R-86-878 - 6/12/1986ATTEST:
RESOLUTION NO. d / i/Q
WHEREAS, the City has duly advertised for bids for the Southeast
Round Rock Water Storage Improvements 1,000,000 gallon torspherical
tank, and
WHEREAS, CBI NA -CON, Inc., submitted the lowest and best bid, and
WHEREAS, the Council wishes to accept the bid of CBI NA -CON, Inc.,
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 CBI NA -CON, Inc., is hereby accepted as the lowest
and best bid, and the Mayor is authorized and directed to enter into an
agreement for the Southeast Round Rock Water Storage Improvements
1,000,000 gallon torspherical tank.
RESOLVED this 12th day of June, 1986.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
�1� �a�
lxr
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
Mr. Jim Nuse
Director of Public Works
City of Round Rock
214 E. Main Street
Round Rock, TX 78664
Dear Mr. Nuse:
1106 South Mays • Round Rock, Texas 78664 • (512) 255.7661
June 10, 1986
RE: Southeast Round Rock Water and
Wastewater Improvements
Project No. 103 -495
Below is a summation of the bids received for the four (4)
Southeast Round Rock Water and Wastewater Improvements Projects for
which bids were taken on February 4, 1986. We have extended and
checked all bids received and have enclosed detailed Bid Tabulations
for your review.
Project
No. of
Bids
Received Low Bidder Amount
Contract 1 Line Work 13 Bay Maintenance Co., Inc. $1,296,678
Contract 2 Line Work 11 Bay Maintenance Co., Inc. $1,485,888
1.0 MG Elevated Tank 3 CBI Na -Con, Inc. $ 664,830
2.5 MG Ground Tank 6 Advance Tank - Texas, Inc. $ 257,000
We have checked their references and have found them to be
reputable contractors.
We recommend award of the projects to the low bidders for the
amounts indicated above. At your direction, we will proceed with
contract execution. Should you have any questions, please feel free
to contact us. -
DCH /cla
Enclosures
Sincerely,
HAYNIE & KALLMAN, INC.
Douglas Hearn
Project Manager
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
Haynie & Kallman Inc. BIDS EXTENDED AND CHECKED
ENGINEERS BID TABULATIONS By: WVL, CO, CLA
1106 South Mays Date: 2 - -
TIE CONSULTING
Round Rock, Texas 78664 Sheet; 1 Of 1
(512) 255-7861
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
CBI NA -CON, INC.
Houston, Texas
HYDROSTORAGE, INC.
Houston, Texas
BROWN STEEL CONTRACTORS, INC.
Newnan, Georgia
JOB N0. 103 -495 BID DATE 2 -4 -86 TIME 3:30 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY TEXAS
DESCRIPTION SOUTHEAST ROUND ROCK WATER STORAGE IMP.
1,000,000 GALLON TOROSPIERICAL
TANK
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
BID BONO ENCLOSED?
Yes
Yes
Yes
ADDENDUM N0. 1 ACKNOWLEDGED?
Yes
Yes
Yes
ADDENDUM 140. 2 ACKNOWLEDGED?
Yes
Yes
Yes
1. 1,000,000 Gallon Torospherical
•
Tank: including tank appurte-
nances, electrical and controls,
site work and all improvements
in and around the site as indi-
cated on the Plans not incuding
foundation or ••intin•
L.S.
1
$541 530.00
$513 700.00
$563 000.00
. "ern ore-. oncrete oun.ation:
Designed by Contractor for Item
No. 1 above
L.S.
1
29,400.00
37,300.00
33,000.00
3. Clean in Paintin and Steriliza-
tion of 1,000 000 Gallon 1oro-
spherical Tank
L.S.
1
66,700.00
9/,100.00
81,000.00
4. 14" Altitude Valve with bypass
and vault
L.S.
1
27,200.00
30,000.00
21,000.00
TOTAL - 1,000,000 GALLON TOROSPHERICAL
TANK
$664,830.00
$678,100.00
$698,000.00
DATE: June 10, 1986
SUBJECT: Council Agenda, June 12, 1986
ITEM: 11H - Consider bids and a resolution authorizing the Mayor to
enter into a contract with CBI NA -CON, Inc., for Southeast
Round Rock Water Storage Improvements 1,000,000 gallon
torspherical tank.
This request is to authorize the Mayor to execute a contract with
CBI NA -CON, Inc. for 1,000,000 gallon torspherical tank. This authorization
is contingent upon execution and funding of item 11D. Please see attached
letter and bid tabulation sheet.
TRANSMITTAL
TO: City of Round Rock
214 E. Main Street
Round Rock, TX
ATTN. Mrs. Joanne Land
Haynie & Kallman, Inc.
CONSULTING ENGINEERS MAYS
SOUTH MAYS
ROUND ROCK, TEXAS 78664
(512) 255 -7861
DATE. June 18, 1986
Southeast Round Rock
78664 PROJECT. 1 MG Torosaherical Tank
PROJECT NO 103 -495
WE ARE SENDING YOU THE
X ATTACHED
— COPY OF LETTER
— SUBMITTAL DATA
FOLLOWING: VIA: Courier
— SPECIFICATIONS __FIELD NOTES
— ORIGINAL DRAWING _OTHER
— PRINTS
NO.
COPIES
REVISION
DATE
DESCRIPTON
7
Contract Documents & Specifications
1
Accepted Notice of Award
1
Letter from Richard J. Bassett of CBI Na -Con, Inc. with
attached Exemption Certificate
9
Construction Plans
THESE ARE
__For Your
As Requested
— For Review
REMARKS:
Copies to:
TRANSMITTED
Files
and Comment
CBI Na -Con,
bonds and
Documents.
Mayor Robinson
ments and
At your direction,
As requested
ficate and
letter.
AS CHECKED BELOW:
_For Approval For Corrections
_ Approval as Noted _ For Distribution
Approval as Submitted Other
Inc. has executed the Agreement and furnished the necessary
certificate of insurance for each of the attached Contract
They are now ready for execution by the City. Please have
sign and date the Agreement in each of the Contract
return five (5) of the seven (7) sets to us for distribution.
we will issue the Notice to Proceed.
in the attached letter, please complete the Exemption Certi-
return it to the Contractor, along with a signed copy of the
From: Douglas C. Hearn
Project Manager
EXEMPTION CERTIFICATE
The undersigned hereby claims an exemption from payment of taxes under
Chapter 20, Title 122A, for the purchase of the taxable items described
below-or on attached order or'invoice which is made a part hereof, and
will be purchased from
The reason that said purchaser is claiming this exemption is:
The purchaser will be liable for payment of the Limited Sales and Use Tax
if he uses the items in some manner other than the reason listed above,
he shall be liable for the tax based on the price paid for the taxable
items. It is a misdemeanor to give an exemption certificate to the seller
for taxable items which I know at the time of purchase will be used in a
manner other that that expressed in this certificate, and upon conviction
I may be fined not more than $500 per offense.
Description of items to be purchased:
Executed this the day of , 19 _
Purchaser
Agency Purchased for
Address
Mr. R. J. Bassett
CBI Na -Con, Inc.
P. O. Box 41146
Houston, TX 77241 -1146
PROJECT: SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
1,000,000 GALLON TOROSPHERICAL TANK
PROJECT NO. 103 -495
Dear Mr. Bassett:
NOTICE OF AWARD
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 $664,830.00.
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 )3 day of
Scott Li den P. E.
ACCEPTANCE OF NOTICE
CBI NA -CON, INC.
HAYNIE & KALLMAN, INC. on behalf of
THE CITY OF ROUND ROCK, TEXAS
By
, 1986.
Receipt of the above Notice of Award is hereby acknowledged by
CBI NA -CON, INC., this the j7?t" day of „T,,,p, , 1986.
Title
CONTRACTING ENGINEER
Hayn1Q & Kaltman Inc,
CONSULTING ENGINEERS
CITY OF ROUND ROCK
SOUTHEAST ROUND ROCK
WATER STORAGE IMPROVEMENTS
1,000,000 GALLON TOROSPHERICAL TANK
CONTRACT DOCUMENTS AND SPECIFICATIONS
PROJECT NO. 103 - 495 -45
Bids will be received at the City Hall of the City of Round
Rock, 214 East Main Street, Round Rock, Texas 78664, at 3:30
p.m., Tuesday, February 4, 1986.
Specification No.
Haynie & Kallman, Inc.
1
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
1106 South Mays • Round Rock, Texas 78664 • (512) 255.7861
1 January 28, 1986
1 ADDENDUM NO. 1
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
1
1,000,000 GALLON TOROSPHERICAL TANK
1
Addendum No. 1 to the Plans, Contract Documents and
I Specifications for the Southeast Round Rock Water Storage
Improvements - 1,000,000 Gallon Torospherical Tank for the
City of Round Rock.
1 1. Technical Specifications Index - replace page ii with
the attached revised page ii.
I 2. Technical Specifications, Section 04 - Water Pipelines,
Fittings, Valves and Other Appurtenances, Paragraph
04 -03 - Materials - Valves and Fire Hydrants has been
1 revised. Replaced Section 04 with the attached Revised
Section 04.
3. Attached is a map showing the route of ingress to site.
I 4. All Bidders shall acknowledge receipt of Addendum No. 1
on Page 2 of 5 of the Proposal.
1 HAYNIE & KALLMAN, INC.
Douglas Hearn
Project Engineer
1 DCH /cla
Enclosures
1
1
1
ADDENDUM NO. 1 - 1/1
1
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
L ug Haynie & Kaliman, Inc.
CONSULTING ENGINEERS
DCH /cla
Enclosures
January 31, 1986
4a
ADDENDUM N0. 2 - 1/1
1106 South Mays • Round Rock, Texas 78664 • (512) 255 -7861
ADDENDUM NO. 2
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
1,000,000 GALLON TOROSPHERICAL TANK
Addendum No. 2 to the Plans, Contract Documents and
Specifications for the Southeast Round Rock Water Storage
Improvements - 1,000,000 Gallon Torosphericai Tank for the
City of Fund Rock.
1. Technical Specifications Index - replace pages ii and
iii with the attached revised pages ii and iii.
2. Technical Specifications, Section 07 - Torospherical
Tank Painting, Paragraph 07 -02 - Painting has been
revised. Replace Section 07 with the attached Revised
Section 07.
3. All Bidders shall acknowledge receipt of Addendum No. 2
on Page 2 of 5 of the Proposal.
HAYNIE & KALLMAN, INC.
Douglas Hearn
Project Engineer
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
L C W O O D
n.D
ALL! M
L.
tJN
OCK- t
mis EN
STREET INDEX (Continued)
9.0.11 ADD eril R•11911 1 WWI NOR OR
CRY! DR WS,: SM. MEM IDIDAN7
xoc a
vg; RI6
PATRICIA ND 1.10?
RIAU x..r .. sc nmeuoo. ,..s scoot ROUSE ER .m *wrrtr uw.0
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEETS
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
GEOTECHNICAL INVESTIGATION REPORT
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
SOUTHEAST ROUND ROCK
WATER AND WASTEWATER SYSTEM IMPROVEMENTS
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 five (5) 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.
SOUTHEAST ROUND ROCK WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 1
Bids to be opened at 2 :00 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 2
Bids to be opened at 2:30 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
2,500,000 GALLON GROUND STORAGE TANK
Bids to be opened at 3:00 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
1,000,000 GALLON TOROSPHERICAL TANK
Bids to be opened at 3:30 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK BOOSTER PUMP STATION
Bids to be opened at 4:00 p.m., Tuesday, February 4, 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 3
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 prior to the time for
receiving bids; or (2) The Contractor submits a bid and all
documents are returned in good condition to the Engineer not
later than five (5) days after the time that bids are receiv-
ed.
Plans and specifications may be examined at the office
of the Engineer, Haynie & Kallman, Inc., 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.
This Notice to Contractors shall be published in the
Austin - American Statesman on the following dates:
Page 2 of 3
Sunday, January 19, 1986;
Sunday, January 26, 1986; and
Sunday, February 2, 1986+.
This Notice to Contractors shall be ''published in the
Round Rock Leader on the following dates:
Monday, January 20, 1986;
Monday, January 27, 1986; and
Monday, February 3, 1986.
Page 3 of 3
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which
are included herein, and shall be enclosed in a sealed enve-
lope addressed to:
The City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR 1,000,000 GALLON TOROSPHERICAL TANK (SOUTHEAST ROUND
ROCK WATER STORAGE IMPROVEMENTS) to be opened at 3:30 p.m.,
Tuesday, February 4, 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
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed
and his full name and his address shall be given; if it is
made by a firm it shall be signed with the co- partnership
name by a member of the firm, who shall sign his own name,
and the name and address of'each member shall be given; and
if it is made by a corporation the name of the corporation
shall be signed by its duly authorized officer or officers
attested by the corporate seal, and the names and titles of
all officers of the corporation shall be given.
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration
will be given not only to the financial standing, but also to
the general competency of the bidder for the performance of
the work covered by the proposal. To this end each proposal
shall be supported by a statement of the bidder's experience,
on the form entitled "Information Required of Low Bidder ",
bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed
work and the Contract Documents therefor. It will be assumed
that the bidder has investigated and is satisfied as to the
conditions to be encountered; as to the character, quality
and quantity of materials to be furnished and as to the
requirements of the Contract, Specifications and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of
the Plans or Specifications must make request for such infor-
mation in writing to Engineer, prior to 48 -hours before the
bid opening. Answers to all such requests will be given in
writing to all bidders, in Addendum form, and all Addenda
will be bound with, and made a part of, the Contract Docu-
ments. No other explanation or interpretation will be consi-
dered official or binding. Should a bidder find discrepan-
cies in, or omissions from the Plans, Specifications or other
Contract Documents, or should he be in doubt as to their
meaning, he should at once notify the Engineer in order that
a written Addendum may be sent to all bidders. Any Addenda
issued prior to twenty -four (24) hours of the opening of bids
will be mailed or delivered to each Contractor contemplating
the submission of a proposal on this work. The proposal as
submitted by the Contractor will be so constructed as to in-
clude any Addenda if such are issued by the Engineer prior to
twenty -four (24) hours of the opening of bids.
3 of 3
pr 0 po4l
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
1,000,000 GALLON TOROSPHERICAL TANK
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 commence has been given.
f.age 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 330 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.
#
* 2
Page 2 of 5
Dated
r /26'/86
1/1/ Jgc
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
c 8t NA I;dc
Name of Contractor
Executed by ,ignatur" e)
P c. Rox 'Yl /W t
Business Address
l'ouf7OA) rem/
City County State
(Seal if Bid is by a Corporation.)
ATTEST:
SEE ATTACHED CERTIFICATION
OF RESOLUTION AND AUTHORITY
Page 3 of 5
Date
FeRCV.r�r 4/, 884
CV'i7t4c7.,ve• £ue„rEL` -
Title or Position
2/ ? 414 /22 L
Telephone Number
770 Z/lp/15'.6
CONTRACT: SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
JOB NAME: 1,000,000 GALLON TOROSPHERICAL TANK
JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
OWNER: CITY OF ROUND ROCK
Gentlemen:
PROPOSAL BIDDING SHEET
Pursuant to the foregoing Notice to Contractors and Instructions to
Bidders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary superintendence, labor, machinery, equipment,
tools, materials, insurance and miscellaneous items to complete all the
work on which he bids as provided by the attached technical specifica-
tions, and as shown on the plans for the construction of a 1,000,000
Gallon Torospherical Tank, and binds himself on acceptance of this pro-
posal 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 L.S. 1,000 000 Gallon Torospherical Tank:
including tank, appurtenances, electri-
cal and controls, site work and all
improvements in and around the site as
indicated on the Plans, not including
foundation or painting, complete in
place, per lump sum
F,ve /4vo «o fot7y 0411 %ldvatwao
for F1ae KwuoAFp Til /.Ty r Dollars 00
and Nn Cents $ 541 f 30 —
2 1 L.S. Reinforced Concrete Foundation:
Designed by Contractor for Item No. 1
above, complete in place, per lump sum
for 7rrethy, due TirQw,r w Feud I/o i4gr pollars ap
and rJo Cents $ 29,/00
3 1 L.S. Cleaning, Painting and Sterilization
of 1,000,000 Gallon Torospherical
Tank, complete in place, per lump
sum
for / /XT"' f x TNaataro AP" tlari.4Po Dollars q7
and Ma Cents $ 6C,700'
Page 4 of 5
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bid Item Description
Item Quantity Unit and Written Lump Sum Price Amount
4 1 L.S. 14" Altitude Valve with bypass and
vault, complete in place, per lump sum
for T w c . r r r J c r t A v T 0 1 4 1 1 4 4 1 4 7 /Irrom Dollars 00
and Nn Cents $ Z7 —
TOTAL - 1,000,000 GALLON TOROSPHERICAL TANK o0
(Items 1 thru 4) $ CG % 830
Page 5 of 5
74 \ o
z
•
1N11 uuwv) 40* of
t __
1
1
1
1
Estimate No.
CAPACITY I 00::;1 ori.) GALLONS
DIAMETER OF TANK 1 S t
DIAMETER' OF CPI RISER eLo
COLUMNS
COLUMNS 0- - 5925'
RODS t ia
STRUTS
COLUMNS 0,4
RODS t Lf
COLUMN CIRCLE DIAMETER
/S lo
PROPOSED SPHEROIDAL ELEVATED TANK
For (ITY of
{�
Location ' \O, )
Made by T ` -"C Date 3J ,9t,
N C 52 • OCT E7
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
L ( sq.
DO NOT USE FOR CONSTRUCTION
NOT DRAWN TO SCALE
QI
IS= 4 Sq.
Section A-A
� TC': Pot TN/.N
e of RIsCL RATNEL
TNA V Al fim.. A7
-711;7 Elev.7
•
V • tn
N 1
' d `t
PROPOSED FOUNDATION
For Ci 7 Y 8f
Location f�t1 A� � y..
