Loading...
R-81-384 - 5/14/1981Lake Georgetown Project RESOLUTION NO. ,51.2-71k,) R TEXAS Water Storage Improvements WHEREAS, the City has duly advertised for bids for the construction of water storage improvements as part of the project to acquire needed water from Lake Georgetown, and WHEREAS, Bulldog Steel submitted the lowest and best bid, said bid being in the amount of $174,594.99, and WHEREAS, the Council wishes to accept the bid of Bulldog Steel, 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, That the bid of Bulldog Steel 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 Bulldog Steel for the construction of the water storage improvements. RESOLVED this /7' / T// day of May, 1981. ATTEST: a LARRY L. TcNN, Mayor City of Round Rock, Texas Haynie & Kallman Inc. CONSULTING ENGINEERS c9Py 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF ROUND ROCK, TEXAS WATER STORAGE IMPROVEMENTS - 1981 SPECIFICATIONS AND CONTRACT DOCUMENTS Bids will be received at City Hall, 214 E. Main Street, Round Rock, Texas 78664, at 10:00 o'clock A.M., on April 23, 1981. Specification No. I (O Haynie & Kallman, Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock, Texas 78664 (512) 255 -4564. 255-7861 ADDENDUM NO. 1 April 16, 1981 WATER STORAGE IMPROVEMENTS - 1981 Addendum No. 1 to the Plans, Specifications and Contract Documents for the "Water Storage Improvements - 1981" project for the City of Round Rock, Texas. 1. The bid opening date of Thursday, April 23, 1981, has been changed to Thursday, April 30, 1981. The times dur- ing the day for the bid openings on all contracts will remain the same as shown in the "Notice to Contractors" in the Contract Documents. 2. For clarification,the 2 - 30" A.W.W.A. butterfly valves on the storage tank shall be gear type with handwheel operators and open -shut indicators. Normal flow condi- tions are 16,500 GPM and operating pressure of 15 psi. 3. There shall be 12" vertical distance between the top edge of the overflow weir and the top of the tank shell. 4. The splashblock as shown in the Detail on the Plans will be installed by the Water Storage Contractor. 5. The tank capacities of 1,000,000 gallon, 750,000 gallon, and 500,000 gallon as shown in the Bid Proposal shall be based on providing this capacity from the bottom of the storage tank to the top edge of the overflow weir. The tank diameter will be of appropriate dimension for each capacity. 6. The storage tank shall have a shell to roof juncture hav- ing a knuckle transition of 36" radius, not 3" radius. 7. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of the "Proposal ". ADDENDUM NO. 1 - 1/1 CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING Timothy E. Haynie, P.E. Steven D. Kallman, P.E. Haynie & Kallman, Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock, Texas 78664 (512) 255 -4564, 255- 7861 ADDENDUM NO. 2 April 24, 1981 WATER STORAGE IMPROVEMENTS — 1981 ADDENDUM NO. 2 — 1/1 CIVIL ENGINED■,NG • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING Timothy E. Haynie, P.E. Steven D. Kaltman, P.E. Addendum No. 2 to the Plans, Specifications and Contract Documents for the "Water Storage Improvements - 1981" project for the City of Round Rock, Texas. 1. Reference Specification Item No. 6 - Welded Steel Ground Storage Tank (Clearwell), Paragraph 6.7 - Painting. The Bidder shall have the option of providing the specified interior paint system in Paragraph 6.7 or the interior paint system described as follows: A.W.W.A. D -102 - Latest Revision Inside Paint System No. 1. The minimum average dry film thickness shall be 9 mils with an acceptable range of 7 to 11 mils. The final coat color on the interior shall be white. 7. 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 Water Storage Reservoir Site, Earthwork and Structural Fill 2 Concrete 3 Painting (General - Other Than Tanks) 4 Water Pipelines, Fittings, Valves and Appurtenances 5 Oil -Sand Fill Under Tanks 6 Welded Steel Ground Storage Tank (Clearwell) STANDARD DETAILS - Ground Storage Tank (Clearwell) ATTACHMENT "A" - Geotechnical Investigation - Water Treatment Plant, Round Rock, Texas By TETCO NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS WATER STORAGE IMPROVEMENTS - 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 10:00 a.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 Water Storage Improvements, 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 Water Storage Improvements - 1981 to be opened at 10:00 a.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 thirty -five dollars ($35.00) 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 Water Storage Improvements - 1981 OWNER: The City of Round Rock LOCATION: Round Rock, Texas TYPE: Welded Steel Potable Water Storage Tank 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: 10:00 A.M., Thursday, April 23, 1981 OPENING PLACE: City Hall City of Round Rock 214 E. Main Street Round Rock, Texas 78664 INSTRUCTIONS TO BIDDERS PROPOSAL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed enve- lope addressed to: The City of Round Rock c/o Haynie & Kallman, Inc. 2115 North Mays Round Rock, Texas 78664 and shall be identified as follows: "BID FOR WATER STORAGE IMPROVEMENTS - 1981 to be opened at 10:00 a.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 t e requirements prescribed. Awards, if made, will be made wi hin 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 WATER STORAGE IMPROVEMENTS - 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 8 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 210 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 7b'wOv'in tic. , 2, /4, MI //5/ /EA'n.nr, 11 (1. ,�. /l/P'L / /,0 Page 2 of 8 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: 43(1c. be c 57( C - c �RCb c 15 C. , -/p /2 /L ,3 7 /c %4' Name of Contr ctor Date PO• Bo/ .'TG j. Business Address [ c r 1/GE PACS / IJc'i✓f ignature) k' t 1)) Xe" y ' Title or Position ;;i_5 =) - 39.=3 ,5 4e elephone Number — 7 - Z7K.4 s - 7 9 5 1'o City State Zip (Seal if Bid is by a Corporation.) ATTEST: !I55'1 J C./7C Page 3 of 8 Gentlemen: PROPOSAL BIDDING SHEET CONTRACT: WATER STORAGE IMPROVEMENTS - 1981 JOB LOCATION: ROUND ROCK, TEXAS OWNER: THE CITY OF ROUND ROCK 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 Water Storage Improvements - 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: Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1 1 L.S. 1,000,000 Gallon Clearwell; (approximately 20 feet high), located at the Water Treatment Plant site, including knuckle roof, tank appurtenances, excavation, oil -sand fill, select fill, valves, and all improvements in and around and around the site as indicated on the Plans, not including con- crete & reinforcing steel for ring -wall foundation, complete in place, per lump sum c d� N for Y HO a Dollars cc and tip Cents $ $ /6Z-CGG 2 18 C.Y. Concrete for reinforced concrete ringwall foundation designed by Contractor, for Item No. 1 above, complete in place, per cubic yard for e*,: /4 /4dPre [i6/NY d Dollars and 7Ni,7 y y#2cc Cents Page 4 of 8 J3 99 $ /3'3 $ 7.299 Bid Item Quantity Unit Bid Item Quantity Unit lA 3 2700 Lbs. Reinforcing steel for reinforced concrete ringwall foundation designed by Contractor, for Item No. 1 above, complete in place, per pound for and c, „Nir Item Description and Written Unit Price ,rn Unit Price Amount Dollars c e Cents $ .F',r $ .,:5 . - TOTAL BID - 1,000,000 GALLON 9 CLEARWELL (Items 1 thru 3) $ /71;5 _ Deduct 8/3;000 c for Standard Roof (No Knuckle) - (`Bidder to fi Il- in!F,pre - riV rdcas4Ne bet. 446' Cr cc ) Reinforced Concrete Ringwall Foundation - Base Bid, Adds & Deducts 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 ringwall founda- tion as directed in Item No. 6 - Welded Steel Ground Storage Tank (Clearwell). Payment for concrete and reinforcing steel will be made on the basis of the actual quantities installed. Add or Deduct $ / per cubic yard for concrete if more or less than the amount included in the bid item above is required. Add or Deduct $ per pound for reinforcing steel if more or less than the amount included in the bid item above is required. ALTERNATE BID - WATER STORAGE IMPROVEMENTS - 1981 Item Description and Written Unit Price 750,000 Gallon Clearwell; (approximately 20 feet high), located at the Water Treatment Plant site, including knuckle roof, tank appurtenances, excavation, oil -sand fill, select fill, valves, and all improvements in and around the site as indicated on the Plans, not including concrete & reinforcing feel for ring -wall foundation, com- plete in place, per lump sum �nFfl vti,�,R fb FiFrY for r �i,•� -���,� h;a ! /�.��,.