Loading...
R-86-912 - 9/11/1986WHEREAS The City of Round Rock, Texas has directed the City Manager to take any and all action necessary to fluoridate the drinking water of the City of Round Rock, and WHEREAS, Mayor Robinson has been informed that Preventative Health and Health Services Block Grant Funds have been released which will enable the Texas Department of Health to insure a contract to the City of Round Rock, and WHEREAS, certain actions are necessary to complete the project, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That The Mayor is hereby authorized and directed to execute any and all documents necessary to satisfy the Texas Department of Health in order to complete the Fluoridation project. Resolved this 11th day of September, 1986. ATTEST: / J.I LAND, City Secretary DLW /jmb Disk: Resolutions Titled: Fluoridation Rev. 9/9/86 RESOLUTION NO. 9i € MIKE ROBINSON, Mayor City of Round Rock, Texas LUMP SUM BASE BID UNIT APPROX. QUANTITY LUMP SUM COST LUMP SUM COST LUMP SUM COST LUMP SUM COST 1. Fluoridation Facility at Water Treatment Plant, including all pumps, electrical systems, bulk storage tank, day tank, concrete, piping, measuring, acid resis- tant paint, safety and testing equipment L.S. 1 $ 16,050.00 $ $ $ 2. Furnish a Fluoride Ion Analyzer (Model: Orion 701), Fluoride Selective Ion Probe and Stan- dardization Solution L.S. 1 1,600.00 3. Fluoridation Facility at the Lake Creek Well Site, including all pumps, electrical systems, bulk storage tank, day tank, concrete, piping, measuring, acid resistant paint, safety and testing equipment L.S. 1 22,300.00 4. Furnish and Install a 6' X 4' Fiberglass Building L.S. 1 4,580.00 TOTAL BASE BID $ 44,530.00 $ $ $ BIDS EXTENDED AND CHECKED Haynie & Kallman Inc. C ONSULTING ENGINEERS BID TABULATIONS By: LM & DH 1106 south Mays Date: 8 -13 -86 Round Rock, Tinos 78864 Sheet: 1 of 1 TriL. (512) 255 -7861 OWNER CITY OF ROUND ROCK, TEXAS - BIDDERS Psencik Const. Co., Round Rock, Texas . JOB M. 103 -1365 BID DATE 8 -13 -86 TIME 9:00 A.M. LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS DESCRIPTION FLUORIDATION FACILITIES BID BOND ENCLOSED? Yes s emA t tion, Robert Bernstein, M.D., F.A.CP. Commissioner August 21, 1986 Dear Mayor Robinson: Sincerely yours, The Honorable Mike Robinson Mayor of Round Rock 214 East Main Street Round Rock, Texas 78664 Texas Department of Health Clift Pr Yce, M.D., F.A.A.P. Associate Commissioner Personal llealtb Services Ph: (512) 458 -7321 1100 West 49th Street Austin, Texas 78756-3199 (512) 458-7111 cc: Jack A. liarzke, City Manager James R. Nuse, Director of Public Works Michael Vollmer, Water Superintendent f- Robert A. Maclean, M.D. Deputy Commissioner Professional Services Hermas L. Miller Deputy Commissioner Management and Administration We are pleased to inform you of the release of funds from the Preventive - Health and Health Services Block Grant which will enable the Texas Department of Health to issue a contract to the City of Round Rock for reimbursement for the fluoridation project. Our letter of August. 14, 1986, stated that there would be a delay in funding, but that delay proved - to be much shorter than anticipated. I hope -this did not cause the. City an, inconvenience, and that the project can now move forward toward completion. When all allowable costs have been approved by our Fluoridation Review Com- mittee, a contract will be issued and you will be notified when to give award bids and give notices to proceed to bidders. WHEREAS, tooth decay is one of the Nation's greatest health problems with children being the most vulnerable; and WHEREAS, years of research and demonstrations have shown that the fluoridation of drinking water is the most effective and least costly public health measure available to prevent tooth decay; and WHEREAS, the majority of the dental decay that children would have if unprotected is prevented if they drink fluoridated water; and WHEREAS, fluoride is an essential element to nutrition; and WHEREAS, the cost of fluoridation in relation to its long term benefits is minor; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the City Manager be and is hereby directed to take any and all action necessary to fluoridate the drinking water of the City of Round Rock, Texas. ATTEST: RESOLVED this 11th day of July, 1985. RESOLUTION NO. x44,' MIKE ROBINSON, Mayor City of Round Rock, Texas DATE: SUBJECT: ITEM: September 9, 1986 Council Agenda, September 11, 1986 13A - Consider a resolution authorizing the Mayor to enter into a contract for fluoridation. The Texas Department of Health has authorized funds for water system fluoridation. This contract is with for the construction of improvements to our water system to facilitate flouridation. Haynie & .Kal'man Inc. CONSULTING ENGINEERS CITY OF ROUND ROCK, TEXAS FLUORIDATION FACILITIES CONTRACT DOCUMENTS AND SPECIFICATIONS Project No. 103 -1365 Bids will be received at the Engineer's office, Haynie & Kallman, Inc., 1106 South Mays, Round Rock, Texas 78664, at 9:00 a.m., Wednesday, August 13, 1986. Specification No. Haynie & Kaltman, Inc. 1106 S. Mays Round Rock, Texas 78664 (512) 255 -7861 TRANSMITTAL TO: City of Round Rock 214 E. Main Street Round Rock, Texas X ATTACHED — COPY OF LETTER — SUBMITTAL DATA Haynie C Kaltman, Inc. ATTN: Joanne Land WE ARE SENDING YOU THE FOLLOWING: CONSULTING ENGINEERS 1106 SOUTH MAYS ROUND ROCK, TEXAS 78664 (512) 255 -7861 SPECIFICATIONS — ORIGINAL DRAWING — PRINTS DATE September 23, 1986 PROJECT Fluoridation Farilitips PROJECT NO 103 -1365 VIA: Couriar — FIELD NOTES — OTHER NO. COPIES 7 REVISION DATE DESCRIPTON Contract Documents and Specifications THESE ARE TRANSMITTED AS CHECKED BELOW: For Your Files X For Approval For Corrections As Requested Approval as Noted , For Distribution For Review and Comment Approval as Submitted Other Psencik Construction Co., Inc. has executed the Agreement and furnished REMARKS: the necessary Bonds and Certificate of Insurance for each of the attached Contract Documents. They are now ready for execution by the City. Please have Mayor Robinson sign and date the Agreement in each of the Contract Documents and return five (5) of the seven (7) sets to us for distribution. At your direction we will issue the Notice to Proceed. Copies to: From: Douglas Hearn Project Manager DCH /cla August 7, 1986 ADDENDUM NO. 1 CITY OF ROUND ROCK, TEXAS FLUORIDATION FACILITIES PROJECT NO. 103 -1365 Addendum No. 1 to the Plans, Specifications and Contract Documents for the Fluoridation Facilities for the City of Round Rock. 1. The bulk storage tanks (Section 01 -03) shall have an F.D.A. approved lining. 2. The dimension from the top of the containment wall to the top of the floor slab at the Water Treatment Plant shall be increased from 2'0" to 3'6 ". 3. Revise the connection of the transfer /drain line to the attached detail for both sites. 4. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of 5 of the Proposal. ADDENDUM NO. 1 - 1/1 HAYNIE & KALLMAN, INC. yip Douglas C. Hearn Project Manager 1 1 2" FLEX ELF CONNCTION. ' TO Be Or SllFFICI ENT LN0T1-; TO ALLOW FOR ANY MOVFMMNT DURING FILLIN( AND D12AININC OF TANK 1 1 TAIL K 1 1 1 1 2" flLU4 VALV E 1 DISCHARGE DRAIN DETAIL 1 1 1 1 1 1 1 1 C'' TO DAY TANK Haynie & Kalman. Inc. ig CONSULTING ENGINEERS Ibund Nook, Tom TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEET BID BOND AGREEMENT PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS NOTICE TO CONTRACTORS FROM THE CITY OF ROUND ROCK, TEXAS FLUORIDATION FACILITIES Sealed bids, in envelopes addressed to the City of Round Rock, c/o Haynie & Kallman, Inc., 1106 South Mays, Round Rock, Texas 78664, will be received at the above mentioned address until 9:00 a.m., Wednesday, August 13, 1986, and then publicly opened and read, for furnishing all plant, labor, material and equipment, and performing all work required for the construction of Fluoridation Facilities at the City's existing Water Treatment Plant and Lake Creek Well Site, located in Round Rock, Williamson County, Texas. Bids will be submitted in sealed envelopes for each Con- tract on the proposal furnished, and marked in the upper left hand corner "Bid for Fluoridation Facilities to be opened at 9:00 a.m., Wednesday, August 13, 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. 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. Page 1 of 2 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., for a non - refundable fee of $30.00 per set. Upon request, plans, specifications and bidding docu- ments will be sent via bus or overnight delivery service (i.e. Federal Express, Purolator, Airborne), at the request - or's expense. Plans and specifications may be examined at the office of the Engineer, Haynie & Kallman, Inc., 1106 South Mays, Round Rock, Texas. Bidders should carefully examine the Plans, Specifications and other documents, visit the site of work, and fully inform themselves as to all conditions and matters which can in any way effect the work or the cost hereof. Should a bidder find discrepancies in, or omissions from the Plans, Specifications or other documents, or should be in doubt as to their meaning, he should notify the Engi- neer, Haynie & Kallman, Inc. and obtain clarification prior to submitting any bid. The improvements shall be completed within 60 calendar days after Notice to Proceed from the Owner. Page 2 of 2 INSTRUCTIONS TO BIDDERS PROPOSAL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed enve- lope addressed to: City of Round Rock c/o Haynie & Kallman, Inc. 1106 South Mays Round Rock, Texas 78664 and shall be identified as follows: "BID FOR FLUORIDATION FACILITIES to be opened at 9:00 a.m., Wednesday, August 13, 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 poosAL PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF FLUORIDATION FACILITIES The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has care- fully examined the form of contract, Notice to Contractors, inviting bids, conditions and classes of materials of the proposed work; and agrees that he will provide all the neces- sary labor, machinery tools, apparatus, and other items inci- dental to construction, and will do all the work and furnish all the materials called for in the contract and specifica- tion in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether in- creased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifica- tions. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within ten (10) days after written Notice to Proceed has been given. Page 1 of 5 ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the plans, specifications, and con- tract documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in 60 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reser- ves the right to reject any or all Proposals or to waive any informalities of technicalities in any proposal in the inter- est of the Owner, except as specifically limited by the terms of the Contract Documents or applicable Laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following adden- da: Addendum No. Dated onlg Ct) AURu91' 7.11114 Page 2 of 5 1 I SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal ' is hereby respectfully submitted by: I ?g,t4 U � G 0�l5Seu(.1►oa Go ., tNC. 6uc�ost 15, tq6� Name of Contractor Date 1 L JicE F2EtiDENIT Execute by (Signature) Title or Position I po. gox 11,44 (stz) gas 3845 Business Address Telephone Number ' rou:3V roGK "M,cw5 VI tLLLAMSoa 7648o I City State County Zip (Seal if Bid is by a Corporation.) 1 ATTEST: 1 1 1 1 1 1 1 Page 3 of 5 1 PROPOSAL BIDDING SHEET CONTRACT: FLUORIDATION FACILITIES JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items to complete all the work on which he bids as provided by the attached technical specifica- tions, and as shown on the plans for the construction of Fluoridation Facilities, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID Bid Item Description Item Quantity Unit and Written Lump Sum Price 1 1 L.S. Fluoridation Facility at the Water Treatment Plant, including all pumps, electrical systems, bulk storage tank, day tank, concrete, piping, measuring, acid resistant paint, safety and testing equipment, with the exception of Bid Item 2, complete in place, per lump sum for ntteEaTNousa4. Dollars and 14o Cents $ /6 2 1 L.S. Furnish a fluoride ion analyzer (Model: Orion 701), fluoride selective probe and standardizing solution, complete in place, per lump sum for oge {aoosu v 513c gsgveep Dollars and Cents $ 1, (oao. r 6 Page 4 of 5 Amount Bid Item Description Item Quantity Unit and Written Lump Sum Price Amount 3 1 L.S. Fluoridation Facility at the Lake Creek Well Site, including all pumps, elec- trical systems, bulk storage tank, day tank, concrete, piping, measuring, acid resistant paint, safety and testing equipment, with the exception of Bid Item No. 4, complete in place, per lump sum for 7WE4j No tu6u54.14 p Ties A MOW 1 1ars and No Cents $ XL, 3om. oo 4 1 L.S. Furnish and install a 6' X 4' Fiber- glass Building, complete in place, per lump sum for FouCTNo0s4apallF,va ggavv.EO Do 11 ars and uo Cents $ 4 o0 TOTAL BASE BID $ 44,53o.00 Page 5 of 5 1 1 1 KNOW ALL MEN BY THESE PRESENTS: That we, PSENCI K CONSTRUCTION GO., INC. (Here ineert the name and address or legal title of the Contractor) an d FIDELITY AND DEPOSIT COMPANY Were tnsert the name co the Surety) under the laws of the State of N.laryland, as Surety, (hereinafter called the "Surety") are held and firmly bound unto CITY OF ROUND ROCK (Here insert the mune and address Ln legal title oi the Owner) II as Obligee, (hereinafter called the "Obligee"), in the sum of FIVE PER CENT TOTAL MOUNT OF BID 5%TAB Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for CI TY OF ROUND ROCK, TX. ELGURIDATION..E.ACI.LITIES 1 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 1 • 1 1 1 Corn Witness Witness C323 TX)— Approved by The American Inetitute of Architect., A.I.A. Document No. A.310 February 1970 Edition. FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE, MD. 21203 BID BOND 0 FIDELITY AND n FIDELITY AND , as Principal, (hereinafter called the "Principal"), , of Baltimore, Maryland, a corporation duly organized Signed and sealed this 13th day of AUGUST A.D. 19 86 .P.SENCI K. CONSTRUCTION-00...,..auc. Principal Fre661 By DEPOSIT • 1 ■,- / D ELDO JOHNSO • COMPAN Sprety (SEAL) Y OF MARYLAND ATTORNEY 71111e FACT FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE. MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: Thal the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT , JR. , Vice - President, and C. W. ROBBINS , A ' nt Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect of the date thereof, do hereby nominate, constitute, and appoint Eldo Johnson and Katie Lawler, both of Temple, Texas, EACH e rue and lawful agent and Attorney -in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and under takings...EXCEPT bonds on beha1 f of Independent Executors, Community Survivors and Community Guardians the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Eldo Johnson, dated, October 29, 1984. IN WITNESS WHEREOF, the said Vice - Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this 24th d of J .Sllua) X A.D. 19.8.5 ATTEST: FIDELITY AND DEPOSIT COMPANY OF RYLAND e P5-e- By Assistant Secretary Vsee. Resident FIDELITY AND DE PO COMPANY l 0...) P6-0- g■-:-4A4 By ta- Presidmr Anistont Secretary STATE Or MARYLAND CITY OF BALTIMORE 0.. chi. 24th' d. of January , A.D. 19 85, before the subscriber, • Notary Public of the State of Maryland, in and for the DEPOSIT COMPANY OF MARYLAND g RYLAND nd the FIDELITY AND DEPOSIT COMPANY, to me personally knowSecretaries o he tti individuals and officers described herein and who executed the preceding instrument. and they each acknowledged the execution of the same. and being by me duly sworn. severally end each for himself deposethand sank. that hey are the said officers afthe Companies aforesaid. and that the ends affixed to the preceding instrument are the Corporate Seals of said Companies. and that the said Corporate Seals and their sign se such officers were duly affixed and subscribed instrument 1 h the authority eoq and direction hn and y Of the said Corporations. ,` IN TESTIMONY WHEREOF, F, , 1 have hereunto set m hand and affixed my Official of ri re the t t he da tint above written. Public My commission expires July- 1 1986 -- CERTIFICATE 1. the undersigned Aseistent Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND •end the FIDELITY AND DEPOSIT COMPANY do hereby certify thatthe original Power of Attorney of which the foregoing is. full, true and correct copy, is in fun force and effect an the due of this certificate; end 1 do further certify that the Vice. Presidents who executed the said Power of Attorney were Tice-Presidents sp« call authorised by the Boards of Directors to appoint any Attorney -in -Fact es provided in Article Yl. Section 2 of the reepeuive ByLawe of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate m.y be ,igned by fscsimile under end by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at • meeting duly called and held on the 16th day of July. 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November. 1978. RESOLVED: "Thu the facsimile or mechanically reproduced signature of any Aseietent Secretary of the Company, whether made heretofore or were ft whe . p p aring certif maied copy any' power of att issued by the Company. shall he valid and binding upon the Company orce IN TESTIMONY WHEREOF.] h.ve hereunto subscribed my name end affixed the corporate seals of the laid Companies, this d.7 ar August 19..86.... Lu Ia.�TLriu. yea nDrrr-cr r nntt 17n12 err --tP PA WA'I'R.R V1 A R K EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The President, or any Executive Vice - Presidents, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr- ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, and At- tornies -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies. contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized no to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con- currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per- sons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in- struments snd documents which the business of the Company may require, and to affix the seal of the Company thereto." 1 1 1 1 1 1 1 1 1 1 1 1 1 1 , 1 1 1 1 1 1 1 1 1 AGREEMENT THE STATE OF TEXAS X COUNTY OF WILLIAMSON ( THIS AGREEMENT, made and entered into this -- day of A.D., 19 Rn , by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the OWNER, and PSENCIK CONSTRUCTION CO., INC., of the City of Round Rock, County of Williamson, and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and perform- ed by the Party of the First Part (OWNER), and under the con- ditions 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 fol- lows: FLUORIDATION FACILITIES further described as the work covered by this specification consists of furnishing all labor, equipment, appliances, and materials, and performing all operations in connection with the excavation, installation of pipe lines and appurtenances, backfilling and compaction of trenches complete in accordance with the Plans, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessor- ies and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE & KALLMAN, INC., 1106 South Mays, Round Rock, Texas 78664, herein entitled the ENGINEER, each of which had been identified by the CONTRACTOR'S written propo- sal, the General Conditions of the Agreement, and the Per- formance and Payment hereof and collectively evidence and constitute the entire contract. Page 1 of 2 The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete the same within 60 calendar days after the date of the written notice to com- mence work, subject to such extensions of time as are provid- ed by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have exe- cuted this Agreement in the year and day first above writ- ten. CITY OF ROUND ROCK, TEXAS Party of the First Part (OWNER) BY: Mike Robinson, Mayor ATTEST: ILL AO 41 (T / e following to be executed if the Contractor is a Corpora- tion.) I, ,/ / `5E(iGi' , certify that I am the Secretary of the Corporation named as Contractor here- in; that P( -} lf✓ .P /ociiK , who signed this Contract on behalf of the Contractor was then j,,e,_3,44) /7 (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 Page 2 of 2 PSENCIK CONSTRUCTION CO., INC. Party of the Second Part (CONTRACTOR) ATTEST: Signed: PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF 1 KNOW ALL MEN BY THESE PRESENTS, THAT ��^i1rine.0 s (c. f . of the City of Ems£ County of ,i , and State of (>KAh as principal, and r`u..t ,r{ k.urc amaaA.1 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 Vno'i<! -Tr,.L lt4ou.54 c■Ttttk - ei 4..)n "Wion Dollars ($44-,53o.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 1986, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 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 1986. Focke 0+ti1 STP_uca i),t) Co. (cc.. Principal B Title V Y2,StpeA}c Address Pa. Sox 3a. o'7 r111� .UFD •. 5r. I?