Loading...
R-86-844 - 3/31/1986WHEREAS, the City Council of the City of Round Rock has directed First Southwest Company to proceed with the necessary steps in selling $7,450,000 Waterworks and Sewer System Revenue Bonds, Series 1986; and WHEREAS, by law the Council must designate a Paying Agent /Registrar Bank for the aforementioned funds; f an — d — /J WHEREAS,( 4VWV (t((� I�(QCLBY/OX has submitted a proposal to be said registrar; NOW THEREFORE BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the Mayor is hereby authorized and directed to execute on behalf of ATTEST: J the City an agreement with attached hereto and incorporated herein for all purposes. RESOLVED this 31st day of March, 1986. NNE LAND, City Secretary RESOLUTION N0: ,, 44 f� nude. MIKE ROBINSON, Mayor City of Round Rock, Texas , a copy of which is PAYING AGENT /REGISTRAR AGREEMENT entered into as of 19 (this "Agreement "), by and between, CITY OF ROUND ROCK a CITY (the "Issuer "), and First City National Bank of Austin, a national banking association duly organized and existing under the laws of the United States of America with its principal offices in Austin, Texas (the "Bank "). ' RECITALS OF THE ISSUER The Issuer has duly authorized and provided for the issuance of its WATERWORKS AND SEWAGE REVENUE RINDS SFRTFS 19R6 (the "Securities') in an aggregate principal amount of $ 7 4'fl nnn nn To be issued as registered securities without coupons; All things necessary to make the Securities the valid obligations of the Issuer, in accordance with their terms, will be taken upon the issuance and delivery thereof; . The Issuer is desirous that the Bank act as the Paying Agent of the Issuer in paying the principal of and premium (if any) and interest on the Securities, in accordance with the terms thereof, and that the Bank act as Registrar for the Securities; The Issuer has duly authorized the execution and delivery of this Agreement; and all things necessary to make this Agreement the valid agreement of the Issuer, in accordance with its terms, have been done. The Issuer hereby appoints the Bank to act as Paying Agent with respect to the Securities, in paying to the Holders of the Securities the principal of and premium (if any) and interest on all or any of the Securities. The Issuer hereby appoints the Bank as Registrar with respect to the Securities. TD702/13 NOW, THEREFORE, it is mutually agreed as follows: Section 1.01. Appointment. ARTICLE ONE APPOINTMENT OF BANK AS PAYING AGENT AND REGISTRAR The Bank hereby accepts its appointment, and agrees to act, as Paying Agent and Registrar in accordance with the terms of this Agreement. Section 1.02. Compensation. As compensation for the Bank's services as Paying Agent /Registrar, the Issuer hereby agrees to pay the Bank the fees and amounts set forth in Annex A hereto for the first year of this Agreement and thereafter the fees and amounts set forth in the Bank's current fee schedule then in effect for services as Paying Agent /Registrar for municipalities, which shall be supplied to the Issuer on or before 90 days prior to the close of the Fiscal Year of the Issuer, and shall be effective upon the first day of the following Fiscal Year. In addition, the Issuer agrees to reimburse the Bank upon its request for all reasonable expense, disbursements and advances incurred or made by the Bank in accordance with any of the provisions hereof (including the reasonable compensation and the expenses and disbursements of its agents and counsel.) The acceptance by the Bank of its appointment as Paying Agent /Registrar hereunder shall be subject to the approval of the Bond Resolution by counsel for the Bank. ARTICLE TWO DEFINITIONS Section 2.01. Definitions. For all purposes of this Agreement, except as otherwise expressly provided or unless the context otherwise requires: "Acceleration Date" on any Security means the date on and after which the principal is due and payable on any Security which has become accelerated pursuant to the terms of the Security. "Authorized Representative of the Issuer" means the Issuer. "Bank Office" means the principal corporate trust office of the Bank as indicated on page 13. The Bank will notify the Issuer in writing of any change in location of the Bank Office. "Bond Resolution" means the resolution, order or ordinance of the governing body of the Issuer pursuant to which the Securities are issued, a copy of which certified by the Secretary or any officer of the Issuer is annexed hereto as Annex B or will be delivered to the Bank promptly upon the Issuer's adoption of the same. TD702/14 Section 1.03. Bond Resolution Subject to Approval of Bank Counsel. or of the "Holder" and "Security Holder" each means a Person in whose name a Security is registered in the Security Register. "Issuer Request" and "Issuer Order" means a written request or order signed in the name of the Issuer by an authorized Representation of the Issuer and delivered to the Bank. "Legal Holiday" means a Saturday, a Sunday or a day on which the Bank is required or authorized by law to be closed. "Person" means any individual, corporation, partnership, joint venture, association, joint stock company, trust, unincorporated organization or government or any agency or political subdivision of a government. "Predecessor Securities" of any particular Security means every previous Security evidencing all or a portion of the same obligation as that evidenced by such particular Security (and, for the purposes of this definition, any Security registered and delivered under Section 4.06 in lieu of a mutilated, lost, destroyed or stolen Security shall be deemed to evidence the same obligation as the mutilated, lost, destroyed or stolen Security). "Prepayment Date" when used with respect to any Security to be prepaid means the date fixed for such payment pursuant to the terms of the Bond Resolution. "Responsible Officer" when used with respect to the Bank means the Chairman or Vice Chairman of the Board of Directors, the Chairman or Vice Chairman of the Executive Committee of the Board of Directors, the President, any Vice President, the Secretary, any Assistant Secretary, the Treasurer, any Assistant Treasurer, the Cashier, any Assistant Cashier, any Trust Officer or Assistant Trust Officer, or any other officer of the Bank customarily performing functions similar to those performed by any of the designated officers and also means, with respect to a particular corporate trust matter, any other officer to whom such matter is referred because of his knowledge of and familiarity with the particular subject. TD702/15 "Fiscal Year" means "Record Date" means as follows: for Securities paying interest on the 1st day of a month, the 15th day of the preceding month; for Securities paying interest on the 15th day of a month, the last day of the preceding month which is not a Legal Holiday; and for Securities paying interest on a day other than the 1st day or the 15th day of a month (including Securities paying interest incident to a redemption or other prepayment), the 15th calendar day before the interest payment date. "Security Register" means a register in which the Issuer shall provide for the registration of Securities and of transfers of Securities. "Stated Maturity" means the date specified in the Bond Resolution as the fixed date on which the principal of the Security is due and payable. Section 2.02. Other Definitions. The terms "Bank," "Issuer" and "Security" have the meanings assigned to them in the opening paragraph of this Agreement or in the Recitals of the Issuer. The term "Paying Agent /Registrar" refers to the Bank when it is performing the functions associated with such terms in this Agreement. As Paying Agent, the Bank shall, provided adequate collected funds have been provided to it for such purpose by or on behalf of the Issuer, pay on behalf of the Issuer the principal of and premium (if any) then due on the Securities at the Stated Maturity, Redemption Date or Acceleration Date, as appropriate, the Holder upon surrender of the Security to the Bank at the Bank Officer. As Paying Agent, the Bank shall, provided adequate collected funds have been provided to it for such purpose by or on behalf of the Issuer, pay on behalf of the Issuer the interest on the Securities when due, by computing the amount of interest to be paid each Holder, preparing the checks and mailing the checks on the payment date, to the Holders of the Securities (or the Predecessor Securities) on the Record Date, addressed to their address appearing on the Security Register. The Issuer hereby instructs the Bank to pay the principal of and premium (if any) and interest on the Securities at the dates specified in the Bond Resolution. In the event that adequate collected funds have not been provided to the bank in order to allow the Bank to pay the entire principal of an premium (if any) and interest on the Securities on the appropriate payment date, the Bank shall promptly notify the Issuer of the same and shall not be obligated to disburse any money to any Security Holder until such deficiency shall be restored. TD702/16 ARTICLE THREE PAYING AGENT Section 3.01. Duties of Paying Agent. Section 3.02. Payment Dates. ARTICLE FOUR REGISTRAR Section 4.01. Transfer and Exchange. The issuer shall keep at the Bank Office a register (herein sometimes referred to as the "Security Register ") in which, subject to such reasonable written regulations as the Issuer or the Bank may prescribe (which Issuer regulations if furnished to the Bank herewith are annexed hereto as Annex C or if furnished to the Bank subsequent hereto shall be furnished by Issuer Order), the Issuer shall provide for the registration of Securities and of transfers of Securities. The Bank is hereby appointed "Registrar" for the purpose of registering Securities and transfers of Securities as herein provided. The Bank agrees to maintain the Security Register in accordance with the terms of this Agreement while it is Registrar. Every Security surrendered for transfer or exchange shall be surrendered to the Bank at its Bank Office duly endorsed for transfer or exchange, or accompanied by a written instrument of transfer, in form satisfactory to the Bank, duly executed by the Holder thereof or his attorney duly authorized in writing, the signature on which has been guaranteed by an officer of a federal or state bank or a member of the National Association of Securities Dealers. Upon surrender for transfer or exchange of any Security in accordance with the preceding sentence, the Bank shall register and deliver, in the name of the designated transferee or transferees, one or more new Securities of the same maturity, of any authorized and of a life aggregate principal amount, bearing a number (according to the Security Register) not contemporaneously outstanding. The Registrar may request any supporting documentation it feels necessary to effect a re- registration. The Bank will not be responsible for the validity of any transfer of Securities, the genuineness of the endorsement, the authority of the transferor, or the payment of any applicable tax. The Registrar shall not be required to exchange, register or re - register the transfer of any Security during the period beginning on a Record Date and ending on the next succeeding interest payment date or for a period of fifteen days next preceding the selection of any Securities to be redeemed or thereafter until the first publication or mailing of notice of such redemption. The Issuer shall provide an adequate inventory of Securities certificates to facilitate transfers. The Bank covenants that it will maintain Securities certificates in safekeeping and will use reasonable care in maintaining such Securities certificate in safekeeping, which shall be not less than the care it maintains for debt securities certificates of other governments or corporations for which it serves as registrar. TD702/17 Section 4.02. Certificates. Section 4.03. Form of Security Register. The Bank as Registrar will maintain the records of the Security Register in accordance with the Bank's general practice and procedures in effect from time to time. The Bank shall not be obligated to maintain such Register in any form other than those which the Bank currently utilizes at the time. The Securities Register may be maintained in written form or in any other form capable of being converted into written form within a reasonable time. Section 4.04. List of Security Holders. The Bank will provide the Issuer at any time reasonably requested by the Issuer, upon payment of the required fee, a copy of the information contained in the Security Register. The Issuer may also inspect the information in the Security Register at any time not on a Legal Holiday that the Bank is customarily open for business, provided that reasonable time is allowed the Bank to provide an up -to -date listing or to convert the information into written form. The Bank will not release or disclose the content of the Security Register to any person other than to, or at the written request of, an authorized officer or employee of the Issuer, except upon receipt of a subpoena or court order. Upon receipt of a subpoena or court order the Bank will notify the Issuer so that the Issuer may contest the subpoena or court order. Section 4.05. Return of Cancelled Certificates. The Bank will, at such reasonable intervals as it determines, surrender to the Issuer, Securities certificates in lieu of which or in exchange for which other Securities have been issued, or which have been paid. Section 4.06. Mutilated, Destroyed, Lost, or Stolen Securities. The Issuer hereby instructs the Bank to deliver and issue Securities in exchange for or in lieu of mutilated, destroyed, lost or stolen Securities in accordance with this Agreement. The Bank will issue and deliver a new Security in exchange for a mutilated Security surrendered to it. All mutilated Securities shall be cancelled by the Bank forthwith. The Bank will issue a new Security in lieu of a Security for which it received an affidavit from the Holder that the certificate representing such Security is destroyed, lost, or stolen, without the surrender or production of the original certificate. In accordance with Section 3.01 of this Agreement, the Bank will pay on behalf of the Issuer the principal of and premium (if any) on a Security behalf of the Issuer the principal of and premium (if any) on a Security for which it receives an affidavit from the Holder stating that such Security is destroyed, lost or stolen following the Stated Maturity or Prepayment Date of the Security, without the surrender or production or the Security certificate. TD702/18 Notwithstanding the foregoing, the Bank will not issue a replacement Security or pay such Holder of a destroyed, lost or stolen Security unless there is delivered to the Bank such security or indemnity as it may require (which may be by the Bank's blanket bond) to save both the Bank and the Issuer harmless. The certificate number on the mutilated, destroyed, lost or stolen Security will be cancelled on the Security Register with a notation that it has been mutilated, destroyed, lost or stolen and a new Security will be issued of the same maturity and principal amount bearing a number (according to the Security Register) not contemporaneously outstanding. The Bank shall charge the Holder the Bank's fee and expense in connection with issuing a new Security in lieu of or exchange for a mutilated, destroyed, lost or stolen Security. The Issuer hereby accepts the Bank's current blanket bond for mutilated, lost, stolen, or destroyed Securities and any future substitute blanket for mutilated, lost, stolen, or destroyed Securities that the Bank may arrange, and agrees that the coverage under any such blanket bond is acceptable to it and meets the Issuer's requirements as to security or indemnity. The Bank need not notify the Issuer of any changes in the security or other company giving such bond or the terms of any such bond. The blanket bond then utilized for the purposes of mutilated, lost, stolen or destroyed certificates by the Bank is available for inspection by the Issuer on request. Section 4.07. Transaction Information to Issuer. The Bank will, within a reasonable time after receipt of written request from the Issuer, furnish the Issuer information as to the Securities it has paid pursuant to 3.01, Securities it has delivered upon the transfer or exchange or any Securities pursuant to Section 4.01 and Securities it has delivered in exchange for or in lieu of mutilated, destroyed, lost or stolen Securities pursuant to Section 4.06. ARTICLE FIVE THE BANK Section 5.01. Duties of Bank. The Bank undertakes to perform the duties imposed it herein and in the Bond Resolution and agrees to use reasonable care in the performance thereof. No implied covenants or obligations shall be read into this Agreement against the Bank. (a) The Bank may conclusively rely, as to the truth of the statements and correctness of the opinions expressed therein, on affidavits, certificates or opinions furnished to the Bank. (b) The Bank shall not be liable for any error of judgement made in good faith by a Responsible Officer, unless it shall be proved that Bank was negligent in ascertaining the pertinent facts. TD702/19 Section 5.02. Reliance on Documents, etc. (c) No provisions of this Agreement shall require the Bank to expend or risk its own funds or otherwise incur any financial liability for performance of any of its duties hereunder, or in the exercise of any of its rights or powers, if it shall have reasonable grounds for believing that repayment of such funds (or adequate indemnity satisfactory to it against such risks or liability) is not assured to it. (d) 1 The Bank may rely and shall be protected in acting or refraining from acting resolution, certificate, statement, instrument, note, security, or other paper or document believed by it to be genuine and to have been signed or presented by the proper party or parties. Without limiting the generality of the foregoing statement, the Bank need not examine the ownership of any Securities, but is protected in acting upon receipt of Securities containing an endorsement or instrument of transferor power of transfer which appears on its face to be signed by the Holder or an attorney -in -fact of the Holder. The Bank shall not be bound to make any investigation into the facts or matters stated in a resolution, certificate, statement, instrument, opinion, report, notice, request,! direction, consent, order, bond, note, security or other paper or document supplied by Issuer. . (e)1 The Bank may consult with counsel (including Bank employees), and the written advice of such counsel or any opinion of such counsel shall be and complete authorization and protection with respect to any action taken, suffered or omitted by it hereunder in good faith and in reliance thereon. (f)I The Bank may exercise any of the powers hereunder and perform any duties hereunder either directly or by or through agents or attorneys. Section 5.03. Recitals of Issuer. The recitals contained herein and in the Securities shall be taken as the statements of the Issuer, and the Bank assumes no responsibility for their correctness. 1 The bank shall in no event be liable to the Issuer, any Holder or Holders of any Security or any other Person to expend its own funds for any amount due on any Security. Section 5.04. May Hold Securities. • ThelBank, in its individual or any other capacity, may become the owner or pledges of Securities and may otherwise deal with the Issuer with the same rights it would have if it were not the Paying Agent /Registrar, or any other agent. Section 5.05. Moneys Held by Bank. Money held by the Bank hereunder need not be segregated from any other funds provided appropriate accounts are maintained. TD702/20 The Bank shall be under no liability for interest on any money received by it hereunder. Any money with the Bank for the payment of the principal, premium (if any) or interest on any Security and remaining unclaimed for four years after final maturity of the Security has become due and payable will be paid by the Bank to the Issuer, and the Holder of such Security shall thereafter look only to the Issuer for payment thereof, and all liability of the Bank with respect to such monies shall there -upon cease. This Agreement relates solely to money deposited for the purposes described herein, and the parties agree that the Bank may serve as depository for other funds of the Issuer, act as Trustee under Indentures authorizing other bond transactions or act in any other capacity. The Issuer agrees to indemnify the Bank for, and hold it harmless against, any loss, liability or expense incurred without negligence or bad faith on its part, arising out of or in connection with its acceptance or administration of its duties hereunder, including the cost and expense (including its counsel fees) of defending itself against any claim or liability in connection with the exercise or performance of any of its powers or duties under the Agreement. The Issuer and the Bank agree that the Bank may seek adjudication of any adverse claim, demands or controversy over its persons as well as funds on deposit, in either the District Court of Travis County, Texas, or the United States Federal District Court for the Wester District of Texas, waive personal service of any process, and agree that service of process by certified or registered mail, return receipt requested, to the address set forth in Section 6.03 of this Agreement shall constitute adequate service. The Issuer and the Bank further agree that the Bank has the right to file a Bill of Interpleader in any court of competent jurisdiction to determine the rights of any Person claiming any interest herein. Section 5.08. Merger, Conversion, Consolidation, or Succession. Any corporation into which the Bank may be merged or converted or with which it may consolidated, or any corporation resulting from any merger, conversion, or consolidation to which the Bank shall be a party, or any corporation succeeding to all or substantially all of the corporate trust business of the Bank shall be the successor of the Bank hereunder without the execution or filing of any paper or any further act on the part of either of the parties hereto. In case any Security shall have been registered, but not delivered, by the Bank then in office, any successor by merger, conversion, or consolidation to such authenticating Bank may adopt such registration and deliver the Security so registered with the same effect as if such successor Bank had itself registered such Security. TD702/21 Section 5.06. Indemnification. Section 5.07. Interpleader. Section 5.09. Bank Not A Trustee. This agreement shall not be construed to require the Bank to enforce any remedy any holder may have against the Issuer during any default or event of default under and agreement between any Holder and the Issuer, including the Bond Resolution, or to act as trustee for such Holder. ARTICLE SIX MISCELLANEOUS PROVISIONS Section 6.01. Amendment. This Agreement may be amended only by an agreement in writing signed by both of the parties hereof. Section 6.02. Assignment. This Agreement may not be assigned by either party without the prior written consent of the other. . Section 6.03. Notices. Any request, demand, authorization, direction, notice, consent waiver or other document provided or permitted hereby to be given or furnished to the Issuer or the Bank shall be mailed or delivered to the Issuer or the Bank, respectively, at the addresses shown on page 13. Section 6.04. Effect of Headings. The Article and Section headings herein are for convenience only and shall not affect the construction hereof. TD702/22 Section 6.05. Successors and Assigns. All covenants and agreements herein by the Issuer shall bind its successors and assigns, whether so expressed or not. Section 6.06. Separability. In case any provision herein shall be invalid, illegal or unenforceable, the validity, legality and•enforceability of the remaining provisions shall not in any way be affected or impaired thereby. Section 6.07. Benefits or Agreement. Nothing herein, express or implied, shall give to any Person, other than the parties hereto and their successors hereunder, any benefit or any legal or equitable right, remedy or claim hereunder. Section 6.08. Entire Agreement. This Agreement and the Bond Resolution constitute the entire agreement between the parties hereto relative to the Bank acting as Paying Agent /Registrar and if any conflict exists between this Agreement and the Bond Resolution, the Bond Resolution shall govern. Section 6.09. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original and all of which shall constitute one and the same Agreement. This Agreement will terminate on the date of final payment by the Bank issuing its checks for the final payment of principal and interest of the Securities. This Agreement may be earlier terminated upon 60 days written notice by either party. By: VI TD702/23 Section 6.10. Termination. Section 6.11. Governing Law. This Agreement shall be construed in accordance with and governed by the laws of the State of Texas. This proposal is submitted in duplicate originals. When accepted by the Issuer it will constitute the entire agreement between Issuer and the undersigned for the purpose and considerations herein specified. Your acceptance will be indicated by proper signatures of your authorized officers or representatives on both copies and the returning of our executed copy to us. Respectfully submitted by: First City National Bank of Austin, Texas • IDENT & TRUST OPERATIONS OFFICER Attest: By : Ti1 AeSLSIR d7 TRv1ST O ?RAM% O F?CBR Accepted: "f By 4U Address of Bank: First City National Bank of Austin 816 Congress Avenue P.O. Box 2127 Austin, Texas 78768 Attention: Trust Division Address of Issuer: Attention: , Texas First City National Bank of Austin 823 Congress Avenue, P.O. Box 2127 Austin, TX 78768 (512) 473 -4800 Trust Division EXHIBIT A FULLY REGISTERED BOND SERVICES SCHEDULE OF CHARGES EFFECTIVE JULY 1, 1985 PIRSI CI1Y Registrar and Paying Agencies Acceptance Fee None Annual Minimum Charge 700.00 Bond /Debenture Registrar First 100 registrations (minimum per year) Each registration in excess of 100 Registrations requiring special attention Reviewing legal transfers (each transaction) Replacement of lost, stolen or destroyed securities (each transaction) Bondholder /Debentureholder Account Maintenance First 100 accounts (minimum per year) Each account in excess of 100 Conversion of Bonds /Debentures 1 /10 of 1% of principal amount converted Retirement of Bonds /Debentures For retirement at maturity, or by - call as a whole: or 250.00 1.00 10.00 25.00 250.00 .85 First 100 Bonds /Debentures (each) 1.50 Next 400 Bonds /Debentures (each) 1.00 Excess over 500 Bonds /Debentures (each) .50 Member First City Bancorporation of Texas, Inc. TD707/2 For retirement by partial call, tender offer or by purchase: First 100 Bonds /Debentures (each) Next 400 Bonds /Debentures (each) Excess over 500 Bonds /Debentures (each) Registered Interest Disbursement Each check Minimum charge (per interest payment) Destruction of Bonds Sorting, listing and destroying (per registered bond) .15 Minimum charge (per destruction) 50.00 Miscellaneous Services Additional Charges 2.00 1.50 1.00 .30 100.00 Bondholder /Debentureholder list preparation (per account) .04 Bondholder /Debentureholder mailing (per account) .05 I.R.S. Form 1099 preparation and filing (per account) .10 Minimum fee 50.00 The fees shown in this schedule are intended to be minimum fees, and accordingly, are subject to increase if the circumstances attending a particular issue or account so warrant. / ia al tanimmillillms 845R - Agreement Austin Engineering raw water intake system 3 -31 -86 ATTEST: RESOLUTION NO. / WHEREAS, the City has duly advertised for bids for a raw water intake system, and WHEREAS, and best bid, and WHEREAS, the Council wishes to accept the bid of a,(,(� , and to authorize the execution of the necessary documelfts, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the bid of /, j2„ , � � ,, is hereby accepted as the lowest and best bid, i directed to enter into an agreement with a raw water intake system. RESOLVED this 31st day of March, 1986. MIKE ROBINSON, Mayor City of Round Rock, Texas submitted the lowest is authorized and for ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 1. Site clearing, excavation, con- trolled filling and grading, chlorine storage pad, portable building pad and transformer pad, foundation subgrade and tree removal, per site plan L.S. 1 $ $ 50,000.00 $ $ 71,000.00 $ $ 22,000.00 2. Widen existing access road, in- cluding controlled filling, grading, tree removal, 8" flex- ible base, 1 -1/2" HMAC, crib - type retaining wall, guardrail, and 30' chain link gate, and removal of existing structures and appurtenances as shown on the plans L.S. 1 Yes . 20,000.00 46,000.00 30,000.00 32,000.00 3. Chlorination equipment, including chlorinator, scales, automatic gas switchover system, booster pump, piping, heater, exhaust fan, and qas mask L.S. 1 30,000.00 51,000.00 BIOS EXTENDED AND CHECKED Haynie & Kallman Inc. _ r CONSULTING ENGINEERS BID TABULATIONS By: MDV, WVL, CLA 1106 South Mays Date: 2 - 28o86 N Round Rock, Texas 78664 (512) 255 -7861 Sheet: 1 of 6 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 103 -799 BID DATE 2 -27 -86 TIME 2:30 P.M. AUSTIN ENGINEERING CO., INC. Austin, Texas R. B. BUTLER, INC. Bryan, Texas RANGER CONTRACTING, INC. Bastrop, Texas LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION - RAW WATER INTAKE SYSTEM BID BOND ENCLOSED? Yes Yes Yes ADDENDUM NO. 1 ACKNOWLEDGED? Yes Yes Yes 1985 C.I.P. WATER PLANT EXPANSION RAW WATER INTAKE SYSTEM JOB NO. 103 -799 BIDDERS AUSTIN ENGINEERING CO., INC. Austin, Texas R. B. BUTLER, INC. Bryan, Texas RANGER CONTRACTING, Bastrop, INC. Texas ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 4. Raw water intake pumps, including in general, furnishing and installing three (3) 30" steel casings, two (2) submersible pumps and motors, electrical, reduced voltage starters, and control system, including control wiring, pull boxes, site work, concrete vault and concrete access ramp, valves, motor con- trol valves, and yard piping, control wire at booster pump station, appurtenances and all labor, materials and equipment to completely install and place in operation the raw water pumps L.S. 1 502,580.00 • 575,000.00 - 685,000.00 46,000.00 33,000.00 5. Furnish and install three (3) intake screen assemblies, in- cluding stainless steel screen, H.D.G. frame, shear gates, cables, weights and pulleys, air piping for backwash - L.S. 1 100,000.00 - 22,000.00 6. Removal, inspection, maintenance and replacement of three (3) existing 2100 GPM pumps and motors, including installation of rollers and three (3) impel- lers (impellers to be provided by the City) L.S. 1 20,000.00 45,000.00 TOTAL BASE BID $722,580.00 $810,000.00 $848,000.00 Sheet: 2 of 6 1985 C.I.P. WATER PLANT EXPANSION RAW WATER INTAKE SYSTEM JOB NO. 103 -799 BIDDERS AUSTIN ENGINEERING CO., INC. " Austin, Texas R. B. BUTLER, INC. Bryan, Texas RANGER CONTRACTING, INC. Bastrop, Texas ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST ADD ALTERNATE BID: 7A. Furnish transportation for Byron Jackson 2100 GPM pump motor from Raw Water Intake to the Byron Jackson manufacturing facility in Tulsa, Oklahoma, and the return trip back to the Raw Water Intake Ea. 3 $ $ 17,400.00 $ $ 21,000.00 $12,000.00 $ 36,000.00 TOTAL ADD ALTERNATE BID (Items 1 thru 6 and 7A) $739,980.00 $831,000.00 $884,000.00 Sheet: 3 of 6 ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 1. Site clearing, excavation, con- trolled filling and grading, chlorine storage pad, portable building pad and transformer pad, foundation subgrade and tree removal, per site plan L.S. 1 $ $ 22,507.00 $ - $ $ $ 2. Widen existing access road, in- cluding controlled filling, grading, tree removal, 8" flex- ible base, 1 -1/2" HMAC, crib - type retaining wall, guardrail, and 30' chain link gate, and removal of existing structures and appurtenances as shown on the plans L.S. 1 35,925.00 3. Chlorination equipment, including chlorinator, scales, automatic gas switchover system, booster pump, piping, heater, exhaust fan, and gas mask L.S. 1 34,415.00 BIDS EXTENDED AND CHECKED BID TABULATIONS By: MDV, WVL, CLA Date: 2 -28 -86 Sheet: 4 of 6 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 103 -799 BID DATE 2 -27 -86 TIME 2:30 P.M. THE BOSWELL COMPANY Bryan, Texas LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION - RAW WATER INTAKE SYSTEM BID BOND ENCLOSED? Yes ADDENDUM NO. 1 ACKNOWLEDGED? Yes Sheet: 5 of 6 1985 C.I.P. WATER PLANT EXPANSION RAW WATER INTAKE SYSTEM JOB NO. 103 -799 BIDDERS THE BOSWELL COMPANY Bryan, Texas ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 4. Raw water intake pumps, including in general, furnishing and installing three (3) 30" steel casings, two (2) submersible pumps and motors, electrical, reduced voltage starters, and control system, including control wiring, pull boxes, site work, concrete vault and concrete access ramp, valves, motor con- trol valves, and yard piping, control wire at booster pump station, appurtenances and all labor, materials and equipment to completely install and place in operation the raw water pumps L.S. 1 778,636.00 5. Furnish and install three (3) intake screen assemblies, in- cluding stainless steel screen, H.D.G. frame, shear gates, cables, weights and pulleys, air piping for backwash L.S. 1 39,700.00 6. Removal, inspection, maintenance and replacement of three (3) existing 2100 GPM pumps and motors, including installation of rollers and three (3) impel- lers (impellers to be provided by the City) L.S. 1 30,640.00 TOTAL BASE BID - $941,823.00 $ $ Sheet: 5 of 6 1985 C.I.P. WATER PLANT EXPANSION RAW WATER INTAKE SYSTEM JOB NO. 103 -799 BIDDERS THE BOSWELL COMPANY Bryan, Texas ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST ADD ALTERNATE BID: 7A. Furnish transportation for Byron Jackson 2100 GPM pump motor from Raw Water Intake to the Byron Jackson manufacturing facility in Tulsa, Oklahoma, and the return trip back to the Raw Water Intake Ea. 3 $ $ 15,836.00 $ $ $ $ TOTAL ADD ALTERNATE BID (Items 1 thru 6 and 7A) $957,659.00 $ $ Sheet: 6 of 6 Haynie & Kallman Inc. — _ CONSULTING ENGINEERS ■ 1106 South Mays Round Rock, Texas 78664 - (512) 255 -7861 BID SUMMARY BIDS EXTENDED AND CHECKED By: MPV. WVI . CLA Date: Sheet: 24A - R6 1 of 1 OWNER JOB LOCATION DESCRIPTION CITY OF ROUND ROCK, TEXAS BIDDERS NO. 103 -799 BID DATE 2 -27 -86 TIME 2:30 P.M. AUSTIN ENGINEERING CO., INC. Austin, TX R. B. BUTLER, INC. Bryan, TX RANGER CONTRACTING, INC. Bastrop, TX THE BOSWELL COMPANY Bryan, TX ROUND ROCK, WILLIAMSON COUNTY, TEXAS 1985 C.I.P. WATER PLANT EXPANSION - RAW WATER INTAKE SYSTEM COST COST COST COST BID BOND ENCLOSED? Yac Yes Yes Yes ADDENDUM NO. 1 ACKNOWLEDGED? Yes Yes Yes Yes ADDENDUM NO. 1 ACKNOWLEDGED? TOTAL BASE BID - RAW WATER INTAKE SYSTEM $722,580.00 $810,000.00 $848,000.00 $941,823.00 TOTAL ALTERNATE BID - RAW WATER INTAKE SYSTEM $739,980.00 $831.000.00 $884,000.00 $ 957,659.00 BIDDERS COST COST COST COST BID BOND ENCLOSED? ADDENDUM NO. 1 ACKNOWLEDGED? TOTAL BASE BID - RAW WATER INTAKE SYSTEM $ $ $ $ TOTAL ALTERNATE BID - RAW WATER INTAKE SYSTEM $ $ $ $ TRANSMITTAL TO: City of Round Rock 214 E. Main St. Round Rock, TX ATTN Jnannp land Haynie & Kallman, Inc. 1106 SOUTH MAYS Itrz CONSULTING ENGINEERS ROUND ROCK, TEXAS 78664 (512) 255 t:.1 DATE April 15, 1986 I 1985 C.I.P. WTP Expansion PROJECT• Raw Water Intake System 78664 pi) j,_ V' PROJECT NO 103 -799 WE ARE SENDING YOU THE --& - ATTACHED — COPY OF LETTER — SUBMITTAL DATA FOLLOWING: VIA: Courier — SPECIFICATIONS __FIELD NOTES — ORIGINAL DRAWING — OTHER — PRINTS N0. COPIES REVISION DATE DESCRIPTON 7 Contract Documents and Specifications THESE ARE For Your As Requested For Review REMARKS: Copies to: TRANSMITTED Files and Comment Austin Engineering necessary Contract Documents. have Mayor Documents At your direction, AS CHECKED BELOW: x For Approval For Corrections — Approval as Noted For Distribution _ Approval as Submitted Other Co., Inc. has executed the Agreement and furnished the bonds and certificate of insurance for each of the attached They are now ready for execution by the City. Please Robinson sign and date the Agreement in each of the Contract and return five (5) of the seven (7) sets to us for distribution. we will issue the Notice to Proceed. From: Michael 0. Vergakis Project Engineer ��i'.):,�Y'• ',: i r i, "f•4 i,����, .,•,i i';. � J .. :r•i:• •F• µf. 