R-86-846 - 3/31/1986ATTEST:
?a2 a��
City Secretary
RESOLUTION NO. Q `zeo k
WHEREAS, the City has duly advertised for bids for a 2,000,000
gallon clear well storage, and
WHEREAS, ��jy/�Q �„(., submitted the lowest
and best bid, and
WHEREAS, the Council wishes to accept the bid of
and to authorize the execution of the necessary
documents, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE ] CITY OF ROUND ROCK, TEXAS
That the bid of Y,�(ih!'! is hereby
accepted as the lowest and best bid, and the Mayor is authorized and
directed to enter into an agreement with a f cce, ;11,4L_ for
a 2,000,000 gallon clear well storage.
RESOLVED this 31st day of March, 1986.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 2,000,000 Gallon Clearwell:
(approximately 18 feet high)
located at the Round Rock Water
Treatment Plant, including stan-
dard roof, tank appurtenances,
excavation, select fill, and all
improvements in and around the
site as indicated on the Plans,
not including concrete and rein-
L.S.
1
$
$190,000.00
$
$179,150.00
$
$186,537.00
forcing steel for the foundation
2. Reinforced Concrete Foundation:
Design by Contractor
L.S.
1
41,500.00
54,750.00
44,846.00
3. Cleaning, Painting and Steriliza-
tion of the 2,000,000 Gallon
Clearwell
L.S.
1
47,500.00
55,000.00
61,425.00
TOTAL - 2,000,000 GALLON CLEARWELL
$279,000.00
$288,900.00
$292,808.00
BIDS EXTENDED AND CHECKED
Haynie & K Inc.
CONSULTING ENGINEERS BID TABULATIONS By: MDV, WVL, CLA
1106 South Mays Date: 2 -28 -86
Ilt
Round Rock, Texas 78664 Sheet: 1 of 2
(512) 255 -7861
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
ADVANCE TANK - TEXAS, INC.
Beaumont, Texas
TANK BUILDERS, INC.
Euless, Texas
HOLLOWAY CO., INC.
Ft. Worth, Texas
JOB NO. 103 -799 BID DATE 2 -27 -86 TIME 2:15 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION -
2,000,000 GALLON CLEARWELL
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
No
Yes
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 2,000,000 Gallon Clearwell:
(approximately 18 feet high)
located at the Round Rock Water
Treatment Plant, including stan-
dard roof, tank appurtenances,
excavation, select fill, and all
improvements in and around the
site as indicated on the Plans,
not including concrete and rein-
forcing steel for the foundation
L.S.
1
$
$257,512.00
$
$
$
_
$
2. Reinforced Concrete Foundation:
Design by Contractor
L.S.
1
35,765.00
3. Cleaning, Painting and Steriliza-
tion of the 2,000,000 Gallon
Clearwell
L.S.
1
63,684.00
TOTAL - 2,000,000 GALLON CLEARWELL
$356,961.00
$
$
BIDS EXTENDED AND CHECKED
BID TABULATIONS By: MDV, WVL, CLA
Date: 2 -28 -86
Sheet: 2 of 2
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
SHILOH TANK & ERECTION
CO., INC.
Springdale, Arkansas
JOB NO. 103 -799 BID DATE 2 -27 -86 TIME 2:15 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION -
2,000,000 GALLON CLEARWELL
BID BOND ENCLOSED?
Yes
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
it
"
ar`
•CITY OF ROUND ROCK, TEXAS
1985 C.I.P. - WATER PLANT EXPANSION
2,000,000 GALLON CLEARWELL
CONTRACT DOCUMENTS AND SPECIFICATIONS
PROJECT NO. 103 - 799 -45
Bids will be received at City Hall, 214 E. Main Street, Round
Rock, Texas 78664, at 2:15 o'clock p.m., on Thursday, Feb-
ruary 27, 1986.
Specification No.
Haynie & Kaltman, Inc.
11 1: Haynie & Kallnlan, Inc.
CONSULTING ENGINEERS
MDV /cla
February 21, 1986
ADDENDUM NO. 1
1985 C.I.P. WATER PLANT EXPANSION
2,000,000 GALLON CLEARWELL
ADDENDUM NO. 1 - 1/1
1106 South Mays• Round Rock, Texas 78664 • (512) 255-7861
Addendum No. 1 to the Plans, Contract Documents and
Specifications for the 1985 C.I.P. Water Plant Expansion -
2,000,000 Gallon Clearwell for the City of Round Rock.
1. Technical Specifications, Section 04 - Welded Steel
Ground Storage Tank, Page 04 -1 has been revised.
Replace the existing Page 04 -1 with the attached revised
Page 04 -1.
2. All Bidders shall acknowledge receipt of Addendum No. 1
on Page 2 of 5 of the Proposal.
HAYNIE & KALLMAN, INC.
Michael D. Tiergakis
Design Engineer
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
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 LOW BIDDER
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
TANK FOUNDATION REPORT
1
1
1
1
1
1
1
1
1
1
1
s1
1
1
1
1
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.
Page 1 of 2
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.
Page 2 of 2
1
1
1
1
1
1
1
1
1
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 2,000,000 GALLON CLEARWELL, to be opened at 2:15
p.m., Thursday, February 27, 1986."
A proposal will not be accepted unless prepared on the bid-
ding form provided. The sealed proposals will be publicly
opened and read at the time and place stated in the Notice
Inviting Bids. Bidders or their authorized agents are invit-
ed to be present. Unauthorized conditions, limitations or
provisions attached to a proposal will render it informal and
may cause its rejection. The complete proposal forms shall
be without addition, alterations or erasures. Alternative
proposals will not be considered unless called for. No oral,
telegraphic or telephonic proposals or modifications will be
considered. The proposal may be withdrawn upon request by
the bidder without prejudice to himself prior to, but not
after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his
duly authorized representative, and is filed with the Owner.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership,
corporation or association under the same or different names,
will not be considered. Reasonable grounds for believing
that any bidder is interested in more than one proposal for
the work contemplated will cause the rejection of all propo-
sals in which such bidder is interested. If there is reason
for believing that collusion exists among bidders, all bids
will be rejected and none of the participants in such collu-
sion will be considered in future proposals.
1 of 3
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after an award of the Contract,
the Owner will return the proposal guarantees accompanying
each of the proposals as are not considered in making the
award. All other proposal guarantees will be held until the
Contract has been finally executed. They will then be re-
turned to the respective bidders whose proposals they accom-
pany.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will be awarded to responsible bidders
whose proposals comply with all the requirements prescribed.
Awards, if made, will be made within sixty (60) calendar days
after the opening of the proposals. The Owner reserves the
right to reject any or all bid proposals, to accept the low-
est responsible bidder's proposal, and to waive any informal-
ity in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written con-
tract with the Owner on the form of agreement provided.
Failure or refusal to enter into a contract as herein provid-
ed, or to conform to any of the stipulated requirements in
connection therewith shall be a just cause for the annulment
of the award. If the successful bidder refuses or fails to
execute the Contract, the Owner may award the Contract to
second lowest responsible bidder. If the second lowest re-
sponsible bidder refuses or fails to execute the Contract,
the Owner may award the Contract to the third lowest respon-
sible bidder. On the failure or refusal of such second and
third lowest responsible bidder to execute the Contract, the
work may be re- advertised.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cash-
ier's check or bid bond in the amount of not less than 5% of
the amount named in the proposal. Said check or bond shall
be made payable to the Owner and shall be given as a guaran-
tee that the bidder, if awarded the work, will enter into a
contract within ten (10) days after the award and will fur-
nish the necessary bonds as hereinafter provided. In case of
refusal or failure to enter into said contract, the check or
bond as the case may be, shall be forfeited to the Owner. No
bidder's bond will be accepted unless it conforms substan-
tially to the form furnished by the Owner, which is bound
herein, and is properly filled out and executed.
2 of 3 -
1
1
1
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.
1 3of3
1
propos
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
1985 C.I.P. WATER PLANT EXPANSION
2,000,000 GALLON CLEARWELL
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 5
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 180 calendar days.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reser-
ves the right to reject any or all Proposals or to waive any
informalities of technicalities in any proposal in the inter-
est of the Owner, except as specifically limited by the terms
of the Contract Documents or applicable Laws or Governmental
Regulations.
ADDENDA
The undersigned acknowledges receipt of the following adden-
da:
Addendum No. Dated
1 2/20/86
Page 2 of 5
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
ADVANCE TANK - TEXAS, INC. February 27, 1986
Name of Contractor Date
Dennis L. Lagrimini
Executed by (Signature)
P. O. Box 7273
Business Address
Beaumont Texas Jefferson
City State County
(Seal if Bid is by a Corporation.)
ATTEST:
Lois Russell -
Page 3 of 5
Vice President
Title or Position
(409) 866 -7547
Telephone Number
NOTE: The original hand - written Proposal is on file in the
Engineer's office.
77706
Zip
1
PROPOSAL BIDDING SHEET
' CONTRACT: 1985 C.I.P. WATER PLANT EXPANSION
JOB NAME:
2,000,000 GALLON CLEARWELL
JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
OWNER: CITY OF ROUND ROCK
1 Gentlemen:
I 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,
I 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 a 2,000,000
I Gallon Clearwell, and binds himself on acceptance of this proposal to
execute a contract and bond for completing said project within the time
stated, for the following prices, to wit:
' Bid Item Description
Item Quantity Unit and Written Lump Sum Price Amount
1 1 1 L.S. 2,000,000 Gallon Clearwell: (approxi-
mately 18 feet high) located at the
I Round Rock Water Treatment Plant,
including standard roof, tank appurte-
nances, excavation, select fill, and
all improvements in and around the
1
site as indicated on the Plans, not
including concrete and reinforcing
steel for the foundation, complete in
1 place, per lump sum
One Hundred Ninety
1 for Thousand Dollars
and no Cents $ 190,000.00
2 1 L.S. Reinforced Concrete Foundation:
'
Designed by Contractor for Item 1
above, complete in place, per lump
sum
1 Forty -One Thousand,
for Five Hundred Dollars
' and no Cents $ 41,500.00
1 Page 4 of 5
1
1
' Sid Item Description
Item Quantity Unit and Written Lump Sum Price Amount
I 3 1 L.S. Cleaning, Painting and Sterilization of
2,000,000 Gallon Clearwell, complete in
place, per lump sum
1 Forty -Seven Thousand,
for Five Hundred Dollars
and no - Cents $ 47,500.00
1
TOTAL - 2,000,000 GALLON CLEARWELL $ 279,000.00
(Items 1 thru 3)
1
1
1 1
1
1
1
Page 5 of 5
Y4 x a' PhD' us
KNUCKLE'
• o
• 3.
ADVANM TANK - .TEAS Inc.
J q g S, C . z. P. — mayr✓'R FL4 r m. G.. C'cAew E L L.