(on l PmPLP lCY_PoS 16)503 T11045 - 75@SI m DAL) The name and address of the Resident Agent of Surety is: l c (A1 2 a E p C). Rxx Q50 — c nPLE. C V.A5 - 76503 PB -2 1 Companies POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C . M. PECOT, JR. , Vice- President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect of the date thereof, do hereby nominate, constitute, and appoint Eldo Johnson and Kat ie Lawler, both of Temple, Texas, EACH etrue and lawful agent and Attorney -in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings...EXCEPT bonds on behal f of Independent Executors, Community Survivors and Connnunity Guardians And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Eldo Johnson and Katie Lawler, dated, January 24, 1985. IN WITNESS WHEREOF, the said Vice - Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this I s t day of .AliguAL ,A.D. 19 86 ATTEST: �.. 4 4-u449 Auiwant Secretary Asduant Secretory FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE, MD. 21203 STATE OF MARYLAND t CITY OF BALTIMORE On this I st I dry of Augus t , A.D. 1986 , before the subscriber. • Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice. Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, tome personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same. and being by me duly sworn, severally and each for himself deposalh and saith, that they are the said officers of the Companies afore said. and that the malt affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures a such officer were duly affixed and subscribed to the mid instrument by the authority and direction of the aid Corporations. IN TESTIMONY WHEREOF, 1 have hereunto tat my hand and affixed my 011ie of t or th year first above written. day of , 19 I.191aITIO -CIi 168 -4019 FIDELITY AND DEPOSIT COMPA By By Vi. widens FIDELITY AND�IE ' f COMPANY C Vice - President Public FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK My commission expires July 1, 1990 CERTIFICATE I, the undersigned Aalelant Secretary of the FIDELITY AND DEPOSIT COMPANY 01' MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is • full. true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the Vice- Presidents who executed the said Power of Attorney were Vice - Presidents specielly authorised by the Boards of Director. to appoint my AHOrney -in -Fact n provided in Article VI, Section 2 of the respective By. awaof the FIDELITY, AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at • meeting duly called and held on the 16th day of July. 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly celled and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanially reproduced signature of any Amistant Secretary of the Company. whether made heretofore or hereafter, whenever appearing upon a certified copy of any Power of attorney hinted by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.' IN TESTIMONY WHEREOF, 1 have hereunto subscribed my mime and Wised the cerporate sealaof the said Companies. this rw • EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The President, or any Executive Vice- Presidents, or any of the Senior Vice - Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr- ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents, and At- tornie -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulat ions, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. T}se President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con- currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per- sons to execute on behalf of the Company any bonds, undertakings, recognfzances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in- struments and documents which the business of the Company may require, and to affix the seal of the Company thereto." THE STATE OF TEXAS COUNTY OF PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, THAT PSg f K,iFJ (bAi i)j .c i no O 3 I NC. , of the City of tf -MOLS �� County of �Fi L , and State of (Kp as principal, and P i c 1> A sT ( // o DA 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, ,� K, TEXAS (OWNER), the penal sum of 823 YTg1I? (K \ciii 4.ofsz9d\Tr+CRTq A4».> _fioa — Dollars ($4, 53e ) 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 1986, to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said Contract, then, this obligation shall be void; otherwise to remain in full force and effect; PB -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 1986. Address PB - Address laaa: 11/15 P SERE. 1■ lsrnPLS . ( €xAs - 7(5aN c,AS 7� KA5 - 75251 The name and address of the Resident Agent of Surety is: EL6o 310o1iA>Sr)A) 14.15U2,A/JCL C) ^ 3ox Q60 — 1 .mPc.P , u.5 -? X503 Companies POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDEUTY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vita- President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect of the date thereof, do hereby nominate, constitute, and appoint Eldo Johnson and Kat ie Lawler, both of Temple, Texas, EACH t t rue and lawful agent and Attorney -in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and under takings ...EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Eldo Johnson and Katie Lawler, dated, January 24, 1985. IN WITNESS WHEREOF, the said Vice - Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this I st day of A11J$1iSC A.D. 19 8k ATTEST: day of , 19 t.tuv.Trn —tai 1 -4019 FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE, MD. 21203 C.ic Assistant Secretary FIDELITY AND DEPOSIT COMPA Assistant Secretary By FIDELITY AN)E By latent COMPANY vics.Hr ideas STATE OF MARYLAND t ae: CITY OF BALTIMORE On this 1St 1 day of August , A.D. 1986 , before the aubeeriber, a Notary Public of the Stete of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above.named Vice - Presidents and As:natant Seereteries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and bring by me duly sworn, severally and eseh for himself depoaeth and salth, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seale of said Companies, and that the said Corporate Seale and their signatures es such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. 15 TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Offi written. of or the year first above Public My commission expires July 1a 1990 • CERTIFICATE 1, the undersigned Asaistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the origins! Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificete; and 1 do further certify that the Vice - Presidents who executed the said Power of Attorney were Viee.Presidents specially authorised by the Boards of Director. to appoint any AtmrneY•m•Faelsa provided in Article VI, Section 2ofthe respective By.lawa of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND end the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND ate meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at • meeting duly called and held on the 2nd day of November, 1978, RESOLVED: 'That the facsimile or mechanically reproduced .igneture of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon • certified copy of an Power a ttorney issued by the Company, shall be valid and binding upon the Company with the same force and effect ea though manually affixed.' IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The President, or any Executive Vice - Presidents, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr- ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice - Presidents, and At- tornies -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgagee and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2, The President, or any one of the Executive Vice- Presidents, or any one of the additional Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con- currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per- sons to execute on behalf of the Company any bonds, undertakings, recognizaaces, stipulations, policies, contracts, agreements, dads, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in- struments and documents which the business of the Company may require, and to affix the seal of the Company thereto." 1 1 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF I KNOW ALL MEN BY THESE PRESENTS, THAT WE , as PRINCIPAL and 1 , a Corporation organized under the laws of the State of , as SURETY, are held and firmly bound unto 1 , as OBLIGEE, in the penal sum of Dollars ($ ), ' to which payment will and truly to be made we do bind our- selves, our and each of our heirs, executors, administrators, 1 successors and assigns jointly and severally, firmly by these presents. 1 WHEREAS, the said PRINCIPAL has constructed 1 1 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; 1 1 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 Principal Surety By: By: Title Title Address Address The name and address of the Resident Agent of Surety is: MB -2 —__—® 9-18-86 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON I HE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Eldo Johnson Insurance ---- P.O. Box 250 COMPANIES AFFORDING COVERAGE Temple, Texas 76503 COMPANY A LETTER Providence Lloyds Insurance Company COMPANY INSURED LETTER B Western Alliance Insurance Company Psenci k Construction Co., Inc. COMPANY P.O. C P.O. Box 3207 Temple, Texas 76501 COMPANY D LETTER COMPANY E _-- LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES. POLICY EFFECTNE POLICY DORATION LIABILITY LIMITS IN THOUSANDS TYPEOFINSURANCE POLICY NUMBER rR DATE(MMWNY) DATE RMMO M9 EACH OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY AT COMPREHENSIVE FORM TMP 30 74 52 1/29/86 1/29/87 INJURY $ $ X PREMISESIOPERATIONS - - PROPERTY UNDERGROUND EXPPLOSIONB COLLAPSE HAZARD DAMAGE $ $ PRODUCT&COMPLETED OPERATIONS X CONTRACTUAL RCOIABINED $500, $ 500,. X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE . X PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY OWLY A X ANY AUTO GA 25 49 51 1/29/86 1/29/87 PI°9 $250,_ ALL OWNED AUTOS(PRIV.PASS.) - - 8XLY ALL OWNED AUTOS(OTHER PRIV PASS. AtDDB7D $500, �( HIRED AUTOS - PROPERTY X NON-OMED AUTOS DAMAGE $100., .. GARAGE LIABILITY _ BI s PO COMBINED $ EXCESS LIABILITY B X UMBRELLA FORM CU 75 90 05 1/29/86 1/29/87 BCOAI9NED $1,000 $ 1,000 OTHER THAN UMBRELLA FORM STATUTORY WORKERS'COMPENSATION r+,s�YS$ 100 (EACH ACCIDENT) A AND WC 0012115 1/29/86 1/29/87 ,.$ 500 (DlsensEPoucr LIMIT) -EMPLOYERS'LIABILITY - y ,.0 $ 1o0 (DISEASE-EACH EMPLOYE OTHER )ESCRIPTION OF OPERATIONSILOCATIONSAIEHICLESISPECIAL ITEMS SHOULD AF—S ESCPoBED POLICIES BE CANCELLED BEFORE THE E%- Clty Of ROUENrock PIRATI THE ISSUING COMPANY WILL ENDEAVOR 70 TILE TO THE CERTIFICATE HOLDER NAMED TO THE Roundrock, Texas ,BUTNOTICE SHALL IMPOSE NOOeLIGATION OR LIABILTIY ANYKA 1 AGENTSORREPRESENTATIVES. /� TYPE OF INSURANCE POLICY J. EFFECTIVE DATE EXPIRATION DATE LIMITS (F LIABILITY Worknen's Compensation Statutory, State of Texas, $ Employer' s Li ab it ity Comprehensive General Liabil ity Incl odes Contractual Liability Bodily Injury $ each person $ each accident Property Damage $ each accident Covers Independent Contractors $ aggregate Owner's Protective Bodily Injury $ each person $ each accident Property Damage $ each accident $ aggregate Comprehensive Automobile Liability Owned Vehicles Bodily Injury $ each person $ each accident Property Damage $ each accident _ Hired Vehicl es Non- owned Vehicl es Incl udes Contractual Liability 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TO: City of Round Rock 214 E. Main Street Round Rock, Texas 78664 CERTIFICATE tf IN1U2ANCE THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company with respect to the business opera- tions hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further here- inafter described. Exceptions to standard policies are noted on the reverse side hereof. Page 1 of 2 Date: Description of Work: The above policies either in the body thereof or by appropriate endorsement pro- vide that they may not be changed or cancelled by the insurer in less than ten days after the insured has received written notice of such change or cancella- tion. This Certificate of Insurance neither affirmatively or negatively amends, ex- tends, or alters the coverage afforded by policy or policies indicated by thi s certificate. (Name of Insurer) By: Title: Address Page 2 of 2 The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Name (2) Address (3) Phone Number INFORMATION REQUIRED OF IOW BIDDER (4) Type of firm: ( ) Individual, ( ) Partnership, ( ) Corporation (5) Corporation organized under the laws of the State of (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: (7) Number of years experience (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner (9) List the name and address of each subcontractor who will perform work in or about the work or improvement in ex- cess of one -half (1/2) of one percent (1%) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name Address Work to be Performed Page 1 of 2 (10) Payment of taxes, in the State of Yes No (11) If requested by the Owner, the Low Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently compre- hensive to permit an appraisal of his current financial conditions. Page 2 of 2 cr v 1, AND k - C_, -NIt t.a GENERAL CONDITIONS OF AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Page 1. DEFINITIONS 1 2. GENERAL PROVISIONS 3 2.01 Engineer's Status and Authority 3 2.02 Right of Engineer to Modify Methods and Equipment 3 2.03 Changes and Alterations 4 2.04 Damages 4 2.05 Losses from Natural Causes 4 2.06 Laws and Ordinances 4 2.07 Licenses, Permits, and Certificates 5 2.08 Royalties and Patents 5 2.09 Keeping of Plans and Specifications Accessible 5 2.10 Discrepancies and Omissions 5 2.11 Contractor's Understanding 5 2.12 Extra Work 6 2.13 Payment for Extra Work 6 2,14 Assignment and Subletting 2.15 Subcontractors 8 2.16 Owner's Status 8 2.17 Completed Portions of Work 8 2.18 Materials 8 2.19 Receiving and Storage of Materials 8 2.20 "Or Equal" Clause 8 2.21 Completed Work 9 2.22 Materials Furnished by the Owner 9 2.23 Protection of Property 9 2.24 Shelters for Workmen and Materials 9 2.25 Sanitary Facilities 10 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 10 3.01 Labor, Equipment, Materials and Construction Plant 10 3.02 Performance and Payment Bonds 10 3.03 Contractor's Ability to Perform 11 3.04 Superintendence and Inspection 11 3.05 Character of Employees 11 3.06 Contractor's Duty to Protect Persons and Property 11 3.07 Safety Codes 12 3.08 Barricades 12 3.09 Minimum Wages 12 3.10 Unsuitable Work or Materials 12 3.11 No Waiver of Contractor's Obligation . 13 3.12 Site Clean Up 13 3.13 Guarantee 14 (CONTENTS CONTINUED) Page 4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14 4.01 Lines and Grades 14 4.02 Right of Entry 14 4.03 Owner's Inspectors 14 4.04 Collateral Work 15 4.05 Right -of -Way 15 4.06 Adequacy of Design 15 5. SCHEDULING AND PROGRESS OF WORK 15 5.01 Order and Prosecution of the Work 15 5.02 Rate of Progress 16 5.03 Sunday, Holiday, and Night Work 16 5.04 Hindrances and Delays 16 5.05 Extensions of Time 17 5.06 Liquidated Damages for Failure to Complete on Time 17 6. INDEMNITY 18 6.01 Contractor's Indemnity Provision 18 6.02 Workmen's Compensation Insurance 18 6.03 Comprehensive General Liability Insurance . 18 6.04 Owner's Protective Insurance 19 6.05 Comprehensive Automobile Liability Insurance 19 6.06 Insurance Certificate 19 7. TERMINATION OF CONTRACT 20 7.01 Right of Owner to Terminate 20 7.02 Right of Contractor to Terminate 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment and Materials by Owner 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance 22 8.05 Disposition of Contractor's Equipment . . . 22 9. MEASUREMENT AND PAYMENT 23 9.01 Character of Measurements 23 9.02 Estimated vs. Actual Quantities 23 9.03 Payment 24 9.04 Monthly Estimates and Payments 24 9.05 Certificates of Completion 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit 25 9.08 Release of Liability 25 9.09 Contractor's Obligation 26 9.10 Payments Withheld 26 GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive mid- night. 1.02 Contract Documents. The Contract Documents shall con- sist of the Notice to Contractors; Advertisement; the Instructions to Bidders; the Proposal; the Signed Agreement; the Performance and Payment Bonds; the Gen- eral Conditions of the Agreement; the Special Condi- tions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complemen- tary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Sign- ed Agreement, Performance and Payment Bonds, Addenda, Proposal, Special Conditions of the Agreement, Notice to Contractors, Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shall mean the business or- ganization or individual named and designated in the Contract Agreement as the "Party of the Second Part", who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized agents and other legal representa- tives. 1.04 Engineer. "Engineer" shall mean Haynie E. Sallman, 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, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all draw- ings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engi- neer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contrac- tor to the Owner when and as approved by the Engi- neer. 1.08 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepar- ed by the Owner as a basis for proposals, (b) all sup- plementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, how- ever, include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term "substantially com- pleted" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the eguipment, supplies, material, and services to be fur- nished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the prin- cipal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6 :00 p .m. GC -2 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if de- livered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litiga- tion it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Con- tract; that he shall det -rmine all questions in rela- tion to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and find- ings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, how- ever, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the Con- tractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress re- quired under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. GC -3 2.03 Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or altera- tions diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Con- tract; otherwise such work shall be paid for as pro- vided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in prepa- ration for the work as originally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage aris- ing out of the nature of the work to be done or from the action of the elements or from any unforeseen cir- cumstances in the prosecution of the work or from unu- sual obstructions or difficulties which may be encoun- tered in the prosecution of the work shall be sustain- ed and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which GC -4 in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his em- ployees or his subcontractors and their employees. 2.07 Licenses Permits and Certificates. Except as herein- after stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is re- quired such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented inven- tion used by him in connection with the work done or material furnished under this Contract; provided, how- ever, that if any patented material, machinery, appli- ance, or invention is clearly specified in this Con- tract, the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 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 GC -5 of the work, the conformation of the ground, the char- acter, quality and quantity of the materials to be en- countered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversa- tion with any officer, agent, or employee of the Own- er, either before or after the execution of this Con- tract, shall affect or modify any of the terms or ob- ligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifica- tions and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. 2.13 Payment for Extra Work. It is agreed that the compen- sation to be paid the Contractor for performing extra work shall be determined by one or more of the follow- ing methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or GC -6 Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, crafts- men, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power- driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges neces- sarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expens- es; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional pre- miums for construction bonds, workmen's compensation, public liability and property damage, and other insur- ance required by the Contract where the premiums therefor are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also speci- fy in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, tt:e 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 accordane with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension . of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing materials. '.he 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 the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Con- tract Documents. 2.21 Completed Work. The Contractor shall maintain contin- uous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign ele- ments. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamina- tion of such materials that must be maintained and in- corporated into the work in a sanitary condition. 2.23 Protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utili- ties. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belong- ing to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be main- tained in a manner satisfactory to the Engineer. GC -9 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 byy 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 Con- tract", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a compe- tent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superinten- dent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervi- sion of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to em- ploy only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform him that the work being accomplished is of sub -stan- dard character by reason of carelessness, incompe- tence, or inexperience on the part of the workers the installation of such work shall be immediately sus- pended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the public and the Owner fully by taking rea- sonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in GC -11 anyway connected with the performance of this Con- tract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the per- formance of this Contract unless necessary to its per- formance, and in that event the Contractor shall pro- vide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondeleg- able, and the Contractor's compliance with the speci- fic recommendations and requirements of the Owner as to the means of warning shall not excuse the Contrac- tor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Muni- cipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America ex- cept where incompatible with Federal, State, or Muni- cipal laws or regulations. 3.08 Barricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established pre- vailing wage scale for work of a similar character in this locality. The Contractor shall pay not less than the general prevailing wages as established by the U.S. Department of Labor and shall keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be deemed by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of written notice thereof from the Contracting Officer, GC -12 forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Engineer may direct that the work be done by others and that the cost of the work be de- ducted from monies due the Contractor. 3.11 No Waiver of Contractor's Obligations. The Engineer, supervisor, or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of good material and of his performing good work as herein described and in full accordance with the plans and specifications. No failure or omission of the Engineer, supervisor, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however that the Engineer, supervisor, or inspector shall upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been ac- cepted by the Engineer, supervisor, or inspector such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed for re- examination by the Engineer prior to final acceptance, and if found not in accor- dance with the specifications for said work, all ex- pense of removing, re- examination, and replacement shall be borne by the Contractor; otherwise the ex- pense thus incurred shall be allowed as "Extra Work" and shall be paid for by the Owner. 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction per- iod. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or con- duits, shall tear down and remove all temporary struc- tures built by him, shall remove all rubbish of every GC -13 kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of the work embraced by this Contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judg- ment of the Owner shall become necessary during such period. If within 10 days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contrac- tor's expense; provided, however, that in case of an emergency where, in the judgment of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever neces- sary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Con- tractor, and in case of careless destruction or remov- al by him or his employees such stakes, marks, etc. shall be replaced by the Engineer at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or loca- tion on which the work herein contracted are being constructed or installed for the purpose of supervis- ing and inspecting the work or for the purpose of con- structing or installing such collateral work as the Owner may desire. 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such Engineer, supervi- sors, or inspectors as the said Owner may deem neces- sary to inspect the material furnished and the work GC -14 done under this Contract, to see that the said mater- ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right-of-Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract. Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and sea- sons in such order of precedence and in such manner as shall be most conducive to economy of construction; GC -15 provided however, that the order and time of prosecu- tion shall be such that the work shall be substantial- ly completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the ele- ments or to coordinate with other work being done for or by the Owner. 5.02 Rate of Progress. The Contractor shall give the Engi- neer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Engineer may order the Contractor to in- crease or improve his facilities or methods, and the Contractor shall promptly comply with such orders; but neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Con- tractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 Sunday, Holiday, and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. 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 public is due to such failure, the Contractor's operations shall be suspend- ed until he shall have provided adequate plant, equip- ment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neg- lect of the Owner or Engineer, or of any employee of either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as deter- mined by the Engineer shall be granted by the Owner; provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time :s of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and con- tracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanent- ly from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 5,001.00 to $ 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,000.00 2,000,001.00 to 5,000,000.00 GC - 17 $ 30.00 35.00 40.00 50.00 70.00 200.00 300.00 400.00 500.00 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Con- tract, the Contractor shall indemnity and save harm- less the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and ex- penses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or alleg- edly caused, by any willful acts, negligence, nui- sance, or breach of any term or condition of this Con- tract by the Contractor, his agents, servants, subcon- tractors, or employees. The Contractor shall further- more indemnify and save harmless the Owner and the Owner's agents and employees from all demands of sub- contractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall 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 $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insur- ance coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions GC -19 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 days after written notification from the Owner or the Engineer or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as hav- ing abandoned the Contract. In such event the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice of abandonment the Contractor shall not remove from the work any machin- ery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work may be held for use on the work by the Owner or the Surety on the per- formance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connec- tion with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra Work ", it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settle- ment. 8.03 Methods of Completing the Work. If the Surety should Tail 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 14 days notice published two or more times in a newspaper having a general circulation in the county of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this Contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this Contract such increase shall be charged to the Contractor, and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this Contract, the Contrac- tor or his Surety shall be credited therewith. 8.04 Final Acceptance. When the work has been completed the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter pro- vided shall be issued. A complete itemized statement of the Contract accounts certified by the Engineer as being correct shall then be prepared and delivered to the Contractor and his Surety, whereupon the Contrac- tor, his Surety or the Owner, as the case may be, shall pay the balance due as reflected by said state- ment within 15 days after the date of such Contract Completion Certificate. 8.05 Disposition of Contractor's Equipment. In the event the statement of accounts shows that the cost to com- plete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this Contract or when the Contractor or his Surety pay the balance shown to be due by them to the Owner, then all machin- ery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the Con- tractor or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there re- mains any machinery, equipment, tools, materials, or supplies on the site of the work, notice thereof to- gether with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this GC -22 Contract; provided, however, that actual written notice given in any manner will satisfy this condi- tion. After mailing or other giving of such notice such property shall be held by the Owner at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After 15 days from the date of said notice the Owner may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either pub- lic or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the work and belong to persons other than the Contractor or his Surety to their proper owners. 9. MEASUREMENT AND PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise spe- cifically provided. 9.02 Estimated vs. Actual Quantities. Any and all estimat- ed quantities stipulated in the proposal form under unit price items are approximate and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quan- tity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the esti- mated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised consideration on the portion of GC -23 the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing mater- ials for the overrun or underrun quantities. Such re- vised consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra Work ". 9.03 Payment. In consideration of the furnishing of all the necessary labor, equipment, and material and the completion of all work by the Contractor, and on the completion of all work and the delivery of all mater- ial embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirements of the Engineer. 9.04 Monthly Estimates and Payments. On or about the fifth day of each month the Englr�.eer 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 relieve the Con- tractor of the obligation for fulfillment of any war- ranty which may be required in the Contract Docu- ments. 9.10 Payments Withheld. The Owner may, on account of sub- sequently discovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payments proper- ly to subcontractors or for material or labor. d. Damage to another contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. GC -26 SPECIAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT SECTION 01 - INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Haynie & Kallman, Inc., 1106 S. Mays, Round Rock, Texas 78664. Engineer of the Owner, or the Engineer's authorized representative, supervisor or inspector to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterparts (original signed) sets. Owner will furnish Contractor three (3) sets of conforming Contract Docu- ments, Technical Specifications and Plans free of charge, and additional sets will be obtained from Engineer at com- mercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolu- tions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR DELAY The Contractor shall pay to the Owner for each and every calendar day, including Sundays and legal holidays, that he shall be in default by not completing the whole work to be done under this Contract, after giving effect to exten- sions of contract time which are authorized hereunder, the sum of $200.00 per calendar day, which sum is by the exe- cution of this Agreement mutually fixed, determined and agreed upon as liquidated damages, which the Owner will suffer by reason of such default and not as a penalty. The Owner shall have the right to deduct the amount of such damages from any monies due or to become due the Con- tractor under this Contract, and in the event such damages exceed the sum due or to become due the Contractor here- under, the latter shall be liable to the Owner for such difference. SC -1 01 -05 TIME OF COMPLETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Agreement, or the date of the Notice to Proceed, whichever is latest. 01 -06 OWNER The Owner shall be the party of parties named in the Notice to Contractors. 01 -07 LOCATION The location of work shall be as mentioned in the Notice to Contractors and as indicated on the Plans. 01-08 REVISION OF GENERAL CONDITIONS Replace Section 2.20 of the General Conditions of Agree- ment with the following: "Approved Equal" or "Equal" Clause. Whenever a material, product or article is specified or shown on the Plans by using the name of the proprietary product or of a particu- lar manufacturer or vendor and is followed by the term "approved equal" or "equal" the Contractor may submit a written request to the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "approved equal" or "equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Contract Documents. "Approved equal" shall mean that the Contrac- tor is responsible for submitting the required information to the Engineer at least seven (7) days prior to bid date. The information supplied shall be of sufficient quantity and detail to prove that the equipment is equal to the equipment listed in the major equipment list. SECTION 02 - SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing construction, it shall be the Contrac- tor's responsibility to make arrangements with the Owners SC -2 of such utility companies to uncover their particular utility lines or otherwise confirm their location. Cer- tain utility companies perform such services at their own expense; however, where such is not the case, the Contrac- tor will cause such work to be done at his own expense. 02 -02 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the project and prior to final acceptance and payment, the Contractor shall deliver this correctly marked set of drawings to the Engineer. 02 -03 LANDS FOR WORK The Owner has acquired easements, permits and the site upon which work is to be done. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his con- struction operations, temporary construction facilities, or for storage of materials. 02 -04 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional pay- ment will be made for this item. 02 -05 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for a period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Document relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost therefor from Contractor. 02 -06 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, pre- sent obstructions to grade and alignment of pipe, imme- diately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or SC -3 grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other ob- structions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder progress of work. SECTION 03 - INSURANCE 03 -01 Insurance policies must be obtained by the Contractor or separate endorsements obtained to his existing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. The principle types of insurance which will be necessary are: Public Liability and Property Damage to protect the Con- tractor, any of his Subcontractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount for liability is $100,000/$300,000. The amount of property damage will depend upon the magnitude and nature of the project. Automobile and Truck Public Liability and Property Damage to protect the same individuals as indicated under Public Liability and Property Damage above, and in the same amounts for liability. Worker's Compensation and Employer's Liability Insurance. Builder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. SECTION 04 - PREVAILING WAGE SCALE - NOTICE 1. This determination of prevailing wages shall not be construed to prohibit the payment of more than the rates named. Under no condition shall any laborer, workman or mechanic employed on this job be paid less than the minimum wage scale. 2. In execution of this contract, the Contractor must comply with all applicable state and federal laws, in- cluding but not limited to laws concerned with labor, equal employment opportunity, safety, and minimum wage. SC -4 05 -01 BID 3. Pursuant to the provisions of Section 2 of Article 5159a, Vernon's Civil Statutes, "The Contractor shall forfeit as a penalty to the state, county, city and county, city, town, district or other political subdi- vision of whose behalf the contract is made or awarded ten dollars ($10.00) for each laborer, workman or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under the said contract, by him, or by any sub-con- tractor under him, and the said public body awarding the contract, shall cause to be inserted in the con- tract a stipulation to this effect ". SECTION 05 - MEASUREMENT AND PAYMENT A. The Bid lists each item of work for which payment will be made. No payment will be made for any items other than those listed in the Bid. B. Required items of work and incidentals for the satis- factory completion of the work which are not speci- fically listed in the Bid, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid, shall be consider- ed as incidental to the work. All costs thereof, in- cluding Contractor's overhead costs and profit, shall be considered as included in the lump sum prices bid for the various Bid items. The Contractor shall pre- pare his Bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials and performing all operation re- quired to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 05 -02 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Bid Schedule. B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid Schedule. C. Unless otherwise stated in individual Sections of the Specifications or in the Bid Schedule, no separate payment will be made for any item of work, materials, SC -5 parts, equipment, supplies or related items required to perform and complete the work. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract lump sum prices and by the unit indicated in the Bid with total price of the Contract being equal to the Total Bid as modi- fied by deletions or additions to the work made in accordance with the General Conditions. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools and materials, and for performing all operations required to furnish to the Owner the entire project, complete in place, as specified and as indicated on the Drawings. SECTION 06 - SCHEDULE OF VALUES 06 -01 CONTRACTOR COST BREAKDOWN A. Immediately after being awarded the contract for the work, the Contractor shall furnish the Engineer with a breakdown of its lump sum bid items suitable for use in the preparation of progress estimates for the job. Such breakdown shall tabulate quantities and the unit prices to be applied for the various features of the work and shall be in sufficient detail as to permit its use in preparation of progress estimates. The cost breakdown shall not be unbalanced. B. Progress payments for materials on hand and equipment delivered for installation as a part of the work will be based on invoices. C. The Engineer will not approve a progress estimate for payment until a satisfactory cost breakdown for the project has been submitted by the Contractor. SECTION 07 - TESTING 07 -01 DESCRIPTION A. Work included: During progress of the work, the Owner will require that testing be performed to determine that materials provided for the work meet the speci- fied requirements. B. Related work described elsewhere: Requirements for testing are described in various Sections of these Specifications and as follows. SC -6 07 -02 MATERIAL TESTING A. Testing and control of materials to be used in the work shall be done by a commercial laboratory employed and paid by the Owner unless otherwise specified. Retesting as a result of failure to meet Contract requirements shall be by a laboratory selected by the Owner at the Contractor's expense. B. The Contractor shall furnish all materials to be used for test purposes entirely at his expense. C. Test reports shall be furnished to the Engineer for his approval prior to use of any material in the work. D. Specific testing and control requirements for each individual material are specified in detail within the appropriate Section of these Specifications. E. Representatives of the testing laboratory shall have access to the work at all times. Provide facilities for access in order that laboratory may perform its functions properly. F. Testing Schedule. 1. Consult testing laboratory in advance to determine time required to perform tests and issue each of the findings. Include required time within con- struction schedule. 2. When changes of the construction schedule are necessary, coordinate such changes with the test- ing laboratory as required. 3. Testing laboratory must be given ample notice of when their service will be needed. G. All samples for testing, unless otherwise provided elsewhere in these Specifications, shall be taken by the testing laboratory or the Engineer. All sampling equipment and personnel shall be provided by the testing laboratory unless otherwise specified. All deliveries of samples to the testing laboratory shall be performed by the testing laboratory unless otherwise specified. SC -7 TFGN Ply cal STzcAAC.AMoN S TECHNICAL SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECHNICAL SPECIFICATIONS INDEX SECTION 01 - FLUORIDE ADDITION UNIT (Pages 1 thru 6) Page 01 -01 General 1 01 -02 Equipment 1 01 -03 Chemical Storage Tanks 4 01 -04 Fluoridation Building 5 01 -05 Measurement and Payment 6 SECTION 02 - CONCRETE (Pages 1 thru 27) 02 -01 General 1 02 -02 Scope 1 02 -03 Portland Cement 1 02 -04 Aggregates 2 02 -05 Water 2 02 -06 Admixtures 3 02 -07 Proportioning 3 02 -08 Mixing 5 02 -09 Concrete Consistency 5 02 -10 Transit Mixers 6 02 -11 Hand Mixing 8 02 -12 Transporting Batched Materials and Mixed Concrete 8 02 -13 Steel Reinforcement for Concrete 8 02 -14 Expansion Joint Filler and Joint Sealants 9 02 -15 Concrete Construction 13 02 -16 Finishing Types 23 02 -17 Openings for Installation of, and Preparation For, Other Work 25 02 -18 Defective Work 26 02 -19 Tests 26 02 -20 Cleaning 27 02 -21 Measurement and Payment 27 SECTION 03 - ELECTRICAL (Pages 1 thru 8) 03 -01 Scope 1 03 -02 Applicable Specifications and Standards 1 03 -03 General Conditions 1 03 -04 Plans and Specifications 1 03 -05 Codes, Permits and Inspections 2 03 -06 Progress and Guarantee 2 03 -07 Cutting: Repairing 2 i 1 1 1 1 1 1 1 SECTION 04 - PAINTING (Pages 1 thru 22) 1 1 1 1 1 1 1 1 1 1 1 SECTION 03 - ELECTRICAL (Continued) Page 03 -08 Basic Materials and Methods 3 03 -09 Conduit System 3 03 -10 Conductor 4 03 -11 Electrical Service System 5 03 -12 Grounding System 5 03 -13 Temporary Power 5 03 -14 Electrical Distribution System 5 03 -15 Branch Circuits 6 03 -16 Wiring Devices 6 03 -17 Lighting Fixtures 6 03 -18 Lamps 7 03 -19 Other Systems 7 03 -20 Electrical Power Equipment 7 03 -21 Shop Drawings 8 03 -22 Equipment Finish 8 03 -23 Guarantee 8 03 -24 Heating Equipment 8 03 -25 Measurement and Payment 8 04 -01 Description 1 04 -02 Quality Assurance 1 04 -03 Submittals 4 04 -04 Product Delivery, Storage and Handling 4 04 -05 Job Conditions 5 04 -06 Products - Paint Materials 5 04 -07 Colors and Finishes 6 04 -08 Painting Schedule 7 04 -09 Cleaning and Preparation of Surfaces 12 04 -10 Paint Application 15 04 -11 Acid Resistant Paint Coating and Concrete Surface Preparation 20 04 -12 Measurement and Payment 22 ii SECTION 01 - FLUORIDE ADDITION UNIT 01 -01 GENERAL There shall be provided a fluoride metering and pumping system capable of raising the fluoride con- centration level from 0.3 mg /1 to 1.0 mg /1 at the Water Treatment Plant and from 0.2 mg /1 to 1.4 mg /1 at the Lake Creek Well Site, using hydro - fluosilicic acid (H2SiF6). The system will consist of a metering pump, electrical, plumbing and ancillary parts, bulk storage facility, and equipment in order to provide a complete, operating direct acid feed fluoride addition system. 01 -02 EQUIPMENT 01 -02.1 Metering Pump /Motor /Appurtenances The Contractor shall furnish a variable stroke and frequency chemical metering pump capable of deliver- ing 30% concentrated hydro - fluosilicic acid (H2SiF6) at a flow rate of 0.3 to 1.15 gph, inclusive, at the Water Treatment Plant and 0.1 to 0.5 gph, inclusive, for each pump at the Lake Creek Well Site. Discharge pressure shall include a range of 0 to 100 psi. The pump motor shall be a brushless, shaded -pole induction type, rated an average input power at maximum speed of 40 watts. The motor shall operate on a standard 115 V, 60 Hz, single phase power source. A minimum 6 -foot cord and 3 -prong grounded plug shall be furnished for the motor. The chemical line from the bulk tank to the transfer pump shall be Schedule 80 PVC with glued connection. All exposed external piping shall be color coded with appropriate information. The suc- tion and discharge tubing shall be made of reinforc- ed polyethylene tubing capable of transporting con- centrated (30%) fluosilicic acid. The dimensions of the suction tubing shall be 1/4" x 3/8" tubing with sufficient length to allow a continuous one piece construction with polypropylene suction strainer and sinker. The discharge tubing shall be 1/4" x 3/8" tubing of sufficient length to allow one continuous one piece construction and include an anti - siphon valve. The metering pump /motor shall be mounted on the wall or stand as shown on the Plans. Metering pumps shall be Wallace & Tiernan Series 45 -010 for the Lake Creek Well Site, and 45 -050 with all con- verters necessary to allow control based upon a 4 -20 01 -1 mA signal, or approved equal. The Contractor shall perform a system checkout using chemicals furnished by the Owner. 01 -02.2 Acid Tank The day tank shall be a 55- gallon polyethylene car- boy which can withstand 30% hydro - fluosilicic acid. 01 -02.3 PVC Sheathing Pipe /Hangers The Contractor shall supply the 1" diameter Schedule A PVC piping and fittings, and PVC glue. The Con- tractor shall supply the hangers and bolts to affix the pipe as shown on the Plans. 01 -02.4 Spare Parts The Contractor shall supply chemical metering pump spare parts as recommended by the manufacturer. An additional fifteen (15) feet of suction tubing and twenty (20) feet of discharge tubing for the chemi- cal metering pump shall be provided as spares. 01 -02.5 Platform Scales The Contractor shall supply a platform scale capable of weighing objects from 0 -1000 lbs. in 8 oz. gra- dations up to 100 lbs. The acid tank must sit com- fortably on the scales. Minimum platform size will be at least equal to the diameter of the acid tank. The platform scale shall be Fisher Scientific Model No. 02 -117, or approved equal. 01 -02.6 Safety Equipment The following safety equipment shall be provided by the Contractor and shall be approved by OSHA and the Texas State Department of Health: Item No. Quan. Catalog No. 1 1 2 2 3 2 4 2 (F) 01 -347 (F) 11- 394 -258 (F) 11 -404 (F) 13- 995 -11 5 1 (F) 13- 995 -13 01 -2 Description Apron, Neoprene, Black Gloves, Neoprene (pair) Goggles, chemical Chlorine /Acid Gas Masks (Reusable) Case of Replacement Cartridges for Item No. 5 Item No. Quan. Catalog No. Description 6 1 (F) 08 -552H 1000 ML Cap Pyrex Grad- uated Cylinder 7 1 (F) 11- 382 -32K 5.0 ml PipeT 8 1 (F) 11- 382 -32L 10.0 ml PipeT 9 1 (F) 10 -210G Volumetric Flask 1 liter 10 3 (F) 02 -923F Polyethylene Bottles 1 liter 11 1 (F) S -299 100 mg /1 Sodium Fluoride Standard Solution 01 -02.7 Laboratory Equipment The Contractor shall provide an Orion Microproces- sor /Ionalyzer Model 701, or an approved equal; cap- able of calculations involving pH, concentration known addition, sample addiction. The Microprocessor /Ionalyzer shall be complete with a tilt base, swing -arm electrode holder, shorting strap and instruction manual. The Microprocessor /Ionalyzer shall meet the follow- ing specifications: Display (LED) Range Normal Mode Relative Accuracy Normal Mode Repeatability Normal Mode Expanded Mode Catalog # 01 -02.8 Manufacturers 1. Wallace & Tiernan 2. B.I.F. 3. Liquid Metronics Inc. 4. Orion 5. Approved equal. 01 -3 5 digit 0.000 - 13,99 pH +0.02 pH +0.01 pH +0.001 pH Fisher Scientific 13- 641 -702 ,01 -02.9 Transfer Pump /Motor Appurtenances The Contractor shall supply a March seal -less magne- tic drive chemical transfer pump, No. 106323M, or approved equal, capable of pumping from a bulk tank and delivering 30% concentrated fluosilicic acid at a rate of at least 7.5 gpm with a 10' suction head. The motor will operate on a standard 115 V, 60 Hz, single phase power source. A power cord of at least 6 feet in length with a 3 -prong plug is required. The suction and discharge lines shall be of suffi- cient size and material to transfer 30% concentrated fluosilicic acid. The discharge line shall be 10 feet in length with an anti - siphon valve. 01 -03 CHEMICAL STORAGE TANKS The Contractor shall provide all labor, materials, equipment and related items for furnishing and installing rotationally molded high density cross - linked polyethylene tanks for the storage of 2400 gallons of hydro- fluosilicic acid (30% H at atmospheric pressure. The tanks shall not contain any fillers, shall have a minimum of .25% U.V. stabilizer, shall be designed with a safety factory of 2:1, and shall have the following accessories: 1. Vent Must be equal to or greater than the size of the largest inlet or outlet. 2. Manways a. When indicated on the Plans, a hinged man - way shall be provided. 3. Tie -Down Lugs A minimum of three (3) tie -down lugs shall be provided. 4. Tank Lifting Lugs Provide three (3) lifting lugs spaced 90 apart (120 for 12' diameter tanks) at top portion of straight shell and one (1) lug below center top lug. 01 -4 5. Calibration Gauge Unless otherwise stated, all tanks shall be pro- vided with a calibration gauge. The gauge shall be 3 -1/2" wide, provided with large numerals, in black on a bright yellow background, every 100 gallons. 6. Special Accessories Special accessories such as stainless steel threaded couplings, siphon drains, side bottom drains, baffles, ladders, platforms, etc. shall be provided when indicated on the Plans. 7 Customer Identification Label A permanent, corrosion resistant customer iden- tification label shall be applied to each tank. The label shall contain the following informa- tion: a. Owner's Name. (Not Contractor's) b. Tank description. c. Corrosion resistant liner resin. d. Type of liner reinforcement. e. Chemical to be stored, including: 1) concentration 2) specific gravity 3) maximum temperature. f. Exterior resin. g. Tank capacity. h. Date of manufacture. The tanks shall be manufactured by Corrosion Resis- tant Products, or approved equal. 01 -04 FLUORIDATION BUILDING The pre- fabricated building (6' X 4') shall be of insulated fiberglass construction with aluminum trim and ready for mounting on the concrete slab as shown on the Plans. The building shall be a Warminster Fiberglass Company All- Weather Shelter, Model No. WFS -1006, or approved equal. 01 -5 01 -05 MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for items of which this work is a component part. 01 -6 1 1 SECTION 02 - CONCRETE 02 -01 GENERAL 1 Concrete consisting of portland cement, concrete ag- gregate, sand and water will be designated by a sym- bol consisting of a number, a letter and a number. 1 The first number will be the number of sacks of cement per cubic yard, and the last number the com- pressive strength at 28 days expressed in pounds per 1 square inch. A sack of cement shall be defined as 94 pounds. The concrete shall be 6.0 -4000 unless otherwise specified. Compressive strength tests where specified herein, shall be performed in accor- 1 dance with ASTM C -39. The Contractor shall be responsible for providing 1 the mix design to the Engineer for approval. 02 -02 SCOPE 1 This section of the specifications shall include all labor and materials to construct all concrete work as shown on drawings, herein specified, or both in- 1 cluding the following: All footings, slabs, floors, walls, beams, supports, 1 walks, pedestals, curbs, vaults and other concrete items, complete with metal reinforcement. 1 All concrete finishes and textures. All formwork, formwork supports, formwork coatings and soaking, screens and levels required, and form- work removal. Installing all inserts, grounds, dowels, blocks, 1 sleeves and anchors, and safety threads as shown and /or specified in this or other sections. 1 Slab waterproofing. 02 -03 PORTLAND CEMENT 1 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 1 certificate of compliance signed by the manufacturer identifying the cement and stating that the cement delivered conforms to ASTM C -150. 1 1 02 -1 1 02 -05 WATER Whenever suitable facilities, approved by the Engi- neer, are available for handling and weighing bulk cement, such facilities shall be used. Otherwise, the cement shall be delivered in original unopened sacks that have been filled by the manufacturer. They shall be plainly marked with the manufacturer's name or brand and cement type. Each sack shall con- tain 94 pounds of cement. Cement shall be stored in such a manner as to permit ready access for the purpose of inspection and sam- pling, and suitably protected against contamination or moisture. Should any cement show evidence of contamination, or be otherwise unsuitable, it shall not be used. All portland cement used in concrete for any indivi- dual structure shall be of the same brand and type unless otherwise approved by the Engineer. 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 segrega- tion, degradation or the combining of materials which result in any stockpile failing to meet speci- fications, shall not be permitted. Aggregates which are found to have a silica - released to alkali- reduced ratio greater than one, when test- ed in accordance with ASTM C289, may be used only when approved by the Engineer and provided low - alkali cement is used. Water used for concrete shall be clear and free from oil, vegetable matter and other deleterious substan- ces. Water shall not contain an amount of impurities that will cause a change in the time of setting of portland cement of more than 25 percent nor a reduc- tion in the compressive strength of mortar at four- teen days of more than 5 percent compared to results obtained with distilled water. 02 -2 In conventionally reinforced concrete work, water shall not contain more than 1,000 ppm of chlorides calculated as C1, nor more than 1,000 ppm of sul- fates calculated as SO4. In non - reinforced concrete work, water shall not contain more than 2,000 ppm of chlorides calculated as C1, no more than 1,500 ppm of sulfates calculated as SO4. 02 -06 ADMIXTURES Air entrainment shall be required on exposed plant walls or as directed by the Engineer. The air con- tent shall not be less than 3% nor more than 6%. Admixture shall conform to ASTM C -260. Test shall be conducted in accordance with C -231, 233 or 173. Water reducer -set retarder admixture shall be used when average daily mean temperature is 75 ° F. or more per ASTM C -494. No other admixtures of any type shall be used unless authorized by the Engineer. When an admixture is permitted or specified, it shall be measured accu- rately into each batch or load in liquid form by a mechanical dispensing device and method approved by the Engineer. 02 -07 PROPORTIONING Aggregates and cement shall be proportioned by weight. Proportioning shall consist of combining the aggre- gates, each stored in a separate bin in the various gradations prescribed, with cement and water. Weigh hoppers shall be charged from bins located directly over them or from conveyor belts. When conveyor belts are used, there shall be a separate belt for each size aggregate. There shall be an approved moisture meter installed to indicate the moisture in the sand. Bulk cement shall be weighed in an individual hopper and shall be kept separate from the aggregates until the batch ingredients are discharged into the mixer drum. The cement hopper shall be attached to a separate scale for individual weighing. 02 -3 The amount of water to be added to the mixture shall be measured and discharged rapidly into the mixing drum through a valve with a positive cut -off. When water is measured by weight it shall be weighed on a separate scale. All weighing or metering devices, except moisture meters, used for proportioning materials shall be accurate to within one percent. They shall be seal- ed and certified by the recognized, legal Sealer of Weights and Measures. These certifications shall be dated within the past 12 months and shall be renewed whenever required by the Engineer. The moisture meter shall be accurate to within 1/2 of one percent moisture. Whenever portable bunkers are set up at a new location, the scale assemblies shall be inspect- ed and certified regardless of the date the scales were last tested. Scales utilized in proportioning shall be either springless dial or multiple beam type. Scale gradu- ations shall be no greater than the following: Aggregate Scales 25 lbs. Cement Scales 5 lbs. Water Scales 5 lbs. All scales shall be of such size and so arranged that they may be read easily from the operator's platform. If a multiple beam type scale is used, the scale shall be provided with an indicator oper- ated by the main beam which will give positive visi- ble evidence of over or under weight. The indicator shall be so designed that it will operate during the addition of the last 400 pounds of any weighing. The over travel of the indicator hand shall be at least one -third of the loading travel. Indicators shall be enclosed against moisture and dust. Weighing equipment shall be insulated against vibra- tion and movement of other operating equipment in the plant. When the entire plant is running, the scale reading at cut -off shall not vary from the weight designated by the Engineer by more than one percent (1%) for cement, one percent (1%) for water, one and one -half percent (1 -1/2 %) for any size of aggregate, nor one percent (1%) for the total aggre- gate in any batch. 02 -4 02 -08 MIXING Machine mixing will be required in all cases other than those in which it would obviously prove to be impractical, in which event hand mixing will be per- mitted. Mixing shall be commenced as soon as possi- ble after the cement is placed in contact with the aggregates, but in no event shall the intervening period exceed 30 minutes. All concrete mixers shall be of such design and con- struction and so operated as to provide a thoroughly and properly mixed concrete in which the ingredients are uniformly distributed. Mixers shall be main- tained in proper and serviceable working condition and any part or portion thereof that is out of or- der, or becomes worn to such extent as to detrimen- tally affect the quality of mixing, shall be prompt- ly repaired or replaced. 02 -09 CONCRETE CONSISTENCY The amount of water added at the mixer shall be re- gulated to take into account the free water in the aggregates. Free water is defined as the total water minus the water absorbed by the aggregate in a saturated surface -dry condition. The amount of water used in the mixture shall not exceed the minimum amount necessary to permit prac- tical placement and consolidation of the concrete, and unless otherwise authorized by the Engineer, shall be that required to produce concrete with a slump within the range shown as nominal in the fol- lowing table: Type of Work Nominal Slump Maximum Slump (inches) (inches) Concrete Pavement 0 -2 Non - reinforced Concrete 0 -3 Reinforced Concrete Structures Heavy Sections 0 -3 Thin Sections & Columns 0 -4 Concrete Placed under Water 6 -8 02 -5 3 4 5 6 9 The concrete used in the work shall not have a slump greater than that shown as maximum above, nor a free water content greater than 312 pounds per cubic yard of concrete. When adverse or difficult conditions affect the placement of concrete, the Engineer may authorize a greater slump to be used, provided both the water and cement are increased. Water shall be added at a ratio not to exceed 30 pounds per sack of added cement per cubic yard of concrete, and such addi- tional water and cement shall be at the Contractor's expense. The consistency of concrete shall be determined in accordance with ASTM C -143. If slump tests of individual samples taken at appro- ximately the 1/4 and 3/4 points of the discharge differ by more than two inches (2 "), the mixer will not be acceptable for further use until the condi- tion is corrected. 