'r• tit .,;t ,uv y,,. '\ ,q s} to �, t ,• '+1 ';'•` l .lti't:' ,.;,llyi n')w `ei l , .P j• ryJ I., ,•itit. w l' iti,L � v' •{ ,T',, } r•L ,( 1 '� b'a'hP lY%/�1,,r` i ,> f(,•, h;�{6, t°n.d �,�" �'• r a�"Fe ' .' ,1• y yr t� t ;/hr?..I'a�•,.'�l'A�' w r ft`� �j,.ti};"i'' /i�'�''�rrv,.?I �"h'I/ ` 'J"'"1 v',.:'• +� �:, •�i,�� � , {� ,},i! r ( ': fP '�'.'i'y�}�)+',.,•r i J"�trtl,; r•� ��i{i.1'•if.l'A'�r J ,''1`„} ,�I 1,�1 ,:i '"� ��rr �Av' ' x kk, , .,t 'c�` fJ9 + ' :'J? 1, �V7;� 1 .7S?.,. 7 „; ,,r;.ass x.,, v"�.�r/j�t+,n!rr + t Y+ygQq' "Q qq,�( .,✓t. r�i 1"33 '},�,r rr•. f ' { ti Ir'{+V`f ): i 1Y• �:. !'j �� J •,f e.i/?,�'t �17 � ;n'`, , 1: rife:AY,''.1 �` �,�fj��ti�� k;.(',1)))) •7r 1!, i�'r.��L ��).<'1,'<<rr `;�t• 1�, hy) 1-'^P '{Sr. •, 1`(11,a..{ti=1•'+xp4i' ,� �r 1(f''' 1,q''�'ee� TY, 14 /•, %l' :" .,r 7p'i" �:)• ��• % kry{, ,�� n .I•",It i, •fI faY Y?..t' , T,r' r 6 r f y� :1 drt .•� �,-•� �i1 1 'a[Q�1'�',,�/ r' aS. ,'J'Y/•v {;,A�tail� 'lr.'_°,Lha, '�L:V� r, :',S 11y1 ';!,�,t ' 1 ,�' /j;'}f.,• 'S.•, SJ' �yP+ O rk' `t'j +il1a'1,/,',t„ •.� E 4.u`�,�d� �A '-'�t'r, ,,r! ,'la,a r,,['Y^�fy'' + ''i1+f xr :,: l�j,"/, �J"''b i •,r'iF pp 1;+ �1 if y�,:'cu,�i' '^t',�10 '}ir /'r,cj� �' , a ➢F 5?�'` ?r;'.,�� � ,}`(r .�", j1Jr, R ,) 1,,",n',"��,�`,• ��f �,;. �., ,,,;y s y .A� ,'`� Ir\71 a•�' a •r' ➢4° � y';5:? r.➢, } ;s 4°'sn .p'd .� f�, u.t'�.ra, �'{�! {),• FA 'r 7Y' -T-A'* '�'i'7 �.`�si''. .: � � ar.n '1 f, i iG`.�.�� r�i,', :� �:['•;i.;,+"�.��F 'Ffi�4 §° �t•�.+�,t , �,,t'1�1 _ {`r ,�• . .,fj., .7.,.�ilti'�-'f,••' l ;:5�1{� �F;'�r r�f9��J//P� `�^„ ��,.f^.1,\f 'J�''f,!,�';�,4 '�E'r.r''�,1 ',!��, '.•��'1 ' 1 N 4;' . � 4 .�;L', rl � rX ..�t'�:,• . ` ' ,.P�• f �r�'.'k i �,i,�• �•;1 Vv,fire. ; CITY OF ROUND ROCK, TEXAS 1985 C.I.P. - WATER PLANT EXPANSION RAW WATER INTAKE SYSTEM SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 103 -799 Bids will be received at City Hall, 214 E. Main Street, Round Rock, Texas 78664, at 2:30 o'clock p.m. on Thursday, Feb- ruary 27, 1986. Specification No. Haynie & Kaltman, Inc. I IITZ Haynie & Kaltman, Inc. CONSULTING ENGINEERS 1106 South Mays • Round Rock, Texas 78660 • (512) 255.7861 February 20, 1986 ADDENDUM NO. 1 1985 C.I.P. WATER PLANT EXPANSION RAW WATER INTAKE SYSTEM Addendum No. 1 to the Plans, Contract Documents and Specifications for the 1985 C.I.P. Water Plant Expansion - Raw Water Intake System for the City of Round Rock. 1. Refer to Sheet 3 of the Construction Plans. The proposed 30" SCH 40 Steel Pump Casing shall be 30" SCH 20 Steel Pump Casing, typical at two (2) places. The proposed 24" SCH 20 Feeder shall be 24" SCH 20 Steel Feeder Pipe. 2. Refer to Sheet 4 of the Construction Plans. The proposed 30" SCH 40 Steel Pump Casing shall be 30" SCH 20 Steel Pump Casing, typical at five (5) places. The proposed 24" SCH 40 Feeder Pipe shall be 24" SCH 20 Steel Feeder Pipe, typical at three (3) places. 3. Refer to Sheet 5 of the Construction Plans. The proposed 30" SCH 40 Steel Pump Casing shall be 30" SCH 20 Steel Pump Casing, typical at three (3) places. The proposed 24" SCH 40 Steel Feeder Pipe shall be 24" SCH 20 Steel Feeder Pipe. 4. Refer to Sheet 6 of the Construction Plans. The proposed 30" SCH 40 Steel Pump Casing shall be 30" SCH 20 Steel Pump Casing, typical at two (2) places. ADDENDUM NO. 1 - 1/2 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING 5. Technical Specifications Index has been revised to in- clude the Revised Section 03 - Painting. Replace the existing Index with the attached revised Technical Specifications Index. 6. Technical Specifications, Section 03 - Painting (Gene- ral) has been revised. Replace the existing Section 03 with the attached revised Section 03 - Painting. 7. Technical Specifications, Special Provision No. 1 to Section 04 - Raw water Control Valves has been revised. Replace the existing Special Provision with the attached revised Special Provision No. 1 to Section 04. 8. Technical Specifications, Section 04 - Water Pipelines, Fittings, Valves and Appurtenances, Paragraph 04 -02 has been revised. Replace the existing Section 04 with the attached revised Section 04. 9. Attached is a map showing the location of the site. 10. No substitute equipment has been approved. 11. Automatic pressure system shall be provided by the pump manufacturer and shall be able to maintain constant pressure for the pressurized oil canisters. Two (2) systems are required, one for the existing pumps and one for the proposed raw water intake pumps. 12. Single pressurized oil filled mechanical seal shall be provided in lieu of the mercury seal for both proposed pumps. 13. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2 of of the Proposal. MDV /cla HAYNIE & KALLMAN, Michael D. Vergakis Design Engineer ADDENDUM NO. 1 - 2/2 6 nn ./ t if rs T�•+Yt1 rr LU / "' • t7j't3 M r aj t 33�"� ai a 3 ' t sw ; kleorgetoWn t f yz < _J:� R aw 2 :; ,. ..,: : z' SNTgk t_;2:;,..,7, � �}�.u:. IR COUNTRY ESTATES �1 OUAIL VALLEY ' 1 1 1 1 1 : 1 1 1 1 1 a • 1 1 1 i 1 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEET BID BOND AGREEMENT PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF IOW BIDDER GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 1985 C.I.P. WATER PLANT EXPANSION 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 the bid times listed below for each project, and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the construction of said improvements. Bids for each of the four (4) contracts will be submit- ted on the Proposal and Proposal Bidding Sheets furnished, in separate sealed envelopes, and the name of the project shall be marked in the upper left hand corner of the envelope. TRANSMISSION MAIN (Engineer's Estimate - $720,000) Bids to be opened at 2:00 p.m., Thursday, February 27, 1986. 2,000,000 GALLON CLEARWELL (Engineer's Estimate - $250,000) Bids to be opened at 2:15 p.m., Thursday, February 27, 1986. RAW WATER INTAKE SYSTEM (Engineer's Estimate - $550,000) Bids to be opened at 2:30 p.m., Thursday, February 27, 1986. BOOSTER PUMP STATION (Engineer's Estimate - $420,000) Bids to be opened at 2:45 p.m., Thursday, February 27, 1986. All proposals shall be accompanied by a cashier's certi- fied check upon a national or state bank in the amount of five (5) percent of the total maximum bid price payable with- out recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute perform- ance bond within ten (10) days after notice of award of con- tract to him. The notice of award of contract shall be given by the Owner within sixty (60) days after the bid opening. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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 acceptable according to the latest list of companies holding certificates 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. The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any infor- mality in bids received. Plans, specifications and bidding documents may be se- cured from the office of the Engineer, Haynie & Kallman, Inc., on deposit of fifty dollars ($50.00) per contract, 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 following the bid opening; or (2) The Contractor submits a bid and all documents are returned in good condition to the Engineer not later than five (5) days after the time that bids are received. Upon request, plans, specification and bidding documents will be sent via bus or overnight delivery (i.e. Federal Express, Airborne, etc.) at the requestor's expense. Plans and specifications may be examined at the office of the Engineer, Haynie & Kallman, Inc., 1106 South 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. The improvements shall be completed within the number of calendar days indicated on Page 2 of the Proposal in each contract, after Notice to Proceed from the Owner. 1 . 1 1 1 1 1 1 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: City of Round Rock 214 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: "BID FOR 1985 C.I.P. WATER PLANT EXPANSION - RAW WATER INTAKE SYSTEM to be opened at 2:30 p.m., Thursday, February 27, 1986." A proposal will not be accepted unless prepared on id 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 a conditions, limitations or provisions attached to a proposal proposal forms shall may cause its rejection. The complete pr n po 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, uthnotthe after, the time fixed for opening of bids, provided 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 believinfor that any bidder is interested in more than one propo. the work contemplated will cause the rejection of all propo- sals in which such bidder is interested. If there is reason for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collu- sion will be considered in future proposals. 1 1 1 1 1 1 1 1 1 1 1 1 RETURN OF PROPOSAL GUARANTEES Within twenty -five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying each of the proposals as are not considered in making the award. All other proposal guarantees will be held until the Contract has been finally executed. They will then be re- turned to the respective bidders whose proposals they accom- pany. AWARD OF CONTRACT - RESERVATION OF RIGHTS Contracts, if awarded, will be awarded to responsible bidders whose proposals comply with all the requirements prescribed. Awards, if made, will be made within sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the low- est responsible bidder's proposal, and to waive any informal- ity in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made s tract with the Owner on the form Failure or refusal to enter into ed, or to conform to any of the connection therewith shall be a of the award. If the successful execute the Contract, the Owner second lowest responsible bidder sponsible bidder refuses or fail the Owner may award the Contract sible bidder. On the failure or third lowest responsible bidder work may be re- advertised. hall execute a written con - of agreement provided. a contract as herein provid- stipulated requirements in just cause for the annulment bidder refuses or fails to may award the Contract to If the second lowest re- s to execute the Contract, to the third lowest respon- refusal of such second and to execute the Contract, the 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. 1 , 1 1 1 "A 1 1 1 1 1 1 1 1 PROPOSAL SIGNATURE If the proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by a firm it shall be signed with the co- partnership name by a member of the firm, who shall sign his own name, 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 entitled "Information Required of Low Bidder ", bound herein. BIDDER'S EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefor. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality 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 P Co posal PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF 1985 C.I.P. WATER PLANT EXPANSION RAW WATER INTAKE SYSTEM 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 ten (10) days after written Notice to Proceed has been given. Page 1 of 10 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 240 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. 1 Page 2 of 10 Dated 2/20/86 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: AUSTIN ENGINEERING CO., INC. 2/27/86 Name of Contractor Date Joe D. Haralson Executed by (Signature) P. 0. Box 161990 Business Address Austin Texas Travis City State County (Seal if Bid is by a Corporation.) ATTEST: Edith Forgy Page 3 of 10 Vice - President - Title or Position (512) 327 -1464 Telephone Number 78746 -1990 Zip NOTE: The original hand - written Proposal is on file in the Engineer's office. PROPOSAL BIDDING SHEET CONTRACT: 1985 C.I.P. WATER PLANT EXPANSION JOB NAME: RAW WATER INTAKE SYSTEM JOB LOCATION: LAKE GEORGETOWN OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items to complete all the work on which he bids as provided by the attached technical specifica- tions, and as shown on the plans for the construction of 1985 C.I.P. Water Plant Expansion - Raw Water Intake System, and binds himself on acceptance of this proposal to execute a contract and bond for complet- ing said project within the time stated, for the following prices, to wit: BASE BID Bid Item Description Item Quantity Unit and Written Lump Sum Price 1 1 L.S. Site clearing, excavation, controlled filling and grading, chlorine storage pad, portable building pad and trans- former pad, foundation subgrade and tree removal, per site plan, complete in place, per lump sum for Fifty Thousand and no Dollars Cents $ 2 1 L.S. Widen existing access road, including controlled filling, grading, tree removal, 8" flexible base, 1 -1/2" HMAC, crib -type retaining wall, guardrail, and 30' chain link gate, and removal of existing structures and appurtenances as shown on the plans, complete in place, per lump sum for Twenty Thousand Dollars Page 4 of 10 Amount 50,000.00 and no Cents $ 20,000.00 Bid Item Description Item Quantity Unit and Written Lump Sum Price Amount 3 1 L.S. Chlorination equipment, including chlorinator, scales, automatic gas switchover system, booster pump, pip- ing, heater, exhaust fan, and gas mask, complete in place, per lump sum for Thirty Thousand and No 4 1 L.S. Raw water intake pumps, including in general, furnishing and installing three (3) 30" steel casings, two (2) submersible pumps and motors, elec- trical, reduced voltage starters, and control system, including control wiring, pull boxes, site work, con- crete vault and concrete access ramp, valves, motor control valves, and yard piping, control wire at booster pump station, appurtenances and all labor, materials and equipment to com- pletely install and place in operation the raw water pumps, as shown on the Plans, per lump sum Five Hundred Two Thousand, for Five Hundred Eighty Dollars and no - Cents $ 502,580.00 5 1 L.S. Furnish and install three (3) intake screen assemblies, including stainless steel screen, H.D.G. frame, shear gates, cables, weights and pulleys, air piping for backwash, complete in place, per lump sum for One Hundred Thousand Dollars and no Cents $ 100,000.00 6 1 L.S. Removal, inspection, maintenance and replacement of three (3) existing 2100 GPM pumps and motors, including installation of rollers and three (3) impellers (impellers to be provided by the City), complete in place, per lump sum for Twenty Thousand and no Page 5 of 10 Dollars Cents $ Dollars Cents $ 30,000.00 20,000.00 Bid Item Description Item Quantity Unit and Written Lump Sum Price Amount *TOTAL BASE BID - RAW WATER INTAKE SYSTEM $ 722,580.00 (Items 1 thru 6) ADD ALTERNATE BID 7A 3 Ea. Furnish transportation for Byron Jack- son 2100 GPM pump motor from Raw Water Intake to the Byron Jackson manufactur- ing facility in Tulsa, Oklahoma, and the return trip back to the Raw Water Intake, complete in place, per each Seventeen Thousand, for Four Hundred and no TOTAL ADD ALTERNATE BID - RAW WATER INTAKE SYSTEM $ 739,980.00 (Items 1 thru 6 of Base Bid and 7A) *Contract award will be based on lowest total base bid for Raw Water Intake System. Page 6 of 10 Dollars Cents $ 17,400.00 SUBSTITUTE EQUIPMENT Allowance of substitute equipment does not constitute a waiver of the Specifications. If the Bidder desires to offer equipment as a substitute to the Lump Sum Base Bid he shall indicate in appropriate schedule below the amount to be deducted from each bid provided that the proposed substitu- tion is acceptable to the Engineer and Owner. The Owner reserves the right to decide whether or not the proposed sub- stitution will be accepted. In order that the Engineer may determine if the proposed substitute item is a satisfactory alternate to the item spe- cified, one set of drawings, specifications, full descriptive material and a detailed list of the equipment proposed shall be submitted at least ten (10) days prior to bid date. A list of all acceptable substitute manufacturers of major equipment will be provided seven (7) days prior to the bid date. No other manufacturers will be accepted as a satisfac- tory alternate than those shown in the schedule or on the list of acceptable manufacturers. In the event that the substitute material or article is not chosen, then the material or article as specified shall be furnished for the amount included in the Lump Sum Base Bid. In the event that the substitute material or article is allowed, the proposed substitute material or article shall be furnished and the Contract Price shall be adjusted according- ly by a Change Order which will be executed simultaneously with the signing of the Contract. Award of the Contract how- ever, will be made on the basis of the Proposal with the low- est Lump Sum Base Bid, from the lowest responsive, respons- ible, qualified Bidder. Substitutions or modifications will not be considered after receipt of the Bidder's Proposal. " MAJOR EQUIPMENT SCHEDULES All major equipment shall be bid according to Section A below. A. Major Equipment - The following are designated as major equipment items to be furnished. The Bidder must indi- cate which Manufacturer /Supplier of equipment he intends to supply, either by circling one of the items listed and /or by writing in an approved equal substitute. When the Bidder writes in a. substitute, he must also circle Page 7 of 10 one (1) of the listed items. Should the write -in sub- stitute be determined "not equal" by the Engineer, then the Bidder must supply the circled item. Should a Bid- der fail to indicate which manufacturer his Lump Sum Base Bid or Elective Alternate Lump Sum Base Bid is based upon, the Bidder will supply the item noted as "a" for his bid. Substitute equipment manufacturers will generally be deemed equal provided that: 1. The substitute equipment is of equal quality, function and performance to the listed equipment item, and it will perform satisfactorily and continuously. In this case, it will be assumed that the cost to the Contractor of the equipment proposed to be substituted is less than the equipment named in the Contract, and, if the substi- tution is approved, the Contract price shall be reduced a corresponding amount by a Change Order which will be executed simultaneously with the signing of the Con- tract. The cost to be deducted from the Lump Sum Base Bid or the Elective Alternate Lump Sum Base Bid price for acceptable substitute equipment shall be listed in the appropriate space on this equipment list; 2. The equipment or material proposed for substitution is superior in construction and efficiency to that named in the Contract. No substitute equipment will be considered unless it is on the list of acceptable manufacturers and in the opinion of the Owner and the Engineer, it conforms to the Contract Draw- ings and Specifications in all respects, except for make and manufacturer and minor details. Design of this Project is based upon the manufacturer's equipment or product noted as the "a" items below. Listed in this Proposal and noted as the "b" or "c" item below are manufacturers whose equipment or product is deemed equal in quality; however, should a Bidder propose furnishing a "b" or "c" item or substitute equipment, he shall comply with the following paragraphs. Should the Contractor furnish an approved substitute unit, or a "b" or "c" named manufacturer, he shall notify in writing the Engineer's office, of all dimensional, mechani- cal, electrical and structural changes and /or requirements for the unit's use and shall reimburse the Owner for any associated redesign and /or construction drawings. He shall include in his bid, the additional construction costs of mechanical, architectural, structural, electrical, and Page 8 of 10 engineering costs of that unit. Redesign and drawing revi- sions will be prepared by the Engineer. The Contractor shall pay the Owner for such redesign costs. The bid shall pay the Owner for such redesign costs. The bid shall also include any paid up licenses necessary for the use of the equipment, if required by the Engineer. Reimbursement shall be based on the Engineer's direct labor costs, plus indirect labor costs, plus any direct non- labor expenses such as travel or per diem plus profit of the above total. MAJOR EQUIPMENT SCHEDULE (Lump Sum Base Bid) Spec. Section Description Manufacturer 06 Submersible Pump 01 Pump Control Valves Byron Jackson Substitute Cla -Val b) Bailey c) None Substitute Cost to be Reduced from Total Contract for Acceptable Sub- stitute Equipment Onl y COST BASIS FOR CHANGES The following supplementary schedule of unit prices will apply in the event that the Owner ordes in writing additions or deductions from the work detailed on the Contract Drawings as covered by the Bidding Schedule. Item No. Description of Work Unit Price Per Unit 1 Excavation C.Y. $20.00 2 Fill C.Y. $20.00 3 Access Road (1 -1/2" HMAC over 8" Flexible Base) S.Y. $20.00 Page 9 of 10 It is understood and agreed by the Bidder that the Owner reserves the unrestricted privilege to reject any and /or all of the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept, by includ- ing the same in the Contract as unit prices applicable in the event of additions to or deletions from the work to be per- formed on lump sum items under this Contract, any or all of such unit prices which it may consider fair and reasonable. Page 10 of 10 AIU Insurance Company American Fidelity Company e American Home Assurance Company Grsn)tii'State Insurance Company Illinois National Insurance Company The Insurance Company of the State of Pennsylvania National Union Fire Insurance Company of Pittsburgh, Pa. New Hampshire Insurance Company KNOW ALL MEN BY THESE PRESENTS: unto That Austin Engineering Co., Inc. The Insurance Company of the State of Pennsylvania City of Round Rock 5% of greatest amount bid ($ I for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for system, Project #103 -799 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the pro- secution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed, sealed and dated o s�[.Cf' �fTPfq� ' 0 23373 (9/80) February 17, 1986 (Witness) BID BOND (AIA 310) By The By • Worldwide Bonding American International Companies Principal Bond Office 70 Pine Street, New York, N.Y. 10270 as Surety, are held and firmly bound , as Obligee, in the sum of Dollars 1985 CIP Water plant Pxnansfon raw water intakr ustin Engineering Co., Inc. as Principal, and 7 vp,l) _ A cal) Insurance Company of the State of Pennsylvania (Suety) Kim McConnell Attorney -In -Fact 1 I The Insurance Company of the State Of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 ' KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint I - - -C. W. Story, Robert D. Cave, Audrey Williams, Kim McConnell, Terry W. Williams, Philip E. Morgette, Jr: of Austin, Texas - -- I its true and lawful Attorney(s)- in•Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course'of its business, and to bind the company thereby. 1 I IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents this 9 day of July 1985 1 1 1 1 1 1 1 23238 (5/80) STATE OF NEW YORK 1 ss : COUNTY OF NEW YORK On this-9—day of TO y 19 —. before me came the above named officer ca The Insurance Company of The State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. CERTIFICATE Marion E. Fajen, Secretary POWER OF ATTORNEY No 45 —B -21400 � J ward J \F ench, Assistant Vice President CAW") G. :0.N New York I Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18, 1976: "RESOLVED, that the Chairman of the Board. the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings I obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business: "RESOLVED. that the signatures and attestations or such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile. and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing I obligatory in the nature thereof; "RESOLVED, that any such Attorney.in.Fact delivering a secretarial certification that the foregoing resolutions still be fn effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in- Fact." ' I, Marion E. Fajen, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of a Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. ' IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation this 17 th day of February 196 AGREEMENT THE STATE OF TEXAS j COUNTY OF WILLIAMSON f THIS AGREEMENT, made and entered into this day of , A.D., 19 , by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the OWNER, and AUSTIN ENGINEERING CO., INC., the City of Aus- tin, County of Travis, and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for an in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: 1985 C.I.P. WATER PLANT EXPANSION - RAW WATER INTAKE SYSTEM further described as the work covered by this specification consists of furnishing all labor, equipment, appliances, and materials, and performing all operations in connection with the excavation, installation of pipe lines and appurtenances, backfilling and compaction of trenches complete in accordance with the Plans, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessor- ies and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE & KALLMAN, INC., 1106 South Mays, Round Rock, Texas 78664, herein entitled the ENGINEER, each of which had been identified by the CONTRACTOR'S written propo- sal, the General Conditions of the Agreement, and the Per- formance and Payment hereof and collectively evidence and constitute the entire contract. Page 1 of 2 The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete the same within 240 calendar days after the date of the written notice to commence work, subject to such extensions of time as are pro- vided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have exe- cuted this Agreement in the year and day first above writ- ten. CITY OF ROUND ROCK, TEXAS Party of the First Part (OWNER) BY: Mike Robinson, Mayor ATTEST: I, in; that Paul W. Keller Corporate Seal Edith Forgy AUSTIN ENGINEERING CO., INC. Party of the Second Part ( CONTRACTOR) BY: ATTEST: (The Following to be executed if the Contractor is a Corpora -, tion.) am the Secretary of the Corporation named as Contractor here- this Contract on behalf of the Contractor was then President (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Cor- poration by authority of its governing body, and is within the scope of its corporate powers. Signed: . Page 2 of 2 Paul rt Keller lr President , certify that I who signed 1 1 1 1 1 1 1 1 A 1 THE STATE OF TEXAS COUNTY OF Williamson PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT Austin Engineering Co., Inc. of the City ofAustin County of , , and State o Texas as principal, and The Insurance Company of the State of Pennsylvania authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound (OWNER), unto City of Rrn,nA R.,oY, Taxas Seven Hundred Thirty -Nine Thousand Nine Dollars in the penal sum of (,739,980.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the (17.171) day of r.' r ^' 19 �` -, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE 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 Bond #06 -13 -84 1 I 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, I 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 I to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument thisath day of April , 1 19 86 . The Insurance Company of the 111 Austin Engineering Co., Inc. State of Pennsylvania P rincipal Surety II By ' "'N��'`-J e/ By /d_/l/l /�/, __ Title Paul W. Keller, President Title Kim McConnell, Attorney -in -Fact ' Address P. 0. Box 161990' 1„,:15resa 6000 N. Lamar, Suite 200 Austin, Texas 78716 -1990 Austin, Texas 78752 1 The name and address of the Resident Agent of Surety is: Catto & Catto, 100 E. Crockett, San Antonio, Texas 78205 t PB -2 The Insurance Company of the State Of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint - - -C. W. Story, Robert D. Cave, Audrey Williams, Kim McConnell, Terry W. Williams, Philip E. Morgette, Jr: of Austin, Texas - -- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course'of its business, and to bind the company thereby. IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents this 9 day of July , 19 85 STATE OF NEW YORK 1 ss.: COUNTY OF NEW YORK On thaw — day of .T111 y 19_8-5_, before me came the above named officer of The Insurance Company of The State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. 23238 (5/80) ward J \F ench, Assistant Vice President CERTIFICATE ?i.T L :C dlr7 ^ LAN �. ,.�i•, , r.' New York aunty i �•r�. .,, V c ,, 1087 Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18. 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in •Fact to represent and act for and on behalf of the Company to execute bonds. undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney in- Fact." I, Marion E. Fajen, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of a Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect - IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation this 8th day of POWER OF ATTORNEY No 45 -B -21400 April Marion Secretary — 79 86 1 1 1 1 1 _ 1 1 1 1 1 1 1 THE STATE OF TEXAS as principal, and PAYMENT BOND COUNTY OF Williamson X Bond #06 - 13 - 84 KNOW ALL MEN BY THESE PRESENTS, THAT Austin Engineering Co., Inc. , of the City of Austin County of Travis - , and State of Texas The Insurance Company of the State of Pennsylvania 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) , Seven Hundred Thirty -Nine Thousand Nine in the penal sum of Hundred Eighty and 00/100 Dollars ($ 739,980.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Contract with the Owner, dated the day of 19 to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall 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 thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this Rth day of April 1 %6 The Insurance Company of the Austin Engineering Co., Inc. State of Pennsylvania Principal Surety By. a,l e�iJ CXo By 4;; / � r C � i f lhl G` Title Paul W. Keller, President Title Kim McConnell, Attorney -in -Fact Address P. 0. Box 161990 Address6000 N. Lamar, Suite 200 Austin, Texas 78716 -1990 Austin, Texas 78752 The name and address of the Resident Agent of Surety is: Catto & Catto, 100 E. Crockett, San Antonio, Texas 78205 PB -4 The Insurance Company of the State Of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint - - -C. W. Story, Robert D. Cave, Audrey Williams, Kim McConnell, Terry W. Williams, Philip E. Morgette, Jr: of Austin, Texas - -- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course'of its business, and to bind the company thereby. IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents STATE OF NEW YORK ( zs.: COUNTY OF NEW YORK On this_ _day of .Tul y before me came the above named officer of The Insurance Company of The State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. 23238 (5/80) CERTIFICATE IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation POWER OF ATTORNEY No 45 — B - 21400 this 9 day of JulY , 19 85 it_____ wa .\ ench, Assistant Vice President ") AN ,.nr, • n. New York I •t - . ,,. _ • 1987 Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18. 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby Is, authorized to appoint Attorneys.in•Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of in surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorneyin•Fect delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorneyin•Fxt " I, Marion E. Fajen, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of a Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. this 8th day of April 19 86 Marion E. Fajen, Secretary 1 1 1 , 1 1 1 1 1 1 1 1 1 MAINTENANCE BOND THE STATE OF TEXAS 1 COUNTY OFwilliamson j Bond #06 13 - 840 KNOW ALL MEN BY THESE PRESENTS, THAT WE Austin Engineering Co., Inc. , as PRINCIPAL and The Insurance Company of the State of Pennsylvania , a Corporation organized under the laws of the State of Pennsylvani , as SURETY, are held and firmly bound unto City of Round Rock , as OBLIGEE, in the penal sum of Seven Hundred Thirty -Nine Thousand Nine Hundred Fi9hty ern n0 /1no Dollars ($ $7ao,aan no ) , to which par will and truly to be made we do bind our- selves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has constructed' 1985 C.I.P. - �- -Water Piant Expansion Raw Water Intake System, Project #103 - 7997 WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a bond conditioned to guarantee for the period of one year after approval by City of Round Rock against all defects in workmanship and materials which may become apparent during said period; MB -1 1 1 1 t -1 1 1 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all loss that the OBLIGEE may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after date of acceptance by the OWNER, then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this 8th day of April 19 86 Austin Engineering Co.. Tnc. Principal By: (1,,,,A)Ok Title Paul W. Keller, President Address P. 0. Box 161990 Austin, Texas 78716 -1990 The Insurance Company of the stato of Dosncylvania Surety By: The name and address of the Resident Agent of Surety is: Catto & Catto, 110 E. Crockett, San Antonio, TX 78205 Title K• M r „ Fact MB -2 Address Hnnn u r _ t Anati+l Towa= 78757 The Insurance Company of the State Of Pennsylvania Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 KNOW ALL MEN BY THESE PRESENTS: That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereby appoint - - -C. W. Story, Robert D. Cave, Audrey Williams, Kim McConnell, Terry W. Williams, Philip E. Morgette, Jr: of Austin, Texas - -- its true and lawful Attorney(s)-in.Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course'of its business, and to bind the company thereby. IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents STATE OF NEW YORK 0, COUNTY OF NEW YORK On this —day of .Tttl y 195 —, before me came the above named officer of The Insurance Company of The State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. 23238 (5/801 this 9 day of July 1985 ward J \F ench, As sistantVce President i 7OTcii Y \ CERTIFICATE G. . r.' New York Ir• �_ aunty .. ca.-.c ,1987 Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18. 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney- in•Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in- Fact " 1, Marion E. Fajen, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of a Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation this 8th day of April Marion E. Fajen, Secretary POWER OF ATTORNEY No 45 —B -21400 19 86 �.- -„ ; Of ® C CERTIFICATE OF INSURANCE ISSUE DATE (MM/DD/YY) 3 -5 -86 SD PRODUCER T THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS COMPANIES AFFORDING COVERAGE COMPANY A LETTER Associated Indemnity Corporation COMPANY w. INSURED E L ETTE R Y c - -5 COMPANY D COMPANY E LETTER THIS I5 TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO P TYPE OF INSURANCE P POLICY NUMBER D POLICY EFFECTNT P POLICY EXPRiATION L LIABILITY LIMITS IN THOUSANDS EACH OCCURRENCE A AGGREGATE B X GENERAL L LIABILITY B TMP- 1071973 7 7 -1 -85 7 7 -1 -86 D BODILY $ $ $ $ $ $ PROPERTY &W NW $ $1,000 $ $ 1, 0 0 0 PERSONAL INJURY $ "} 1 .11&1 1 ! E. 'EN O ACORD 25 (8 84) Q Q 4 Pt rY crm CERT1Callcanatald !'AMENO.•ERTEN roafA TERITHsicov ,- NAME AND ADDRESS OF AGENCY Frank Siddons Insurance P 0 Box 2125 Austin, TX 78768 y[., ariArronortetlFTNEiPOtscirs isTanerialrt2- tgfi.'. ' e COMPANIES AFFORDING COVERAGES coMPANY A A LETTER Northwestern National Casualty Co. COMPANY O LETTER L� ; ` E NAME AND Aus 5 r)F • + A Li b agineering Co., Paul Keller, Inc.;Paul A. Keller Enterprises, Paul A. Keller; Paul W. Keller P 0 Box 161990 Austin, TX 78746 -1990 COMPANY ■' LETTER C COMPY D LETTER COMPANY LETTER This is to certify that dodoes of Insurance listed below have been issued to the insured named above and am in force at thus lime. Notwithstanding any requirement, term or cent010n Of any contract or other document • to respect to welch this certificate may be issued o may pertain, the insurance aiforcec by the policies descnbed herein is subject to as the . terms, exclusions and conditions at sucn policies. COMPANY LETTER TYPE OFINSURAhrE POLICYNUMRER POLICY EXPIRATION DATE Limits of Liability in Thousands (000) EACH OCCUPRENCE AGGREGATE • ' tOt •_ - � GENERAL LIABILITY ❑ COMPREHENSIVE FORM ❑ PREMISES —OPERATIONS ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS COAtPLE'EO OPERATIONS HAZARD ❑ CONTRACTUAL INSURANCE ❑ BRDAMOAD AGE FRM PROPER ❑ INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY EODILYINJUPY PROPERTYDA s S S S BODILY INJURY AND HOOPERTY DAMAGE COMB,NED S S ) PERSONAL INJURY S , i • T. AUTOMOBILE LIABILITY ❑ COMPREHENSIVE FOP•.h El OWNED El HIRED ❑ NON -OWNED cODILYINJORY -ASH PERSONS RS ILY I NJURY E ROSILY AC CIGEMT) 3 3 .. " . : :e� x� ��.� . i4 fi.Sj ma'It? ' ittCEiqq-' ]• ' ;;;s ry, •'•t '�;�J•Yy. `A ? ; ♦ S = 'OPERTY CasuGE 3 ECGILY INJURY AND - P3PERTY DAMAGE CCMRINED S EXCESS LIABILITY ❑ UMBRELLA FORM ❑ OTHER THAN UMBRELLA FORM - coolly INJURY AND 0 eoPERTY DAMAGE COMBINED S A WORKERS' COMPENSATION and EMPLOYERS' LIABILITY WC 678345 7 -1 -86 STATUTORY " ' +, s'•gyf r i =•, -. „c -s� *;. : '''' Tt 3 100 /500 ?;,'iv ";. /1 ,,,.- 9. .. ywee.lrhY...7.0 OTHER A: rtv,J.Y•YxA.kV(ftl5Y,,,MT/TY :N! % %1Y•.YS.!...1,..E.G we..»xrr till% tr ld' Ab.Y.- YrI:.AYi'J•iJ -, M,M1,w',F.`.'SKR halo... :2..c.V+tTY) -,, .Y •ESCRIPTION OF OPERATIONS:LOCATIONSNEH CLEE Construction of 1985 C. I. P. - Water Plant Expansion Raw Water Intake System for the City of Round Rock, Texas Cancellation: Should any of the above descpbed policies oe cancelled before the expiration date thereof. the Issuing com- pany will endeavor to mail lU days written notice to the below names 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 of Round Rock City Hall 214 East Main Street Round Rock, Texas 78664 DATE ISSUED April 14, 1986 - • r�� aU11 +RILED REPRESENT. . .5„ 4 :417,X X F VcL, xi 'ci^2 . 4 ' T ` L .A7' TN • CC1TIF6 1 iSSVE .. MA F I E. TYPE OF INSURANCE POLICY NO. EFFECTIVE DATE EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation Statutory, State of Texas, $ Employer's Liability Comprehensive General Liability Includes Contractual _ Liability Covers Independent Contractors Bodily Injury $ each person $ each accident Property Damage $ each accident $ aggregate Owner's Protective Bodily Injury $ each person $ each accident Property Damage $ each accident $ aggregate Comprehensive Automobile Liability Owned Vehicles . Bodily Injury $ each person $ each accident Property Damage $ each accident Hired Vehicles Non -owned Vehicles Includes Contractual Liability r +, .1 TO: THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company with respect to the business opera- tions hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further here- inafter described. Exceptions to standard policies are noted on the reverse side hereof. CERTIFICATE OF INSURANCE Page 1 of 2 Date: Description of Work: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than ten days after the insured has received written notice of such change or cancel- lation. This Certificate of Insurance neither affirmatively or negatively amends, ex- tends, or alters the coverage afforded by policy or policies indicated by this certificate. (Name of Insurer) By: Title: Address Page 2 of 2 INFORMATION REQUIRED OF LOW BIDDER The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Name (2) Address (3) Phone Number (4) Type of firm: ( ) Individual, ( ) Partnership, ( ) Corporation (5) Corporation organized under the laws of the State of (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: (7) Number of years experience (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner (9) List the name and address of each subcontractor who will perform work in or about the work or improvement in ex- cess of one -half (1/2) of one percent (1 %) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name Address Work to be Performed Page 1 of 2 (10) Payment of taxes, in the State of Yes No (11) 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 General One) Speocd Cr" +i or1 S 1 R , 1 1 1 GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Page 1 1. DEFINITIONS 2. GENERAL PROVISIONS 3 2.01 Engineer's Status and Authority 2.02 Right of Engineer to Modify Methods 3 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 5 2.07 Licenses, Permits, and Certificates 5 2.08 Royalties and Patents 2.09 Keeping of Plans and Specifications 5 Accessible 5 2.10 Discrepancies and Omissions 5 2.11 Contractor's Understanding 6 2.12 Extra Work 6 2.13 Payment for Extra Work 7 2.14 Assignment and Subletting 8 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 9 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 10 2.25 Sanitary Facilities 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 10 3.01 Labor, Equipment, Materials and 10 Construction Plant 10 3.02 Performance and Payment Bonds 11 3.03 Contractor's Ability to Perform 11 3.04 Superintendence and Inspection 11 3.05 Character of Employees 3.06 Contractor's Duty to Protect Persons 11 and Property 11 3.07 Safety Codes 12 3.08 Barricades 12 3.09 Minimum Wages 3.10 Unsuitable Work or Materials 12 1 3.11 No Waiver of Contractor's Obligation 3.12 Site Clean Up 13 1 3 3.13 Guarantee . (CONTENTS CONTINUED) Page 4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14 4.01 Lines and Grades 14 4.02 Right of Entry 14 4.03 Owner's Inspectors 14 4.04 Collateral Work 15 4.05 Right -of -Way 15 4.06 Adequacy of Design 15 5. SCHEDULING AND PROGRESS OF WORK 15 5.01 Order and Prosecution of the Work 15 5.02 Rate of Progress 16 5.03 Sunday, Holiday, and Night Work 16 5.04 Hindrances and Delays 16 5.05 Extensions of Time 17 5.06 Liquidated Damages for Failure to Complete on Time 17 6. INDEMNITY 18 6.01 Contractor's Indemnity Provision 18 6.02 Workmen's Compensation Insurance 18 6.03 Comprehensive General Liability Insurance 18 6.04 Owner's Protective Insurance 19 6.05 Comprehensive Automobile Liability Insurance 19 6.06 Insurance Certificate 19 7. TERMINATION OF CONTRACT 20 7.01 Right of Owner to Terminate 20 7.02 Right of Contractor to Terminate 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment and Materials by Owner 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance 22 8.05 Disposition of Contractor's Equipment 22 9. MEASUREMENT AND PAYMENT 23 9.01 Character of Measurements 23 9.02 Estimated vs. Actual Quantities 23 9.03 Payment 24 9.04 Monthly Estimates and Payments 24 9.05 Certificates of Completion 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit 25 9.08 Release of Liability 25 9.09 Contractor's Obligation 26 9.10 Payments Withheld 26 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 Notice to Contractors; Advertisement; the Instructions to Bidders; the Proposal; the Signed Agreement; the Performance and Payment Bonds; the Gen- eral Conditions of the Agreement; the Special Condi- tions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complemen- tary, 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: Sign- ed Agreement, Performance and Payment Bonds, Addenda, Proposal, Special Conditions of the Agreement, Notice to Contractors, Specifications, Plans, and General Conditions of the Agreement. 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 Haynie & Kallman, Inc., or such other Engineer, supervisor, or inspector who has been designated, appointed, or otherwise em- ployed or delegated by the Owner for this work, or their duly authorized agents, such agents acting with- in 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. 1.06 Owner. "Owner" shall mean the City of Round Rock, 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 and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the equipment, supplies, material, and services to be fur- nished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day'. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the prin- cipal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. GC -2 t I 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. -GC -3 1 1 1 1 1 1 1 1 1 1 1 1 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 GC -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 Keek)ing 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 GC -5 U 1 of the work, the conformation of the ground, the char- acter, quality and quantity of the materials to be en- countered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work 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 GC -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 GC -7 1 1 1 1 r1 1 1 .1 1 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 GC -8 1 1 1 1 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. GC -9 i 1 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. !�t 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 GC -11 1 `1 1 I 1 1 anyway connected with the performance of this Con- tract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the per- formance of this Contract unless necessary to its per- formance, and in that event the Contractor shall pro- vide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondeleg- able, and the Contractor's compliance with the speci- fic recommendations and requirements of the Owner as to the means of warning shall not excuse the Contrac- tor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Muni- cipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America ex- cept where incompatible with Federal, State, or Muni- cipal laws or regulations. 3.08 Barricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established pre- vailing wage scale for work of a similar character in this locality. The Contractor shall pay not less than the general prevailing wages as established by the U.S. Department of Labor 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, 1 1 1 1 1 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 1 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 done under this Contract, to see that the said mater- ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right -of -Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and sea- sons in such order of precedence and in such manner as shall be most conducive to economy of construction; 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. :.1 Amount of Liquidated Amount of Contract Damages Per Day 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: Less than $ 5,000.00 $ 5,001.00 to $ 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,000.00 2,000,001.00 to 5,000,000.00 $ 30.00 35.00 40.00 50.00 70.00 200.00 300.00 400.00 500.00 I 1 1 ai 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 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 Property Damage GC - 19 $100,000 each person $300,000 each accident $ 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 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 GC -20 . i 1 . 1 1 1 1 1 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 GC -21 ell. l 1 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 GC -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 GC -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 GC -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; 1 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 withheld, withheld because of them. GC -26 SPECIAL CONDITIONS OF AGREEMENT 1 1 1 I 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., 1106 S. Mays, Round Rock, Texas 78664. Engineer of the Owner, or the Engineer's authorized representative, supervisor or inspector 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 Docu- ments, Technical Specifications and Plans free of charge, and additional sets will be obtained from Engineer at com- mercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolu- tions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR DELAY The Contractor shall pay to the Owner for each and every calendar day, including Sundays and legal holidays, that he shall be in default by not completing the whole work to be done under this Contract after giving effect to exten- sions of contract time which are authorized hereunder, the sum of $200.00 per calendar day, which sum is by the exe- cution of this Agreement mutually fixed, determined and agreed upon.as liquidated damages, which the Owner will suffer by reason of such default and not as a penalty. The Owner shall have the right to deduct the amount of such damages from any monies due or to become due the Con- tractor under this Contract, and in the event such damages exceed the sum due or to become due the Contractor here- under, the latter shall be liable to the Owner for such difference. I I 01 -05 TIME OF COMPLETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Agreement, or the date of the Notice to Proceed, whichever is latest. 01 -06 OWNER The Owner shall be the party of parties named in the Notice to Contractors 01 -07 LOCATION The location of work shall be as mentioned in the Notice to Contractors and as indicated on the Plans. 01 -08 REVISION OF GENERAL CONDITIONS Replace Section 2.20 of the General Conditions of Agree- ment with the following: "Approved Equal" 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 particu- lar manufacturer or vendor and is followed by the term "approved equal" or "equal" the Contractor may submit a written request to 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 "approved equal" 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 Contract Documents. "Approved equal" shall mean that the Contrac- tor is responsible for submitting the required information to the Engineer at least seven (7) days prior to bid date. The information supplied shall be of sufficient quantity and detail to prove that the equipment is equal to the equipment listed in the major equipment list. SECTION 02 - SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing construction, it shall be the Contrac- tor's responsibility to make arrangements with the Owners SC -2 1 1 4, 1 a l 1 1 1 1 of such utility companies to uncover their particular utility lines or otherwise confirm their location. Cer- tain utility companies perform such services at their own expense; however, where such is not the case, the Contrac- tor will cause such work to be done at his own expense. 02 -02 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the project and prior to final acceptance and payment, the Contractor shall deliver this correctly marked set of drawings to the Engineer. 02 -03 LANDS FOR WORK The Owner has acquired easements, permits and the site upon which work is to be done. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his con- struction operations, 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 pay- ment will be made for this item. 02 -05 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for a 'period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Document relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost therefor from Contractor. 02 -06 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, pre- sent obstructions to grade and alignment of pipe, imme- diately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or SC -3 1 I 1 1 1 . 1 SECTION 03 - INSURANCE 03 -01 Insurance policies must be obtained by the Contractor or separate endorsements obtained to his existing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. The principle types of insurance which will be necessary are: Public Liability and Property Damage to protect the Con- tractor, any of his Subcontractors 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 Property Damage to protect the same individuals as indicated under Public Liability and Property Damage above, and in the same amounts for liability. Worker's Compensation and Employer's Liability Insurance. Builder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other ob- structions, 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. SECTION 04 - PREVAILING WAGE SCALE - NOTICE 1. This determination of prevailing wages shall not be construed to prohibit the payment of more than the rates named. Under no condition shall any laborer, workman or mechanic employed on this job be paid less than the minimum wage scale. 2. In execution of this contract, the Contractor must comply with all applicable state and federal laws, in- cluding but not limited to laws concerned with labor, equal employment opportunity, safety, and minimum wage. SC-4 I I I 1 I 1 1 1 1 EI 3 Pursuant to the provisions of Section 2 of Article 5159a, Vernon's Civil Statutes "The Contractor shall forfeit as a penalty to the state, county, city and county, city, town, district or other political subdi- vision of whose behalf the contract is made or awarded ten dollars ($10.00) for each laborer, workman or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under the said contract, by him, or by any sub-con- tractor under him, and the said public body awarding the contract, shall cause to be inserted in the con- tract a stipulation to this effect ". SECTION 05 - MEASUREMENT AND PAYMENT 05 -01 BID A. The Bid lists each item of work for which payment will be made. No payment will be made for any items other than those listed in the Bid. B. Required items of work and incidentals for the satis- factory completion of the work which are not speci- fically listed in the Bid, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid, shall be consider- ed as incidental to the work. All costs thereof, in- cluding Contractor's overhead costs and profit, shall be considered as included in the lump sum prices bid for the various Bid items. The Contractor shall pre- pare his Bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials and performing all operation re- quired to complete the work satisfactorily in place as specified and as indicated on the Drawings. 05 -02 MEASUREMENT AND PAYMENT A Measurement of an item of work will be by the unit indicated in the Bid Schedule B. Measurement will include all necessary and related work not specified to be included item of work listed in the Bid Schedule. C. Unless otherwise stated in individual Sect Specifications or in the Bid Schedule, no payment will be made for any item of work, SC -5 incidental in any other ions of the separate materials, parts. equipment supplies or related items required to perform and complete the work. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract lump sum prices and by the unit indicated in the Bid with total price of the Contract being equal to the Total Bid as modi- fied by deletions or additions to the work made in accordance with the General Conditions. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools and materials, and for performing all operations required to furnish to the Owner the entire project, complete in place, as specified and as indicated on the Drawings. SECTION 06 - SCHEDULE OF VALUES 06 -01 CONTRACTOR COST BREAKDOWN A. Immediately after being awarded the contract for the work, the Contractor shall furnish the Engineer with a breakdown of its lump sum bid items suitable for use in the preparation of progress estimates for the job. Such breakdown shall tabulate quantities and the unit prices to be applied for the various features of the work and shall be in sufficient detail as to permit its use in preparation of progress estimates. The cost breakdown shall not be unbalanced. SECTION 07 - TESTING B. Progress payments for materials on hand and equipment delivered for installation as a part of the work will be based on invoices. C. The Engineer will not approve a progress estimate for payment until a satisfactory cost breakdown for the project has been submitted by the Contractor. 07 -01 DESCRIPTION A. Work included: During progress of the work, the Owner will require that testing be performed to determine that materials provided for the work meet the speci- fied requirements. B. Related work described elsewhere: Requirements for testing are described in various Sections of these Specifications and as follows. SC -6 - i I 07 -02 MATERIAL TESTING A. Testing and control of materials to be used in the work shall be done by a commercial laboratory employed and paid by the Owner unless otherwise specified. Retesting as a result of failure to meet Contract requirements shall be by a laboratory selected by the Owner at the Contractor's expense. B. The Contractor shall furnish all materials to be used for test purposes entirely at his expense. C. Test reports shall be furnished to the Engineer for his approval prior to use of any material in the work. D. Specific testing and control requirements for each individual material are specified in detail within the appropriate Section of these Specifications. E. Representatives of the testing laboratory shall have access to the work at all times. Provide facilities for access in order that laboratory may perform its functions properly. F. Testing Schedule. 1. Consult testing laboratory in advance to determine time required to perform tests and issue each of the findings. Include required time within con- struction schedule. 2. When changes of the construction schedule are necessary, coordinate such changes with the test- ing laboratory as required. 3. Testing laboratory must be given ample notice of when their service will be needed. G. All samples for testing, unless otherwise provided elsewhere in these Specifications, shall be taken by the testing laboratory or the Engineer. All sampling equipment and personnel shall be provided by the testing laboratory unless otherwise specified. All deliveries of samples to the testing laboratory shall be performed by the testing laboratory unless otherwise specified. SC -7 Tec" ca S p ec#t'C' caAiO 1 1 1 1 1 I 1 SECTION 02 - CONCRETE *SECTION 03 - PAINTING TECHNICAL SPECIFICATIONS INDEX SECTION 01 - ERARTHWORK AND STRUCTURAL FILL Pa 01 -01 Description 1 01 -02 Clearing 1 01 -03 Excavation 1 01 -04 Materials 1 01 -05 Filling 2 01 -06 Drainage 2 01 -07 Measurement and Payment 2 02 -01 General 1 02 -02 Scope 1 02 -03 Portland Cement 1 02 -04 Aggregates 2 02 -05 Water - 2 02 -06 Admixtures 3 02 -07 Proportioning 3 02 -08 Mixing 5 02 -09 Concrete Consistency 5 02 -10 Transit Mixers 6 02 -11 Hand Mixing 8 02 -12 Transporting Batched Materials and Mixed Concrete 8 02 -13 Steel Reinforcement for Concrete . 8 02 -14 Expansion Joint Filler and Joint Sealants 9 02 -15 Concrete Construction 13 02 -16 Finishing Types 22 02 -17 Openings for Installation Of, and Preparation For, Other Work 25 02 -18 Defective Work 26 02 -19 Tests 26 02 -20 Cleaning 27 02 -21 Foundation Utility Cuts 27 02 -22 Measurement and Payment 27 03 -01 Description 1 03 -02 Quality Assurance 1 03 -03 Submittals 4 03 -04. Product Delivery, Storage and Handling 4 i *Revised per Addendum No. dated 2/20/86 *SECTION 03 - PAINTING (CONTINUED) Page 03 -05 Job Conditions 4 03 -06 Products - Paint Materials 5 03 -07 Colors and Finishes 6 03 -08 Painting Schedule 7 03 -09 Cleaning and Preparation of Surfaces . 11 03 -10 Paint Application 14 03 -11 Measurement and Payment 18 SPECIAL PROVISION NO. 1 TO SECTION 04 *Raw Water Control Valves 1 SECTION 04 - WATER PIPELINES, FITTINGS, VALVES, AND APPURTENANCES 04 -01 Description 1 *04 -02 Materials - Pipe 1 04 -03 Materials - Valves and Fire Hydrants . 3 04 -04 Granular Material for Pipe Bedding and Pipe Zone Backfill 3 04 -05 Marking Tape 4 04 -06 Pipe Insulation 4 04 -07 Measurement and Payment 5 SECTION 05 - INSTALLATION OF WATER LINES 05 -01 Description 1 05 -02 Checking Pipe 1 05 -03 Excavation, Bedding and Backfill - Tr ench 1 05 -04 Pipe Installation 2 05 -05 Protection of Existing Utilities . . • • 3 05 -06 Pavement and /or Railroad Crossings . • • 3 05 -07 Setting Valve and Valve Boxes 3 05 -08 Tests for Water Mains •3 05 -09 Disinfection of Completed Water Line 5 05 -10 Clean -up 5 05 -11 Pipe Insulation 5 05 -12 Measurement and Payment 6 SPECIAL PROVISION NO. 1 TO SECTION 06 Raw Water Pumps 1 SECTION 06 - SUBMERSIBLE RAW WATER PUMPS AND MOTORS TURBINE-TYPE 06 -01 General 1 06 -02 Submersible Turbine Pump 1 ii *Revised per Addendum No. 1 dated 2/20/86 SECTION 06 - SUBMERSIBLE RAW WATER PUMPS AND MOTORS - Pa e TURBINE -TYPE (CONTINUED) 06 -03 Submersible Motor (200 H.P.) P -5 . . • • 1 06 -04 Submersible Motor (400 H.P.) P -4 2' 06 -05 Pipe Column 2 06 -06 Power Cable 2 06 -07 Surface Plate on End of Pump Casing . . 3 06 -08 Starting Equipment 3 06 -09 Guarantees 3 06 -10 Measurement and Payment 3 SECTION 07 - INTAKE SCREEN 07 -01 General 1 07 -02 Capacity 1 07 -03 Slot 1 07 -04 Strength 1 , 07 -05 Construction 1 07 -06 - Air Backwash for Screens 1 07 -07 Measurement and Payment 1 SECTION 08 - REMOVAL, INSPECTION, MAINTENANCE AND REPLACEMENT OF THE THREE (3) EXISTING 2100 GPM BYRON JACKSON SUBMERSIBLE RAW WATER PUMPS AND MOTORS 08 -01 General 1 08 -02 Removal 1 08 -03 Inspection 1 08 -04 Submersible Pump Motor Repair 2 08 -05 Maintenance 2 08 -06 Installation of Impellers and Flange Rollers 2 08 -07 Replacement 3 08 -08 Testing 3 08 -09 Measurement and Payment 3 SECTION 09 - CHLORINATION SYSTEM 09 -01 General 1 09 -02 Quality Assurance 1 09 -03 Definitions 1 09 -04 Materials 2 09 -05 Chlorinator 2 09 -06 Chlorinate Detector Unit 4 09 -07 Weighing Scale Assembly 4 09 -08 Chlorinator Operating Controls 5 09 -09 Safety Equipment 6 09 -10 Chlorine Handling and Piping 6 Revised per Addendum No. 1 dated 2/20/86 1 1 1 1 1 1 SECTION 09 - CHLORINATION SYSTEM (CONTINUED) Pa e 09 -11 Ejector 9 09 -12 Lifting Bar 9 09 -13 Chlorination Building 9 09 - Drying 10 09 -15 Piping Installation, Testing and Checkout 10 09 -16 Services Supplied by Equipment Manufacturer 12 09 -17 Measurement and Payment 12 SECTION 10 - STRUCTURAL STEEL 10 -01 General 1 10 -02 Scope of Work 1 10 -03 Foundation 1 10 -04 Quality Assurance 1 10 -05 Submittals 2 10 -06 Material Storage 3 10 -07 Materials 3 10 -08 Fabrication and Erection 4 10 -09 Connections 4 10 -10 Fabrication 5 10 -11 Shop Painting 6 10 -12 Galvanizing 6 10 -13 Erection 7 10 -14 Field Touch -Up Painting 7 10 -15 Grouting of Base Plates and Bearing Plates 7 10 -16 Testing 7 10 -17 Measurement and Payment 8 SECTION 11 - STEEL JOISTS 11 -01 Description 1 11 -02 Quality Assurance 1 11 -03 Submittals 1 11 -04 Joists 1 11-05 Bridging ' 2 11 -06 Erection 2 11 -07 Anchorage 2 11 -08 Field Painting 2 11 -09 Field Quality Control 2 11 -10 Measurement and Payment 2 SECTION 12 - METAL ROOF DECK AND WALL PANELS 12 -01 Description 1 12 -02 Quality Assurance 1 iv Revised per Addendum No. 1 dated 2/20/86 1 1 1 1 1 1 1 1 SECTION 12 - METAL ROOF DECK AND WALL PANELS Page (CONTINUED) 12 -03 Submittals 1 12 -04 Delivery and Storage 1 12 -05 Metal Deck 1 12 -06 Wall Panels 1 12 -07 Finish 2 12 -08 Erection 2 12 -09 Field Quality Control 3 12 -10 Measurement and Payment 3 SECTION 13 - METAL FABRICATIONS 13 -01 Description 1 13 -02 Submittals 1 13 -03 Materials 1 13 -04 Items of Work - Fabricated 2 13 -05 Finishes 3 13 -06 Installation 3 13 -07 Measurement and Payment 4 SECTION 14 - ANCHOR BOLTS 14 -01 Description 1 14 -02 , Quality Assurance 1 14 -03 Material Storage 2 14 -04 Materials 2 14 -05 Anchor Bolt Setting 2 14 -06 Expansion Bolt Installation 3 14 -07 Measurement and Payment 3 SECTION 15 - ELECTRICAL - GENERAL FOR WATERWORKS PROJECTS 15 -01 Description 1 15 -02 Codes, Ordinances & Utility Requirements 2 15 -03 Materials, Equipment & Workmanship, General 2 15 -04 Substitution 3 15 -05 Grounding 4 15 -06 Verification and Coordination of Special Circuits 4 15 -07 Conduit System 4 15 -08 Boxes - Outlet, Pull -& Junction 6 15 -09 Wire Conductors, Insulation and Connectors 7 15 -10 Disconnect Devices 8 15 -11 Panelboards 8 15 -12 Electrical Service Special Accessories 9 v Revised per Addendum No. 1 dated 2/20/86 ' SECTION 15 - ELECTRICAL - GENERAL FOR WATERWORKS Page PROJECTS (CONTINUED) 1 1 1 1 1 1 1 1 1 1 1 1 15 -13 Lighting and Convenience Fixtures and Devices 9 15 -14 Shop Drawings 10 15 -15 Phasing 11 15 -16 5KV Grouped Motor Control Centers . 11 15 -17 Pushbutton Station and Selector Switches 13 15 -18 Indicating Lights 13 15 -19 Elapsed Time Meters 14 15 -20 Power Factor Correction Capacitors 14 15 -21 As -Built Drawings 15 15 -22 Tests 15 15 -23 Measurement and Payment 15 SECTION 16 - 15KV PADMOUNTED SWITCHGEAR 16 -01 General 1 16 -02 Ratings 1 16 -03 Submittals 2 16 -04 Compliance with Standards and Codes . . 2 16 -05 Enclosure Design 2 16 -06 Insulators 3 16 -07 High Voltage Bus 3 16 -08 Ground Connection Pads 4 16 -09 Enclosure 4 16 -10 Doors 5 16 -11 Finish 6 16 -12 Interrupter Switches 8 16 -13 Fuses 9 16 -14 Warning Signs 11 16 -15 Rating Nameplates and Connection Diagrams 12 16 -16 Auxiliaries 12 16 -17 Measurement and Payment 12 SECTION 17 - PAVING AND SURFACING 17 -01 Description 1 17 -02 Materials 1 17 -03 Execution - Flexible Base 2 17 -04 Asphalt Concrete Pavement Construction 3 17 -05 Measurement and Payment 7 SECTION 18 - CRIB TYPE RETAINING WALLS 18 -01 Description 1 18 -02 Materials 1 18 -03 Manufacture of Units 2 18 -04 ,Installation 3 18 -05 Measurement and Payment 5 vi Revised per Addendum No. 1 dated 2/20/86 1 1 SECTION 01 - EARTHWORK AND STRUCTURAL FILL 01 -01 DESCRIPTION This work consists of furnishing all labor, equip- ment, materials, and of performing all operations in connection with the clearing and excavation, for which the limits are shown on the Plans. 01 -02 CLEARING The site indicated on the drawings shall be cleared of all obstructions within the proposed area which will interfere with the construction operations. Branches and limbs of trees (larger than 3" trunk diameter at base) within the proposed area may be trimmed up to allow for the installation of the proposed facilities. 01 -03 EXCAVATION The excavation shall conform to the dimensions and elevations indicated on the drawings for the struc- tures, except as specified below, and shall include trenching for utility systems as shown on the pro- ject plans and all incidental work thereto. Exca- vations shall extend a sufficient distance from footings to allow for placing and removal of forms and for inspection, except where concrete for the footings is authorized to be deposited directly against excavated surfaces, undercutting will not be permitted. Material required for fills as approved by the Engineer in accordance with 1.4(d) of this item and shall be furnished by the Contrac- tor. 01 -04 MATERIALS (a) Topsoil - As noted on the Plans shall be required. Final grading furnished shall be completed by the Contractor. (b) Excess Material - Excess material from excava- tion, not required or unsuitable for backfill, shall be hauled and disposed of by the Con- tractor. The Contractor shall make arrange- ments for a disposal site. 01 -1 1 (c) Borrow Material - Borrow material shall be selected to meet the requirements and condi- tions for the particular fill or backfill for which it is to be used as approved by the Engineer. The acquisition and purchase of required borrow material shall be the respons- ibility 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. (e) A polyfilm liner shall be placed between the concrete and subgrade material. 01 -05 FILLING Where concrete slabs are placed on earth, all loam and organic or other undesirable material shall be removed. Each layer of low plasticity fill mater- ial shall be uniformly spread, moistened as requir- ed, and then compacted to at least 95% of the maxi- mum density as determined by the procedure of ASTM D698. Compaction shall be done by a power roller or other manner approved by the Engineer. The sub - grade shall be brought to a reasonable true and even plane. 01 -06 DRAINAGE Earthwork shall be accomplished in such a manner that the entire site will be continually and effectively drained. Grading shall be done to direct drainage away from slabs, foundations, roads and structures. Low areas shall be filled to pre- vent ponding of water. Final grading with top soil furnished as noted on the Plans by the Contractor. 01 -07 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. 01 -2 I I I I SECTION 02 - CONCRETE 02 -01 GENERAL Concrete consisting of portland cement, concrete ag- gregate, sand and water will be designated by a sym- bol consisting of a number, a letter and a number. The first number will be the number of sacks of cement per cubic yard, and the last number the com- pressive strength at 28 days expressed in pounds per square inch. A sack of cement shall be defined as 94 pounds. The concrete shall be 6.0 -4000 unless otherwise specified. Compressive strength tests where specified herein, shall be performed in accor- dance with ASTM C -39. The Contractor shall be responsible for providing the mix design to the Engineer for approval. 02 -02 SCOPE This section of the specifications shall include all labor and materials to construct all concrete work as shown on drawings, herein specified, or both in- cluding the following: All footings, slabs, floors, walls, beams, supports, walks, pedestals, curbs, vaults and other concrete items, complete with metal reinforcement. 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. 02 -03 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. 02 -1 02 -04 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. 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. 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. 02 -05 WATER Water used for concrete shall be clear and free from oil, vegetable matter and other deleterious substan- ces. Water shall not contain an amount of impurities that will cause a change in the time of setting of portland cement of more than 25 percent nor a reduc- tion in the compressive strength of mortar at four- teen days of more than 5 percent compared to results obtained with distilled water. 02 -2 1 •1 1 1 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. 02 -06 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. 02 -07 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. 02 -3 The amount of water to be added to the mixture shall be measured and discharged rapidly into the mixing drum through a valve with a positive cut -off. When water is measured by weight it shall be weighed on a separate scale. All weighing or metering devices, except moisture meters, used for proportioning materials shall be accurate to within one percent. They shall be seal- ed and certified by the recognized, legal Sealer of Weights and Measures. These certifications shall be dated within the past 12 months and shall be renewed whenever required by the Engineer. The moisture meter shall be accurate to within 1/2 of one percent moisture. Whenever portable bunkers are set up at a new location, the scale assemblies shall be inspect- ed and certified regardless of the date the scales were last tested. Scales utilized in proportioning shall be either springless dial or multiple beam type. Scale gradu- ations shall be no greater than the following: Aggregate Scales 25 lbs. Cement Scales 5 lbs. Water Scales 5 lbs. All scales shall be of such size and so arranged that they may be read easily from the operator's platform. If a multiple beam type scale is used, the scale shall be provided with an indicator oper- ated by the main beam which will give positive visi- ble evidence of over or under weight. The indicator shall be so designed that it will operate during the addition of the last 400 pounds of any weighing. The over travel of the indicator hand shall be at least one -third of the loading travel. Indicators shall be enclosed against moisture and dust. Weighing equipment shall be insulated against vibra- tion and movement of other operating equipment in the plant. When the entire plant is running, the scale reading at cut -off shall not vary from the weight designated by the Engineer by more than one percent (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. 02 -4 1 1 1 ., 1 =F� .1 02 -08 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. 02 -09 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 Non - reinforced Concrete 0 -3 Reinforced Concrete Structures Heavy Sections 0 -3 Thin Sections & Columns 0 -4 Concrete Placed under Water 6 - 8 ' 02 -5 3 4 5 6 9 t 1 I 1 1 1 I 1 The concrete used in the work shall not have a slump greater than that shown as maximum above, nor a free water content greater than 312 pounds per cubic yard 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. 