ROOF CoLun+NS
QooF STRucruRE
• V "77/k BnrroM
C L, W. T. S. O.)
Z// 4. Cok.fE 00 g
(L. w.'r. s. o.)
ErJERAL_ NnrEs
1. T-lIS STRUCTURE TG BE DESINED, FA5RIC.i1TED,A1.lD ERELTE D I N 4.CLORI74 &CE
WITH AW4JA D - /oo Co DE , I3PPEA Dix C c'Es/ A1.
Z.,DVANC.E TANK -TEXAS RESERVES THE RIC IT TO HAKE MODIFICATIOIJS •
IN THE DES14K1 OF THIS STRUCTURE PRCVIDEP THAT THE REVISED PESK II N
..COMPLIES WITH THE SPELIFICATIOMS.
SOIL 15 'ASSUMED TO BE , PS F. SOIL 5EARINC1 PRESSURE /ANC'
tt TEST CONCRETE.
• IHMWUROMM RDUMUlk tUDIMU lliffinNUMGMFM MD.
UNITED STATES FIDEL
KNOW ALL MEN EY THESE PRESENTS:
THAT
MD BOND
ny)
BOND NUMBER
Advance Tank
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto --- —
Signed, sealed and delivered Eabruar4 1986
(Date)
ARANTY COMPANY
of_.2 - BOX 7273, .9.EUNI Walden_lid -
Beaumont, TX. 77706 , as Principal , and UNITED STATES FIDELITY AND
5% of total amount of this bid
as Obligee, in the full and just sum of
-------
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS. the said Principal Is herewith submitting its proposal
"Bid for 2,000,000 Gallon Clearwell"
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the
time required, enter Into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference In money between
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work
if the latter amount be in excess of the former, but In no event shall liability hereunder exceed the penal sum hereof.
D.V.
(SEAL)
(SEAU
Dennis L. LagrlmlrJl
UNITED STATES FIDEL AND GUARANTY COMPANY
ef2
Attomev-in.fact
„ .pfki .0.•• ,,,) • „•:. • . .10 ni ''\‘...w;./1 i koi
Contract 11 Otemed) (1-74)
1
1
1
1
1
1
1
1
1
1
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland. tines hereby constitute and appoint
C. Salen Berke, Philip R. Peterson, Mary Ann Downard, Virginia Voss and
Daniel T. Touw
,Stat, of Indiana
its true and lawful attorney 8 in and for the State of Indiana -
ofthnCityof - Indianapolis
CERTIFIED COPY
GENERAL POWER OF ATTORNE
No 9
for the following purposes. to wit:
To sign its name as surety to, and to execute. seal and acknowledge any and all bonds, and to respectively do and perform any and
all arts and things not forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY 'AND GUARANTY COMPANY. through us, its Board of Directors, hereby ratifies and confirms all and almtsorseaatremstitt
' anyone'of the said C. Salen Herke and the said Philip R. Peterson and
the said,Mary Ann Downard and the said Virginia Voss and the said Daniel
T ;Touw
may lawfully de in the premises by virtue of these present.. -
I In Wi }ness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Viee•President and Assistant Secretary, this 15th day of
March , A.D.19 85 ' with
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(SEAL)
STATE OF MARYLAND.
BALTIMORE CITY,
Sct.
(Signed)
(Signed)
By Robert E. DeNike
Ray H. Britt
Vice-President.
- On this 15th day of March , A. D. 19 , before me personally came
Robert E. DeNike Vice•President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and R ay H. Britt • , Assistant Secretary of said Company, with both of
whom I am personally acquainted. who being by me severally duly sworn, said that they. the said Robert E. DeNike
and Ray H. Britt were respectively the Vice - President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice- President
and Assistant Secretary. respectively, of the Company.
My commission expires the first day in July, A. D. 19
(SEAL) (Signed)
Margaret M. Hurst
Assistant Secretary.
Notary Public.
STATE OF MARYLAND
BALTIMORE CITY,
I, Saundra E. Banks , Clerk of the Circuit Court for Baltimore City, which Court is a
: Court of Record, and has a seal, do hereby certify that Margaret M. Hurst . Esquire. before
whom the annexed affidavits were made, and who has thereto subscribed his name. was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that 1 am acquainted with the handwriting of the said -
' Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof. 1 hereto set my hand and affix the seal of the Circuit Court for Baltimor City, the same being a Court
v of Record, this 15t day of - March ,A. D.19 -
' (SEAL ) (Signed)
Saundra E. Banks-' '
Clerk o/ the Circuit Court /or Baltimore City.
. FS 3 (1.331
That Whereas, it ie necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
/ "and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
'and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice.
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys.in•fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts
'- guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
- allowed, and
Also, in its name and as its attorney or attorneys- in•fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body. organization. office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed. made, taken. given, tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation. body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same.
James M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to C. Salen Berke, Philip R. Peterson, Mary Ann Downard,
Virginia Voss and Daniel T. Touw
o f Indianapolis , Indiana , authorizing and empowering them to sign bonds u therein set
forth, which power of attorney has never been revoked and is still in full force and erect.
And I do further certify that 'aid Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November, 1981, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said
resolution, and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on February 27, 1986.
(Date) '
COPY OF RESOLUTION
Assistant Secretary.
AGREEMENT
THE STATE OF TEXAS 1
COUNTY OF WILLIAMSON j L`
THIS AGREEMENT, made and entered into this ,j/ sr day of
/71R 2Cil , A.D. , 19 ,(p , by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and ADVANCE TANK - TEXAS, INC., of the City of
Beaumont, County of Jefferson, 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 -
2,000,000 GALLON CLEARWELL
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
180 calendar days after the date of the written notice to
commence work, subject to such extensions of time as are
provided 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:
ATTEST:
4111 /I 14 i* . ALL/ oho ,P
( i e following to be executed if the Contractor is a Corpora -
ti.n.)
1, k. 13A/AU
am the Secretary of the Corporation named as Contractor here-
in; that bk=/v,vis L. l- A¢Rinli.v% , who signed
this Contract on behalf of the Contractor was then VL
PR esro e,) T (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.
Corporate Seal
Signed: q t.
Page 2 of 2
ADVANCE TANK - TEXAS, INC.
Party of the Second Part
(CONTRACTOR)
BY t1)%:A.,,4)01
, certify that I
1
1
1
1
1
1
1
1
1
1
1
;1
1
1
1
1
1
1
1
THE STATE OF TEXAS F
COUNTY OF
KNOW ALL MEN BY THESE PRESENTS, THAT 1 i..¢4...61/
County of
as principal, and
PB -1
of
PERFORMANCE BOND N1
of the City of
, and State of
4 Al
authorized under the laws o /the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto the CITY OF ROUND ROCK, TEXAS (OWNER), in the penal sum
ars
($ 7 0,00) 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 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;
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
:1
1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the term
of the Contract, or to the work performed thereunder, or the
plans, specifications, or drawings accompanying the same,
shall in anywise affect its obligation on this bond, and it
does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract, or
to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this day of
19
4pp - 4/VcE r4LIII( - 7 - Ms 27A4
Principal
By
De-nhvis L. /.l -Rim'
Title PRe-sinv &r
Address P.d, r3 7a7�
Title A77 oR —uey' -TX/- r
Addres ( 726 %u c2
13 moN .7 777 D Ctade- d--1-40 40:/ • 54% 0
name and address of the Resident Agent of Surety is:
PB -2
1 FS 8119-841
KNOW ALL MEN BY THESE PRESENTS:
That FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., a corporation organized and existing
under the laws of the State of Ohio, and having its principal office at 100 Light Street, Baltimore, Maryland 21203, does
hereby constitute and appoint M. L. Daniel and D. J. Strain
of the City of Indianapolis , State of Indiana
its true and lawful Attorneysin -Fact, with power and authority to sign its name as surety to, and to execute, seal, acknowledge
and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof; and the said
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. hereby ratifies and confirms all of the acts of said
Attomey -in -fact, pursuant to these premises.
This appointment is made under and by authority of a by -law of the said FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC., a certified copy of which is hereto annexed and made a part of this Power of Attorney.
IN WITNESS WHEREOF, the said FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. has
caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice - President and Assistant
Secretary, this 5th day of March , 19 85 .
FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC.•`t
•f ",lrt
(SEAL)
(SEAL)
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
NO. FG 37
(Signed) By J. M. Raley, Jr.
(Signed)
STATE OF MARYLAND )
BALTIMORE CITY ) ss:
On this 5th day of March , 19 85 , before me personally came
J. M. Raley, Jr. , Vice President of FIDELITY AND GUARANTY
INSURANCE UNDERWRITERS, INC. and J. J. Casserly , Assistant
Secretary of said Corporation, with both of whom I am personally acquainted, who being by me severally swom, said that
they, the said J. M. Raley, Jr. , and J. J. Casserly
were respectively the Vice President and Assistant Secretary of the said FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each
knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal; that it was so
affixed by authority of the by -laws of said corporation; and that they signed their names hereto by like authority as Vice
President and Assistant Secretary, respectively, of the Corporation.
My Commission expires the first day of July, 19 86.
(Signed)
J. J. Casserly
Margaret M. Hurst
Vin.Prendenr
Asrrstant Secretary.
NOTARY PUBLIC
Copy of By -Law
"Article VI, Section 7 - Execution of Instruments.
The Chairman of the Board, the President, any Executive Vice President, any
Vice President, including the Financial Vice President, or any Assistant Vice
President, in conjunction with the Secretary or an Assistant Secretary, shall have
power on behalf of the Company:
(a) to execute, acknowledge, verify and deliver all contracts. obligations, in-
struments and documents whatsoever in connection with its business, including,
without limiting the foregoing, any and all bonds, guarantees, undertakings,
recognizances, stipulations, policies of insurance, deeds, leases, mortgages, re-
leases, satisfactions and agency agreements;
(b) to appoint one or more persons for any or all of the purposes mentioned in
the preceding paragraph (a), including affixing the seal of the Company."
I, Michael P. Hammond , an Assistant Secretary of
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., do hereby certify that the foregoing is a full, true and
correct copy of the original power of attorney given by said Company to M. L. Daniel and D. J. Strain
of Indianapolis, Indiana authorizing and empowering them
to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a by -law of said Company, and that the
foregoing is a true and correct copy of said by -law.
In Testimony Whereof, I have hereunto set my hand and the seal of FIDELITY AND GUARANTY INSURANCE UN-
DERWRITERS, INC. this day of , 19 t .