1 stimate No Made by .3 S T Date I r /5 �o
APPROXIMATE QUANTITIES
CENTER PIER
Concrete 7 E yd3
Reinf. Steel Z45CO Ihs •
• RESTEEL include; • S y,
for laps and splices
Refer to Sheet 1 _for Column Piers
DESIGN BASIS:
NAC 577 007 e3
Spec: ACI 318.71
Concrete Strength: f'c = r(JJ psi
Reinforcing Steel: ASTM A615 Gr. i?O
Design Soil Bearing• /7000 psf net
1 Estimate No.
Section A -A
00 NOT USE FOR CONSTRUCTION
NOT DRAWN TO SCALE
PROPOSED FOUNDATION
COLUMN PIERS:
CENTER PIER:
TOTALS
For 4/ 7Y fif
Location .- R.r)v I..Le) MCC —V—
Made by TST Date 1 110
COLUMN PIERS
Refer to Sheet 2_for Center Pier
DESIGN BASIS:
NBC 4•3 OCT a
APPROXIMATE OUANTITIES
Concrete yd 3 Reinf. Steel 161
17 487o
- Le Zo'x7
( ( Ott
• RESTEEL includes � %
for laps and 1plioes
Spec: ACI 318 -71
Concrete Strength: f c = psi
Reinforcing Steel: ASTM A615 Cr 4o0
Design Soil Bearing: psf net.
CI -HUBS
1
Bond No.
That we
CBI NA -CON, INC.
Sealed with our seals and dated this 4th
A. D. nineteen hundred and eighty six.
WHEREAS, the Principal has submitted a bid, dated
for
Form 1542-0002 (Raw. 1-03)
CHUBB GROUP of Insurance Companies
CITY OF ROUND ROCK, TEXAS
BID BOND
Amount $ 5% g.a.b.
Know All Men By These Presents,
(hereinafter called the Principal),
as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under
the laws of the State of New Jersey, (hereinafter called the Surety), as Surety, are held and firmly bound unto
in the sum of Five percent of greatest anmunt bid * * * * * * Dollars
($ 5% g.a.b. ), for the payment of which we, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
Southeast Round Rock Water Storage Improvements
1,000,000 Gallon Torospherical Tank
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a con-
tract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful
performance of such contract, or in the event of the failure of the Principal to enter into such contract and give
such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the
amount specified in said bid and the amount for which the Obligee may legally contract with another party to per-
form the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be
null and void, otherwise to remain in full force and effect.
By
CBI NA -CON, INC.
FEDERAL INSURANCE COMPANY
NSURANCE COM NY
(hereinafter called the Obligee),
day of February
February 4 ,19 86 ,
Principal
atricia t� , ttorney .-in- act
P- 44077(30M) 7E.
u.gw
1`
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
POWER OF ATTORNEY
Know all Man by these PlasuMa, Thal the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a New Jersey CorpaI-
Non, has constituted and lappolnted, and does hereby constitute and appoint E. W. Faught, Jr., Patricia A. Minter, Jane
Cyva and Carl R. Faught of Houston,
each Rs true and awful Atiomey- in•Fact to execute under such designation In Ile name and to affix Its corporate seal to end deliver for and on Ns behalf as
surety thereon or otherwise, bonds of arty of the following lasses, to-wit
1. Bonds and Undertakings flied in any soh, matter or proceeding In any Court, or Nod with any Sheriff or Magistrate, for the doing or not doing of anything
or specified in such Bond rtak
2. Surety bonds to the Untied States of America or any egeng thereof, Including those required or permitted under the Taws or regulations relating to Customs
or Internal Revenue: License and Permit Bonds or other Indemnity bonds under the laws, ordinances or regulations of any State. CNN, Town, Village,
Board or other body or organization, public or private: bonds to Transportation Companies. Lost instrument Lease bonds. Workers' Compensa-
tion bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials.
3. Bonds on behalf of coMraCtors In connection with bids, proposals or contracts.
in wa,.w Mowso1. Ow sold FEDERAL NYMANC= COMPANY le.. ph..oam to es BrLow. dread ail.. proms 10 be Yasod by Y MOWER YleoPrsod.Y nn AWbVY S.nway Od IS
prpm.M we or Y Mole Wawa Ws 18 der vi January Ta 84
On rid. 1st d ay a Janu8.17 10 84 • bi1ore rso moonily cam Nichol 0. O'Connor MnoMoon and inn. Norm M Co A0i0.N Sarwayd Ow FEDERAL aL
SIMANCE COMPANY, no=Wota w *embed n.n.nlial mound 0u algn"W POw.r al Mangy, 00 N said RNMd D. O'OsoorbYO by no dory soon, del op.or and soy MO M IAWpW5 S.r.lay
of ma R0ERAL MSURANCE COMPANY one Ewa IM eapx b soar throat Owl MO MY affixed to We lavabo Ponta Anomaly r web =pan to soar one w mwm ama.0 by 0VOeoey Y In. eylaso
or WO Cowpony. and ear O. Open s..d Paws aMowry as Marano B100M0rya Yid Campo, by No smnaA5 one Mat M r.CpotlnudwM Chaps McClellan we bas horn NW m. AYr1Yt V1o►Pr*O.o
a mid Cowman. and Run dm .manna a NM Gone ONCIOl.0 .W.oa.d In sold. Poor of /No way r In be genuine IMndwda19 of anal Gown YCCWn 0m war norm .abaeraod M aMOry a sae
Oyias) aid In O /mores prow..
59001004
STATE OF NEM iaen
County of Somer1Et
J
5s.
CEIITWICATION
ApsMaO alerPla.Id.1n
AomoNag d oral Sworn M
Oahe /1 ow
a ir n oa
`�-
ALICE LEONARD
NOTARY PUBLIC OF NEW JERSEY
MY Commission Expires June 28, 1988
Noray Public
L 1M v.MNBYd. Asoiwu0 50Wana Wm FEDERAL MBEURANCE COMPANY. dobooby ovary WWYr Wafting r. 0ao woman) Mem em Ilrloyor of No sold Congo, w wapud by b p.md a DOKM..
Ca Mao 11, 11153 and nowt manta anad.d Mayen 11. 1903 wd Mal Mr Bylaw Is r IV Iowa mod Wm.
- ARTICLE x0111.
61Ion 2 Al bads, wd1Mldn9. Wanda and Whir Yrtrvmwb Mho Yon so bow for one 00 WWI or Um Company Neon 9 r ahlemdad by Mw Or as charter m cams. 1n.y
ad sMM be wended m We nay areal b.h0 or 101 Cowpony Maw by am CII.Y0WiR Ms Vb.l'J1Ynun or am Powldaa ar• Vbpm1O15 faatlyAn tlr C.n.ry or 00 Anbt05,1
Banton'. VOW Wale woo** drlpMbr. wasp) MY any ant or mss allld.n w 000noy1 M 01 do&e0.I.d In any ..Near a to Bow of DM1as or Ye Mow*. Combo.
a M any meow a Wormy .sword Y moM.d AP In Bowan 3 blow, May @MOM any well bore, undertaking or Who 050900000 molded In wed sosoeY0, w pow a enemy.
Cowan 3. Al won aYbnmy aclonbYWrato Co pannmy ord Mrbemooed Mem mwnwd0nbW0atro CorparbolhorbypmpWmmnWam NaQr pnmMmt
or aVbRWdaY eras A.Y.w. VbaPnNdmajamysith SsnWWm YAsoMrYBsoWW . udone.*tormdNadw4MGaa. TMYTwssa Net tonions area. wowed, NOWT
1 AOmrc.Oxy ION WdMETkAbl INBUNANCE COMPANY rd*bored b lrnowr0 kola and worybubMw howhol am Rolm a Ye Norma OMNI al Amawle., OMAN alCObnanl Porto Rico, and swhatlm
Plows..a Comae YAM emW1awbonYl Mom EdowdWant mod IsEW m* ecerwdMbeanosoldN.NWYbinds, orant0b9s,Ya..pwna elnrn.N.dOarw.
1.tleudwslmmd eaWwlgaRDEMLere11RAMICE COMPANY, tip MmbymaOYryNY1Mbm.pYq PmaAeasoyr Nbe/aaa.ldamru.
Onr0 d H
and myha me.W MW
a.19Nn1WWnn NJ Mr_ 4th Owed Fplmtsn-y 1a Rh _
asemWary
CERTIFICATION OF RESOLUTION AND AUTHORITY
I, Kent J. Schielke, do hereby certify that I em the Secretary of CBI Na -Con, Inc.,
a Texas corporation, and that as such officer I am duly authorized to make this certificate
in behalf of that corporation.
I further certify that a meeting of the Board of Directors of CBI Na -Con, Inc., was
duly called and was held in accordance with the By -Laws of that corporation on December
7, 1982, and at that meeting a quorum was present throughout and that the following
resolution was unanimously adopted.
RESOLVED, that the Chairman, President, and Vice - President, and such
other sales representatives as may from time to time be designated by the
Vice - President, are each authorized to make bids, prepare quotations and
submit proposals for contracts, to sign contracts, bid bonds, performance
bonds, and other related documents, and to otherwise bind and obligate the
Company in the conduct of its normal business.
I further certify that the foregoing resolution is in full force and effect and that
R. J. Bassett is a duly designated and authorized sales represen-
tative of CBI Na -Con, Inc.
This certificate shall remain in full force and effect unless and until written notice
of revocation has been received by the persons so relying on this certificate.
IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CBI Na -Con,
Inc., this 4th day of February , 1986 •
Kent J. Schielke, Secretary
CBI Na -Con, Inc.
AGREEMENT
THE STATE OF TEXAS I
COUNTY OF WILLIAMSON I
THIS AGREEMENT, made and entered into this day of
, A.D., 1986, by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and CBI NA -CON, INC., of the City of Houston,
County of Harris, 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:
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
1,000,000 GALLON TOROSPHERICAL TANK
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, supervision, labor, insurance, and other accessories
and services necessary to complete the said construction, in
accordance with the conditions and prices stated in the Pro-
posal attached hereto, and in accordance with the Notice to
Contractors, General Conditions of Agreement, Special Condi-
tions 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 CONTRAC-
TOR'S written proposal, the General Conditions of the Agree-
ment, and the Performance, Payment and Maintenance Bonds
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 complete the same within 330 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:
I,
Mike Robinson, Mayor
ATTEST:
1 4!i!!JI
4
e following to be executed if the Contractor is a Corpora-
tion.)
am the Secretary of the Corporation named as Contractor here-
in; that
this Contract on behalf of the Contractor was then
(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
SEE ATTACHED CERTIFICATION
OF RESOLUTION AND AUTHORITY
SEE ATTACHED CERTIFICATION
Signed: OF RESOLUTION AND AUTHORITY
Page 2 of 2
CBI NA -CON, INC.
Party of the Second Part
(CONTRACTOR)
BY: 11.
ATTEST:
SEE ATTACHED CERTIFICATION
OF RESOLUTION AND AUTHORITY
, certify that I
, who signed
County of
Harris
PERFORMANCE BOND
THE STATE OF TEXAS J
COUNTY OF Williamson
KNOW ALL MEN BY THESE PRESENTS, THAT CBI Na -Con, Inc.
of the City of Houston
, and State of Texas
as principal, and MEDINOL INSURANCE =ANY
authorized under the laws of 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
of Six Hundred Sixty Four Thoiasand,Eight Hundred Thirty & no /10(bollars
($ 664,830.00 ) 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;
PH-1
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
CBI Na-Con, Inc.
Principal Sur
Title Contracting Engineer
Address P. 0. Box 41146
PH-2
FEDERAL INSURANCE COMPANY_
Patricia A. ter
Title Attorney -in -fact
Address 1990 Post Oak Blvd. ,Suite 1100
Houston, Texas 77241-1146 Houston, Texas 77056 -1297
SFF ATTACHED CERTIFICATION
OF RESOLUTION AND AU I HOHI1 T
The name and address of the Resident Agent of Surety is
FAUGHT INSURANCE AGENCY, INC.
5225 Katy Freeway, Suite 400, Houston, Texas 77007
THE STATE OF TEXAS
COUNTY OF Williamson
County of
Harris
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, THAT CBI Na -Con, Inc.
, of the City of Houston
, and State of Texas
as principal, and FEDERAL INSURANCE 031WY
authorized under the laws of 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
of Six Hundred Sixty Four Thousand, Eipht Hundred 'Thirty & no /10(Aollars
($ 664,830.00 ) for the payment whereof, the said Principal
and Surety bind themselves and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain written
Contract with the Owner, dated the day of
19 , to which Contract is hereby referred to and made a
part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying
labor and material to him or a subcontractor in the prosecu-
tion of the work provided for in said Contract, then, this
obligation shall be void; otherwise to remain in full force
and effect;
PB -3
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
1 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
1 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,
1 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
1
1 CBI Na -Con, Inc. FEDERAL INSURANCE COMP
Principal Su -ty 4
By 47/SY
1
1
1
1 PB -4
1
Patricia A. Minter
Title Attorney -in -fact
SEE ATTACHED CERTIFICATION
OF RESOLUI ION ANU Au i nuRirf
The name and address of the Resident Agent of Surety is:
FAUGHT INSURANCE AGENCY, INC,
5225 Katy Freeway, Suite 400, Houston, Texas 77007
1 Title Contracting Engineer
Address P. 0. Box 41146
Houston, Texas 772411146 Houston, Texas 77056 -1297
Address1990 Post Oak Blvd., Suite 1100
MAINTENANCE BOND
THE STATE OF TEXAS 1
COUNTY OF Williamson
KNOW ALL MEN BY THESE PRESENTS, THAT WE
CBI Na -Con, Inc. , as PRINCIPAL and
FEDERAL INSURANCE COMPANY , a Corporation
organized under the laws of the State of New Jersey , as
SURETY, are held and firmly bound unto City of Round Rock, Texas
, as OBLIGEE, in the► penal sum of
Six Hundred Sixty Four Thousand, Eighty Hundred Thirty and no /100 * *
* * * * *. * * Dollars ($ 664,830.00 ),
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
Southeast Round Rock Water Storage IngirovemEnts
1,000,000 Gallon Torospherical Tank
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
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 .
CBI Na -Con, Inc.
Principal Sur
n .
44
Contr c� tin Engineer
Title g �
By:
Address P. 0. Box 41146
Houston, Texas 77241 -1146 Houston, Texas 77056 -1297
qEF OTTDCHFf CFRTIFICATIAN
OF RESOLUTION AND AUTHORITY
The name and address of the Resident Agent of Surety is:
FAIJGHT INSURANCE AGENCY, INC.
5225 Katy Freeway, Suite 400,Houston.Texas 77007
MB -2
FEDERAL INSURANCE COMPANY
Patricia A. Minter
Title Attorney -in -fact
Addre as 1990 Post Oak Blvd. ,Suite 1100
1
1
1
1
1
1
1
1
1
1
Corporate Seal
I STATE OF NEW JERSEY
County of Somerset
8911.9, and In Mongrel mamma
NIwNL8000
' STATE OF NEW JERSEY
County of Somerset
} se.
POWER OF ATTORNEY
I w Know all Men by the Present., That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren. New Jersey, a New Jersey Corpora -
tlon, has constituted and appointed, and does hereby constitute and appoint E. W. Faught, Jr. , Patricia A. Minter, Jane
Cyva and Carl R. Faught of Houston, Texas
'each Its trite and lawful Attorney-in -Fact to execute under such designation in Its name and to affix its corporate seal to and deliver for and on its behalf as
surety thereon or otherwise, bonds of any of the following classes, to-wit:
1. Bonds and Undertakings filed In any suit, matter or proceeding In any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything
apecllied in such Bond or Undertaking.
2. Surety bonds (*the United States of America or any agency thereof, Including those required or permitted under the laws or regulations relating to Customs
I or Internal Revenue; License and Permit Bonds or other indemnity bonds under the laws, ordinances or regulations of any State, City. Town, Village,
Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument bonds; Lease bonds, Workers' Compensa-
tion bonds, Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials.
3. Bonds on behalf of contractors in connection with bids, proposals or contracts.
M wt.. whereof, the anld FEDERAL INSURANCE COMPANY has, pormam to He ay -Imes, caused these presents 10 be signal by Is Assistant VktrPresWnrt and Assistant 5.0,01. Y and IN
1 corporna se& to be hereto &IMO thla is t day M January IF 84
CERTIRCATION
FEDERAL MS
By
Osbroe Mac
:7111A,U1
Assistant vkePraaldent
On 11110 1 S t do y M Jggn11ar1� 10 84 . before me personally cams Richert D. O'Connor to me known and by me known a a al
be Assistant Secretary e FEDERAL IN•
=RANCE COMPANY, the WrpolatIon Mal b end'4/hlch executed the foregoing Power of Attorney, and AIM said Richard D. O'Connor being by me duly swam. did depose and cry that M s Miaow 80retan
of Ile FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of A0rney is such cenpOnw ss31 and wm *PM tlfsed by outhonily a 1110 or
a mad Company, and that he signed said Poser of Allormy as ANl,snt Secretary of said Company by like authority. and that M Is acquainted with George McClellan and Mem him to be roe Assisted Vkxt•fhseidesl
of said Company. and wet the signature o1 said George McClellan subscribed to said Power of Attorney 10 In the genuine handwriting of said George MOCIe000 aid was 1Mrelo subscribed by aa110rlty of Nil
Acknowledged and Sworn to before me
on Ma date
ALICE LEONARD
NOTARY PUBLIC OF NEW JERSEY
My .Commission Expires tuna 28, 1988
/7 Lpratel'
Nary Public
1, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby caddy that Me followings • bus excerpt from the Bydm es ate said Company as adopted by M Board a Dkem0rs
on Much 11. 1669 and meet Pedantry emended March 11. 1663 and that this By -Law is in lull free and sheet.
"ARTICLE %VIII.