�;- ,� „ -0ollars and Cents $ Page 5 of 8 Unit Price Amount Bid Item Description Item Quantity Unit and Written Unit Price 2A 15.7 C.Y. Concrete for reinforced concrete ringwall foundation designed by Contractor, for Item No. lA above, complete in place, per cubic yard 3A 2400 Lbs. Reinforcing steel for reinforced concrete ringwall foundation designed by Contractor, for Item No. lA above, complete in place, per pound Page 6 of 8 Unit Price for cnCN,MGR( rqdt, rve, 3 3 and .>r r/e! Cents $ /Y.3 Amount $ .,? . J. y - for ,v c Dollars o e and Cents $ .sue c! -- TOTAL BID - 750,000 GALLON a d• CLEARWELL (Items lA thru 3A) $ t5 4 — ce Deduct $ O c n for Standard Roof (No Knuckle) idder to fill -in) Tw'z 77,/oas4 ne ,,c4 . 4xs Reinforced Concrete Ringwall Foundation - Base Bid, Adds & Deducts 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 ringwall founda- tion as directed in Item No. 6 - Welded Steel Ground Storage Tank (Clearwell). Payment for concrete and reinforcing steel will be made on the basis of the actual quantities installed. Add or Deduct $ /5 - 5 per cubic yard for concrete if more or less than the amount included in the bid item above is required. Add or Deduct $ i`i per pound for reinforcing steel if more or less than the amount included in the bid item above is required. Bid Item Description Item Quantity Unit and Written Unit Price 18 500,000 Gallon Clearwell; (approximately 20 feet high), located at the Water Treatment Plant site, including knuckle roof, tank appurtenances, excavation, oil -sand fill, select fill, valves, and all improvements in and around the site as indicated on the Plans, not including concrete & reinforcing steel for ring -wall foundation, com- plete in place, per lump sum 644 14 O TWFN fY CNG 77/ for rwo dear -p2Fb Arne ry r,i Do 11 ars and ^ Cents $ 28 12.8 C.Y. Concrete for reinforced concrete ringwall foundation designed by Contractor, for Item No. 1B above, complete in place, per cubic yard fort4/ /4„ydetA i ki ,y y/ieez Do1 1ars ;; E- and rd/e Cents $ /4',3 $ ,39� 3B 1950 Lbs. Reinforcing steel for reinforced concrete ringwall foundation designed by Contractor, for Item No. 18 above, complete in place, per pound for A and i rc - i /rr TOTAL BID - 500,000 GALLON CLEARWELL (Items 1B thru 38) Page 7 of 8 Dollars Unit Price Amount Se Cents $ • S $ / ,/5'7 .. $/ 11 — Deduct $ for Standard Roof (No Knuckle) (Bidder to fill -in) ,"*ec res Reinforced Concrete Ringwall Foundation - Base Bid, Adds & Deducts 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 ringwall founda- tion as directed in Item No. 6 - Welded Steel Ground Storage Tank (Clearwell). Payment for concrete and reinforcing steel will be made an the basis of the actual quantities installed. Add or Deduct $ /1'1 per cubic yard for concrete if more or less than the amount included in the bid item above is required. The Ohio Casualty Insurance Company HAMILTON. 03n0 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, BULLDOG STEEL PRODUCTS , INC . , P. 0. BOX 569, CLYDE, TEXAS 79510 (hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM- PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the State of OKLAHOMA as Surety, are held and firmly bound unto CITY OF ROUND ROCK, TEXAS (hereinafter called the Obligee) in the penal sum of FIVE PERCENT (5%) OF THE AMOUNT OF THE BID IN Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated APRIL 23 1581 , for WATER STORAGE IMPROVEMENTS 1981 NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: other- wise to remain in full force and virtue. 5.137•Rw. Signed, Sealed and Dated this 23RD day of By APRIL BUI,T.IIRN.STEE, ,,... UCTS, INC . e+wu FRANCES WIND .y -m.r.« 19 81 THE OHIO CASUALTY INSURANCE COMPANY 1 13-4300 -C 10-71-3M CERTIFIED COPY OF POWER OF ATTORNEY THE 01110 CASUALTY INSURANCE COMPANY } SS. HOLM OFFICE, HAMILTON. OHIO Munn All - in by MIPSI ilrParntB: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of enthori:ty granted by Article VI. Section 7 of the By -Lawra of said Company. does hereby Dominate, constitute and appoint: Horace Phillips or James B. Denney or Frances Wingo of Moore, Oklahoma its true and lawful agent and attorney -in -fact, to make. execute, .al and deliver for end on its behalf as surety, end as its act and deed any and all BONDS. UNDERTAKINGS. and RECOGNIZANCES, not exceeding in any single instance SIX MILLION ($6 000,000.00 - undertaking(s) - Do1Ln, excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertaking. in pursuance of these present., .hall be as binding upon said Company. as fully and amply, to all intents and purposes. as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton. Ohio. in their own proper persons. The authority granted hereunder supersede any previous authority heretofore granted the above named attorney(.) -in -fact 11!A49 r In WITNESS WHEREOF. the undersigned officer of the said The Ohio Casualty Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the SEAL i� n said The Ohio C .oalty Insurance Company this 15th day of September 1978, n @; : 4 (Signed) Richard T. Hoffman STATE OF OHIO, COUNTY OF BUTLER Asst. Vice President No. 15 -589 On this 15th day of September A. D. 19 78 before the subscriber, a Notary Public of the State of Ohio. in and for the County of Butler, duly commiwioaed and qualified, came Richard T. Hoffman, Asst. Vice President -of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer de.eribed in, end who executed the preceding instrument, and he acknow- ledged the execution of the same. and being by me duly sworn deposeth and faith. that he is the officer of the Company • fore.eid, and that the fed affixed to the preceding instrument is the Corporate Sal of said Company, and the said Corporate Seel and bin eignat m as officer were duly affixed and suMoribed to the said instrument by the authority and direction of the said Corporation. o pmsnwf IN TESTIMONY WHEREOF I have hereunto .et my band end affixed my Official trl� Seel et the City of Hamilton, State of Ohio, the de Y year and r first above written. (Signed) Dorothy Bibee Notary Public in and for County of Butler, State of Ohio My Commission expires December 11, 1981, Tbi. power of attorney is granted under and by authority of Article VI, Section 7 of the By -Lawe of the Company, adopted by it. directors on April 2. 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney -in -Fact, etc The chairmen of the board, the president, any vice- president, the ▪ ecretary or any wa.ismat secretary .hall be and is hereby vented with full power and authority to appoint attorney. -in -fact for the purpose of signing the name of the Company as surety to. and to execute, attach the corporate gal, acknowledge e nd deliver any and all bond., recognirancee, stipulations. undertaking. or other instruments of surety.bip and policies of insurance to he given in favor of any individual, firm. corporation, or the official representative thereof. or to any county or state, or any official board or bards of county or Nate, or the United States of America, or to any other political enb- di.iaion." This instrument is signed and .eeled by facsimile es authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint atter..ye in fact. the signature of the Secretary or nay As.utent Secretary certifying to the correctness of any copy of a power of attorney and the .eel of the Company may be .ffi.ed by facsimile to any power of attorney or copy thereof 'vaned on behalf of the Company. Such signature. and seal are hereby adopted by the Company as original signatures and meal, to be valid and binding upon the Company with the same force and effect a though m.nually affixed." CERTIFICATE 1, ells undersigned Assistant Secretary of The Ohio Casualty lusurence Company. do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full fora and effect on this date. IN WITNESS WHEREOF, 1 have hereunto set my hand and the .al of the Company this .°,? _j day ob%(1);r�J2 A. D., 19?