Assistant S cretary.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PAYMENT BOND /L.- Qi, -
THE STATE OF TEXAS
COUNTY OF I
KN.W ALL MEN BY THESE PRESENTS, THAT
, of the City of ies,Z
, and State of J ,
County of
authorized under the laws of the State •f T xas to act as '
as principal, and
surety on bonds for principals, are held and firmly bound
unto the CITY sF ROUND ROCK, TEXAS (OWNER), in the penal sum
of
Dollars
($c477942/.00.00) for the paym nt 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 day of
19
r7YR NV 0 7 4.0 /e T , - 's ,2
Principal
p eNN is 4_. 1- 19-61 ;
Title Jicr PRSsi,>rror
Address Q,a, , 0 D.-,
13EHu r 0
__� / 9b :•�' _
AO' e
Title MOTOR e -1-4- ' , .fie!
/vl �r 4/9 41;e /
name and address of the Resident Agent of Surety is:
•/ lGGdd76
PB -4
1 FS NI (944)
KNOW ALL MEN BY THESE PRESENTS:
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
NO. FG 37
That FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., a corporation organized and existing
under the laws of the State of Ohio, and having its principal office at 100 Light Street, Baltimore, Maryland 21203, does
hereby constitute and appoint M. L. Daniel and D. J. Strain
of the City of Indianapolis , State of Indiana
its true and lawful Attomeysln -Fact, with power and authority to sign its name as surety to, and to execute, seal, acknowledge
and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof; and the said
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. hereby ratifies and confirms all of the acts of said
Attorney -in -fact, pursuant to these premises.
This appointment is made under and by authority of a by -law of the said FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC., a certified copy of which is hereto annexed and made a part of this Power of Attorney.
IN WITNESS WHEREOF, the said FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC Iias
caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice - President and Assistant
Secretary, this 5th day of March , 19 85 . t '
•
FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC. •
(SEAL)
(SEAL)
(Signed) By
(Signed)
My Commission expires the first day of July, 19 86.
(Signed)
J. M. Raley, Jr.
J. J. Casserly
Margaret M. Hurst
NOTARY PUBLIC
VimPres,dent.
Assistant Secretary.
STATE OF MARYLAND )
BALTIMORE CITY ) ss:
On this 5th day of March , 19 85 , before me personally came
J. M. Raley, Jr. , Vice President of FIDELITY GUARANTY
INSURANCE UNDERWRITERS, INC. and J. J. Casserly , Assistant
Secretary of said Corporation, with both of whom I am personally acquainted, who being by me severally sworn, said that
they, the said J. M. Raley, Jr. , and J. J. Casserly
were respectively the Vice President and Assistant Secretary of the said FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each
knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal; that it was so
affixed by authority of the by -laws of said corporation; and that they signed their names hereto by like authority as Vice
President and Assistant Secretary, respectively, of the Corporation.
Copy of By-Law
"Article VI, Section 7 - Execution of Instruments.
The Chairman of the Board, the President, any Executive Vice President, any
Vice President, including the Financial Vice President, or any Assistant Vice
President, in conjunction with the Secretary or an Assistant Secretary, shall have
power on behalf of the Company:
(a) to execute, acknowledge, verify and deliver all contracts, obligations, in-
struments and documents whatsoever in connection with its business, including,
without limiting the foregoing, any and all bonds, guarantees, undertakings,
recognizances, stipulations, policies of insurance, deeds, leases, mortgages, re-
leases, satisfactions and agency agreements;
(b) to appoint one or more persons for any or all of the purposes mentioned in
the preceding paragraph (a), including affixing the seal of the Company."
I, Michael P. Hammond , an Assistant Secretary of
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., do hereby certify that the foregoing is a full, true and
correct copy of the original power of attorney given by said Company to M. L. Daniel and D. J. Strain
of Indianapolis, Indiana , authorizing and empowering them
to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a by -law of said Company, and that the
foregoing is a true and correct copy of said by -law.
In Testimony Whereof, I have hereunto set my hand and the seal of FIDELITY AND GUARANTY INSURANCE UN-
DERWRITERS, INC. this day of , 19
ssistar,t S cretary.
MAINTENANCE BOND a3 /— O /aZO ���SO-
THE STATE OF TEXAS I
COUNTY OF
KNOW ALL MEN BY THESE PRESENTS, THAT WE
organiz d under the laws of the State of
SURETY, are held and firmly bound unto
/6 jS( , as OBLIGEE, the penal sum of
Dollar ($cK79 GG.1e.00),
to which payment 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
G�QO 124O
WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a
bond conditioned to guarantee for the period of one year
after approval by
against all defects in workmanship and materials which may
become apparent during said period;
MB -1
as PRINCIPAL and
, a Corporation
, as
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 day of
19
i711 TAnue - - AS,
Principal
BY c
i- A-6-
Title Yjc� PRr-s;
Address P, b, /3nv 7a�
6CA6'M?.J7 7X "J70F,
MB -2
ret
Th name and ad;ress of the Resident Agent of Surety is:
r
Q —r,,(.
Title A7 4 - N- ��c
Address 4 (21% i t:9 ,!,XJd
1 FS 81 (9 -S4)
KNOW ALL MEN BY THESE PRESENTS•
(SEAL)
STATE OF MARYLAND )
BALTIMORE CITY ) ss:
(SEAL)
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
NO. FG 37
That FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., a corporation organized and existing
under the laws of the State of Ohio, and having its principal office at 100 Light Street, Baltimore, Maryland 21203, does
hereby constitute and appoint M. L. Daniel and D. J. Strain
of the City of Indianapolis , State of Indiana
its true and lawful Attorneysin -Fact, with power and authority to sign its name as surety to, and to execute, seal, acknowledge
and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof; and the said
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. hereby ratifies and confirms all of the acts of said
Attorney -in -fact, pursuant to these premises.
This appointment is made under and by authority of a by -law of the said FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC., a certified copy of which is hereto annexed and made a part of this Power of Attorney.
IN WITNESS WHEREOF, the said FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. has
caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice - President and Assistant '
Secretary, this 5th day of March , 19 85 .
FIDELITY AND GUARANTY1NSURANCE
UNDERWRITERS, INC. ° '
(Signed) By J. M. Raley, Jr.
(Signed)
On this 5th day of March , 19 85 , before me personally came
J. M. Raley, Jr. , Vice President of FIDELITY AND GUARANTY
INSURANCE UNDERWRITERS, INC. and J. J. Casserly , Assistant
Secretary of said Corporation, with both of whom I am personally acquainted, who being by me severally sworn, said that
they, the said J. M. Raley, Jr. , and J. J. Casserly
were respectively the Vice President and Assistant Secretary of the said FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each
knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal; that it was so
affixed by authority of the by -laws of said corporation; and that they signed their names hereto by like authority as Vice
President and Assistant Secretary, respectively, of the Corporation.
My Commission expires the first day of July, 19 86.
(Signed)
J. J. Casserly
Margaret M. Hurst
Vice•Presidenr.
Asthma, Secretary.
NOTARY PUBLIC
Copy of By -Law
"Article VI, Section 7 - Execution of' Instruments.
The Chairman of the Board, the President, any Executive Vice President, any
Vice President, including the Financial Vice President, or any Assistant Vice
President, in conjunction with the Secretary or an Assistant Secretary, shall have
power on behalf of the Company:
(a) to execute, acknowledge, verify and deliver all contracts, obligations, in-
struments and documents whatsoever in connection with its business, including,
without limiting the foregoing, any and all bonds, guarantees, undertakings,
recognizances, stipulations, policies of insurance, deeds, leases, mortgages, re-
leases, satisfactions and agency agreements;
(b) to appoint one or more persons for any or all of the purposes mentioned in
the preceding paragraph (a), including affixing the seal of the Company."
I, Michael P. Hammond , an Assistant Secretary of
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., do hereby certify that the foregoing is a full, true and
correct copy of the original power of attorney given by said Company to M. L. Daniel and D. J. Strain
of Indianapolis, Indiana , authorizing and empowering them
to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect.
And 1 do further certify that said Power of Attorney was given in pursuance of a by -law of said Company, and that the
foregoing is a true and correct copy of said by -law.
In Testimony Whereof, I have hereunto set my hand and the seal of FIDELITY AND GUARANTY INSURANCE UN-
DERWRITERS, INC. this day of , 19
ssistant Sdcretary.
•
1
1
B.
A.
TO: City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
THIS IS TO CERTIFY THAT Advance Tank - Texas, Inc. 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 where-
the provisions of the standard policies used by this company, and
inafter described. Exceptions to standard policies are noted on the reverse
side hereof.
• II
NO.
5W246389
GL1697915
GL1703275
BA4026432
DATE
7/1/85
7/1/85
4/8/86
7/1/85
DATE
7/1/86
7/1/86
4/8/87
7/1/86
INSURANCE
Workmen's
Compensation
Comprehensive
General
Liability
Includes
Contractual
x Liability
Covers
Independent
x Contractors
Owner's
Protective
Comprehensive
Automobile
Liability
Owned
X Vehicles
Hired
x Vehicles
` Non -owned
▪ Vehicles
- Includes
Contractual
X Liability
CERTIFICATE OF INSURANCE
Page 1 of 2
Date: April 8, 1986
Description of Work:
2,000,000 gallon clearwell
LIMITS OF LIABILITY
Statutory, State of
Texas, $ 100,000.
Employer's Liability
Bodily Injury
S each person
�-- each accident
$500,000 each occurrence
$500,000 aggregate
Bodily Injury &,Property Damage
Rperty'Damage
S each accident
S _ aggregate
Bodily Injury
j loo,aoo_ each person
$ 3oa,o0o each accident
Property Damage
$ 25,000- each accident
sa,o0o aggregate
Bodily Injury
each person
�"'-- each accident
Property Damage
each accident
$500,000 each occurrence
Bodily Injury & Property Damage
Combined.
11
1 1
I 1
1I
1 1
1 '
1 1
1 1
11
1 1
11
11
11
11
11
11
1 '
11
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 ornega ec
ivl e n s, ex-
tends, or alters the coverage afforded by po y po le
certificate.
A. Home Insurance Co.
B. Houston General Insurance Co.
(Name of Insurer)
HERKE INSURANCE CENTER, INC.
By: .
C. Salen Herke
Title: Secy- Treasurer
Address 727 E. 86th St.