02 -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 02 -6 i I 1 1 meet the uniformity requirements of this subsection, the amount of materials charged into the mixer shall be reduced. The drum of the mixer shall be completely emptied of any previously mixed load. The proper proportions of aggregate, cement, and water for each load of concrete shall be placed in the mixer and shall be mixed therein for not less than 70 nor more than 100 revolutions of the drum or blades at the speed de- signated by the manufacturer of the equipment as mixing speed. Additional revolutions of the drum shall be at the speed designated by the manufacturer of the equipment as agitating speed. The revolving of the drum shall be continuous until the concrete is completely emptied from the drum. When concrete is being placed for concrete struc- tures, all wash water shall be emptied from the mix- er before any portion of the succeeding load is placed therein. For all other work, the mixer shall be empty or may carry 10 gallons of water in the drum. Adequate control of ready -mixed concrete will normally require that additional water be added and mixed into the batch at the point of discharge. Water so added shall be mixed into the load for a minimum mixing time of three (3) minutes. Water shall not be added to the load during transit. The tota e apsed 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 02 -7 t 1 1 Space shall be provided on the certificate so that amount of water added on the job may be indicated. 02 -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. 02 -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. 02 -13 STEEL REINFORCEMENT FOR CONCRETE 02 -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. 02 -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. 02 -8 1 =1 I . , I 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. , *' 02 -13.3 Wire Reinforcement Wire reinforcement shall in all respects fulfill re- quirements prescribed in ASTM A -82. 02 -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. 02 -14 EXPANSION JOINT FILLER AND JOINT SEALANTS 02 -14.1 General This section specifies joint fillers and sealants to be used for treating joints in portland cement con- crete. 02 -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. 02 -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 02 -9 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: 02 -10 1 I 1 1 1 r 1 1 1 1 1 ASPHALT -LATEX EMULSION JOINT SEALANT Test Method Determination No. Requirements Remarks Furol Visco- ASTM 80 -250 Sec. Before adding setting sity at 77 ° F D -88 agent. Sieve Test ASTM 1% Max. Before adding setting D -244 agent. Penetration Calif 50 -150 Immediately after mixing, at 77 ° F 418 pour material into a 6 -oz. deep ointment can. Allow specimen to stand in air at a temperature of 77 ° F + 2 ° F for a period of 24 -hrs. Then penetrate with a grease cone under a total load of 150 grams in accor- dance with ASTM D -217. Elasticity (1) Calif. 70% Min. Immediately after mixing, 418 pour material into ducti- Total Solids Calif. 70% Min. (2) 418 02 -11 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- hrs. 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. 03 -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. 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. 02 -14.5 Concrete Curing Compound Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the ex- posed surfaces of the concrete. Mats and poly - plastic sheets may be used. The membrane may be either asphaltic or paraffin derivatives to which other water - proofing materials may have been added. Concrete curing compounds shall be clear or translucent with red fugitive dye. Curing time shall be a minimum of five (5) days with temperature above 50 ° F. Curing compound shall be non -toxic and taste and odor free. 02 -14.6 Form Coating All form work to be required shall be coated with an approved resin based material applied according to the manufacturer's directions. Form coating shall be non -toxic after 30 -days. 02 -12 ' 02 -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. 02 -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. 02 -15 CONCRETE CONSTRUCTION 02 -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. 02 -13 1 1 1 1 1 1 1 1 1 02 -15.2 Subgrade for Concrete Structures Earth subgrade upon which concrete is placed shall be firm and free from water. Ground water shall be kept below subgrade until the concrete has set. When the subgrade is in dry earth, it shall be tho- roughly dampened with water to ensure that no mois- ture will be absorbed from the fresh concrete. When the design details for the project provide for the construction of filter or drain material con- sisting of gravel (or combination of gravel and sand), which material will be subgrade for concrete, the placing of steel reinforcement and placement of concrete shall follow the installation of the filter or drain material as closely as practical. The fil- ter or drain material shall be kept de- watered to the extent necessary to prevent any portion of con- crete materials being deposited in water. 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. 02 -15.3 Forms Forms shall be of suitable material and of a type, size, shape, quality, and strength to ensure con- struction as designed. The forms shall be true to line and grade, mortar tight, and sufficiently rigid to resist deflection during placing of the concrete. The responsibility for their adequacy shall rest with the Contractor. All dirt, chips, sawdust, nails and other foreign matter shall be completely removed from forms before any concrete is deposited therein. The surfaces of forms shall be smooth and free from irregularities, dents, sags and holes that would deface the finished surfaces. Forms previous- ly used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being re -used. 02 -14 I 1 1 1 : 1 1 1 I 1 1 1 1 1 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. 02 -15 1 Forms shall be so constructed that portions, where finishing is required, may be removed without dis- turbing portions of forms to remain in place. Forms for girders and slabs shall be cambered as may be required by the Engineer. Forms shall, as far as practicable, be so construct- ed that the form marks will conform to the general line of the structure. Form clamps or bolts, approved by the Engineer, shall be used to fasten forms. The use of twisted wire loop ties to hold forms in position will not be permitted, nor shall wooden spreaders be used unless authorized by the Engineer. Clamps or bolts shall be of sufficient strength and number to prevent spreading of the forms. They shall be the break -off type so that they can be entirely removed or cut back 1 inch below the finished surface of the con- crete. All forms for outside surfaces shall be con- structed with stiff wales at right angles to the studs, and all form clamps or bolts shall extend through and fasten such wales. Form work shall be approved prior to placement of concrete in the form. 02 -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. 02 -16 i t Forms shall remain in place a minimum of twenty -four (24) hours and be removed only after Engineer's approval. 02 -15.5 Fa'sework 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. 02 -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. 02 -17 02 -15.7 Splicing Splices of bars shall be made only where shown on the plans or as approved by the Engineer. Where bars are spliced, they shall be lapped at least 36 diameters, unless otherwise shown on the plans. splicing shall be accomplished by placing the bars in contact with each other and wiring them togeth- er. Welding of reinforcing steel will not be permitted unless specifically authorized by the Engineer. 02 -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. 02 -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. 02 -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 02 -18 by the concrete and forms shall be thoroughly wet- ted. All free standing water shall be removed. Reinforcing steel and form shall be free of scale, oil film, hardened concrete. Formwork shall have specified coatings. Concrete shall be deposited as rapidly and as near as practicable in its final position, and shall not be caused to flow in a manner to permit or cause segregation. Runways shall be provided so that wheelbarrows or buggies containing concrete will not run over reinforcing steel or planks resting on steel. Just before placing new concrete on 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. 02 -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 of such placing. No concrete shall be placed except in the presence of the Engineer. 02 -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 02 -19 set until pouring of new concrete against it. The contact surface shall be thoroughly cleaned by chip- ping the entire surface not earlier than 8 days after the first pour or jet washing the surface, not less than 3 -1/2 nor more than 6 -1/2 hours after the concrete is placed, or by sandblasting. The joint surface shall consist of clean aggregate solidly embedded in the mortar matrix. All wash water shall be entirely removed from the surface. All construc- tion joints in waterbearing tanks, except joints above water level, shall have "waterstops" install- ed; also, any additional ones shown on drawings. All waterstop splices, joints, corners, or intersec- tions shall be welded. Watertight concrete is required for all submerged structures and waterbearing structures. Any cracks or imperfections developing at any point shall be repaired to the satisfaction of the Engineer. Where concrete construction is proposed to be ex- tended at a later date, the walls and floors shall be stubbed 24- inches. The contractor shall supply, and cast -in, screwed insert anchors with protective plugs in the face of the stub walls and floors. The contractor shall supply the Owner with the screw -in re -bar connectors, compatible with the insert anchor, for use when the construction is extended. 02 -15.13 Slabs Subgrade shall be in form as shown on drawings to receive slab concrete. Slabs shall be poured in one continuous operation. 02 -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. 02 -15.15 Depositing To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The 02 -20 i 1 1 1 1 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. 02 -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. 02 -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. 02 -21 02 -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. 02 -16 FINISHING TYPES 02 -16.1 General All finished or formed surfaces shall conform accu- rately to the shape, align 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. 02 -22 ki■ 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. Too edges of walls, if not otherwise shown on the drawings, shall be finished with a three - quarter inch (3/4 ") chamfer edger, the flanges of which shall be ground to a knife edge to produce as little a burr as possible. Remaining burrs on the lower side of the finished chamfer after the form is re- moved should be rubbed off and the surface left in a smooth, workmanlike condition. Refer to Section 03.16.7 for Schedule of Finishes. 02 -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. 02 -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. 02 -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. 02 -23 02 -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. 02 -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. 02 -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. 02 -24 02 -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. 02 -25 1 02 -18 DEFECTIVE WORK If the defective work is judged by the Engineer to be major in character or concrete does not conform with lines shown on drawings, the Contractor will be required to replace the work or repair it in a man- ner satisfactory to the Engineer at the Contractor's expense. 02 -19 TESTS 02 -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 relieve 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. 02 -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. 02 -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 Contrac- tor will supply the molds. The Testing Laboratory will take samples in accordance with Method for Com- pression Test Specimens, ASTM C- 31 -62T, store sample for 24- hours, and deliver them to the Testing Labor- atory. Tests will be made at 7 day and 28 day age, in accordance with ASTM C- 39 -64. 02 -26 .1 , 1 1 1 1 1 1 1 1 1 1 1 i t 02 -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. 02 -20 CLEANING All slabs shall be swept clean and washed and paint removed prior to delivery of the completed project to the Owner. 02 -21 FOUNDATION UTILITY CUTS Where it is necessary to remove a section of the control room slab for the installation of conduit, the Contractor shall saw cut the concrete prior to breaking out any section. A minimum of 12" of rein- forcing steel shall be exposed on all sides of the removed section for tie -in during replacement. 02 -22 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. 02 -27 SECTION 03 - PAINTING 03 -01 DESCRIPTION This work consists of furnishing all labor, mater- ials, equipment and performance of all operations required to paint all structures, piping, equipment and machinery which does not already have a finish- ed 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. 03 -02 QUALITY ASSURANCE 03 -02.1 Container Labels Include the following on label of containers: 1. Name or title of material. 2. Fed. Spec. number, if applicable. 3. Manufacturer's stock number and date of manu- facture. 4. Manufacturer's name. 5. Contents by volume, for major pigment and vehicle constituents. 6. Thinning and mixing instructions. 7. Application instructions. 8. Color name and number. 03 -02.2 Coating System Requirements 1. Provide finish coats which are compatible with prime coats used. 2. Contractor shall coordinate to assure surface, preparation and prime coat applied by equipment manufacturers on items furnished under other Sections are compatible with finish coat. 03 -02.3 Reference Standards 1. Specifications of the Structural Steel Painting Council (SSPC), latest revision, listed below shall apply to this Section. 03 -1 Revised per Addendum No. 1 dated 2/20/86 Symbol Type FIELD SURFACE PREPARLTION SCHEDULE Steel Structures Painting Council Specifications 1 Solvent Cleaning SSPC- SP -1 -73T 3 Hand Tool Cleaning SSPC -SP -2 -73T 4 Power Tool Cleaning SSPC -SP -3 -73T New Steel 5 White Metal Blast SSPC -SP -5 -73T 6 Commercial Blast SSPC -SP -6 -73T 7 Brush -Off Blast SSPC -SP -7 -73T 03 -2 Description Removal of oil, grease, dirt, soil, salts and contaminants by clean- ing with solvent, vapor, alkali, emulsion or steam. Removal of loose rust, loose mill scale, and loose paint to degree specified, by hand - chipping, scraping, sanding and wire brush- ing. Removal of loose rust, loose mill scale, and loose paint to degree specified, by power tool chipping, descal- ing, sanding, wire - brushing and grinding. Removal of all visible rust, mill scale, paint and foreign matter by blast cleaning by wheel or nozzle (dry or wet) using sand, grit or shot. Blast cleaning until at least two - thirds of each element of surface area is fee of all vis- ible residues. Blast cleaning of all except tightly adhering residues of mill scale, rust and coating, ex- posed numerous evenly distributed flecks of underlying metal. Symbol Type 8 Pickling Steel Structures Painting Council Specifications SSPC- SP -8 -73T 9 Weathered Followed SSPC -SP -9 -73T by Blast Cleaning Description Complete removal of rust and mill scale by acid pickling, duplex pickling, or electro- lytic pickling. May passify surface. Weathering to remove all or part of mill scale followed by blast cleaning to one of the above standards as required. 10 Near -White Blast SSPC -SP -10 -73T Blast cleaning nearly Cleaning to white metal cleanli- ness, until at least 95% of each element of surface area is free of all visible residues. 2. Requirements of the Occupational Safety and Health Administration (OSHA), Department of Labor, for colors as stated in Federal Register Part 1910, shall apply to this Section. 3. Specifications of the United States Government listed below shall apply to this Section. a. Federal Standards No. 141a and Paint, varnish, lacquer Change 1, 2, 3 & 4 and materials; methods of inspection, sampling and testing. No. 595a and Change Notice 1 b. Military Standards MIL- C- 18480A(3) 03 -3 Colors Coating compound, bitu- minous solvent, coal tar base. 4. Specification of the American National Stand- ards Institute (ANSI) listed below shall apply to this Section. a. Z53.1 03 -03 SUBMITTALS Safety Color Code for Marking Physical Hazards Furnish manufacturer's technical information in- cluding basic materials analysis and application instructions for each coating system specified. Submit certification stating that coatings in con- tact with potable water complies with requirements of either the U. S. Public Health Service, the U. S. Environmental Protection Agency, or the U. S. Food and Drug Administration for use as a contact surface with potable water. Furnish color chips for each coating system for review and selection. Manufacturer's materials and products not listed shall furnish certificates and test reports as required by Method 1031.2, Federal Test Method Standard 141 for materials proposed. 03 -04 PRODUCT DELIVERY, STORAGE AND HANDLING 03 -04.1 Delivery of Materials Deliver in sealed containers with labels legible and intact. 03 -04.2 Storage of Materials Store only acceptable project materials on project site. Store in a suitable location. Restrict storage to paint materials and related equipment. Comply with health and fire regulations. Do not store paint or leave in switchgear room, instrument room, next to motors and other electrical equip- ment. 03 - JOB CONDITIONS 03 -05.1 Environmental Requirements Comply with manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied. 03 -4 Do not apply finish in areas where dust is being generated. Do not apply coatings when the temperature of sur- face to be painted and the surrounding air tempera- ture are below 45 ° F., unless otherwise permitted by the coating manufacturer's printed instructions. Do not apply coatings in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or to damp or wet surfaces; unless otherwise per- mitted by the manufacturer's printed instructions. Coating work may be continued during inclement weather only if the areas and surfaces to be paint- ed are enclosed and heated within the temperature limits specified by the manufacturer during appli- cation and curing periods. 03 -05.2 Protection Cover or otherwise protect finish work of other trades and surfaces not being painted concurrently or not to be painted. 03 -06 PRODUCTS - PAINT MATERIALS 03 -06.1 Manufacturer All paint materials selected for coating systems for each type of surface shall be the product of a single manufacturer. Except as otherwise specified, materials shall be the products of the following manufacturers: 1. Cook Paint and Varnish Company 2. Mobil Chemical Company, Maintenance & Marine Coatings Dept. 3. Koppers Coatings and Resins Div., Koppers Com- pany, Inc. 4. Tnemec Company, Inc. 5. Approved equal. 03 -06.2 Compatibility All paint materials and equipment shall be compat- ible in use: finish coats shall be compatible with prime coats; prime coats shall be compatible with the surface to be coated; all tools and equipment shall be compatible with the coating to be applied. 03 -5 Thinners, when used, shall be only those thinners recommended for that purpose by the manufacturer of the material to be thinned. 03 -06.3 Material Quality Provide the best quality grade of the various types of coatings as regularly manufactured by acceptable coating materials manufacturers. Use only mater- ials displaying the manufacturer's identification as a standard, best -grade product. 03 -07 COLORS AND FINISHES Paint colors, surface treatments and finishes shall be as indicated in the Painting Schedule and shall match existing equipment colors. If color or finish is not designated in Painting Schedule or indicated on the Drawings, selection will be made from color chips submitted from the manufacturer. Safety Color Code for Marking Physical Hazards. The safety color selected for marking of physical hazards and safety, fire fighting and protective equipment shall be in accordance with OSHA 1910.144. Color Selection - Colors shall meet the tests specified in Z53.1. The colors shall conform to the color chips identified by numbers specified in Federal Standard 595. Color Standard Color Standard Red 11105 Blue 15120 Yellow 13655 Purple 17142 Orange 12246 White 17875 Green 14260 Black 17038 Color Selection for Plant Facilities - The color selection for the items not covered by OSHA Color Standards shall either be in accordance with the Painting Schedule, or to be determined after sub- mittal of color chips by Contractor. Generally, different colors will be selected for pumps, equipment, piping, valves and electrical items, and for interior and exterior locations. 03 -6 03 -08 PAINTING SCHEDULE The following field painting schedule establishes various paints and primers required under this Specification. Specific instructions in other detail specifications supercede paint schedule for shop - coated materials and equipment. Substitutions of paints are not allowed unless specifically approved in advance. Include with request for sub- stitution complete information as to formulation, coverage, application, etc. Surfaces not specific- ally listed and not excluded by other sections of this specification shall be painted so as to per- form a complete job. 03 -08.1 Description Min. Dry Mil Thickness Symbol Per Coat Brand and Manufacturer or Approved Equal A 4.0 Series 66 Hi -Build Epoxyline - Tnemec Company, Inc. A 3.0 Mil -P -24441 Primer 150 - Koppers Company A 4.0 Mobil 89 Series Hi -Build Epoxy - Mobil B 1.5 Series 71 Endura - Shield Semi - Gloss - Tnemec Company, Inc B 1.0 -1.2 A1122B Aliphatic Polyurethane - Koppers Company B 1.5 Mobilthane 40 Series Urethane - Mobil C 8.0 Series 52 Tneme -Crete - Tnemec Company, Inc. C 8.0 Liquid Vinyl Wallcovering - Armstrong C 8.0 - Mobil 46 -x -32 Bodycoat - Mobil D 1.5 Series 23 Enduratone - Tnemec Company, Inc. 03 -7 Min. Dry Mil Thickness Symbol Per Coat Brand and Manufacturer or Approved Equal D 1.4 Rustarmor 500 - Koppers Co. D 1.5 Mobil Series 20 M & F Enamel - Mobil E 10.0 54 -660 Epoxy Polyamide Masonry Filler - Tnemec Company, Inc. E 10.0 Concrete & Masonry Filler - Koppers Co. E 10.0 Mobil 46 -x -31, Epoxy Fill Coat - Mobil F 2.0 36 -603 Alkyd Wood Primer - Tnemec Company, Inc. F 2.0 Thin Rustarmor 500, 15% with Thinner 4000 - Koppers Co. F 2.0 Mobil 47 -W -5 Enamel Undercoat - Mobil G 4.0 Series 20 Pota -Pox - Tnemec Company, Inc. G 5.0 Mil -P -2441 Topcoat - Koppers Co. G 4.0 Mobil 78 Series Tank Epoxy - Mob it H 14.0 46 -450 Heavy Tnemecol - Tnemec Company, Inc. H 15.0 Bitumastic No. 50 - Koppers Co. H 14.0 Mobil 35 -J -10 Hi -Build Bituminous Coating - Mobil I 8.0 46H -413 Hi -Build Tneme -Tar - Tnemec Company, Inc. I 8.0 Bitumastic 300M - Koppers Co. I 4.0 Mobil 78 Series Tank Epoxy - Mobil 03-B Type of Surface Min. Dry Mil Thickness Symbol Per Coat J ' 10.0 K 03 -08.2 Field Paint Schedule I. Architectural and Structural A. Exterior 1. Metal Doors, Frames & Windows 1 or 2 2. Architectural 1 or 2 Metal Work 3. Structural 1 or 2 Steel & Misc. Steel 4. Concrete Block (3) 5. Galvanized 1 Steel Handrails, Ladders, Guardrails or where designated B. Interior 1. Architectural 1 or 2 Metal Work 2. Structural Steel & Misc. Steel 1 3. Concrete Block (3) Building Brand and Manufacturer or Approved Equal 0.3 -0.5 #40 Passivator - Koppers Co. (Only needed with Koppers Coatings) Min. (3) Field Surface 1st 2nd Total Preparation Primer Coat Coat Mils 03 -9 Mobil 578 J -1 Coat Tar Epoxy - Mobil Shop(1) A B 4 -5.5 Shop(1) A B 4 -5.5 Shop(1) A B 4 -5.5 C C - 16.0 A B - 4.2 -5.5 Shop D D 2.8 -3.0 K A B 5.3 (Koppers) E A A 16.0 -18.0 Type of Surface Min. (3) Field Surface 1st 2nd Total Preparation Primer Coat Coat Mils 4. Concrete & (3) A A - 6.0 -8.0 Plaster 5. Woodwork 4 F D D 4.8 -5.0 Painted II. Mechanical and Electrical A. Electrical Control Equipment 1. Interior 1 or 2 Shop D D 2.8 -3.0 2. Exterior 1 or 2 Shop(1) A B 4.2 -5.5 B. Iron and Steel 1. Exposed 6 A B - 4.2 -5.5 2. Submerged 10 G G - 8.0 -10.0 C. Valves 1. Exterior 6 A B - 4.2 -5.5 Exposed 2. Steel Body, 3 or 6 H H - 28.0 -30.0 Buried D. Shop Painted 1 or 2 Shop(1) A B 4.2 -5.5 Machinery and Equipment E. Underground 1 or 2 H H - 28.0 -30.0 Bolting Notes: (1) Shop primer or coating must be compatible with field applied coating. Test for compatibility before applying field coat. If not compatible, remove shop coat to a SSPC -SP -3 or SSPC -SP -6 condition or apply a barrier coat of manufacturer supplied material. (2) Minimum dry film thickness of field coats applied. (3) See Section 3.01 of this Specification. 03 -10 Color Code Piping Color Code Service Description Description Marking Designation General Doors & Hatches Structural Steel Pumps, Motors, Machinery Exposed Lines, Valve Boxes Valve Operators Ladder Handrails Guardrails 03 -08.3 Color Schedule Fire Hydrants, Fire Exit Signs Fire Blanket Boxes, Fire Extinguishers Chain Guards, Belt Guard Gear Guards First Aid Equipment Gray Gray Gray Gray Blue Federal Safety Yellow Federal Safety Yellow Federal Safety Red Federal Safety Red Federal Safety Orange Federal Safety Orange Federal Safety Green 03 -09 CLEANING AND PREPARATION OF SURFACES 03 -09.1 General . All surfaces to be painted shall be prepared in a workmanlike manner with the objective of obtaining a clean and dry surface. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. The preparation of steel surfaces shall be in accordance with the applicable specifications pre- pared by the Steel Structures Painting Council (SSPC), latest revision. Care shall be exercised not to damage adjacent work during sandblasting operations. Surfaces not intended to be painted shall be suitably protected from the effects of cleaning and painting opera- tions. Fabricated, assembled items which are nor- mally cleaned and painted in the shop in accordance with the manufacturer's standard practice will be considered for exemption from the detailed cleaning 03 -11 2025 2025 2008 2008 2016 2016 2036 and painting requirements set forth herein. Remov- able equipment adjacent to surfaces to be painted shall, if necessary, be disconnected and moved to permit cleaning and painting of said surfaces, and replaced by workmen skilled in the trades involv- ed. Primer and finish coats which are listed in the Painting Schedule are compatible finishes. The Contractor shall follow the recommendations of the paint manufacturers, subject to the approval of the Engineer, to insure a good bond between coats. 03 -09.2 Cleaning and Preparation of Ferrous Surfaces Surface in Exterior or Interior Atmospheric Expo- sure (CLEANING SYSTEM NO. 1) - Ferrous surfaces which will be completely and continuously in normal exterior or interior atmospheric exposure (see schedule for description) shall be cleaned in the following manner. 1. Oil, grease, soil, drawing and cutting com- pound, and other contaminants shall be removed in accordance with SSPC- SP -1 -63, Solvent Clean- ing. 2. After oil and surface contaminants have been removed, and before sandblasting, all weld splatter must be removed. All rough welds and sharp edges must be ground to give a smooth rounded contour. 3. The surface shall be blast cleaned to a commer- cial finish by removing mill scale, rust, rust scale, paint or foreign material by any of the recommended methods outlined in SSPC- SP -6 -63, Commercial Blast Cleaning. Mechanical equip- ment and surfaces inaccessible to blast clean- ing shall be cleaned in accordance with SSPC- SP-3-63, Power Tool Cleaning. 4. The blast cleaned surface shall be primed with the primer specified for atmospheric exposed steel before any rust bloom forms. Weathering of fabricated unpainted steel for any purpose will not be permitted unless the surfaces are to be subsequently blasted clean of all mill scale and rust to base metal. 03 -12 Welds and Damaged Areas - All welds and all damaged areas of shop - primed surfaces and of field - primed surfaces shall be field cleaned, including blast cleaning, and reprimed as specified. Cleaning and Pre- Treatment of Ferrous Surfaces in Underwater Exposure (CLEANING SYSTEM NO. 2) - Sur - ,faces of structural components which will be sub - ••ject to extended periods of immersion or otherwise as required (see schedule for description) shall be cleaned in the following manner. 1. Oil, grease, soil, drawings and cutting com- pounds, and other contaminants shall be removed in accordance with SSPC- SP -1 -63, Solvent Clean- ing. 2. After oil and surface contaminants have been removed, and before sandblasting, all weld splatter must be removed. All rough welds and sharp edges must be ground to give a smooth rounded contour. 3. The surface shall be blast cleaned to a near - white metal finish, removing all mill scale, rust, rust scale, paint or foreign matter by any of the recommended methods outlined in SSPC SP 10 - 63T, Near - White Blast Cleaning. 4. Surfaces to be coated which will not be access- ible after erection shall be cleaned and paint- ed before becoming inaccessible. In no event shall blast cleaned surfaces stand overnight without having received the specified pre- treatment and the first coat of paint prescrib- ed by the schedule. Structural features or components which are subject in part to atmos- pheric exposure and in part to immersion in water shall be prepared and painted as though the entire component were subject to immersion. Pre- erected or construction period coatings shall be maintained in good condition by re- cleaning and touching up any areas damaged dur- ing the construction period. Prior to the field application of subsequent coats to obtain the prescribed total film thickness, soiled areas of the pre- erected coating shall be tho- roughly cleaned with mineral spirits and all welds or other unpainted or damaged areas shall be cleaned, including blast cleaning, and prim- ed as specified and in such a manner as to make them equivalent to adjacent, undamaged paint surfaces. 03 -13 03 -09.3 Cleaning of Copper, Galvanized Steel, Stainless Steel, Aluminum and Aluminum Alloy Surfaces Unless otherwise specifically provided, galvanized, stainless steel and aluminum surfaces shall not be painted, but shall be washed with clean mineral spirits per SSPC -SP -1, Solvent Cleaning to remove oil and grease. Exposed copper surfaces shall be buffed or polished to bright color, the surface cleaned with mild phosphoric acid cleaner and the finish coat applied. The preparation of copper surfaces apply only if they are to be painted. 03 -09.4 Inspection of Surface Preparation All details of surface preparation may be inspected to insure that surfaces have been properly cleaned, that treating solutions are of the specified type and construction, and have been properly applied, that treated surfaces are free from unneutralized residue, and that surfaces are dry and ready to receive paint. 03 -09.5 Machined Surfaces Machine finished and other bare metal surfaces which are not to be painted, but which will require temporary protection during construction, shall be treated with a rust preventative compound. 03 -10 PAINT APPLICATION 03 -10.1 General All work shall be done in a workmanlike manner, so that the finished coating will be free from holi- days, pin holes, bubbles, runs, drips, ridges, waves, laps, unnecessary brush marks and variations in color, texture and gloss. All coats shall be applied in such a manner as to produce an even film of uniform thickness. 03 -10.2 Labeling, Storage, Mixing and Film Thickness All materials shall be brought to the painting job site in the original sealed and labeled containers of the paint manufacturer. The painter shall apply each coating at the rate and in the manner speci- fied by the manufacturer. If material has thicken- ed or must be diluted for application by spray gun, the coating shall be built up to the same film 03 -14 thickness achieved with undiluted material. Defi- ciencies in film thickness shall be corrected by the application of additional coats of paint. Paints which can be harmed by exposure to cold weather shall be stored in heated shelters. During application, the paint in the spray tank or other working container shall be not less than 50 ° F. 03 -10.3 Atmospheric Conditions No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 ° F. No paint shall be applied when the tempera- ture of the surface to be painted is below 40 ° F. Paint shall not be applied to wet or damp surfaces, and shall not be applied in rain, snow, fog or mist, or when the relative humidity exceeds 85 per- cent, or when it can be anticipated that the air temperature will drop below 40 ° F. within 18 hours after application of the paint. Dew or moisture condensation should be anticipated, and if such conditions are prevalent, painting shall be delayed until mid - morning to be certain that the surfaces are dry. The day's painting shall be completed in advance of the probable time of day when condensa- tion will occur, in order to permit the film an appreciable drying time prior to the formation of moisture. During periods of inclement weather, painting may be continued by enclosing the surface with temporary shelters and applying artificial heat, provided the minimum air, surface and paint temperatures prescribed above are maintained. _ Paint shall not be applied to surfaces which are hot enough to cause blistering or pinholing of the film. 03 -10.4 Protection of Paint Surfaces Where shelter or heat is provided for paint surfac- es during inclement weather, such protective mea- sures shall be maintained until the paint film has dried, or discontinuation of the measures is autho- rized. Items which have been painted shall not be handled, worked on or otherwise disturbed until the paint coat is completely dry and hard. After deli- very at the site of permanent erection or installa- tion, all shop- coated metal work shall be stored out of contact with the ground in such a manner as will minimize soiling, contamination and deteriora- tion of the paint film. Shop- coated metal shall be repainted or touched up from time to time with the specified paint when it becomes necessary to main- tain the integrity of the film. 03 -15 03 -10.5 Contacting Surfaces When riveted or bolted contact is to exist between surfaces of ferrous or other metal parts of sub- stantially similar chemical composition, such sur- faces will not be required to be painted. Contact- ing surfaces formed by high- strength bolt connec- tions shall not be painted. Where an electrical potential is apt to exist between metal surfaces or unlike chemical composition in riveted or bolted contact, each of the contacting surfaces shall be cleaned, pretreated and given one coat of primer, all as specified for the particular metals involv- ed. Where a non -metal surface is to be in riveted or bolted contact with a metal surface, the con- tacting surfaces of the metal shall be cleaned, pretreated if required, and given three coats of the specified primer. 03 -10.6 Method of Paint Application 1. Brush Application - a. Brushes - Use first quality hog hair or suitable synthetic bristle brushes. Use of horse hair bristle brushes is not permitt- ed. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes of oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with tur- pentine or mineral spirits before reuse. b. Application - Apply in uniform thickness consistent with specified coverage, and with sufficient cross - brushing to insure filling of surface irregularities. Exer- cise particular care in painting around rivet heads, bolt heads and nuts, and in corners and other restricted spaces. 