/ Aeaietent Secretary THE STATE OF TEXAS COUNTY OF WILLIAMSON j w.0 That this Agreement made and entered into this j day of , A.D., 1981, by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the OWNER, and Bulldog Steel Products. Inc. of the City of Clyde , County of Callahan State of Texas, Second Party, hereinafter termed the CONTRAC- TOR. AGREEMENT KNOW ALL MEN BY THESE PRESENTS 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; WATER STORAGE IMPROVEMENTS - 1981 The Contractor shall perform all work shown on the Plans and described in the Specifications and shall meet all re- quirements of this Agreement, the General and Special Condi- tions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named 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 210 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: Page 1 of 2 AGREEMENT (Continued) IN WITNESS WHEREOF the Parties executed this Agreement in the year written. ATTEST: ATTEST: Notice to Contractors Instructions to Bidders Proposal and Bidding Sheets Performance & Payment Bonds General Conditions of Agreement By 1Z VA- Eva Turner By Page 2 of 2 Special Conditions of Agreement Technical Specifications Addenda Change Orders Plans to these presents have and day first above CITY OF ROUND ROCK, TEXAS, BULLDOG STEEL PRODUCTS, INC. CONTRACTOR / 1 R. L. I Kelvy, Vice President PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF Willipm'nn 1 KNOW ALL MEN BY THESE PRESENTS, THAT RTTT,T,nOC; STET. PRODUCTS ,TNC P 0 Box 569 of the City of Clyde County of Callahan , and State of Texas 79510 as principal, and The Qhio Casualty Tnsurexce Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Round Rock. Texas (OWNER), One Hundred Seventy Four Thousand Five in the penal sum of Hundred Ninety Four and 99/100 Dollars ($ 174,594.99 ) 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 intoopi� certain written Z Ire contract with the Owner dated the *Mr day of p 1981, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. ,,np IN WITNESS WHEREOF, the said Princi al ti�a�d Sure�j± h�ve signed and sealed this instrument this Pday ofIIYY 1981. A,plipg StPPI PrQ1urts The Ohio Casualty Insurance Co Principal Surety By . McKelvy Title Vire President Address P. 0. Box 569 Clyde. TX 79510 Moore, Oklahoma 73153 The name and address of the Resident Agent of Surety is: Universal Insurance Agency, Inc. P.0, Box 6327, Moore, Oklahoma 73153 PB -2 BY ■.2'/1 Frances Wingo Title Attorney -in -Fact Address P 0 Box 6327 THE STATE OF TEXAS COUNTY OF Williamson PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, THAT BULLDOG STEEL PRODUCTS, INC. P. 0. BOX 569 , of the City of Clyde County of Callahan , and State of Texas 79510 , as principal, and the Ohio Casualty Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Round Rork, Texas (OWNER), One Hundred Seventy Four Thousand. Five in the penal sum of H „ , N;n .v Foa and 99/100 Dollars ($ 174.594.99 ) 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 inn�t��o,,,�yeertain written contract with the Owner, dated the ail day of ler 1981, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS 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; PB -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereundez. IN WITNESS WHEREOF, the said Princ ;l L' ?and Sur �r,[e signed and sealed this instrument this ay of (r 1981. Rp11log Steel Products Inc. The Ohio Casualty Insurance Co Principal 7 Surety By �r Address P. 0. Box 569 Clyde, TX 79510 PB - By Frances Wingo M R. . McKelv Title Vice President Title Attorney -in -Fact Address P 0 Box 6327 Moore, Oklahoma 73153 The name and address of the Resident Agent of Surety is: Universal Insurance Agency, Inc. P. 0. Box 6327, Moore, Oklahoma 73153 Ennui All Mtn lug f rrlirti*N: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VI. Section 7 of the By -Laws of said Company. doe. hereby nominate, constitute and appoint; Horace Phillips or James B. Denney 01 o Moore Oklahoma - or Frances Wingo , ° - ita true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and cm its behalf as surety, and as its ..t and deed any and all BONDS. UNDERTAKINGS. and RECOGNIZANCES, not exceeding in any single instance SIX MILLION ($6 - - Dollars, .du &ng, however, any bond(s) or undertaking(s) guaranteeing the payment of note. and interest thereon And the execution of such bonds or undertaking. in poraoanea of thew presents, .hall be as binding upon rid Company. as fully and .mply, to all intents and pu as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its ofe in Hamihon. Ohio, in their own proper per ens. The aathority granted hereunder supersedes any previous authority heretofore granted the above named attorney(.) -in -fact. STATE OF OHIO. COUNTY OF BUTLER I- 4300 -C 10-74 -3M CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY HONE OFFICE. HAMILTON. OHIO }SS. In WITNESS WHEREOF. the undersigned officer of the said The Ohio Casualty Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty Insurance Company this 15th 1.7 of September 1978. (Signed) Richard T. Hoffman On this 15th day of September A. D. 19 78 before the subscriber, a Notary Public of the State of Ohio. in and for the County of Butler. duly commissioned and qualified, cams Richard T. Hoffman, Asst. Vice President -of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in. and who executed the preceding instrument. and he acknow. lodged the execution of the same, and being by me duly sworn deposeth and with. that be is the officer of the Company aforesaid, and that the seal affixed to the preceding inatrameat in the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the Paid Corporation. nsss IN TESTIMONY WHEREOF, 1 have hereunto .et my hand and affixed my Official it! Seal at the City of Hamilton. State of Ohio. the day and year first above written. = si (Signed) Dorothy Bibee No, 15 -589 Asst. Vice President Notary Public in and for County of Butler. State of Ohio My Commiaeion expire. December 11, 1981, This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company. adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney- in-Fact, eta The chairman of the board. the resident, any vice - president. the sista ae secretary or any asnt eretary shall be and ie hereby y.eted with full power and authority to appoint attorneys -in -fact for the purpose of Aping the name of the Company a surety to and to execute, attach the corporate awl. acknowledge g ad deliver any and .B bonds, recognizance,, .ti ulationa, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm. corporation. or the official representative thereof, or to any county or .teto or any official board or boards of county or state, or the United Stator of America, or to any other political sub- division." Thin instrument is signed and ae.Md by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27. 1970; "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint attorneys in fact. the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of • power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of t Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal. to be valid and binding upon the Company with the name force and effect as though manually afoul." CERTIFICATE - I, the snderaigned Assistant Secretary of The Ohio Casualty Insurance Company. do hereby certify that the foregoing power of attorney. Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Director. are true and correct copies and are in full force and effect on this date. ( IN WITNESS WHEREOF. I have hereunto set my hand and the .cal of the Company thi.22. S pay of A. D.. IC/ Assistant Secretary OMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE Limits of Liabifty in Thousands (000) EACH OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY INJURY 3 ® COMPREHENSIVE FORM `M �te�� . PREMISES— OPERATIONS ® 025 � 565 ! PROPERTY DAMAGE ❑ EXPLOSION AND COLLAPSE ❑ UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD BODILY INJURY AND ❑ CONTRACTUAL INSURANCE PROPERTY DAMAGE E E ® BROAD FORM PROPERTY COMBINED DAMAGE ® INDEPENDENT CONTRACTORS PERSONAL INJURY $ 5 M 1 PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY PERSON) $ A ® COMPREHENSIVE FORM t 540 \4644 1�,j�2�����;� 4 f � 1 (EACH BODILY INJURY 1� 5 300 2222 ® OWNED EACH ACCIDENT) PROPERTY DAMAGE S 50 ® HIRED BODILY INJURY AND NON-OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND 1:1 UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION and � 24 042 STATUTORY EMPLOYERS' LIABILITY $ 1M IFIV:H ACCIOem OTHER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER NR( COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. rct AME D ADDRESS OF AGENCY P. O. Ix MO Abilene, AME D ADDRESS OF INSURED ilethies Steel e, lee. P. 0. a g ��� Vow 795* IESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES COMPANIES AFFORDING COVERAGES COMPANY A „ Veined Stites i Mlif Y� ' . c.. LETTER � -i On" O Wert live T e +fey COMPANY O C LETTER CTTER MPANY D LE COTTER MPANY E LE This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued o may pertain. the insurance afforded by the policies described herein is subject to all the :X and co ndit ions of such policies Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail _ days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City e leek Rened L6i4, � `` i�, 1✓6 DATE ISSUED- _ .r T' OR • SENTATIVE DE EGAN- PROCTOR - ENGLISH Name 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 P. 0. Box 569, Clyde, TX 79510 (2) Telephone (915)893 -5806 (3) Type of firm: ( ) Individual, ( ) Partnership, (x ) 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: J. A. Beall, President P. 0. Box 569, Clyde, TX 79510 R. L. McKelvy, Vice President, P. 0. Box 569, Clyde, TX 79510 Sec. - Treas. (6) Number of years experience (9) Payment of taxes, in the State of Yes x No Page 1 of 2 Six (7) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner $ 580,141 Storage tanks 3 -10 -81 Kempnet WSC, Kempner, TX $155,257 " 5 -31 -80 Donley Co. WCID #I, Memphis, TX $267,300 6 -12 -80 Coleman Co. WSC Phase IV Coleman, T1 (8) 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: Address Work to be Performed Texas (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 1 COUNTY OFCALLAHAN 1 CONTRACTOR'S ACT OF ASSURANCE BEFORE ME, the undersigned authority , a Notary Public, duly commissioned and qualified, in and for the County of Callahan , State of Texas, came and appeared Bulldog Steel Products, Inc. (herein represented by R. L. McKelvy its Vice President , pursuant to and by virtue of the provisions of a resolution adopted by the said Bulldog Steel Products, Inc. on the 23rd day of April 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 Vice Presidnet has assured and does hereby assure the Texas Water Development Board that the said Bulldog Steel Products, 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 welded steel potable water storaxe tank 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 Bulldog Steel Products, 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 ex pected to approve the award of contracts to the said Bulldog Steel Products, Inc. for the construction of said project, and the said Bulldog Steel Products, Inc. hereby waives and agrees to waive any and all claim to monies due the said Bulldog Steel Products, 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 Bulldog Steel Products, 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 Bulldog Steel Products, 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 Bulldog Steel Products, Inc. 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 Bulldog Steel Products, Inc. as enumerated under Items 1 - above. May , 1981. By RODUCTS, INC. L. Mc "e y, Vice President Sworn to and subscribed before me th' the 22nd day of Notary Public in and for Callahan County, Texas My commission expires 9 -29 -84 THE STATE OF TEXAS COUNTY OF CALLAHAN CERTIFIED EXTRACT OF MINUTES () () I, the undersigned, Assistant Secretary of BULLDOG STEEL PRODUCTS, INC., of Callahan County, Texas, a Corporation duly organized and existing under the laws of the State of Texas, and having its principal place of business in the County of Callahan, hereby certify that the following is a true copy of certain resolutions duly adopted by the Board of Directors of the said Corporation in accordance with the By -Laws of, and recorded in the minutes of a special meeting of said Board of Directors duly held on the 23rd day of April, 1981, and not subsequently rescinded or modified: RESOLVED, that Robert L. McKelvy, the Vice President of this Corporation is hereby authorized and empowered to enter into and execute a contract for the construction of a water storage tank, with the City of Round Rock, Texas, in thename of and in behalf of this Corporation, upon such terms and conditions as may be agreed upon between him and the said City of Round Rock, Texas; I further certify that said resolutions are in full forece and effect as of this date and have not been altered, changed or rescinded by said Board of Directors. I further certify that J. A. Beall is the President of said Corporation and that I, Eva Turner, am the Assistant Secretary of same. IN WITNESS WHEREOF, I have hereunto affixed my name as Assistant Secretary and have caused the Corporate Seal of said Corporation to he hereto affixed this 23rd day of April, 1981. (SEAL) Eva Turner, Assistant Secretary THE STATE OF TEXAS () COUNTY OF CALLAHAN () BEFORE ME the undersigned authority in and for said County and State on this day personally appeared EVA TURNER, Assistant Secretary of BULLDOG STEEL PRODUCTS, INC., known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that she executed the same as the act of the said corporation for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this c5 P day of 1981. (SEAL) .4 Notary Public in and for Callahan County; Texas. 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) Eat 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 GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. 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 Substantially Completed. The term "substantially com- pleted" shall mean that the structure or facility has been made suitable for use is in condition to serve its intended purpose, but still may require minor mis- cellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the quipment, 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, or 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 "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 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 Property. In the 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 ands 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 -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 01 -06 OWNER 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. 5 -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 (1) failure to construct the project according to the plans as the board approved them or altered with the board's approval; (2) failure to construct the works in accordance with sound engineering principles; or (3) failure to comply with any term of the con- tract. SECTION 03 - INSURANCE 03 -01 Insurance policies must be obtained by the Con- tractor or separate endorsement obtained to his existing insurance policies on projects that involve special hazards, such as blasting, exca- vation on public properties, etc. The principal types of insurance which will be necessary are: Public Liability and Property Damage to protect 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 - WATER STORAGE RESERVOIR SITE, 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, excavation, and grading of the individual sites, for which the limits are shown on the Plans. Site work for the 1,000,000 gallon clearwell located at the Water Treatment Plant site shall be limited to a 15' area around the tank and those areas disturbed by con- struction. 1.2 CLEARING The site indicated on the drawings shall be cleared of obstructions within the proposed area which will interfere with the construction operations, except do not damage or remove trees larger than 3" trunk diameter at base that are 5 feet or greater away from the proposed tank foun- dation. Branches and limbs of such trees within 5' of the tank foundation may be trimmed up as determined by the Owner or his representative 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. Materials required for fills in excess of that produced by normal grading operations shall be furnished by the Contrac- tor. 1.4 MATERIALS Contractor. (a) Topsoil - Provided by Water Treatment Plant (b) Excess Material - Excess material from ex- cavation, not required or unsuitable for backfill, shall be wasted, to the fill site as shown on the 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. The acquisition and purchase of required borrow material shall be the responsibility of the Contractor. (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. 1:1 1.5 FILLING Where concrete slabs are placed on earth, all loam and organic or other undesirable material shall be re- moved. Where broken stone, sand or gravel is used for fill, it shall be placed in layers not exceeding 8" in thickness and thoroughly compacted with hand or machine tampers or other approved methods. Where earth is used for fill, it shall be placed in layers not exceeding 6" in depth. Each layer shall be uniformly spread, moistened as required, and then compacted. Compaction shall be done by a power roller or other manner approved by the Engineer. The subgrade shall be brought to a reasonable true and even plane. 1.6 DRAINAGE Earthwork shall be accomplished in such a manner that the area within 15' of the tank will be continually and effectively drained. Grading shall be done to direct drain- age away from slabs, foundations, roads and structures. Low areas shall be filled to prevent ponding of water. 