORING NO 2 PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan 133A N1430 SYMBOL SAMPLE N -BLOWS PER FOOT • MATERIAL DESCRIPTION 03111M0 31:103 03B3A033U 31:100 NOi 3 1YOS N1d30T _ - _ 5 MN -, - Dark Brown Clay f^ _ Tan Weathered Limestone THD Penetration WI ME with Red Clay Layers 100 Blows =2.0' 5.0' 4.8' _ _ IMO Ell — 10 _ - - Tan Honeycombed Limestone with slltstone seams, 12.0' to 12.5' T. 5.0' 4.0' I I. ! _- 15 _ - - Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. .-1 _ _ - - — 1 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT January 2, 1981 BORING NO 3 PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATION See Plan 1334 N1430 I SYMBOL F SAMPLE N -BLOWS PER F00T MATERIAL DESCRIPTION CORE I DRILLED CORE RECOVERED I NOli VA313 DEPTN SCALE' 5 T -\ Dark Brown Clay with Sand - - - - Tan Limestone with Small Solution Cavities THD Penetratio I I III 100 Blows =1.75" honeycombed layer, 8.4' to 10.0' 100% water loss at 8.5' 5.0' 4.3' —10 - 15 ----- Tan Limestone with Siltstone Seams siltstone layer, 12.4' to 13.2' 5.0' 4.7' 2 I I I f I I` _. - - - - Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. - _ _ .- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 BOMNG NO 4 PROJECT LOCATION Round Rock, Texas TYPE: Core OCATIoN See Plan 11334 ST MBOL SAMPLE 10O! Had SAKI MATERIAL DESCRIPTION CORE DRILLED 03■3A033H f 3H0a 1 ELEVATION [DEPTH SCALE1 ■ 5 _ — 10 _ ---15 l an Limestone THD Penetration - $ j I I 100 Blows= 2.25" honeycombed limestone layer, 9.0' to 10.0' 5.0' 4.0' 4.0' _ J '- _ ^ .171 —''°— 5.0' -- ---- _ - — _ - Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. _� _ - _ - 1 1 u 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT CAM December 30, 1980 g CT LOCATION: Round Rock, Texas TYPE. Core See Plan 133! M1i70 lOOMAS f ■., /1 SAMPLE I N BLOWS PER FOOT MATERIAL DESCRIPTIO I 03111tl0 3x00 1 03113AO03b 31A03 NOI1►A313 DEPTH SCALE' - - - Dark Brown Limestone - - __ 5 _ - - — 10 — 15 1 Tan Limestone THD Penetration I I I 100 Blows= 1.25" -- 100% water loss at 8.5' thin honeycombed seam at 9.0' 5.0' ---_%„__ \ 4.8' 4.6' - _ — I 5.0' I I - - ... - — Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. - _ _ - _.. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAI. ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 BORING NO 6 PROJECT LOCATION: Round Ruck, Texas TYPE Core LocArioN See Plan 133! N14130 10Bw1S 3ldvTS N•BLOWS PER FOOT MATERIAL DESCRIPTIC I 03111140 31403 03N3A033N 31403 N011VA i3 1VDS N1d30 5 i I - - - - - -- - Dark Brown Clay with S and \ _ _ - ` Tan Limestone with Clay Layers 5 - _ - 10 - - '" THD Penetration I I; I Tan Limestone with 100 Blows =3.0" Calcite Seams and Nodules -- honeycombed limestone layer, 8.6' -10.5' - 1001, water loss at 11.0' honeycombed limestone with thin silt- stone Seams, 13.0' -14.5' 5.0' 4.9' 4 .6 ' - _ - - - I I ----A,---- 5.0' 1 I - ---- - - 15 _ - - — Total Depth of Boring = 15.0 Feet Note: Boring was advanced to 0.6 foot below the ground surface prior to using drilling fluid and water was not encoun- tered above that depth. y _ - _ - y 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION