Loading...
R-86-927 - 11/13/1986WHEREAS, security at Kinningham Recreation Center and the Municipal Pool is essential; and WHEREAS, the Parks and Recreation Department has had alarm systems installed at said locations; and WHEREAS, it is necessary to hire a professional firm to monitor the system and report irregularities to the Police Department; Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the Mayor is hereby authorized to execute on behalf of the City an agreement with Master Burglar Alarms, Inc. to monitor the alarm systems at Kinningham Recreation Center and the Municipal Pool, a copy of said agreement being attached hereto for all purposes. RESOLVED this 13th day of November, 1986. ATTEST: LAND, Ci y Secretary RESOLUTION NO. 907 MIKE ROBINSON, Mayor City of Round Rock, Texas CONTRACTOR By MASTER BURGLAR ALARM CO., INC: - day of c �sr 19 QL° between MASTER BURGLAR ALARM lm fte Agreement, made this b 9 co., INC., hereinafter called "Contractor," and "! hereinafter called the "Subscriber ". R 9. Box 4092 Austin, Texas 78785 Telephone 012)452.85n. antes E#lt: MASTER BURGLAR ALARM CO. 1. For the consideration hereinafter named, the Contractor. agrees to perform certain routine services related to equipment owned by Subscriber, on the premises of the Subscriber known as - - '4 2 C ' /E - at Su �f iti � y ?oQ /- hereinafter called the "protect prem ". 2. The equipment if be serviced under this Agreement is specified on the attached Schedule. Any alterations, additions or modifications of the equipment will be covered by this Agreement only if it Is listed on the Schedule. 3. Services covered by this Agreement: Contractor shall provide through Its central station continuous monitoring of signals from its equipment installed on. the protected premises. On receipt of a signal indicating a possible break -In, Contractor will promptly notify the local police and those persons specified In writing by Subscriber. The local police have no obligation to follow up such notice calls with Contractor, and. °Contractoi assumes no responsibility for making further contact with police or with Subscriber after the Initial notice calls are made. On receipt ofa s gi aTTd cat n�tlon of telephone service or electrical service (If the scheduled system is equipped to signal interruption of electrical service), Contractor will notify only those persons specified by Subscriber. Contractor cannot repair or restore utility or telephone service. Subscriber Is solely responsible for reporting such outages to the supplier. It is understood that Contractor'�a responsibility under this subsection does not extend. beyond signal monitoring and notice to police and Subscriber as described , herein. . ntractoris not obll ,atedto•erformeuard,•atrol or other •rotectiveservi :s= s• =rtof thls . A. re =meet. Service shall be available t mug he contractor's centre station • ng norms bus ness ours at a current mmimuni service rate... 4. Subscriber shall pay CQltipclas, (A) The sum of $ �'�• d" for connecting the scheduled equipment to Contractor's central station, hereinafter called "con- nection fee ". - (B) In addition, Subscriber shall pay Contractor, the sum of $ (Vt -J monthly it advance for a period of years from the date such system Is Installed and operative under thls Agreement until the termination of thls'Agreethent. ThIs fee covers only the services specified in Paragraph 3 , above; any non-routine maintenance and repairs beyond normal wear and tear will be subject to an additional reasonable charge. 5. Monitoring of the scheduled equlpment'shall begin after It Is Installed, connected to Contractor's central station and fully operational, andafter all applicable Installation and connection fees have been paid. CONTRACTOR IS NOT ANURER, AND IS NOT RESPONSIBLE FOR ANY LOSS OR DAMAGE SUSTAINED THROUGH BURGLARY, VANDALISM, OR FORCIBLE ENTRY ON THE PROTECTED PREMISES. CONTRACTOR'S TOTAL MAXIMUM LIABILITY IN ECTOF THIS CONTRACT IS LIMITED TO A SUM EQUAL TO SIX MONTHLY PAYMENTS HEREUNDER, WHICH LIABILITY IS FIXED AS LIQUIGATED DAMAGES AND NOT AS A PENALTY, AND SHALL CONSTITUTE SUBSCRIBER'S ONLY REMEDY. CONTRACTOR HEREBY DISCLAIMS ALL EXPRESS WARRANTIES NOT CONTAINED IN THIS WRITTEN AGREEMENT AND FURTHER DISCLAIMS ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO ANY WARRANTIES OF WORKMANSHIP OR FITNESS FOR ANY PARTICULAR.PUROPSE ,,.. Other Impoftent terms Included in this Agreement are printed on the back of this sheet. Read them all before signing. ,�,( SUBSCRIBER: t ..` � x eiTY OF gOaN7 �GrK Title Representative By: By 7. The Subscriber hereby authorizes and empowers said Contractor, Ks agetitsor asplgns,:to install the Scheduled equipment in said pro- tested premises and to make Inspections, tests, and repairs to it. 8. Contractor is hereby authorized to make any preparations such as drilling holes, driving nails, making attachments or doing any other thing or things necessary or pertinent to the Installation and maintenance of the scheduled equipment and its connection to Contrac- tor'scentral system, and Contractor shall not be responsible for any condition created thereby during the Installation, maintenance or connection of the scheduled equipment. Subscriber warrants that It has full authority from the owner and/or any other person In con- trol of the protected premises to permit the installation and connection of the scheduled equipment under all conditions hsreinapoky mentioned. 9 In consideration of this Agreement, Subscriber warrants to Contractor that the scheduled equipment is fully operative and cant con- nected to Contractor's central station using routine methods. Subscriber expressly agrees that Contractor is not responsible for an, damage sustained by Subscriber as a result of the condition of the scheduled equipment, including undiscovered latent defects, unless that condition was caused by the negligence of Contractor's employees, agents, or servants. Subscriber further agrees to In- demnify Contractor and hold It harmless from any damage sustained by It, or liability to third parties, including costs of suit, arising from the condition of the scheduled equipment, including undisclosed latent defects, unless that condition was caused by the negligence of Contractor's employees, agents, or servants. Contractor is likewise not responsible for any damage .sustained by Subscriber as a result of Subscriber's relocation, replacement, modification or removal of the scheduled equipment or adding to it, (unless same is noted on the attached schedule) or as a result of Subscriber's tampering, interfering with, or attempting to repair or modify the scheduled equipment. Subscriber further agrees to indemnify and hold Contractor harmless from any damage sustained by It or liability to third parties, Including costs of auh, resulting from Subscriber's relocation, modification, removal, replacement, addi- tion to, or tampering or interfering with the scheduled equipment, or attempting to repairor modify i1. 10. Except as otherwise herein provided, this Agreement shall remain in full force and effect for a period of ' years from the date said system is installed. At the expiration of such period, this Agreement shall be considered renewed for a like period, subject to such changes In rates and charges of which Contractor shall have given Subscriber thirty days' prior notice in writing, unless Subscriber notifies Contractor of its intent not to renew, in writing, before the expiration of the then - current term. This agreement or any renewal thereof may be cancelled by either party by giving to the other thirty days' written advance notice of Intent to cancel 11. It Is the responsibility of the Subscriber to set the scheduled equipment carefully and properly, in accordance with the Instructions pro- , vided by Contractor, to test it carefully when the equipment Is Installed,. and every week during the life of this Agreement. Contractor is not responsible for the discovery of defects in the scheduled equipment, and is entitled to rely on Subscriber's representations and warranties concerning it condition. - - - 12. On or before the date monitoring begins, Subscriber agrees to furnish Contractor a written list of names of individuals 10 be:notified under Paragraph 3, as well as a written list of names and individual signatures of all persons who shall have the right to enter the pro- tected premises Of the Subscriber and who may be called upon for a key to enter the protected premises of the Subscriber, between the regular scheduled time for closing and opening of the protected premises. Contractor Is responslblle for giving'notice, as regdired by Paragraph 3 only to those individuals specified in writing by Subscriber. It is Subscriber's responsibility to keep this list correct and current. 13. If any agency or bureau having jurisdiction, or Subscriber by his or its own act shall require or make necessary any changes in the scheduled equipment as originally Installed, Contractor will, upon Subscriber's request, make the necessary changes, and Subscriber agrees to pay for the cost of such changes. Any increased charges made. to Contractor by the Telephone Company, for such things as leased lines used In connection with services rendered under this Agreement, shall be borne by Subscriber and shall be added to the service charges made to Subscriber. 14. Contractor assumes no liability for delay In Installation of or service to the scheduled equipment or for Interruption of operation of the scheduled equipment due to strikes, riots, floods, fire or act of God or any other cause beyond the control of Contractor and shall not be required to supply service to Subscriber while Interruption of service due to any such cause shall continue, but will, In such event, _give notice of the condition to Subscriber or Subscriber's designated representative. Except for such notice as is provided for under Section 3 of this Agreement, the mailing of a letter to Subscriber to such effect shall conclusively establish that such advice has been given by Contractor. Suchdeiay or interruption shall not relieve Subscriber of the duty to make payments as herein provided. 15. :Contractor shall have the right to assign this Agreement to any othef person, firm or corporation withoutnotice to the Subscriber, and shall have the further right to sub - contract any services which It may perform. This Agreement is not assignable by the Subscriber ex- cept upon written consent of Contractor first being obtained. The Subscriber may not assign any rights Inuring under this Agreement or under the relationship created hereby either voluntarily or by operation of law wltlobt first having obtained the written consent of the Contractor. The Subscriber does hereby, for itself -and all parties claiming under it, release and discharge the Contractor from and against all hazards covered by Insurance, it being expressly understood and agreed that no insurance company or insurer shall have any rights of subrogation against the Contractor. 18. This Agreement may be terminated at the option of the Contractor at any time in the event that the Contractor is unable either to secure or retain the connections or privileges necessary for the transmission of signals by means of conductors between the Subscriber's pro- tected premises and the Contractor's central station, and also in case Its central station, connecting wires or equipment within the Subscriber's protected premises are destroyed or so substantially damaged that it is impracticable to continue service, and Contractor shall not be liable for any damages or subject to any penalty as a result of such termination. Likewise, Subscriber may cancel this Agreement at its option in the event that Subscriber's plant is destroyed or so damaged that it is impracticable to continue service. 17. Any waiver by Contractor, in a particular instance, of any right or remedy conferred by this Agreement, shall not be construed as a waiver of the same as to other Instance, past or future. 18. This Agreement constitutes the entire Agreement between parties hereto, and no changes or alterations shall be made unless In writing, signed by the parties hereto. This Company is licensed and regulated by the Texas Board of Private Investigators and Private Security Agencies Complaints may be directed to: P. O. Box 13509 Austin, Texas 78711 (512) 475-3944 • Illittne MASTER BURGLAR ALARM CO: /;Z/ MASTER BURGLAR ALARM CO., INC. RO. Box 4082 Austin, Texas 78785 Telephone (512) 452.8589 £+erutte Agreemt ..a. made this P_L day of re- , f ,J ,1 18 , between MASTER BURGLAR ALARM r �u -t.o` F Oc�G CO., INC., hereinafter called "Contractor," and �� � v hereinafter calked the "Subscriber ". 