Indianapolis, IN 46240
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 and
5 pCGaI
co ocii vi on s
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
1. DEFINITIONS 1
2. GENERAL PROVISIONS 3
2.01 Engineer's Status and Authority 3
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 4
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 5
2.08 Royalties and Patents 5
2.09 Keeping of Plans and Specifications
Accessible 5
2.10 Discrepancies and Omissions 5
2.11 Contractor's Understanding 5
2.12 Extra Work 6
2.13 Payment for Extra Work 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 8
2.16 Owner's Status 8
2.17. Completed Portions of Work 8
2.18 Materials 8
2.19 Receiving and Storage of Materials 8
2.20 "Or Equal" Clause 8
2.21 Completed Work 9
2.22 Materials Furnished by the Owner 9
2.23 Protection of Property 9
2.24 Shelters for Workmen and Materials 9
2.25 Sanitary Facilities 10
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . .- 10
3.01 Labor, Equipment, Materials and
Construction Plant 10
3.02 Performance and Payment Bonds 10
3.03 Contractor's Ability to Perform 11
3.04 Superintendence and Inspection 11
3.05 Character of Employees 11
3.06 Contractor's Duty to Protect Persons
and Property 11
3.07 Safety Codes 12
3.08 Barricades 12
3.09 Minimum Wages 12
3.10 Unsuitable Work or Materials 12
3.11 No Waiver of Contractor's Obligation . . 13
3.12 Site Clean Up 13
3.13 Guarantee 14
(CONTENTS CONTINUED) Page
4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14
4.01 Lines and Grades 14
4.02' Right of Entry 14
4.03 Owner's Inspectors 14
4.04 Collateral Work 15
4.05 Right -of -Way 15
4.06 Adequacy of Design 15
5. SCHEDULING AND PROGRESS OF WORK 15
' 5.01 Order and Prosecution of the Work 15
5.02 Rate of Progress 16
5.03 Sunday, Holiday, and Night Work 16
5.04 Hindrances and Delays . 16
5.05 Extensions of Time 17
5.06 Liquidated Damages for Failure to
Complete on' Time 17
6. INDEMNITY 18
6.01 Contractor's Indemnity Provision 18
6.02 Workmen's Compensation Insurance 18
6.03 Comprehensive General Liability Insurance . 18
6.04 Owner's Protective Insurance 19
6.05 Comprehensive Automobile Liability
Insurance 19
6.06 Insurance Certificate 19
7. TERMINATION OF CONTRACT 20
7.01 Right of Owner to Terminate 20
7.02 Right of_ Contractor to Terminate 20
7.03 Removal of Equipment 20
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20
8.01 Notification of Contractor 20
8.02 Retention of Contractor's Equipment
and Materials by Owner 21
8.03 Methods of Completing the Work 21
8.04 Final Acceptance 22
8.05 Disposition of Contractor's Equipment . . 22
9. MEASUREMENT AND PAYMENT 23
9.01 Character of Measurements 23
9.02 Estimated vs. Actual Quantities 23
9.03 Payment 24
9.04 Monthly Estimates and Payments 24
9.05 Certificates of Completion 24
9.06 Final Estimate and Payment 25
9.07 Notarized Affidavit 25
9.08 Release of Liability 25
9.09 Contractor's Obligation 26
9.10 Payments Withheld 26
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 ":sha)l,mean the business or-
: ganization or individual•narned 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 & Rallman,
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.
GC -1
1.06 Owner. "Owner" shall mean the City of Round Rock,
. n� 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
on y to a business organization or. individual having a
direct contract with the Contractor (a) perfor.ming
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
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 to
receive any 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 Ri•ht of Engineer to Modif Methods and E•ui•ment. 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
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 .Keeking 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
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 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
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 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 property damage, and other insur-
ance required by the Contract where the premiums
i• therefor. based' on •payroll and material .costs. The
Eng :may•di.rect• the.form in which a ccounts of the
' "actual field costs" -shall be kept and may.aiso sp ci-
• fy In writ ing- 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
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
1
1
1
1
1
1
1
1
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.
1 GC -9
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 Bonds. It is further agreed
• by the Parties to this Contract that the Contractor
wi.l•1-execute separate performance and payment birds,
each in 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.g.uaranteeing 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.
GC -10
3.03 Contractor's Ability to Perform. Upon request by the
Owner the Contractor shall furnish sufficient evidence
of his ability to perform the work which is outlined
in this document. This shall include an equipment in-
ventory and records showing the satisfactory comple-
tion of projects of equal magnitude in the past. It
shall be the prerogative of the Owner to terminate the
Contract as outlined in Section 7 "Termination of Con-
tract", if job progress indicates that the Contractor
lacks either appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall
give personal attention to the faithful prosecution
and completion of the Contract and shall keep a compe-
tent superintendent and any necessary assistants, all
of whom are satisfactory to the Engineer, on the work
continuously during its progress. The superintendent
shall represent the Contractor in his absence, and all
directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superinten-
dent are both absent from the site of the work for
prolonged periods of time the Engineer may order any
or all work under this Contract to be stopped until
the Contractor provides continuous and proper supervi-
- Sion of the work. Such stoppage shall not constitute
a basis for•any claim against the Owner for damages
.caused by delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to em-
p oy 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
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,
GC -12
forthwith remove such material and replace, rebuild,
or otherwise remedy such work so that it shall be in
full accordance with this Contract.
Should the Contractor fail to initiate compliance with
the above provision within 72 hours or should he fail
to properly prosecute and complete correction of such
faulty work, the Engineer may direct that the work be
done by others and that the cost of the work be de-
ducted from monies due the Contractor.
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or inspector shall have no power to waive
the obligations of this Contract for the furnishing by
the Contractor of good material and of his performing
good work as herein described and in full accordance
with the plans and specifications. No failure or
omission of the Engineer, supervisor, or inspector to
condemn any defective work or material shall release
the Contractor from the obligation to at once tear
out, remove, and properly replace the same at any time
prior to final acceptance upon the discovery of said
defective work or material; provided, however that the
Engineer, supervisor, or inspector shall upon request
of the Contractor inspect and accept or reject any
material furnished, and once the material has been ac-
cepted by the Engineer, supervisor, or inspector such
acceptance shall be binding on the Owner unless it can
be clearly shown that such material furnished was not
as represented and does not meet the specifications
for the work. Any questioned work may be ordered
taken up or removed for re- examination by the Engineer
prior to final acceptance, and if found not in accor-
dance with the specifications for said work, all ex-
pense of removing, re- examination, and replacement
shall be borne by the Contractor; otherwise the ex-
pense thus incurred shall be allowed as "Extra Work"
and shall be paid for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the
site of the work to become littered with trash and
waste material, but shall maintain the site in a neat
and orderly condition throughout the construction per-
iod. The Engineer shall have the right to determine
what is waste material or rubbish and the manner and
place of disposal. On or before the completion of the
work the Contractor shall, without charge therefor,
carefully clean out all pits, pipes, chambers, or con-
duits, shall tear down and remove all temporary struc-
tures built by him, shall remove all rubbish of every
GC -13
kind from the tracts or grounds which he has occupied,
and shall leave them in a condition satisfactory to
the-Engineer.
3.13 Guarantee. During a period of 12 months from and
after the date of the final acceptance by the Owner of
the work embraced by this Contract, the Contractor
shall make all needed repairs arising out of defective
workmanship or materials, or both, which in the judg-
ment of the Owner shall become necessary during such
period. If within 10 days after the mailing of a
notice in writing to the Contractor or his agent the
said Contractor shall neglect to make or to undertake
with due diligence the aforesaid repairs, the Owner is
hereby authorized to make such repairs at the Contrac-
tor's expense; provided, however, that in case of an
emergency where, in the judgment of the Owner, delay
would cause serious loss or damage, repairs may be
made without notice being sent to the Contractor, and
the Contractor shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades
shall be furnished by the Engineer. Whenever neces-
sary, work shall be suspended to permit performance of
this work, but such suspension will be as brief as
practicable, and the Contractor shall be allowed no
extra compensation therefor. The Contractor shall
give the Engineer ample notice of the time and place
where lines and grades will be needed. All stakes,
marks, etc. shall be carefully preserved by the Con-
tractor, and in case of careless destruction or remov-
al by him or his employees such stakes, marks, etc.
shall be replaced by the Engineer at the Contractor's
expense.
4.02 Right of Entry. The Owner reserves the right for its
personnel or its agents to enter the property or loca-
tion on which the work herein contracted are being
constructed or installed for the purpose of supervis-
ing and inspecting the work or for the purpose of con -
structing or installing such collateral work as the
Owner may desire.
4.03 Owner's Inspectors. It is agreed by the Contractor
that the Owner shall appoint such Engineer, supervi-
sors, or inspectors as the said Owner may deem neces-
sary to inspect the material furnished and the work
GC -14
done under this Contract, to see that the said mater-
ial is furnished, and to see that said work is done in
accordance with the plans and specifications therefor.
The Contractor shall furnish all reasonable aid and
assistance required by the Engineer, supervisors, or
inspectors for the proper inspection and examination
of the work and all parts thereof. The Contractor
shall regard and comply with the directions and in-
structions of the Engineer, supervisors, or inspectors
so appointed when such directions and instructions are
consistent with the obligations of this Contract.
4.04 Collateral Work. The Owner reserves the right to pro-
vide all labor and material essential to the comple-
tion of work that is not included in this Contract
either by a separate contract or otherwise. Any col-
lateral work shall be prosecuted in such a manner that
it will not damage the Contractor nor delay the pro-
gress of the work being accomplished under this Con-
tract. The respective rights of and operations of the
various interests involved shall be established and
coordinated by the Engineer.
4.05 Right -of -Way. Easements across private property and
lands needed for construction under this Contract will
be provided by the Owner.
4.06 Adequacy'of Design. It is agreed that the Owner shall
be responsible for the adequacy of the design, suffi-
ciency of the Contract Documents, the safety of the
structure and practicability of the operations of the
completed project; provided the Contractor has com-
plied with.the requirements of the said Contract Docu-
ments, all approved modifications thereof, and addi-
tions and alterations thereto approved in writing by
the Owner. The burden of proof of such compliance
shall be upon the Contractor to show that he has com-
plied with the said requirements of the Contract Docu-
ments, approved modifications thereof and all approved
additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning
and intent of this Contract, unless otherwise herein
specifically provided, that the Contractor shall be
allowed to prosecute his work at such times and sea-
sons in such order of precedence and in such manner as
shall be most conducive to economy of construction;
GC -15
provided however, that the order and time of prosecu-
tion shall be such that the work shall be substantial-
ly completed as a whole or in part in accordance with
this Contract within the time of completion hereafter
designated; provided also that the Engineer may direct
the time and manner of constructing any part or parts
of the work when in his opinion such should be given
priority to lessen the probability of danger to the
public or to anticipate seasonal hazards from the ele-
ments or to coordinate with other work being done for
or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engi-
neer full information in advance as to his plans for
carrying on any part of the work. If at any time
prior to the start or during the progress of the work
any part of the Contractor's plant or equipment or any
of his methods of executing the work appear to the
Engineer to be unsafe, inefficient, or inadequate to
insure the required quality or rate of progress of the
work, the Engineer may order the Contractor to in-
crease or improve his facilities or methods,.and the
Contractor shall promptly comply with such orders; but
neither compliance with such orders nor failure of the
Engineer to issue such orders shall relieve the Con-
tractor from his obligation to secure the degree of
safety, the quality of work, and .the rate of progress
required by this Contractor. The Contractor alone
shall be responsible for the safety, adequacy, and
efficiency of his plant, equipment, and methods.
