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