Section 2. N bads, undertakings, 0OMrse10 and other Instruments alter than m show ler and on bshtlf of the Company which It Is authorized by law or de Mader to execute, may
and shell be wearied In IM name and on behalf of the Company either by the Chairman or Ma Vice-Chairman or IM President or • VlesAresident, I0by with the Secretary or an Ambient
Seerelery, undo MNr raspeclhs designations, except that any one or more officers or aeonMyein -lad designated In any resolulan 01 Me Bold of DM0on of the Executive CanmMe.,
or in any tower of rtemey executed as provided for In section 3 Mow, may made any su0h bond. um/awaking or other obligation as prodded In suds resolution or poser tl Warty. or theViceCheinnanor Me Residue
Section &AM powers an Assistant a end a xuside atlMCOmMhY ran/Mimi e SerJMe7.rdaMNr nmpealwdmgMOre. Them Chairmen
e sgnatusM wMeleewa meYberpraved, priMed
a • VICe.PreseeM r m AealeNnt V Ixaf+rssldanl IoleaY
0 811091 plied."
I bugler aewy OW said FEDERAL INSURANCE COMPANY teddy IkenuE to t1 0* UMW std surely business In each of tMBlMes.NM NNW Smoot America. Dekkta Commas, puslo Rio, Rd mobcap.
ProNnowel Canbywith IM exception of Prince Edward IMaM; and s ateduly I ore to became sole surety on bonds. undertakings. Mc., permitted or moulted by Pew.
L the urde igned Amielart Secretary of FEDERAL INSINMNCECOMPANY. do hereby cer yMattheforegoing Power of Attorney Win sIInose mutant.
GM, under my hand and t 0 male said Compmyr Waxen N.J ths *war 19
INSURANCE
.
NO.
DATE
DATE
LIMITS OF LIABILITY
Workmen's
Compensation
1C7143743
1/31/86
1/31/87
Statutory, State of
Texas, $ 100,000
Employer's Liability
Comprehensive
General
Liability
Includes
Contractual
Liability
n • 577952
7/15/85
7/15/86
Bodily Injury
$300,000 each person
$300,000 each accident
Property Damage
$ 50,000 each accident
Covers
Independent
Contractors
$ 50,000 aggregate
Owner's
Protective
a 977 789
3/19/86
7/15/86
Bodily Injury
$ 300,000 each person
$ 300,000 each accident
Property Damage
$ 50,000 each accident
$ 50,000 aggregate
Comprehensive
Automobile
Liability
X Owned
Vehicles
GLA1531
( Texas)
3/15/86
3/15/87
Bodily Injury
$ each person
$ each accident
Property Damage
$ each accident
Hired
X Vehicles
$1,000,000 Combined Sing].
x Non -owned
Vehicles
Includes
X Contractual
Liability
1 :
1
1
1
1
1
TO: City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
CERTIFICATE OF INSURANCE
THIS IS TO CERTIFY THAT CBI Na - Con, 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 with
the provisions of the standard policies used by this company, and further here-
inafter described. Exceptions to standard policies are noted on the reverse
side hereof.
Page 1 of 2
Date: 320/86
Description of Work:
Elevated Tank
e Limit
The above policies either in-,the body thereof or by appropriate endorsement
provide that they may not be changed or cancelled bythe'insurer in less than
ten days after the insured has received written notice of such change or cancel -
lation. ,;,.. :
This Certificate of Insurance neither affirmatively or negatively amends, ex-
tends, or alters the coverage afforded by policy or policies indicated by this
certificate.
National Union Fire Insurance Company
(Name of Insurer}
By k!ZZ //
-Title:
Address
Page 2 of 2
CERTIFICATION OF RESOLUTION AND AUTHORITY
I, Kent J. Sehielke, do hereby certify that I am the Secretary of CBI Na -Con, Inc.,
a Texas corporation, and that as such officer I am duly authorized to make this certificate
in behalf of that corporation.
I further certify that a meeting of the Board of Directors of CBI Na -Con, Inc., was
duly called and was held in accordance with the By -Laws of that corporation on December
7, 1982, and at that meeting a quorum was present throughout and that the following
resolution was unanimously adopted.
RESOLVED, that the Chairman, President, and Vice - President, and such
other sales representatives as may from time to time be designated by the
Vice - President, are each authorized to make bids, prepare quotations and
submit proposals for contracts, to sign contracts, bid bonds, performance
bonds, and other related documents, and to otherwise bind and obligate the
Company in the conduct of its normal business.
I further certify that the foregoing resolution is in full force and effect and that
R. J. Bassett is a duly designated and authorized sales represen-
tative of CBI Na -Con, Inc.
This certificate shall remain in full force and effect unless and until written notice
of revocation has been received by the persons so relying on this certificate.
IN WITNESS WHEREOF, I have hereonto set my hand and the seal of CBI Na -Con,
Inc., this 4th day of February , 1986 .
c• Fy P � - tL
Kent J. Schie}ke, Secretary
CBI Na -Con, Inc.
1
1
1
1
1
1
1
1
1
si
1
1
1
1
i
1
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 CBI Na-Con, Inc.
(2) Address 12231 FM 529, Houston, Texas 77041
(3) Phone Number 713/466 - 1226
(4) Type of firm:
( ) Individual, ( ) Partnership, ( x )' Corporation
(5) Corporation organized under the laws of the State 'of
Texas
(6) List the names and address of all members of the firm or
names and titles of all officers of the corporation:
F. G. Butterfield. President
R. M. Brown, Exec. V.P.
K. J. Schielke, Secretary
C. E. Willoughby, Treasurer
(ALL) 800 Jorie Blvd.
Oak Brook. Illinois
(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
$ 325,020 300MG WS 5/86 Harris County M.U.D. #119, Houston, Tx
$ 277,920 300MG WS 4/86 El Paso Co. Water Auth.,E1 Paso, Tx.
$ 445,315 750MG WS 4/86 City of Stephenville, Tx. - Same
(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
Blue Ribbon
Address
Houston, Texas
Page 1 of 2
Work to be Performed
Painting
(10) Payment of taxes, in the State of Texas
Yes X No
(11) If requested by the Owner, the Low Bidder shall gubinit
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
G C(NeTa.\ P►r
Special Coondi Viols
GENERAL CONDITIONS OF AGREEMENT
1
1
1
1
1
1
1
1
1
1
1
1
1
�1
:1
1
1
1
1
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
1
2. GENERAL PROVISIONS 3
2.01 Engineer's Status and Authority 3
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 4
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 5
2.08 Royalties and Patents 5
2.09 Keeping of Plans and Specifications
Accessible 5
2.10 Discrepancies and Omissions 5
2.11 Contractor's Understanding 5
2.12 Extra Work 6
2.13 Payment for Extra Work 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 8
2.16 Owner's Status 8
2.17 Completed Portions of Work 8
2.18 Materials 8
2.19 Receiving and Storage of Materials 8
2.20 "Or Equal" Clause 8
2.21 Completed Work 9
2.22 Materials Furnished by the Owner 9
2.23 Protection of Property 9
2.24 Shelters for Workmen and Materials 9
2.25 Sanitary Facilities 10
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . 10
3.01 Labor, Equipment, Materials and
Construction Plant 10
3.02 Performance and Payment Bonds 10
3.03 Contractor's Ability to Perform 11
3.04 Superintendence and Inspection 11
3.05 Character of Employees 11
3.06 Contractor's Duty to Protect Persons
and Property 11
3.07 Safety Codes 12
3.08 Barricades 12
3.09 Minimum Wages 12
3.10 Unsuitable Work or Materials 12
3.11 No Waiver of Contractor's Obligation . . 13
3.12 Site Clean Up 13
3.13 Guarantee - 14
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(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 1 7
5.06 Liquidated Damages for Failure to
Complete on Time 17
6. INDEMNITY 18
6.01 Contractor's Indemnity Provision 18
6.02 Workmen's Compensation Insurance 18
6.03 Comprehensive General Liability Insurance . 18
6.04 Owner's Protective Insurance 19
6.05 Comprehensive Automobile Liability
Insurance 19
6.06 Insurance Certificate 19
7. TERMINATION OF CONTRACT 20
7.01 Right of Owner to Terminate 20
7.02 Right of Contractor to Terminate 20
7.03 Removal of Equipment 20
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20
8.01 Notification of Contractor 20
8.02 Retention of Contractor's Equipment
and Materials by Owner 21
8.03 Methods of Completing the Work 21
8.04 Final Acceptance 22
8.05 Disposition of Contractor's Equipment . . 22
9. MEASUREMENT AND PAYMENT 23
9.01 Character of Measurements 23
9.02 Estimated vs. Actual Quantities 23
9.03 Payment 24
9.04 Monthly Estimates and Payments 24
9.05 Certificates of Completion 24
9.06 Final Estimate and Payment 25
9.07 Notarized Affidavit 25
9.08 Release of Liability 25
9.09 Contractor's Obligation 26
9.10 Payments Withheld 26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
1.01 Calendar Day. A calendar day shall be the 24 hour
period from one midnight to the next consecutive mid-
night.
1.02 Contract Documents. The Contract Documents shall con-
sist of the Notice to Contractors; Advertisement; the
Instructions to Bidders; the Proposal; the Signed
Agreement; the Performance and Payment Bonds; the Gen -
eral Conditions of the Agreement; the Special Condi-
tions of the Agreement; the Specifications; the Plans;
the Standard Drawings; Addenda; and duly authorized
Change Orders. The Contract Documents are complemen-
tary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict
between any of the Contract Documents, priority of
interpretation shall be in the following order: Sign-
ed Agreement, Performance and Payment Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice
to Contractors, Specifications, Plans, and General
Conditions of the Agreement.
1.03 Contractor. "Contractor" shall mean the business or-
gans zaz ti n or individual named and designated in the
Contract Agreement as the "Party of the Second Part ",
who has entered into this contract for the performance
of the work covered thereby, and its, his, or their
duly authorized agents and other legal representa-
tives.
1.04 Engineer. "Engineer" shall mean Haynie & 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,,
WEER' 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 incl,ude (a) all draw-
ings prepared by the Owner as a basis for proposal,
(b) all supplementary drawings furnished by, the Engi-
neer as and when required to clarify the intent and
meaning of the drawings submitted by the Owner to the
Contractor, and (c) drawings submitted by the Contrac-
tor to the Owner when and as approved by the Engi-
neer.
1 08 Specifications. "Specifications" shall mean (a) all
written descriptions, methods and instructions prepar-
ed by the Owner as a basis for proposals, (b) all sup-
plementary written material furnished by the Engineer
as and when required to clarify the intent or meaning
of all written descriptions, methods and instructions
submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to
the Owner when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer
only to a business organization or individual having a
direct contract with the Contractor for (a) performing
a portion of the Contract work, or (b) furnishing
material worked to a special design according to the
Contract plans or specifications; it does not, how -
ever, include one who merely furnishes material not so
worked. -
1.10 Substantially Completed. The term "substantially com-
pleted" shall mean that the structure or facility has
been made suitable for use and is in condition to
serve its intended purpose, but still may require
minor miscellaneous work and adjustments.
1.11 Work. "Work" shall mean the work to be done and the
equipment, supplies, material, and services to be fur-
nished under the Contract unless some other meaning is
indicated by the context.
1.12 Working Dax. 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
1
1
1
. 1
1
1
1
1
1
1
.
1
1
1
1
1
1.13 Written Notice. "Written notice" shall' be• deemed to
have been duly served if delivered in person to $he
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 registeredil to
the last business address known to him who giv`es,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 ali questions in rela-
tion to said work and the construction thereof, that
he shall in all cases decide every question which may
arise relative to the execution of the Contract on the
part of the Contractor; that his decisions and find-
ings shall be the conditions precedent to the right of
the parties hereto to arbitration or to any action on
the Contract and to the rights of the Contractor to
receive any money under this Contract; provided, how -
ever, that should the Engineer render any decision or
give any direction which in the opinion of either
party hereto is not in accordance with the meaning and
intent of this Contract, either party may file with
the Engineer within 30 days a written objection to the
decision or direction so, rendered. It is the intent
of this Agreement that there shall be no delay in the
execution of the work, and the decision or directions
of the Engineer as rendered shall be promptly carried
out.
2.02 Right of Engineer to Modify Methods and Equipment. If
at any time the methods or equipment used by the Con-
tractor are found to be unsafe or inadequate to secure
the quality of the work or the rate of progress re-
quired under this Contract, the Engineer may direct
the Contractor in writing to increase their safety or
improve their character and efficiency and to cease
operations under this Contract until such direction is
complied with. No claims shall be made against the
Owner for damages caused by any delay resulting from
such order.
GC -3
2.03 Changes and Alterations. The Contractor agrees that
the Owner, through the Engineer, may make such changes
and alterations as the Owner may see fit in the line,
grade, form, dimensions, plans, or materials for the
work herein contemplated or any part thereof either
before or after the beginning of the construction
without affecting the validity of this Contract and
the accompanying' bonds. if such changes or altera-
tions diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for
damages or anticipated profits on the work that may be
dispensed with. If they increase the amount of work
and the increased work can fairly be classified under
the specifications, such increase shall be paid for
according to the quantity actually done and at the
unit price established for such work under this Con-
tract; otherwise such work shall be paid for as pro-
vided under Section 2.12 "Extra Work ". In the event
the Owner shall make such changes or alterations which
will make useless any work already done or material
already furnished or used in said work, then the Owner
shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such
change, and for the actual expenses incurred in prepa-
ration for the work as originally planned.
2.04 Damages. The right of general supervision by the
Owner shall not make the Contractor an agent of the
Owner, and the liability of the Contractor for all
damages to persons, firms, and corporations arising
from the Contractor's execution of the work shall not
be lessened because of such general supervision. The
Contractor is an independent contractor in regard to
work under this Contract, and as such is solely liable
for all damages to any persons, firms, corporations,
or their property as a result of the prosecution of
the work.
2.05 Losses from Natural Causes. All loss or damage aris-
ing out of the nature of the work to be done or from
the action of the elements or from any unforeseen cir-
cumstances in the prosecution of the work or from unu-
sual obstructions or difficulties which may be encoun-
tered in the prosecution of the work shall be sustain-
ed and borne by the Contractor at his own cost and
expense.
2.06 Laws and Ordinances. The Contractor shall at all
times observe and comply with all Federal, State, and
local laws, ordinances, rules and regulations which
GC -4
1
1
1
1
1
1
1
1
1
1
. 1
1
1
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 oost is determined and
directed to be included in the bid price at the time
the Proposal is submitted. -
2.09 Keeping of Plans and Specifications Accessible. The
Engineer shall furnish the Contractor with three (3)
sets of executed Plans and Specifications without ex-
pense to him, and the Contractor shall keep one copy
of the same constantly accessible on the work, with
the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed
that it is the intent of this Contract that all work
must be done and all material must be furnished in ac-
cordance with the generally accepted practice, and in
the event of any discrepancies between the separate
contract documents, the priority of interpretation de-
fined under "Contract Documents" shall govern. In the
event that there is still any doubt as to the meaning
and intent of any portion of the Contract, Specifica-
tions or Drawings, the Engineer shall define which is
intended to apply to the work.
2.11 Contractor's Understanding. It is understood and
agreed that the Contractor has, by careful examina-
tion, satisfied himself as to the nature and location
1
_ 1 GC -5
1
of the work, the conformation of the ground, the char-
acter, quality and quantity of the,materials to be en-
countered, the character of equipment and facilities
needed preliminary to and during the prosecution of
the work, the general and local conditions, and all
other matters which can in any way affect the work
under this Contract. No verbal agreement or conversa-
tion with any officer, agent, or employee of the Own-
er, either before or after the execution of this Con-
tract, shall affect or modify any of the terms or ob-
ligations herein contained.
2.12 Extra Work. The term "extra work" as used in this
Contract shall be understood to mean and include all
work that may be required by the Owner through the
Engineer to be done by the Contractor to accomplish
any change, alteration, or addition to the work shown
by the Plans or reasonably implied by the Specifica-
tions and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
It is agreed that the Contractor shall
perform all extra work under the direction of the
Engineer when presented with a written Change Order
signed by the Engineer.
No claim for extra work of any kind will
be allowed unless ordered in writing by the Engineer.
In case any orders or instructions, either oral or
written, appear to the Contractor to involve extra
work for which he should receive compensation, he
shall make a written request to the Engineer for a
written Change Order authorizing such extra work.
Should a difference of opinion arise as to what does
or does not constitute extra work or concerning the
payment therefor and the Engineer insists upon its
performance, the Contractor shall proceed with the
work after making a written request for a written
Change Order and shall keep an accurate account of the
"actual field cost" thereof as provided under Method
"C" below.
2.13 Payment for Extra Work. It is agreed that the compen-
sation to be paid the Contractor for performing extra
work shall be determined by one or more of the follow-
ing methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
GC -6
1
1
1
1
1
1
1
1
1
1
�1
1
1
1
Method "C" - If neither +Method "A ",br 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 agreedrupon rates for
the time actually employed or used in the performance
of the extra work; (d) transportation charges neces-
sarily incurred in connection with any equipment
authorized by the Engineer for use on said extra work
and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expens-
es; (f) all incidental expenses incurred. as a direct
result of such extra work including sales or use taxes
on materials, payroll taxes, and the additional pre-
miums for construction bonds, workmen's compensation,
public liability and property damage, and other insur-
ance required by the Contract where the premiums
therefor are based on payroll and material costs. The
Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also speci-
fy in writing before the work commences the method of
doing the work and the type and kind of machinery and
equipment to be used; otherwise these matters shall be
determined by the Contractor. Unless otherwise agreed
upon, the prices for the use of machinery and equip-
ment shall be incorporated in the written extra work
Change Order. The 15% of the "actual field cost" to
be paid the Contractor shall cover and compensate him
for his profit, overhead, and general superinten-
dence.