1. For the consideration hereinafter named, the Contractor agrees to perform certain routine services related to equipment owned by Subscriber, on the premises of the Subscriber known as - - kP,r4 .r1 Pop ./F at hereinafter called the "protected premises ". • 2. The equipment t be serviced under this Agreement is specified on the attached Schedule. Any alterations, additions or modifications of the equipment be covered by this Agreement only If It Is listed on the Schedule. , 3. Services covered by this Agreement: - Contractor shall provide through its central station continuous monitoring of signals from Its equipment installed on the protected premises. On receipt of a signal Indicating a possible break -In, Contractor will promptly notify the local police and those persons specified In writing by Subscriber. The local police have no obligation to follow up such notice calls with Contractor,4nd• Contractof assumes no res onsibill for making further contact with police or with Subscriber after the Initial notice calls are made. - recelpt Of a signal indlcat ng Interruption of telephone service or electrical service Of the scheduled system is equipped to signal interruption of electrical service), Contractor will notify only those persons specified by Subscriber. Contractor cannot repair or restore utility or telephone service. Subscriber is sole) res•.nslble for re.ortine such outaees to the su• •liar. It is understood that Contractor's respons b ty u •er th a su.section does not exten beyond signal monitoring and notice to police and Subscriber as described herein. Contractor Is not obligated to perform guard, patrol, or other protective services as part of this Agreement. Service shall be available through the contractor's central station during normal business hours at the current minimum service rate.: 4. Subscriber shall pay d/• %t9 - - - - (A) The sum of $ /' for connecting the scheduled equipment to Contractor's central station, hereinafter called "con- . nection fee". . - - , - -. a° I . (B) In'addltlon, Subscriber shall pay Contractor, the sum of $ C" o . monthly In advance for a period of years from the date such system is Installed and operative under this Agreement until the temiinatlon of thls'Agreement. This fee covers only the services specified In Paragraph 3 , above; any non - routine maintenance and repairs beyondnormal wear and tear will be subject to an additional reasonable charge. - - - • , ' 5. Monitoring of the scheduled equipment shall begin after it Is installed, connected to Contractor's central station and fully operational, andafter all applicable installation and connection fees have been paid. - - CONTRACTOR, IS NOT A NSURER AND IS NOT RESPONSIBLE FOR ANY LOSS OR DAMAGE SUSTAINED THROUGH BURGLARY VANDALISM ROBBERY OR FORCIBLE ENTRY ON THE PROTECTED PREMISES. CONTRACTOR'S TOTAL MAXIMUM LIABILITY IN ESPECT OF THIS CONTRACT IS LIMITED PTO A SUM EQUAL TO SIX MONTHLY PAYMENTS • HER UNDER, WHICH LIABILITY IS FIXED AS LIQUIDATED DAMAGES AND NOT AS A PENALTY, AND SHALL CONSTITUTE SUBSCRIBER'S ONLY REMEDY. CONTRACTOR HEREBY DISCLAIMS ALL EXPRESS WARRANTIES NOT CONTAINED IN THIS WRITTEN AGREEMENT AND FURTHER DISCLAIMS ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO ANY WARRANTIES OF WORKMANSHIP OR FITNESS FOR ANY PARTICULAR PUROPSE Other important terms included In thls Agreement are printed on the back I of this sheet. Read them all before signing. CONTRACTOR/: f SUBSCRIBER: B (� �^ /re /TY 41 A:Oz./NoXOCK Representative By: - 'By: // /7)/9 } / [S /.' Title 7. The Subscriber hereby authorizes and empowers Said Contractor 81 agents,ot assigns, to instag thescheduled equipment in sald pro- tected premises and to make inspections, tests, and repairs to 8. Contractor Is hereby authorized to make any preparations such as drilling holes, driving nails, making attachments or doing any other thing or things necessary or pertinent to the installation and maintenance of the scheduled equipment and its connection to Contrac- tor's central system, and Contractor shall not be responsible for any condition created thereby during the Installation, maintenance or connection of the scheduled equipment. Subscriber warrants that It has full authority from the owner and/or any other person In con- trol of the protected premises to permit the Installation and connection of the scheduled equipment under all conditions hereigp mentioned. - 8 In consideration of thls Agreement, Subscriber warrants to Contractor that the scheduled equipment Is fully operativeand,can be cite, netted to Contractor's central station using routine methods. Subscriber expressly agrees that Contractor is not responsible forany damage sustained by Subscriber as a result of the condition of the scheduled equipment, Including undiscovered latent defects, unless that condition was caused by the negligence of Contractor's employees, agents, or servants. Subscriber further agrees to In- demnify Contractor and hold it harmless from any damage sustained by it or liability to third parties, including costs of suit, arising from the condition of the scheduled equipment, Including undisclosed latent defects, unless that condition was caused :by the negligence of Contractor's employees, agents, or servants. Contractor is likewise not responsible for any damage sustained by Subscriber as a result of Subscriber's relocation, replacement, modification or removal of the scheduled equipment or adding to It, (unless the same is noted on the attached schedule) or as a result of Subscriber's tampering, interfering with, or attempting to repair or modify the scheduled equipment. Subscriber further agrees to indemnify and hold Contractor harmless from any damage sustained by It or (lability to third parties, Including costs of suit, resulting from Subscriber's relocation, modiflcatlon, removal, replacement, addi- tion to, or tampering or interfering with the scheduled equipment, or attempting to repair or modify it. 10: Except as otherwise herein provided, this Agreement shall remain in full force and effect for a period of / -, years from the date said system is Installed. At the expiration of such period, this Agreement shall be considered renewed for a like period, subject to such changes In rates and charges of which Contractor shall have given Subscriber thirty days' prior notice in writing, unless Subscriber notifies Contractor of Its intent not to renew, In writing, before the expiration of the then - current term. This agreement or any renewal thereof may be cancelled by either party by giving to the other thirty days' written advance notice of intent to cancel, 11. It Is the responsibility of the Subscriber to set the scheduled equipment carefully and properly, in accordance with the instructions pro- vided by Contractor, to test it carefully when the equipment Is Installed, and every week during the life of this Agreement. Contractor Is not responsible for the discovery of defects In the scheduled equipment, and is entitled to rely on Subscriber's representations and warranties concerning 11 condition. 