02 -10 TRANSIT MIXERS The type, capacity, and manner of operation of the mixing and transporting equipment for ready -mix con- crete shall conform to the current ASTM C -94 stan- dard; "Standards for Operation of Truck Mixers and Agitators of the National Ready -Mixed Concrete Asso- ciation" and the "Truck Mixer and Agitators Stan- dards of the Truck Mixer Manufacturers Bureau ". Transit mix concrete trucks shall be equipped with an automatic device for recording the number of revolutions of the drum during the mixing period. Each mixer and agitator shall have attached thereto in a prominent place, a metal plate or plates, in- stalled by the manufacturer on which is plainly marked the capacity of the drum in terms of the volume of mixed concrete and the speed of rotation for the agitating and mixing speeds of the mixing drum or blades. Each mixer shall have an identification number painted on the truck in such a location that it can be easily read from the batching platform. The total volume of materials introduced into the mixer shall not exceed the manufacturer's guaranteed mixing capacity. If the concrete so mixed does not 02 -6 meet the uniformity requirements of this subsection, the amount of materials charged into the mixer shall be reduced. The drum of the mixer shall be completely emptied of any previously mixed load. The proper proportions of aggregate, cement, and water for each load of concrete shall be placed in the mixer and shall be mixed therein for not less than 70 nor more than 100 revolutions of the drum or blades at the speed de- signated by the manufacturer of the equipment as mixing speed. Additional revolutions of the drum shall be at the speed designated by the manufacturer of the equipment as agitating speed. The revolving of the drum shall be continuous until the concrete is completely emptied from the drum. When concrete is being placed for concrete struc- tures, all wash water shall be emptied from the mix- er before any portion of the succeeding load is placed therein. For all other work, the mixer shall be empty or may carry 10 gallons of water in the drum. Adequate control of ready -mixed concrete will normally require that additional water be added and mixed into the batch at the point of discharge. Water so added shall be mixed into the load for a minimum mixing time of three (3) minutes. Water shall not be added to the load during transit. The total elapsed time between the addition of water at the batch plant and discharging the completed mix shall not exceed 90 minutes. Under conditions con- tributing to quick setting, the total elapse time permitted may be reduced by the Engineer. The Engineer shall be provided with a legible certi- fied weighmaster's certificate which shall contain the following information: Name of vendor Name of contractor Number of cubic yards in the load Actual weights of cement and of each size of aggregate Amount of water added at the plant Amount of water in the aggregate Brand and type of cement Brand and amount of admixture Time and date of batching 02 -7 Space shall be provided on the certificate so that amount of water added on the job may be indicated. 02 -11 HAND MIXING Hand mixed concrete shall be mixed on a water -tight platform or in a mortar box in batches not to exceed 1/3 cubic yard each. The aggregates shall first be spread in a uniform layer over which the required quantity of cement shall be evenly distributed. The entire batch shall be turned with shovels until the ingredients are thoroughly blended before adding the water. After adding the proper amount of water, the batch shall again be turned with shovels until a uniform consistency is obtained. Methods of hand mixing which allow the loss of mixing water will not be permitted. 02 -12 TRANSPORTING BATCHED MATERIALS AND MIXED CONCRETE The compartments of trucks or other equipment used for the purpose of transporting proportioned dry ag- gregate and cement, or mixed concrete, shall be suitably constructed to adequately protect and pre- vent loss or leakage of the contents during charg- ing, transit or discharging. 02 -13 STEEL REINFORCEMENT FOR CONCRETE 02 -13.1 General The following specifications set forth the require- ments for bar, wire, and wire mesh reinforcement. The reinforcement shall conform accurately to the dimensions and details indicated on the plans or otherwise prescribed. Before being placed in any concrete work, it shall be cleaned thoroughly of all rust, mill scale, mortar, oil, dirt, or coating of any character which would be likely to destroy, re- duce, or impair its proper bonding with the con- crete. 02 -13.2 Reinforcing Steel Unless otherwise specified, reinforcing steel shall be Grade 60 billet steel conforming to ASTM A -615. Varying grades shall not be used interchangeably in structures. 02 -8 Steel bending processes shall conform to the re- quirements of ACI -318. Bending or straightening shall be accomplished so that the steel will not be damaged. Kinked bars shall not be used. 02 -13.3 Wire Reinforcement Wire reinforcement shall in all respects fulfill re- quirements prescribed in ASTM A -82. 02 -13.4 Wire Mesh Reinforcement Mesh reinforcement shall conform to ASTM A -185. The gauge of the wire and the dimensions of the mesh will be specified in the special provisions or shown on the plans. The wire mesh reinforcement shall be so constructed as to retain its original shape and form during the necessary handling. The effective cross - sectional area of the wire shall be equal to that specified or indicated on the plans. 02 -14 EXPANSION JOINT FILLER AND JOINT SEALANTS 02 -14.1 General This section specifies joint fillers and sealants to be used for treating joints in portland cement con- crete. 02 -14.2 Premolded Joint Filler Premolded joint filler material shall consist of premolded strips of a durable resilient material. Unless otherwise specified, premolded joint filler shall be one of the following types: Preformed Ex- pansion Joint Filler (Bituminous Type) ASTM D -994, Non - extruding and Resilient Filler (Bituminous Type) ASTM D -1751, or Non - extruding and Resilient Filler (Non - bituminous Type) ASTM D -1752. 02 -14.3 Asphalt -Latex Emulsion Joint Sealant Asphalt -latex emulsion joint sealant shall be de- signed for mixing and application by hand methods and shall be suitable for use at temperatures above 50 ° F. The sealing compound shall be an emulsion consisting of approved paving asphalt, emulsified with rubber latex in the presence of a suitable 02 -9 emulsifying agent. Rubber latex shall be natural rubber or synthetic latex containing approximately 40% solids. The resulting emulsion shall consist of a minimum of 55% paving asphalt and a minimum of 36% rubber latex. A setting agent shall be provided in the form of a paste to be added at the rate of approximately 3 fluid ounces per gallon of emulsion. The joint sealant shall comply with the following requirements: 02 -10 ASPHALT -LATEX EMULSION JOINT SEALANT Test Method Determination No. Requirements Remarks Furol Visco- ASTM 80 -250 Sec. Before adding setting sity at 77 ° F D -88 agent. Sieve Test ASTM 1% Max. Before adding setting D -244 agent. Penetration Calif. 50 -150 Immediately after mixing, at 77 ° F 418 pour material into a 6 -oz. deep ointment can. Allow specimen to stand in air at a temperature of 77 ° F + 2 ° F for a period of 24 -hrs. Then penetrate with a grease cone under a total load of 150 grams in accor- dance with ASTM D -217. Elasticity (1) Calif. 70% Min. Immediately after mixing, 418 pour material into ducti- lity clips. Cure for 24- hrs. at 115 ° F + 2 ° F. Test specimen in modified ducti- lity mold per test method Total Solids Calif. 70% Min. Place 3 to 5 grams freshly (2) 418 mixed material in an alumi- num pan and dehydrate in suitable oven maintained at a temperature of 200 ° F + 3 ° F for a period of 3- hrs. Setting Time Calif. 60 Min. Max. Pour material into a 6 -oz. (2) 418 deep ointment can. Check penetration each 15 -min. Record time when penetra- tion is less than 200. (1) Mixing ratio of Material: to 200 g. of emulsion component add 10 + 0.1 g. of sodium fluosilicate powder. (2) Mixing ratio of Material: to 8 fluid ounces of emulsion component add 12 ml. of setting agent component. 02 -14.4 Application Immediately before applying the joint sealant, the joint shall be thoroughly cleaned by abrasive blast- ing or other approved means to remove all mortar, laitance, scale, dirt, dust, oil, curing compounds and other foreign material. The joint shall be blown out with high pressure compressed air to re- move all residue. 02 -11 At the time of applying the joint sealant, the joint shall be surface dry, and acceptable to the Engi- neer. No sealant shall be placed during unsuitable weather or when the atmospheric temperature is below 50 ° F, or when weather conditions indicate that the temperature may fall below 32 ° F within 24- hours. The joint shall be filled from the bottom to the top without formation of voids. The top of the finished joint seal shall be between 1/4 -inch and 3/8 -inch below the finish surface. At no time shall the emulsion be subjected to a tem- perature below 40 ° F. Prior to application, the joint sealant may be warmed if necessary to permit proper filling of the joints. The heating shall be carefully controlled to avoid overheating of any part of the container or mixture and under no cir- cumstances shall the emulsion be heated to a temper- ature greater than 130 ° F. Immediately before applying the sealant, the emul- sion shall be mixed with the proper amount of paste setting agent. The components shall be mixed, pre- ferably with a power mixer, for 5- minutes to produce a homogeneous material. 02 -14.5 Concrete Curing Compound Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the ex- posed surfaces of the concrete. Mats and poly - plastic sheets may be used. The membrane may be either asphaltic or paraffin derivatives to which other water - proofing materials may have been added. Concrete curing compounds shall be clear or translucent with red fugitive dye. Curing time shall be a minimum of five (5) days with temperature above 50 ° F. Curing compound shall be non -toxic and taste and odor free. 02 -14.6 Form Coating All form work to be required shall be coated with an approved resin based material applied according to the manufacturer's directions. Form coating shall be non -toxic after 30 -days. 02 -12 02 -14.7 Water -Stops Water -stops shall be provided where shown on the Plans. Two alternates for installing water stops will be considered as follows: 02 -14.8 Grout Alternate No. 1: Water -stop material shall have a minimum width of 6 ", a minimum thickness of 3/8 ", be of polyvinyl chloride and shall be approved by the Engineer. All water -stop joints shall be welded according to the manufacturer's recommendations. Alternate No. 2: Water -stop material shall be as manufactured by Synko -Flex Products Company, Hous- ton, Texas, and shall meet Federal Specifications SS- S -210A. After brush cleaning the concrete and applying one coat of Synko -Flex primer, the 1.0 square inch cross sectional strips 36 inches in length shall be placed in a 2" x 4" beveled keyway with the strips overlapped 1 inch end to end to form a continuous, homogeneous water -stop. Immediately prior to pouring, the protective cover shall be re- moved and the new pour made. Grout for patching of honeycombs, she bolt holes, spells, etc. or where approved by the Engineer shall be "Thorite" as manufactured by Standard Dry Wall Products of Miami, Florida. Grout used in setting machinery and equipment shall be "Thoroset" Metallic Compound worked in under the machinery bases in such a manner as to preclude voids of pockets under the metal base. The edges shall be neatly finished to give a neat appearance. Concrete surfaces shall be roughened and cleaned before the grout is placed. Mix compound with cement, sand, and gravel per manufacturer's specifi- cations. "Thoroset" shall be as manufactured by Standard Dry Wall Products, Miami, Florida. 02 -15 CONCRETE CONSTRUCTION 02 -15.1 General Concrete chambers, vaults, walls, structural slabs, footings, foundations and similar structures shall be constructed in conformity with the plans and this sub - section. Concrete for use in work constructed under this Section shall conform to the requirements herein. 02 -13 02 -15.2 Subgrade for Concrete Structures Earth subgrade upon which concrete is placed shall be firm and free from water. Ground water shall be kept below subgrade until the concrete has set. When the subgrade is in dry earth, it shall be tho- roughly dampened with water to ensure that no mois- ture will be absorbed from the fresh concrete. 02 -15.3 Forms Safe and suitable ladders shall be provided to per- mit access to all portions of the work. The compressive strength of the concrete referred to in this section will be based on the results of two tests from 6° X 12" concrete test cylinders made and tested by the Engineer in accordance with ASTM C -31 and C -39. The cylinders shall be cured in accord- ance with ASTM C -31. When the design details for the project provide for the construction of filter or drain material con- sisting of gravel (or combination of gravel and sand), which material will be subgrade for concrete, the placing of steel reinforcement and placement of concrete shall follow the installation of the filter or drain material as closely as practical. The fil- ter or drain material shall be kept de- watered to the extent necessary to prevent any portion of con- crete materials being deposited in water. When the concrete is to be deposited on rock, the rock shall be fully uncovered, cleaned, and its sur- face shall be removed to a depth sufficient to ex- pose sound rock. Bedrock shall be roughly leveled - off or cut to approximately horizontal and vertical steps. Seams in the rock shall be grouted under pressure or otherwise treated as the Engineer may direct. Forms shall be of suitable material and of a type, size, shape, quality, and strength to ensure con- struction as designed. The forms shall be true to line and grade, mortar tight, and sufficiently rigid to resist deflection during placing of the concrete. The responsibility for their adequacy shall rest with the Contractor. All dirt, chips, sawdust, nails and other foreign matter shall be completely removed from forms before any concrete is deposited 02 -14 therein. The surfaces of forms shall be smooth and free from irregularities, dents, sags and holes that would deface the finished surfaces. Forms previous- ly used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being re -used. Before concrete is placed in forms, all inside sur- faces of the forms shall be thoroughly treated with releasing agent as specified herein. Care shall be exercised that no releasing agent is deposited on previously placed concrete. Forms for all surfaces that will not be completely enclosed or hidden below the permanent surface of the ground shall be made of surfaced lumber, or material which will provide a surface at least equal to surfaced lumber or plywood. Any lumber or mate- rial which becomes badly checked or warped, prior to placing concrete, shall not be used. Forms for all exposed surfaces shall be constructed of plywood or an approved equal. Plywood for forms shall be Exterior Type, of the grade "Concrete -Form Exterior ", conforming to the specifications of the U. S. Department of Commerce, National Bureau of Standards, Commercial Standards, latest edition. Plywood shall be furnished and placed in 48 inch widths and in uniform lengths of not less than 96 inches, except where the dimension of the member formed is less than the specified panel dimension. Plywood shall be placed with the grain of the outer plies in the direction of the longest span. Where plywood is attached directly to the studs or joists, the panels shall be not less than 5/8 inch thick, and the studs or joists shall be spaced not more than 12 inches, center -to- center. Plywood less than 5/8 inch thick, otherwise conforming to the require- ments specified herein, may be used with a contin- uous backing of 3/4 inch sheeting. All form panels shall be placed in a neat symmetrical pattern with the horizontal joists level and continuous. All joints shall be filled with an approved quick -set- ting compound and finished flush with the interior of the form. Wooden forms for copings and curbs shall have a thickness of not less than 1 -5/8 inches and a width of not less than the full depth of coping or curb. 02 -15 Unless otherwise shown on the plans, all sharp edges shall be chamfered with 3/4 inch by 3/4 inch trian- gular fillets. Forms for curved surfaces shall be so constructed and placed that the finished surface will not deviate from the arc of the curve by more than the tolerance shown on the Plans. Forms shall be so constructed that portions, where finishing is required, may be removed without dis- turbing portions of forms to remain in place. Forms for girders and slabs shall be cambered as may be required by the Engineer. Forms shall, as far as practicable, be so construct- ed that the form marks will conform to the general line of the structure. Form clamps or bolts, approved by the Engineer, shall be used to fasten forms. The use of twisted wire loop ties to hold forms in position will not be permitted, nor shall wooden spreaders be used unless authorized by the Engineer. Clamps or bolts shall be of sufficient strength and number to prevent spreading of the forms. They shall be the break -off type so that they can be entirely removed or cut back 1 inch below the finished surface of the con- crete. All forms for outside surfaces shall be con- structed with stiff wales at right angles to the studs, and all form clamps or bolts shall extend through and fasten such wales. Form work shall be approved prior to placement of concrete in the form. 02 -15.4 Removal of Forms The periods of time for form removal set forth here- in are permissive only and subject to the Contractor assuming all risks that may be involved. The time periods are minimum with no allowance therein for external loads. At times of low temperature, or other adverse conditions, the Engineer may require the forms to be kept in place for longer periods of time. The time periods are predicated on the use of con- crete to which no admixtures have been added. 02 -16 No forms shall be removed until approval of Engineer is obtained. Forms shall be stripped after the re- quired time and projecting wire snapped off. Remo- val shall not proceed faster than the required fin- ishing procedure can be completed. Vertical forms shall not be disturbed for at least twenty -four (24) hours after last concrete in walls is placed, except as authorized by the Engineer. Forms shall remain in place a minimum of twenty -four (24) hours and be removed only after Engineer's approval. 02 -15.5 Falsework All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstruc- ture shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. All falsework, staging, walkways, forms, ladders, cofferdams, and similar accessories shall equal or exceed the minimum requirements of the State Divi- sion of Industrial Safety. Compliance with such requirements shall not relieve the Contractor from full responsibility for the adequacy of safety mea- sures. 02 -15.6 Placing Reinforcement Before placing reinforcing steel, the Contractor shall submit a reinforcing steel placing plan for approval of the Engineer. Reinforcing bars shall be accurately placed as shown on the plans and shall be firmly and securely held in position in accordance with Concrete Reinforcing Steel Institute "Recommended Practice for Placing Reinforcing Bars ", and by using concrete or metal chairs, spacers, metal hangers, supporting wires and other approved devices of sufficient strength to resist crushing under full load. Metal chairs which extend to the surface of the concrete (except where shown on the plans) and wooden supports, shall not be used. 02 -17 Placing bars on layers of fresh concrete as the work progresses and adjusting bars during the placing of concrete will not be permitted. Before placing in the forms, all reinforcing steel shall be cleaned thoroughly of mortar, oil, dirt, loose mill scale, loose or thick rust, and coatings of any character that would destroy or reduce the bond. No concrete shall be deposited until the placing of the rein- forcing steel has been inspected and approved. 02 -15.7 Splicing Splices of bars shall be made only where shown on the plans or as approved by the Engineer. Where bars are spliced, they shall be lapped at least 36 diameters, unless otherwise shown on the plans. Splicing shall be accomplished by placing the bars in contact with each other and wiring them togeth- er. Welding of reinforcing steel will not be permitted unless specifically authorized by the Engineer. 02 -15.8 Bending Reinforcement Bends and hooks in bars shall be made in the manner prescribed in the "Manual of Standard Practice" of the American Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the material. Bars with kinks or unspecified bends shall not be used. 02 -15.9 Welded Wire Fabric Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position after the concrete is placed but still plastic. 02 -15.10 Placing Concrete, General Concrete shall be conveyed, deposited and consoli- dated by any method which will preclude the segrega- tion or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation, chutes shall be provided with baffle boards or a reversed section at the outlet. 