2.14 Assignment and Subletting. The Contractor shall not
assign or sublet the work or any part thereof without
the previous written consent of the Owner, nor shall
he assign, by power of attorney or otherwise, any of
the money payable under this Contract unless by and
with the consent of the Owner to be signified in like
manner. If the Contractor assigns all or any part of
any monies due or to become due under this Contract,
the instrument of assignment shall contain a clause
substantially to the effect that it is agreed that the
right of the assignee in and to any monies due or to
GC -7
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 Contr - actor
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
1
. 1
1
the Engineer requesting approval of the use of a
material, product, or at'ticle 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
reasonab e notice to the owner or owners of public or
private property and utilities when such property is
liable to injury or damage through the performance of
the work, and he shall make all necessary arrangements
with such owner or owners relative to the removal and
replacement or protection of such property or utili-
ties.
The Contractor shall satisfactorily shore, support,
and protect any and all structures, and all pipes,
sewers, drains, conduits, and other facilities belong-
ing to the Owner, and he shall be responsible for any
damage resulting thereto. The Contractor shall not be
entitled to any damages or extra pay as a result of
any postponement, interference, or delay caused by any
such structures and facilities being on the line of
the work whether they are shown on the Plans or not.
2.24 Shelters for Workmen and Materials. The building or
structures for housing men or the erection of tents or
other forms of protection for workmen or materials
will be permitted only as the Engineer shall authorize
or direct. The sanitary conditions of the grounds in
or about such structures shall at all times be main-
tained in a manner satisfactory to the Engineer.
GC -9
1
1
1
1
1
1
1
1
1
1
1
1
.1
.1
1
1
1
1
2.25 Sanitary Facilities. Necessary sanitary toilet facil-
ities for the use of all employees on the work shall
be of a type complying with State and local sanitary
regulations and shall be properly secluded from public
observation. These facilities shall be constructed
and maintained by the Contractor in such manner and at
such points as shall be approved by the Engineer.
Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and Construction Plant.
The Contractor shall provide all labor, tools, equip-
ment, machinery, supplies, and materials necessary for
the prosecution and completion of this Contract where
it is not specifically provided that the Owner shall
furnish them. The Owner shall not be held responsible
for the care, preservation, conservation, or protec-
tion of any material, tools, or machinery on any part
of the work until it is finally completed and accept-
ed. The Contractor shall maintain on the job at all
times sufficient labor, material, and equipment to
adequately prosecute the work.
3.02 Performance and Payment Bonds. It is further agreed
by the Parties to this Contract that the Contractor
will execute separate performance and payment bonds,
each in the sum of 100% of the total Contract price in
standard forms for this purpose, guaranteeing faithful
performance of the work and the fulfillment of any
guarantees required and further guaranteeing payment
to all persons supplying labor and materials or fur-
nishing him any equipment in the execution of the Con-
tract. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are
furnished and approved by the Owner. The cost of the
premium for the performance and payment bonds shall be
included in the price bid by the Contractor for the
work under this Contract, and no extra payment for
such bonds will be made by the Owner.
The surety company or companies underwriting the per-
formance and payment bonds shall be acceptable accord-
ing to the latest list of companies holding certifi-
cates of authority from the Secretary of the Treasury
of the United States, shall be duly authorized to act
under the laws of the State of Texas as Surety, and
shall be approved by the Owner.
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 ton-
tract", if job progress indicates that the Contractor
lacks either appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall
give personal attention to the faithful prosecution
and completion of the Contract and shall keep a compe-
tent superintendent and any necessary assistants, all
of whom are satisfactory to the Engineer, on the work
continuously during its progress. The superintendent
shall represent the Contractor in his absence, and all
directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superinten-
dent are both absent from the site of the work for
prolonged. periods of time the Engineer may order any
or all work under this Contract to be stopped until
the Contractor provides continuous and proper supervi-
sion of the work. Such stoppage shall not constitute
a basis for any claim against the Owner for damages
caused by delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to em-
ploy only order y, competent, and skillful persons to
do the work, and whenever the Engineer shall inform
him that the work being accomplished is of sub -stan-
dard character by reason of carelessness, incompe-
tence, or inexperience on the part of the workers the
installation of such work shall be immediately sus-
pended and shall not be resumed until the Engineer is
satisfied that the conditions causing such faulty work
have been corrected.
3.06 Contractor's Duty to Protect Persons and Property. In
the performance of this Contract, the Contractor shall
protect the public and the Owner fully by taking rea-
sonable precaution to safeguard persons from death or
bodily injury and to safeguard property of any nature
whatsoever from damage. Where any dangerous condition
or nuisance exists in and around construction sites,
equipment and supply storage areas, and other areas in
GC -11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i1
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 v111 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. and 7:00 a.m. or on Sundays or
legal holidays without written consent of the Engi-
neer.
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any
cause during the progress of any portion of the work
embraced by this Contract except where the work is
stopped by order of the Owner. If the Owner stops the
work for just cause because the Contractor is not com-
plying with the plans and specifications or the intent
thereof, the Contractor shall have no claim for dam-
ages, hindrances, or delays. However, if the Owner
stops the work for any other reason, the Contractor
shall be entitled to reimbursement paid by the Owner
for such expenses actually incurred which in the judg-
ment of the Engineer occurred as a result of the work
stoppage.
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 - 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 indemAity and save harm-
less the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, and,ex-
penses or costs of any nature whatsoever arising out
of or in anyway connected with any claims or actions
at law or in equity brought against the Owner and the
Owner's agents and employees for the death or injury
to persons or for damage to property caused, or alleg-
edly caused, by any willful acts, negligence, nui-
sance, or breach of any term or condition of this Con-
tract by the Contractor, his agents, servants, subcon-
tractors, or employees. The Contractor shall further-
more indemnify and save harmless the Owner and the
Owner's agents and employees from all demands of sub-
contractors, workers, material persons, or suppliers
of machinery and parts thereof, equipment, power
tools, and supplies incurred in connection with work
to be performed under this Contract. Property of any
description, including property of the Owner, which
shall be damaged in the performance of this Contract
by the Contractor, his agents, employees, subcontrac-
tors or their employees and subcontractors shall be
restored to its condition prior to damage by the Con-
tractor at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor
agrees to comply with the Workmen's Compensation Act
of the State of Texas, and to pay or cause to be paid
all compensation, medical or other benefits, which may
become due or payable thereunder, and to protect and
indemnify the Owner and the Owner's agents and employ-
ees from and against any and all liabilities by reason
of accidental injury, disease or death sustained by
subcontractor's employees. The Contractor shall fur-
nish the Owner with a certificate from the Industrial
Accident Board evidencing the Contractor's and subcon-
tractors' compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Con-
tractor shall provide and maintain during the life of
this Contract and until all work under said Contract
has been completed and accepted by the Owner, a Com-
prehensive General Liability insurance policy, said
policy and the issuing carrier approved by the Owner,
which specifically insures the contractual liability
GC -18
of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The'lia-
bility coverage under this policy shall cover Indepen-
dent Contractors. Liability limits for the Comprehen-
sive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall
provide and maintain during the life of this Contract
and until all work under said Contract has been com-
pleted and accepted by the Owner, an Owner's and Con-
tractor's Protective Policy which co- insures the Owner
and the Owner's agents and employees with the same
Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liabil-
ity Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The
Contractor shall provide and maintain during the life
of this Contract and until all work under said Con-
tract has been completed and accepted by the Owner, a
Comprehensive Automobile Liability insurance policy,
said policy and issuing carrier approved by the Owner,
covering the operation on or off the site of the work
of all motor vehicles licensed for highway use, whe-
ther they are owned, non- owned, or hired by the Con-
tractor, in which shall specifically insure contrac-
tual liability of the Contractor assumed under the
above Paragraph 6.01 entitled "Contractor's Indemnity
Provision ". The liability limits for the Comprehen-
sive Automobile Liability insurance coverage shall not
be less than the following:
Bodily Injury
Property Damage
$100,000 each person
$300,000 each accident
$ 50,000 each accident
6.06 Insurance Certificate. In connection with the insur-
ance coverage set out in sections 6.02, 6.03, 6.04,
and 6.05 above, the Contractor shall furnish the Owner
with a certificate verifying said insurance. Said
certificate shall state that the Owner shall be given
10 days advance written notice before any provisions
GC -19
of the policies are changed or in the event said poli-
cies shall be cancelled. This Certificate of Insur-
ance shall be provided to the Owner prior to starting
any construction work in connection with this Con-
tract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the Contractor should
be guilty of substantial violation of the Contract or
any provision thereof, the Owner, upon certification
by the Engineer as to the nature and extent of such
violation, may without prejudice to any other resourc-
es or remedy give the Contractor written notice of
termination of the employment of the Contractor 10
days subsequent to such notice. Immediately following
such date the Owner may take possession of the site of
the work and all material, equipment, tools, and ap-
pliances thereon and may finish the work in accordance
with the provisions of Section 8 "Abandonment of Con-
tract by Contractor ", of these General Conditions.
7.02 Right of Contractor to. Terminate. If work should be
stopped by order of any public authority or court
through no act or fault of the Contractor for a period
of three (3) months or if the Owner should substan-
tially fail to perform the provisions of the Contract
with regard to Owner's obligations to the Contractor,
then the Contractor may, upon 10 days written notice
to the Owner, terminate this Contract and recover from
the Owner payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract
should be terminated for any reason whatsoever, the
Owner may request the Contractor in writing to remove
any or 'all of his equipment, tools, and supplies, and
the Contractor shall comply with the request within 10
days after receipt of the notice. Should he fail to
do so within 10 days after receipt of such notice, the
Owner shall have the right to remove such equipment
and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at
the risk and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should
abandon and fail to refuse to resume work within 10
GC -20
days after written notification from the Ownet 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
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, 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 clue the Owner
within the time designated hereinabove, and there re-
mains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof to-
gether with an itemized list of such equipment and
materials shall be mailed to the Contractor and his
Surety at the respective addresses designated in this
GC -22
Contract; provided, however, that actual written
notice given in any manner will satisfy this condi-
tion. After mailing or other giving of such notice
such property shall be held by the Owner at the risk
of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect
such property. After 15 days from the date of said
notice the Owner may sell such machinery, equipment,
tools, materials, or supplies and apply the net sum
derived from such sale to the credit of the Contractor
and his Surety. Such sale may be made at either pub-
lic or private sale, with or without notice, as the
Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which
remain on the work and belong to persons other than
the Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary
measurements of any kind will be allowed, but the
actual length, area, solid contents, number, and
weight only shall be considered unless otherwise spe-
cifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimat-
ed quantities stipulated in the proposal form under
unit price items are approximate and are to be used
only (a) as a basis for estimating the probable cost
of the work and (b) for the purpose of comparing the
proposals submitted for the work. It is understood
and agreed that the actual amounts of work done and
materials furnished under unit price items may differ
from such estimated quantities and that the basis of
payment for such work and materials shall be for the
actual amount of such work done and the actual quan-
tity of materials furnished.
The Contractor agrees that he will make no claim for
damages, anticipated profits, or otherwise on account
of any difference between the amounts of work actually
performed and materials actually furnished and the
amounts estimated therefor in the proposal or other
Contract Documents; provided, however; that if the
actual quantity of any item should become as much as
25 percent more than or 25 percent less than the esti-
mated or contemplated quantity for such items, then
either party to this Contract shall be entitled upon
demand to a revised consideration on the portion of
GC -23
the work above or below 25 percent of the estimated
,`quantity prior to initiating work or furnishing meter-
, ials for the overrun or underrun quantities. Such re-
vised consideration shall be determined by agreement
,between the parties or otherwise by the terms of this
Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all
the necessary labor, equipment, and material and the
completion of all work by the Contractor, and on the
completion of all work and the delivery of all mater-
ial embraced in this Contract in full conformity with
the specifications and stipulations contained herein,
the Owner agrees to pay the Contractor the amounts set
forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby
agrees to receive such amounts in full payment for
furnishing all material and all labor required for the
aforesaid work, for all expense incurred by him, and
for well and truly performing the same and the whole
thereof in the manner and according to this Contract,
the attached specifications, and requirements of the
Engineer.
9.04 Monthly Estimates and Payments. On or about the fifth
day of each month the Engineer will make an approxi-
mate estimate of the value of work done in conformity
with the plans and specifications during the previous
calendar month. The Contractor shall furnish to the
Engineer such detailed information as he may request
to aid him as a guide in the preparation of monthly
estimates. After each such estimate shall have been
approved by the Owner, the Owner shall pay to the Con-
tractor 90 percent of the amount of such estimated sum
on or before the 15th day of said month.
It is understood, however, that in case the whole work
is near to completion and some unexpected or unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may, upon written recommen-
dation of the Engineer, pay a reasonable and equitable
portion of the retained percentage to the Contractor.
9.05 Certificates of Completion. Within 10 days after the
Contractor has given the Engineer notice that the work
has been completed the Engineer shall inspect the work
and satisfy himself by examination and test that the
work has been finally and fully completed in accor-
dance with the plans, specifications and Contract. If
GC -24
so, the Engineer_ shall issue a Contract Completion
Certificate to the Owner and the Contractor. Such
certificate when issued shall constitute final accep-
tance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Com-
pletion Certificate has been issued the Engineer shall
proceed to make final measurements and to prepare a
final estimate of the work done and materials furnish-
ed under this Contract and the value thereof. The
Engineer shall certify the Final Estimate and submit
it to the Owner within five (5) days from the date of
the Contract Completion Certificate.
The Owner shall pay the Contractor within 15 days from
the date of the Contract Completion Certificate the
entire sum shown due on the certified Final Estimate
prepared by the Engineer after deducting all amounts
to be kept and retained under any provision of this
Contract. However, it is to be specifically under-
stood that the final payment will not be paid by the
Owner to the Contractor under any circumstances until
the Notarized Affidavit required by Section 9.07 en-
titled "Notarized Affidavit ", has been submitted to
the Engineer.
All prior estimates and payments shall be subject to
correction in the final estimate and payment; but in
the absence of error or manifest mistake, it is agreed
that all estimates, when approved by the Owner, shall
be conclusive evidence of the work done and materials
furnished.
9.07 Notarized Affidavit. Before final payment for the
work by the Owner the Contractor shall submit to the
Engineer a notarized affidavit in duplicate stating
under oath that all subcontractors, vendors, and other
persons or firms who have furnished or performed labor
or furnished materials for the work have been fully
paid or satisfactorily secured. Such affidavit shall
bear or be accompanied by a statement, signed by the
Surety Company who provided the performance bond for
the work, to the effect that said Surety Company con-
sents to final payment to the Contractor being made by
the Owner.
9.08 Release of Liability. The acceptance by the Contrac-
tor of the last payment shall operate as and shall be
a release to the Owner and every officer and agent
thereof from all claims and liability hereunder for
anything done or furnished for or relating to the work
or for any act or neglect of the Owner or of any per-
son relating to or affecting the work.
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 relievb 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 �r 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
SECTION 01 - INFORMATION
01 -01 - ENGINEER
SPECIAL CONDITIONS OF THE AGREEMENT
The word "Engineer" in these Specifications shall be
understood as referring to Haynie & Kaltman, Inc., 1106
South 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)
counterpart (original signed) sets. Owner will furnish
Contractor with three (3) sets of conforming Contract
Documents, Technical Specifications and Plans free of
charge, and additional sets will be obtained from
Engineer at commercial 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
Resolutions, Codes and Ordinances, and any subsequent
amendments or revisions thereto as set forth by the
Owner.
01 -04 - LIOUIDATED 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
extensions of contract time which are authorized
hereunder, the sum of $200.00 per calendar day, which
sum is by the execution 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 Contractor under this Contract, and in
the event such damages exceed the sum due or to become
due the Contractor hereunder, the latter shall be liable
to the Owner for such difference.
SC -1
01 -05 - THE 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 - glom
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.
SECTION 02 - SPECIAL CONSIDERATIONS
02 -01 - CROSSING UTILITIES
Prior to commencing construction, it shall be the
Contractor's responsibility to make arrangements with
the Owners of such utility companies to uncover their
particular utility lines or otherwise confirm their
location. Certain utility companies perform such
services at their own - expense, however, where such is
not the case, the Contractor will cause such work to be
done at his own expense.
02 -02 - "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and 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 WORT{
The Owner is in the process of finalizing easements,
permits and site acquisition for lands upon which work
is to be done. It is possible that delays on
acquisition of some of the property owner's lands for
easements may occur. Contractor provides, at his
expense and without liability of owner, any additional
land and access thereto that may be required for his
construction operations, temporary construction
facilities, or for storage of materials.
SC -2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
02 -04 - UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing his own
utility services during construction. No additional
payment will be made for this item.
02 -05 - 20BANIENA
Guarantee work, including equipment installed, to be
free from defects due to faulty workmanship or materials
for 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
Documents 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,
present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will
determine whenever existing improvements are to be
relocated, or grade and alignment of pipe changed.
Where necessary to move services, poles, guy wires,
pipelines, or other obstructions, make arrangements with
Owners of utilities. Owner will not be liable for
damages on account of delays due to changes made by
Owners of privately owned utilities which hinder
progress of work.
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 principal types of insurance which will be necessary
are:
public Liability and Property Damage to protect the
Contractor, any of this Subcontractors and the Owner
against claims arising from personal injury, including
accidental death, as well as claims for property damage.
SC -3
The amount for liability is $100,000/5300,000. 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,
including but not limited to laws concerned with labor,
equal employment opportunity, safety, and minimum wage.
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
subdivision of whose behalf the contract is made or
awarded ten dollars (510.00) for each laborer, workmen
or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid leas
than the said stipulated rates for any work done under
the said contract, by him, or by any sub- contractor
under him, and the said public body awarding the
contract, shall cause to be inserted in the contract a
stipulation to this effect.”