12. On or before the date monitoring begins, Subscriber agrees to furnish Contractor a written list of names of Individuals to be notified under Paragraph 3, as well as a written list of names and Individual signatures of all persons who shall have the right to the pro- tected premises of the Subscriber and who may be called upon for a key to enter the protected premises of the Subscriber, between the regular scheduled time for closing and opening of the protected premises. Contractor is responslbllefor giving notice, as required by Paragraph 3 only to those Individuals specified In writing by Subscriber. It Is Subscriber's responsibility to keep this list correct and current. This Company is licensed and regulated by the Texas Board of Private Investigators and Private Security Agencies Complaints may be directed to: R 0. Box 13509 Austin, Texas 78711 (512) 475 -3944 13. If any agency or bureau having jurisdiction, or Subscriber by his or Its own act shall require or make necessary any changes In the scheduled equipment as originally installed, Contractor will, upon Subscriber's request, make the necessary changes, and Subscriber , agrees to pay for the cost of such changes. Any increased charges made to Contractor by the Telephone Company for such things as leased fines used In connection with services rendered under this Agreement, shall be borne by Subscriber and shall Cie "added to the service charges made to Subscriber. 14. - Contractor assumes no liability for decay in installation of or service to the scheduled equipment or for interruption of operation of the scheduled equipment due to strikes, riots, floods, fire or act of God or any other cause beyond the control of Contractor arid shall not be required to supply service to Subscriber while interruption of service due to any such cause shall continue, but will, In much event, give notice of the condition to Subscriber or Subscriber's designated representative. Except for such notice as Is provided for under Section 3 of this Agreement, the mailing of a letter to Subscriber to such effect shall conclusively establish that such advice has been given by Contractor. Such delay or Interruption shall not relleveSubscrlber of the duty to make payments as herein provided. 15. Contractor shall have the right to assign this Agreement to any other person, firm or corporation without notice to the Subscriber, and Shall have the further right to sub - contract any services which it may perform. This Agreement is not assignable by the Subscriber ex- cept upon written consent of Contractor first being obtained. The Subscriber may not assign any rights Inuring under this Agreement or under the relationship created hereby either voluntarily or by operation of law without first having obtained the written consent of the Contractor. The Subscriber does hereby, for itself and all parties claiming under it, release and discharge the Contractor from and against all hazards covered by Insurance, It being expressly understood and agreed that no insurance company or insurer shall have any rights of subrogation against the Contractor. - - 16. This Agreement may be terminated at the option of the Contractor at any time in the event that the Contractor Is unable either to secure or retain the connections or privileges necessary for the transmission of signals by means of conductors between the Subscriber's Pro tected premises and the Contractor's central station, and also In case its central station, connecting wires or equipment within the Subscriber's protected premises are destroyed or so substantially damaged that it is impracticable to continue service, and Contractor shall not be liable for any damages or subject to any penalty air result Of such termination. Likewise, Subscriber may cancel this Agreement at Its option in the event that Subscriber's plant is destroyed or so damaged that it Is Impracticable to continue service. 17. Any waiver by Contractor, In a particular Instance, of any right or remedy conferred by this Agreement, shall not be construed as a waiver of the same as to other instance, past or future. 18. This Agreement constitutes the entire Agreement between parties hereto, and no changes or alterations shall be made unless in writing, signed by the parties hereto. Staff recommends approval. DATE: November 10, 1986 SUBJECT: Council Agenda, November 13, 1986 ITEM: 13 — Resolutions 13 A. Consider a resolution authorizing the Mayor to enter into a maintenance contract with Master Burglar Alarms, Inc. The Parks and Recreation Department has had alarm systems installed at Kinningham Recreation Center and the Municipal Pool to reduce vandalism. This agreement states that Master Burglar Alarms, Inc. will monitor the system and report irregularities to the Police Department. IR 928R - Contract Southeast Booster _ PUmp Sta. REC Ind. 11 -13 -86 ATTEST: NE LAND, City Secretary RESOLUTION NO. 9a�R WHEREAS, the City has duly advertised for bids for a booster pump station, and WHEREAS, kE,r submitted the lowest and best bid, and WHEREAS, the Council s wishes to accept the bid /c, of , z. (� /� • d` -i-ud ;�:tu/+.t; -ate 74a ,PA., and to authorize the execution of the necessary documents, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS rr //// That the bid of W G. 1:. is hereby accepted as the lowest and best bid, and the Mayor is authorized and directed to enter into an agreement with C . for a booster pump station. �� RESOLVED this /��� day of 1),51,,e�' _ I«�'e ^) , 1986. MIKE ROBINSON, Mayor City of Round Rock, Texas IX Haynie & Kaltman, Inc. CONSULTING ENGINEERS Jim Nuse, P.E. Director of Public Works City of Round Rock 300 S. Blair Round Rock, Texas 78664 Dear Jim: DCH /cla Enclosure 1106 South Mays• Round Rock, Texas 78664.1512)255 -7861 October 31, 1986 Re: Southeast Round Rock Booster Pump Station (Re -Bid) Project No. 103 -495 Of the 12 bids received on October 7, 1986, R.E.C. Industries, Inc. of Bryan, Texas, submitted the lowest base bid of $334,000. We have attached a copy of the Bid Tabula- tion for your records. We have reviewed the low bidder's qualifications and find them to be acceptable. A reference check revealed that they have experience in this type of work and also have a reputation for doing good work in a timely manner. There- fore, we recommend award of the project to R.E.C. Industries, Inc. based on their low bid for a total contract amount of $334,000. At your direction we will proceed with contract execution. Sincerely, HAYNIE & KALLMAN, INC. Douglas C. Hearn, E.I.T. CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING LUMP SUN BASE BID UNIT APPROX. QUANTITY LUMP SUM COST LUMP SUM COST LUNP SUN COST 1. Booster Pump Station Base Bid: L.S. 1 $334,000.00 $353,000.00 $378,598.00 including in general, furnishing and installing 3 - 2500 GPM ver- tical turbine pumps with 300 HP motors, motor control valves, surge valve, automatic feed valve and vault, electrical system, flow meter, site work, concrete, yard piping, metal buildings, chlorination equi ment, access road, fencing appurtenances and all labor, materials and equipment, not including the 2,500, 000 g alTon ground storage tank TOTAL - BOOSTER PUMP STATION BASE BID $ 334 ,000.00 $353,000.00 $378,598.00 Haynie & Kallman Inc. BIDS EXTENDED AND CHECKED CONSULTING ENGINEERS 8ID TABILATIONS By: DC H, CIA {in( 1106 South Mays Date: October 8 1986 Round Rock, Texas 78664 (512) 255 -7861 Sheet: 1 of 3 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB N3. 