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