SC -4
1--e caVO ca 1
5 peci.ci call ohS
TECHNICAL SPECIFICATIONS
1
1
1
1
1
1
1
1
1
1
1
SECTION 02 - CONCRETE
TECHNICAL SPECIFICATIONS
INDEX
SECTION 01 - ELEVATED WATER STORAGE TANK SITE, Page
EARTHWORK, 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 Overflow Drainage System 2
01 -08 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 25
02 -20 Cleaning 26
02 -21 Measurement and Payment 26
SECTION 03 - PAINTING (GENERAL - OTHER THANK TANKS)
03 -01 Description 1
03 -02 Materials 1
03 -03 Painting Methods 1
03 -04 Measurement and Payment 1
i
* SECTION 04 -WATER PIPELINES, FITTINGS, VALVES
AND APPURTENANCES
04 -01
04 -02
04 -03
04 -04
04 -05
SECTION 05 -
05 -01 Description
05 -02 Checking Pipe
05 -03 Excavation, Bedding and Backfill Trench . . .
05 -04 Pipe Installation
05 -05 Protection of Existing Utilities
05 -06 Pavement and /or Railroad Crossings
05 -07 Setting Valve and Valve Boxes
05 -08 Tests for Water Mains
05 -09 Disinfection of Completed Water Lines
05 -10 Clean-Up
05 -11 Measurement and Payment
SECTION 06 -
06 -01
06 -02
06 -03
06 -04
06 -05
06 -06
06 -07
06 -08
06 -09
06 -10
06 -11
06 -12
06 -13
** SECTION 07
Description 1
Materials - Pipe 1
Materials - Valves and Fire Hydrants 1
Granular Material for Pipe Bedding and
Pipe Zone Backfill 3
Measurement and Payment 3
INSTALLATION OF WATER LINES
TOROSPHERICAL TANK
- TOROSPHERICAL TANK PAINTING
07 -01 General Description
07 -02 Painting
07 -03 Application
07 -04 Inspection
07 -05 Sterilization
ii
* Revised per Addendum No. 1 dated January 28, 1986
** Revised per Addendum No. 2 dated January 31, 1986
1
1
1
3
3
3
4
4
4
4
5
Scope of Work 1
Information to be Submitted with Proposal . . 1
Torospherical Tank Contractor
Qualifications 1
Design and Materials 2
Elevated Steel Tank 2
Tank Accessories 3
Testing 4
Detail Drawings 5
Guarantee 5
Foundation 5
Other Work 5
Accessories 5
Measurement and Payment 5
1
1
2
2
3
** SECTION 07 - TOROSPHERICAL TANK PAINTING (Continued)
07 -06 Safety Precautions 4
07 -07 Measurement and Payment 4
SECTION 08 - FENCING
08 -01 General 1
08 -02 Chain Link Fence 1
08 -03 Measurement and Payment 5
** Revised per Addendum No. 2 dated January 31, 1986
pane
SECTION 01 - ELEVATED WATER STORAGE TANK SITE, EARTHWORK, AND
STRUCTURAL FILL
01 -01 DESCRIPTION
This work consists of furnishing all labor, equipment,
materials, and of performing all operations in
connection with the cleating, excavation, and grading of
the individual sites, 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, access drive, parking lot and
yard piping. Branches and limbs of such trees within 5
feet of these improvements may be trimmed up as
determined by the Owner or his representative to allow
for the installation of the proposed facilities.
01 -03 EXCAVATION
The excavation shall conform to the dimensions and
- elevations indicated on the drawings for the
structures. Materials required for fills in excess of
that produced by normal grading operations shall be
furnished by the Contractor. -
01 -04 MATERIALS
(a) Topsoil - Provide 4 inches of sandy loam free from
rocks, throughout the area shown on the Plans and
hydro -mulch with a mixture of grasses approved by
the Engineer.
(b) Excess Material - Excess material from excavation,
not required or unsuitable for backfill, shall be
wasted, to a fill site designated on the property.
(c) Borrow Material - Borrow materials shall be
selected to meet the requirements and conditions
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 -1/2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
,1
1
1
1
1
(d) Pervious Material - Pit run gravel, crushed rock
or other approved granular materials shall be used
as a fill under slabs and other areas indicated on
the drawings as compacted non - expansive material
or select fill.
01 -05 PILLING
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 entire storage tank site will be continually and
effectively drained. Grading shall be done to direct
drainage away from excavation, slabs, foundations, roads
and structures. Low areas shall be filled to prevent
ponding of water.
01 -07 OVERFLOW DRAINAGE SYSTEM
Construct the overflow drainage system as shown on the
Plans.
01 -08 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 -2/2
SECTION 02 - CONCRETE
02 -01 GENERAL
02 -02 $COPE
Concrete consisting of portland cement, concrete
aggregate, sand and water will be designated by a symbol
consisting of a number, a letter and a number. The
first number will be the number of sacks of cement per
cubic yard, and the last number the 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 unless 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.
This section of the Specifications shall include all
labor and materials to construct all concrete work as
shown on the drawings, herein specified, or both
including the following:
All footings, slabs, floors, walls, beams, supports,
walks, pedestals, curbs, vaults and other concrete
items, complete with metal reinforcement.
All concrete finishes and textures.
All formwork, formwork supports, formwork coatings and
soaking, screens and levels required, and formwork
removal.
Installing all inserts, grounds, dowels, blocks, sleeves
and anchors, and safety threads as shown and /or
specified in this or other sections.
Slab waterproofing.
02 -03 PORTLAND CEMENT
All cement to be used or furnished shall be Type I,
portland cement, conforming to ASTM C -150 unless
otherwise specified. The Contractor shall furnish a
certificate of compliance signed by the manufacturer
identifying the cement and stating that the cement
delivered conforms to ASTM C -150.
02 -1/26
'Whenever suitable facilities, approved by the Engineer,
are available for handling and weighing bulk cement,
such facilities shall be used. Otherwise, the cement
shall be delivered in original unopened sacks that have
been filled by the manufacturer. They shall be plainly
marked with the manufacturer's name or brand and cement
type. Each sack shall contain 94 pounds of cement.
Cement shall be stored in such a manner as to permit
ready access for the purpose of inspection and sampling,
and suitably protected against contamination or
moisture. Should any cement show evidence of
contamination, or be otherwise unsuitable, it shall not
be used.
02 -05 WATER
All portland cement used in concrete for any individual
structure shall be of the same brand and type unless
otherwise approved by the Engineer.
02 -04 AGGREGATES
Aggregates shall be sand and concrete aggregates
conforming to the requirements prescribed in ASTM C -33
coarse aggregate gradation size number 467, and shall be
approved by the Engineer prior to use. They shall meet
the grading requirements of this subsection.
Methods of handling materials resulting in segregation,
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 - released 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 or more than 25 percent nor a reduction in the
compressive strength of mortar at fourteen days of more
than 5 percent compared to results obtained with
distilled water.
02 -2/26
In conventionally reinforced concrete work, water shall
not contain more than 1,000 ppm of chlorides calculated
as CI, nor more than 1,000 ppm of sulfates calculated as
504.
02 -06 ADMIXTURES
Air entrainment shall be required on exposed plant walls
or as directed by the Engineer. The air content shall
not be less than 3 percent nor more than 6 percent.
Admixture shall conform to ASTM C -260. Test shall be
conducted in accordance 3with C -231, 233 or 173. Water
reducer -set retarder admixture shall be used when
average daily mean temperature is 75°F. or more per ASTM
C -494.
No other admixtures of any type shall be used unless
authorized by the Engineer. When an admixture is
permitted or specified, it shall be measured accurately
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 aggregates,
each stored in a separate bin in the various gradations
prescribed, with cement and water. Weigh hoppers shall
be charged from bins located directly over them or from
conveyor belts. When conveyor belts are used, there
shall be a separate belt for each size aggregate. There
shall be an approved moisture meter installed to
indicate the moisture in the sand.
Bulk cement shall be weighed in an individual hopper and
shall be kept separate from the aggregates until the
batch ingredients are discharged into the mixer drum.
The cement hopper shall be attached to a separate scale
for individual weighing.
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 Sealer of Weights
02 -3/26
02 -08 MIXING
and Measures. These certifications shall be dated
within the past 12 months and shall be renewed whenever
required by the Engineer. The moisture meter shall be
accurate to within 1/2 of one percent of 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
epringless dial or multiple beam type. Scale gradations
shall be no greater then 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 vibration
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, and one and one -half percent
(1 -1/2 %) for any size of aggregate, nor one percent (1 %)
for the total aggregate in any batch.
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 intervening period
exceed 30 minutes.
02 -4/26
All concrete mixers shall be of such design and
construction and so operated as to provide a thoroughly
and properly mixed concrete in which the ingredients are
uniformly distributed. Mixers shall be maintained in
proper and serviceable working 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 practical
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 following 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 additional water and
cement shall be at the Contractor's expense.
02 -5/26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 discharge
differ by more than two inches (2 "), the mixer will not
be accepted for further use until the condition is
corrected.
02 -10 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 guaranteed 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 proportions of
aggregate, cement, and water for each load of concrete
shall be placed in the mixer and shall be mixed therein
for not less than 70 nor more than 100 revolutions of
the drum or blades at the speed designated by the
manufacturer of the equipment as mixing speed.
Additional revolutions of the drum shall be at the speed
designated by the manufacturer of the equipment as
agitating speed. The revolving of the drum shall be
continuous until the concrete is completely emptied from
the drum.
02 -6/26
When the concrete is being placed for concrete
structures, all wash water shall be empties 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 added and mixed into
the batch at the point of discharge. Water so added
shall be mixed into the load for a minimum mixing time
of three (3) minutes. Water shall not be added to the
load during transit.
The total elapsed time between the addition of water at
the batch plant and discharging the completed mix shall
not exceed 90 minutes. Under conditions contributing
to quick setting, the total elapse time permitted may
be reduced by the Engineer.
The Engineer shall be provided with a legible certified
weighmaeter's certificate which shall contain the
following information:
Name of vendor
Name of contractor
Number of cubic yards in the load
Actual weights of cement and of each size of
aggregate
Amount of water added at the plant
Amount of water in the aggregate
Brand and type of cement
Brand and amount of admixture -
Time and date of batching
Space shall be provided on the certificate so that
amount of water added on the job may be indicated.
02 -11 NAND MIXING
Hand mixed concrete shall be mixed on a water -tight
platform or in a mortar box in batches not to exceed
1/3 cubic yard each. The aggregates shall first be
spread in a uniform layer over which the required
quantity of cement shall be evenly distributed. The
entire batch shall be turned with shovels until the
ingredients are thoroughly blended before adding the
water. After adding the proper amount of water, the
batch shall again be turned with shovels until a
uniform consistency is obtained. Methods of hand
mixing which allow the loss of mixing water will not be
permitted.
02 -7/26
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 prevent loss or
leakage of the contents during charging, transit or
discharging.
02 -13 STEEL REINFORCEMENT FOR CONCRETE
02 -13.1 General
The following specifications set forth the requirements
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 concrete.
02 -13.2 Reinforcina 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
requirements 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 be 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 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 -8/26
02 - 14 EXPANSION JOINT FILLER AND JOINT SEALANTS
02 -14.1 General
This sections specified 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 the 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
emulsions hall 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 -9/26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Determination
Furol Vieco- ASTM
sity at 77 °F D -88
Sieve Test
Penetration
at 77 °F
Elasticity (1) Calif.
418
Total Solids
(2)
Setting Time
(2)
ASPHALT- LATEX EMULSION JOINT SEALANT
Test
Method
No.
ASTM
D -244
Requirements
1% Max.
Calif. 50 -150 immediately after mixing,
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 hours.
Then penetrate with a
grease cone under a total
load of 150 grams in
accordance with ASTM D -217.
70% Min.
Calif. 70% Min.
418
80 -250 Sec. Before adding setting agent
Calif. 60 Min. Max
418
02 -10/26
Remarks
Before adding setting agent
Immediately after mixing,
pour material into
ductility clips. Cure for
24 hrs. at 115 °F ± 2 °F.
Test specimen in modified
ductility mold per test
method.
Place 3 to 5 grams freshly
mixed material in an
aluminum pan and dehydrate
in suitable oven maintained
at a temperature of 200 °F ±
3 °F for a period of 3 hours
Pour material into a 6 -oz.
deep ointment can. Check
penetration each 15 -min.
Record time when
penetration is less than
200.
Mixing ratio of Material: to 200 g. of emulsion component add
10 ± 0.1 g of sodium fluosilicate powder.
Mixing ratio of Material: to 8 fluid ounces of emulsion
component add 12 mi. 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 mortar, laitance,
scale, dirt, dust, oil,' curing compounds and other
foreign material. The joint shall be :blown out with
high pressure compressed air to remove all residue.
At the time of applying the joint sealant, the joint
shall be surface dry, acceptable t� the Engineer.
No sealant shall be placed during unsuitable weather or
when the atmospheric temperature is below 50 °F, or when
weather conditions indicate that the temperature may
fall below 32 °F within 24 hours.
The joint shall be filled from the bottom to the top
without formation of voids. The top of the finished
joint seal shall be between 1/4 -inch and 3/8 -inch below
the finished 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 necesssary 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 circumstances
shall the emulsion be heated to a temperature greater
than 130 °F.
Immediately before applying the sealant, the emulsion
shall be mixed with the proper amount of paste
agent. The components shall be mixed, preferably with
a power mixer, for 5 minutes to produce a homogeneous
material.
02 -14.5 Concrete Curing Colpound
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 polyplastic 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 -11/26
02 -14.6 Form Coating
All form work to be requited shall be coated with an
approved resin based material applied according to the
manufacturer's directions. Form coating shat be
non -toxic after 30 days.
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 inches, be of polyvinyl chloride
material and shall be approved by the Engineer. All
water -stop joints shall be welded according to the
manufacturer's recommendations.
02 -14.8 Grout
Grout for patching of honeycombs, she bolt holes,
epalls, 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 placed. is laced. Mix compound with cement, sand, and
gravel per manufacturer's specifications. "Thoroset"
shall be as manufactured by Standard Dry Wall Products,
Miami, Florida.
02 -15 CONCRETE CONSTRUCTION
02 -15.1 General
Concrete chambers, vaults, walls, structural slabs,
footings, foundations and similar structures shall be
constructed in conformity with the plans and this
sub - section. Concrete for use in work constructed
under this Section shall conform to the requirements
herein.
Safe and suitable ladders shall be provided to permit
access to all portions of the work.
02 -12/26
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 -15.2 Subgrade for Concrete Structures
Earth subgrade upon which concrete is placed shall be
firm and free from water. Ground water shall be kept
below subgrade until the concrete has set. When the
subgrade is in dry earth, it shall be thoroughly
dampened with water to ensure that no moisture will be
absorbed form the fresh concrete.
When the design details for the project provide for the
construction of filter or drain material consisting of
gravel (or combination of gravel and sand), which
material will be subgrade for concrete, the placing of
steel reinforcement and placement of concrete shall
follow the installation of the filter or drain material
as closely as practical. The 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 leveled off or cut to
approximately horizontal and vertical steps. Seams in
the rock shall be grouted under pressure or otherwise
treated as the Engineer may direct.
02 -15.3 Forme
Forms shall be of suitable material and of a type,
size, shape, quality, and strength to ensure
construction 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.
02 -13/26
2 -14/26
Before concrete is placed in forma, all inside surfaces
of the forms shall be thoroughly treated with releasing-
agent as specified herein. Cate 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'forma shall
be Exterior Type, of the grade "Concrete -Form
Exterior ", conforming to the specifications of the U.S.
Department of Commerce, National Bureau of Standards,
Commercial Standards, latest edition. Plywood shall be
furnished and placed in 48 inch widths and in uniform
length of not leas than 96 inches, except where the
dimension of the member formed in 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 the continuous
backing of 3/4 inch sheeting. All form panels shall
be placed in a neat symmetrical pattern with the
horizontal joists level and continuous. All joints
shall be filled with an approved quick - setting compound
and finished flush with the interior of the form.
Wooden forms for copings and curbs shall have a
thickness of not leas than 1 -5/8 inches and a width of
not less than the full depth of coping or curbing.
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 finished surface will
not deviate from the arc of the curve by more than the
tolerance shown on the Plans.
Forms shall be so constructed that portions, where
finishing is required, may be removed without
disturbing portions of forme to remain in place.
Forms shall, as far as practicable, be so constructed
that the form marks will conform to the general line of
the structure.
Form clamps or bolts, approved by the Engineer, shall
be used to fasten forms. The use of twisted wire loop
ties to hold forms in position will not be permitted,
nor shall wooden spreaders be used unless authorized by
the Engineer. Clamps or bolts shall be of sufficient
strength and number to prevent spreading of the forms.
They shall be the break -off type so that they can be
entirely removed or cut back 1 inch below the finished
surface of the 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
extend through and fasten such wales.
Form work shall be approved prior to placement of
concrete in the form.
02 -15.4 Removal of Forms
The periods of time for form removal set forth herein
are permissive only and subject to the Contractor
assuming all risks that may be involved. The time
periods are minimum with no allowance therein for
external loads. At times of low temperature, or other
adverse conditions, the Engineer may require the forms
to be kept in place for longer periods of time.
The time periods are predicted on the use of concrete
to which no admixtures have been added.
No forms shall be removed until approval of Engineer 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.
Forms shall remain in place a minimum of twenty -four
(24) hours and be removed only after Engineer's
approval.
02 -15/26
02 -15.5 lalsework
All falsework shall be designed and constructed to
provide the necessary rigidity and to support the
loads. Falsework for the support of a superstructure
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 Division
of Industrial Safety. Compliance with such
requirements shall not relieve the Contractor from full
responsibiliy 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 plane and shall be firmly and securely held in
position in accordance with Concrete Reinforcing Steel
Institute "Recommended Practice for Placing Reinforcing
Bars ", and by using concrete or metal chairs, spacers,
metal hangers, supporting wires and other approved
devices of sufficient strength to resist crushing under
full load. Metal chairs which extend to the surface of
the concrete (except where shown on the plans) and
wooden supports, shall not be used.