103495 BID DATE 10 -07-86 TIME 2:00 P.M. R.E.C. INDUSTRIES, INC. Bryan, Texas PAYTON CONSTRUCTION CO. Katy, Texas PSENCIK CONSTRUCTION CO., INC. Round Rock, Texas LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS DESCRIPTION SOUTHEAST ROUND ROCK BOOSTER PUMP STATION BID BOND ENCLOSED? Yes Yes Yes ADDENDUM NO. 1 ACKNOWLEDGED? Yes Yes Yes CITY OF ROWD ROCK, TEXAS SOUTHEAST ROWD ROCK BOOSTER PUMP STATION JJB NO. 103 -495 BIDDERS R.E.C. INDUSTRIES, INC. Bryan, Texas PAYTON CONSTRUCTION CO. Katy, Texas PSENCIK CONSTRUCTION CO., INC. Round Rock, Texas LUMP SLM ALTERNATE BID UNIT APPR OX. QUANTITY LUMP S114 COST L1t1P SIN COST LUMP SUd COST 1. Booster Pump Station Al ternate L.S. 1 $ 324 ,000.00 $342,000.00 $364,825.00 Bid: including in general, finishing aid installing 3 - 2500 GPM vertical turbine pumps with 300 HP motors, motor con- trol valves, surge valve, auto- matic feed valve and vault, electrical system, flow meter, site work, concrete, yard pip- ing, masonry buildings, chlori- nation equipment, access road, fencing appurtenances, and all labor, materials and equi pnent, not including the 2,500,000 garlon ground storage tank TOTAL - BOOSTER PUMP STATION ALTERNATE BID $ 324 ,000.00 $342,000.00 $364,825.00 COST BASIS FOR CHANGES MIT APPROX. QUANTITY PRICE PER MIT PRICE PER LNIT PRICE PER WIT 1. Excavation C.Y. $ 25.00 $ 20.00 $ 5.75 2. Fill C.Y. $ 15.00 $ 20.00 $ 5.20 3. Hydromulching S.Y. $ 3.78 $ 1.00 $ .75 4. kcess Road S.Y. $ 13.40 $ 15.00 $ 24.00 Sheet: 2 of 3 CITY OF ROUND ROCK, TEXAS SOUTHEAST ROUND ROCK BOOSTER PUMP STATION JDB N0. 103 -495 BIDDERS R.E.C. INDUSTRIES, INC. Bryan , Texas PAYTON CONSTRUCTION CO. Katy, Texas PSENCIK CONSTRUCTION CO. , INC. Round Rock, Texas MAJDR EQUIPMENT SCFEDULE UNIT APPROX. QUANTITY MANUFACTURER INDICATED / COST REDUCTION MANUFACTURER INDICATED/ COST REDUCTION MANUFACTURER INDICATED/ COST REDUCTION Butterfly Valve Pumps Keystone $ -0- Keystone $ -0- Keystone $ -0- Pump Control Valves 1 a-Val $-0- Bail ey $-0- CI a -Val $ -O- Altitude Valve Cl a -Val $ -0- Bail ey $ -0- Cl a -Val $ -0 - Surge Anticipator Valve Cl a-Val $ -0- Bail ey $ -0- CI a -Val $ -0- Pressure Reducing Valve CI a-Val $ -O- Bail ey $ -0- C1 a -Val $ -0- Vertical Turbine Pumps Byron- Jackson $ -0- Byron - Jackson $ -O- Byron - Jackson $ -0- Sheet: 3 of 3 See attached Bid Surm for additional Bidders. Haynie & Kaltman Inc. y 1106 South Moys zg CONSULTING ENGINEERS Round Rock, Texas 78664 (5121 255 -7661 BID SU ?MARY BRATH, INC. Round Rock, Texas BIDS EXTENDED AND CHECKED By: DC H, CIA LAMBII4 CONSTRUCTION COMPANY New Braunfels, Texas Date : Sheet October 7 1986 • 1 01 2 ' Yes OWNER CITY OF ROUND ROCK BIDDERS JOB N0. 103 -495 BID 04Th 10 -07.86 TIME 2:00 P.M. R.E.C. INDUSTRIES, INC. Bryan, Texas PAYTON CONSTRUCTION CO. Katy, Texas PSENCIK CONSTRUCTION CO., INC. Round Rock, Texas BRYAN CONSTRUCTION CO. Bryan, Texas LOCATION ROUND ROCK, WILLIAMSON COINTY, TEXAS DESCRIPTION SOUTHEAST ROUND ROCK BOOSTER PUMP STATION $406,000.00 BID BOND ENCLOSED? Yes Yes Yes Yes ADDENDUM NO. 1 ACKNOWLEDGED? Yes Yes Yes Ye s BIDDERS BRATH, INC. Round Rock, Texas BAXTER CONSTRUCTION COMPANY OF AUSTIN, INC. Austin, Texas AUSTIN ENGINEERING CO., INC. Austin, Texas LAMBII4 CONSTRUCTION COMPANY New Braunfels, Texas BID BOND ENCLOSED? Yes Yes Yes Yes ADDENDUM N0. 1 ACKNOWLEDGED? Yes Yes Yes Ye s COST COST COST COST TOTAL - BOOSTER PUMP STATION BASE BID $ 334, 000.00 $ 353 ,000.00 $378,598.00 $378,900.00 TOTAL - BOOSTER PUMP STATION ALTERNATE BID $ 324, 000.00 1 342,000.00 1364,825.00 $367,000.00 $406,000.00 COST COST COST COST TOTAL - BOOSTER PUMP STATION BASE BID $392, 000.00 1 403 ,000.00 $413,700.00 $416,000.00 TOTAL - BOOSTER PUMP STATION ALTERNATE BID $ 377, 728.00 $ 38),000.00 $408,000.00 $406,000.00 BID SUMMARY COST BIDS EXTENDED AND CHECKED By: DCH, CLA TOTAL - BOOSTER PUMP STATION BASE BID Date: Sheet: October 7, 1986 2 of 2 $435,000.00 OWNER CITY OF ROUND ROCK BIDDERS JO8 N0. 103 -495 BID DATE 10 -07-86 TIME 2:00 P.M. JOE McDANIEL CONSTRUCTION CO., INC. Austin, Texas UNDERGROUND UTILITIES CO. Del Valle, Texas LEM CONSTRUCTION CO., INC. New Brauifels, Texas H & H CONCRETE CONSTRUCTION CO., INC. Austin, Texas LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS DESCRIPTION SOUTHEAST ROUND ROCK BOOSTER RUMP STATION $421,000.00 BID BOND ENCLOSED? Yes Yes Yes Yes ADDENDUM D. 1 ACKNOWLEDGED? Yes Yes Yes Yes COST COST COST COST TOTAL - BOOSTER PUMP STATION BASE BID $417, 000.00 $ 418,100.00 $425,000.00 $435,000.00 TOTAL - BOOSTER PUMP STATION ALTERNATE BID $395, 000.00 $408,700.00 $415,000.00 $421,000.00 DATE: November 10, 1986 SUBJECT: Council Agenda, November 13, 1986 ITEM: 13B - Consider a resolution authorizing the Mayor to enter into a contract for the Southeast Booster Pump Station Project. This booster pump station is part of the Southeast group. It is being privately funded by this group. Please refer to attachments for details. Haynie & Inc CONSULTING ' ENGINEE 1 1 1 1 1 CITY OF ROUND ROCK SOUTHEAST ROUND ROCK BOOSTER PUMP STATION CONTRACT DOCUMENTS AND SPECIFICATIONS PROJECT NO. 103- 495 -45 Bids will be received at the Round Rock City Ball located at 214 East Main Street, Round Rock, Texas, 78664, at 2:00 p.m., Tuesday, October 7, 1986. Specification No. ENGINEER Haynie & Kaltman. Inc. CIVIL ENGINEERING AND LAND SURVEYING Round Rock, Texas 1 1 1 1 1 1 1 1 1 2, The altitude gauge shown on Sheet 8 of 10 of the Con- struction Plans shall be located on the tank outlet line, not the inlet line. 3. The 24" X 20" tee on the inlet line detail on Sheet 8 of 10 of the Construction Plans shall be a 45 bend. 1 1 1 1 1 7. Delete Note #10 on Sheet 9 of 10 of the Construction Plans. 