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 he 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 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 25 lbs. 5 lbs. 5 lbs. All scales shall be of such size and so arranged that they may be read easily from the operator's platform. If a multiple beam type scale is used, the scale shall be provided with an indicator oper- ated by the main beam which will give positive visi- ble evidence of over or under weight. The indicator shall be so designed that it will operate during the addition of the last 400 pounds of any weighing. The over travel of the indicator hand shall be at least one -third of the loading travel. Indicators shall be enclosed against moisture and dust. Weighing equipment shall be insulated against vibra- tion and movement of other operating equipment in the plant. When the entire plant is running, the scale reading at cut -off shall not vary from the weight designated by the Engineer by more than one percent (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 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 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 meet the uniformity requirements of this subsection, the amount of materials charged into the mixer shall be reduced. The drum of the mixer shall he 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 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Steel bending processes shall conform to the re- quirements of ACI -318. Bending or straightening shall be accomplished so that the steel will not be damaged. Kinked bars shall not be used. 2.13.3 Wire Reinforcement Wire reinforcement shall in all respects fulfill re- quirements prescribed in ASTM A -82. 2.13.4 Wire Mesh Reinforcement Mesh reinforcement shall conform to ASTM A -185. The gauge of the wire and the dimensions of the mesh will be specified in the special provisions or shown on the plans. The wire mesh reinforcement shall be so constructed as to retain its original shape and form during the necessary handling. The effective cross - sectional area of the wire shall be equal to that specified or indicated on the plans. 2.14 EXPANSION JOINT FILLER AND JOINT SEALANTS 2.14.1 General This section specifies joint fillers and sealants to be used for treating joints in portland cement con- crete. 2.14.2 Premolded Joint Filler Premolded joint filler material shall consist of premolded strips of a durable resilient material. Unless otherwise specified, premolded joint filler shall be one of the following types: Preformed Ex- pansion Joint Filler (Bituminous Type) ASTM D -994, Non - extruding and Resilient Filler (Bituminous Type) ASTM D -1751, or Non - extruding and Resilient Filler (Non- bituminous Type) ASTM D -1752. 2.14.3 Asphalt -Latex Emulsion Joint Sealant Asphalt -latex emulsion joint sealant shall be de- signed for mixing and application by hand methods and shall be suitable for use at temperatures above 50 ° F. The sealing compound shall be an emulsion consisting of approved paving asphalt, emulsified with rubber latex in the presence of a suitable 2:9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (2) ASPHALT -LATEX EMULSION JOINT SEALANT Test Method Determination No. Furol Visco- ASTM sit at 77 ° F D -88 ASTM % Max. D -244 Penetration Calif. 50 -150 Sieve Test at 77 ° F 418 Requirements 80 -250 Sec. Elasticity (1) Calif. 70% Min. 418 Total Solids Calif. 70% Min. 418 Remarks Before adding setting went. Be ore a ° °ing setting agent. Immediately after mixing, 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. Immediately after mixing, 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 Place 3 to 5 grams freshly 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- Trs. Setting Time Calif. 60 Min. Max. Pour material into a 6 -oz. (2) 418 deep ointment can. Check penetration each 15 -min. Record time when penetra- tion is less than 200. (1) Mixing ratio of Material: to 200 g. of emulsion component add 10 + 0.1 g. of sodium fluosilicate powder. (2) Mixing ratio of Material: to 8 fluid ounces of emulsion component add 12 ml. of setting agent component. 2.14.4 Application Immediately before applying the joint sealant, the joint shall be thoroughly cleaned by abrasive blast- ing or other approved means to remove all mortar, laitance, scale, dirt, dust, oil, curing compounds and other foreign material. The joint shall be blown out with high pressure compressed air to re- move all residue. 2:11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 2.14.7 Water -Stops Water -stops shall be provided where shown on the Plans and shall be a minimum height of six inches, a minimum thickness of 3/8 ", be of polyvinyl chloride material and shall be approved by the Engineer. All water -stop joints shall be welded according to the manufacturer's recommendations. 2.14.8 Grout Grout for patching of honeycombs, she bolt holes, spalls, etc. or where approved by the Engineer shall be "Thorite" as manufactured by Standard Dry Wall Products of Miami, Florida. Grout used in setting machinery and equipment shall be "Thoroset" Metallic Compound worked in under the machinery bases in such a manner as to preclude voids of pockets under the metal base. The edges shall be neatly finished to give a neat appearance. Concrete surfaces shall be roughened and cleaned before the grout is placed. Mix compound with cement, sand, and gravel per manufacturer's specifi- cations. "Thoroset" shall be as manufactured by Standard Dry Wall Products, Miami, Florida. 2.15 CONCRETE CONSTRUCTION 2.15.1 General Concrete chambers, vaults, walls, structural slabs, footings, foundations and similar structures shall be constructed in conformity with the plans and this sub - section. Concrete for use in work constructed under this Section shall conform to the requirements herein. Safe and suitable ladders shall be provided to per- mit access to all portions of the work. The compressive strength of the concrete referred to in this section will be based on the results of two tests from 6" X 12" concrete test cylinders made and tested by the Engineer in accordance with ASTM C -31 and C -39. The cylinders shall be cured in accordance with ASTM C -31. 2:13 2.15.2 Subgrade for Concrete Structures Earth subgrade upon which concrete is placed shall be firm and free from water. Ground water shall be kept below subgrade until the concrete has set. When the subgrade is in dry earth, it shall be tho- roughly dampened with water to ensure that no mois- ture will be absorbed from the fresh concrete. 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 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.15.7 Splicing Splices of bars shall be made only where shown on the plans or as approved by the Engineer. Where bars are spliced, they shall be lapped at least 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 he deposited as rapidly and as near as practicable in its final position, and shall not be caused to flow in a manner to permit or cause segregation. Runways shall be provided so that wheelbarrows or buggies containing concrete will not run over reinforcing steel or planks resting on steel. Just before placing new concrete on old con- crete in walls, a modified grout consisting of the same mix as the concrete minus one -half of the coarse aggregates shall be deposited to a depth of six (6) inches before placing the regular concrete mix. Concrete shall be worked and vibrated mechani- cally with suitable appliances until it closes snug- ly against all surfaces and is in perfect and com- plete contact with all embedded reinforcement and other metals. 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.15.13 Slabs 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. 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 2.16.5 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 Class 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Laboratory. 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 2 coats Dupont Lucite (white) 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 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 150 or 200, as shown on the Plans. Fittings shall conform to AWWA Standard C110 (Ring -Tile 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 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 Retained on 3/8" Sieve Retained on No. 4 Sieve Retained on No. 10 Sieve 0 0 -20 65 -100 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 OIL -SAND FILL UNDER TANKS 5.1 GENERAL Sand fill under ground storage tank to consist of sand mixed with road oil, shaped by blading or screeding and compacted by rolling or mechanical tamping. Obtain sand from approved source. Excessive amounts of salt or other corrosive substances not allowed in sand. 5.2 MATERIALS. (1) Sand Gradation: Sand to meet the following requirements: Retained on 3/4 -Inch Screen 08 Retained on 1/2 -Inch Screen 0 - 10% Retained on 1/4 -Inch Screen 0 - 65% Retained on 16 -Mesh Sieve 5 - 75% Retained on 40 -Mesh Sieve 20 - 80% Plasticity Index Not to Exceed 4 (2) Road Oil: Of type designated by Texas Highway Department Standard Specifications as MC -3 and free of water. Road oil to meet following requirements. Characteristic Minimum Maximum Asphalt Content of 85 to 115 penetration 60 Specific Gravity 77 ° F. /60 ° F. 0.95 Flash Point C.O.C. ° F. 225 Furol Viscosity at 140 ° F., Sec. 350 Loss at 212 ° F., 20 gms., 5 hours, % - Ductility of Residue at 77 ° F., 5 cm /min., ems 100 Solubility in Carbon Tetrachloride, % 99.5 500 6.0 5.3 CONSTRUCTION Apply road oil to sand and mix in concrete mixer before placing. Use of other mixing methods shall be as ap- proved by Engineer. Apply road oil to sand at rate of 7 per- cent by weight. Temperature of road oil at time of applica- tion not less than 175 ° F., or more than 250 ° F. Compact to 95 percent of maximum density as determined by AASHO Standard Method T99. Obtain compaction by use of pneumatic -tire roll- er or mechanical tamps. Shape final surface of oil -sand fill to provide slope away from center of tank to edge as shown on Plans. Variation from plan grade not to exceed plus or minus 1/4 -inch. 5:1 5.4 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for item of which this work is a component part. 5:2 ITEM NO. 6 l- WELDED STEEL GROUND STORAGE TANK (CLEARWELL) 6.1 DESCRIPTION This item consists of the design and construc- tion of one or more welded steel ground storage tanks (clear - well) in accordance with the Plans and AWWA Specification D100 (latest revision). 