Placing bars on layers of fresh concrete as the work
progresses and adjusting bars during the placing of
concrete will not be permitted. Before placing in the
forms, all reinforcing steel shall be cleaned
thoroughly of mortar, oil, dirt, loose mill scale,
loose or thick rust, and coatings of any character that
would destroy or reduce the bond. No concrete shall be
deposited until the placing of the reinforcing steel
has been approved.
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.
02 -16/26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Splicing shall be accomplished by placing the bars in
contact with each other and wiring them together.
Welding of reinforcing steel will not be permitted
unless specifically authorized by the Engineer.
02 -15.8 Sending 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 by
still plastic.
02 -15.10 Placing Concrete. General
Concrete shall be conveyed, deposited and consolidated
by any method which will preclude the segregation or
loss of ingredients.
Chutes used in conveying concrete shall be sloped to
permit concrete of the consistency required to flow
without segregation. Where necessary to prevent
segregation, chutes shall be provided with baffle
boards or a reversed section at the outlet.
Where a sequence for placing concrete is shown on the
plans, no deviation will be permitted unless approved
in writing by the Engineer.
Before depositing concrete, all debris, spreaders,
etc., shall be removed from the space to be occupied by
the concrete and forms shall be thoroughly 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.
02 -17/26
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 ther regular concrete mix. Concrete shall be
worked and vibrated mechanically with suitable
applicances 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 Engineer may make
final inspection of the preparations of the location
for 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 positions
approved by Engineer or as indicated on drawings.
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 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
02 -18/26
removed from the surface. All construction joints in
waterbearing tanks, except joints above water level,
shall have "waterstops" installed; also, any additional
ones shown on drawings. All waterstop splices, joints,
corners, 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.
02 -15.13 Slabs
Subgrade shall be in form as shown on drawings to
receive slab concrete. Slabs shall be poured in one
continuous operation.
02 -15.14 Walls
Walls shall be poured in horizontal layers not to
exceed 18" thickness in such a manner that prevents
segregation of constituents or accumulation of hardened
concrete on the forms or metal reinforcement above the
level of the concrete. Total height of any one pout
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 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.
02 -19/26
02 -15.16 Consolidating
Concrete shall be thoroughly consolidated in a manner
that will encase the reinforcement and inserts, fill
the forms, and produce a surface or even texture free
of rock pockets and excessive voids.
02 -15.17 Walkways
Concrete shall be placed in horizontal layers insofar
as practical. Placing shall start at the low point and
proceed upgrade unless otherwise permitted 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.
Structural concrete shall be consolidated by means of
high frequency internal vibrators of a type, size and
number of 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 causing water or cement to paste
to flush to the surface. Internal vibrators shall not
be held against the forms or reinforcing steel.
The number of vibrators employed shall be sufficient to
consolidate the concrete within 15 minutes after it has
been deposited in the forms. At least two vibrators in
good operating conditions shall be available at the
site of the structure in which more than 25 cubic yards
of concrete is to be placed.
Approved external vibrators for consolidating concrete
will be permitted when the concrete is not accessible
to internal vibration. Forms and falsework shall be
designed and constructed to resist displacement or
damage from external vibration.
Walkways and platforms shall be provided for personnel
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 -20/26
02 -15.18 Flacina Concrete Under Adverse Weather Conditions
Concrete for structures shall not be placed,on frozen
ground nor shall it be mixed or placed while the
atmospheric temperature is below 35 °F, unles 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
precautionary measures for the protection of the
pavement have been taken as he may direct.
Concrete shall be effectively protected from freezing
or frost for a period of five (5) days after placing.
Concrete for structures shall not be mixed or placed
while the atmospheric temperature is above 115 °F unless
adequaste 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 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
accurately to the shape, alignment, grades, and
sections as shown on the drawings or prescribed by the
Engineer. Surfaces shall be free from fins, bulges,
ridges, offsets, honeycombing, or roughness or any
kind, and shall be 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 -21/26
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 03 -16.7 for Schedule of Finishes.
02 -16.2 Class 1 - Steel Trowel Finish
The surface shall be steel- troweled to a dense smooth
finish to compact and seal the surface. Except where
required to remove imperfections, a single -pass
trowelling shall be applied.
02 -16.3 Class 2 - Broom Finish
The concrete surface shall first be steel troweled as
specified above and before final set, the surface shall
be slightly roughened by means of a broom or a burlap
map.
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 "Thorite" patching
plaster applied according to the manufacturer's
recommendations. All fins or other undesirable
projections shall be chipped back on interior or
exposed surfaces. Form nails, wires, or any metallic
debris shall be removed or set below -the surface and
patched with nonshrink "Thorite" patching plaster.
"Thorite" shall be as manufactured by Standard Dry Wall
Products, Miami, Florida, or approved equal.
02 -22/26
02 -16.5 Class 4 - Brush Coated for Formed Surfaces
The concrete surface shall first receive the treatment
as specified for Class 3 surface treatment.
Immediately thereafter a brush coat of " Thoroseal* plus
"Acryl 60" shall be applied to the surface at the rate
of 2 pounds per square yard and worked into, the minor
voids. Overall effect shall be an even coating showing
only brush marks. After one or two hours, depending on
the ambient weather conditions, use a nylon brush with
plain water to work out all brush marks. ' "Thoroseal"
and " Acryl 60" shall be as manufactured by Standard Dry
Wall Products, Miami, Florida, or approved equal.
02 -16.6 Class 5 - Plaster Coated Formed Surfaces
The concrete surface shall first receive the treatment
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 -16.7 Schedule of Finishes
Item
Top Surface of Tank Foundation Slab
Formed Sides of Tank Foundation Slab
Finish
Class 1
Class 3
Surfaces not specifically mentioned shall receive Class
1 or Class 3 treatment as appropriate except where
otherwise approved by the Engineer.
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
unavoidably omitted from the drawings.
02 -23/26
The Contractor shall examine all drawings to determine
the relation of concrete work with all other work, and
shall attend to the following matters:
The Contractor shall examine all drawings to determine
the relation of concrete work with all other work, and
shall attend to the following matters: -
Openings shall be left in floor and for ducts,
flues, pipes, conduits, etc., required for mechanical,
electrical, and plumbing installations. Openings are
not shown on the drawings or details shall be subject
to approval by the Engineer. Any additional openings
or changes in size or location of the 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 concrete 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 piping, leaving
clearance, where necessary, for contraction and
expansion.
Inserts: The Contractor shall organize the setting and
maintaining in all correct positions, all work required
to be embedded in the concrete, and furnished and
installed as specified under other sections of these
specifications, including anchor bolts, anchors,
electrical conduits, wood inserts and nailing blocks,
reglets, dovetail slots, pipe sleeves, thimbles, and
other work as required. Wood inserts and nailing
blocks that will be concealed shall be wolmanized, or
given two (2) coats of 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
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 Contractor's
expense.
02 -24/26
02 -19 TESTS
02 -19.1 General
Testing Laboratory fees will be atAhe expense of the
Owner. The Contractor, shall cooperate and allow
cylinders to be taken at times selected by the Owner.
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 unsuitable 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 Laboratory 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
with ASTM latest revisions thereof.
Cylinders shall be numbered and dated and the point
from which the sample was taken noted. The Contractor
will supply the molds. The Testing Laboratory will
take samples in accordance with the Method for
Compression Test Specimens, ASTM C- 31 -62T, store sample
for 24- hours, and deliver them to the Testing
Laboratory. Tests will be made at 7 day and 28 day
age, in accordance with ASTM C- 39 -64.
02 -19.4 Strength
Should the strength of the concrete, as shown by the
test specimens, fall below the specified value, the
Engineer shall have the right to require additional
curing of those portions of the structure represented
by control specimens which railed to show the required
02 -25/26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
02 -20 CLEANING
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 portions of the structure which fail and
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.
All slabs shall be swept clean and washed and paint
removed 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 -26/26
SECTION 03 PAINTING (GENERAL - OTHER THAN TANKS)
03 -01 pESCRIPTION
This work consists of furnishing all labor, materials,
equipment and performance of all operations required to
paint all structures, piping, equipment and machinery
which does not already have a finished paint surface or
similar coating. Pre - painted equipment not matching in
color pr having paint chipped off shall be repainted or
touched up as directed by the Engineer.
03 -02 MATERIALS
The following paint materials shall be used unless
specified otherwise:
Items
to be Painted
Primer Final Coat
Exposed Valves, Fed. Spec. Same as Elev. Tank
Piping and Fittings TT -P -86A Finish Coat (min. 8
(Red Lead) mils total dry film
thickness)
03 -03 PAINTING METHODS
All surfaces to be painted shall be cleaned, prepared
and painted in accordance with the recommendation of
the paint manufacturer.
03 -04 MEASUREMENT AND PAYMENT
Measurement and payment for painting shall be included
in the lump sum price bid on the contract for the item
of work of which this is a component part.
03 -1 /1
SECTION 04 - WATER PIPELINES. FITTINGS. VALVES AND OTHER
APPURTENANCES
04 -01 pESCRIPTION
This section of the Specifications shall govern for all
materials incorporated in the work as pertains to
construction of water pipelines and appurtenances.
04 -02 MATERIALS - PIPE
Steel pipe shall conform to current AWWA Standards C201
and C202.
Galvanized iron pipe shall be standard strength,
threaded and coupled.
Cast iron pipe shall conform to current AWWA Standards
C106 and C108 and shall be thickness Class 22 and
pressure Class 150 except where otherwise shown. All
cast iron pipe shall be cement mortar lined in
accordance with AWWA C104. Exposed plant piping shall
be flanged and buried pipe shall be push -on joint,
except where shown otherwise on the Plans. Fittings
for buried pipe may be mechanical joint or push -on
joint, unless shown otherwise on the Plans.
Ductile iron pipe and concrete steel cylinder pipe
shall conform to current AWWA Standards for pressure
class as shown on the Plans.
Asbestos cement pipe (AC) shall conform to 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 Specification B88 for
Type K seamless annealed. Underground piping shall be
joined with flared fittings.
All pipe shall be of domestic origin unless
satisfactory warranty is provided.
04 -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 counter - clockwise.
04 -1/2
Revised per Addendum No. 1 dated January 28, 1986
Check valves shall be of the flanged silent type as
manufactured by APCO, PRINCE, 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.
Butterfly valves shall conform to AWWA Standard
Specifications C504 -80 rubber seated butterfly valves.
Butterfly valves above 8" shall have worm gear operator
an handwheel. Gear operators shall be by Limetorque or
approved equal.
All underground valves shall be equipped with cast iron
valve boxes except where shown otherwise on the Plana.
A minimum of one valve wrench shall be furnished to the
Owner.
* The altitude valve at the site shall be a l4" valve
in a circular 60" diameter RCP (ASTM C -76, CL III)
vault. The valve will be Bailey Model 426 -1 or
equivalent valve by Cla -Val. The valve shall be
equipped with one lever type, spring return, DPDT
microswitch to indicate open /closed status.
The valve will be a globe type with 12511 flanged ends
and cast iron body and cover. The valve trim shall
be of brass and bronze materials.
The valve will perform the following functions:
(a) Closes off when solenoid is activated from the
high level signal from the ground storage tank
through the Remote Telemetry Unit. Opens when
solenoid is activated from the lower level
signal from the tank. The solenoid valve will
be rated to receive a 115V., single phase, 60
cycle control signal. The microswitch and the
solenoid valve shall be wired to a terminal
block in the control center to allow connection
to the telemetry system.
All switches and solenoids in the vault shall be
capable of withstanding submergence.
*Revised per Addendum No. 1 dated January 28, 1986
04 -2/3
04 -04 GRANULAR MATERIAL FOR PIPE BEDDING AND PIPE ZONE
DACKPILL
Refer to Section 05 - Installation of Water Lines.
04 -05 MEASUREMENT AND PAYMENT
Measurement and payment for water pipelines, fittings,
valves and appurtenances shall be included in the lump
sum price bid on the contract for the item of work of
which this is a component part.
04 -3/3
Revised per Addendum No. 1 dated January 28, 1986
04 -04 GRANULAR MATERIAL FOR PIPE BEDDING AND PIPE ZONE
BACKPILL
Refer to Section 05 - Installation of Water Lines.
04 -05 MEASUREMENT jaffLyjingatt
Measurement and payment for water pipelines, fittings,
valves and appurtenances shall be included in the lump
sum price bid on the contract for the item of work of
which this is a component part.
04 -3/3
Revised per Addendum No. 1 dated January 28, 1986
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 05 - INSTALLATION OF WATER LINES
05 -01 DESCRIPTION
This section of the specifications shall govern the
installation of water lines.
05 -02 CHECKING PIPE
Each load of pipe delivered to the job site will be
checked by the Inspector and Contractor to assure that
it meets specifications. When a load of pipe is found
to have inadequate wall thickness or tolerances greater
than specified, randomly selected samples of the pipe
shall be immediately sent to a suitable commercial
laboratory by the Engineer, with instructions to check
the pipe for compliance with approved specifications
for the specified contract. When the laboratory
selected concurs that the pipe does not net
specifications, it is to be understood that all of the
pipe delivered to the site will be immediately removed
and replaced by the Contractor at no additional cost to
the Owner. Cost of testing the pipe shall be borne by
the Contractor.
05 -03 EXCAVATION. BEDDING AND BACKFILL - TRENCH
The Contractor shall perform all excavation of every
description and of whatever substances encountered, to
the depths indicated on the drawings or otherwise
specified. During excavation, material suitable for
backfilling shall be piled in an orderly manner a
sufficient distance from the banks of the trench to
avoid overloading and to prevent slides or cave -ins.
All excavated materials not required or suitable for
backfill shall be removed and disposed of at the
expense of the Contractor. Grading shall be done as
may be necessary to prevent surface water from
accumulating in the trench. Any accumulation of water
shall be removed by pumping or by any other approved
methods. Sheeting and shoring shall be done as may be
necessary for the protection of the work and for the
safety of the personnel. Unless otherwise indicated,
excavation shall be by open cut. Excavation shall
comprise all materials encountered, including rock,
clay, silt, sand, mulch, gravel, hardpan, loose shale,
loose stone in masses, and all other natural deposits
or filled -in materials of whatsoever nature involved.
05 -1/4
Trenches shall be of necessary width as shown on the
detail on the Plans for the proper laying of the pipe,
and banks shall be as nearly vertical as practicable.
Excavate pipe trench to provide a minimum of six (6)
inches of granular bedding material under the pipe, if
required. The pipeline shall be laid to 36" cover on
top of pipe.
05 -03.1 Backfill Procedure at the Pipe Zone
The pipe zone is defined as the area from six (6)
inches below the bottom of the pipe to twelve (12)
inches above the top of the pipe. All pipelines where
rock is encountered at the pipe depth shall be laid on
six (6) inches of compacted approved granular bedding
material. After the pipe has been laid, the remainder
of the pipe shall be backfilled with approved granular
bedding material. The material shall be deposited and
compacted simultaneously on both sides of the pipe in
approximately six (6) inch layers. This procedure
shall be continued to an elevation twelve (12) inches
above the top of the pipe.
After the pipe is laid, the pipe zone may be backfilled
with select material from the trench free from rocks or
clods larger than three - quarters (3/4) of an inch,
deposited and compacted simultaneously on both sides of
the pipe in approximately six (6) inch layers. Walking
or working on the completed pipeline, except as
necessary in tamping or backfilling, will not be
permitted until the trench has been backfilled at least
12 inches above the top of pipe.
05 -03.2 packfill Procedure Above Pine Zone
Backfill above the pipe zone shall continue in
approximately six (6) inch layers. No rock or clods
over five (5) inches in their greatest dimension will
be permitted in the backfill.
All compaction shall be accomplished by mechanical
means, water tamping or jetting of backfill.
05 -04 PIPE INSTALLATION
All pipe shall be installed in accordance with the
manufacturer's recommendatoins. Installation of
asbestos cement water pipe shall conform with AWWA
Standard C603 and installation of cast iron water mains
shall conform with AWWA Standard C600, except that
these technical specifications shall take precedence.
05 -2/4
The pipe shall be kept clean of all foreign matter. At
the termination of pipe laying, the open end of the
pipe line shall be closed off by a suitable cover until
laying operations are resumed.
Exposed plant piping and /or creek pipeline crossings
shall be adequately supported by steel or concrete pipe
supports.
05 -05 ?ROTECTION OF EXISTING UTILITLES
Existing utilities shall be protected from damage
during the excavation and backfilling of trenches, and
if damaged, shall be repaired by the Contractor at his
expense. The Contractor shall verify the location of
existing utilities fax enough in advance of
construction eo that necessary adjustments of alignment
and /or grade may be made. The Contractor shall give
the Owner of the existing utility or pipeline proper
notice when his construction will affect their
facilities.
05 -06 PAVEMENT AND /OR RAILROAD CROSSINGS
Where a utility crosses under a street, road, or
railroad, the excavation or boring shall be as shown on
the Plans and shall conform with the requirements of
the permit. The Contractor shall notify the Highway
Department Maintenance Foremen, County Commissioner
and /or representative of the railroad company when a
crossing affects their facilities. Such notice shall
be given at least 48 hours before crossing.
05 -07 SETTING VALVE AND VALVE BOXES
Valves, valves boxes, and fire hydrants shall be
installed where shown on the drawings and directed by
the Engineer, and shall be set plumb. Valve boxes
shall be centered on the valves. Where feasible,
valves shall be located outside the area of roads and
streets. Earth fill shall be carefully tamped around
each valve box to a distance of 4 feet on all sides of
the box, or to be undisturbed trench face if less than
4 feet. -
05 -08 TESTS FOR WATER MAINS
After the water distribution system is installed,
complete with all valves, fittings and appurtenances,
but before the mainline meter or altitude valve is
05 -3/4
05 -10 CLEAN -UP
installed at the plant site, . a 4 -hour hydrostastic test
shall be conducted. The test pressure shall be 50%
above the normal operating pressure and minimum of 150
psi at the lowest point in the line. The allowable
leakage shall be 30 gallons per 24 hours per mile per
inch diameter of pipe.