1 1 1 PIC Haynie & Kaltman, Inc. CONSULTING ENGINEERS October 1, 1986 ADDENDUM NO. 1 SOUTHEAST ROUND ROCK BOOSTER PUMP STATION Project No. 103 -495 1106 South May" • Round Rock, Tenn. 78664 • (512■ 255.7861 Addendum No. 1 to the Plans, Contract Documents and Specifications for the Southeast Round Rock Booster Pump Station for the City of Round Rock. 1. The altitude valve and all associated fittings shall be 16" in diameter, not 12" as called out in the details on Sheet 8 of 10 of the Construction Plans. 4. A 20" X 16" reducer shall be used on the tank side of the altitude valve instead of the 24" X 16" shown on Sheet 8 of 10 of the Construction Plans. 5. The level transmitter specified in Section 01 -12 of the Technical Specifications shall be attached to a 2" tank tap located next to the tank inlet. Two conduits shall run from the interface cabinet to the transmitter, one for power and one with 16 2- shielded conductors for the 4 -20 ma signal. The booster station contractor shall install a valve between the tap and the transmitter. 6. The contractor shall furnish the electrical wiring and equipment for three (3) pumps instead of the four (4) pumps referenced in Section 01 -12 of the Technical Specifications. ADDENDUM NO. 1 - 1/2 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING October 1, 1986 Southeast Hound Rock Booster Pump Station 8. The space for a sump pump on the lighting panel detail on Sheet 9 of 10 of the Construction Plans shall be a spare. 9. Seal wyes shall be installed on all conduit run into the chlorine room. 10. The flow indicator switch specified in Section 01 -12 of the Technical Specifications shall be installed on the first spool piece downstream of the control valve shown in the Booster Pump elevations on Sheets 3 of 10 and 5 of 10 of the Construction Plans. 11. The 24" X 8" tee shown in the Discharge Manifold Sec- tion on Sheets 3 of 10 and 5 of 10 of the Construction Plans for the surge valve shall be flanged. 12. The surge valve specified in Section 01 -08 of the Tech- nical Specifications shall be furnished with one lever type, spring return, DPDT microswitch to indicate open- ed /closed status. This switch shall be wired to the interface cabinet. 13. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2 of 8 of the Proposal. DCH /cla Enclosures HAYNIE & KALLMAN, INC. ^ .tea Doug Hearn Project Engineer ADDENDUM NO. 1 - 2/2 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEETS BID BOND AGREEMENT PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS SOUTHEAST ROUND ROCK BOOSTER PUMP STATION Sealed bids, in envelopes addressed to the City of Round Rock, 214 E. Main Street, Round Rock, Texas 78664, will be received at the above mentioned address until 2:00 p.m., Tuesday, October 7, 1986, and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the construction of the Southeast Round Rock Booster Pump Station, located in Williamson County, Texas. Bids will be submitted in sealed envelopes on the proposal furnished, and marked in the upper left hand corner "Bid for Southeast Round Rock Booster Pump Station, to be opened at 2:00 p.m., Tuesday, October 7, 1986. All proposals shall be accompanied by a cashier's certified check upon a national or state bank in the amount of five (5) percent of the total maximum bid price payable without 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 performance bond within ten (10) days after notice of award of contract 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 considered. 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 successful bidder has executed the contract. Thereafter all remaining securities, including of the successful bidder, will be returned within sixty (60) days. The successful bidder must furnish performance bond and payment bond in the amount of the 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 surities acceptable to the Owner, with approval prior to bid opening. The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received. Page 1 of 2 Plans, specifications and bidding documents may be secured from the office of the Engineer, Haynie & Kallman, Inc., for a non - refundable fee of fifty dollars ($50.00) per set. 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 Engineer, Haynie & Kallman, Inc. and obtain clarification prior to submitting any bid. The improvements shall be completed within 120 calendar days after Notice to Proceed from the Owner. Page 2 of 2 INSTRUCTIONS TO BIDDERS PRoPyuaL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed envelope addressed to: City of Round Rock 214 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: "BID FOR SOUTHEAST ROUND ROCK BOOSTER PUMP STATION. to be opened at 2:00 p.m., Tuesday, October 7, 1986." A proposal will not be accepted unless prepared on the bidding form provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice to Contractors. Bidders or their authorized agents are invited 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 filled with the Owner. PISOUALIFICATION 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 proposals 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 collusion will be considered for future proposals. Page 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. RIDDFR'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 T12_01 L PROPOSAL TO THE CITY COUNCIL FOR THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF THE SOUTHEAST ROUND ROCK BOOSTER PUMP STATION The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that his proposal is made without collusion with any other person, form or corporation; that he has carefully examined the form of contract, Notice to Contractors, inviting bids, conditions or classes of materials of the proposed work; and agrees that he will provide all the necessary labor, machinery tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specification 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 , 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 increased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifications. It is further agreed that lump sum prices may he increased t rover 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 underetood 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 8 i' 4 4 4 a 4 4 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 contract 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 120 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities of technicalities in any proposal in the interest 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 addenda: Addendum No. Dated ONE OCTOBER 1, 1986 J Q _ ao Weeks De cucry Oil 7 -1- 9 We-ks De ll'Ue O li1 C-081 Page 2 of 8 1. SUBMISSION OF THE PROPOS?J. In accordance with the Contract Documents, the above Proposal is hereby submitted by: Exe R.E.C. Industries, Inc. Name of Contractor Vice President Title or Position P.O. Box 4868 Business Address Bryan. City by (Signature) Bra7na. County (Seal if Bid is by a Corporation.) ATTEST: 3 AA1XA,(Av1 , 1 Page 3 of 8 Date OctnhPr 7. 