02 -18 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 wet- ted. All free standing water shall be removed. Reinforcing steel and form shall be free of scale, oil film, hardened concrete. Formwork shall have specified coatings. Concrete shall be deposited as rapidly and as near as practicable in its final position, and shall not be caused to flow in a manner to permit or cause segregation. Runways shall be provided so that wheelbarrows or buggies containing concrete will not run over reinforcing steel or planks resting on steel. Just before placing new concrete on old con- crete in walls, a modified grout consisting of the same mix as the concrete minus one -half of the coarse aggregates shall be deposited to a depth of six (6) inches before placing the regular concrete mix. Concrete shall be worked and vibrated mechani- cally with suitable appliances until it closes snug- ly against all surfaces and is in perfect and com- plete contact with all embedded reinforcement and other metals. Horizontal construction joints shall have a slurry coating of 1 -part cement and 3 -parts of sand mixed with a solution of 1 -part "Acryl 60" to 3 -parts of water prior to placing modified 6 -inch mix noted above. This slurry shall be applied by pumping or other means to assure that about 1/2 -inch thick coating of the slurry shall cover the surface of the joint. The 6 -inch thick modified mix noted in the above paragraph shall follow not more than 60 min- utes later. "Acryl 60" shall be as manufactured by Standard Wall Products, Miami, Florida. 02 -15.11 Notification The Contractor shall give the Engineer written notice of at least 24 -hours in advance of placing concrete in any part of the work so that the Engi- neer may make final inspection of the preparations of the location fr such placing. No concrete shall be placed except in the presence of the Engineer. 02 -19 02 -15.12 Construction Joints Construction joints shall be placed only in posi- tions approved by Engineer or as indicated on draw- ings. Exposed concrete face of construction joints shall be kept continuously wet from time of initial set until pouring of new concrete against it. The contact surface shall be thoroughly cleaned by chip- ping the entire surface not earlier than 8 days after the first pour or jet washing the surface, not less than 3 -1/2 nor more than 6 -1/2 hours after the concrete is placed, or by sandblasting. The joint surface shall consist of clean aggregate solidly embedded in the mortar matrix. All wash water shall be entirely removed from the surface. All construc- tion joints in waterbearing tanks, except joints above water level, shall have "waterstops" install- ed; also, any additional ones shown on drawings. All waterstop splices, joints, corners, or intersec- tions shall be welded or molded. 02 -15.13 Slabs 02 -15.14 Walls Watertight concrete is required for all submerged structures and waterbearing structures. Any cracks or imperfections developing at any point shall be repaired to the satisfaction of the Engineer. Where concrete construction is proposed to be ex- tended at a later date, the walls, floors and /or foundations shall be stubbed as shown on the Plans. The contractor shall supply, and cast -in, screwed dowel bar splicer anchors as manufactured by Rich- mond Screw Anchor Co., or approved equal, with pro- tective 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 ex- tended. Subgrade shall be in form as shown on drawings to receive slab concrete. Slabs shall be poured in one continuous operation between expansion joints. Walls shall be poured in horizontal layers not to exceed 18" thickness in such a manner that prevents segregation of constituents or accumulation of hard- ened concrete on the forms or metal reinforcement 02 -20 above the level of the concrete. Total height of any one pour shall not exceed 12'0 ". Free fall of concrete into wall forms shall not excess 4'0" without the use of pipes or tremies. Pipes and tremies shall be at least 6 inches in diameter. 02 -15.15 Depositing To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The use of vibrators for extensive shifting of the mass of concrete will not be permitted. Concrete that has partially hardened, has been retempered, or is contaminated by foreign materials shall not be depo- sited in the structure. Concrete shall be placed in horizontal layers inso- far as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a con- tinuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the plans. 02 -15.16 Consolidating Concrete shall be thoroughly consolidated in a man- ner that will encase the reinforcement and inserts, fill the forms, and produce a surface or even tex- ture free of rock pockets and excessive voids. Structural concrete shall be consolidated by means of high frequency internal vibrators of a type, size and number approved by the Engineer. The location, manner and duration of the application of the vibra- tors shall be such as to secure maximum consolida- tion of the concrete without separation of the mor- tar and coarse aggregate, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the forms or reinforcing steel. The number of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes after it has been deposited in the forms. At least two vibrators in good operating conditions shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. 02 -21 Approved external vibrators for consolidating con- crete will be permitted when the concrete is not accessible to internal vibration. Forms and false - work shall be designed and constructed to resist displacement or damage from external vibration. 02 -15.17 Walkways Walkways and platforms shall be provided for person- nel and equipment at a level convenient for the con- crete placement and to permit the performance of all operations necessary for the completion of such work including finishing. 02 -15.18 Placing Concrete Under Adverse Weather Conditions Concrete for structures shall not be placed on fro- zen ground nor shall it be mixed or placed while the atmospheric temperature is below 35 ° F, unless ade- quate means are employed to heat the aggregates and water, and satisfactory provisions have been made for protecting the work. Concrete slabs shall not be placed on frozen ground, nor shall concrete be mixed or placed when the at- mospheric temperature is below 35 ° F, or when condi- tions indicate that the temperature may fall to 35 ° F within 24 hours, except with the written permission of the Engineer and only after such precautionary measures for the protection of the pavement have been taken as he may direct. Concrete shall be effectively protected from freez- ing or frost for a period of five (5) days after placing. Concrete for structures shall not be mixed or placed while the atmospheric temperature is above 115 ° F un- less adequate means are employed to cool the aggre- gate and water and satisfactory provisions have been made for protecting the work. In any case, tempera- ture of the concrete as placed shall not exceed 90 ° F. nor be less than 50 ° F. Concrete placement shall be stopped when rainfall is sufficient to cause damage to the work. 02 -22 02 -16 FINISHING TYPES 02 -16.1 General All finished or formed surfaces shall conform accu- rately to the shape, alignment, grades, and sections as shown on the drawings or prescribed by the Engi- neer. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, contin- uous hard surface. All sharp angles shall be round- ed or beveled. Any formed surface to be painted shall be free of any material that will be detrimen- tal to the paint. Defective work shall be treated as noted elsewhere in this specification. 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 re- moved should be rubbed off and the surface left in a smooth, workmanlike condition. Refer to Section 03.16.7 for Schedule of Finishes. 02 -16.2 Class 1 - Steel Trowel Finish The surface shall be steel - troweled to a dense smooth finish to compact and seal the surface. Except where required to remove imperfections, a single -pass trowelling shall be applied. 02 -16.3 Class 2 - Broom Finish The concrete surface shall first be steel troweled as specified above and before final set, the surface shall be slightly roughened by means of a broom or a burlap mat. 02 -16.4 Class 3 - Ordinary Formed Surface As forms are removed, the Engineer shall inspect surface. Any poor joints, voids, honeycombs, or 02 -23 rock pockets of a minor nature deeper than 1/4 inch shall be immediately repaired by cutting back to a full solid surface in a manner to form a key for grout. Voids shall be filled with nonshrink "Tho- rite" patching plaster applied according to the manufacturer's recommendations. All fins or other undesirable projections shall be chipped back on interior or exposed surfaces. Form nails, wires, or any metallic debris shall be removed or set below the surface and patched with nonshrink "Thorite" patching plaster. "Thorite" shall be as manufactur- ed by Standard Dry Wall Products, Miami, Florida, or approved equal. 02 -16.5 Class 4 - Brush Coated for Formed Surfaces The concrete surface shall first receive the treat- ment as specified for Class 3 surface treatment. Immediately thereafter a brush coat of "Thoroseal" plus "Acryl 60" shall be applied to the surface at the rate of 2 pounds per square yard and worked into the minor voids. Overall effect shall be an even coating showing only brush marks. After one or two hours, depending on the ambient weather conditions, use a nylon brush with plain water to work out all brush marks. "Thoroseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equal. 02 -16.6 Class 5 - Plaster Coated Formed Sufaces The concrete surface shall first receive the treat- ment as specified for Class 3 surface treatment. Immediately thereafter the surface shall receive a finish coating of "Thoroseal" plaster mix applied by trowel and finished with a rubber Thoro float to a smooth even textured surface. The "Thoroseal" plas- ter mix shall be mixed with water and "Acryl 60" according to the manufacturer's instructions. The finish coat shall be a minimum of 1/8" in thickness with a lightly textured grain finish. Color shall be an off -white as selected by the Engineer. "Tho- roseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or ap- proved equal. 02 -24 02 -16.7 Schedule of Finishes Item Surface Finish Treatment Plant Exterior, underground Class 3 Treatment Plant Exterior, above grade Class 5 Treatment Plant Interior, above waterline Class 4 Treatment Plant Interior, below waterline Class 3 Walkways Exterior Class 2 Floor Slabs in control building plant shall be Class 2 unless otherwise noted on Drawings. Surfaces not specifically mentioned shall receive Class 1 or Class 3 treatment as appropriate except where otherwise approved by the Engineer. 02 -17 OPENINGS FOR INSTALLATION OF, AND PREPARATION FOR, OTHER WORK The Contractor's attention is directed to the fact that openings must be left in structures for the installation of mechanical equipment, piping and wiring and that certain mechanical and electrical appurtenances and foundation anchor bolts are to be embedded in concrete, and that some of such work is unavoidably omitted from the drawings. The Contractor shall examine all drawings to deter- mine the relation of concrete work with all other work, and shall attend to the following matters: Openings shall be left in floor and walls for ducts, flues, pipes, conduits, etc., required for mechani- cal, electrical, and plumbing installations. Open- ings not shown on the drawings or details shall be subject to approval by the Engineer. Any additional openings or changes in size or location of the open- ings shown on the drawings, if deemed necessary by the Engineer, shall be provided by the Contractor in proper time to prevent unnecessary cutting of con- crete work, and no additional payment shall be made therefor. Wood, if used for pipe holes, shall be completely removed after the concrete has set. If metal is used, it shall be removed or cut off as directed by the Engineer. After piping is install- ed, concrete shall be filled in solid between the edge of the hole and the piping, leaving clearance, where necessary, for contraction and expansion. Inserts: The Contractor shall organize the setting and maintaining in all correct positions, all work 02 -25 required to be embedded in the concrete, and fur- nished and installed as specified under other sec- tions of these specifications, including anchor bolts, anchors, electrical conduits, wood inserts and nailing blocks, reglets, dovetail slots, pipe sleeves, thimbles, and other work as required. Wood inserts and nailing blocks that will be concealed shall be Wolmanized, or given two (2) coats of creo- sote oil before placing in forms. Pipes other than electrical, shall not be permitted in structural concrete, except where indicated on the drawings. Where required in slabs, piping shall be located in center thereof. 02 -18 DEFECTIVE WORK If the defective work is judged by the Engineer to be major in character or concrete does not conform with lines shown on drawings, the Contractor will be required to replace the work or repair it in a man- ner satisfactory to the Engineer at the Contractor's expense. 02 -19 TESTS 02 -19.1 General Testing Laboratory fees will be at the expense of the Owner. The Contractor shall cooperate and allow three (3) test cylinders to be taken for each day's pour of concrete or each 150 cubic yards. The in- spection of the work and the certification of the Testing Laboratory or any other body shall not re- lieve the Contractor of obligation to fulfill his contract as specified, and defective work shall be replaced and unsuitable materials may be rejected, notwithstanding that such defective work or unsuit- able materials may have been overlooked by the Engi- neer and the Testing Laboratory. 02-19.2 Aggregates Aggregates shall be tested before the concrete mix is established and, whenever the source of an aggre- gate is changed for testing, a 10 pound sample of fine aggregate and a 10 pound sample of each average quality and grading of the aggregate in question, shall be delivered to the Testing Laboratory in suf- ficient time to avoid delay in the work. 02 -26 1 1 02 -19.3 Cylinders One set of three (3) test cylinders shall be made ' for each day's pour of 150 cubic yards or less of each class of concrete. All testing shall be in accordance to ASTM lastest revisions of standard at time of bidding. 1 Cylinders shall be numbered and dated and the point from which the sample was taken noted. The Owner ' will supply the molds. The Engineer will take sam- ples in accordance with Method for Compression Test Specimens, ASTM C- 31 -62T, store sample for 24- hours, ' and deliver them to the Testing Laborabory. 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 represent- ' ed by control specimens which failed to show the re- quired strength. In the event that such additional curing does not give the strength required, the Engineer shall have the right to require strengthen- ing or replacement of those portions of the struc- ture which fail to develop the required strength. All extra work done as a result of any low strengths ' of the control specimens shall be performed at the expense of the Contractor. ' 02 -20 CLEANING All slabs shall be swept clean and washed prior to delivery of the completed project to the Owner. 02 -21 MEASUREMENT AND PAYMENT 1 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. 1 1 1 1 02 -27 1 SECTION 03 - ELECTRICAL 03 -01 SCOPE The work covered by this section of the Specifica- tions consists of furnishing all labor, equipment, supplies, and materials, including cutting, channel- ing, and chasing, necessary for the installation of a complete system for power and lighting and other systems as indicated, electrical service connections and electrical equipment, in strict accordance with this section of the Specifications and the applic- able drawings, and subject to the terms and condi- tions of the Contract. 03 -02 APPLICABLE SPECIFICATIONS AND STANDARDS The following Specifications and standards shall form a part of these Specifications: National Board of Fire Underwriters, National Electric Code (Current Edition) Underwriter's Laboratories, Inc. (Standards) 03 -03 GENERAL CONDITIONS The electrical division of the work is a part of the general contract, and the general conditions, in- cluding and supplementary general conditions, which precede the main body of the Specifications and shall govern all materials and labor to be furnished under this section of the Specifications and all procedures. 03 -04 PLANS AND SPECIFICATIONS The Specifications are accompanied by Plans showing the location of all outlets and the details of the proposed electrical installation. The Drawings and these Specifications are complimentary, each to the other and what is called for by one shall be as binding as if called for by both. The Contractor shall, upon completion of the electrical installa- tion, provide the Engineer with drawings and details of electrical work that differs from the Contract Documents. In case of conflict in the Drawings and 03 -1 the Specifications, the one requiring the larger capacity or better quality shall govern. All equip- ment requiring electrical power, specified under this or other sections of the Specifications or Drawings shall be connected complete. The Contrac- tor's electrician shall notify the building manufac- turer of any additional frame work necessary to sup- port the control panels per the Drawings and Speci- fications. 03 -05 CODES, PERMITS AND INSPECTIONS The installation shall comply with all local and state laws applying to electrical installation, and with the regulations of the latest issue of the National Electrical Code, where such regulations do not conflict with the laws and local ordinances now in effect. These regulations shall be considered as minimum requirements. The Drawings show the instal- lation as it shall be installed with the minimum re- quirements of the codes above as a base, and all cost incident thereto shall be included in the Con- tractor's Bid. The Contractor shall obtain all per- mits and licenses required by the local ordinances and shall include the costs of all such permits, re- quired for this installation in his bid. Upon com- pletion of the work, the Contractor shall furnish the Engineer a certificate of final inspection and approval from the appropriate local inspection au- thority. 03 -06 PROGRESS AND GUARANTEE The Contractor shall coordinate the progress of the electrical work with the progress of the work of the other trades on the job, and shall complete the electrical installation as soon as the condition of the building will permit. The Contractor shall leave the entire electrical installation in proper working order and shall, without additional charge, replace any work or material which develops defects, except from ordinary wear and tear, within one (1) year from the date of the Owner's acceptance of the building. 03 -07 CUTTING: REPAIRING The Contractor shall do all cutting, channeling, patching, etc., incidental to the electrical work. He shall arrange with the General Contractor for all necessary work openings or chases. 03 -2 03 -08 BASIC MATERIALS AND METHODS All materials shall be new and shall conform with the standards of Underwriter's Laboratories, Inc. in every case where such a standard has been establish- ed for the particular type of material in question. All work shall present a neat and mechanical appear- ance when complete and shall be executed in a work- manlike manner. In all cases the work shall be done to the satisfaction of the Engineer. 03 -09 CONDUIT SYSTEM All above ground wiring installed on the project shall be run in an enclosed system of conduit unless specifically provided or necessitated otherwise by the conditions of the installation. Unless provided otherwise, all conduit shall be galvanized, heavy - wall, rigid metallic with fittings of corresponding quality and design as manufactured by Triangle, Nat- ional Electric or approved equal of sufficient size to meet code requirements for the conductors to be installed, but in no case smaller than 1/2 ". The conduit system shall be arranged and installed in such manner as to give the facility the utmost de- gree of reliability and maintenance -free operation. The conduit shall have an appearance of having been constructed by competent workmen. Kinked conduit, conduit inadequately protected or swabbed, careless- ly threaded and joined do not give such reliability and maintenance -free operation and will not be ac- cepted. All conduit runs shall be exposed on walls and underside of roof slabs, unless indicated otherwise. All conduit runs shall be made parallel or at right angles to the building lines. All conduit ends shall be reamed out after threading and capped and dry during construction. All conduit shall be swab- bed out before the wires are pulled in and only ap- proved lubricants shall be used except powdered soapstone. Bends in rigid conduit shall be made with an approved bending device unless factory bends are called for. Pipe sleeves of min. #22 gauge gal- vanized steel shall be installed for all conduit that pass through concrete floors or walls. The sleeve shall be properly secured in place with ap- proximately 1/4" space between each sleeve and the surface of the pipe. Where conduits enter the building underground from outside, Schedule 40 03 -3 galvanized sleeves shall be used. The space between the sleeves and the conduit shall be caulked with a suitable plastic expandible compound that will pre- vent the entrance of moisture. All conduit shall be equipped with double locknuts and steel body, plastic insulating bushings where such conduit enter panelboards, pull - boxes, junction boxes, wireways and the like. All conduit that en- ter into equipment free of the metal cabinet work and also where indicated, shall be equipped with a grounding type insulated bushing. A copper ground- ing conductor shall be bonded to the cabinet frame- work and to the grounding lug of the insulated bush- ing. Conduit shall enter all panelboards, pull - boxes, junction boxes, outlet boxes and the like straight and true. Conduit installed cocked or not plumb will not be accepted and work so installed shall be replaced by the Contractor. Neoprene jacketed metallic - flexible conduit shall be used to extend conduit connections to all motors and other comparable pieces of equipment or as indicated on the Drawings. The length of flexible connection shall not be less than 24 inches. All underground wiring will be placed in direct bur- ial PVC rigid conduit using an approved grounding conductor installed in accordance with the recommen- dations of the manufacturer. A 2" thick cap of 1500 psi concrete will be poured over the underground conduit. The top of the concrete cap will have 24" of cover. 