2. Spray Application - Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hard agitator. Apply with width of spray not less than 12 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Make frequent checks to insure correct spreading rate and coating, and apply without sags, runs, or "orange peel" 03 -16 . effect. Correct all such imperfections. Take special care to cover edges, corners and rivet heads without bridging over of paint film. 03 -10.7 Coating Progress Where field painting on any type of surface has commenced on any portion of the work, the complete painting operation, including priming and finishing coats, on that portion of the work, shall be com- pleted as soon as practical without prolonged delays. Sufficient time as recommended by the paint manufacturer shall elapse between successive coats to permit them to dry properly for recoating and this minimum drying period shall be modified as necessary to suit adverse weather conditions. Max- imum elapsed time between successive coats shall not exceed the time recommended by the coating manufacturer. The application of another coat of paint shall not cause such film irregularities as lifting or loss of adhesion of the undercoat, and the undercoat shall have dried sufficiently so as not to retard the drying of the next coat. At all times prior to final acceptance of the work, when it becomes necessary, the integrity and continuity of all coats, including coats which have chalked unduly or otherwise deteriorated, shall be reestab- lished by retouching or repainting, using paints identical with those maintained. At the time of application of each successive coat, undercoats shall be cleaned of dust, grease or any foreign matter, which might adversely affect intercoat adhesion, by means of air blast, solvent cleaning or other approved means. Field coats on metal shall be applied after erection, except as other- wise specified and except for surfaces to be paint- ed which will become inaccessible after erection. 03 -10.8 Drying Time Prior to Immersion Drying time prior to immersion, installation or otherwise handling painted surfaces shall be as recommended by the paint manufacturer. Vinyl type paint systems shall be allowed a final dry as long as practical. 03 -10.9 Cover and Film Thickness Coverage and film thickness shall be as recommended by the paint manufacturer, unless otherwise pre- scribed in the schedule. On metal surfaces, the 03 -17 painter shall apply each coat of paint at the rate specified or recommended by the manufacturer to achieve the minimum dry mil thickness required. 03 -10.10 Inspection All painting will be inspected for applied coating thickness and for pinholes and holidays. Such inspection will not relieve the Contractor of the responsibility of furnishing qualified labor and materials in strict accordance with the specifica- tions. The Contractor shall also furnish an approved type of low voltage dry mil gauge appara- tus to measure the dry film thickness. The Elco- meter Thickness Gauge shall be furnished by the Contractor for inspection. The Contractor shall also furnish holiday detector devices. Holiday detector devices shall be approved low voltage type. All of the above inspection gauges shall be furnished and on the job until its completion and acceptance. The Contractor or his representative shall instruct on the proper use and care of all such gauges. The above required testing gauges furnished are returnable to the Contractor upon completion of the job. The cost of furnishing all of the above required gauges shall be borne by the Contractor. 03 -10.11 Maintenance Materials The Contractor shall provide a minimum of one (1) gallon of each color and each type of paint for maintenance use by the Owner. This paint shall be supplied in unopened factory sealed containers clearly labeled for identification. 03 -11 MESUREMENT AND PAYMENT Measurement and payment for painting shall be in- cluded in the lump sum price bid on the contract for the item of work of which this is a component part. 03 -18 SPECIAL PROVISION NO. 1 TO SECTION 04 RAW PUMP CONTROL VALVES The Contractor shall furnish and install two (2) automa- tic pump control valves in the concrete vault at the Raw Water Intake System site in accordance with the Plans. The valves shall be 12" Model 60G -13AB, with a back - pressure fea- ture as manufactured by Cla -Val Company or equivalent valve as manufactured by Bailey. Each valve shall be equipped with two level type, spring return, DPDT microswitches (NEMA 7) to indicate full open and full closed positions. These switches shall be wired to a terminal block in the control center to allow connection to the telemetry system. Each valve will be a globe type with 125# flanged ends and cast iron body and cover. The valve trim shall be of brass and bronze material. The valves will perform three (3) functions as follows: (1) Function as a check valve when pump is off. (2) Maintain a constant minimum back pressure by throt- tling action for controlling the pump flow rate. (3) Closes off when solenoid is activated from the electrodes in the clearwell at the Water Treatment Plant via telemeter signal. Opens when solenoid is activated from the pump -on electrode in the tank. The solenoid valve will be rated to receive a 115 V., single phase, 60 cycle control signal and shall be explosion -proof and water -tight for sub- mersible service. Provide one -day start -up service by factory trained rep- resentative for all valves. Special Provision No. 1 to Section 04 - 1 Revised per Addendum No. 1 dated 2/20/86 SECTION 04 - WATER PIPELINES, FITTINGS, VALVES, AND APPURTENANCES 04 -01 DESCRIPTION This section of the Specifications shall govern for all materials incorporated in the work as pertains to construction of water pipelines and appurtenanc- es. *04 -02 MATERIALS - PIPE 04 -02.1 Steel Pipe Steel pipe shall conform to current AWWA Standards C201 and C202 or Grade B. 04 -02.2 Galvanized Iron Galvanized iron pipe shall be standard strength, threaded and coupled. 04 -02.3 Cast Iron Cast iron pipe shall conform to current AWWA Stan- dards 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. 04 -02.4 Ductile Iron Ductile iron pipe and concrete steel cylinder pipe shall conform to current AWWA Standards for pres- sure class as shown on the Plans. 04 -02.5 Asbestos Cement Asbestos cement pipe (AC) shall conform to current AWWA Standard C400 for pressure Class 150 or 200, as shown on the Plans. Fittings shall conform to AWWA Standard C110 (Ring -Tile or equal). 04 -1 *Revised per Addendum No. 1 dated 2/20/86 04 -02.6 Copper Copper pipe shall conform to ASTM Specification B88 for Type K seamless annealed. Underground piping shall be joined with flared fittings. 04 -02.7 Polyvinyl Chloride (PVC) Polyvinyl chloride pipe for chlorine solution shall conform to Commercial Standard CS207 -60, Type 1, with a minimum wall thickness corresponding to Schedule 40 unless otherwise shown on the Drawings. Jointing shall be in accordance with the manufac- turer's recommendations. For buried water pipe, where approved by the Engineer, polyvinyl chloride pipe meeting the requirements of ASTM 1784 -601 and ASTM D- 2241 -64T may be used. Threaded pipe shall be Schedule 80 pipe. The minimum class pipe shall be Schedule 40. 04 -02.8 Polyethylene (PE) Water laterals or service connections shall be con- structed of copper tube standard ultra -high molecu- lar weight high density polyethylene plastic pipe, meeting or exceeding PE 3306 of Commercial Standard 255 -63 and has NSF approval; or Polybutylene plas- tic pipe which shall meet or exceed ASTM D -2666 and has NSF approval. 04 -02.9 Flexible Couplings (FC) Shall be sleeve -type, with the stop removed in the middle ring. Couplings located underground shall be Smith -Blair 431 for the sizes provided therein. Otherwise, underground couplings shall be Smith - Blair 411 or Dresser Style 38 with a fusion epoxy coating. Above ground couplings shall be Smith - Blair 411 or Dresser Style 38. 04 -02.10 Flanged Coupling Adapters (FCA) Flanged coupling adapters, with anchor studs and /or harnesses as indicated on the Drawings, shall be Smith -Blair 912 or Christy Metal Products, Inc., Type 2011 for nominal diameters from 3 to 12 inch- es. For diameters greater than 12 inches, adapters anchorage across flexible coupling with bent rods will not be permitted. 04 -2 Revised per Addendum No. 1 dated 2/20/86 04 -02.11 Concrete Steel Cylinder (CSC) Concrete steel cylinder pipe shall conform to CSC (L -301). 04 -03 MATERIALS - VALVES AND FIRE HYDRANTS Butterfly valves shall conform to AWWA Standard Specifications C504 -80 rubber seated butterfly valves. Butterfly valves above 8" shall have worm gear operator and handwheel. Gear operators shall be by Limetorque 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. Four inch (4 ") air release valves shall be the float and lever type as shall be APCO 149 -C or approved equal. 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. 04 -04 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 maximum 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 particl- es of sandstone. Maximum percent of wear, 35% as determined by test method Tex - 410 -A. Gradation as follows: Retained on 1/2" Sieve 0 Retained on 3/8" Sieve 0 -20 Retained on No. 4 Sieve 65 -100 Retained on No. 10 Sieve 98 -100 Submit sample to the Engineer for approval prior to starting construction. 04 -3 Revised per Addendum No. 1 dated 2/20/86 04 -05 MARKING TAPE Detectable mylar marking tape will be installed over all non - metallic pipe lines. Care will be taken to insure that the buried marking tape is mylar encased aluminum foil. Test data for the tape will be provided on request. 04 -06 PIPE INSULATION 04 -06.1 Insulation The insulation of PVC water lines shall be pre - molded sectional urethane pipe covering with an All Service Jacket (ASJ) manufactured by Southwest Insulators, Inc., or approved equal. Fittings shall be mitered sections of the same insulation material wrapped with glassfab and sealed with a primer coat of Foster 30 -36 and finished with a final coat of Foster 60 -26. In lieu of mitered fittings, fittings can be wrapped with a fiberglass wrap and finished with a premolded PVC fitting cover and sealed with a coat of Foster 60 -26. 04 -06.2 Outside Piping All outside insulation piping shall be finished with 15 lb. roofing felt stapled on 2" centers with all longitudinal and butt seams overlapping a mini- mum of 2" and sealed with Foster 60 -26 weather- proofing. 36" Black Glass Fab may be substituted in lieu of 15 lb. roofing felt. 04 -06.3 Valves Valves and flanges shall be insulated with prefab- ricated urethane insulation covers as manufactured by Southwest Insulators, Inc. Covers shall be wired in place. All voids shall be made solid by pouring liquid urethane in the valve and flange covers. The covers shall be finished with black glass fab and sealed with a coat of Foster 60 -26 weatherproofing. All valve accessories shall be 120 volts, 60 cycle, 1 phase, NEMA VI (submers- ible). 04 -06.4 Heat Tracing When required on Plans, furnish and install on pipeline or equipment an electric heat tracing - 04 -4 Revised per Addendum No. 1 dated 2/20/86 system consisting of a flat, flexible, low heat - density electrical heating strip of self - limiting parallel- circuit construction consisting of an inner core of conductive material between two parallel copper bus strips. The strip shall be cut -to- length in field and installed on pipelines and equipment as required. The electrical insula- tion of the heater strip shall be rated at 185 ° F minimum temperature exposure and shall be suitable for 115V. NEMA VI, submersible heat tracing system shall be complete with all necessary power connec- tions, end seals, adjustable thermostats and elec- tric- traced signs, per manufacturer's installation instructions. 04 -07 MEASUREMENT AND PAYMENT Measurement and payment for water pipeline, fit- tings, 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. 04 -5 Revised per Addendum No. 1 dated 2/20/86 SECTION 05 - INSTALLATION OF WATER LINES 05 -01 DESCRIPTION This section of the Specifications shall govern the installation of water lines. 05 -02 CHECKING PIPE Each load of pipe delivered to the job site will be checked by the Inspector and Contractor to assure that it meets Specifications. When a load of pipe is found to have inadequate wall thickness or tolerances greater than specified, randomly select- ed samples of the pipe shall be immediately sent to a suitable commercial laboratory by the Engineer, with instructions to check the pipe for compliance with approved Specifications for the specific con- tract. When the laboratory selected concurs that the pipe does not meet Specifications, it is to be understood that all of the pipe delivered to the site will be immediately removed and replaced by the Contractor at no additional cost to the Owner. Cost of testing of pipe shall be borne by the Con- tractor. 05 -03 EXCAVATION, BEDDING AND BACKFILL - TRENCH The Contractor shall perform all excavation of every description and of whatever substances en- countered, to the depths indicated on the drawings or otherwise specified. During excavation, mater- ial suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave -ins. All excavated materials not required or suitable for backfill shall be removed and disposed of at the expense of the Contractor. Grading shall be done as may be necessary to pre- vent surface water from accumulating in the trench. Any accumulation of water shall be removed by pump- ing or by other approved methods. Sheeting and shoring shall be done as may be necessary for the protection of the work and for the safety of the personnel. Unless otherwise indicated, excavation shall be by open cut. Excavation shall comprise all materials encountered, including rock, clay, silt, sand, mulch, gravel, hardpan, loose shale, loose stone in masses, and all other natural depo- sits or filled -in materials of whatsoever nature involved. 05 -1 Trenches shall be of necessary width as shown on the detail on the Plans for the proper laying of the pipe, and banks shall be as nearly vertical as practicable. Excavate pipe trench to provide for a minimum of six inches (6 ") of granular bedding material under the pipe, if required. The pipeline shall be laid to the minimum cover as indicated on the Plans. Backfill Procedure at the Pipe Zone - The pipe zone is defined as the area from six inches (6 ") below the bottom of the pipe to twelve inches (12 ") above the top of the pipe. All pipelines where rock is encountered at the pipe depth shall be laid on six inches (6 ") of compacted approved granular bedding material. After the pipe has been laid, the remainder of the pipe shall be backfilled with approved granular bedding material. The material shall be deposited and compacted simultaneously on both sides of the pipe in approximately six inch (6 ") layers. This procedure shall be continued to an elevation twelve inches (12 ") above the top of the pipe. After the pipe is laid, the pipe zone may be back - filled with select material from the trench, free from rocks or clods larger than three - quarters of an inch (3/4 "), deposited and compacted simultan- eously on both sides of the pipe in approximately six inch (6 ") layers. Walking or working on the completed pipeline, except as necessary in tamping or backfilling, will not be permitted until the trench has been backfilled at least twelve inches (12 ") above the top of pipe. Backfill Procedure Above Pipe Zone - Backfill above the pipe zone shall continue in approximately six inch (6 ") layers. No rocks or clods over five inches (5 ") in their greatest dimension will be permitted in the backfill. All compaction shall be accomplished by mechanical means, water tamping or jetting of backfill. 05 -04 PIPE INSTALLATION All pipe shall be installed in accordance with the manufacturer's recommendations. Installation of asbestos cement water pipe shall conform with AWWA Standard C603 and installation of cast iron water mains shall conform with AWWA Standard C600, except that these technical specifications shall take pre- cedence. 05 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The pipe shall be kept clean of all foreign matter. At the termination of pipe laying, the open end of the pipeline shall be closed off by a suitable cover until laying operations are resumed. Exposed plant piping and /or creek pipeline cross- ings shall be adequately supported by steel or con- crete pipe supports. 05 - PROTECTION OF EXISTING UTILITIES Existing utilities shall be protected from damage during the excavation and backfilling of trenches, and if damaged, shall be repaired by the Contractor at his expense. The Contractor shall verify the location of existing utilities far enough in ad- vance of construction so that necessary adjustment of alignment and /or grade may be made. The Con- tractor shall give the Owner of the existing util- ity or pipeline proper notice when his construction will affect their facilities. 05 -06 PAVEMENT AND /OR RAILROAD CROSSINGS Where a utility crosses under a street, road or railroad, the excavation or boring shall be as shown on the Plans and shall conform with the requirements of the permit. The Contractor shall notify the Highway Department Maintenance Foreman, County Commissioner and /or representative of the railroad company when a crossing affects their facilities. Such notice shall be given at least 48 hours before crossing. 05 -07 SETTING VALVE AND VALVE BOXES Valves, valve boxes, and fire hydrants shall be installed where shown on the drawings and directly by the Engineer, and shall be set plumb. Valve boxes shall be centered on the valves. Where feas- ible, valves shall be located outside the area of roads and streets. Earth fill shall be carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to the undisturbed trench face if less than four feet (4'). 05 -08 TESTS FOR WATER MAINS All testing of pipe shall be done under the super- vision of the City, and the Contractor shall fur- nish all equipment and material for the testing and shall perform such tests as described as follows: 05 -3 . 1 1 - 1 1 1 1 1 1 1 1 (a) Duration The duration of the hydrostatic test shall be a minimum of four (4) hours. (b) Pressure The pipeline shall be tested so that the pres- sure at the lowest point in the test section is at least 100 %, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. (c) Allowable Leakage The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: L = ND 3,700 where: L = Allowable leakage in gallons /per hour N = Number of joints in the length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the maximum and minimum pres- sures within the test section in psi. (d) Filling Rates Maximum filling rates in gallons per minute equivalent to filling velocities of 1 foot per second, for pipes flowing full. Nominal Size 4 6 8 10 12 14 16 1B 20 24 Flow Rate Q (gpm) 9.8 14.7 19.6 24.5 29.4 34.3 39.2 44.1 49.0 58.8 Nominal Size Flow Rate Q (gpm) 27 66.1 30 73.4 33 80.8 36 88.1 42 102.8 48 117.5 05 -09 DISINFECTION OF COMPLETED WATER LINE The Owner shall disinfect the complete line prior to putting the line in service. 05 -10 CLEAN -UP Upon completion of the installation of the water lines, distribution systems, and appurtenances, all debris and surplus materials resulting from the work shall be removed. 05 -11 PIPE INSULATION (a) Insulation The insulation shall be pre - molded sectional urethane pipe covering with an All Service Jacket (ASJ) manufactured by Southwest Insula- tors, Inc. or approved equal. Fittings shall be mitered sections of the same insulation material wrapped with glassfab and sealed with a primer coat of Foster 30 -36 and finished with a final coat of Foster 60 -26. In lieu of mitered fittings, fittings can be wrapped with a fiberglass wrap and finished with a pre - molded PVC fitting cover and sealed with a coat of Foster 60 -26. (b) Outside Piping All outside insulation piping shall be finish- ed with 15 lb. roofing felt stapled on 2" cen- ters with all longitudinal and butt seams overlapping a minimum of 2" and sealed with Foster 60 -26 weatherproofing. 36" Black Glassfab may be substituted in lieu of 15 lb. roofing felt. (c) Valves Valves and flanges shall be insulated with prefabricated urethane insulation covers as 05 -5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 manufactured by Southwest Insulators, Inc. Covers shall be wired in place. All voids shall be made solid by pouring liquid urethane in the valve and flange covers. The covers shall be finished with Black Glassfab and sealed with a coat of Foster 60 -26 weather- proofing. 05 -12 MEASUREMENT AND PAYMENT All piping, valves, fittings and other appurtenanc- es will be measured and paid for at the contract lump sum as bid on the contract for the item of work of which this is a component part. 05 -6 1 1 1 1 . 1 41 1 1 1 1 1 1 1 1 1 P -4 4200 GPM P -5 2100 GPM SPECIAL PROVISION NO. 1 TO SECTION 06 RAW WATER PUMPS A. GENERAL - Furnish two (2) complete pumping units; 1. Manufacturer to be Byron- Jackson, or other pre -qual- ified manufacturer. Pre - qualification must be two (2) weeks prior to bid opening. 2. Installer of pumps shall have experience in instal- lation of submersible turbine pumps for last five (5) years. 3. Selection for one (1) pump shall be Model No. 15MQH, 3- stage, and one (1) pump shall be Model No. 18 "KXH, 2- stage, as manufactured by Byron- Jackson or approved manufacturer per Paragraph 1 above. B. PERFORMANCE - Units to meet the following conditions at rated point: Minimum Capacity TDH Speed Pump Efficiency 300 Ft. 300 Ft. Rating Design Point 1770 RPM 1770 RPM 83.0% 84.0% C. MOTOR CHARACTERISTICS & MISCELLANEOUS 1. Power Supply - 2300 Volt, 3- phase, 60 Hz. 2. P -4 Motor - 400 HP, 1770 RPM, mercury seal, submers- ible, 1.15 service factor. 3. P -5 Motor - 200 HP, 1770 RPM, mercury seal, submers- ible, 1.15 service factor. 4. A time -delay relay (0 -10 minute range) will be pro- vided for each pump motor to prevent the motor from starting until a pre -set number of minutes have elapsed after motor stops. For pump start -up, set relay on a 3- minute setting. Special Provision No. 1 -to Section 06 - 1 1 1 1 1 1 1 . 1 1 1 -�1 1 1 SECTION 06 - SUBMERSIBLE RAW WATER PUMPS AND MOTORS - TURBINE-TYPE 06 -01 GENERAL Furnish pumps and motors in quantity and perform- ance designated in the preceding Special Provision to this Section. The pumps and motors shall be constructed with the design features and materials specified below. 06 -02 SUBMERSIBLE TURBINE PUMP The pump covered by these Specifications shall be of the multi -stage type. The bowls shall be of Meehanite, free of blow holes or sand holes and other defects -- and each bowl shall be fitted with a bronze sleeve type bearing. The impellers shall be of bronze of the closed type and shall be sta- tically balanced. The shaft shall be of stainless steel. The top case of the bowl assembly shall contain an extra long bronze sleeve bearing sur- rounded by a grease chamber and filled with a spe- cial hydraulic grease with a life of from ten to fifteen years. A strainer and water intake shall be built into the lower part of the bowls in which shall be mounted two long bronze guide sleeve bear- ings. The stainless steel shaft shall protrude through the strainer and shall be equipped with a suitable jaw type coupling for connection to the submersible motor. 06 -03 SUBMERSIBLE MOTOR (200 H.P.) P -5 The submersible motor shall be 200 H.P., of the completely enclosed type for continuous duty under water operation on 2400 Volt, 60 Cycle, 3 -Phase alternating current. The motor shall be equipped with a mercury seal, or an approved equal, located in the top of the motor where its shaft extends through the motor housing, to isolate the raw water from the oil filled motor housing. The motor shall be filled with a high dielectric strength mineral oil and the oil shall be circulated throughout the motor for cooling the rotor, stator winding and bearings. Bronze sleeve bearings shall be provided at each end of the rotor and a pivot shoe type thrust bearing shall carry the weight of all rotat- ing parts and the hydraulic thrust of the pump. The motor shall contain a balance tube from the 06 -1 1 1 1 1 31 1 bottom of the motor into the motor shaft coupling compartment above the motor. The balance tube shall cause a hydrostatic balance between the water outside and the oil within the motor. 06 -04 SUBMERSIBLE MOTOR (400 H.P.) P -4 The submersible motor shall be 400 H.P., of the completely enclosed type for continuous duty under water operation on 2400 Volt, 60 Cycle, 3 -Phase alternating current. The motor shall be equipped with a mercury seal, or an approved equal, located in the top of the motor where its shaft extends through the motor housing, to isolate the raw water from the oil filled motor housing. The motor shall be filled with a high dielectric strength mineral oil and the oil shall be circulated throughout the motor for cooling the rotor, stator winding and bearings. Bronze sleeve bearings shall be provided at each end of the rotor and a pivot shoe type thrust bearing shall carry the weight of all rotat- ing parts and the hydraulic thrust of the pump. The motor shall contain a balance tube from the bottom of the motor into the motor shaft coupling compartment above the motor. The balance tube shall cause a hydrostatic balance between the water outside and the oil within the motor. 06 -05 PIPE COLUMN There shall be furnished under these Specifications approximately 125 feet, for each pump (see Plans) of 12" standard pipe, Schedule 40, in random lengths. 06 -06 POWER CABLE There shall be furnished under these Specifications a sufficient amount of power cable of proper size and voltage to reach from the motor terminal con- nection cable and shall extend not less than 20 feet outside of pump casing in pipe and valve vault. The cable shall comply in every respect to the Electrical Code. The cable shall have three (3) conductors of not less than seven (7) strands, each conductor to be in an insulating water -tight synthetic rubber or plastic jacket; the whole to be enclosed in an outer synthetic rubber or plastic jacket which shall be impervious to oil. The cable shall be supported on the column pipe by suitable non - corrosive means at intervals not exceeding fif- teen (15) feet. - .06-2 : 1 1 i 1 1 1 1 1 1 . 1 1 1 . 1 1 06 -07 SURFACE PLATE ON END OF PUMP CASING The surface plate assembly shall consist of a 1/2" thick heavy steel base plate with a coupling of steel of the required strength to carry the weight of the complete pumping unit. 06 -08 STARTING EQUIPMENT New MCC -2 shall be ITE Series 7850 high voltage air break motor starters, or equal. Three (3) starters for 1 - 200 HP motor and 2 - 400 HP motors shall be in one vertical section and one main switch per section (two total switches). Three sections are allowed. It shall also consist of a 0 to 10 minute time delay relay. A hand - off - automatic selector switch shall be mounted on the enclosure. It shall also contain fuses, relays for low -water cut -off, lightning protection, and "run" light. 06 -09 GUARANTEES ' The successful bidder under these Specifications shall submit complete shop drawings and diagrams of the equipment including performance curves showing the guaranteed performance characteristics of the pump to be furnished. The pump curves shall show the head capacity, pump efficiency, overall effi- ciency, brake horsepower, and horsepower input, over the complete range of the bowl assembly. The equipment covered by these Specifications shall be guaranteed against defective parts due to faulty material or workmanship for one (1) year after date of final acceptance. Each bidder shall guarantee to replace any defective parts within the period of time specified. 06 -10 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 06 -3 SECTION 07 - INTAKE SCREEN 07 -01 GENERAL The intake assembly shall be of bolted construction with galvanized nuts, bolts and lock washers. Frame shall be hot dipped galvanized after fabrica- tion and the screen shall be stainless steel. 07 -02 CAPACITY The assembly capacity shall be 10,500 GPM, and a maximum velocity through the screen of 0.5 ft /sec. Documentation of compliance with these parameters will be required. The pressure drop through the clean screen surface at this velocity shall be less than 0.1 psi. 07 -03 SLOT The screen opening shall be 3/8 inches. 07 -04 STRENGTH The assembly shall withstand a hydrostatic collapse pressure of 50 feet of water. 07 -05 CONSTRUCTION The surface wire shall be stainless steel that will provide the required open area. The wire, support rods, and internal structure shall be designed as a unit to provide the specified collapse strength. 07 -06 AIR BACKWASH FOR SCREENS The air backwash distributor shall be fabricated of galvanized iron pipe. Screwed fittings, tees and other fittings shall be fabricated of mild steel. 07 -07 MEASUREMENT AND PAYMENT The lump sum price bid for the intake screen system shall include all labor, equipment, materials, and incidentals required to fabricate and install the system, complete with all specified appurtenances as shown on the Construction Plans and herein spe- cified. 07 -1 SECTION 08 - REMOVAL, INSPECTION, MAINTENANCE AND REPLACEMENT OF THE THREE (3) EXISTING 2100 GPM BYRON JACKSON SUBMERSIBLE RAW WATER PUMPS AND MOTORS 08 -01 GENERAL The items described in this section shall be coor- dinated to proceed after the completion of the pro- posed Raw Water Intake System is in service. Provide material and services necessary to remove, inspect, install impellers and flange rollers and the replacement of the existing three (3) 2100 GPM Byron Jackson submersible pumps and motors and to place in service with the features and materials specified below. 08 -02 REMOVAL During the removal of the three (3) existing 2100 GPM Byron Jackson submersible pumps and motors, the Contractor shall supply the necessary materials, equipment, and qualified personnel to insure the proper alignment of the pumps and motors during the removal process. Any damage incurred due to the removal of any component of the intake, pumps, motors, piping, power cable, valves, etc. shall be corrected at the Contractor's expense. 08 -03 INSPECTION Qualification of a Byron Jackson representative shall be submitted to the Engineer for approval. Such representative shall be employed by a company which has had at least five (5) years experience with Byron Jackson submersible pumps and motors such as Smith Pump Company, Waco, Texas, or approv- ed equal. Said representative shall be provided at the Contractor's expense. All necessary materials, equipment and the services of an approved Byron Jackson submersible pump rep- resentative shall be provided at the Contractor's expense to perform the inspection of the three (3) existing 2100 GPM Byron Jackson submersible pumps and motors, motor seals, bearings, shaft, bowls, impellers and other components as required by such representative. 08 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 � 1 Following inspection of the three (3) existing 2100 GPM Byron Jackson submersible pumps and motors by the approved Byron Jackson representative, the Con- tractor shall submit in writing to the Engineer a detailed list of recommendations. Said list of recommendations shall include the nature of re- pairs, cost of repairs, the length of time in cal- endar days to complete such repairs, and the exten- sion of calendar days to complete such repairs per pumping unit. 08 -04 SUBMERSIBLE PUMP MOTOR REPAIR Should the approved Byron Jackson submersible pump representative recommend that the pump motor be sent to the Byron Jackson manufacturing facility in Tulsa, Oklahoma for repairs, such recommendations shall be submitted to the Engineer for approval. The submittal shall contain the exact nature of the repairs to be performed, the cost of such repairs, the length of time in calendar days to complete such repairs, and the extension of calendar days to complete such repairs. Upon approval by the Engineer to commence with the pump motor repair, the Contractor shall be respon- sible for the safe transportation of the pump motor to and from the Byron Jackson manufacturing facil- ity in Tulsa, Oklahoma. 08 -05 MAINTENANCE The maintenance of the three (3) existing Byron Jackson 2100 GPM submersible pumps shall be per- formed in accordance with the recommendations by the approved Byron Jackson submersible pump repre- sentative, as approved by the Engineer. 08 -06 INSTALLATION OF IMPELLERS AND FLANGE ROLLERS The Contractor shall supply the necessary mater- ials, equipment and services to install three (3) impellers provided by the City of Round Rock (one per pump) as recommended by pump manufacturer. The Contractor shall remove the existing skids and install the flange rollers as shown on the plans. 1 08 -2 1 . 1 1 1 08 -07 REPLACEMENT During the replacement of the three (3) existing 2100 GPM Byron Jackson pumping units, the Contrac- tor shall take the necessary precautions to insure the proper alignment of the pumping units, complete and in place. Any damage incurred as a result of the replacement process by any component of the pumping units, intake, piping, valves, power cable, etc., shall be corrected at the Contractor's expense. 08 -08 TESTING Each pumping unit shall be tested in accordance with the electrical testing procedure stated in Section 15. The discharge piping, valves, and fit- tings shall be tested in accordance with Section 05. Any failure of any test described above or pumps fail to operate correctly shall be corrected at the Contractor's expense. 08 - MEASUREMENT AND PAYMENT Measurement and payment for the removal, inspec- tion, maintenance, installation and replacement described in this section shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. - 08 -3 1 1 1 1 1 1 1 1 1 1 SECTION 09 - CHLORINATION SYSTEM 09 -01 GENERAL Under this section of the Specifications the Con- tractor shall provide all labor, materials, equip- ment, tools and related items required to furnish, install, test and place into operation a gas chlor- ination system. Gaseous chlorine from ton cylinders located at the chlorine storage area will be piped to the chlori- nation building. The gas flow will be regulated by a vacuum type chlorinator, with the chlorine fed as a solution to the chlorine contact chamber. The chlorine storage and feed system were designed to feed a maximum of 200 PPD gas chlorine. The chlorine ejector was designed to feed the 200 PPD gas chlorine. Any changes to the system as speci- fied herein and detailed on the Plans by the Con- tractor, do not relieve him of furnishing a com- plete working system. 09 -02 QUALITY ASSURANCE The chlorination system components shall be fur- nished by one of the following acceptable sup- pliers: 1. Wallace and Tiernan, Division of Pennwalt Corp. 2. Fischer and Porter Co. 3. or approved equal. The requirements which have been established by the following organizations for materials and equipment used in handling chlorine and for installation of such equipment shall be complied with: 1. Chlorine institute, Inc. 2. ASME Codes for Unfexed Pressure Vessels 09 -03 DEFINITIONS 1. Dry Chlorine - Chlorine, liquid or gaseous, containing no more than 150 ppm water. When "chlorine" is used in this section it shall mean dry chlorine. 09 -1 1 1 1 . 1 .1 1 1 2. Chlorine Solution - A solution of chlorine in water, not to exceed 3500 mg /1. 3. Liquid Chlorine - A liquified, compressed gas as shipped in commerce. 4. Process Water - Chlorine ejector fed water from plant potable water line. 09 -04 MATERIALS The Contractor shall supply all equipment and inci- dentals to provide a complete chlorination system. The following list is provided solely as an aid to the Contractor, and the absence of any item from this list or any other list shall not be considered as adequate justification for any claims of extra cost, extra work or delay. Description Chlorinator 1 W & T V -800 (and /or equal) Chlorine Detector 1 W & T 50 -125 Amperometric Titrator 1 F & P 17T2000 Weighing Scale Assembly 1 Air Tank Type Mask 1 W & T 457153 Emergency Kit "B" 1 Shut -Off 1 W & T 50 -185 Booster Pump 1 Burks Pump 204290 Ejector 1 W & T 242K Diffusers 2 Lifting Bar 1 Automatic Switchover 2 W & T 50 -175C 09 -05 CHLORINATOR A vacuum operated solution feed type chlorinator, Wallace and Tiernan V -800 series or approved equal, shall be provided, capable of supplying 750 pounds of chlorine gas per 24 hour period. The chlorina- tor shall be equipped for manual and future automa- tic control. The chlorinator shall be equipped with a spare rotameter. All components of the chlorinator shall be manufac- tured of materials resistant to chlorine gas corro- sion. The chlorinator shall consist of the compo- nents described below, housed in an enclosure where they are accessible for cleaning, maintenance and repair. - 09 -2 Quantity Remarks 1 1 1 1 1 1 1 1 1 1 09 -05.1 Flow Meter A flow meter capable of a 20 to 1 range of control with accuracy of + 4% repeatability shall be fur- nished as a visual display on the front of the chlorinator. The flow meter shall be sized for a maximum delivery of 750 pound of chlorine per 24 hours. 