1986 409 - 776 -8245 Telephone Number Texas 7780 State Zip 1 1 PROPOSAL BIDDING SHEET PROJECT: Southeast Round Rock Booster Pump Station LOCATION: Round Rock, Williamson County, Texas 1 OWNER: City of Round Rock ' Gentlemen: I Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to I complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Southeast Round Rock Booster Pump Station, and binds I 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: 1 LUMP SUM BASE BID I Bid Item Description Item Quantity Unit and Written Unit Price 1 1 1 L.S. Pooster Pump Station Base Bid (Alternate 1) including in general, furnishing and installing 3 -2500 GPM vertical turbine pumps with 300 HP I motors, motor control valves, surge valve, automatic feed valve and vault, electrical system, flow meter, site work, concrete, yard piping, metal buildings, chlorination equipment, access I road, fencing appurtenances and all labor, materials and equipment to completely install the pump station as shown on the Plans, IIQt including I the 2,500,000 gallon ground storage tank, per Lump Sum ' for Three Hundre. Thirty Four Thousand Dollars and No Cents. 5334,000.00 ' TOTAL - BOOSTER PUMP STATION BASE BID 5334.000.00 1 Page 4 of 8 1 Item No. Type of Work 1 Excavation 2 Fill 3 Hydromulching 4 Access Road COST BASIS FOR CHANGES LUMP SUM ALTERNATE BID Bid Item Description Itemq Ouantity Unit and Written Unit Price 1 1 L.S. Booster Pump Station Alternate Bid (Alternate 21 including in general, furnishing and installing 3 -2500 GPM vertical turbine pumps with 300 HP motors, motor control valves, surge valve, automatic feed valve and vault, electrical system, flow meter, site work, concrete, yard piping, masonry buildings, chlorination equipment, access road, fencing appurtenances and all labor, materials and equipment to completely install the pump station as shown on the Plans, not including the 2,500,000 gallon ground storage tank, per Lump Sum for Three Hundred Twenty Four Thousand Dollars and No Cents. $324.000.00 TOTAL - BOOSTER PUMP STATION ALTERNATE BID $324.000.00 The following Supplementary Schedule of Unit Prices will apply in the event that the Owner orders in writing additoins or deductions from he work detailed on the contract drawings as covered by the Biddidng Schedule. It is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to rejet any and /or all of the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept, by including the same in the Contract as unit prices applicable in the event of additions to or deductions from the work to be performed on Lump Sum Items under this Contract, any of all of such unit prices which it may considei fait and reasonable. Page 5 of 8 Unit Price Per Unit C.Y. $ 25.00 C.Y. $ 15.00 S.Y. $ 3.78 S.Y. $ 13.40 1 4 U 11 $UBSTITUTE EOUIPMENT Allowance of substitute equipment does not constitute a waiver of the Specifications. If the Bidder desires to offer equipment as a substitute to the Lump Sum Base Bid he shall indicate in appropriate schedule below the amount to be deducted from each bid provided that the proposed substitution is acceptable to the Engineer and Owner. The Owner reserves the right to decide whether or not the proposed substitution will be accepted. In order that the Engineer may determine if the proposed substitute item is a satisfactory alternate to the that specified, one set of drawings, specifications, full descriptive material and a detailed list of the equipment proposed shall be submitted at least twelve (12) days prior to bid date. A list of all acceptable substitute manufacturers of major equipment will be provided seven (7) days prior to bid date. No other manufacturers will be accepted as a satisfactory alternate than those shown in the schedule or on the list of acceptable manufacturers. In the event that the substitute material or article is not chosen, then the material or article as specified shall be furnished for the amount included in the Lump Sum Base Bid. In the event that the substitute material or article is allowed, the proposed substitute material or article shall be furnished and the Contract Price shall be adjusted accordingly by a Change Order which will be executed simultaneously with the signing of the Contract. Award of the Contract, however, will be made on the basis of the Proposal with the lowest Lump Sum Base Bid, from the lowest responsive, responsible, qualified Bidder. Substitutions or modifications will not be considered after receipt of the Bidder's Proposal. MAJOR EOUIPMENT SCHEDULES All major equipment shall be bid according to Section A below. a. Major Equipment - The following are designated as major equipment items to be furnished. The Bidder must indicate which Manufacturer /Supplier of equipment he intends to supply, either by circling one of the items listed and /or by writing in an approved equal substitute. When the Bidder writes in a substitute, he must also circle one (1) of the listed items. Should the write -in substitute be determined not equal" by the Engineer, then the Bidder must supply the circled item. Should a Bidder fail to indicate which manufacturer his Lump Sum Base Bid or Elective Alternate Lump Sum Base Bid is based upon, the Bidder will supply the item noted as "a" for his Bid. Page 6 of 8 Substitute equipment manufacturers will generally be deemed equal provided that: 1. The substitute equipment is of equal quality, function and performance to the listed equipment item, and it will perform satisfactorily and continously. In this case, it will be assumed that the coat to the Contractor of the equipment proposed to be substituted is leas than the equipment named in the Contract, and, if the substitution is approved, the Contract price shall be reduced a corresponding amount by a Change Order which will be executed simultaneously with the signing of the Contract. The cost to be deducted from the Lump Sum Base Bids or the Elective Alternate Lump sum Base Bid price for acceptable substitute equipment shall be listed in the appropriate space on this equipment list; 2. The equipment or material proposed for substitution is superior in construction and efficiency to that named in the Contract. No substitute equipment will be considered unless it is on the list of acceptable manufacturers and in the opinion of the Owner and the Engineer, it conforms to the Contract Drawings and Specifications in all respects, except for make and manufacturer and minor details. Design of this Project is based upon