03 -10 CONDUCTOR A complete system of conductors shall be installed in the raceway systems. Conductors, unless other- wise indicated, shall be thermoplastic-insulated type THW or THHN. Home runs may be combined in one conduit, provided all connections are in accordance with National Electrical Code requirements and the maximum unbalanced current in the neutral does not exceed the capacity of the conductor. All conduc- tors to be copper. 03 -4 03 -11 ELECTRICAL SERVICE SYSTEM The primary and secondary lighting and power service will be as indicated on the Drawings. The Electri- cal Contractor shall furnish and install the service and the service equipment as shown on the Drawings. The Electrical Contractor shall furnish and install all enclosed safety switches complete with the fuses where shown on the Drawings. Items installed out- side shall be "raintite ". 03 -12 GROUNDING SYSTEM The conduit systems and neutral conductor of the wiring system shall be grounded. The ground connec- tion of the electrical system neutral and conduit system shall be made at the main service switch. A bard copper ground conductor, sized in accordance with the National Electrical Code shall be provided. Secondary equipment in isolated locations shall be effectively bounded and permanently grounded. The ground shall serve for both the electric and equip- ment when applicable. 03 -13 TEMPORARY POWER Temporary power shall be provided by the Contractor. 03 -14 ELECTRICAL DISTRIBUTION SYSTEM Outlets shall be installed in the locations shown on the Drawings. The Contractor shall study the con- struction plans in relation to the spaces surround- ing each outlet in order that his work may fit other work required by these Specifications. When neces- sary, the Contractor shall relocate outlets so that, when fixtures or other fittings are installed, they will not interfere with other work or equipment. Zinc - coated or cadmium plated sheet steel boxes shall be used unless otherwise specifically noted or required. Boxes shall be installed in rigid and satisfactory manner. Switch, telephone and recep- tacle outlet boxes, except where otherwise specified or required, shall be steel 2- inches deep. Switch and receptacle boxes containing not more than one device and no splices or tape may be of the "Handy" or "Universal" type. Pull boxes shall be constructed of code -gage galva- nized sheet metal, of not less than the minimum size recommended by the National Electrical Code. Boxes shall be furnished with screw- fastened covers. 03 -5 03 -15 BRANCH CIRCUITS Branch - Circuit conductors shall not be smaller than No. 12 AWG, except that conductors for branch cir- cuits whose length from panel to center of load ex- ceeds 100 feet shall not be smaller than No. 10 AWG. Conductors for control circuits may be No. 14 AWG. Conductors shall be continuous from outlet to out- let, and no splices shall be made except within outlet or junction boxes. Junction boxes may be utilized where required. Wire connectors of insu- lating material or solderless pressure connectors, properly taped, shall be utilized for all splices in wiring where possible. Soldered joints insulated with tape shall be kept to a minimum. Vinyl plastic tape will be used where required. 03 -16 WIRING DEVICES (a) Duplex convenience receptacles shall be rated 20 amperes at 125 volts. Bases shall be constructed of gray pheonolic composition. Receptacles shall be both back and side wired. Mounting straps shall have plaster ears. Receptacles to be of the grounding type, specification grade. All receptacles shall have a separate ground wire from the grounding screw to a grounding stud in the outlet box. (b) Wall switches shall be of the silver contact "A" type. Switching mechanism shall be complete within itself and shall not depend on mounting straps as a functional part of the switching action. All switch- es shall be specification grade. Switches shall be AC rated for 20 amperes or as noted. Single pole and three -way switches shall be rated 125 volts and shall have an ampere rating for the connected lamp loads. No switches shall be located behind doors without specific written authorization by the Engineer. 03 -17 LIGHTING FIXTURES Fixtures shall be as specified on the Drawings, or approved equals. All fixtures shall be furnished complete with all fittings, parts and stems shall be of the same manufacturer as the fixture on which they are used and shall be installed strictly according to the manufacturer's recommendations and /or as specifi- cally detailed on the Drawing. Any deviations from these specifications without specific approval from the Engineer will be remedied without charge by the Contractor. All fluorescent ballasts to be "P" rated (G.E., Westinghouse, or Jefferson). All ballasts to be CBM, HPF, "A" sound - rating. 03 -6 03 -18 LAMPS Lamps shall be furnished and installed by the Con- tractor. Incandescent lamps and fluorescent tubes shall be as manufactured by Westinghouse, G.E. or Sylvania. Flourescent tube color shall be cool white. 03 -19 OTHER SYSTEMS Other systems shall be as specifically indicated on the Drawings. All empty conduits shall be provided with 200 pound test pull line. 03 -20 ELECTRICAL POWER EQUIPMENT 03 -20.1 Control Equipment The Contractor shall furnish and install all motor starter and electrical control equipment as noted on the Drawings. All starters furnished shall be of the same make. 03 -20.2 Control Wiring The Contractor shall furnish and install all wir- ing. All control wiring shall be tagged in each box and at each termination. The controls shown on the Drawings are for the convenience of the Contractor and may not be complete in all details for the equipment selected for installation. The Contractor shall coordinate all work and equipment installation to insure that all components of electrical control system will perform their intended function. All control wiring shall be installed in strict ac- cordance with this and other paragraphs of the elec- trical specification. The Contractor shall furnish and install a McDonnell Flow Switch, Model #FS7 -4LV, or approved equal, on each tank inlet line at Lake Creek, as shown on the Plans. The switches shall be wired into the pump control circuit as shown. 03 -7 03 -21 SHOP DRAWINGS Complete electrical and dimensional drawings, along with a detailed functional description shall be pro- vided prior to fabrication for approval by the Con- sulting Engineer. Complete catalog literature detailing component capabilities shall also be in- cluded. 03 -22 EQUIPMENT FINISH All cubicles, cabinets, enclosures, brackets, doors, panels, hinges, and other items are to be thoroughly cleaned and a phosphotizing treatment shall be ap- plied prior to the application of any paint. The phosphotizing shall chemically convert the metallic cabinets to a non - metallic phosphate coating. After the phosphotizing treatment has been applied, the primer will be sprayed on to a minimum thickness of 1 mil. and flash baked for five (5) minutes at 300 degrees F. Paint applied over untreated metal is not acceptable. Finish coats will then be applied over the baked on enamel to a thickness of 1 -1/2 mils. The units must then be rebaked thirty (30) minutes at 300 degrees F. or adjusted equivalent. At least two (2) colors shall be selected by the Engineer from the equipment manufacturer's standard chart of at least fifteen (15) colors. 03 -23 GUARANTEE All control equipment shall be guaranteed against defects in material and workmanship for a period of one (1) year from the date of system acceptance. 03 -24 HEATING EQUIPMENT Electric unit space heaters shall be furnished and installed at such locations as are shown on the Plans or as otherwise specified. Heaters shall be 1,500 watt units manufactured by one of the follow- ing: ILG, Wesix, Electromode, Nu -Tone, Chromolox, or approved equal of the size indicated. Heaters shall be fan circulating type suitable for contin- uous operation with thermostatic controls. 03 -25 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. 03 -8 1 I SECTION 04 - PAINTING 04 -01 DESCRIPTION Provide all labor, materials, equipment and related items to perform all work required for the applica- tion of coating systems to items and surfaces as ' scheduled, including surface preparation, priming and topcoats. The work includes application of coating systems for scheduled surfaces of equip- 1 ment, pumps, piping, valves, conduit, junction box- es and related appurtenances installed under the mechanical and electrical work, except as otherwise ' indicated. 04 -02 QUALITY ASSURANCE 04 -02.1 Container Labels Include the following on label of containers: 1 1. Name or title of material. ' 2. Fed. Spec. number, if applicable. 3. Manufacturer's stock number and date of manu- facture. 1 4. Manufacturer's name. ' 5. Contents by volume, for major pigment and vehicle constituents. ' 6. Thinning and mixing instructions. 7. Application instructions. 1 8. Color name and number. 04 -02.2 Coating System Requirements 1. Provide finish coats which are compatible with prime coats used. ' 2. Contractor shall coordinate to assure surface preparation and prime coat applied by equipment manufacturers on items furnished under other Sections are compatible with finish coat. 04 -02.3 Reference Standards 1 1. Specifications of the Structural Steel Painting Council (SSPC), latest revision, listed below shall apply to this Section. 04 -1 1 Symbol Type FIELD SURFACE PREPARATION SCHEDULE Steel Structures Painting Council Specifications 1 Solvent Cleaning SSPC- SP -1 -73T 3 Hand Tool Cleaning SSPC -SP -2 -73T 4 Power Tool Cleaning SSPC -SP -3 -73T New Steel 5 White Metal Blast SSPC -SP -5 -73T 6 Commercial Blast SSPC -SP -6 -73T 7 Brush -Off Blast SSPC -SP -7 -73T 04 -2 Description Removal of oil, grease, dirt, soil, salts and contaminants by clean- ing with solvent, vapor, alkali, emulsion or steam. Removal of loose rust, loose mill scale, and loose paint to degree specified, by hand - chipping, scraping, sanding and wire brush- ing. Removal of loose rust, loose mill scale, and loose paint to degree specified, by power tool chipping, descal- ing, sanding, wire - brushing and grinding. Removal of all visible rust, mill scale, paint and foreign matter by blast cleaning by wheel or nozzle (dry or wet) using sand, grit or shot. Blast cleaning until at least two- thirds of each element of surface area is fee of all vis- ible residues. Blast cleaning of all except tightly adhering residues of mill scale, rust and coating, ex- posed numerous evenly distributed flecks of underlying metal. Symbol Type 8 Pickling Steel Structures Painting Council Specifications SSPC- SP -8 -73T 9 Weathered Followed SSPC -SP -9 -73T by Blast Cleaning 10 Near -White Blast SSPC -SP -10 -73T Blast cleaning nearly Cleaning to white metal cleanli- ness, until at least 95% of each element of surface area is free of all visible residues. 2. Requirements of the Occupational Safety and Health Administration (OSHA), Department of Labor, for colors as stated in Federal Register part 1910, shall apply to this Section. 3. Specifications of the United States Government listed below shall apply to this Section. a. Federal Standards No. 141a and Paint, varnish, lacquer Change 1, 2, 3 & 4 and materials; methods of inspection, sampling and testing. No. 595a and Change Notice 1 b. Military Standards MIL- C- 18480A(3) 04 - 3 Description Complete removal of rust and mill scale by acid pickling, duplex pickling, or electro- lytic pickling. May passify surface. Weathering to remove all or part of mill scale followed by blast cleaning to one of the above standards as required. Colors Coating compound, bitu- minous solvent, coal tar base. 4. Specification of the American National Stand- ards Institute (ANSI) listed below shall apply to this Section. a. Z53.1 Safety Color Code for Marking Physical Hazards 04 -03 SUBMITTALS Furnish manufacturer's technical information in- cluding basic materials analysis and application instructions for each coating system specified. Submit certification stating that coatings in con- tact with potable water complies with requirements of either the U. S. Public Health Service, the U. S. Environmental Protection Agency, or the U. S. Food and Drug Administration for use as a contact surface with potable water. Furnish color chips for each coating system for review and selection. Manufacturer's materials and products not listed shall furnish certificates and test reports as required by Method 1031.2, Federal Test Method Standard 141 for materials proposed. 04 -03.1 South Central Texas Performance Criteria In addition, a list of five projects shall be sub- mitted in which each product has been used and ren- dered satisfactory service in the South Central Texas area for a minimum of ten years. References shall include products used, owner's name, owner's telephone number, and owner's contact. All bids shall be based on the products listed. Any mater- ial savings due to substitution shall be passed on to the Owner in the form of a contract dollar re- duction. 04 -04 PRODUCT DELIVERY, STORAGE AND HANDLING 04 -04.1 Delivery of Materials Deliver in sealed containers with labels legible and intact. 04 -4 04 -04.2 Storage of Materials Store only acceptable project materials on project site. Store in a suitable location. Restrict storage to paint materials and related equipment. Comply with health and fire regulations. Do not store paint or leave in switchgear room, instrument room, next to motors and other electrical equip- ment. 04 -05 JOB CONDITIONS 04 -05.1 Environmental Requirements Comply with manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied. Do not apply finish in areas where dust is being generated. Do not apply coatings when the temperature of sur- face to be painted and the surrounding air tempera- ture are below 45 ° F., unless otherwise permitted by the coating manufacturer's printed instructions. Do not apply coatings in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or to damp or wet surfaces; unless otherwise per- mitted by the manufacturer's printed instructions. Coating work may be continued during inclement weather only if the areas and surfaces to be paint- ed are enclosed and heated within the temperature limits specified by the manufacturer during appli- cation and curing periods. 04 -05.2 Protection Cover or otherwise protect finish work of other trades and surfaces not being painted concurrently or not to be painted. 04 -06 PRODUCTS - PAINT MATERIALS 04 -06.1 Manufacturer All paint materials selected for coating systems for each type of surface shall be the product of a single manufacturer. 04 -5 Except as otherwise specified, materials shall be the products of the following manufacturers: 1. Mobil Chemical Company, Maintenance & Marine Coatings Dept. 2. Koppers Coatings and Resins Div., Koppers Com- pany, Inc. 3. Tnemec Company, Inc. 4. Approved equal. 04 -06.2 Compatibility All paint materials and equipment shall be compat- ible in use: finish coats shall be compatible with prime coats; prime coats shall be compatible with the surface to be coated; all tools and equipment shall be compatible with the coating to be applied. Thinners, when used, shall be only those thinners recommended for that purpose by the manufacturer of the material to be thinned. 04 -06.3 Material Quality Provide the best quality grade of the various types of coatings as regularly manufactured by acceptable coating materials manufacturers. Use only mater- ials displaying the manufacturer's identification as a standard, best -grade product. 04 -07 COLORS AND FINISHES Paint colors, surface treatments and finishes shall be as indicated in the Painting Schedule and shall match existing equipment colors. If color or finish is not designated in Painting Schedule or indicated on the Drawings, selection will be made from color chips submitted from the manufacturer. Safety Color Code for Marking Physical Hazards. The safety color selected for marking of physical hazards and safety, fire fighting and protective equipment shall be in accordance with OSHA 1910.144. Color Selection - Colors shall meet the tests specified in Z53.1. The colors shall conform to the color chips identified by numbers specified in Federal Standard 595. 04 -6 Color Standard Color Standard Red 11105 Blue 15120 Yellow 13655 Purple 17142 Orange 12246 White 17875 Green 14260 Black 17038 Color Selection for Plant Facilities - The color selection for the items not covered by OSHA Color Standards shall either be in accordance with the Painting Schedule, or to be determined after sub- mittal of color chips by Contractor. Generally, different colors will be selected for pumps, equipment, piping, valves and electrical items, and for interior and exterior locations. 04 -08 PAINTING SCHEDULE The following field painting schedule establishes various paints and primers required under this Specification. Specific instructions in other detail specifications supercede paint schedule for shop - coated materials and equipment. Substitutions of paints are not allowed unless specifically sub- mitted fpr approval seven (7) days prior to bid opening. Include with request for substitution complete information as to formulation, coverage, application, etc. Surfaces not specifically listed and not excluded by other sections of this specifi- cation shall be painted so as to perform a complete job. 04 -08.1 Description Min. Dry Mil Thickness Brand and Manufacturer Symbol Per Coat or Approved Equal A 4.0 A 3.0 A 4.0 B 1.5 04 -7 Series 66 Hi -Build Epoxyline - Tnemec Company, Inc. Mil -P -24441 Primer 150 - Koppers Company Mobil 89 Series Hi -Build Epoxy - Mobil Series 71 Endura - Shield Semi - Gloss - Tnemec Company, Inc Min. Dry Mil Thickness Brand and Manufacturer Symbol Per Coat or Approved Equal B 1.0 -1.2 A1122B Aliphatic Polyurethane - Koppers Company B 1.5 Mobilthane 40 Series Urethane - Mobil C 8.0 Series 52 Tneme -Crete - Tnemec Company, Inc. C 8.0 Liquid Vinyl Wallcovering - Armstrong C 8.0 Mobil 46 -x -32 Bodycoat - Mobil D 1.5 Series 23 Enduratone - Tnemec Company, Inc. D 1.4 Rustarmor 500 - Koppers Co. D 1.5 Mobil Series 20 M & F Enamel - Mobil E 10.0 54 -660 Epoxy Polyamide Masonry Filler - Tnemec Company, Inc. E 10.0 Concrete & Masonry Filler - Koppers Co. E 10.0 Mobil 46 -x -31, Epoxy Fill Coat - Mobil F 2.0 36 -603 Alkyd Wood Primer - Tnemec Company, Inc. F 2.0 Thin Rustarmor 500, 15% with Thinner 4000 - Koppers Co. F 2.0 Mobil 47 -W -5 Enamel Undercoat - Mobil G 4.0 Series 20 Pota -Pox - Tnemec Company, Inc. G 5.0 Mil -P -2441 Topcoat - Koppers Co. 04 -8 Type of Surface I. Architectural and Structural A. Exterior Min. Dry Mil Thickness Symbol Per Coat Brand and Manufacturer or Approved Equal G 4.0 Mobil 78 Series Tank Epoxy - Mobil H 14.0 46 -450 Heavy Tnemecol - Tnemec Company, Inc. H 15.0 Bitumastic No. 50 - Koppers Co. 14.0 Mobil 35 -J -10 Hi -Build Bituminous Coating - Mobil I 8.0 46H -413 Hi -Build Tneme -Tar - Tnemec Company, Inc. i 8.0 Bitumastic 300M - Koppers Co. I 4.0 Mobil 78 Series Tank Epoxy - Mobil 10.0 Mobil 578 J -1 Coat Tar Epoxy - Mobil K 0.3 -0.5 #40 Passivator - Koppers Co. (Only needed with Koppers Coatings) 04 -08.2 Field Paint Schedule Min. (2) Field Surface 1st 2nd Total Preparation Primer Coat Coat Mils 1. Metal Doors, 1 or 2 Shop(1) A B 4 -5.5 Frames & Windows 2. Architectural 1 or 2 Shop(1) A B 4 -5.5 Metal Work 3. Structural 1 or 2 Shop(1) A B 4 -5.5 Steel & Misc. Steel 04 -9 Type of Surface 4. Concrete Block (3) C C - 16.0 5. Galvanized 1 A B - 4.2 -5.5 Steel Handrails, Ladders, Guardrails or where designated B. Interior 1. Architectural 1 or 2 Metal Work 2. Structural Steel & Misc. Steel 1 3. Concrete Block (3) Building 4. Concrete & Plaster Min. (2) Field Surface 1st 2nd Total Preparation Primer Coat Coat Mils Shop D D 2.8 -3.0 K A B 5.3 (Koppers) E A A 16.0 -18.0 (3) A A - 6.0 -8.0 5. Woodwork 4 F D D 4.8 -5.0 Painted Ii. Mechanical and Electrical A. Electrical Control Equipment 1. Interior 1 or 2 Shop D D 2.8 -3.0 2. Exterior 1 or 2 Shop(1) A B 4.2 -5.5 B. Iron and Steel 1. Exposed 6 A B - 4.2 -5.5 2. Submerged 10 G G - 8.0 -10.0 C. valves 1. Exterior 6 A B - 4.2 -5.5 Exposed 2. Steel Body, 3 or 6 H H - 28.0 -30.0 Buried 04 -10 Type of Surface D. Shop Painted 1 or 2 Shop(1) A B 4.2 -5.5 Machinery and Equipment E. Underground 1 or 2 H H - 28.0 -30.0 Bolting Notes: (1) Shop primer or coating must be compatible with field applied coating. Test for compatibility before applying field coat. If not compatible, remove shop coat to a SSPC -SP -3 or SSPC -SP -6 condition or apply a barrier coat of manufacturer supplied material. 