05 -09 DISINFECTION OF COMPLETED WATER LINE
Before being placed in service, the entire system shall
be disinfected and thoroughly flushed until two
consecutive samples of chlorine free water from each
line is found to be free of organisms of the
Coli - Aerogenes group. The disinfection and submission
of samples by the Contractor shall be in accordance
with the requirements of the Texas Department of
Health. If granular calcium hypochlorite is used, it
must first be dissolved in water. HTH (granular or
powder) shall be placed in each joint of pipe as it is
laid.
Upon completion of the installation of the water lines,
distribution systems, and appurtenances, all debris and
surplus materials resulting from the work shall be
removed.
05-11 MEASUREMENT AND PAYMENT
All pipe, fittings, valves and appurtenances will be
measured and paid for at the lump sum price as bid for
each standpipe listed in the Bid Schedule, unless
otherwise listed. -
05 -4/4
SECTION 06 - ' TOROSPHERICAL TANK
06 - 01 SCOPE OF WORK
There shall be constructed under this specification, a
1,000,000 U.S. gallon capacity elevated steel water
storage tank. Included with the elevated tank shall be
testing and accessories as herein specified. Included
in the contract are items such as reinforced concrete
foundation, site grading, interior riser area and
obstruction lighting, yard piping, and other items .
included on the Plans. Cleaning, painting and
sterilization of the tank shall be covered in Section
07 - Torospherical Tank Painting.
The tank site is located in the proposed Interchange
Business Park off of Gattis School Road southeast of
Round Rock, Texas. The overflow of the tank is 924
feet M.S.L., City of Round Rock Service Level 4.
06 -02 INFORMATION TO BE SUBMITTED WITH PROPOSAL
Each bidder shall submit a design drawing of the
structure he proposes to furnish. This drawing must
show all major dimensions, the sizes of all main
structural members, and the thickness of the plates,
and the foundation design with design calculations.
All designs shall be in accordance with the latest AWWA
Specifications. If the design shown does not comply
with the specifications, the bid may be rejected.
Other items as required in the following paragraph
06 -03.
06 -03 TOROSPHERICAL TANK CONTRACTOR OUALIFIC4TIONS
The Owner desires to contract with a contractor which
is fully qualified and experienced to perform the work
on this project. Contractor qualifications shall be
reviewed according to the following criteria:
1. Contractor must have been in business for a
continuous period since July 1978.
2. Contractor must have successfully completed
constructing a minimum of three (3) storage tanks
of the torospherical style of 750,000 gallons each
or larger.
3. Contractor must submit company history information
and current financial statement.
06 -1/6
4. Contractor must submit past project history
including project description, Owner and Project
Engineer, including names and telephone numbers of
representatives of the Owner and Engineer who are
familiar with the project.
5. Contractor shall submit the name and project
experience of the proposed project superintendent.
The Owner reserves the right to reject any bid from
contractors which in the opinion of the Owner does not
properly meet the above criteria.
06 -04 DESIGN AND MATERIALS
Materials, design, shop fabrication, welding erection,
inspection, and testing of the elevated tank structure
and appurtenances shall conform with all applicable
requirements of the American Water Works Association,
Standard Specification AIWA D100 -79 for "Welded Steel
Elevated Tanks, Standpipes, and Reeervoirs for Water
Storage ". The thickness of the plates need not be
increased for corrosion allowance. The tank shall
withstand safely the loads and forces of the weight of
water in the structure, and a wind load caused by a
wind velocity of 100 mph in any direction, with the
tank empty or full. The completed structure shall also
comply to the latest requirements of the Occupational
Safety and Health Act of 1971.
06 -05 ELEVATED STEEL TANK
The tank shall be the "all curved toroapherical" type .
as manufactured by Brown Steel, Inc., or approved
equal. The net capacity shall be 1,000,000 gallons.
The distance between the lower capacity level and the
overflow (head range) shall be 33 feet. The roof shall
be of water tight construction. All portions of the
structure in contact with the water shall have a
minimum thickness of parts not in contact with the
water shall be 3/16 ".
The structure shall be furnished with an 8 foot
diameter dry riser and siphon drain.
06 -06 TANK ACCESSORIES
06 -2/6
06 -06.1 Pipini '
Provide a 20" diameter welded steel pipe inlet - outlet
riser complete with a ductile iron base elbow and
expansion joint. The vertical riser shall extend
upwards from the base elbow to the tank bottom and
shall be located inside the dry riser.
Provide a 16" diameter welded steel pipe inlet riser
complete with ductile iron base elbow and expansion
joint. The vertical riser.for the well.inlet shall
extend upwards from the base elbow to the overflow
elevation of the tank and shall be located inside the
riser. This pipe shall discharge into the top of the
tank in order to allow the chlorine treated well water
to have the required detention time.
Provide welded steel pipe overflow fitted with a weir
box capable of discharging at the rate of 8,000 GPM and
a siphon drain. The overflow pipe shall terminate as
shown on the plans.
Provide a 4 foot minimum diameter dry well from the top
of the dry riser thru the tank for access to the tank
roof.
06 -06.2 Ladders
Provide a set of painters spider rods immediately
beneath the tank bottom.
Provide a ladder in the inside of the dry riser from
grade upwards to a platform located at the top of the
dry riser. Provide rest platforms (landings) at 50
foot intervals.
Provide ladder on the inside and outside of the dry
well.
All ladders shall be provided with OSHA approved safety
climbing devices which shall be a round rigid rail with
notches, as manufactured by "Aero Space Devices ", or
approved equal.
06 -06.3 Doors. Manholes and Vents
At the base of the dry riser shall be a 30" x 60"
hollow metal access door, complete with hinges and a
tumbler type lock.
06 -3/6
1
Provide a 36" diameter manhole at the top of the dry
riser for access to the exterior painters rail.
Provide a 24" diameter manhole in the dry well for
access into the tank.
' Provide a 36" diameter combination roof hatch and vent
in the top of the dry well for access to the tank roof
and to ventilate the dry well and the dry riser.
1 Provide a 36" diameter painters roof hatch with a
painters exhaust flange.
1 Provide a vent in the tank roof adjacent to the dry
well sized to permit passage of air when the tank is
being filled or emptied at a rate of-8,000 gpm. It
' shall have a capacity sufficient to pass air at a rate
which will prevent dangerous pressures or vacuum. The
vent shall be designed and constructed to prevent
' ingress of birds and animals.
Provide an outside painters rail just below the
' juncture of the dry riser and the tank.
Provide an inside painters rail on the inside of the
tank shell at or above the high water level.
1 Provide additional accessories as shown on the plans
and in the Standard Details, attached herein.
1 06 -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.
1 06 -08 INSPECTION AND TESTING
t When applicable, shop inspection by a CWI (Certified
Welding Inspector) shall be required to determine
fabrication and operation compliance with AWWA D100
t code.
Field inspection shall consist of visual inspection by
t 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.
1 06 -4/6
For curved shell elevated tanks all shell joints
welded, shall be included in the aggregate footage for
determining radiographic testing.
After the tank is completely erected, painted and
sterilized (refer to Section 07 - Torospherical Tank
Painting), it shall be filled with water furnished by
the Owner at the base elbow, at proper pressure to fill
the tank to the maximum working water level. Any leaks
that are disclosed shall be repaired by chipping and
melting away defective welds and then re- welding. No
repair work shall be done on any joints unless the
water in the tank is at least two feet below the point
being repaired. After repairs, the interior and
exterior paint shall also be repaired with the same
paint systems as herein specified.
06 -09 DETAIL DRAWINGS
After award of a contract, the Contractor shall prepare
and submit to the Engineer for approval, detail
drawings in accordance with Section 86 of the AWWA
D -100 Specifications. These drawings shall be signed
and sealed by an Engineer registered in Texas.
06 -10 GUARANTEE
The tank Contractor shall guarantee the structure
against any defect in materials or workmanship for a _
period of one (1) year from the date of completion. In
case any such defect shall appear and is reported in
writing to the Contractor during the guarantee period,
the Contractor shall make necessary repairs without
charge to the Owner.
06 -11 FOUNDATION
The torospherical tank contractor shall design and
install the foundation. Prior to submittal of Proposal
he shall design the foundation based on conditions
found in the Soils Investigation Report bound within
these specifications of issued in addendum form. This
foundation design shall be submitted with the Proposal
along with documents specified in Section 06 -02.
06 -12 OTHER WORK
Include other items such as grading, electrical work,
obstruction lighting, piping, etc., as will be required
under the elevated tank contract.
06 -5/6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
06 -13 MEASUREMENT AND PAYMENT
Construction of the tank and other subsidiary items as
shown on the drawings as included in the Bid Schedule,
shall be measured as a lump sum item and paid for at
the unit price bid.
Concrete and reinforcing steel for the foundation will
be paid for at the lump sum prices bid.
06 -6/6
SECTION 07 - TOROSPHERICAL TANK PAINTING
07 -01 GENERAL DESCRIPTION
The work to be performed under this section of the
specifications shall include the furnishing of all
material, labor, equipment and incidentals required for
sandblasting and painting all steel surfaces of the
1,000,000 gallon tank 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.
07 -02 PAINTING
Each standpipe 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 two coat 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 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)
07 -1/4
* Revised per Addendum No. 2 dated January 31, 1986
07 -03 jAPPLICATION
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 approved by
representative of Owner and Paint Manufacturer.
Painting also shall not proceed if the temperature 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 continuous bleed.
Regulators and gauges shall be provided 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 particles embedded in the
paint film. The sequence to be followed in painting
shall be such that a minimum of damage to finished
coatings will result.
Spray guns must be held perpendicular to the surface
being painted, and handled and adjusted in such a
manner that dry overspray is kept at a minimum. When
paint ie being applied to the interior of tanks or
confined areas, sufficient blowers and fans shall be
installed to provide ventilation.
07 -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 substantially free of holidays and pinholes.
07 -2/4
Revised per Addendum No. 2 dated January 31, 1986
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 measuring
the wet film thickness of 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 holidays using a
Tinker and Razor K -1 Holiday Detector. Dry film
thickness, pinholes and holidays shall be inspected so
that there is approximately one teat for each 100
square feet of surface painted. Testing for dry film
thickness and holidays will be done by the Owner or an
independent testing laboratory which is chosen and paid
by the Owner. General paint inspection will be done by
the Owner or the paint manufacturer.
07 -05 STERILIZATION
Prior to sterilization of the torospherical 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 wash
down process shall be wasted into the drainage system.
The tank shall be disinfected by spraying with a
chlorine solution of not lees than 200 ppm chlorine.
Spraying shall be accomplished by use of an attachment
connected to a fire hose, and the chlorine solution
shall be applied under pressure. Contact 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 testa. The water used
for sterilization shall be drained from the reservoir
prior to filling the tank for leakage testa.
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.
07 -3/4
Revised per Addendum No. 2 dated January 31, 1986
07 -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.
07 -07 MEASUREN NT AND PAYMENT
Payment for work performed under this section of the
specifications shall be paid per lump sum as shown in
the Proposal.
07 -4/4
Revised per Addendum No. 2 dated January 31, 1986
SECTION 08 - "ENCINO
08 -01 GENERAL
The Contractor shall furnish all material, equipment
and labor for performing,all work required to erect a
fence system complete with all necessary gates,
terminal posts, corner and end post bracing, fittings,
appurtenances, and accessories, where shown on the
plans.
The fences shall be designated as "chain link fence"
and shall conform to the requirements Specified under
this section and to the details shown on.the plans.
08 -02 CHAIN LINK FENCE
08 -02.1 General
The fencing shall be as manufactured by the Anchor Post
Fence Company or United States Steel Corp., and shall
conform to the following specifications. Approved
equals having different structural shapes, which meet
the minimum equivalent stress requirements may be
substituted.
Chain link fence shall consist of galvanized chain link
fabric attached to metal posts and fastened to a top
rail unless otherwise shown. The height of chain link
fence to be erected shall be 6'O ". The height of chain
link fence is measured from the ground to the top
strand of barbed wire for the "non - climbable"
protective fence specified or to the top of the chain
link fabric or other types of fencing.
The chain link fence posts and gates shall be equipped
with protective accessories consisting of poet caps
with extension arms, upon which shall be strung the
specified number of strands of barbed wire, as
hereinafter specified when "non - climbable" fence is
shown on the plans.
All metal parts of the fence and gates, above and below
ground, shall be hot dip galvanized throughout.
08 -02.2 Wire Fabric
Wire fabric shall be No. 9 gauge, steel wire, two -inch
(2 ") uniformly woven diamond mesh, hot dip galvanized
after weaving, with top and bottom salvages twisted and
barbed. Finished wire shall have a minimum tensile
strength of 75,000 pounds per square inch.
08 -1/4
The fabric shall be tightly and securely fastened to
the line posts by means of galvanized clips (No: 6
gauge wire) at intervals of twelve (12) inches. The
fabric shall also be attached to the top rail at
intervals of approximately twenty -four (24) inches, and
shall be fastened to the terminal posts with special
clamps and tension strips.
08 -02.3 Gate Posts
Opening
Up to 6'
Over 6' to 13'
Over 13' to 18'
Over 18'
Size Weight
2 -7/8" U.D. 5.79 lb /ft
4" O.D. 9.10 lb /ft
6 -5/8" O.D. 18.97 lb /ft
8-5/8" O.D. 24.70 lb /ft
All gate posts shall be of sufficient length to allow
for a minimum depth of three feet (3') below ground.
Galvanized ornamental post tops shall be provided on
all gate posts where special protective accessories are
specified.
08 -02.4 Line Post
Line posts shall be two and one - quarter inches (2 -1/4 ")
weighing 4.1 pounds per linear foot or two and one -half
inch (2 -1/2 ") O.D., pipe weighing 3.65 pounds per
linear foot and spaced as shown on the plans, but not
more than ten feet no inches (10'0 ") on center
Galvanized fittings shall be installed to take the top
rail and form a watertight cap for the posts.
08 -02.5 Corner Posts
Corner posts shall be two and seven- eights inch
(2 -7/8 ") O.D. pipe weighing 5.79 pounds per linear foot
or two and one -half inch (2 -1/2 ") square tube weighing
5.79 pounds per linear foot. All posts shall be
sufficient length to allow for a minimum depth of three
feet no inches (3'0 ") below ground. Galvanized top
fittings shall be installed to take the top rail and
form a watertight cap for the posts.
08 -02.6 Cvlindrical Concrete Post Footings
All poste shall be set in cylindrical concrete
footings. For line and corner posts, a hole ten (10)
inches in diameter, greater than three feet no inches
(3'0 ") in depth, shall be excavated. for gate poets,
08 -2/4
specifically including double gate posts as specified
above, the footings shall be made in porportion to the
size and height of the poet, with a minimum diameter of
twelve (12"") inches. All footings shall be properly
domed or sloped to shed water.
08 -02.7 ,Brace Rail and Too Rail
The bracing rail and top rail shall be one and
five - eights inch (1 -5/8 ") O.D., pipe weighing 2.27
pounds per linear foot or equivalent- weight H section.
Top rail shall pass through a base of the line post
tops and form a continuous brace from end to end of
each run of fence. Couplings shall be outside sleeve
type and at least 7 inches long; one coupling in every
five shall contain a heavy spring to take up expansion
and contraction of the to rail.
08 -02.8 Gates
Gate frames shall be made of two inch (2 ") pipe, pipe
weight 2.72 pounds per linear foot, joined at the
corner ;by arc welding forming a solid panel, and hot
dip galvanized. The chainlink fabric matching that of
the fence shall be fastened to the frame by means of
adjustable bolts and tension rods. Hinges shall be
heavy, malleable, and drop - forged steel and shall be of
the ball- and - socket type.
The height of a chain link gate is measured from the
ground to the top strand or barbed wire when special
protective fence accessories are specified, and shall
be 7'0" high.
All gate installations shall be provided with all the
necessary hinges permitting the gate to swing through
an arc of 180 degrees; a gate latch providing a
positive lock; for double gates, lift rods shall be
located at normal heights and striking straps shall be
provided to ensure a positive stop when gates are swung
to a closed position; a means for locking by a padlock
accessible from both front and back of the gate
approved gate shoes for locking with lift rods and
approved stops to ensure a positive stop when gates are
swung to an open position. An approved heavy -duty
brass or bronze padlock and two (2) keys, keyed alike,
and keyed to the Owner's key system, shall be provided
for each gate. The gates shall be cross braced to
prevent sagging. _
08 -3/4
08 -02.9 Protective Fence Accessories
Where specifically indicated on the Plane, additional
"non - climbable" protective fence features shall be .
installed; they shall be of the type, or types, as
shown on the drawings or as called for herein.
For chain link fence, all line posts shall be fitted
with post caps complete with expansion area, with
barbed wire attached thereto. The necessary corner
arms shall be provided. The specific type of
protective accessory, or extension arm, shall be as
listed below, or as herein specified.
All extension arms to be formed with a torque, or other
approved provisions for securely attaching the barbed
wire. Wire ties or clips shall be No. 6 gauge wire as
herein specified.
Gate: For chain link gates, three (3) strands of
barbed wire shall be securely fastened to the extended
end bars of the gate frames by adjustable hook bolts.
45- Degree Extension Arm: A combination pressed steel
extension arm, with malleable iron post cap having an
opening for the top rail, shall be clamped, or
otherwise securely attached, to each line post so as to
incline inward (or outward) at an angle of 45 degrees.
The necessary arms for corners shall also be provided.
Three_ (3) strands of barbed wire shall be strung along
the top of the fence and securely attached to the arms,
as herein specified.
Barbed Wire: Each strand of barbed wire shall be
composed of two (2) strands of No. 12 -1/2 gauge wire,
twisted with four -point (4) thickset pattern, with
barbs spaced four (4) inches apart, and galvanized
throughout after fabrication.