09 -05.2 Pressure Relief Valve and Vacuum Breaker Valve A pressure relief valve and an independent vacuum breaker valve shall be provided as integral parts of each chlorinator to prevent the build -up of pressure or excessive vacuum within the gas control system. 09 -05.3 Differential Pressure Regulator A differential pressure regulator shall be included in the unit to maintain the set gas feed rate. 09 -05.4 Pressure Gauges Two gauges, indicating chlorine gas pressure, and ejector vacuum shall be integrally mounted on the front of the unit. 09 -05.5 Gas Filter A removable, perforated silver chlorine gas filter, and an electric heater, operating off 115 VAC 60 hertz, single phase service shall be furnished as a part of the gas inlet system. 09 -05.6 Enclosure Components shall be housed in a modular enclosure constructed of fiberglass reinforced plastic. 09 -05.7 Control The chlorinator shall be equipped with manual con- trols for the adjustment of chlorine gas feed to the ejector. It shall be capable of being altered, at a later date, to receive electronic flow /resi- dual chlorine feedback for control of chlorine gas flow. 09 -3 1 1 1 1 , 1 1 1 1 1 ; 1 1 1 1 09 -06 CHLORINE DETECTOR UNIT The chlorine detector unit, Wallace and Tiernan Series 50 -125, or approved equal, shall be capable of detecting small quantities of chlorine gas in an air stream. It shall consist of an electrolyte tank, a sensor, sensor chamber, electronic unit and mounting hardware complying with the following requirements. Two leak detectors shall be provid- ed, one in the chlorine room and one in the storage area. 1. Sensitivity: 1 ppm chlorine by volume in air. 2. Response: Detect 1 ppm change in 15 seconds. 3. Operation: Continuous. 4. Electrical Requirements: 120+ 12 VAC, 60 Hz, single phase. 5. Alarm: Local indication by red alarm light. 6. Relay Contacts: Two pairs of relay contacts shall be provided. The contacts shall be rated at 8 ampere (resistive load), 240 VAC. The un- powered contacts must close during an alarm condition. 7. Sample Air Blower Capacity: Positive air samp- ling shall be provided. The blowers shall be capable of circulating 1 cfm with 80 feet suc- tion and 20 feet of discharge piping (1" pipe or hose). 8. Sensor: Measuring electrodes must be self - cleaning so that the possibility of dirt or contaminants interfering with the sensors will be minimized. 9. Mounting: Wall mounted, with manifold- intake piping as detailed on the Plans. 10. Chemicals: One -year supply of electrolyte shall be supplied. 09 -07 WEIGHING SCALE ASSEMBLY Fixed platform scales for "ton chlorine cylin- ders ". 09 -4 1 R, 1 1 1 1 1 1 1. Type Weigh Device: The weigh device shall be temperature stable hydraulic cells. 2. Frame Size: The frame size shall be designed to accept standard ton chlorine gas cylinders; 2000 pounds of chlorine and approximately 1600 pounds of cylinder (tare) weight. 3. Finish: The scale frame shall be epoxy finish- ed to prevent corrosion. 4. Trunnions: The frame shall include sufficient number of heavy -duty trunnions to allow the ton cylinders to be rotated with ease. 5. Maintenance: The frame shall tilt up for ease of cleaning. 6. Dial Indicator: The dial indicator shall be connected to the load cell through a flexible hydraulic hose and snubber system which will prevent shock loading of the dial sensing mechanism. The dial shall: a. be 12 inches diameter; b. be fitted with provisions for ajusting out tare; and c. have a minimum reading error of + 1/2 per- cent of scale. 7. Manufacturers: a. Force Flow Equipment b. Fairbanks Morse & Company c. Howe Richardson Scale Company d. or Approved Equal. 09 -08 CHLORINATOR OPERATING CONTROLS The chlorinator's water supply shall be controlled by electric solenoid valves set to start and stop with the raw water pumps. A time delay of 0 to 15 minutes shall be provided for the post chlorinator solenoid valve. The chlorinator shall be connected to booster pump line as shown on the Plans. The booster pump shall be a Burks Pump, Series 204290, with a Howard Elec- tric Motor, 3/4 HP, 115/230 V, single phase, 3450 RPM, pump and motor common frame, wall mounted per Plans, or approved equal. 09 -5 . 1 1 1 1 1 1 1 1 .1 :i 1 1 The pump shall be complete with a H -O -A switch. The booster pump shall start ( "A ") automatic with the raw water pumps for normal operation of the chlorinator. 09 -09 SAFETY EQUIPMENT 09 -09.1 Air Tank Type Masks Each unit shall consist of the following compo- nents: 1. Self- contained breathing apparatus consisting of refillable fiberglass compressed air tank (30 minute supply), full face piece, wearing strap, regulating valve, and related items as approved by NIOSH certification program. Sys- tem shall furnish a positive flow of air through the face piece. 2. Extra air tank. 3. Weatherproof (weather resistant is not accept- able) cabinet, wall mounted, with hinged front, locking handle, drip shield, and identification "Chlorine Gas Mask" and safety cross. The cab- inet shall be mounted on the inside the control building near the door. 09 -09.2 Emergency Kit One (1) Chlorine Institute Emergency Kit B for ton cylinders shall be provided and located at the chlorine cylinder storage building. 09 -10 CHLORINE HANDLING AND PIPING 09 -10.1 Steel Construction Materials for Dry Chlorine Service For handling dry chlorine at ton cylinders, to the chlorinators. 1. Pipe: 3/4" and over carbon steel, seamless Schedule 80. 2. Fittings (except unions): Up to 1 -1/2" shall be forged carbon steel, 2000 lb. CWP, screwed or socket weld. 3. Unions: Up to 1 -1/2 ", flanged joints are pre- ferred; 2000 lb. CWP, threaded or socket weld unions may be used. 09 -6 4. Flanges: Up to 1 ", two -bolt ammonia flange unions, 1500 lb. CWP, (screwed ends), can be used. 5. Valves: Up to 1 -1/2 ", screw end O.S.& Y., or equal, globe valves with bolted bonnet and gland; body, bonnet and yoke: forged carbon steel; trim: Monel or Hastelloy "C ". 3/4" Chlorine Institute Standard Ton Container Valves or modified ton container valves may be used. All valves shall be furnished with level or wheel type operating handles. Ball valves specifically designed for chlorine service may be used in lieu of globe valves. Ends may be screwed or flanged. Body material must be cast steel per ASTM A -216 Grade SCB; ball or stem: Monel or Hastelloy "C "; seat: reinforced PTFE; seals: PTFE. 6. Flange Facings: USA B16.5 (dimensions) small tongue and groove or 1/16" raised face. Two - bolt oval flanges, tongue and groove, to manu- facturer's standards. 7. Gasket: Bonded asbestos fiber per MIL A- 17472- B or 2 -4% antimony lead. 8. Packing: Oil free graphitized asbestos, Gar- lock 7130 special, or equal, also Teflon. 9. Gauges: Pressure gauges, protected by a silver or tantalum diaphragm and provided with isola- tion valves. The pressure sensing side of the diaphragm housing must be constructed of silver plated, leaded naval bronze. Pressure rating shall be twice the normal operating pressure. 09 =10.2 Ton Cylinders Connections A flexible connection shall be provided between each ton cylinder and the piping system, complete with auxiliary container isolating valve, yoke clamp, and Wallace and Tiernan System 50 -175C, or approved equal, automatic gas switchover system. 1. Copper tubing shall be soft seamless, 3/8" OD X 0.049" wall, suitable for 500 psig. 2. Fittings: 3/16" to 3/4" OD, shall be of the (1) union type with lead gaskets; fittings brazed to tubing, or of the (2) three -piece 09 -7 37 flared type, SAE Standard; straight bodies and nuts: brass barstock; shaped bodies: brass forgings; sleeves: copper silicon, or of the (3) four -piece flareless type, Crawford Swagelock or equal; brass bodies and nuts. 3. Connection between ton cylinders and header shall be of such length to permit one cell. 4. Provide isolation valve and yoke clamp at con- tainer end of flexible piping. 5. Provide automatic gas switchover system com- plete with pair of automatic switchover valves with trap and filter; 2 mounting yokes; 2 15 -watt heaters; 2 liquid chlorine drip legs; 3/4" lead gasketed straight union coupling. Chlorine gas rate feed capacity shall be 750 lbs. per 24 hours. 09 -10.3 Plastic Construction Materials Materials used for chlorine solutions process water and chlorine gas from the ejectors to the chlorinator. 1. Pipe and Fittings: Schedule 80 PVC rigid plas- tic pipe and fittings, cement joints, complying with the requirements of Polyvinyl Chloride Pipe. 2. Valves shall be PVC ball valves. Check valves shall be PVC check valves. 09 -10.4 Chlorine Pressure Reducing Valve 1. Description: Spring loaded, diaphragm- operated with manual operator designed for chlorine gas service to regulate pressure, Wallace and Tier- nan Series 50 -185, or approved equal. 2. Service: Chlorine gas. 3. Inlet Pressure: 300 psi maximum. 4. Regulated Output: 40 psi maximum. 5. Flow: 750 lbs. of chlorine per day. 6. Operating Range: 100 to 1. - 09-8 1 1 1 1 1 1 1 1 7. Materials of Construction: a. Body: Cast nodular iron body with corro- sion resistant finish. b. Diaphragms: TFE, silver backed with Hast- elloy "C ". c. Other Parts Exposed to Gas: Monel, Hastel- loy "C ", TFE, tantalum. d. Operator: Manual set screw adjustment. 09 -10.5 Diffusers See Plans. 09 -11 EJECTOR The ejector shall be capable of producing a vacuum created by the flow of water through an orifice - outlet section for operating the vacuum operated, solution feed type chlorinators. The ejector shall be wall mounted, constructed of materials capable of withstanding the corrosive action of chlorine and chlorine solution. The ejector shall be capable of feeding up to 750 lbs. of chlorine per day in solution against a maximum back pressure of 11 psig, with a water sup- ply pressure of 35 psig. 09 -12 LIFTING BAR A ton container lifting bar shall be provided, con- structed of carbon steel having pivoting grabs at each end to catch the lip of the cylinders. The overall distance from the hoist lifting hook to top of container shall not exceed 13 ". 09 -13 CHLORINATION BUILDING 09 -13.1 Description The chlorinator, injector and related piping and valving shall be housed in a prefabricated building such as the Wallace and Tiernan Series 85 -800 (6' X 6'), or approved equal. The building shall be of insulated fiberglass con- struction with aluminum trim. The building shall be ready for mounting on the concrete slab as shown on the Plans. 09 -9 ;1 1 1 1 . 1 1 1 1 1 1 1 1 1 1 1 09 -13.2 Electrical The building shall be pre -wired in accordance with applicable codes and regulations. Electrical ser- vice shall be for two (2) 2000 watt portable strip heaters, exhaust fan with counter balance shelter intake, interior lighting, and chlorine leak detec- tors. Service requirements shall be single phase, 115 VAC, 60 Hz supply. Chlorine leak detector in- side building shall be wired to start building ex- haust fan. Seal wyes shall be installed on all conduit. 09 -13.3 Plumbing Interior plumbing shall be as shown on Plans. 09 -14 DRYING The piping system upstream of the chlorinator must be dried by passing stream through the piping until the lines are thoroughly heated. While the piping is still warm, the liquid trap must be drained and then the system must be purged with dry air having a dewpoint of -40 ° F. or below, or with dry nitrogen for a period of not less than two hours. The dry air or nitrogen purging must be repeated if any portion of the piping system is subsequently dismantled. The proposed equipment shall be installed as shown on the Plans and in accordance with the manufactur- er's instructions. 09 -15 PIPING INSTALLATION, TESTING AND CHECKOUT 09 -15.1 Installation All chlorine piping should be installed as fol- lows: 1. No pipe dope shall be used. Joints shall be made up with Cy -Seal or equal, Permatex No. 1 or equal, litherage and glycerine, or Teflon tape. All pipes shall be made tight without distorting the piping. 2. Piping shall be made with sufficient number of unions to permit ready breaking of the lines for maintenance. There shall be an ammonia 09 -10 1 1 1 union at the header and at each piece of equip- ment regardless of whether they are indicated on the Plans. Location of other unions shall be subject to review by the Engineer. 3. Pipe shall be, in all cases, adequately sup- ported and braced to prevent any sagging or overstressing of pipe and connections and, furthermore, shall be supported so that no item of the piping system will transfer any load or strain to any equipment. It shall be adequate- ly supported so that the operation of valves to or the equipment will not cause the pipe any appreciable movement. 09 -15.2 Testing Each section of the chlorine piping shall be tested as follows: 1. The last fitting before the chlorinator shall be plugged and the piping system from that point through the header shall be pressurized in 50 psi increments to 300 psi. The system shall exhibit no leakage while maintaining this pressure for two hours. 2. The gaseous chlorine piping downstream of the chlorinator shall be dry nitrogen tested to 50 psig and when maintained at this pressure shall exhibit no leakage over a 24 hour period. 3. No water shall be used in the installation or testing of the chlorine gas lines. 4. The chlorine solution lines shall be water pressure tested to 100 psi and shall exhibit no leakage over an 8 hour test period. 5. Before being put into continuous use with chlorine gas, all joints shall be ammonia test- ed. All leaks shall be repaired. 6. The Contractor shall perform 'all testing and shall bear all expenses of testing. 09 -11 1 r1 1 1 1 1 1 1 1 1 1 1 1 09 -15.3 System Checkout The Contractor shall demonstrate the chlorination system functions as designed, including all weight facilities, alarms, leak detection and automatic controls. 09 -16 SERVICES SUPPLIED BY EQUIPMENT MANUFACTURER The manufacturer of the chlorination system shall furnish for a period of not less than one day and at time mutually agreed upon by the manufacturer, Contractor, and the Engineer, a factory- trained service representative to check the installation, to put the equipment into initial operation, and to instruct the operating personnel on the proper handling and maintenance of the equipment. The service representative shall submit a written report stating that the installation conforms to the Plans and Specifications and is in proper work- ing order or list discrepancies. Complete instal- lation, operating, maintenance, and lubrication instructions shall be furnished. 09 - MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 09 -12 1 1 1 1 , 1 1 1 .1 1 1 1 1 SECTION 10 - STRUCTURAL STEEL 10 -01 GENERAL The complete structure shall conform to the appli- cable portions of the plans and governed by the following specifications. 10 -02 SCOPE OF WORK Furnish all labor, materials, equipment and related items required to fabricate and erect all structu- ral steel as indicated on the Drawings. 10 -03 FOUNDATION Refer to the following sections in the standard Technical Specifications: Section 01 - Earthwork and Structural Fill Section 02 - Concrete 10 -04 QUALITY ASSURANCE Specifications of the American Society for Testing and Materials (ASTM), listed below with their serial numbers, apply to this section to the extent applicable in each reference thereto. 1. A 36 -77a Specification for Structural Steel 2. A 53 -77a Specification for Welded and Seamless Steel Pipe 3. A 108 -73 Specification for Steel Bars, Carbon, Cold Finished, Standard Quality 4. A 123 -73 Specification for Zinc (Hot - Galvanized) Coatings on Products Fabricated from Rolled Steel Shapes, Plates, Bars and Strips 5. A 307 -76b Specification for Carbon Steel Externally and Internally Threaded Standard Fasteners 6. A 325 -76c Specification for High- Strength Bolts for Structural Steel Joints, including Suitable Nuts and Plain Hardened Washers 7. A 501 -77 Specification for Hot - Formed Welded and Seamless Carbon Steel Structural Tubing 10 -1 :1 1 1 1 1 -1 1 1 1 . 1 1 1 1 1 Specifications of the Steel Structures Painting Council (SSPC), listed below with their serial num- bers, apply to this section to the extent applic- able in each reference thereto. 1. SSPC -Paint 13 -64 Red or Brown One -Coat Shop Paint 2. SSPC -SP 3 -72 Power Tool Cleaning Codes and Manuals listed below shall be considered a part of this section. 1. American Welding Society (AWS) AWS D1.1 -79 Structural Welding Code 2. American Institute of Steel Construction (AISC) AISC Manual of Steel Construction AISC Specification for the Design, Fabrication and Erection Structural Steel for Build- ings AISC Code of Standard Practice for Steel Buildings and Bridges AISC Structural Joints Using ASTM A -325 or A -490 Bolts AISC Structural Steel Detailing 3. American Iron and Steel Institute (AISI) AISI Cold- Formed Steel Design Manual 10 -05 SUBMITTALS 10 -05.1 Shop Drawings Submit shop drawings showing sizes and dimensions of all structural members, including the details of all connections, for review. Submit all substitu- tions of sections or modification of details and reasons therefor with shop drawings. Shop drawings shall be in accordance with Structural Steel Detailing, AISC. 10 -05.2 Mill Test Reports Submit certified test reports evidencing conformity with requirements of ASTM and AISC Specifications. 10 - 05.3 Qualification of Welders Submit names of welders to be employed on the work and certification that each welder has passed qual- ification tests using procedures covered in the AWS D1.1. 10 -2 1 1 1 1 1 1 1 1 1 1 1 l 1 1 1 10 -06 MATERIAL STORAGE Store structural steel members and packaged mater- ial in a manner which will protect them from corro- sion and deterioration. Do not store materials on the structure in any manner which might cause dam- age to the structure. Protect the material from overstress by bending under its own weight or by superimposed loads. 10 -07 MATERIALS 10 -07.1 Rolled Steel Plates, Shapes and Bars ASTM A -36, except where other type steel is shown. 10 -07.2 Hot - Formed Steel Tubing ASTM A -501. 10 -07.3 Steel Pipe ASTM A -53, Type E or S, Grade B. 10 -07.4 Anchor Bolts ASTM A -307, non - headed type unless otherwise indi- cated. 10 -07.5 Headed Stud Type Shear Connectors ASTM A -108, Grade 1015 or 1020, cold finished car- bon steel, with dimensions complying with AISC Specifications. 10 -07.6 High- Strength Threaded Fasteners Heavy hexagon structural bolts, heavy hexagon nuts, and hardened washers as follows: Quenched and tempered medium - carbon steel bolts, nuts and washers, meeting the requirements of ASTM A -325. 10 -07.7 Electrodes for Welding Meeting the requirements of AWS Code. 10 -07.8 Structural Steel Primer Paint SSPC - Paint 13. 10 -3 1 1 t 1 1 1 1 t *? . 1 ..1 1 1 1 10 -07.9 Metallic Non - Shrink Grout Corps of Engineers CRD-0588, Type M, pre -mixed fac- tory- packaged ferrous aggregate grouting compound. Products - Provide metallic non - shrink grout as manufactured by one of the following: 1. Embeco, Master Builders 2. Remox C, Sika Chemical 3. Vibra -Foil, W. R. Grace 4. Gilco, Gifford -Hill 5. Approved equal 10 - FABRICATION AND ERECTION Fabrication and erection shall meet the require- ments of the Manual of Steel Construction, AISC; Specification for the Design, Fabrication and Erec- tion of Structural Steel for Buildings, AISC; Code of Standard Practice for Steel Buildings and Bridg- es, AISC; Structural Joints Using ASTM A -325 or A -490 Bolts, AISC; and Structural Welding Code, AWS D1.1. 10 -09 CONNECTIONS 10 -09.1 General Temporary connections may be made using bolts meet- ing the requirements of ASTM A -307. All permanent shop connections shall be welded un- less detailed otherwise on the Drawings. All permanent field connections shall be welded or bolted using high strength bearing type bolts with a hardened washer under each nut, as noted on the Drawings. 10 -09.2 Standard Connections If beam reactions are not shown on the Drawings, beam connections shall be standard framed beam con- nections as detailed in the Manual of Steel Con- struction, AISC. The connections shall be designed for one -half the allowable uniform load as tabulated in "Allowable Loads on Beams Table" in the Manual of Steel Con- struction, AISC. 10 -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10 -09.3 Non - Standard Beam Connections Where beam reactions are shown on the Drawings, design the connections and submit the design to the Owner for approval. 10 -09.4 Tightening of Bolts Bolts shall be tightened by the "Turn of Nut" method as described in Structural Joints using A -325 or A -490 Bolts, AISC. 10 -10 FABRICATION 10 -10.1 General Fabrication shall comply with applicable require- ments of Manuals and Specifications of AISC. Do not splice material except as shown on the Draw- ings. Provide access for the testing agency to places where structural steel work is being fabricated or produced so required inspection and testing can be accomplished. Structural steel work which inspections and labora- tory test reports have indicated not to be in com- pliance with requirements shall be corrected at the Contractor's expense. The Contractor shall perform additional tests as may be necessary, at his expense, to reconfirm non - compliance of the origi- nal work and as may be necessary to show compliance of corrected work. 10 -10.2 Cold- Formed Structural Shapes All hot - rolled sheet and strip used in the fabrica- tion of cold- formed members shall conform to the requirements of ASTM Specification A -570, Grade D, except that the minimum yield strength shall be 55,000 psi and the minimun tensile strength shall be 60,000 psi for material heavier than 14 gauge and 62,500 psi for all other. a. Light gauge cold - formed sections shall be manu- factured by precision roll or brake forming. All dimensions shall be true, and the formed member shall be free of fluting, bulking, or waviness. 10 -5 b. Purlins and Girts - Purlins shall be roll -form- ed "Z" sections, 8" deep with 3 -1/2" wide flanges and stiffening lips. Stiffening lips shall be formed at an angle of 50 degrees with the flanges to permit nestion during shipping and when making overlapping continuous connec- tions. Girts shall be roll- formed "Z" or "C" sections. c. Eave Struts - Eave struts shall be unequal flange "C" sections formed so as to provide adequate backup for both roof and wall panels at the building eave. 10 -11 SHOP PAINTING 10 -11.1 General Shop paint all structural steel work, except those members or portions of members to be embedded in concrete or mortar. Paint embedded steel which is partially exposed on the exposed portions and the initial 2 inches of embedded areas only. Do not paint surfaces which are to be welded. Apply 2 coats of paint to surfaces which are inac- cessible after assembly or erection. Change color of second coat to distinguish from the first. 10 -11.2 Surface Preparation Clean steel to be painted of loose rust, loose mill scale and spatter. Cleaning shall meet the requirements of SSPC -SP3. 10 -11.3 Painting Immediately after surface preparation, apply struc- tural steel primer paint in accordance with the manufacturer's instructions at a rate to provide a uniform dry film thickness of 2.0 mils. Paint shall meet the requirements of SSPC -Paint 13. 10 -12 GALVANIZING Galvanize structural steel so designated on the Drawings after fabrication by the Hot -Dip Process as required by ASTM A -123. Repair warpage of steel due to galvanizing without damage to galvanizing or to the steel. 10 -6 1 1 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 10 -13 ERECTION Erection shall comply with applicable requirements of manuals and specifications of AISC. Light drifting will be permitted to draw parts together, but drifting to match unfair holes will not be permitted. On approval by the Engineer, perform enlargement of holes necessary to make connections in the field by reaming with twist drills after all parts to be assembled are in place. The resulting hole shall be the same size in all members joined and the pro- per bolt size shall be used. 10 -14 FIELD TOUCH -UP PAINTING Paint used for touch -up shall be the same specified above and may be applied by brush or spray. Paint all bolted and welded connections. Touch -up all abrasions of shop painting. 10 -15 GROUTING OF BASE PLATES AND BEARING PLATES Clean and moisten concrete and masonry bearing sur- faces. The bottom of base plates shall be free of oil. Set and anchor plates to the proper line and eleva- tion. Use metal wedges, shims or setting nuts for leveling and plumbing the structural members. The mixing and placing of non - shrink grout shall be in conformance with the manufacturer's instruc- tions. Batches shall be of size to permit contin- uous placement of grout under each base plate. Exposed surfaces shall have a smooth dense finish. 10 -16 TESTING 10 - 16.1 General A testing agency shall perform routine testing and inspection of structural steel work for compliance with technical requirements of the Specifications. The Contractor may engage at his expense, a testing agency for his own information and guidance. 10 -7 10 -16.2 Bolts All high strength bolts will be checked in accord- ance with Article 6, "Specification for Structural Joints Using ASTM A -325 or ASTM A -490 Bolts ". All high strength bolts shall have the minimum bolt tension as prescribed in the AISC Manual of Steel Construction. 10 -16.3 Welds a. Visual Inspection - Visual inspection of weld- ing will be made while the operators are making the welds, and again after the work is complet- ed, for the penetration of the weld metal, fusion and general ability of the operator. After the welding is completed, the welds shall be hand or power wire brushed and thoroughly cleaned before the inspector make the check inspection. Correct defective welds according to the applicable requirements of AWS D1.1. b. Working Platforms - The Contractor shall pro- vide access to and a working platform at not less than 25 percent of all welded connections as selected by the Engineer for testing. The Contractor shall provide access to and a work- ing platform at 2 additional welded connections for testing, as selected by the Engineer, for each weld found defective. c. Workmanship - Any welder found by the Engineer to be producing unsatisfactory work even though he has passed qualification tests shall be immediately recertified or replaced with a qualified welder. 10 - MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 10 -8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3' SECTION 11 - STEEL JOISTS 11 -01 DESCRIPTION 11 -01.1 Related Work Specified Elsewhere a. Structural Steel - Section 10 b. Metal Roof Deck - Section 12 c. Anchor Bolts - Section 14 11 -01.2 Scope of Work The Contractor shall furnish all labor, materials, equipment and related items required to furnish, fabricate and erect all steel open web joists, longspan and deep longspan joists, including bridg- ing and secondary framing to support miscellaneous items and framing around openings as shown on the Plans. 11-02 QUALITY ASSURANCE All work under this section shall conform to the following codes and specifications. 1. Recommended Code of Standard Practice for Steel Joists, SJI. 2. Standard Specifications for Open Web Steel Joist J and H Series., SJI. 3. Standard Specifications for Longspan Steel Joists LJ and LH Series and Deep Longspan Steel Joists, DLJ and DLH Series, SJI. 4. Manual of Steel Construction, AISC 11 -03 SUBMITTALS A certificate stating that the joists are manufac- tured by a member of SJI and that they conform to all the requirements of SJI. Shop drawings shall be submitted for approval. 11 -04 JOISTS All joists shall conform to the applicable portions of SJI specifications. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 -05 BRIDGING Bridging shall conform to the requirements of SJI. 11 -06 ERECTION As soon as joists are erected, install all briding and fasten the joists securely into place before the application of any loads except the weights of the erectors. During the construction period, pro- vide adequate distribution of concentrated loads so the carrying capacity of any joists is not exceed- ed. Bridging and /or sag rods shall be spaced and anchored according to SJI specifications, unless otherwise shown. Anchor each line of bridging securely to the walls or support at the end of the line and to each joist by welding or bolting. 11 -07 ANCHORAGE Joists resting on steel beams or steel plates on masonry walls shall extend a distance not less than 1 inch past the centerline of the beam nor less than 3 inches on the steel. Anchor joists by not less than two (2) 1/4 inch fillet welds, each one 1 inch long. 11 -08 FIELD PAINTING Brush abraded, corroded and welded surface areas with a steel wire brush. Touch -up with the same type paint used in the shop painting. 11 -09 FIELD QUALITY CONTROL Fabrication and erection shall be subject to inspection in the field by an independent testing laboratory, paid for by the Owner, for compliance with the requirements of SJI and AISC. 11 -10 MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 11 -2 j SECTION 12 - METAL ROOF DECK AND WALL PANELS 12 -01 DESCRIPTION 12 -01.1 Related Work Specified Elsewhere a. Structural Steel - Section 10 b. Steel Joists - Section 11 12 -01.2 Scope of Work Furnish all labor, materials and equipment required to erect all metal roof deck, including fabricated items shown on the Drawings. 12 -02 QUALITY ASSURANCE All work under this section shall conform to "Roof Deck Specifications" and "Code of Recommended Stan- dard Practice, Roof Deck Construction" by the Steel Deck Institute (SDI). 12 -03 SUBMITTALS The following shall be submitted for approval: 1. A certificate stating that the roof deck con- forms to all the requirements of SDI. 2. Detailed drawings showing layout, anchorage and accessories of deck panels. 12 -04 DELIVERY AND STORAGE Care shall be exercised at all times to avoid damage during unloading and storage. 12 -05 METAL DECK The roof deck shall conform to the recommendations and specifications of SDI and shall be of depth, gauge and style as shown on the Drawings. The deck shall have a flat top surface and shall be inter- mediate rib type, unless otherwise shown. 12 -06 WALL PANELS Wall panels shall match roof panels. 12 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 12 -07 FINISH All material shall be galvanized in accordance with ASTM A -525, Class G90. 12 -08 ERECTION 12 -08.1 General Supporting members shall be completely in place before laying of deck is started. When placing bundles of steel deck or other con- struction loads on the roof structure, exercise care to avoid overloading the supporting members. Place deck sheets in accordance with layout draw- ings which have been approved. Openings not shown on the layout drawings, such as those required for stacks, conduits and plumbing vents shall be cut and reinforced if necessary by the trade requiring the openings. End laps of sheets shall be a minimum of 2 inches and shall occur over supports. 12 -08.2 Attachments Steel deck units shall be anchored to supporting members, including bearing walls, to provide late- ral stability to the top flange of supporting mem- bers and to resist the following gross uplifts: 45 psf for eave overhang 30 psf for all other roof areas The dead load of the roof deck construction shall be deducted from the above uplift forces. Welds - Care shall be exercised in the selection of electrodes and amperage to provide positive welds and to prevent high amperage blow holes. (The selection of welding rod and amperage are left to the preference of the individual welder.) Welds are made from the top side of the deck with the welder immediately following the placement crew. Welding washers are neither necessary nor recom- mended for steel deck with a design thickness of 0.028 inches or greater. 12 -2 1 1 1 1 1 1 =•1 1 1 . 1 1 1 Puddle welds shall be at least 1/2" diameter or elongated welds with an equal perimeter. Fillet welds, when used, shall be at least 1" long. Weld metal shall penetrate all layers of deck material at end laps and side joints and shall have a good fusion to the supporting members. Screws - The allowable load value per screw used to determine maximum fastener spacing for either self - drilling or standard metal type is based on a mini- mum size 12 and on a minimum structural support thickness of 0.06 inches. Spacing of Attachments for Welds or Screws - Steel decks are available in a variety of widths. The location and number of welds or screws required for satisfactory attachment of deck to supporting structural members are as follows: all side laps plus a sufficient number of interior ribs to limit the spacing between adjacent points of attachment to 18 ". For spans greater than 5 feet, side laps shall be fastened together at a maximum spacing of 3 feet center to center between supports. Unless otherwise shown, all roof and wall panels shall be attached using screws. 12 -09 FIELD QUALITY CONTROL Fabrication and erection shall be subject to inspection in the field by an independent testing laboratory, paid for by the Owner. 12 - MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 12 -3 1 1 1 1 1 1 1 1 1 1 1 A SECTION 13 - METAL FABRICATIONS 13 -01 DESCRIPTION 13 -01.1 Related Work Specified Elsewhere a. Architectural Painting - Section 13 -01.2 Scope of Work Provide miscellaneous metals and metal fabrications as detailed on the Drawings and as specified. 13 -02 SUBMITTALS Submit shop drawings for review. Drawings shall show all dimensions, materials, sizes, shapes, locations and installation details. Submittals shall be submitted for approval. 13 -03 MATERIALS 13 -03.1 Miscellaneous Structural Steel ASTM A -36. 13 -03.2 Cast and Miscellaneous Steel ASTM A -27 for cast, ASTM A -7 for mild steel for architectural and miscellaneous items. 13 -03.3 Malleable Iron High grade white iron castings, fully annealed and of uniform ductile strength throughout. 13 -03.4 Aluminum Structural Shapes 6061 -T6 alloy. 13 -03.5 Aluminum Architectural and Ornamental Shapes 6063 -T52 alloy. 13 -03.6 Shop Paint Red oxide or zinc chromate metal primer. 13 -1 13 -04 ITEMS OF WORK - FABRICATED Galvanized steel grating shall be of the type, size, dimension and location as shown on the Draw- ings. Edge banding will not be required except around openings greater than 3 inches in diameter, along edges where attachment of the grating to the structure is made by welding, or unless otherwise indicated on the Drawings. Edge banding shall be a minimum of 1/8 inch thick. Unless otherwise noted, all grating shall be removable and reversible. All edges, main bars and bracing bars shall align, and grating shall lay flat on its frame. Provide checkered plates with 1 inch diameter lift- ing holes, unless used as weatherproof enclosures. Floor plates shall lay flat on their frames. Frames for floor plates shall be galvanized. Floor plates, unless otherwise specified on the Drawings, shall be painted in accordance with Section 03. Pipe handrails shall be straight in alignment and true in elevation. Unless otherwise shown, all posts shall be vertical. The Contractor has the option of using either steel hot -dip galvanized or aluminum handrails. Steel rails shall have grad- ual, uniform bends. Intersections shall be miter- ed, welded and ground smooth. Splices in rails shall be made with internal sleeves and countersunk bolts or equivalent. Aluminum rails shall be as C/S "Rigid Rail ", 2 inch diameter, .140" wall thickness, 6063-T6 alloy. Molded parts 514T alloy. Aluminum rails shall have a 215R1 finish. Furnish all connectors, fittings, fasteners, etc., required for a complete installation. Posts shall be spaced 5'0" on center, maximum. Bolts - Tighten high strength bolts for connection by the "Turn of Nut" method to obtain the minimum bolt tension as prescribed in the AISC Manual of Steel Construction. Provide hardened washers under each nut. All anchor bolts shall be galvanized, except where stainless steel anchors are called for. Expansion Bolts - Expansion bolts shall be as required in Section 14. Gray iron castings shall be of uniform quality, free from blow holes, porosity, hard spots, shrink- age defects, cracks or other injurious defects. 