6.2 FOUNDATION The ground storage tank contractor shall install each ground storage tank foundation. A reinforced concrete ringwall as designed by the Contractor's Engineer, registered in the State of Texas, shall be provided by the ground stor- age tank contractor. Remove all undesirable materials to the depths and limits as described in TETCO's report, attached herein. Structural fill, if required by the Standard Foundation Detail to achieve subgrade, will be in accordance with TETCO's report, attached herein. Foundation fill, within the limits of the inter- ior of the concrete ringwall shall be in accordance with TETCO's report, attached herein. Refer to Item No. 5 - Oil - Sand Fill Under Tanks for the top 6" level of fill material for the foundation. 6.3 DRAWINGS The ground storage tank contractor shall submit detailed drawings of each ground storage tank and foundation for approval by the Engineer prior to fabrication. 6.4 ACCESSORIES Accessories shall be as shown on the Plans and in the Standard Ground Storage Tank Details attached herein. 6.5 DESIGN AND MATERIALS Material, design, welding, shop fabrication, erection and inspection of the tanks shall conform to all applicable portions of Specifications AWWA D -100 and AWS D5.2 for Elevated Steel Water Tanks, Standpipes and Reservoirs, as jointly adopted by the American Water Works Association and the American Welding Society in their latest amended form. 6:1 No provision shall be made in the design for earthquake resistance nor shall an allowance be made for cor- rosion. Design for wind loads shall be based on areas not subject to hurricanes. The ground storage tank shall have a shell to roof juncture having a knuckle transition of 3" radius and roof slope of 3/4" to 12 ". An alternate bid shall be taken for a standard type roof with overhang. 6.6 CAPACITY Each ground storage tank shall have a net capa- city as specified on the Plans between the overflow and the ground storage tank bottom. Each ground storage tank shall be of butt welded construction for all water bearing plates except for the tank bottom which shall be lap- welded. Either butt or lap- welded construction shall be used for non -water bearing plates. 6.7 PAINTING Each ground storage tank shall be painted in accordance with AWWA Standard D102. AWWA D102 Outside Paint System No. 1 shall be used to paint the exterior or weather exposed surfaces of the ground storage tank. A four -coat system is to be applied using Alternative Finish Coat No. 4 with a final coat of ocean green color. Minimum total dry film thickness shall be 5 mils. AWWA D102 Inside Paint System No. 2 shall be used to paint the interior of the ground storage tank. The minimum total dry film thickness shall be 6.75 mils. 6.8 X -RAY FOR WELD JOINTS X -ray methods in accordance with AWWA Standard D -100 (latest revision) will be required on this project. All floor welds will be vacuum tested. 6.9 DISINFECTION The interior of the tank shall be thoroughly cleaned by the tank contractor. Disinfection will be the responsibility of a separate contract. 6.10 TESTING The tank shall be filled with water by flow of treated water through the proposed water treatment plant. Observation for leaks will be done at that time. 6:2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6.11 MEASUREMENT AND PAYMENT Construction of each ground storage tank, foun- dation, and other subsidiary items as shown on the drawings as included in the Bid Schedule or as shown on the Plans shall be measured and paid for at the unit price bid. The Plans are prepared for a certain capacity ground storage tank. If construction alternates for differ- ent capacities are shown in the Bid Schedule, the Owner reserves the right to select one ground storage tank of one of the alternate capacities for each site. Should a con- struction alternate for a ground storage tank of capacity different than shown on the Plans be awarded, the Engineer will prepare revised drawings for the site plan and yard piping to accommodate the different capacity ground storage tank. An alternate bid shall be taken on a standard roof with overhang to replace the knuckle -type roof edge included in the base bid. 6:3 TRINITY ENGINEERING TESTING CORPORATION ILLUSTRATIONS STANDARD DETAILS - GROUND STORAGE TANK (CLEARWELL) NO. DESCRIPTION GST -1 MANHOLE GST -2 OVERFLOW GST -3 ROOF HATCH GST -4 OUTLET GST -5 ROOF VENT GST -6 INLET GST -7 DRAIN GST -8 LEVEL INDICATOR GST -9 GROUND STORAGE TANK FOUNDATION • M. MI I• NM OM MI r MI NM • • N - -- ■■I —, z 0 z 0 m -3 %Gx 2 iG Mach. /7 -) / / 1 i ... 0')'-' I Fi20Nj VIEW " ECG' x -0 ( 1) - )72 "x 52 "x -8" 20 -3 /Q " 2 /4" Nex. /fs 24 - 3 /4 " Nu,- We /deo' zi7 , /arse :u x 2 S =/ex. Bo//5 F /ands - //6 T7/7e. 29 "5ch 40.5t/. P,, e x 0' - 8%4` /P? Ceoy/h TanKom 1 NOTE : CONTRACTOR IS RESPONSIBLE FOR ALL WORK MATERIALS REQUIRED TO EXTEND OVER- FLOW OUTLET TO CONCRETE DRAINAGE DITCH . CONC. DITCH BY OTHERS. TANK WALL SUPPORTS OVERFLOW PIPE SECTION A -A 20" FABRICATED STL. FLAP VALVE W/ WELDED END. FLAP VALVE SHALL REMAIN CLOSED UNDER NO -FLOW CONDITIONS OVERFLOW ELEV. - SEE PLANS 20 " -90° WELDED STEEL BEND � - "V'- SHAPED CONC. SPLASH BLOCK (BY OTHERS) WEIR BOX SIZED TO OVERFLOW 6000 G.P. M. A 6 MIN. 20 ° -90° WELDED STEEL BEND ` - �--- WEIR BOX 20 ° WELDED OUTLET OVERFLOW PIPING SUPPORTS WELDED TO 20 ° STL.PIPE AND TANK WALL AS PER TANK MFG'S RECOMMENDED SPECIFICATIONS A 20 "SCH.40 STL PIPE WALL OF TANK BOTTOM OF TANK rl /2 "EXP JT. NATL.. • TANK .FOUNDATION ?�:•; (CONC OR GRAVEL FILL) OVERFLOW STANDARD DETAIL NO. GST -2 - /'L.AN 2_ O "5 96 , (2, _ e flrny• (2 re - i/c3 , /H /8G¢ 5i' ?9er' Lcc5 ✓"fee/ F�rii 4 "x4" G3'- etinx7/. - (2 reriPt7:) - h9er 4/1/ /801 5w ged.Z 5fee/ Pn 4 " x4" of- mud / or equal. — /At' e,'i 5 1/0 /e 146 - N69ger x 91/ or esce.47 fix s/gop/c V / /hoU/ s //a. Sfardp,oe She // SIa x�c�;c� She // ROOF HATCH STANDARD DETAIL NO. GST 3 30" F /ancjed A. W. W. A. Botteri' / 1/6/ve, Lever Operator O:en +shut /nd /Cal o rn p Sfafior7 STANDARD DETAIL NO. GST 4 %B" Qubbe - c a k2ef (7e/pica/ for all Connecfior/s ou ?side 0)" 7ar7•e aeove grade.) S7i7{ener as per- Tang M4 Recommer da lions NOTE Confrac for who reaches Confrac f Division Poin f firs/ shall provic/e d' insfa// a C.I. 5/inc/ F /ange. Confrac for who reaches Cbnfrac/ Div /sior7 Poinf /as/ will be re5pons/b /c far Mina/ connec fion. OUTLET 16. Mesh - ? /IG 4 5 .fin —_ 4/ /6 "x 2�05/Ei 1.0. x 29=%4" 00 /2i??gs 3 //6 "x /2 /0. x /4 0.0. ,C in95 3 / //a "x 2Coe "10 A' 29 ,ergs x /2-34" X /4 3 /4" 00 ein9s /' 'VeSh - 3 46 5/5 Screi°r7- ",x 2 . Spre:/ 7" Min. /2" .17. 205 "ee / Pine arLarger To F /ow 4o f)0 6RM r/�fo e out ofG/ " // E EVAT/OA/ PP.4/V /-f "x 2 "bar (4rego') /2%4" /M .3G" x 3//(a' F� 7bne ,FY�f '-; / /o" /,o1 °s on ,2eYr3`/;>;e. (.4.4/ !/4" , :news S,c,atec/ /5 " sa-h. Rio °G / C/ e W/ /2 %t ".5., Screws ,, .30' 'h. ROOF VENT STANDARD DETAIL NO. GST - 5 AVM , Con frac/or who reaches Corrfrac f OrwsiQn Pop "ir5f sh&/ provide and ins fa // d CZ 5/inc/ Flange. Confracf k1170 reaches Confrec f Division Pafrif Ma/ wig be responsible for firia / Connec f /or7. Tra tine t P /an• Cba/rac/ (/vof in ftii s Confra -79 30 " in/c1 30 "A W. w A. F /9. Bu fi r/y/y Va /vc Gever Open-5nvt f d Fo r ,sew f Fii A,Hfura/ Ground Clear we/ Confrac f True Inferior Tank Wall CO " / VC/. or welded Sfee/ 45° Bend elfin 6fec "Sife Plan' 76r orienfa/on) 7 - ( 7 - anK Founda f/or7 %8 " ,2udber Gasmef ( ? ,or al/ Connecfions Cu/side off' Tang above ground) INLET STANDARD DETAIL NO GST - 6 6" A.W.WA. Fi cd G'I 4.7/e Lo /ve iV '5 ca/ Nano/ea-lee/ 6" C.2: Flowed - 45° Bend See "Sole P / '9 {7r Gradnc/ see P /an Co 5p /as hblock ,a ;/ Wa // oP Sf� -aye TanK Top o" TanK Tank' :Foyndafan DRAIN STANDARD DETAIL NO. GST -7 Pipe few r7 Rc ground , Sfora7e 7'r7/ - 500,000 Cp/ Mc Nei / ,Pcn`d Oresund i�o i S /dam Sfcvage Tangy- 750,000 72rr/ef „ ,5 /pi.n. / W r /4" amefer Cp It nni 3ed 51`ee/ P/c-t7,7: (O! P'/,c F/mf w,/ cve/gh,4) tr rori,E: e //— 11 ire Arichcr- ,:,vr,n r A /urr 55e 've E /�w5 A- /ounfea' o n 57ia,riless :fee/ 51701%3 LEVEL INDICATOR .