Loading...
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.