08 -03 MEASUREMENT AND PAYMENT
The lump sum price bid for the torospherical tank shall .
include all labor, equipment, materials and incidentals
required to supply and install the fence, complete in
place, per the site plan.
08 -4/4
GEOTECHNICAL INVESTIGATION REPORT
1
1
1
Maxim Engineers Inc.
GEOTECHNICAL INVESTIGATION
FOR
PROPOSED ELEVATED WATER STORAGE TANK
SOUTHEAST ROUND ROCK
WILLIAMSON COUNTY, TEXAS
REPORT NO. H- 5 -A181
REPORT
to
HAYNIE 8 KALLMAN, INC.
ROUND ROCK, TEXAS
IV
2 1985
by
MAXIM ENGINEERS, INC.
GEOTECHNICAL /MATERIALS TESTING /CONSULTANTS
AUSTIN, TEXAS
November 26, 1985
11
1
1
1
•
•
1
1
1
1
1
Mr. Douglas Hearn
Project Manager.
Haynie 6 Kallman, Inc.
1106 South Mays
Round Rock, Texas 78664
Dear Mr. Hearn:
ME
Maxim Engineers, Inc.
Geotechnical
Materials Testing
Consultants
November 26, 1985
Re: Report No. H- 5 -A181
Geotechnical Investigation
Proposed Elevated Water
Storage Tank
Southeast Round Rock,
Williamson County, Texas
This report conveys the findings of the geotechnical investigation
performed at the above referenced project. The objective of this
investigation was to determine the general stratigraphy of the sub-
surface formations present at this site and their suitability as a
foundation material for support of the proposed elevated water storage
tank. This investigation was authorized by Mr. Douglas Hearn with
Haynie and Kallman, Inc. in Round Rock, Texas.
This study consisted of drilling three (3) exploratory soil test borings
to investigate the subsurface soil, rock and water conditions. Soil
mechanics laboratory tests were conducted on representative samples of
the soil and rock encountered to evaluate their physical and engineering
properties. The results of the field and laboratory program were
analyzed in order to prepare recommendations for foundation design.
This report is being submitted in summary form. Details of the subsur-
face exploration program and laboratory procedures are on file in our
office and are available upon request. Logs of the borings, however,
with the results of laboratory testing are attached to this report.
11601 N. Lamar
Austin. Texas 78753
(512) 837 -8851
Mr. Douglas Hearn
November 26, 1985
Page Two
Summary
1. Site Location and Project Description
The site of this investigation was located approximately 3000 feet
south of Gattis School Road in Williamson County, Texas. The loca-
tion of the storage tank site was marked in the field by Haynie 0
Kallman, Inc.
Present plans indicate that a one million gallon elevated torospher-
ical water storage tank is proposed for this project. Structural
loads are expected to be heavy.
2. Subsurface Soil and Rock Description
The soils encountered at this site consisted of dark brown and
yellowish brown clays, underlain by limestone in various stages of
weathering. The primary gray Austin Chalk limestone was encountered
at depths ranging from 11 to 18 feet below existing grade and
extended to the completion depth of the deepest test boring 43 feet
below grade.
Groundwater was not encountered within the limits of the test bor-
ings at the time this investigation was conducted. However, ground-
water conditions may change with seasonal climatic conditions and
should be verified prior to construction effected by its presence.
-3. Analyses and Recommendations
The professional services which have been performed, the findings
obtained, and the recommendations prepared, were accomplished in
accordance with currently accepted geotechnical engineering princi-
ples and practices. The possibility always exists that the subsur-
face conditions at the site may vary somewhat from those encountered
in the boreholes. The number of test borings and spacing was chosen
in such a manner as to decrease the possibility of undiscovered
abnormalities, while considering the nature of loading, size, and
cost of the project. If there are any unusual conditions differing
significantly from those described herein, Maxim Engineers, Inc.
should be notified to review the effects on the performance of the
designed foundation. The recommendations given in this report were
prepared exclusively for the use of Haynie 6 Kallman, Inc. or their
Maxim Engineers Inc.
Mr. Douglas Hearn
November 26, 1985
Page Three
consultants. The information supplied herein is applicable only for
the design of the previously described structure to be constructed
at locations indicated at this site and should not be used for any
other structures, locations or for any other purpose. This firm is
not responsible for the conclusions, opinions, or recommendations
made by others based on the information submitted herein.
4. Foundation System
Structural loads of the proposed elevated water storage tank may be
supported by individual spread footings founded a minimum of two (2)
feet into hard tan weathered limestone stratum. Based on the
information obtained from the field investigation the footings would
generally rest five (5) to seven (7) feet below existing grade. The
footings may be designed using an allowable bearing pressure of
10,000 pounds per square foot. Care should be taken to insure that
the bottom of the footing excavations are free of loose material
and /or water prior to placing concrete. Footings designed and
constructed as recommended herein will have a factor of safety of
three (3) against shear type failure, and will experience less than
0.75 of an inch of differential settlement.
In order to resist uplift forces created by wind loads, the weight
of the soil (use 120 pcf) directly above the footing and the weight
of the footing itself may be utilized. The footings should be
founded at a depth that would provide the desired factor of safety
against pullout or overturning caused by uplift forces.
Backfill placed around and above the footing once it has been con-
structed may consist of on -site soil and should be placed in eight
(8) to ten (10) inch loose lifts and compacted to a minimum of
92 percent of the Standard Proctor Density (ASTM D 698) at a mois-
ture content within three (3) percent of the optimum moisture value.
The finished ground surface in the vicinity of the elevated storage
tank should be graded to prevent water from accumulating near the
footings.
An alternative foundation system may consist of supporting struc-
tural loads by drilled straight shaft reinforced concrete piers
founded a minimum of one (1) foot into the gray limestone stratum
encountered at depths ranging from 11 to 18 feet below existing
grade.
Maxim Engineers Inc.
4
r
1
1
1
1
1
1
1
1
Mr. Douglas Hearn
November 26, 1985
Page Foci;
An allowable end bearing pressure of 45,000 pounds per square foot
and a side friction value of 5,000 pounds per square foot of shaft
area in direct contact with the gray limestone stratum may be
utilized when designing the foundation piers. A side friction value
of 3,000 pounds per square foot of shaft area in direct contact with
the gray limestone stratum may be utilized to resist uplift forces.
We trust the information is in sufficient detail for your present use.
When we may be of further assistance please call us.
Maxim Engineers Inc.
Respectfully submitted,
MAXIM ENGINEERS, INC.
Doyle L. Smith, Jr., P.E.
Vice President
DLS /sc
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1,000,000
GALLON
TOROSPHERICAL
— —, TANK
•
Y PS 01 P1
2C" IN'LE1- 0IIT.E1
INC
„r 23 AL 01 P.
U
I — SPLASH FT.D
e l5ee bai15eer4I
e — OVERFLOW
ol if LIRE
(Sae Deto.ISAtel 91
tor
. DNY RISE
1
•
4r4
o. n•`
ei
- REINFORCED CONCRE1
SWALE
(See Delon Sl,eel41
79
2 GATE
,1• 3C IC
/31 -0`
PEA GRAVEL
FOR OAR RD.
6
Be
6' HIGH MAN.PROOF
CHAIN LINA FENCE
- -J
Plan of Borings
Prow
Proposed 1 Million Gallon Elevated Storage Tank
Williamson County, TX
Scale 1" 10'
Dela
November 1985
Ratan By
Maxim Engineers
autbn See Plan of Borings
Log of Boring rumba, BI I
Proect Proposed 1 Million Gallon Elevated Storage Tank Williamson County, Texas
S N
� YPB
Intermittent and Core Samp
�?
;�
7
Q
7
d
L
s z
.2.2..:
Q
C
;c4
8
S uASCe Elevation Unknown
g
STRATUM DESCRIPTION
\
DARK BROWN CLAY
with limestone fragments
2.0' (CL)
25
44
25
19
t
YELLOWISH BROWN CLAY
3.0' with 1 estop f a mar CL
III
_-
= —
TAN WEATHERED LIMESTONE
(882 core recovery from 3 to 13 feet)
(95X core recovery from 13 to 23 feet)
18.5'
ICI
III
■■■■■■-
■■■■■■100,900
■■■.■■
70,300
Ir.
III
Ill
I
III
11111
65,500
III
_
_ =
__
■■■■■■_
IIFI
III
III 53,300
Ir.
LIMESTONE
I GRAY
59,950
,100
Ir.
■■■■■■
Ir.
mill
I
..a••.
CONTINUED ON NEXT PAGE
1
1
1
1
1
1
1
1
1
1
Maxim Engineers
Log of Boring I N g r (cont) I L x Mien See Plan of Borings
Project
Proposed 1 Million Gallon Elevated Storage Tank Williamson County, Texas
gp
8
E E
E A
.
Type
Intermittent and Core Sampling
t
E
-
3 #
X
f
W
_
LL
o
»
O
Q
r
J
'n
o
L '
a
Fa B
�iG
�z
o_
'� LL
Dp41�1
E
X8 9
v. ,Z Surlace
% N
Elevation Unknown
S c
e a.!
STRATUM DESCRIPTION ' -
25
_
= _
GRAY LIMESTONE
(83% core recovery from 23 to 33 feet)
(thin seams of gray shale
from 23 to 33 feet)
43.0'
167,200
■■■
■■■
180,500
_
■■■■■■
201,400
■
■�
172,650
■
■
■
■
■���
■��
■■■■■■
= _
=__
5
■■■■■■-
■
■-
■
■
■
■
I
+5
50
111111
Completion Dap h Date Weter Observations
43.0' 11/12/85 None encountered
1
1
1
1
1
1
1
1
1
ax lm Enpin
Log of Boring 1 Numbef B2 I LCCEIOn See Plan of Borings
P,OeCt Proposed 1 Million Gallon Elevated Storage Tank Williamson County, Texas
LL S
O O
S 8
Type Intermittent and Core Sampling F
F
g C
- J
J 8
C o
o g
yy
g y
Surface EIlVG�1O Unknown Z
III S
STRA DESCRIPTION ,
DARK BROWN CLAY 2
20 5
53 2
27 2
26
YELLOWISH BROWN CLAY
_
_ ==
TAN WEATHERED LIMESTONE
5 _
10- _
89,650
91,150
64,750
___ (
15-
_
140,900
- -
_ _
GRAY LIMESTONE
163,750
20- _
98,100
Maxim Engineers
f ` 4"n See Plan of Borings
Log of Boring N jTDe B2 (cont)
g I
Project Proposed 1 Million Gallon Elevated Storage Tank Williamson County, Texas
°
8
o
E r
al
Type
Intermittent and Core Sampling
E -
E
b
m
LL
O9
»
E
!
g
-a
0
R
a
Q -,1
E
fi
_
u q
gal.'
S Surface
Q
Elevation unknown
€
-
ATUM DESCRIPTION
STRATUM
25_
_ ==
= --
- =
GRAY LIMESTONE
(B0% core recovery from 23 to 33 feet)
33.0'
30
112,300
35
40
45=
50
Completion Dep h Date Water Observations
33.0' 11/12/85 None encountered
1
p
1
1
1
1
Maxim Englneera
Log of Boring
'Nun1Der B3
l uunon See Plan of Borings
Pro/ I Proposed 1 Million Gallon Elevated Storage Tank Williamson County, Texas
8
E
S T,
a4 m
— a_
S'
° °
g mr
type Intermittent and Core Sampling
€
8
E
$�
g
LL
p U
C
-,
E
u
a
-°
n Z
@
fz
2 k-
ha w
E °
� tS9
Surface Elevation
Unknown
STRATUM DESCRIPTION
—
_ __
wEthOWISH BROWN CLAY
with limestone fragments
■■■■■■-
TAN WEATHERED LIMESTONE
(76% core recovery from 2.5 to 8 feet)
■■■■■■_
■■■■■■
267.650
(60X core recovery from 8 to 13 feet)
11.0'
■■�■■.
■■■■■■
■■■■■■_
■■■■--■--■
■■■:
■■■
■■.■�■-
■
228,150
182,250
10
_-
GRAY LIMESTONE
(100% core recovery from 13 to 23 feet)
-
15—
20—
__ --
___
_-
■.■■■■
198,600
■■■.■■_
25—
■■■■■■
101,850
CONTINUED ON NEXT PAGE
•
tl
11
11
1
1
1
11
1
j
11
1
j
1
1
1
1
Maxim Engineers
Log of Boring N umb., ) I1o8aon See Plan of Borings
Prefs1 Proposed 1 Million Gallon Elevated Storage Tank
Williamson County, Texas
8�
i §
True
Intermittent and Core Sampling
g
o
3
� �
v
u.
,�
-
E
€ -
s
z .
a
1
g'm
tz
2
,c 9
o
LL Surface
Elevation Unknown
��
STRATUM DESCRIPTION
25
- _ -
= ==
- �
- _
GRAY LIMESTONE
(80% core recovery from 23 to 33 feet)
33.0'
_
231,450
0
I I
35
40
45
50
,
—
Completion Oepth Dale Water Observations
33.0' 11/12/85 None encountered
1
1
1
1
1
1
1
1
1
1 r
1
1
1
1
1
1
1
Maxim Engineers
;
GRAVEL
ORGANIC
SANDSTONE
— 7 —
X
1
\
SAND
SANDY
N
SHALE
4
SILT
1
SILTY
1
_
iQ
CLAY
\ 1\ s ., :-. „ CLAYEY
•,,„•,,
• • '
CONGLOMERATE
Shelby
Tube
Rock
Core
Split
Spoon
Auger
Auaer
No
3
1
1
1
1
1
1
1
1
1
1
1
p
1
1
1
1
Symbols and Terms Used on Boring Logs
Soil or Rock Types
Consistency of Cohesive Soils
Relative Density of Cohesionless Soils
STD. PENETRATION RESISTANCE BLOWS/FOOT DESCRIPTIVE TERM RELATIVE DENSITY
0-10 Loose 0 TO 40%
10-30 Medium Dense 40 TO 70%
30-50 Dense 70 TO 90%
OVER 50 Very Dense 90 TO 100%
Soil Structure
DESCRIPTIVE TERM
Very Soft
Soft
Firm
Stiff
Very Stfff
Hard
CALCAREOUS Containing deposits of calcium carbonate: generally nodular
SLICKENSIDED Having inclined planes of weakness that are slick and glossy in appearance.
LAMINATED Composed of thin layers of varying color and texture.
FISSURED Containing shrinkage cracks frequently filled with fine sand or silt. Usually more or
less vertical.
INTERBEDDED Composed of alternate layers of different soil types.
Physical Properties of Rock Hardness and Degree of Cementation
VERY SOFT OR PLASTIC Can be remolded in hand: corresponds in consistency up to very stiff in soils.
SOFT Can be scratched with fingernail.
MODERATELY HARD Can be scratched easily with knife: Cannot be scratched with fingemail.
HARD Difficult to scratch with knife.
VERY HARD Cannot be scratched with knife.
POORLY CEMENTED OR FRIABLE Easily crumbled.
CEMENTED Bound together by chemically precipitated material occurring in the interstices between
allogenlc particles of rock — quartz, calcite, dolomite, siderite and iron oxide are common
cementing materials.
Physical Properties of Rock Degree of Weathering
Sampler Types
UNCONFINED COMPRESSIVE STRENGTH (TON/SQ. FOOT)
Less than 0.25
0.25-0.50
0.50-1.00
1.00-2.00
2.00-4.00
More than 4.00
UNWEATHERED Rock in its natural state before being exposed to atmospheric agents.
SLIGHTLY WEATHERED Noted predominantly by color change with no disintegrated zones.
WEATHERED Complete color change with zones of slightly decomposed rock.
EXTREMELY WEATHERED ComPletecolor change with consistency, texture. and general appearance approaching soil.
Maxim Engineers Inc
SOIL CLASSIFICATION SYSTEM'
MAJOR DIVISIONS
BUMLS
. TYPICAL NAMES
COARSE
GRAINED
SOILS
(More than 50% of
material is
LARGER than
No. 200 sieve
size)
-
GRAVELS
(More than 5096 of
coarse fraction is
LARGER then the
No. 4 sieve size)
CLEAN
GRAVELS
(Little or no fines)
GW
Well graded gravels, gravel • sand mixtures,
little or no fines.
? GP
Poorly graded gravels or gravel - sand
mixtures, Ilttle or no fines.
GRAVELS
WITH FINES
(Appreciable amt.
of fines)
GM
Silty gravels, gravel - sand - silt mixtures.
GC
Clayey gravels, gravel - sand - clay mixtures.
SANDS
(More than 50% of
coarse fraction is
SMALLER than the
No. 4 sieve size)
CLEAN SANDS
(Little or no fines)
SW
Well graded sends, gravelly sands, little
or no fines.
-
SP
Poorly graded sands or gravelly sands,
little or no fines.
-
SANDS
WITH FINES
(Appreciable amt.
of fines)
SM
Silty sands, sand -silt mixtures.
SC
-
Clayey sands, sand•clay mixtures.
- -
FINE
GRAINED
SOILS
(More than 50% of
material is
SMALLER than
No. 200 sieve
size)
SILTS AND CLAYS
(Liquid limit LESS than 50)
ML
Inorganic silts and very fine sands, rock flour,
silty or clayey fine sands or clayey silts with
slight plasticity.
CL
Inorganic clays of low to medium plasticity,
gravelly clays, sandy clays, silty clays,
lean clays.
OL
Organic silts and organic silty clays of
low plasticity.
SILTS AND CLAYS
(Liquid limit GREATER than 50)
MH
Inorganic silts, micaceous or diatomaceous
fine sandy or silty soils, elastic silts.
CH
Inorganic clays of high plasticity, fat clays.
OH
Organic clays of medium to high plasticity,
organic silts.
HIGHLY ORGANIC SOILS
PT
Peat and other highly organic soils.
BOUNDARY CLASSIFICATIONS: Soils possessing characteristics of two groups are designated by
combinations of group symbols.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Maxim Engineers Inc.