04 -08.3 Color Schedule Color Code Piping Color Code Description Marking Designation Service Description General *Doors & Hatches *Structural Steel *Pumps, Motors, Machinery *Exposed Lines, Valve Boxes *Valve Operators *Ladder Handrails *Guardrails (2) Minimum dry film thickness of field coats applied. (3) See Section 04 -09.6 of this Specification. *Fire Hydrants, Fire Exit Signs *Fire Blanket Boxes, Fire Extinguishers *Chain Guards, Belt Guard *Gear Guards *First Aid Equipment *Match existing color. Min. (2) Field Surface 1st 2nd Total Preparation Primer Coat Coat Mils Gray Gray Gray Gray Blue Federal Safety Yellow Federal Safety Yellow Federal Safety Red Federal Safety Red Federal Safety Orange Federal Safety Orange Federal Safety Green 04 - 11 2025 2025 2008 2008 2016 2016 2036 04 -09 CLEANING AND PREPARATION OF SURFACES 04 -09.1 General All surfaces to be painted shall be prepared in a workmanlike manner with the objective of obtaining a clean and dry surface. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. The preparation of steel surfaces shall be in accordance with the applicable specifications pre- pared by the Steel Structures Painting Council (SSPC), latest revision. Care shall be exercised not to damage adjacent work during sandblasting operations. Surfaces not intended to be painted shall be suitably protected from the effects of cleaning and painting opera- tions. Fabricated, assembled items which are nor- mally cleaned and painted in the shop in accordance with the manufacturer's standard practice will be considered for exemption from the detailed cleaning and painting requirements set forth herein. Remov- able equipment adjacent to surfaces to be painted shall, if necessary, be disconnected and moved to permit cleaning and painting of said surfaces, and replaced by workmen skilled in the trades involv- ed. Primer and finish coats which are listed in the Painting Schedule are compatible finishes. The Contractor shall follow the recommendations of the paint manufacturers, subject to the approval of the Engineer, to insure a good bond between coats. 04 -09.2 Cleaning and Preparation of Ferrous Surfaces Surface in Exterior or Interior Atmospheric Expo- sure (CLEANING SYSTEM NO. 1) - Ferrous surfaces which will be completely and continuously in normal exterior or interior atmospheric exposure (see schedule for description) shall be cleaned in the following manner. 1. Oil, grease, soil, drawing and cutting com- pound, and other contaminants shall be removed in accordance with SSPC- SP -1 -63, Solvent Clean- ing. 04 -12 2. After oil and surface contaminants have been removed, and before sandblasting, all weld splatter must be removed. All rough welds and sharp edges must be ground to give a smooth rounded contour. 3. The surface shall be blast cleaned to a commer- cial finish by removing mill scale, rust, rust scale, paint or foreign material by any of the recommended methods outlined in SSPC- SP -6 -63, Commercial Blast Cleaning. Mechanical equip- ment and surfaces inaccessible to blast clean- ing shall be cleaned in accordance with SSPC- SP-3-63, Power Tool Cleaning. 4. The blast cleaned surface shall be primed with the primer specified for atmospheric exposed steel before any rust bloom forms. Weathering of fabricated unpainted steel for any purpose will not be permitted unless the surfaces are to be subsequently blasted clean of all mill scale and rust to base metal. Welds and Damaged Areas - All welds and all damaged areas of shop - primed surfaces and of field - primed surfaces shall be field cleaned, including blast cleaning, and reprimed as specified. Cleaning and Pre - Treatment of Ferrous Surfaces in Underwater Exposure (CLEANING SYSTEM NO. 2) - Sur- faces of structural components which will be sub- ject to extended periods of immersion or otherwise as required (see schedule for description) shall be cleaned in the following manner. 1. Oil, grease, soil, drawings and cutting com- pounds, and other contaminants shall be removed in accordance with SSPC- SP -1 -63, Solvent Clean- ing. 2. After oil and surface contaminants have been removed, and before sandblasting, all weld splatter must be removed. All rough welds and sharp edges must be ground to give a smooth rounded contour. 3. The surface shall be blast cleaned to a near - white metal finish, removing all mill scale, rust, rust scale, paint or foreign matter by any of the recommended methods outlined in SSPC- SP- 10 -63T, Near -White Blast Cleaning. 04 -13 4. Surfaces to be coated which will not be access- ible after erection shall be cleaned and paint- ed before becoming inaccessible. in no event shall blast cleaned surfaces stand overnight without having received the specified pre- treatment and the first coat of paint prescrib- ed by the schedule. Structural features or components which are subject in part to atmos- pheric exposure and in part to immersion in water shall be prepared and painted as though the entire component were subject to immersion. Pre- erected or construction period coatings shall be maintained in good condition by re- cleaning and touching up any areas damaged dur- ing the construction period. Prior to the field application of subsequent coats to obtain the prescribed total film thickness, soiled areas of the pre- erected coating shall be thor- oughly cleaned with mineral spirits and all welds or other unpainted or damaged areas shall be cleaned, including blast cleaning, and prim- ed as specified and in such a manner as to make them equivalent to adjacent, undamaged paint surfaces. 04 -09.3 Cleaning of Copper, Galvanized Steel, Stainless Steel, Aluminum and Aluminum Alloy Surfaces Unless otherwise specifically provided, galvanized, stainless steel and aluminum surfaces shall not be painted, but shall be washed with clean mineral spirits per SSPC -SP -1, Solvent Cleaning to remove oil and grease. Exposed copper surfaces shall be buffed or polished to bright color, the surface cleaned with mild phosphoric acid cleaner and the finish coat applied. The preparation of copper surfaces apply only if they are to be painted. 04 -09.4 Inspection of Surface Preparation All details of surface preparation may be inspected to insure that surfaces have been properly cleaned, that treating solutions are of the specified type and construction, and have been properly applied, that treated surfaces are free from unneutralized residue, and that surfaces are dry and ready to receive paint. 04 -14 04 -09.5 Machined Surfaces Machine finished and other bare metal surfaces which are not to be painted, but which will require temporary protection during construction, shall be treated with a rust preventative compound. 04 -09.6 Surface Preparation of Concrete and Masonry Surfaces Scrape or grind fins and protrusions flush with surface. Dislodge dirt, mortar spatter, and other dry mater- ial by scraping or brushing, and remove dust and loose material by brushing or blowing off with high pressure air. Remove oil, wax, and grease by solvent cleaning with mineral spirits or a hot trisodium phosphate solution followed by a water rinse. Patch holes and cracks flush with the surface using portland cement grout or approved material. Rake mortar joints clean. Remove surface laitance or efflorescence by brush blasting or power tool cleaning. Verify that surface is dry, clean, and free of dirt, dust, oil, wax, grease and other contami- nants. 04 -10 PAINT APPLICATION 04 -10.1 General All work shall be done in a workmanlike manner, so that the finished coating will be free from holi- days, pin holes, bubbles, runs, drips, ridges, waves, laps, unnecessary brush marks and variations in color, texture and gloss. All coats shall be applied in such a manner as to produce an even film of uniform thickness. 04 -10.2 Labeling, Storage, Mixing and Film Thickness All materials shall be brought to the painting job - site in the original sealed and labeled containers 04 -15 of the paint manufacturer. The painter shall apply each coating at the rate and in the manner speci- fied by the manufacturer. If material has thicken- ed or must be diluted for application by spray gun, the coating shall be built up to the same film thickness achieved with undiluted material. Defi- ciencies in film thickness shall be corrected by the application of additional coats of paint. Paints which can be harmed by exposure to cold weather shall be stored in heated shelters. During application, the paint in the spray tank or other working container shall be not less than 50 ° F. 04 -10.3 Atmospheric Conditions No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 ° F. No paint shall be applied when the tempera- ture of the surface to be painted is below 40 ° F. Paint shall not be applied to wet or damp surfaces, and shall not be applied in rain, snow, fog or mist, or when the relative humidity exceeds 85 per- cent, or when it can be anticipated that the air temperature will drop below 40 ° F. within 18 hours after application of the paint. Dew or moisture condensation should be anticipated, and if such conditions are prevalent, painting shall be delayed until mid- morning to be certain that the surfaces are dry. The day's painting shall be completed in advance of the probable time of day when condensa- tion will occur, in order to permit the film an appreciable drying time prior to the formation of moisture. During periods of inclement weather, painting may be continued by enclosing the surface with temporary shelters and applying artificial heat, provided the minimum air, surface and paint temperatures prescribed above are maintained. Paint shall not be applied to surfaces which are hot enough to cause blistering or pinholing of the film. 04 -10.4 Protection of Paint Surfaces Where shelter or heat is provided for paint surfac- es during inclement weather, such protective mea- sures shall be maintained until the paint film has dried, or discontinuation of the measures is autho- rized. Items which have been painted shall not be handled, worked on or otherwise disturbed until the paint coat is completely dry and hard. After deli- very at the site of permanent erection or installa- tion, all shop - coated metal work shall be stored 04 -16 out of contact with the ground in such a manner as will minimize soiling, contamination and deteriora- tion of the paint film. Shop - coated metal shall be repainted or touched up from time to time with the specified paint when it becomes necessary to main- tain the integrity of the film. 04 -10.5 Contacting Surfaces When riveted or bolted contact is to exist between surfaces of ferrous or other metal parts of sub- stantially similar chemical composition, such sur- faces will not be required to be painted. Contact- ing surfaces formed by high - strength bolt connec- tions shall not be painted. Where an electrical potential is apt to exist between metal surfaces or unlike chemical composition in riveted or bolted contact, each of the contacting surfaces shall be cleaned, pretreated and given one coat of primer, all as specified for the particular metals involv- ed. Where a non -metal surface is to be in riveted or bolted contact with a metal surface, the con- tacting surfaces of the metal shall be cleaned, pretreated if required, and given three coats of the specified primer. 04 -10.6 Method of Paint Application 1. Brush Application - a. Brushes - Use first quality hog hair or suitable synthetic bristle brushes. Use of horse hair bristle brushes is not permitt- ed. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes of oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with tur- pentine or mineral spirits before reuse. b. Application - Apply in uniform thickness consistent with specified coverage, and with sufficient cross - brushing to insure filling of surface irregularities. Exer- cise particular care in painting around rivet heads, bolt heads and nuts, and in corners and other restricted spaces. 04 -17 2. Spray Application - Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hard agitator. Apply with width of spray not less than 12 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Make frequent checks to insure correct spreading rate and coating, and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners and rivet heads without bridging over of paint film. 04 -10.7 Coating Progress Where field painting on any type of surface has commenced on any portion of the work, the complete painting operation, including priming and finishing coats, on that portion of the work, shall be com- pleted as soon as practical without prolonged delays. Sufficient time as recommended by the paint manufacturer shall elapse between successive coats to permit them to dry properly for recoating and this minimum drying period shall be modified as necessary to suit adverse weather conditions. Max- imum elapsed time between successive coats shall not exceed the time recommended by the coating manufacturer. The application of another coat of paint shall not cause such film irregularities as lifting or loss of adhesion of the undercoat, and the undercoat shall have dried sufficiently so as not to retard the drying of the next coat. At all times prior to final acceptance of the work, when it becomes necessary, the integrity and continuity of all coats, including coats which have chalked unduly or otherwise deteriorated, shall be reestab- lished by retouching or repainting, using paints identical with those maintained. At the time of application of each successive coat, undercoats shall be cleaned of dust, grease or any foreign matter, which might adversely affect intercoat adhesion, by means of air blast, solvent cleaning or other approved means. Field coats on metal shall be applied after erection, except as other- wise specified and except for surfaces to be paint- ed which will become inaccessible after erection. 04 -18 04 -10.8 Drying Time Prior to Immersion Drying time prior to immersion, installation or otherwise handling painted surfaces shall be as recommended by the paint manufacturer. Vinyl type paint systems shall be allowed a final dry as long as practical. 04 -10.9 Cover and Film Thickness Coverage and film thickness shall be as recommended by the paint manufacturer, unless otherwise pre- scribed in the schedule. On metal surfaces, the painter shall apply each coat of paint at the rate specified or recommended by the manufacturer to achieve the minimum dry mil thickness required. 04 -10.10 Inspection All painting will be inspected for applied coating thickness and for pinholes and holidays. Such inspection will not relieve the Contractor of the responsibility of furnishing qualified labor and materials in strict accordance with the specifica- tions. The Contractor shall also furnish an approved type of low voltage dry mil gauge appara- tus to measure the dry film thickness. The Elco- meter Thickness Gauge shall be furnished by the Contractor for inspection. The Contractor shall also furnish holiday detector devices. Holiday detector devices shall be approved low voltage type. All of the above inspection gauges shall be furnished and on the job until its completion and acceptance. The Contractor or his representative shall instruct on the proper use and care of all such gauges. The above required testing gauges furnished are returnable to the Contractor upon completion of the job. The cost of furnishing all of the above required gauges shall be borne by the Contractor. 04 -10.11 Maintenance Materials The Contractor shall provide a minimum of one (1) gallon of each color and each type of paint for maintenance use by the Owner. This paint shall be supplied in unopened factory sealed containers clearly labeled for identification. 04 -19 04 -11 ACID RESISTANT PAINT COATING AND CONCRETE SURFACE PREPARATION Provide Series 120 Vinester vinyl ester coating or approved equal to the concrete floor as indicated in the construction drawings. Contractor shall apply this Series 120 Vinester vinyl ester coating as per manufacturer's recommen- dations. 04 -11.1 Surface Preparation Prior to Abrasive Blasting for New Concrete All new concrete surfaces must be allowed to cure at or above 70 ° F. for at least 28 days prior to coating and be completely free of residual mois- ture. Prior to abrasive blasting, remove all nodegraded form release agents, form oils, wax and grease by scraping off heavy deposits and solvent cleaning or washing with a hot biodegradable alkaline detergent solution followed by a water rinse. Scrape or grind all fins and protrusions flush with the sur- face. All surfaces shall be clean and dry before proceed- ing with work. 04 -11.2 Surface Preparation Prior to Abrasive Blasting for Contaminated Concrete All contaminated concrete surfaces shall be inspected for porosity, exposed aggregate, cracks, laitance and surface contaminants. All chemical contaminants shall be removed prior to acid - etching or blasting or any other surface preparation. Chemically- contaminated concrete shall be neutral- ized before coating. For acidic surfaces all salt formations shall be removed by mechanically abra- sive blasting to sound concrete. For alkalies sur- faces shall be cleaned with steam or hot detergent wash. Solvents shall be utilized to remove oil and grease from the surface. 04 -20 04 -11.3 Abrasive Cleaning All concrete surfaces to receive Vinester material shall be brush -off blasted to remove laitance and solid contaminants. Blasting shall be performed in such a manner as to open up surface voids, bug holes, air pockets and other subsurface irregularities, but not to expose underlying aggregate. Dry, oil free air shall be used for the blasting operation. All dust and blasting debris shall be removed by vacuuming only. 04 -11.4 Surface Imperfections All concrete surfaces shall be filled and sealed prior to the application of the Series 120 Vinester system as per paint manufacturer's recommenda- tions. 04 -11.5 Mixing and Application All mixing and application of Series 120 Vinester system shall be as per manufacturer's recommenda- tions. 04 -11.6 Coating Application Series 120 Vinester shall be applied directly over a smooth, trowelled concrete surface after abrasive cleaning has removed laitance. For poured -in -place and porous concrete where pits and voids exist, clean and abrasive blast to remove laitance. Spray apply Series 120 -5002 Beige Primer at 15 -20 mils wet and back roll with 1/2 inch to 1 inch nap roller. Select nap size as required. Allow primer to cure a minimum of 6 hours above 60 ° F. before proceeding with additional coats. Where all deep pits and voids that were not filled with 120-500Z primer application and subsequent back folling procedure, trowel apply 120 -5003 fill- er and surfacer to complete the filling process. Allow to cure a minimum of 6 hours above 60 ° F. prior to applying Series 120 Vinester coating sys- tem. 04 -21 TNEMEC's Vinester Materials, 120 -5002 Beige Primer and 120 -5001 Gray Finish, shall be applied to all properly prepared surfaces, with a total film thickness of 24.0 -36.0 mils in a minimum of two (2) coats (12.0 -18.0 dry mils per coat). 04 -11.7 Inspection Wet film thickness readings for successive coats shall be taken as soon as possible at a frequency of at least one per 100 square feet and shall be taken so as to avoid surface irregularities that could distort the readings. 04 -11.8 Final Inspection The final film shall be visually inspected and shall be free of sags, runs, wrinkles and other excessive film build characteristics and surface defects. 04 -11.9 Repair Where imperfections, discontinuities or surface defects are present, or if coating is damaged in inspection, the area in question shall be masked and mechanically abraded to provide a consistent finish. Application of an additional brush coat may be necessary. Where film defects are suspected to involve a sig- nificant void or holiday, or the film has been damaged to the substate, the affected area is to be masked off and spot abrasive blasted and successive coats applied in accordance with manufacturer's recommendations until the specified film thickness is achieved. 04 -12 MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include cost of same in contract price bid for item of which this work is a component part. 04 -22