13 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 Manufacture castings true to pattern and with sat- isfactory fit of component parts. items with covers shall have machined bearing surfaces so fit- ting parts will not rattle or rock under traffic. Miscellaneous steel shapes, channels, wide flange shapes, angles, plates, tubing, connections and bolts shall be as shown and detailed on Drawings. Miscellaneous Aluminum Shapes - Channels, angles, bars, plates, tubing, connections and fasteners shall be as shown and detailed on the Drawings. Bollards - Schedule 40, galvanized iron pipe, fab- ricated as detailed on the Drawings. 13 -05 FINISHES 13 -05.1 Shop Paint Miscellaneous ferrous metal items, except those indicated to be galvanized, or those with a factory primer, shall be solvent cleaned (SSPC SP1) and hand tool cleaned (SP2) and then given one coat of specified primer in shop before delivery to job - site. Apply one coat of zinc chromate primer on aluminum surfaces to be embedded or attached to concrete before installation. Allow paint to air dry for 24 hours before the aluminum is placed in contact with the concrete. Paint shall be Sherwin - Williams gal- vanized iron primer, Glidden No. Y5229 zinc chro- mate primer, or equal. 13 -05.2 Galvanized Finish Zinc coating conforming to ASTM A -123. Galvanize after fabrication. 13 -06 INSTALLATION Work shall be made and erected square, plumb, straight and true, accurately fitted and with tight joints and intersections. Reinforce and anchor work adequately in place. Welding shall conform to best modern practice, be of adequate strength and durability, with jointing made tight, flush and in true plane with base metals, clean and smooth. Exterior joints shall be formed to exclude water. Welded connections in exposed members shall be ground smooth and polished. 13 -3 - 1 1 1 1 1 1 1 1 1 1 1 1 1 �1 1 1 1 13 -07 MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 1 1 1 1 1 1 1 SECTION 14 - ANCHOR BOLTS 14 -01 DESCRIPTION 14 -01.1 Related Work Specified Elsewhere a. Structural Steel - Section 10 b. Steel Joists - Section 11 c. Metal Fabrications - Section 13 14 -01.2 Scope of Work The Contractor shall provide and install the fol- lowing anchors: 1. Building column anchor bolts as scheduled or as shown on the Plans. 2. Two (2) 3/4" X 12" anchor bolts for each equip- ment or platform column unless otherwise shown on the Plans. 3. Anchor bolts for mechanical equipment as detailed on the Plans or as required by the equipment manufacturer's anchor bolt setting plan. 4. All expansion bolts indicated on the Plans required to attach or anchor ladders, hand- rails, stairs, ship's ladders and structural steel shapes to hardened concrete or masonry. 14 -02 QUALITY ASSURANCE The following standard specifications and manuals shall be considered a part of this section the same as if fully set forth herein to the extent applic- able. 1. Low Carbon Steel Externally and Internally Threaded Standard Fasteners, ASTM A -307. 2. Federal Specification - Shield, Expansion; Nail Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry), FF -S -325. 3. Electrodeposited Coatings of Zinc on Steel, ASTM A -164. 4. Manual of Steel Construction, AISC. 14 -1 5. Specification for the Design, Fabrication and Erection of Structural Steel for Buildings, AISC. 14 -03 MATERIAL STORAGE All material shall be stored in a manner which will protect it from deterioration and damage. 14 -04 MATERIALS All anchor bolts shall meet the requirements of ASTM A -307. Coat the portion of the bolt not em- bedded in concrete, nut and washer with Type LS zinc coating meeting the requirements of ASTM A -164. Expansion bolts shall meet the requirements of Fed- eral Specification FF -S -325 and Interim Amendment 3 dated July 16, 1965. Expansion bolts complying with the following are acceptable: 1. Group I a. Type 1, Class 2. b. Type 2, Class 2, Styles 1 and 2. 2. Group II a. Type 3, Class 1 and 2. 3. Group III a. Type 1 and 2. 4. Group VIII - a. Type 1 and 2. All expansion bolts shall be Type 304 or Type 316 stainless steel. 14 -05 ANCHOR BOLT SETTING Accurately locate and hold all anchor bolts in place by templates until the concrete has harden- ed. Furnish anchor bolts for equipment with baseplates with pipe sleeves to permit adjustment and grout- ing. Cast the anchor bolts integrally with the concrete. The pipe sleeve shall have an internal diameter not less than three times the bolt dia- meter and shall be not less than ten bolt diameters long. 14 -2 1 1 1 1 1 1 1 1 . 1 1 1 14 -06 EXPANSION BOLT INSTALLATION Drill expansion bolt holes into the concrete through the item being supported or located by a template. Drill all holes by a tool designed by or approved by the manufacturer of the expansion anchors. Installation of expansion anchors shall be in com- pliance with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of hole be less than four bolt diameters. Minimum distance between the center of any expan- sion anchor and an edge or exterior corner of con- crete shall be not less than 4 -1/2 times the dia- meter of the hole in which it is installed. 14 - MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 14 -3 SECTION 15 - ELECTRICAL - GENERAL FOR WATERWORKS PROJECTS 15 -01 DESCRIPTION This item covers the materials and construction methods generally required for the electrical por- tions of waterworks projects. The requirements set forth herein shall govern for all applicable in- stallations, except as they may be superceded by higher requirements of governing codes and ordi- nances, or as provided otherwise in the Project Specifications and /or as shown on the Plans. Typical installations include the following: (a) individual wells; (b) pumping stations for raw water supply transmission boosters and /or high ser- vice pumping; (c) treatment plants which may in- clude any, all or various combinations of pumping units as preceding along the circuits for lighting and convenience, power operation of valves, chemi- cal feed systems, mixers and other process opera- tions, heaters, hoists, etc.; and /or (d) control systems for all or part of the overall operations involving local and /or remote situations for man- ual, semi - automatic and /or automatic operations. This Specification will generally govern for: the service pole and pole accessories; conduit system and accessories; safety switch or other disconnect devices; fuse or circuit breaker panels; electrical lighting and heating devices; outlet, junction and pull boxes; and such other wiring devices as are essential to distribute the power from the point of service to points of use on the project. Other special devices and circuits such as motor con- trols, telemetering transmitters and receivers, process automation, etc. will normally be pre -wired internally to perform the functions as covered by the applicable Project Specifications and this gen- eral Specification will primarily apply to the set- ting of such special devices and installing the inter - connecting circuits between their respective terminal connections. It is the intent of the Specification and Drawings that upon completion and testing of the electrical work the entire electrical system shall be complete and shall be in a finished, workable condition, which fulfills the requirements for the satisfac- tory operation of the facility in the manner in- tended. Any discrepancies or omissions which might 15 -1 1 1 1 1 1 1 1 1 of prevent such workability shall be submitted to the Engineer for clarification by Addendum prior to bidding, otherwise, it shall be the Contractor's responsibility to overcome such situations without extra compensation. All work that may be called for in the Specifica- tions and not shown on the Drawings, or shown on the Drawings and not called for in the Specifica- tions, shall be performed by the Contractor as if described in both and should any work be required which is not denoted in the Specifications or Draw- ings, but which is nevertheless necessary for the proper carrying out of the intent thereof, the Con- tractor shall perform all such work as fully as if it were particularly described. 15 -02 CODES, ORDINANCES & UTILITY REQUIREMENTS The installation of the electrical system shall conform to the requirements of the National Board of Fire Underwriters and shall comply with the latest edition of the National Electrical Code as well as with local and state codes and /or ordinanc- es having jurisdiction. Codes having jurisdiction over the work shall serve as minimum requirements, but in situations where there are no codes having jurisdiction, then the minimum requirements shall be set by the latest edition of the National Electrical Code. If the Specifications and Drawings show requirements that are in excess of the codes, then the Specifications and Drawings shall be followed. Should there be any conflicts between the Specifications and the Drawings and the Codes having jurisdiction, the Contractor shall submit these to the Engineer for clarification by Addendum prior to bidding; other- wise, any modifications required to overcome such conflicts shall be made by the Contractor without cost to the Owner. The Contractor shall determine the requirements for the utilities that will serve the facility and the Contractor shall pay for and perform all work as required by them. 15 - MATERIALS, EQUIPMENT & WORKMANSHIP, GENERAL All materials and equipment shall conform to the requirements of the Contract Documents unless sub- mitted and approved for substitution in accordance 15 -2 with Section 4 following. They shall be new, free from defects of any character and they shall con- form with standards of the Underwriter's Laborator- ies, Inc., in every case where such a standard has been established and shall be so labeled. All work shall be performed by competent and skill- ed workmen and shall be executed in a thorough and workmanlike manner. The Contractor shall be wholly responsible for the placing of all outlet boxes, conduits, cabinets, and other wiring devices at the proper time to avoid conflict with other trades as the construction progresses. The entire installation shall be cleaned up by the Contractor after he finishes his work and shall be acceptable to the Engineer. No loose parts or scraps of material or equipment shall be left on the premises. Equipment and surroundings shall be cleaned of all stains, grease and marks that may be made during the installation. Paint scars shall be repaired by the Contractor and the equipment brought back to first -class condition. The entire installation shall be free from fault grounds and short circuits. Tests shall be made on panels with mains disconnected from the feeder, branch circuits connected and switches closed, all fixtures in place and permanently connected, lamps removed and wall switches closed. Feeders shall be tested with the feeders discon- nected from the branch circuit panels. Each indi- vidual power circuit shall be tested at the panel with the power device connected for proper opera- tion. In no case shall the insultation be less than that specified by the N.E.C. Each item of equipment furnished under this Speci- fication shall be essentially the standard product of the manufacturer. Where two or more units of the same kind or class of equipment are required, these shall be the products of a single manufactur er; however, the component parts of the equipment need not be the products of the one manufacturer. 15 -04 SUBSTITUTION This Specification is not intended to totally ex- clude the use of all materials, devices or methods not specifically named herein; however it shall be 15 -3 required that before any such materials, devices or methods are considered by the Engineer for use or substitution, the Contractor shall submit detailed Specifications and cost data in sufficient time for clearance by all officials with jurisdiction and for verification of compliance with governing codes and regulations. In the event any such substitu- tion is allowed, and if at any later time within the Maintenance Bond or guarantee period, it is found to be defective or otherwise unsatisfactory for the intended function, the Contractor shall replace it with the material, device or method ori- ginally specified at no extra cost to the Owner. 15 -05 GROUNDING Adequate and permanent grounding shall be provided for the service neutral as well as for equipment grounding in accordance with the National Electric Code and any other applicable governing code or ordinance. The project circuit diagrams or schema- tics will usually indicate the conductors for the service neutral with the equipment ground usually left for field determination; however, in any event, the Contractor shall be responsible for con- firming and furnishing without extra compensation all conductors needed to complete the circuits and provide proper grounding where there might other- wise be a hazard to personnel or equipment. 15 -06 VERIFICATION AND COORDINATION OF SPECIAL CIRCUITS The detailed Plans and Specifications will not necessarily distinguish all circuits required for the project as certain special systems or equipment are frequently covered by functional descriptions. In any event, it shall be the Contractor's respon- sibility to coordinate between the respective sup- pliers and sub - contractors as necessary to assure the furnishing of all components necessary for a complete and operable system. 15 -07 CONDUIT SYSTEM All above ground wiring installed on the project shall be run in an enclosed system of conduit un- less specifically provided or necessitated other- wise by the conditions of the installation. Unless provided otherwise, all conduit shall be galvaniz- ed, heavy -wall, rigid metallic with fittings of 15 -4 1 1 1 1 1 1 . 1 1 1 1 . 1 1 1 1 1 corresponding quality and design as manufactured by Triangle, National Electric or approved equal of sufficient size to meet code requirements for the conductors to be installed, but in no case smaller than 1/2 inch. The conduit system shall be arrang- ed and installed in such manner as to give the facility the utmost degree of reliability and main- tenance -free operation. The conduit shall have an appearance of having been constructed by competent workmen. Kinked conduit, conduit inadequately pro- tected or swabbed, carelessly threaded and joined do not give such reliability and maintenance -free operation and will not be accepted. All conduit runs shall be exposed on walls and underside of roof slabs, unless indicated other- wise. All conduit runs shall be made parallel or at right angles to the building lines. All conduit ends shall be reamed out after threading and kept corked and dry during construction. All conduit shall be swabbed out before the wires are pulled in and no lubricants shall be used except powdered soapstone. Bends in rigid conduit shall be made with an approved bending device unless factory bends are called for. Pipe sleeves of min. #22 gauge galvanized steel shall be installed for all conduit that pass through concrete floors or walls. The sleeve shall be properly secured in place with approximately 1/4 inch space between each sleeve and the surface of the pipe. Where conduits enter the building underground from outside, I.P.S. wrought iron sleeves shall be used. The space between the sleeves and the conduit shall be caulk- ed with a suitable plastic expandable compound that will prevent the entrance of moisture. All conduit shall be equipped with double locknuts and steel body, plastic insulating bushings where such conduit enter panelboards, pull- boxes, junc- tion boxes, wireways and the like. All conduit that enter into equipment free of the metal cabinet work and also where indicated, shall be equipped with a grounding type insulated bushing. A copper grounding conductor shall be bonded to the cabinet framework and to the grounding lug of the insulated bushing. Conduit shall enter all panelboards, pull- boxes, junction boxes, outlet boxes and the like straight and true. Conduit installed cocked or not plumb will not be accepted and work so installed shall be replaced by the Contractor. 15 -5 1 1 1 w 1 1 1 1 .. 1 1 1 Neoprene jacketed metallic - flexible conduit shall be used to extend conduit connections to all motors and other comparable pieces of equipment or as indicated on the Drawings. The length of flexible connection shall not be less than 24 inches. All underground wiring will be placed in direct burial PVC rigid conduit using an approved ground- ing conductor installed in accordance with the recommendations of the manufacturer. A 2" thick cap of 1500 psi concrete will be poured over the underground conduit. The top of the concrete cap will have 24 inches of cover. 15 -08 BOXES - OUTLET, PULL & JUNCTION The Contractor shall furnish and install at each outlet or device of whatever character, a metal outlet box in which the conduits shall terminate. All outlet boxes shall be of the proper size to accomodate the wiring or device for which function they are provided. Such outlet boxes shall be installed exposed and boxes to which no fixture is attached shall be equipped with blank covers. Mul- tiple switches at a common location shall be in- stalled in a gang outlet box and covered by a sin- gle plate. Pull boxes and junction boxes shall be installed where shown and wherever otherwise required to overcome mechanical difficulties due to length or arrangement of conduit runs, the fixed character of the structure or other obstructions which could cause extra bends to reach the service outlets. Unless specifically provided otherwise, all boxes shall be cast of either iron or aluminum using the material best suited for the particular installa- tion. Conduit connections shall be through cast boxes of adequate thickness to provide five (5) full threads. Boxes shall be of the NEMA type best adapted to the conditions of the particular instal- lation. Boxes shall have only the holes necessary to accom- modate the conduits at the point of installation and shall be rigidly secured in position. The location of outlets as shown on the Drawings shall be considered as approximate only. It shall be incumbent upon the Contractor to study the general Drawings with relation to the spaces surrounding 15 -6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 . 1 each outlet in order to make his work fit the work of others and in order that, when fixtures are installed, they will be symmetrically located and will not interfere with any other work or equip- ment. As a general rule, convenience outlets shall be 18" above the floor and wall switches 4'6" above the floor. 15 -09 WIRE CONDUCTORS, INSULATION AND CONNECTORS All wire conductors shall be copper unless specifi- cally provided otherwise. All feeders, sub -feed- ers, and service conductors, as well as other lines subject to set environment, shall have 75 ° C type THW insulation. Branch circuits not subject to wet conditions shall have type TW insulation. The color of the wire and /or band identified shall con- form to the National Electric Code. Conductors for control and signal circuits shall not be smaller than No. 14 unless provided other- wise and conductors for lighting, service outlets and other similar power uses shall not be smaller than No. 12. Homeruns of wire over 50 feet in length shall not be smaller than No. 10. In addi- tion to the above minimum size requirements for conductors or other minimum sizes as may be shown on the Plans, it shall be the Contractor's respon- sibility to furnish conductors of adequate size for the equipment furnished. Conductors of No. 8 and smaller sizes of wire shall be solid members and conductors of No. 6 and larger sizes of wire shall be stranded unless otherwise specifically called for. Feeders and service conductors shall run their entire length in continuous pieces without taps of splices. Taps and splices in branch circuits shall occur only where such circuits divide as shown on the Plans. Taps and splices shall not be pulled into conduit. All taps and splices in stranded conductors shall be made with OZ type solderless bolted pressure or approved equal connectors. Solid conductors shall be joined with either bolted connectors or "Scotchlok" electrical spring connec- tors. After a splice or tap is made with uninsu- lated connectors, the tap or splice shall be cover- ed with rubber tape and friction tape so as to make the insulation on the splice or tap equal to that of the conductor itself. 15 -7 15 -10 DISCONNECT DEVICES The main incoming service and other locations where specifically designated or required by code shall be equipped with an approved disconnect device. Unless specifically provided otherwise, such dis- connect shall be a fusible safety switch, G.E. Heavy Duty in appropriate NEMA enclosure for the conditions of the particular installation, or approved equal. As an alternate to the fused safety switch, consideration will be given to the use of circuit breakers to provide the disconnect means provided they conform to N.E.C. and other governing regulations. 15 -11 PANELBOARDS Panelboards for the separation and protection of the respective lighting and power circuits shall be of the unit type construction so designed that individual units can be removed from the front of the panel without disturbing adjacent units after first removing the trim. Panelboards shall have bus bars and connected thereto the various branch circuits designed to suit the system and voltage. Rating of mains and breakers shall be as indicated on the Drawings or as required for the specific application. All current carrying parts exclusive of circuit breakers shall be of copper, firmly fastened to the panelboard and arranged as not to be displaced dur- ing installation. Unless otherwise specified, all panelboards shall be mounted in enclosing cabinets consisting of a code gauge sheet steel box with trim and door. The trim shall be manufactured from one piece of full finish sheet steel then hot dipped zinc chromate primer. Cabinets shall be of sufficient size to allow a gutter space of at least 4 inches on all sides around lighting panelboards. Trim shall be fastened to the cabinet by means of approved adjustable clamps. Doors and trim of enclosing cabinets for panelboards shall be painted with two coats of paint, the first being a primary coat and the second a finish coat of Hammerstone Grey. Provide lock and keys. Each key shall be of the master type to operate lock on panels. 15 -8 1 1 1 1 1 1 b 1 1 `1 1 1 �.1 1 1 1 A directory shall be completed and installed upon the inside of each cabinet. All panelboards shall be built in accordance with requirements in NEMA and Underwriters' Laboratories Specifications and shall bear the Underwriters' Laboratories label of inspection. 15 -12 ELECTRICAL SERVICE SPECIAL ACCESSORIES 15 -12.1 Lightning Arrestors shall be furnished on the secondary service of each project. Such lightning arrestors shall be Thyrite type, G.E. 9L15BCC003 or approved equal suitable for the particular instal- lation. 15 -12.2 Transformers may be required on certain installa- tions where operating voltages other than that fur- nished by the power company are required. In such cases, the Contractor shall furnish and install the necessary transformer(s) which shall be Dry -Type General- Purpose of proper type and size for the intended load as manufactured by G.E. or approved equal. 15 -12.3 Phase Monitoring Relays shall be furnished for all 3 -phase motors, 10 HP or larger to protect the motors from a phase unbalance or phase reversal on the 2400 volt, 3- phase, 3 -wire incoming power ser- vice. Install the relays in the pump motor starter enclosures or in a separate enclosure. Cutler - Hammer Type "P ", Catalog #D60 -N, or approved equal, monitoring relays shall be installed. 15 -12.4 Surge Capacitors shall be furnished for all 3 -phase motors, 10 HP or larger. Install the capacitors in the pump motor starter enclosure or in a separate enclosure. 15 -13 LIGHTING AND CONVENIENCE FIXTURES AND DEVICES Light fixtures, complete with bulbs, shall be fur- nished and installed at the various locations as shown on the Plans by symbol or other appropriate notation and unless specifically provided other- wise, the respective types shall be as follows: Outside Floodlights shall be "Shalda 600 Series ", or equal, with Mogul base, yoke and other mounting 15 -9 1 1 1 1 1 1 :1 1 . 1 1 1 1 1 1 fixtures suitable for the particular installation, housing suitable for connection to sheathed flex- ible conduit, normally 12" diameter with 200 watt bulbs unless another size is noted. Industrial Type, Guarded and Enclosed Fixtures for either outside or inside installations shall be "Crouse -Hinds Series VXH ", or equal, with appro- priate mounting brackets, boxes or other accessor- ies adapted to the particular installation, which may be located on a ceiling, soffit, or sidewall as indicated on the Plans. Fixture bulb shall normal- ly be 200 watt, unless noted otherwise. Interior Shallow Dome Reflector Lights shall be "Benjamin Series H ", or equal, suitably adapted for the particular mounting condition. Such lights shall normally be 14" diameter with 200 watt bulbs, unless noted otherwise. Convenience outlets, switches and other similar devices shall be of a type commensurate with the conditions of the particular installation and un- less it is specifically noted otherwise or unless the particular installation indicates the obvious need for a different type of device, the following shall be used: Service Outlets shall be "Crouse -Hinds DS 338 -4" or equal; Light Switches shall be "Crouse -Hinds FS1801F" or equal; 15 -14 SHOP DRAWINGS Provide manufacturer's complete shop drawings of lighting transformers, lighting panelboards, light- ing fixtures, outline wiring and control diagrams, combination starters, circuit breakers, voltage and current transformers, wire, and other major compo- nents for approval before manufacturing and fabri- cation commences. Also submit for approval a com- plete list, including catalog numbers and descrip- tive matter, of all materials and equipment propos- ed to be furnished and installed. No consideration will be given to partial lists submitted from time to time. Approval of above list in no way relieves Contractor from the responsibility of submission of equipment shop drawings for approval. 15 -10 15 -15 PHASING As far as practicable, phase all three phase cir- cuits as follows: "A" Phase on North, East or top terminal. "B" Phase on center terminal. "C" Phase on South, West or bottom terminal. Permanently mark terminals by stamping or painting correct phase designation; i.e., Phase "A ", Phase "B ", Phase "C ". Make transpositions for phasing, to obtain the correct motor rotation, at motor ter- minal. Phase rotation of system to be A -C -B. Color code all wiring, starting with main circuit breaker. Use black for Phase "A ", red for Phase "B ", blue for Phase "C ", and white for neutral. where a second set of phase wire is carried for different circuits, use brown for Phase "A ", orange for Phase "B ", and yellow for Phase "C ", or use base phase color with a tracer for additional set of phase wires. 15 -16 5KV GROUPED MOTOR CONTROL CENTERS Provide three (3) free standing, three high cub- icle, indoor, dust tight and corrosion resistant, NEMA 1 enclosures for operation off a 3 phase, 3 wire 2400 V, 60 Hz ungrounded system having indivi- dually protected 3 phase, 3 wire cable feeders. See one -line diagram and elevations on plans for arrangement and details. 15 -16.1 Electrical Characteristics a. Main Bus: Provide main power feed into a 3 phase, 3 wire, main bus at top, rated not less than 400 amp or closes standard factory, silver copper bus. b. Control Voltage: Provide 120 volt, 1 phase, 60 Hz control voltage obtained from CPT's. c. Minimum Short Circuit Withstand Bracing: 25,000 amp, interrupt current, 3 phase, RMS Symmetrical at 2400 volt and braced for 35,000 amp momentary. D. BIL: (verify with Engineer). 15 -11 1 1 1 1 1 1 1 1 1 1 1 15 -16.2 Incoming Line Auxiliaries a. Three (3) 2400 V/120 V P.T.'s, voltmeter and selector switch. b. Three (3) 5000 V to ground pellet type light- ning arrestors to supply side of main switch, G.E. Type 9L24AAA011AC or an approved equal. c. One (1) 5000 V, 3 phase surge capacitor with or minimum 0.5 MFD /phase, G.E. Type an approved equal. 15 -16.3 Branch Circuits Provide drawout FVNR units with HP rated fused switch and contactor not less than nominal 400 amp rating with blown fuse indicator and anti - single phase trip bar. Switches shall hhave . provisions for padlocking lockout in "off" po ve three (3) 400/5 C.T.'s, ammeter and 4 position selector switch. 15 -16.4 Staters Each starter shall have a 120V, 60 Hz magnetic starter coil for operation on 120V control power from applicable CPT's. Each starter shall have 0 -10 minute time delay (adjustable). Each starter shall have a solid stat motor protec- tor complete with all required C e and fP.T. and programmed for the following minimum tions: a. Ground fault protection. b. Overcurrent protection, adjusted for maximum protection without nuisance tripping at actual motor performance curves, under ambient condi- tions. c. Single phase motor line dication in each p p complete with identified phase selector system. d. Under voltage, phase failure, phase reversal, and serious phase inbalance monitoring and pro- tection. 15 -12 e. Auxillary contacts on H-O -A switch, starter, power fail relays, etc. for future Telemetry System. f. Power factor readout if standard. Motor protector shall provide visual alarm indica- tion followed by motor shutdown should alarm condi- tion continue or grow in magnitude. 15 -16.5 Nameplates Furnish laminated plastic nameplates engraved with nomenclature for each device such as starter, switch, meter, etc. Nameplates shall be approxi- mately one inch by two and one -half inches long (1" x 2- 1/2 "), affixed by permanent adhesive. Submit- tal drawings shall include a complete listing and location of each nameplate with its contents. 15 -16.6 Painting Thoroughly clean and phosphate treat each panel before painting. Finish shall consist of a rust - resisting primer coat and two finish coats of light gray enamel (ASA -61) baked on at not less than 300 ° F. 15 -16.7 Manufacture Provide 5KV grouped motor control centers as manu- factured ITE or other approved manufacturer. (New MCC must match existing ITE MCC in height, width, depth and color within reason.) 15 -17 PUSHBUTTON STATION AND SELECTOR SWITCHES Use heavy duty, oil tight, rated not less than 10 amp, 600 volt pushbutton stations and selector switches. Provide all locking attachments on stop pushbutton and all local mounted selector switches. Provide switches as manufactured by Square D, G.E., or an approved equal. 15 -18 INDICATING LIGHTS Full voltage (120 Vac), Type CR104P, as manufactur- ed by General Electric co., or approved equal. 15 -13 1 1 1 1 1 1 1 1 1 1 1 :1 1 1 1 15 -19 ELAPSED TIME METERS Panel mounted digital elapsed time meter with tim- ing function indicating light, calibrated in hours and without reset capability, as manufactured by Automatic Timing and Controls, Series 5702, or approved equal. 15 -20 POWER FACTOR CORRECTION CAPACITORS 15 -20.1 Type Provide indoor totally enclosed, self cooled, 3 phase, 60 Hz, 2500 V shunt capacitor banks with integral fuse protection for load side of FVNR starter switching with respective motor duty cycles. 15 -20.2 Location Power factor correction capacitors shall be located above /adjacent to motor control centers. 15 -20.3 Electrical Characteristics a. BIL: approximate 60KV. b. Fuse Interrupting Capacity: Maximum system capacity at starter main bus is 25,000 amps, 3 phase RMS symmetrical. Actual capacity shall be coordinated with starter fusing. c. Size: Contractor shall determine actual re- quired capacitance based on motor manufactur- er's recommendation. Power factor correction shall be improved to 97 %. 15 -20.4 Construction Dielectric tanks to be of leak proof welded, heavy gauge steel treated for long life in corrosive laden atmosphere. Overall enclosure constructed such that exposed "live" parts (bushings, connec- tions, etc.) will not be encountered by operating personnel. Enclosure shall have ample wiring con- nection space for making up 5KW cable terminations. Provide ventilation louvers if capacitor cannot operate in 40 ° C ambient still air. 15 -14 15 -20.5 Manufacturers Provide power factor correction capacitors as manu- factured by G.E. Type "HWT ", Westinghouse Type "HWP ", Sprague or an approved equal. 15 -21 AS -BUILT DRAWINGS Upon completion of the project, it shall be requir- ed of this project Contractor to submit master wir- ing diagrams outlining all field control and pro- cess control wiring, specifically all MCC control wiring and process control /instrumentation termina- tions. Diagrams shall be cross referenced and reflect actual wiring numbers to facilitate future maintenance changes and /or troubleshooting. 15 -22 TESTS After the Contractor has completed the installation and it is fully operable, he shall so advise the Owner's project representative and arrange to con- duct an operating test to demonstrate that the equipment performs all required functions and is otherwise in compliance with the Specifications. Such test shall be performed in the presence of the Engineer or his authorized representative. The Contractor shall furnish all instruments and per- sonnel required for the test including necessary electrical power. 15 -23 MEASUREMENT AND PAYMENT All plant electrical materials, supplies, labor and other expenses of installation shall be paid for at the contract price bid for the item of work of which this is a component part. 15 -15 SECTION 16 - 15KV PADMOUNTED SWITCHGEAR 16 -01 GENERAL The padmounted gear shall be in accordance with the drawings and one -line diagram and shall conform to the following specifications. The outdoor padmounted gear shall consist of a single self- supporting enclosure, containing three phase gang operated interrupter switches and three phase sets of single pole hook stick operable fuses with the necessary accessory components, all com- pletely factory assembled and operationally check- ed. To ensure a completed coordinated design the switchgear shall be integrally designed and pro- duced by the manufacturer of the basic switching equipment. 16 -02 RATINGS 16 -02.1 The ratings for the integrated padmounted gear shall be as designated below: KV, Nominal KV, Maximum Design KV, BIL Main Bus Continuous, Amperes . . 16 -02.2 Three Pole Interrupter Switches Continuous, Amperes 600 Live Switching, Amperes 600 (2)(3) -Time Duty Cycle Fault Closing, Amperes RMS ASYM (22,400) (40,000) (SMU -20) 16 -02.3 Fuses with integral load interrupter. Maximum, amperes 200E or K Live switching, amperes 200 (2)(3) -time duty cycle fault - closing capability, amperes RMS ASYM (13,000) (22,400) 16 -1 (15KV) 14.4 17.0 95 600 16 -02.4 Short - Circuit Ratings Amperes, Rms Symmetrical 14,000 Mva Three -Phase Symmetrical as rated nominal voltage . 350 16 - SUBMITTALS Shop Drawings: (1) Layout showing dimensions, arrangements, elec- trical ratings, components and weights. (2) Service records showing performance experience of at least five years. (3) Certified test reports of similar manufactured units showing fault closing capability and load interrupting capability of switches and complete padmounted equipment assembly includ- ing all bus based on maximum design voltage. 16 - COMPLIANCE WITH STANDARDS AND CODES The padmounted gear shall conform to or exceed the applicable requirements of the following standards and codes: (1) Applicable safety and health standards promul- gated pursuant to Federal Occupational Safety and Health Act of 1970 which are in effect 30 days prior to the date quotation of bid. (2) Article 710 -21 (e) in the 1981 National Elec- trical Code, which specifies that the inter- rupter switches in combination with power fuses shall safely withstand the effect of closing, carrying, and interrupting all pos- sible currents up to the assigned maximum short - circuit rating. (3) All portions of ANSI, IEEE, and NEMA standards applicable to the basic switch and fuse compo- nents. 16 - ENCLOSURE DESIGN To ensure a completely coordinated design, the pad - mounted gear assembly shall be constructed in accordance with the minimum construction specifica- tions of the fuse and /or switch manufacturer to provide adequate electrical clearances and adequate space for fuse handling. 16 -2 In establishing the requirements for the enclosure design, consideration shall be given to all rele- vant factors such as controlled access and tamper resistance. 