5.03 Sunday, Holiday, and Night Work. Except in connection
with the care, maintenance, or protection of equipment
or of work already done, no work shall be done between
the hours of 6:00 p.m. 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.
GC -16
Should delays repeatedly occur due to the Contractor's
failure to provide adequate plant, equipment, or per-
sonnel, or where the Engineer determines that unrea-
sonable inconvenience to the public is due to such
failure, the Contractor's operations shall be suspend-
ed until he shall have provided adequate plant, equip-
ment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed
in the final completion of the work by any act or neg-
lect of the Owner or Engineer, or of any employee of
either, or by any other contractor employed by the
Owner, or by strikes, fire or other cause or causes
outside of and beyond the control of the Contractor
and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay as deter-
mined by the Engineer shall be granted by the Owner;
provided, however, that the Contractor shall give the
Owner prompt notice in writing of the cause of delay
in each case. Extensions of time will not be granted
for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5 06 Liquidated Damages for Failure to Complete on Time.
The Contractor agrees that time is of the essence of
this Contract and that the definite value of damages
which would result from delay would be incapable of
ascertainment and uncertain, so that for each day of
delay beyond the number of days herein agreed upon for
the completion of the work herein specified and con-
tracted for, after due allowance for such extension of
time as is provided for under the provisions of the
preceding paragraph, the Owner may withhold permanent-
ly from the Contractor's total compensation, not as a
penalty but as liquidated damages, the sum per day
given in the following schedule:
Amount of Liquidated
Amount of Contract Damages Per Day
Less than $ 5,000.00
$ 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
GC -17
$ 30.00
35.00
40.00
50.00
70.00
200.00
300.00
400.00
500.00
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 he 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
became 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
GC -1B
of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The lia-
bility coverage under this policy shall cover Indepen-
dent Contractors. Liability limits for the Comprehen-
sive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall
provide and maintain during the life of this Contract
and until all work under said Contract has been com-
pleted and accepted by the Owner, an Owner's and Con-
tractor's Protective Policy which co-insures the Owner
and the Owner's agents and employees with the same
Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liabil-
ity Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The
Contractor shall provide and maintain during the life
of this Contract and until all work under said Con-
tract has been completed and accepted by the Owner, a
.Comprehensive Automobile Liability insurance policy,
said policy and issuing carrier approved by the Owner,
covering the operation on or off the site of the work
of all motor vehicles licensed for highway use, whe-
ther they are owned, non - owned, or hired by the Con-
tractor, in which shall specifically insure contrac-
tual liability of the Contractor assumed under the
above Paragraph 6.01 entitled "Contractor's Indemnity
Provision ". The liability limits for the Comprehen
sive Automobile Liability insurance coverage shall not
be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insur-
ance coverage set out in sections 6.02, 6.03, 6.04,
and 6.05 above, the Contractor shall furnish the Owner
with a certificate verifying said insurance. Said
certificate shall state that the Owner shall be given
10 days advance written notice before any provisions
GC -19
i
1
1
1
1
1
1
1
1
1
1
1
1
1
;1
1
1
1
:1
of the policies are changed or in the event said poli-
cies shall be cancelled. This Certificate of Insur
ance shall be provided to the Owner prior to starting
any construction work in connection with this Con-
tract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the Contractor should
be guilty of substantial violation of the Contract or
any provision thereof, the Owner, upon certification
by the Engineer as to the nature and extent of such
violation, may without prejudice to any other resourc-
es or remedy give the Contractor written notice of
termination of the employment of the Contractor 10
days subsequent to such notice. Immediately following
such date the Owner may take possession of the site of
the work and all material, equipment, tools, and ap-
pliances thereon and may finish the work in accordance
with the provisions of Section 8 "Abandonment of Con-
tract by Contractor ", of these General Conditions.
7.02 Right of Contractor to Terminate. If work should be
stopped by order of any public authority or court
through no act or fault of the Contractor for a period
of three (3) months or if the Owner should substan-
tially fail to perform the provisions of the Contract
with regard to Owner's obligations to the Contractor,
then the Contractor may, upon 10 days written notice
to the Owner, terminate this Contract and recover from
the Owner payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract
should be terminated for any reason whatsoever, the
Owner may request the Contractor in writing to remove
any or all of his equipment, tools, and supplies, and
the Contractor shall comply with the request within 10
days after receipt of the notice. Should he fail to
do so within 10 days after receipt of such notice, the
Owner shall have the right to remove such equipment
and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at
the risk and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should
abandon and fail to refuse to resume work within 10
GC -20
days after written notification from the Owner or the
Engineer or if the Contractor fails to comply with the
orders of the Engineer when such orders are consistent
with this Contract or with the specifications hereto
attached, then the Contractor shall be deemed as hav-
ing abandoned the Contract. In such event the Surety
on the bond shall be notified in writing and directed
to complete the work, and a copy of said notice shall
be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by
Owner. After receiving said notice of abandonment the
Contractor shall not remove from the work any machin-
ery, equipment, tools, materials, or supplies then on
the job, but the same together with any materials and
equipment under contract for the work may be held for
use on the work by the Owner or the Surety on the per-
formance bond or another contractor in completion of
the work; and the Contractor shall not receive any
rental or credit therefor except when used in connec-
tion with extra work where credit shall be allowed as
provided for under Section 2.12 entitled "Extra Work ",
it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete
the work and will be reflected in the final settle-
ment.
8.03 Methods of Completing the Work. If the Surety should
fail to commence compliance with the notice for com-
pletion hereinbefore provided within 10 days after
service of such notice, then the Owner may provide for
completion of'the work in either of the following
elective manners:
a. The Owner may thereupon employ such force of work-
ers and use such machinery, equipment, tools, mat-
erials, and supplies as said Owner may deem neces-
sary to complete the work and charge the expense
of such labor, machinery, equipment, tools, mater-
ials, and supplies to said Contractor, and the ex-
pense so charged shall be deducted and paid by the
Owner out of such monies as may be due or that may
thereafter at any time become due to the contrac-
tor under and by virtue of this Contract. In case
such expense is less than the sum which would have
been payable under this Contract if the same had
been completed by the Contractor, then said Con-
tractor shall receive the difference. in case
such expense is greater than the sum which would
have been payable under this Contract if the same
GC -21
1
1
1
1
1
1
1
1
1
1
1
1
1
. 1
1
1
1
r1
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 -29
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.
GC -25
9.09 Contractor's Obligation. Neither the Contract Comple-
tion Certificate nor the final payment nor any provi-
sion in the Contract Documents shall relieve the Con-
tractor of the obligation for fulfillment of any war-
ranty which may be required in the Contract Docu-
ments.
9.10 Payments Withheld. The Owner may, on account of sub-
sequently discovered evidence, withhold or nullify the
whole or part of any payment to such extent as may be
necessary to protect himself from loss on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating
probable filing of claims.
c. Failure of the Contractor to make payments proper-
ly to subcontractors or for material or labor.
d. Damage to another contractor.
When the above grounds are removed or the Contractor
provides a Surety Bond satisfactory to the Owner,
which will protect the Owner in the amount withheld,
payment shall be made for amounts withheld because of
them.
GC -2 6
SPECIAL CONDITIONS OF AGREEMENT
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.
SC -1
I
1�
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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:
SC -2
"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
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
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 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.
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 -
05 -01 BID
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
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
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 incidental
related work not specified to be included in any other
item of work listed in the Bid Schedule.
C. Unless otherwise stated in individual Sections of the
Specifications or in the Bid Schedule, no separate
payment will be made for any item of work, materials,
SC -5
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.
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.
SECTION 07 - TESTING
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
�1
1
1
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.
B. 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
- Te c hnical
SpeC...(ciccri-iOns
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 02 - CONCRETE
TECHNICAL SPECIFICATIONS
INDEX
SECTION 01 - GROUND STORAGE TANK SITE, EARTHWORK, Page
AND STRUCTURAL FILL
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 4
02 -09 Concrete Consistency 5
02 -10 Transit Mixers 6
02 -11 Hand Mixing 7
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 12
02 -16 Finishing Types 21
02 -17 Openings for Installation Of, and
Preparation For, Other Work 23
02 -18 Defective Work 24
02 -19 Tests 24
02 -20 Cleaning 26
02 -21 Measurement and Payment 26
SECTION 03 - WATER PIPELINES, FITTINGS, VALVES AND
APPURTENANCES
03 -01 Description 1
03 -02 Materials - Pipe 1
03 -03 Materials - Valves and Fire Hydrants 2
03 -04 Granular Material for Pipe Bedding
and Pipe Zone Backfill 2
03 -05 Measurement and Payment 3
i
SECTION 04 - WELDED STEEL GROUND STORAGE TANK Page
04 -01 Description 1
04 -02 Foundation 1
04 -03 Drawings 1
04 -04 Accessories 1
04 -05 Design and Materials 1
04 -06 Capacity 2
04 -07 Welding 2
04 -08 Inspection and Testing 2
04 -09 Measurement and Payment 2
SECTION 05 - TANK PAINTING
05 -01 General Description 1
05 -02 Painting 1
05 -03 Application 2
05 -04 Inspection 2
05 -05 Sterilization 3
05 -06 Safety Precautions 4
05 -07 Measurement and Payment 4
ii
SECTION 01 - GROUND STORAGE TANK SITE, 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, excavation, and
grading of the site, for which the limits are shown
on the Plans.
01 -02 CLEARING
The site indicated on the drawings shall be cleared
of obstructions within the proposed area which will
interfere with the construction operations, except
do not damage or remove trees larger than 3" trunk
diameter at base that are 5 feet or greater away
from the proposed tank foundation. Branches and
limbs of such trees within 5' of the tank founda-
tion may be trimmed up as determined by the Owner
or his representative to allow for the installation
of the proposed facilities.
01 -03 EXCAVATION
Site work for the 2,000,000 gallon clearwell locat-
ed at the Round Rock Water Treatment Plant site
shall be limited to the existing fenced site and
those areas disturbed by construction.
The excavation shall conform to the dimensions and
elevations indicated on the drawings for the tank.
Materials required for fills in excess of that pro-
duced by normal grading operations shall be fur-
nished by the Contractor.
01 -04 MATERIALS
(a) Topsoil - Provided by the Tank Contractor.
(b) Excess Material - The removal of excess mater-
ial from excavation, not required or unsuit-
able for backfill, shall be the responsibility
of the Tank Contractor.
(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. The acquisition and
purchase of required borrow material shall be
the responsibility of the Contractor.