`JVF f.LY�J / 4eJo/ Cie Z'x7 "x ;f" Su pvrfs 8' =0" 00. / /!o Gn /u / 5e ' Guide (,4.4re5 Anchor For G vy w STANDARD DETAIL NO. GST- 8 M! ELEV. 781.0 WALL OF STORAGE TANK BOTTOM OF TANK 6" THICK OIL - SATURATED J/ 61 I SELECT F ILL(SEgi�� "" TETCO REPORT) ; I SELECT FILL (SEE TETCO REPORT NOTES I. EXCAVATE MIN. 6" INTO TAN WEATHERED LIMESTONE FOR CONCRETE RINGWALL FOOTING, PER TETCO REPORT. 2. REMOVE ALL SOIL 13 HIGH PLASTICITY CLAY LAYERS EXCAVATE FOR REINFORCED CONCRETE RINGWALL & FILL INTERIOR OF RINGWALL IN ACCORDANCE W/ TETCO REPORT, BOUND HEREIN. 12/1 L OPE1 WEATHER SEAL- INSTALL FLEXIBLE SILICONE M • STIC SEALER BETWEEN BOTTOM OF TANK & TOP OF CONC. FOUNDATION PRIOR TO PAINTING TANK. REINFORCED CONCRETE RINGWALL (PER CONTRACTOR DESIGN BASED ON TETCO REPORT W/ ENGINEER'S APPROVAL) 3/4" CHAMFER FINISH GRADE (MI N.4' TOPSOIL BY OTHERS) 6" MIN. SURFACE OF TAN WEATHERED LIMESTONE GROUND STORAGE TANK FOUNDATION STANDARD DETAIL GST -9 APPENDIX GEOTECHNICAL INVESTIGATION REPORT WATER TREATMENT PLANT ROUND ROCK, TEXAS TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL INVESTIGATION WATER TREATMENT PLANT ROUND ROCK, TEXAS FOR HAYNIE AND KALLMAN, INC. ROUND ROCK, TEXAS GEOTECHNICAL ENGINEERING DIVISION I MINI I1 LINYIMLLRInV 1 VVnrvnn llvn INTRODUCTION General 1 Scope of Investigation 1 FOUNDATION DESIGN CRITERIA TABLE OF CONTENTS FIELD INVESTIGATION 3 LABORATORY INVESTIGATION 5 SITE CONDITIONS Site Geology 7 Subsurface Stratigraphy 7 ILLUSTRATIONS APPENDIX Explanation of Symbols and hey to Classification Used on Logs of Borings Logs of Borings PACE General 8 Expansive Characteristics 8 Select Fill Material 8 Plant and Control Building, Boring Nos. 1 - 6 9 Earthen Holding Tanks, Boring Nos. 7 - 10 11 Water Storage Tank, Boring Nos. 11 -12A 11 PLATE Location of Borings I Summary of Classification Tests II Summary of Unit Weight, Moisture Content and Unconfined Compression Test Results III 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 J The various phases of this study, as mentioned above, are presented in TRINITY ENGINEERING TESTING CORPORATION 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. 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 (T11D) 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 GEOTECHNICAL ENGINEERING. DIVISION of the cone after an application of 100 blows is recorded on the attached Logs of Borings. TRINITY ENGINEERING TESTING CORPORATION 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 GEOTCCHNICAL ENCINLERING 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: 5 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 6 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 gravel layer was encountered, respectively. The depth intervals at which the chert and granularlayerswere encountered are 11.8 to 12.0 ft and 5.0 to 6.0 ft, respectively. 7 GEOTECHNICAL ENGINEERING DIVISION 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 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 GEOTECNNICAL ENGINEERING DIVISION 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 GEOTECNNICAL ENGINEERING DIVISION 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 16- ft -high steel water tank can be supported by either of two foundation alternatives. The first alternative would include the use of a ]1 GEOTECHNIC *L ENGINEERING 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 DIVISION 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 J/ William J. Berger, P.E. Geotechnical Project Engineer Au -1480 January 27, 1981 TRINITY ENGINEERING TESTING CORPORATION 13 C..EOTECHNICAL INGINFFRINC. DIVISION r Vii:•' ' ••T��f V ::1.1. EaiL'E . 42300 I �. �CN 1 ■ TRINITY ENGINEERING TESTING CORPORATION ILLUSTRATIONS •• MO I MTh h h MO MI MI • • M EM O MIIIMOIM B RI-ANT (CLARIFIERS ono r/L reps B c�OL RUIL DING -6 NOTE PLANT SITE LOCATED JUST NORTH OF WESTINGHOUSE PLANT PROPERTY. BORING LOCATIONS STAKED BY HAYNIE 8 KALLMAN, INC. 0 Seale le el LOCATION OF BORINGS SCALE AS SHOWN I DATE: /6' JAN /9sl I RATE 1 WATER srORACe TANK TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION DR MIN BY 0 WN/ WATER TREATMENT PLANT ROUND RCCR, TEXAS -L is s — — — — s — — — — — — me s s 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 c c c x c 2 = • I = = MI= - ••I=1= - - - - • I 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. X T /Sq.Ft. Description 10.4 -10.9 208.56 Tan Limestone 8.5- 9.3 424.20 Tan Honeycombed Limestone 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 1 1 1 1 4 ///////////4, I ROCK 1 /// / / / / / / // / 1 3/8 to I /2- in- DIAMETER PROBE ROD --10- I WITH CHISEL POINT / or SURFACE RECORDING / CALIPERS I / / 1 or, /,, / I / / / I 2 -in - DIAMETER, PERCUSSION-DRILLED TEST HOLE I or / EQUIVALENT 1 1 / 1 1 1 1 B I - 1 min. 28 or 5 max.. y////// /iii // i TYPICAL FOOTING EXCAVATION TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION WATER TREATMENT PLANT ROUND ROCK, 1[145 METHOD OF EVALUATING CHARACTER OF ROCK BELOW FOUNDATION BASE CALE DRAWN BY: 0 N'N DATE: 22JAR/99/ I PLATE: /V / /n \\ / / /•\ \\ t V/r 5m -p .o• SKETCH ONLY NO TRUE SCALE + WATER STORAGE TANK WATER STORAGE TANK ALTERNATIVE #1 TAN WEATHERED LIMESTONE ALTERNATIVE 4f2 OIL SATURATED FILL SELECT FILL /r / \\ \ ��7 ijj\N\\ IiIA\ \//rn\\ \rj r/\\ \ r //p\ OIL SATURATED FILL A o BASE BEARING PLATE \ \ •/A REINFORCED CONCRETE RINGWALL BASE RING PLATE THD ITEM tae" SELECT FILL TRD'ITEM 2A8 - TYPE A FILL ' TYPE A FILL \\\!// \` \ /// \\lo \w rr"(/ \\\i)r \\• \\v r\\Y \\\'r \ \\\AV\\V'r v\\V/• \\\A/ / T\\V / /\\v 1 \\ , is. TAN WEATHERED LIMESTONE TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION WATER TREATMENT PLANT ROUND ROCK, TEXAS CROSS-SECTION ALTERNATIVES FOR STORAGE TANK SUPPORT SCALE NONE DRAWN NT. OW" DATE: JAN 1961 PLATE Y ......... ...•v Ici1INY LUHYVHN IIVN APPENDIX GEOTECHNICAL ENGINEERING DIVISION 1331 14.1430 10Brl AS SAMPLE N - BLOWS PER FOOT MATERIAL DESCRIPTION 0 31 - RRO 31100 03N3AOD3N 3tl03 G W / SEE KEY TO CLASSIFICATION SELO"' ) 11- Graded Grovel ro . Gw -Sane &Woes. LIM& or re PIn.. Undisturbed Shelby Sample 1 f antsy- Graded Grovels. Grm.l - Sand Lillie or no PIn Wo roe e11 Tube - 3.5 Pocket SANDS ▪ • 0Ten ;one 0 Coors. 1• SMALLER 01an M.. a Sit. 56• (0E01 6 l• Au .e I • 0005 00.10 t Penetrometer Test SP Poorly- Graded Sonde. Grovel sand., Little or no Pin.. 000.4 0 1 p0a..aal) 66 11 VIM •OmRS Disturbed Sample • : Sii, sand.. sons -s Myra.... S C /% . Doy.y sand.. Soul -Cloy 11Grw.. 1161E- GRAl2E0 SOILS ▪ • Than 2.11 61 11616p1 i. SMALLER Than Ma 200 Sn0• 51•• — 5 15 Standard Penetration Test Sample I rorpo; nc Ctaye at Le. to M m ediu O L 1 e ncily, Grovel& Cloys, Sandy GIq., &Pr On., 1.40. Ctay. O L L I +---- and - C H / Inorganic Goy. a MO PbMady. of Clore Wash Meld Oman¢ 5ads ■ PI • Peat 0 Om« Night Groove Se.1. i— Boring - No Sample Recovery —10 - + -NX Core Drilling - Testable Sample 5.0'5.0' MAJOR OIYISIONS GROUP SYMBOLS DESCRIPTIONS COARSE- GR•MIEU SOILS Mon Teen moll el M<.•.nl a LARGER Teen Me 200 52.. 2n6 I •zif .•.5 Dry VOVl 230241 1. • 1 NMI 6 11 5136420 1••6.1 w w 1.16!5 •IMe65 6.613 G W '9 :o' , ,:,I f1 11- Graded Grovel ro . Gw -Sane &Woes. LIM& or re PIn.. GP 1 f antsy- Graded Grovels. Grm.l - Sand Lillie or no PIn Wo roe e11 7 11.1.. 11..1..6. 146 w.a 6 G M T ' ' I Gray., y Gra. Gomel - Sena - Silt Mitten. GC /� Clayey Gravel., Grovel -Send - Cloy A i tittle.. SANDS ▪ • 0Ten ;one 0 Coors. 1• SMALLER 01an M.. a Sit. 56• (0E01 6 l• Au .e I • 0005 00.10 s .0. Sonde. Growdy Sand, LOON or no Pines, SP Poorly- Graded Sonde. Grovel sand., Little or no Pin.. 000.4 0 1 p0a..aal) 66 11 VIM •OmRS SM '' • : Sii, sand.. sons -s Myra.... S C /% . Doy.y sand.. Soul -Cloy 11Grw.. 1161E- GRAl2E0 SOILS ▪ • Than 2.11 61 11616p1 i. SMALLER Than Ma 200 Sn0• 51•• • SILTS ana CLANS SILTS one CLAYS L X 50.1•. L4.0 Lamt Lan Tnen SO 1.11011 1.11011 50 ML Inar.:7:4 e S vNy frn. Senor, Rue Pe er cwy.r Pin. sand. a Clayey SO& pin Sepot Ploeld.1., I rorpo; nc Ctaye at Le. to M m ediu O L 1 e ncily, Grovel& Cloys, Sandy GIq., &Pr On., 1.40. Ctay. O L L I 1 i � Groove sole S Oraa0a Sley Gay. l� of Lets PIaMIny II ' t I M roena sill., MN Diatomaceous i. saod or 5dy Sell., [rM¢ SIG. C H / Inorganic Goy. a MO PbMady. of Clore ON o,n.c Cloys of Nodml, to Nine ',O.... y. Mon, 5.1111 Meld Oman¢ 5ads ■ PI • Peat 0 Om« Night Groove Se.1. 