16 -06 INSULATORS The interrupter- switch and fuse mounting insulators shall be of a cycloaliphatic epoxy resin system with characteristics and restrictions as follows: (1) Operating experience of at least ten years under similar conditions. (2) Ablative action to ensure nontracking proper- ties. (3) Adequate leakage distance established by test per IEC Publication 507, First Edition, 1975. (4) Adequate strength for short - circuit stress established by test. (5) Conformance with applicable ANSI standards. (6) Homogeneity of the cycloaliphatic epoxy resin throughout each insulator to provide maximum resistance to power arcs. Ablation due to high temperatures from power arcs shall con- tinuously expose more material of the same composition and properties so that no change in mechanical or electrical characteristics takes place because of arc - induced ablation. Furthermore, any surface damage to insulators during installation or maintenance of the pad - mounted gear shall expose material of the same composition and properties so that insulators with minor surface damage need not be replac- ed. (7) Each insulator shall be x -rayed to assure it is essentially void free. 16 -07 HIGH VOLTAGE BUS Bus and interconnections shall consist of Alstan 80 tin plated aluminum bar of 56% IACS conductivity. Bus and interconnections shall withstand the stresses associated with short - circuits up through the maximum rating of the padmounted gear, includ- ing proper allowance for transient conditions. 16 -3 Bolted aluminum -to- aluminum connections shall be made with a suitable number of galvanized steel or silicon bronze bolts and with two Belleville spring washers per bolt, one under the bolt head and one under the nut. Bolts shall be tightened to appro- priate torque to assure good electrical connec- tion. Before installation of unplated bus, all electrical contact surfaces shall first be prepared by machine abrading to remove the aluminum -oxide film. Imme- diately after this operation, the electrical con- tact surfaces shall be coated with a uniform coat- ing of an oxide inhibitor and sealant. 16 -08 GROUND CONNECTION PADS A ground - connection pad shall be provided in each compartment of the padmounted gear. The ground - connection pad shall be constructed of steel 1/4" thick, galvanized and have a NEMA 2 hole pattern for ground connections. The pad shall be welded to the enclosure and shall have a short -cir- cuit rating equal to that of the integrated assem- bly. Ground - connection pads shall be coated with a uni- form coating of an oxide inhibitor and sealant prior to shipment. 16 -09 ENCLOSURE A padmounted gear enclosure shall be of unitized construction (not structural frame and bolted sheet) to maximize strength, minimize weight, and inhibit internal corrosion. The basic material shall be 11 gauge hot rolled pickled and oiled steel sheet. All structural joints and butt joints shall be welded, and the external seams shall be ground flush and smooth. (1) A welding process shall be employed that elim- inates alkaline residues and minimizes distor- tion and spatter. (2) Any welds made by other than this method shall be ground and sanded (wire brushed if inter- nal) to remove all scale and alkaline residues formed during welding. 16 -4 1 1 1 1 1 1 1 1 x1 1 1 1 To guard against unauthorized or inadvertent entry, enclosure construction shall not utilize any exter- nally accessible hardware. The base shall consist of continuous 90- degree flanges, turned inward and welded at the corners, for bolting to the concrete pad. The door openings shall have 90- degree flanges, facing outward, that shall provide strength and rigidity as well as deep overlapping between doors and door openings to guard against water entry. In consideration of tamper resistance, the enclo- sure shall conform to or exceed the requirements of NEMA TR1 -2.01, except that the test values shall be increased to the following levels: A heavy coat of insulating "no- drip" compound shall be applied to the inside surface of the roof to prevent condensation of moisture thereon. Insulating interphase and end barriers of fiber- glass reinforced polyester (NEMA rated GPO -3) shall be provided for each interrupter switch and each set of fuses where required to achieve BIL rat- ings. Switches rated 600 amperes continuous shall have steel barriers separating adjoining compartments. Lifting tabs shall be removable. Sockets for the lifting tab bolts shall be blind- tapped. A resil- ient material shall be placed between the lifting tabs and the enclosure to prevent the tabs from scratching the enclosure finish. To help retard corrosion, this material shall be closed -cell neo- prene to prevent moisture from being absorbed and held between the tabs and the enclosure. 16 -10 DOORS Doors shall be constructed of 11 gauge hot rolled, pickled and oiled steel sheet. Door edge flanges shall overlap with door opening flanges and shall be formed to create a mechanical maze that shall guard against water entry and dis- courage tampering or insertion of foreign objects. 16 -5 Doors shall have a minimum of three stainless steel hinges and hinge pins. The hinge pins shall be secured in place to guard against tampering. In consideration of controlled access and tamper resistance, each door shall be equipped with a positive- action three -point latching system. Each door shall be provided with a recessed stain- less steel door handle. The door handles and switch handles shall be padlockable and shall incorporate a hood to protect the padlock shackle from tampering. Each handle shall be provided with a recessed (hex) (penta) head bolt for additional security. Doors providing access to fuses shall have provi- sions to store spare fuse units or refill units. Each door shall be provided with a galvanized steel door holder located above the door opening. These holders shall be hidden from view when the door is closed, and it shall not be possible for the hold- ers to swing inside the enclosure. 16 -11 FINISH Any welds made by other than the gas - shielded short - circuiting transfer welding process shall be ground and sanded (wire brushed if internal) to remove all scale and alkaline residues formed dur- ing welding. Full coverage at joints and blind areas shall be achieved by processing enclosures independently of components such as doors and roofs before assembly into the unitized structures. All exterior seams shall be filled and sanded smooth for neat appearance. To remove oils and dirt, and to form a chemically and anodically neutral conversion coating to im- prove the finish -to -metal bond, and to retard underfilm propagation of corrosion, all surfaces shall undergo a thorough pretreatment process before any protective coatings are applied. After pretreatment, protective coatings shall be applied that shall help resist corrosion and pro- tect the steel enclosure. To establish the 16 -6 1 1 1 1 1 1 1 _i 1 1 .1 1 1 ability of the finishing system to resist corrosion and protect the enclosure, representative test specimens shall satisfactorily pass the following tests: (1) 1000 hours of exposure to salt -spray testing per ASTM B 117 -73 with loss of adhesion from bare metal not to extend more than 1/8" and underfilm corrosion not to extend more than 1/16" from the scribe. (2) 850 hours of humidity testing per ASTM D 2247 with no blistering as evaluated per ASTM D 714-56. (3) 500 hours of accelerated weathering testing per ASTM G 53 -77 with no more than 20% reduc- tion of paint loss. (4) Crosshatch adhesion testing per ASTM D 3359 Method B with no loss of paint. (5) 160 inch -pound impact adhesion testing per ASTM D 2794 -69 with no paint chipping or cracking. Certified test abstracts substantiating such capa- bilities shall be furnished upon request. The finishing system shall be applied without sags or runs for a pleasing appearance. After the enclosure is completely assembled and the components (switches, fuses, bus, etc.) are in- stalled, the finish shall be inspected for scuffs and scratches. Blemishes shall be carefully touch- ed up by hand to restore the protective integrity of the finish. The finish shall be padmount green, Munsell No. 7.0GY3.29/1.5. (Optional color ASA 61 light gray or ASA 70 light gray.) To guard against corrosion, all hardware (including door fittings, fasteners, etc.), all operating mechanism parts and other parts subject to abrasive action from mechanical motion shall be of either nonferrous materials, or galvanized or zinc - plated ferrous materials. Cadmium - plated ferrous parts shall not be used. Threaded weld studs on the interior of the enclosure shall be stainless steel. 16 -7 1 1 1 1 1 1 1 1 1 1 1 1 1 16 -12 INTERRUPTER SWITCHES Interrupter switches shall have a (2)(3) -time duty cycle fault - closing rating equal to or exceeding the short - circuit rating of the integrated pad - mounted gear assembly. These ratings define the ability to close the interrupter switch (two) - (three) times against a three -phase fault with asymmetrical current in at least one phase equal to the rated value, with the switch remaining operable and able to carry and interrupt rated current. Tests substantiating these ratings shall be per- formed at maximum design voltage with current applied for at least 10 cycles. Certified test abstracts establishing such ratings shall be fur- nished upon request. Interrupter switches shall utilize a quick -make, quick -break mechanism installed by the switch manu- facturer. The quick -make, quick -break mechanism shall be integrally mounted on the switch frame, and shall swiftly and positively open and close the interrupter switch independent of the switch oper- ating hub speed. Interrupter switches shall be operated by means of an externally accessible 3/4" hex switch - operating hub. The switch - operating hub shall be located within a recessed stainless steel pocket mounted on the side of the padmounted gear enclosure and shall accommodate a 3/4" deep- socket wrench or a shallow - socket wrench with extension. The switch - operating hub pocket shall include a padlockable stainless steel access cover that shall incorporate a hood to protect the padlock shackle from tampering. Stops shall be provided on the switch operating hub to prevent overtravel and thereby guard against damage to the interrupter switch quick -make, quick -break mechanism. Labels or targets to indicate switch positions shall be provided in the switch operating hub pocket. Each interrupter switch shall be completely assem- bled and adjusted by the switch manufacturer on a single rigid mounting frame. The frame shall be of welded steel construction. Interrupter switch contacts shall be of silver -to silver construction for optimum current transfer and shall be backed up by stainless steel springs to provide constant high contact pressure. 16 -8 Interrupter switches shall be provided with contact blades for circuit closing including fault closing, and continuous current carrying, and circuit inter- rupting means. Spring loaded auxiliary blades shall not be permitted. Circuit interruption shall be accomplished by use of an interrupter which is positively and inherent- ly sequenced with the blade position. It shall not be possible for the blade and interrupter to get out of sequence. Interrupter switches shall have a readily visible open gap when in the open position to allow posi- tive verification of correct switch position. Interrupter switches shall be provided with hinge - end terminal pads that guard the switch against damage due to excessive cable or foundation move- ment. Each interrupter switch shall be provided with a switch - operating handle. The switch - operating handle shall be secured to the inside of the switch operating hub pocket by a brass chain. The folded handle shall be stored behind the closed switch operating hub access door. 16 -13 FUSES Fuses shall be disconnected style, solid material power fuses, and shall utilize (fuse unit and end fitting construction for (SMU -20)) or (fuse holder and fuse unit (for SM -4)). The fuse unit shall be readily replaceable and low in cost. (1) Fusible elements shall be nonaging and nondam- ageable so that it is unnecessary to replace unblown companion fuses on suspicion of damage following a fuse operation. (2) Fusible elements for fuse units, rated 10 amp- eres or larger, shall be helically coiled to avoid mechanical damage due to stresses from surges. (3) Fusible elements shall be supported in air to allow cooling after current surges to help prevent damage. (4) Each fuse unit shall have a single fusible element to eliminate the possibility of un- - _ equal current sharing in parallel current paths. 16 -9 (5) Power fuses shall have melting time current characteristics that are permanently accurate to within a total of 10% in terms of current. Time current characteristics shall be avail- able which permit coordination with protective relays, automatic circuit reclosers, and other fuses. (6) Power fuses shall be capable of detecting and interrupting all faults whether large, medium, or small (down to minimum melting current), under all realistic conditions of circuitry, with line -to -line or line -to- ground voltage across the power fuse, and shall be capable of handling the full range of transient recovery voltage severity associated with these faults. (7) All arcing accompanying power fuse operation shall be contained within the fuse, and all arc products and gases evolved during fuse operation shall be effectively contained with- in the exhaust control device. (8) Power fuses shall be equipped with a blown - fuse indicator that shall provide visible evi- dence of fuse operation while installed in the fuse mounting. Fuse mounting jaw contacts shall incorporate an integral load interrupter that shall permit live switching of fuses with a hookstick. (1) The integral load interrupter shall be in the current path continuously. Auxiliary blades shall not be used. (2) Live switching shall be accomplished by a firm, steady opening pull on the fuse pull ring with a hookstick. No separate load interrupting tool shall be required. (3) The integral load interrupter shall require a hard pull to unlatch the fuse to reduce the possibility of an incomplete opening opera- tion. (4) Internal moving contacts of the integral load interrupter shall be self- resetting after each opening operation to permit any subsequent closing operating to be performed immediate- ly. 16 -10 (5) Circuit interruption shall take place com- pletely within the integral load interrupter with no external arc or flame. (6) The integral load interrupter and the fuse shall be provided with separate fault - closing contacts and current - carrying contacts. The fuse hinge shall be self - guiding and, together with the fault - closing contacts, shall guide the fuse into the current - carrying contacts during closing operations. Circuit - closing inrush currents and fault currents shall be picked up by the fault - closing contacts, not by the current - carrying contacts or interrupt- ing contacts. (7) Integral load interrupters for power fuses shall have a (1)(3) -time duty cycle fault closing capability equal to the interrupting rating of the fuse. The duty -cycle fault - closing capability defines the level of avail- able fault current into which the fuse can be closed the specified number of times (one or three times) without a quick -make mechanism and when operated vigorously through its full travel without hesitation at any point, with the integral load interrupter remaining oper- able and able to carry and interrupt currents up to the emergency peak -load capabilities of the fuse. 16 -14 WARNING SIGNS All external doors shall be provided with NEMA approved "WARNING- HAZARDOUS VOLTAGE INSIDE - -KEEP OUT" signs. The inside of each door and each of the front insulating barriers shall be provided with NEMA approved "DANGER HAZARDOUS VOLTAGE- -KEEP OUT" signs. The inside of each door providing access to inter- rupter switches shall be provided with warning signs indicating that "SWITCH BLADES MAY BE ENER- GIZED IN ANY POSITION ". The inside of each door providing access to power fuses shall be provided with warning signs indicat- ing that "FUSES MAY BE ENERGIZED IN ANY POSITION ". 16 -11 16 -15 RATING NAMEPLATES AND CONNECTION DIAGRAMS The outside of both the front and back shall be provided with nameplates indicating the manufactur- er's name, catalog number, and model number. The inside of each door (or set of double doors) shall be provided with a ratings label indicating the following: voltage ratings; main bus contin- uous rating; short - circuit ratings (amperes, rms symmetrical and Mva three -phase symmetrical at rated nominal voltage); the type of fuse and its ratings including duty -cycle fault - closing capabil- ity; and interrupter switch ratings, including duty -cycle fault - closing capability and amperes, short -time, rms (momentary, asymmetrical and one - second, symmetrical). A three line connection diagram showing interrupter switches, fuses with integral load interrupter, and bus along with the manufacturer's model number shall be provided on the inside of the front and rear doors, and on the inside of each switch oper- ating hub access cover. 16 -16 AUXILIARIES End fittings or holders, and fuse units or refill units for original installation, as well as one spare fuse unit or refill unit for each fuse mount- ing shall be furnished. A fuse handling tool as recommended by the fuse manufacturer shall be furnished. 16 -17 MEASUREMENT AND PAYMENT All 15KV padmounted switchgear materials, supplies, labor, and other incidentals of installation shall be paid for at the contract price bid for the item of work of which this is a component part. 16 -12 SECTION 17 - PAVING AND SURFACING 17 -01 DESCRIPTION The work to be performed under this Section of the Specifications consists of base construction, sur- facing and paving required to accomplish the con- struction of the roads and parking area as speci- fied and as indicated on the Drawings. The work of this Section of the Specifications shall be performed in compliance with these Speci- fications and those portions of the Standard Speci- fication for Construction of Highways, Streets and Bridges as adopted by the State Highway Department of Texas, January 3, 1972, as referenced and /or as modified in this Section. Note: in the adoption of the Texas Highway Depart- ment Standard Specifications, it is under- stood that any reference made to the Texas Highway Department or to the Engineer shall be taken to infer the Owner or Engineer of the Owner as defined in the General Condi- tions. All reference to measurement and payment in the applicable Standard Specifi- cations of the Texas Highway Department are hereby deleted. Routine testing of materials and concrete, as spe- cified herein, for compliance with technical requirements of this section, will be performed by the testing agency selected and paid for by the Owner and /or the Owner's Agent. 17 -02 MATERIALS 17 -02.1 Concrete Concrete shall conform to the requirements in Sec- tion 02, "Cast -in -Place Concrete" of these Specifi- cations and shall attain a strength of 3,000 psi in 28 days when cured and tested in accordance with THD Bulletin C -11. Reinforcing steel shall be deformed bars conforming to ASTM A -615, Grade 60. Expansion joint filler shall be preformed asphalt fiber joint material conforming to AASHTO M -59. 17 -1 Joint sealing compound shall consist of hot poured rubber that will melt to a pouring consistency and solidify upon cooling to ambient temperature. 17 -02.2 Flexible Base The work of constructing the flexible base as indi- cated on the Drawings and as specified herein shall be governed by Texas Highway Department Specifica- tions Item 248 except as expressly modified as fol- lows: a. 248.3 "Types" - Flexible base material shall be Type A. b. 248.4 "Grade" - The flexible base material shall comply with the requirements of Grade 2. 17 -02.3 Subgrade Subgrade shall be scarified and compacted to a min- imum density of 90% proctor. All deleterious material shall be removed and disposed of by the Contractor. 17 -02.4 Asphalt Concrete Asphaltic concrete shall conform to TDH Specifica- tions Item 340, "Hot Mix Asphaltic Concrete Pave- ment", Type D. a. Mineral filler shall comprise not more than 10 percent of weight of the total aggregate mix. b. Coarse and fine aggregates used in asphaltic concrete mixtures shall have approximately the same bulk gravities. Asphalt Cement - Material for use as cement in asphaltic concrete pavement shall comply with THD Specifications Item 300. Prime Coat - Asphaltic material for use a a prime coat on base material shall be MC 30. 17 -03 EXECUTION - FLEXIBLE BASE 17 -03.1 Application Material deposited upon the subgrade shall be spread and shaped the same day. The material shall 17 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 be spread, bladed, dragged and shaped to comply with the sections shown on the Plans. All areas and nests of segregated coarse or fine material shall be corrected or removed and replaced with properly graded material. If additional binder is necessary to obtain proper gradation after the material is spread and shaped, it shall be furnish- ed and applied in an amount acceptable to the Engi- neer. Such additional binder material shall be incorporated carefully and evenly with the material in place by scarifying, harrowing and brooming. 17 -03.2 Density Controlled Compaction The base course shall be sprinkled and compacted to the extent necessary to provide not less than the density specified in the Drawings. In addition to the requirements specified for density, the full depth of flexible base shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section of the flexible base is completed, tests will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet the specifications. The shape of the course shall be maintained throughout the entire operation by blading, and the surface upon completion shall be smooth and in compliance with the typical section and lines and grades shown on the Plans. In the area on which pavement is to be placed, any deviation in excess of 1/4 inch in cross section within a length of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and recom- pacting by sprinkling and rolling. All irregular- ities, depressions or weak spots shall be corrected by scarifying the total areas affected, adding suitable material as required, reshaping and recom- pacting by sprinkling and rolling. Should the base course, due to any reason or cause, lose the re- quired stability, density and finish before the surfacing is complete, it shall be recompacted and refinished at the expense of the Contractor. 17 -04 ASPHALT CONCRETE PAVEMENT CONSTRUCTION 17 -04.1 Hatching and Mixing Plant batch procedures and hot - mixing shall be per- formed in accordance with Texas Highway Department standard specifications for hot mix asphaltic con- crete pavement (Class A) Item 340. 17 -3 1 1 1 1 1 1 1 1 1 : 1 1 1 1 i� 1 17 -04.2 Transporting Asphaltic Concrete The asphaltic mixture, prepared as specified above, shall be hauled to the work in tight vehicles pre- viously cleaned of all foreign materials. The dis- patching of the vehicles shall be arranged so that all material delivered may be placed, and all roll- ing shall be complete during daylight hours. In cool weather or for long hauls, canvas covering and insulating of the truck bodies may be required. The inside of the truck body may be given a light coating of oil, lime slurry or other material sat- isfactory to the Engineer, if necessary to prevent mixture from adhering to the body. 17 -04.3 Prime Coat All base courses to receive asphaltic concrete pavement and all surfaces of adjacent works to come into permanent contact with the asphaltic pavement, including but not limited to gutters, headers, man- holes, and valve boxes, shall be cleaned and primed with a uniform application of asphaltic material as specified. The priming material shall be applied with a self - propelled pressure distributor sprayer, except in places impossible to use a sprayer, at a rate of between 0.2 and 0.3 gallons per square yard of surface. Subsequent application of pavement course shall not be laid until the primed surfaces have cured long enough to evaporate the volatiles. Alternative methods of application at the same cov- erage rates shall be used where the pressure dis- tributor sprayer cannot be used. 17 -04.4 Placing The asphaltic pavement mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine and pro- perly compacted. The finished pavement shall be smooth, uniform in density and shall comply with the requirements of the cross sections shown on the Plans and the surface tests. All asphaltic con- crete material shall be placed and rolled during daylight hours. .The mixture shall be at a tempera- ture between 225 ° F. and 325 ° F. when placed. During the application of asphaltic material, care shall be taken to prevent splattering on adjacent pave- ment, curbs, gutters and other structures. 17 -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Adjacent to gutters, headers, manholes, valve boxes and other similar structures, the pavement surfaces shall be placed uniformly high so that when com- pacted they will be even with the top edge of the flush structures. 17 -04.5 Rolling and Compacting The asphalt concrete mixture shall be compressed thoroughly and uniformly with the specified rolling machines capable of compacting each course in com- pliance with these Specifications. Rolling with the pneumatic -tire, three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On sloping sec- tions, rolling shall begin at the low side and pro- gress toward the high side. Rolling shall be con- tinued until no further compression can be obtained and all roller marks are eliminated. At least two rollers shall be provided for each job, one of which shall be a multiple -wheel pneumatic -tire roller. The motion of the roller shall be slow enough at all times to avoid displacement of the asphaltic concrete mixture. If any displacement occurs, it shall be corrected at once by the use of rakes, the addition of fresh mixture where required, and a further reduction of rolling speed to avoid repeti- tive displacement of the mixture. The roller shall not be allowed to stand on pavement which has not been fully compacted and which has not cooled to the normal atmospheric temperature. Prevention of adhesion of the surface mixture to the roller shall be accomplished by keeping the wheels evenly moist- ened with water, but excesses of water shall be avoided. Necessary precautions shall be taken at all times to prevent the dropping of gasoline, oil, grease or other foreign matter on the pavement either when the rollers are in operation or when standing. The edges of the pavement along curbs, headers, manholes, valve boxes and similar structures, and all places not accessible to the roller, or such areas where proper compaction cannot be obtained with the roller, shall be thoroughly compacted with lightly oiled tamps. 17 -5 The surface course after final compaction shall have a density of not less than 96 percent of the density developed in the laboratory test method, ASTM D -1188, "Test for Bulk Specific Gravity of Compacted Bituminous Mixtures, Using Paraffin -Coat- ed Specimens ". Laboratory specimens shall be com- pacted according to standard Texas Highway Depart- ment test methods.• 17 -04.6 Construction Joints The placing of the mixture shall be as continuous as possible, and the roller shall pass over the unprotected edge of the freshly laid mixture only when the laying is discontinued for such length of time as will permit chilling or cooling of the mix- ture. In every case when resuming the work, the work previously laid shall be cut back to produce a slightly beveled edge for the full depth of the course; the material cut away shall be removed from the site of the work. Fresh mixture shall be laid against the fresh cut, or if desired, a stout rope may be placed across the pavement where the joint is made. When resuming the work, the material laid shall be cut back to the rope which will be removed together with the surplus materials, and the fresh mixture shall be laid against the joint thus form- ed. Hot smoothing irons may be used for sealing joints, but care shall be exercised to avoid burn- ing the surface. Construction joints shall be either parallel to, or at right angles to, the longitudinal axis of the work. 17 -04.7 Tests The surface of the pavement, after compression, shall be smooth and true to the established line, grade and cross section, and shall have no devia- tion in excess of 1/8 inch per foot from the near- est point of contact when tested with a 10 foot straightedge placed parallel to the centerline of the roadway. The maximum ordinate measured from the face of the straightedge shall not exceed 1/8 inch at any point. All areas not complying with this requirements shall be corrected. The testing agency will cut cores or sections from the pavement at locations selected by the Engineer in order to determine if the specified thickness, stability and density have been obtained. If any 17 -6 core indicates a deficient thickness, the Contrac- tor may cut additional cores at his own expense in order to define the area of deficiency. The Con- tractor shall remove and repair or overlay the areas of deficient thickness designated by the Engineer with at least 1/2 inch thickness of addi- tional hot mix asphaltic- concrete. 17 -05 MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 17 -7 SECTION 18 - CRIB TYPE RETAINING WALLS 18 -01 DESCRIPTION This Section provides for a CamWall" crib type retaining wall, or approved equal, constructed in accordance with these Specifications and in accord- ance with the lines, grades, design and dimensions shown on the Plans. 18 -02 MATERIALS 18 -02.1 Concrete Cement shall conform to the requirements of ASTM C -150 and shall be stored and handled so that it is protected against deterioration or contamination at all times. Cement content shall not be less than 6 bags per cubic yard of concrete. Concrete shall yield an end project with a concrete compressive strength at 28 days of 3000 psi. 18 -02.2 Aggregates Fine and coarse aggregates shall comply with the requirements of ASTM C -33. All aggregates shall pass a standard 1/2" square mesh sieve. 18 -02.3 Water Water shall be potable and free from any deleter- ious substances. 18 -02.4 Reinforcement Steel reinforcement shall be free from damage and contamination and shall be clean and free from all loose mill scale, dust and loose rust, and coatings such as paint and oil immediately before concret- ing. Reinforcing shall consist of 3/8" rebar in each component or steel -fibre reinforcement to Engineer's approval. 18 -02.5 Admixtures Air- entraining admixtures shall comply with State and Federal requirements for admixtures. 18 -02.6 Placing Reinforcement Reinforcement shall be placed and maintained in the design positions within +1 ", but without reducing the minimum cover specified. 18 -1 18 -02.7 Concrete Cover to Reinforcement The minimum cover to reinforcing steel shall be 3/4 ". 18 -03 MANUFACTURE OF UNITS 18 -03.1 Formed Surfaces The sides of the units which will bear against other units shall be constructed so that the fin- ished units will meet the tolerances specified and so that the units may be stripped without damage to the concrete. All surfaces of units shall have a uniform appearance free from honeycombed areas. 18 -03.2 Curing The units shall be protected from frost and from the direct rays of the sun and from drying winds. They shall not be used in a wall until sample test specimens show that at least 70 percent of the specified compressive strength has been attained, or a minimum of 5 days. At no time shall pallets be stacked one on the other during the curing per- iod. 18 -03.3 Tollerances for Individual Units The length of headers, stretchers and closers shall be within 1/8" of the dimension shown on the approved shop drawings. The width of units shall be within + 1/8" of the approved shop drawings. The distance between bearing surfaces at any one of a unit and all those dimensions governing the interchangeability and the fitting together of the units shall be within + 1/4" of the approved shop drawings. Each face of the unit which bears against another unit shall not depart by more than 1/4" from a plane surface. 18 -03.4 Transporting and Storing All units shall be transported and stored on pal- lets or other approved form of container that will minimize handling. 18 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YI The units shall be stacked carefully on the pallet, with no more than 35 components to a pallet. 18 -03.5 Select Granular Backfill (within the Wall Cells) CamWall' cell backfill material shall consist of soils free of organic matter and rocks larger than six (6) inches in diameter and possessing an Atten- berg Plasticity index (PI) of between 8 and 20 with a liquid limit of 35% or less. Prior to bringing any of the proposed material to the site, submit for review by the Engineer, an analysis of the proposed material, including a moisture - density relationship curve prepared in accordance with ANSI /ASTM D -698 byu a certified independent testing laboratory employed and paid by the Contractor. 18 -03.6 Backfill Quality Assurance Materials not conforming to these Specifications shall not be used without the written consent of the Engineer. The Contractor, or the material supplier as his agent, shall furnish to the Engineer a Certificate of Compliance certifying that the above materials comply with the applicable contract specifications. A copy of all test results performed by the Con- tractor or his supplier necessary to assure con- tract compliance shall also be furnished the CamWall" Engineer. Acceptance of the substitute backfill material will be based on the Certificate of Compliance, accom- panying test reports, and visual inspection by the Engineer and the CamWall" Engineer. 18 -04 INSTALLATION CamWall' crib construction shall be to the lines and levels shown on the drawings. String lines shall be used to define the front face of the wall and the shape of the foundation. 18 -04.1 Excavation A bench excavation to the specified wall bearing strata shall be made by the Contractor for the base of the crib wall. Unless otherwise specified on the drawings, the benches shall be horizontal in 18 -3 • the line of the wall and have a fall of 1 in 4 from the front to the back of the excavation. The mini- mum depth of the excavation shall be as shown on the drawings. 18 -04.2 CamWall" Crib - Construction The crib units shall be handled and placed in such a manner that they are not cracked or chipped and so that no damage is caused to the seating areas. The first course of units shall be stretchers (or closers) unless shown otherwise on the drawings. Care shall be taken in the placement of these units. Additional units shall be placed in a uniform pat- tern as shown on the drawings. Stretchers and clo- sers shall be placed so as to show the same texture on the outside face. 18 -04.3 Backfill Placement Backfill placement shall closely follow the erec- tion of each lift of units. The normal lift thick- ness shall be 8 inches (loose). This thickness may increase or decrease if necessary to obtain the specified density. 18 -04.4 Compaction Backfill shall be compacted using light mechanical tampers in accordance with the project specifica- tions for embankment except that the minimum re- quired compaction within the crib -wall cells shall be 95 percent of maximum density as determined by ANSI /ASTM D -698. Backfill compaction shall be accomplished without disturbance or distortion of inplace units. Compaction in a strip adjacent to the backside of the wall shall be achieved using light mechanical tampers. At the end of each day's operations, the Contractor shall shape the last level of backfill so as to permit runoff of rainwater away from the wall face. 18 -04.5 Disposal of Excess Material Remove excess CamWall° materials, excavation mater- ial, backfill material, and waste materials to a designated area before substantial completion. Dispose of the waste material without causing expense or damage to the Owner. 18 -05 MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 18 -5