01 -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
01 -05 - FILLING
Where concrete slabs are placed on earth, all loam
and organic or other undesirable material shall be
removed. Where broken stone, sand or gravel is
used for fill, it shall be placed in layers not
exceeding 8" in thickness and thoroughly compacted
with hand or machine tampers or other approved
methods. Where earth is used for fill, it shall be
placed in layers not exceeding 6" in depth. Each
layer shall be uniformly spread, moistened as
required, and then compacted. Compaction shall be
done by a power roller or other manner approved by
the Engineer. The subgrade shall be brought to a
reasonable true and even plane.
01 - 06 DRAINAGE
Earthwork shall be accomplished in such a manner
that the area within the existing fenced area will
be continually and effectively drained. Grading
shall be done to direct drainage away from slabs,
foundations, roads and structures. Low areas shall
be filled to prevent ponding of water.
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
SECTION 02 - CONCRETE
02 -01 GENERAL
Concrete consisting of portland cement, concrete
aggregate, sand and water will be designated by a
symbol consisting of a number, a letter and a num-
ber. The first number will be the number of sacks
of cement per cubic yard, and the last number the
compressive strength at 28 days expressed in pounds
per square inch. A sack of cement shall be defined
as 94 pounds. The concrete shall be 6.0 -4000 un-
less otherwise specified. Compressive strength
tests where specified herein, shall be performed in
accordance 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 including the following:
All footings, slabs, floors, walls, beams, sup-
ports, 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 manufac-
turer identifying the cement and stating that the
cement delivered conforms to ASTM C -150.
02 -1
1
1
1
1
1
1
1
1
1
1
1
1 �
1
1
1
1
02 -05 WATER
Whenever suitable facilities, approved by the Engi-
neer, are available for handling and weighing bulk
cement, such facilities shall be used. Otherwise,
the cement shall be delivered in original unopened
sacks that have been filled by the manufacturer.
They shall be plainly marked with the manufactur-
er's name or brand and cement type. Each sack
shall contain 94 pounds of cement.
Cement shall be stored in such a manner as to per-
mit ready access for the purpose of inspection and
sampling, and suitably protected against contamina-
tion 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 indi-
vidual structure shall be of the same brand and
type unless otherwise approved by the Engineer.
02 - AGGREGATES
Aggregates shall be sand and concrete aggregates
conforming to the requirements prescribed in ASTM
C -33 coarse aggregate gradation size number 467,
and shall be approved by the Engineer prior to use.
They shall meet the grading requirements of this
subsection.
Methods of handling materials resulting in segrega-
tion, degradation or the combining of materials
which result in any stockpile failing to meet
specifications, shall not be permitted.
Aggregates which are found to have a silica- releas-
ed to alkali- reduced ratio greater than one, when
tested in accordance with ASTM C289, may be used
only when approved by the Engineer and provided low
alkali cement is used.
Water used for concrete shall be clear and free
from oil, vegetable matter and other deleterious
substances. 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 reduction in the compressive strength of mor-
tar at fourteen days of more than 5 percent compar-
ed to results obtained with distilled water.
02 -2
In conventionally reinforced concrete work, water
shall not contain more than 1,000 ppm of chlorides
calculated as Cl, nor more than 1,000 ppm of sul-
fates calculated as SO4.
In non - reinforced concrete work, water shall not
contain more than 2,000 ppm of chlorides calculated
as Cl, no more than 1,500 ppm of sulfates calculat-
ed as SO4.
02 -06 ADMIXTURES
No 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 hop-
per 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.
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
sealed and certified by the recognized, legal Seal-
er of Weights and Measures. These certifications
02 -3
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 inspected 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 grad-
uations 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
operated by the main beam which will give positive
visible 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 vib-
ration 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 aggregate in any batch.
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
permitted. Mixing shall be commenced as soon as
possible after the cement is placed in contact with
the aggregates, but in no event shall the interven-
ing period exceed 30 minutes.
02 -4
All concrete mixers shall be of such design and
construction and so operated as to provide a tho-
roughly and properly mixed concrete in which the
ingredients are uniformly distributed. Mixers
shall be maintained in proper and serviceable work-
ing condition and any part or portion thereof that
is out of order, or becomes worn to such extent as
to detrimentally affect the quality of mixing,
shall be promptly repaired or replaced.
02 -09 CONCRETE CONSISTENCY
The amount of water added at the mixer shall be
regulated to take into account the free water in
the aggregates. Free water is defined as the total
water minus the water absorbed by the aggregate in
a saturated surface -dry condition.
The amount of water used in the mixture shall not
exceed the minimum amount necessary to permit prac-
tical placement and consolidation of the concrete,
and unless otherwise authorized by the Engineer,
shall be that required to produce concrete with a
slump within the range shown as nominal in the fol-
lowing table:
Type of Work Nominal Slump Maximum Slump
(inches) (inches)
Concrete Pavement 0 -2 3
Non - reinforced Concrete 0 -3 4
Reinforced Concrete --
Structures
Heavy Sections 0 -3 5
Thin Sections &.Columns 0 -4 6
Concrete Placed under
Water 6 -8 9
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 Contrac-
tor's expense.
02 -5
The consistency of concrete shall be determined in
accordance with ASTM C -143.
If slump tests of individual samples taken at
approximately the 1/4 and 3/4 points of the dis-
charge differ by more than two inches (2 "), the
mixer will not be acceptable for further use until
the condition is corrected.
02 - TRANSIT MIXERS
The type, capacity, and manner of operation of the
mixing and transporting equipment for ready -mix
concrete shall conform to the current ASTM C -94
standard; "Standards for Operation of Truck Mixers
and Agitators of the National Ready - Mixed Concrete
Association" and the "Truck Mixer and Agitators
Standards 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,
installed 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 guaran-
teed mixing capacity. If the concrete so mixed
does not 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 propor-
tions 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
designated by the manufacturer of the equipment as
mixing speed. Additional revolutions of the drum
shall be at the speed designated by the manufactur-
er of the equipment as agitating speed. The
revolving of the drum shall be continuous until the
concrete is completely emptied from the drum.
02 -6
When concrete is being placed for concrete struc-
tures, all wash water shall be emptied from the
mixer 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 add-
ed and mixed into the batch at the point of dis-
charge. Water so added shall be mixed into the
load for a minimum mixing time of three (3) min-
utes. Water shall not be added to the load during
transit.
The total elapsed time between the addition of
water at the batch plant and discharging the com-
pleted mix shall not exceed 90 minutes. Under con-
ditions contributing to quick setting, the total
elapse time permitted may be reduced by the Engi-
neer.
The Engineer shall be provided with a legible cer-
tified weighmaster's certificate which shall con-
tain 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
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 ex-
ceed 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 distri-
buted. The entire batch shall be turned with sho-
vels 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 obtain-
ed. Methods of hand mixing which allow the loss of
mixing water will not be permitted.
02 -7
02 -12 TRANSPORTING BATCHED MATERIALS AND MIXED CONCRETE
The compartments of trucks or other equipment used
for the purpose of transporting proportioned dry
aggregate 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,
reduce, 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.
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
requirements 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
02 -8
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
concrete.
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
Expansion 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
designed 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
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 -9
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-
lity clips. Cure for 24-
hrs. at 115 ° F + 2 ° F. Test
specimen in modified ducti-
lity mold per test method
Total Solids Calif. 70% Min. Place 3 to 5 grams freshly
(2) 418 mixed material in an alumi-
num pan and dehydrate in
suitable oven maintained
at a temperature of 200 ° F
+ 3 ° F for a period of 3-
hrs.
Setting Time 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.
02 -14.4 Application
Immediately before applying the joint sealant, the
joint shall be thoroughly cleaned by abrasive
blasting or other approved means to remove all mor-
tar, laitance, scale, dirt, dust, oil, curing com-
pounds and other foreign material. The joint shall
be blown out with high pressure compressed air to
remove all residue.
02 -10
At the time of applying the joint sealant, the
joint shall be surface dry, and acceptable to the
Engineer. No sealant shall be placed during un-
suitable weather or when the atmospheric tempera-
ture 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
temperature 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 temp-
erature 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 pro-
duce 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
exposed 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 -11
•.r
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 chlo-
ride material and shall be approved by the Engi-
neer. 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,
spells, 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 speci-
fications. "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 con-
structed 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 -12
02 -15.2 Subqrade 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 con-
crete, the placing of steel reinforcement and
placement of concrete shall follow the installation
of the filter or drain material as closely as prac-
tical. The filter or drain material shall be kept
de- watered to the extent necessary to prevent any
portion of concrete materials being deposited in
water.
When the concrete is to be deposited on rock, the
rock shall be fully uncovered, cleaned, and its
surface shall be removed to a depth sufficient to
expose sound rock. Bedrock shall be roughly level-
ed -off or cut to approximately horizontal and ver-
tical 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 previously used shall be thoroughly cleaned
of all dirt, mortar and foreign matter before being
re -used.
Before concrete is placed in forms, all inside sur-
faces of the forms shall be thoroughly treated with
02 -13
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
material 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
width sand 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 requirements specified herein, may be used with
a continuous backing of 3/4 inch sheeting. All
form panels shall be placed in a neat symmetrical
pattern with the horizontal joists level and con-
tinuous. All joints shall be filled with an
approved quick - setting 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
triangular fillets. Forms for curved surfaces
shall be so constructed and placed that the finish -'
ed surface will not deviate from the arc of the
curve by more than the tolerance shown on the
Plans.
02 -14
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 con-
structed 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 pre-
vent 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 concrete. All forms for outside surfaces shall
be constructed with stiff wales at right angles to
the studs, and all form clamps or bolts shall ex-
tend 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
herein are permissive only and subject to the Con-
tractor assuming all risks that may be involved.
The time periods are minimum with no allowance
therein for external loads. At times of low temp-
erature, or other adverse conditions, the Engineer
may require the forms to be kept in place for long-
er 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 Engi-
neer is obtained. Forms shall be stripped after
the required time and projecting wire snapped off.
Removal shall not proceed faster than the required
finishing 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 -15
Forms shall remain in place a minimum of twenty -
four (24) hours and be removed only after Engi-
neer's approval.
02 -15.5 Falsework
All falsework shall be designed and constructed to
provide the necessary rigidity and to support the
loads. Falsework for the support of a superstruc-
ture shall be designed to support the loads that
would be imposed if the entire superstructure were
placed at one time.
All falsework, staging, walkways, forms, ladders,
cofferdams, and similar accessories shall equal or
exceed the minimum requirements of the State Divi-
sion of Industrial Safety. Compliance with such
requirements shall not relieve the Contractor from
full responsibility for the adequacy of safety
measures.
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 Rein-
forcing 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 sup-
ports, shall not be used.
Placing bars on layers of fresh concrete as the
work progresses and adjusting bars during the plac-
ing 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 reinforcing steel has been inspected
and approved.
02 -16
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 toget-
her.