1 1 1 1 1 1 1 1 1 EXPLANATION OF SYMBOLS USED ON L008 OF BORINGS KEY TO CLASSIFICATION USED ON LOOS GEOTECNNICAL ENGINEERING DIVISION FOR WATE R OF BORING TREATMENT PLANT December 30, 1980 1 '.CT LOCAtION: Round Rock, Texas TYPE Core See Plan 133i N1.130 10YNAS L SAMPLE I N -BLOWS PER FOOT MATERIAL DESCRIPTION 0311W0 3MO3 CORE RECOVERED MOLL VA313 i 31 tl S M1d30 1 Dark Brown Clay Tan Weathered Limestone with Red Clay - ,- Pockets - r _ — 5 I THD Penetration _ Tan Limestone 100 Blows= 0.75" - 5.0' 4.7' _ -' ^ - - ---- honeycombed, 7.8' -9.2' ---10 - - - - -- thin honeycombed layer - 12.1' to 13.2' THD Penetration 5.0' 4.8' - - 100% water loss @ 13.3' 100 Blows =0.0" ---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 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 December 31, 1980 GORING NO 2 PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan 1331 N1410 SYMBOL SAMPLE N - BLOWS PER FOOT MATERIAL OESCRIPTION 0311Itl0 3M00 031:13A033N 1 3NO3 NOI LYA313 (DEPTH SCALE VIM --- - Dark Brown Clay r - ... - Tan Weathered Limestone THD Penetration - - _ 5 - - — 10 ` mil with Red Clay Layers 100 Blows =2.0" 5.0' 4.8' - ` _ ow - Tan Honeycombed Limestone -- with sLltstone seams, 12.0' to 12.5' 5.0' 4.0' T T I I I —15 - - - '" 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 GEOTECNNICAL 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 N1d30 lOBNAS 31dnVS 100i tl3d SM01Y-N MATERIAL DESCRIPTION 031 3803 0383AO038 3800 ■ ELEVATION [3183S 141d3O - "' 5 - - - ----honeycombed ----- -, Dark Brown Clay with Sand r - I Tan Limestone with Small Solution Solution Cavities THD Penetration, I � 100 Blows =1.75" - - honeycombed layer, 8.4' to 10.0' 1001 water loss at 8.5' 5.0' 4.3' - - - -10 - - 15 I' Tan Limestone with Siltstone Seams siltstone layer, 12.4' to 13.2' 5.0' 4.7' - - J,J I 1 ` r .- - — 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. - - - - — Il - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNtCAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 PROJECT LOCATION: Round Rock Texas TYPE: Core LOCATiON See Plan 1331 N1/30 I 1 SYMBOL SAMPLE 1 Id - BLOWS PER FOOT MATERIAL DESCRIPTION 1 CORE DRILLED 03tl3A0O3tl 3MOS NO1 1YA313 DEPTH SCAL El r — "10 — 15 1 �, Tan Limestone THD Penetration 1 100 Blows = 2.2511 honeycombed limestone layer, 9.0' to 10.0' 5.0' 4.0' 4.0' _ _ — '--' 1 ---k--- 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 U 1 I 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT WC December 30, 1980 BORING NO j PROJECT LOCATION Round Rock, Texas TYPE: Cor LOCATION See Plan 133! N1d30 10B W LS 31dtvS N•BLOWS PER FOOT MATERIAL DESCRIPTIO CORE 1 DRILLED CORE RECOVERED ELEVATION (31v OS H1d30 - _ — 10 1- 15 -, Dark Brown Limestone _ _ f Tan Limestone THD Penetration ICI 100 Blows =1.25 100% water loss at 8.5' thin honeycombed seam at 9.0' 5.0' 4.8' i __, 4.6' _ 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 1 1 I TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT DATE December 30, 1980 BORING NO 6 PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan DEPTH FEET 100 N AS 31dN,S N • BLOWS PER FOOT MATERIAL DESCRIPTION 0 3111N 3NO3 03N3AOD3N 3NO3 NOI1vA313 DEPTH SCALE' —Dark Brown Clay with Sand ■ _ = Limestone with Clay Layers UM Tan n _ 5 - ..- --- 10 - _ ^15 I THD Penetration I I Tan Limestone with 100 Blows =3.0" Calcite Seams and Nodules honeycombed limestone layer, 8.6' -10.5' 100% water loss at 11.0' honeycombed limestone with thin silt- stone Seams, 13.0' - 14.5' 5.0' 4.9' -- 4.6' I-- — I J = 5.0' _ _ 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. - _ _ 1 1 U i 1 1 1 1 i 1 1 i 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 29, 1980 BORING NO 7 PROJECT LOCATION Round Rock, Texas TYPE Core LOCATION See Plan 133i 141d3O SYMBOL SAMPLE N•BLOWS PER FOOT MATERIAL DESCRIPTION CORE DRILLED 031:13AO3311 3AO3 ELEVATION r31V3S H1d30 — Dark Brown Clay --t--- 4.8' — — Tan Weathered Limestone with Brown Clay Layers — 5 — _ Tan Limestone I I 5.0' rr I ' —10 — _. _ _ _ Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 1.8 feet below the ground surface prior to using drilling fluid and water was not encoun- tered above that depth. _ _ H 1 ■ I 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT I December 29, 1980 PROJECT LOCATION: Round Rock, Texas TYPE, Core LOCATION See Plan a "' J a f r, W J i MATERIAL : N SAMPLE N -O LOWS PER FOOT DESCRIPTION CORE DRILLED 03N3AO33N 3N0S r ELEVATION :DEPTH SCALE: - - — 5 - - - --10 - :: . - -_ - - -- Dark Brown Clay - LL =71.4 P1=46.6 (- )200 =92.6% with limestone gravel, 2.0' -4.0' THD Penetration r 100 Blows =l.0" Tan Weathered Limestone with Red Clay Pockets and Seams -black chert seams 11.8' to 12.0' THD Penetration 5.0' 4.4' 3.4' _ - - - ._._, - - - - - - - -- MI Mil r --N--- 5.0' imi --15 - - - - — 100 Blows =0.5" Total Depth of Boring = 15.0 Feet Note: Boring was advanced to 3.0 feet below the ground surface prior to using drilling fluid and water was not encoun- tered above that depth. 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 29 1980 BORING NO 9 PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATION See Plan 1331 X1430 SYMBOL 100i Wad SMOIB -N 31dMVS MATERIAL DESCRIPTIO'.. CORE DRILLED CORE RECOVERED ELEVATION DEPTH SCALE! - - - Dark Brown Clay - -LL =65.8 PI =36.9 (- )200 =93.1% — — — _ 5 'MD Penetration 1 } I � I i I 100 Blaws =2.0" Tan Limestone 5.0' \ I — — 10 Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 2.5 feet below the ground surface prior to using drilling fluid and water was not en- countered above that depth. I YSY�W ■WYWY --r-r-1 r ] 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECIINICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT D Dece mber 29, 1980 PROJECT LOCATION: Round Rock, Texas TYPE' Core LOCATION See Plan NI 1 4. 0 ■ a O S N W J 7 MATERIAL N 1001 N3d SA101B•N 31dMYS . DESCRIPTION 0311Ia0 3a0O 03a3AO33a 3x03 ELEVATION DEPTH SCALE _ 5 \ Dark Brown Clay - y Tan Weathered Limestone with Red Clay Pockets T1iD Penetration ,- = — 10 1 1 100 Blows =1.75" Tan Limestone 5.0' "' — 7 j i- I-I -FT-I -T I I -n "T 1 I I I I I I I 1 I I 1 I I 1 1 I T 1 I 1 1 — — — — _ r- Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 2.5 feet below the ground surface prior to using drilling fluid and water was not en- countered above that depth. \ 1 1 I t 1 I 1 1 1 I 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 20, 1980 BORING NO 11 PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATION See Plan 1331 M1430 f SYMBOL SAMPLE l M- BLOWS PEA FOOT MATERIAL DESCRIPTIOI. 03111N0 3NO3 03N3A003N SHOD r NO1vA313 DEPTH SCALEI - -"' - Dark ark Brown Clay LL =64.5 PI =36.8 (- )200 =81.8% \ - - - /-- Tan Honeycombed Limestone with Red Clay I I - 5 ` I it Pockets / THD Penetrati n — sand & gravel seam, 100 Blows =2.0" 5.0' -6.0' Tan Limestone 5.0' 4.6' - - ' ' 10 - — - - Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 1.5 feet below the ground surface prior to using drilling fluid and water was not en- countered above that depth. N _ - - - - - 1 1 1 I TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT January 1, 1981 BORING NO 11A PROJECT LOCATION: Round Rock, Texas TYPE Core LOCATION See Plan 133! H1d30 IOBNAS 3ldIVS N -BLOWS PER FOOT MATERIAL DESCRIPTION CORE DRILLED l l I03u3A033N 31!03 ELEVATION 131V3S M1d30 _ _ — 5 — _ _ — 10 _ -., Dark Brown Clad -- J _ _ f Tan Weathered Limestone with Red Clay Pockets T}ID Penetration 100 Blows =l. 5" Tan Limestone with Siltstone Seams THD Penetration 5.0' 5.0' - _ I I I I 11 . ' - - _— _ 100 Blows= 1.25" Total Depth of Boring = 10.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. —' - 1 I I t 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT DATE: December 30, 1980 BORING NO 12 PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATiON See Plan DEPTH FEET i 31d/IVs L 1 H•BLOWS PER FOOT MATERIAL DESCRIPTION CORE I DRILLED CORE RECOVERED RO11YA3"13 DEPTH SC Al El � Dark Brown Clay Tan Severely Weathered Limestone 5 Tan Weathered Limestone with Red Clay Pockets THD Penetration 100 Blows= 1.75" Tan Limestone 5.0' 4 — 1`T"T — r 10 Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 2.0 feet below the ground surface prior to using drilling fluid and water was not en- countered above that depth. ` FT 1 T1 r r r T r� r f " " — f — r i r I I - T i t 11 U I 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT DATE January 2, 1981 BORING 1 PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCAMON See Plan 133i 141.130 1O011 AS 31eINVS 1 N- LOWS PER FOOT MATERIAL DESCRIPTION 03111110 31109 03113A03311 31109 ELEVATION 1 31V96 N1d30 ` 5 ---10 1 1 I ' 1 Dark Brown Clay ,-- Tan Weathered Limestone with Brown Clay Pockets THD Penetration - I 1 100 Blows =l.5" Tan Weathered Limestone with Siltstone Seams THD Penetration 5.0' 1.8' - - _ I I ` .- ` _ _ _ _ _ _ _ _ _ _ 100 Blows 4.0" Total Depth of Boring = 10.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. _ - ` - - - d __I _ _ _ _ 1 _ _ __, _ _ 1 U 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TES CORPORATION GEOTECHNICAL ENGINEERING DIVISION