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 segre-
gation 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 pre-
vent 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 occu-
pied by the concrete and forms shall be thoroughly
02 -17
wetted. 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
concrete 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 mechan-
ically with suitable appliances until it closes
snugly against all surfaces and is in perfect and
complete 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
minutes 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 fr 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
set until pouring of new concrete against it. The
contact surface shall be thoroughly cleaned by
02 -18
02 -15.13 Slabs
chipping 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 construction joints in waterbearing tanks,
except joints above water level, shall have "water -
stops" installed; also, any additional ones shown
on drawings. All waterstop splices, joints, cor-
ners, or intersections 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
extended at a later date, the walls and floors
shall be stubbed 24- inches. The contractor shall
supply, and cast -in, screwed insert anchors with
protective plugs in the face of the stub walls and
floors. The contractor shall supply the Owner with
the screw -in re -bar connectors, compatible with the
insert anchor, for use when the construction is
extended.
Subgrade shall be in form as shown on drawings to
receive slab concrete. Slabs shall be poured in
one continuous operation between expansion joints.
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
hardened concrete on the forms or metal reinforce-
ment 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"
without 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 use of vibrators for extensive shifting of the
02 -19
mass of concrete will not be permitted. Concrete
that has partially hardened, has been retempered,
or is contaminated by foreign materials shall not
be deposited 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 permit-
ted by the Engineer. Concrete shall be placed in a
continuous 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 vibrators shall be such as to secure maximum
consolidation of the concrete without separation of
the mortar and coarse aggregate, and without caus-
ing 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 suffi-
cient 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 plac-
ed.
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 per-
sonnel and equipment at a level convenient for the
concrete placement and to permit the performance of
all operations necessary for the completion of such
work including finishing.
02 -20
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
adequate 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 atmospheric temperature is below 35 F, or when
conditions indicate that the temperature may fall
to 35 ° F within 24 hours, except with the written
permission of the Engineer and only after such pre-
cautionary measures for the protection of the pave-
ment 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 plac-
ed while the atmospheric temperature is above 115 ° F
unless adequate means are employed to cool the
aggregate and water and satisfactory provisions
have been made for protecting the work. In any
case, temperature 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, alignment, grades, and sec-
tions as shown on the drawings or prescribed by the
Engineer. Surfaces shall be free from fins,
bulges, ridges, offsets, honeycombing, or roughness
of any kind, and shall present a finished, smooth,
continuous hard surface. All sharp angles shall be
rounded or beveled. Any formed surface to be
painted shall be free of any material that will be
detrimental to the paint. Defective work shall be
treated as noted elsewhere in this specification.
02 -21 "
Surfaces not true to elevation or pitched to drain,
where specified, loose or roughened surfaces, and
high points as noted below shall be considered to
be defective work and shall be removed and repaired
as directed by the Engineer.
Top edges of walls, if not otherwise shown on the
drawings, shall be finished with a three - quarter
inch (3/4 ") 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 removed should be rubbed off and the surface
left in a smooth, workmanlike condition.
Refer to Section 02 -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 sur-
face 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 "Tho-
rite" patching plaster. "Thorite" shall be as
manufactured by Standard Dry Wall Products, Miami,
Florida, or approved equal.
02 -22
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 con-
ditions, 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 Pro-
ducts, 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"
plaster 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. "Thoroseal" and "Acryl 60" shall be as
manufactured by Standard Dry Wall Products, Miami,
Florida, or approved equal.
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
determine the relation of concrete work with all
other work, and shall attend to the following
matters:
02 -23
1
' Openings shall be left in floor and walls for
ducts, flues, pipes, conduits, etc., required for
mechanical, electrical, and plumbing installations.
1 Openings not shown on the drawings or details shall
be subject to approval by the Engineer. Any addi-
tional openings or changes in size or location of
' the openings shown on the drawings, if deemed
necessary by the Engineer, shall be provided by the
Contractor in proper time to prevent unnecessary
cutting of concrete work, and no additional payment
shall be made therefor. Wood, if used for pipe
holes, shall be completely removed after the con-
crete has set. If metal is used, it shall be
' removed or cut off as directed by the Engineer.
After piping is installed, concrete shall be filled
in solid between the edge of the hole and the pip-
ing, leaving clearance, where necessary, for con-
traction and expansion.
Inserts: The Contractor shall organize the setting
1
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
1 sleeves, thimbles, and other work as required.
Wood inserts and nailing blocks that will be con-
cealed shall be Wolmanized, or given two (2) coats
t of creosote 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 -18 DEFECTIVE WORK
1 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
manner satisfactory to the Engineer at the Contrac-
tor's expense.
1 02 -19 TESTS
1 02 -19.1 General
Testing laboratory fees will be at the expense of
the Owner. The Contractor shall cooperate and
1
allow three (3) test cylinders to be taken for each
1 02 -24
1
day's pour of concrete or each 150 cubic yards.
The inspection 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
Engineer and the testing laboratory.
02 -19.2 Aggregates
Aggregates shall be tested before the concrete mix
is established and, whenever the source of an
aggregate 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 labora-
tory in sufficient 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 Owner
will supply the molds. The Engineer will take
samples in accordance with Method for Compression
Test Specimens, ASTM C- 31 -62T, store sample for
24- hours, and deliver them to the testing labora-
tory. Tests will be made at 7 day and 28 day age,
in accordance with ASTM C- 39 -64.
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 addi-
tional curing of those portions of the structure
represented by control specimens which failed to
show the required strength. In the event that such
additional curing does not give the strength
required, the Engineer shall have the right to
require strengthening or replacement of those por-
tions of the structure 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 -25
02 -20 CLEANING
All slabs shall be swept clean and washed prior to
delivery of the completed project to the Owner.
02 -21 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
Item. Include cost of same in Contract prices bid
for item of which this work is a component part.
02 -26
SECTION 03 - WATER PIPELINES, FITTINGS, VALVES,
AND APPURTENANCES
03 -01 DESCRIPTION
This section of the Specifications shall gov-
ern for all materials incorporated in the work
as pertains to construction of water pipelines
and appurtenances.
03 -02 MATERIALS - PIPE
Steel pipe shall conform to current AWWA Stan-
dards C201 and C202.
Galvanized iron pipe shall be standard
strength, threaded and coupled.
Cast iron pipe shall conform to current AWWA
Standards C106 or C108 and shall be thickness
Class 22 and pressure Class 150 except where
otherwise shown. All cast iron pipe shall be
cement mortar lined in accordance with AWWA
C104. Exposed plant piping shall be flanged
and buried pipe shall be push -on joint, except
where shown otherwise on the Plans. Fittings
for buried pipe may be mechanical joint or
push -on joint, unless shown otherwise on the
Plans.
Ductile iron pipe shall conform to AWWA Stan-
dards and be Class 50 with rubber gasket slip
joints unless otherwise shown on Plans.
Concrete steel cylinder pipe shall conform to
current AWWA Standards for pressure class as
shown on the Plans.
Asbestos cement pipe (AC) shall conform to
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).
Copper pipe shall conform to ASTM Specifica-
tion B88 for Type K seamless annealed. Under-
ground piping shall be joined with flared fit-
tings.
All pipe shall be of domestic origin unless
satisfactory warranty is provided.
03 -1
03 -03 MATERIALS - VALVES AND FIRE HYDRANTS
All gate valves shall conform to current AWWA
Standard C-500 and have a minimum working
pressure rating of 150 psi for gate valves 14"
and larger and 200 psi for gate valves 2"
through 12 ". Gate valves shall have a clear
waterway equal to the full nominal diameter of
the valve and shall be opened by turning coun-
ter- clockwise.
All butterfly valves shall conform to current
AWWA Standard C- 504 -80 Rubber Seated Butterfly
Valves. Butterfly valves above 8" shall have
worm gear operator and handwheel. Gear opera-
tors shall be by Limetorque or approved
equal.
Check valves shall be of the flanged silent
type as manufactured by the Valve and Primer
Corporation, 600 Series or approved equal.
Curb stops and corporation stops shall be
bronze, conform to current AWWA Standards, and
be equal to those as manufactured by Hays,
Mueller, or Ford.
Air release valves shall be the float and
lever type as manufactured by the Valve and
Primer Corporation.
All underground valves shall be equipped with
cast iron valve boxes except where shown
otherwise on the Plans. A minimum of one
valve wrench shall be furnished to the Owner.
03 -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. Lime-
stone screenings or quarry waste will not be
permitted.
03 -2
Gravel, crushed gravel, crushed slag or crush-
ed stone clean of clay, slate, schist or soft
particles 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.
03 -05 MEASUREMENT AND PAYMENT
Measurement and payment for water pipeline,
fittings, valves, and appurtenances shall be
included in the lump sum price bid on the con-
tract for the item of work of which this is a
component part.
03 -3
SECTION 04 - WELDED STEEL GROUND STORAGE TANK
04 -01 DESCRIPTION
This item consists of the design and construction
of one welded steel ground storage tank in accord-
ance with the Plans and AWWA Specification D100
(latest revision).
04 -02 FOUNDATION
The ground storage tank contractor shall install
the ground storage tank foundation. Remove all
undesirable materials to the depths and limits as
described in Southwestern Laboratories' report,
attached herein.
04 -03 DRAWINGS
Structural fill, if required by the Standard
Details to achieve subgrade, will be in accordance
with Southwestern Laboratories' report, attached
herein.
The ground storage tank contractor shall submit
detailed drawings of the ground storage tank and
foundation for approval by the Engineer prior to
fabrication.
04 -04 ACCESSORIES
Accessories shall be as shown on the Plans.
04 -05 DESIGN AND MATERIALS
Material, design, welding, shop fabrication, erec-
tion and inspection of the standpipe shall conform
to all applicable portions of Specifications AWWA
D -100 and AWS D5.2 for Elevated Steel Water Tanks,
Standpipes and Reservoirs, as jointly adopted by
the American Water Works Association and the Ameri-
can Welding Society in their latest amended form.
No provision shall be made in the design for earth-
quake resistance nor shall an allowance be made for
corrosion. Design for wind loads shall be based on
areas subject to hurricanes. Standpipes may be
designed using Appendix "C" of AWWA D -100 (latest
revision). The knuckle shall have a minimum 2 -foot
radius and shall be above the overflow elevation.
*A11 lap -welds on non -water bearing plates shall be
welded on both sides.
04 -1
*Revised per Addendum No. 1 dated 2/21/86
04 -06 CAPACITY
The ground storage tank shall have a net capacity
as specified on the Plans between the overflow and
the ground storage tank bottom. The ground storage
tank shall be of butt welded construction for all
water bearing plates except for the tank bottom
which shall be lap- welded. Either butt or lap -
welded construction shall be used for non -water
bearing plates.
04 -07 WELDING
Welding procedures, welders, and welding operators
shall be qualified in accordance with ASME Boiler
and Pressure Vessel Code Section IX, and AWWA D100,
Section 8.
04 -08 INSPECTION AND TESTING
When applicable, shop inspection by a CWI (Certi-
fied Welding Inspector) shall be required to deter-
mine fabrication and operation compliance with AWWA
D100 code.
Field inspection shall consist of visual inspection
by a CWI to assure quality welding not determined
by radiographic testing. NOTE: All floor welds
will be SFT (solution film test), or vacuum tested
as described in AWWA D100 Sec. 11.11.1.2. Corner
joints (shell to bottom welds) shall be leak tested
with penetrating oil on the inside of the vessel
before the outside weld is started.
04 -09 MEASUREMENT AND PAYMENT
Construction of the ground storage tank, founda-
tion, and other subsidiary items as shown on the
drawings as included in the Bid Schedule or as
shown on the Plans shall be measured and paid for
at the unit price bid.
The Plans are prepared for a certain capacity
ground storage tank. If construction alternates
for different capacities are shown in the Bid Sche-
dule, the Owner reserves the right to select one
ground storage tank of one of the alternate capaci-
ties for the site. Should a construction alternate
for a ground storage tank of capacity different
than shown on the Plans be awarded, the Engineer
will prepare revised drawings for the site plan and
yard piping to accommodate the different capacity
ground storage tank.
04 -2
SECTION 05 - TANK PAINTING
05 -01 GENERAL DESCRIPTION
The work to be performed under this item of the
specifications shall include the furnishing of all
material, labor, equipment and incidentals required
for sandblasting and painting all steel surfaces of
the 2,000,000 gallon clearwell and for sterilizing
the tank interior, complete as specified herein and
as shown on the Proposal. The final coat color
shall be as selected by the Owner upon submission
of color charts by the Contractor.
05 -02 PAINTING
Each tank shall be painted in accordance with AWWA
Standard D -102.
Field surface preparation for the exterior paint
system shall be a commercial blast, meeting the
Steel Structures Painting Council Specification No.
SSPC -SP -6- Latest Revision (Blast cleaning until at
least two - thirds of each element of surface area is
free of all visible residues).
The exterior paint system shall be a Hi -Build
Epoxyline by Tnemec Company, Inc. The prime coat
shall be a Series 20 to a minimum of 4.0 dry mils.
The finish coat shall be a Series 71 Endura - Shield
Semi -Gloss by Tnemec Company, Inc., to a minimum of
1.5 dry mils. The total dry -film thickness shall
be a minimum of 5.5 mils.
Field surface preparation for the interior paint
system shall be a near -white blast, meeting the
Steel Structures Painting Council Specification No.
SSPC- SP -10- Latest Revision.
The interior paint system shall be a two coat Hi-
Build Epoxy system in compliance with AWWA Interior
Paint System No. 1, having a minimum total dry -film
thickness of 8 mils. Paint manufacturers for
interior and exterior coatings shall be as follows,
or approved equal.
Tnemec (Epoxy Series 20)
Mobil (Epoxy Series 78)
Prufcoat (Epoxy Series 545)
Cooks (Epoxy Series 920)
05 -1
05 -03 APPLICATION
Coatings shall be applied in accordance with paint
manufacturer's recommendations and may be subject
to inspection at all times by representative of the
Owner and Manufacturer.
No painting shall take place unless the atmospheric
temperature is at least 35 ° F and rising, or when
the surface temperature is below the dew point, or
when relative humidity is above 85%, unless approv-
ed by representative of Owner and Paint Manufactur-
er. Painting also shall not proceed if the temper-
ature is expected to fall below 32 ° F before the
paint has dried.
All spray equipment shall be inspected and approved
by Owner's representative before any application is
begun. A moisture trap shall be placed in line
from air supply to pressure pot and spray gun.
This trap shall be opened slightly to provide con-
tinuous bleed. Regulators and gauges shall be pro-
vided for air to both pressure pot and spray gun.
All sand and dust from blasting operations shall be
removed from surfaces before paint application is
begun. Blasted surfaces shall be coated with one
coat of primer during the same day that blasting
was done. Primer shall not be applied closer than
six inches to a non - blasted area. Any subsequent
blasting operation shall not result in sand parti-
cles embedded in the paint film. The sequence to
be followed in painting shall be such that a mini-
mum of damage to finished coatings will result.
Spray guns must be held perpendicular to the sur-
face being painted, and handled and adjusted in
such a manner that dry overspray is kept to a mini-
mum. When paint is being applied to the interior
of tanks or confined areas, sufficient blowers and
fans shall be installed to provide ventilation.
05 -04 INSPECTION
All work shall be done in a workmanlike manner, so
that the finished coating on the inside and outside
of the tank shall be free from bubbles, runs,
drips, ridges, waves and unnecessary brush marks
and variations in color. In addition, the interior
of the tank bowl shall be subsequently free of
holidays and pinholes.
05 -2
Inspection and acceptance of the sandblasting shall
be achieved prior to application of the prime coat
of paint. The Contractor shall schedule and
coordinate his work with the Owner to allow for
expeditious prosecution of the inspection and
painting.
All paint film thickness shall be verified by mea-
suring the wet film thickness and each coat as it
is applied. The Contractor shall coordinate the
use of the painting scaffolds and rigging with the
Owner to provide regular access for the paint
inspections. A wet film thickness measurement
shall be made for each 100 square feet of surface
painted.
All paint will be inspected for applied dry film
thickness using a non - destructive magnetic gauge
such as a Mikrotest Gauge or an Elkometer. The
paint will also be inspected for pinholes and holi-
days using a Tinker and Razor K -1 Holiday Detector.
Dry film thickness, pinholes and holidays shall be
inspected so that there is approximately one test
for each 100 square feet of surface painted. Test-
ing for dry film thickness and holidays will be
done by the Owner or an independent testing labora-
tory which is chosen and paid for by the Owner.
General paint inspection will be done by the Owner
or the Paint Manufacturer.
05 -05 STERILIZATION
Prior to sterilization of the tank, the structure
shall first be thoroughly cleaned by hosing down
the walls, underside of the roof and floor with
water. The accumulation of dirty water from the
washdown process shall be wasted into the drainage
system.
The tank shall be disinfected by spraying with a
chlorine solution of not less than 200 ppm chlor-
ine. Spraying shall be accomplished by use of an
attachment connected to a fire hose, and the chlor-
ine solution shall be applied under pressure. Con-
tact time of the 200 ppm solution shall be not less
than one hour.
The sterilization process shall be performed before
the reservoir is filled for leakage tests. The
water used for sterilization shall be drained from
the reservoir prior to filling the tank for leakage
tests.
05 -3
The cost of furnishing chlorine, labor, tools and
equipment shall be included in the lump sum price
for the project, and no separate payment will be
allowed.
05 -06 SAFETY PRECAUTIONS
Workmen applying the chlorine solution to the
reservoir shall be protected by rubber raincoats
and boots and gas masks as required to insure their
protection against burns and inhaling chlorine
gas.
05 -07 MEASUREMENT AND PAYMENT
Payment for work performed under this item of the
specifications shall be paid per lump sum as shown
in the Proposal.
05 -4
TANK FOUNDATION REPORT
SUMMARY OF LABORATORY TEST DATA
PROJECT Ground Storage Tank SwL Project No. G- 85 -AUS -251
DA TE 12/10/85
COMPRESSION TEST
.
OTHER TESTS
Percent Passing
No. 200 Sieve
•
COMPRESSION
Is
STRAIN
LATERAL PRESSURE
psI
TYPE FAILURE
BORING
NO.
DEPTH
IN FEET
TYPE OF MATERIAL
MOISTURE
CONTENT
DRY
DENS TY
ATTERBERG IIMITS
LL
ft
PI
B -1
6 -6.5
Tan weathered limestone
619
Split
B -2
13 -13.5
Tan weathered limestone
1040
Split
B -3
0 -2
Tan clayey gravel with sand
18
32
8 -8.5
Tan weathered limestone
571
Split
B -4
0 -2
Tan clayey sand with gravel
17
13 -13.5
Tan limestone
897
Split
•
f : ■L.,.,`. �... " UM MiN "16 — "dm — — — — r — — `_
A -5
SOUTHWESTERN LABORATORIES
i�1DVANCE TANK - cXAS, INC.
FEDERAL EXPRESS
Herke Ins. Center, Inc.
727 E. 86th Street
Indianapolis, IND. 46240
Attention: Mary Ann Downard
April 7, 1986
Reference: Contract with Round Rock, Tx.
2.0 MG Clearwell
Our Job No. 86149
Gentlemen:
We are enclosing seven (7) sets of Contract Documents for the
above referenced job. Please execute at the places indicated, and
furnish Certificate of Insurance, Performance Bond and Payment Bond
for each.set and send them to Haynie & Kallman, Inc., 1106 South
Mays, Round Rock, Tx. 78664, ATTN: Michael D. Vergakis, Project
Engineer. These documents need to be in Haynie & Kallman's office
by the 14th.
If you have any questions, please let us know.
Yours very truly,
ADVNACE TANK-TEXAS, INC.
Dennis L. Lagrimini «)
DLL:lr
XI Of
RECEIVED
APR i 01986
a??
Encls.
cc: Haynie & Kallman
Mr. Vergakis: Enclosed is executed copy of Acceptance of
Notice of Award.
P. 0. Box 7273
Beaumont, Tx. 77706-7273 . 409 -866 -7547
NOTICE OF AWARD
Dennis L. Lagrimini, Vice President
Advance Tank - Texas, Inc.
P. O. Box 7273
Beaumont, TX 77706
PROJECT: City of Round Rock
1985 C.I.P. Water Plant Expansion
2,000,000 Gallon Clearwell
Project No. 103 -799
Dear Mr. Lagrimini:
The Owner has considered the Bid submitted by you for the above
described work in response to its Notice to Contractors.
You are hereby notified that your Bid has been accepted for items
in the amount of $279,000.00.
You are required by the Instructions to Bidders to execute the
Agreement and furnish the required Contractor's Performance Bond, Pay-
ment Bond and Certificate of Insurance within ten (10) calendar days
from the date of this Notice to you. If you fail to execute said
Agreement and to furnish said Bonds and Certificate of Insurance within
ten (10) days from the date of this Notice, said Owner will be entitled
to consider all your rights arising out of the Owner's acceptance of
your Bid as abandoned and as a forfeiture of your Bid Bond. The Owner
will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of
Award to the Owner.
Dated this 7 day of (2) , 1986.
/ HAYNIE & KALLMAN, INC. on behalf of
THE CITY OF ROUND ROCK, TEXAS
ACCEPTANCE OF NOTICE
V
1 f r1,,l1w../
'Scott Linden, P.E.
Receipt of the above Notice of Award is hereby acknowledged by
ADVANCE TANK - TEXAS, INC., this the 7 day of APe1 L , 1986.
ADVANCE TANK - TEXAS, INC.