the manufacturer's equipment or product noted as the "a" items below. Listed in this Proposal and noted as the "b" or "c" item below are manufacturers whose equipment or product is deemed equal in quality; however, should a Bidder propose furnishing a "b" or 'c" item or substitute equipment, he shall comply with the following paragraphs. Should the Contractor furnish an approved substitute unit, or a 'b" or "c" named manufacturer, he shall notify in writing the Engineer's office, of all dimensional, mechanical. electrical and structural changes and /or requirements for the unit's ule and shall reimburse the Owner for any associated redesign and /or construction drawings. He shall include in his bid, the additional construction costs of mechanical, architectural, structural, electrical, and engineering costa of that unit. Redesign and Drawing revisions will be prepared by the Engineer. The Contractor shall pay the Owner for such redesign costs. The bid shall pay the Owner for such redesign costs. The bid shall also include any paid up licenses necessary for the use of the equipment, if required by the Engineer. Page 7 of 8 S 4 S Reimbursement shall be based on the Engineer's direct labor costs, plus indirect labor costa, plus any direct non -labor expenses such as travel or per diem plus profit of the above total. $AJOR EOUIPMENT SCHEDULE (Lump Sum Base Bid) Spec. Section 05 Butterfly Valve Keystone Pumps Pumps ) B.I.F. c) Kennedy d) Approved equal 01 Pump Control Valves 01 Altitude Valve Description Manufacturer (a� Cla -Val Bailey c) Approved equal Cla -Val b) Bailey c) Approved equal Substitute 01 Surge Anticipator Ct Cla -Val Valve b) Bailey c) Approved equal 01 Pressure Reducing a� Cla -Val Valve b) Bailey c) Approved equal 07,08,09 Vertical Turbine aQ Byron Jackson Pumps b) Approved equal Page 8 of 8 Cost to be Reduced from Total Contract for Acceptable Sub- stitute Equipment Only 11 THE STATE OF TEXAS 1 COUNTY OF n a,zo 5 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE R.E.C. Ir 4".5tr Inc P. 0- Box A Dog, 6r an Texas 11 Bo 5 , as PRINCIPAL and 1-i deh-I-tj Depose+ ( of mDry lo.nd. , as SURETY, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS, herein- after referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ 6°1. CA6 THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction of the work under the "SPECIFICATIONS FOR CONSTRUCTION OF THE SOUTHEAST ROUND ROCK BOOSTER PUMP STATION ", for which bids are to be opened at the office of the OWNER on February 4, 1986; NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and within the time and manner required under the heading "In- structions to Bidders ", after the prescribed forms are pre- sented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in BB -1 1 t S accordance with the bid and files the two bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obliga- tion shall be null and void, otherwise, it shall be and re- main in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incur- red by the OWNER in such suit, including a reasonable attor- ney's fee to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 7 0) day of OC{vbcr , 19 %Ls . Q E. C - Y■duStrieS, Tnc. Principal By: Title Address R_E. e. I.nttus-k;es P.0 60 x Q1sc� 6 Lfl Tex0.5 91Yo5 F0d0,+1 ordDeposIf nportj o NIar) - sit Surety By: Title A TLn Fa-Cf Address F1 d El,iy ° Depo5,1 Cvvnf any of i}1u L'4 5j50 Fa Gus. S+reet cky o_cUS� N�� "r K x31.c L: S j J The name and address of the Resident Agent of Surety is: Anco Insurance, Po. Bo 38Y4 g Tx 9105 BB -2 FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOMB OFFICES: BALTIMORE, MD. 21203 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 on the date hereof, do hereby nominate, consti- tute and appoint M. L. Cashion of' Bryan, Texas.. ,. , ,, , , , , , , , , , , ., e true 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 behalf of Independent Executors, Community Survivors and Community Guardians. n. 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 acknowl- edged 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 M. L. Cashion, dated, February 11, 1980. 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 29th A.D. 19_62.. ATTEST By ice - President e LI4I9(TX)— Cet.3M, 12-81 214396 — 870 - 2276 FIDELITY AND DEPOSIT COMJP ANY I4)F MARYLAND Assislanl Secretary Assistant Secretary day of January FIDELITY A 1 DEP �.IT COMPANY By Notary Public Vice- President STATE OF MARYLAND CITY OF BALTIMORE f xa: On this 29th day of January , A.D. 1982 before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualifi came the above -named Vice- Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the Fl DELITY 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 being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto net my hand and affixed m year fast above written. aythe City f timore the day and My commission expires July 1 1 .982 CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AN D DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing in a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - Presidents who executed the said Power of Attorney were Vice - Presidents specially authorized by the Boards of Directors to appoint any Attorney -in -Fact as pro- vided in Article VI, Section 2 of the respective Ry -Laws of 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 a meeting duly called and held on the 16th day of July. 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COM PANY at a meeting duly called and held on the 2nd day of November. 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, f have hereunto subscribed my name and affixed the corporate seals of the said Companies, thfy 7th day of October 86 19 sistant Secretary 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- townies -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, agreeznents, 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 t:tereto." 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, recognizance-s, 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 WILLIAMSON { { AGREEMENT T IS AGREEMENT, made and entered into this / L day of Plntt,t.tn i , 198 , A.D. by and between , the County of Williamso , and the State of Texas, acting through it's Mayor thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and R.E.C. INDUSTRIES. INC. of the City of Bryan, County of Brazos 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 performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: SOUTHEAST ROUND ROCK BOOSTER PUI.P STATION 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 Plana, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE & RMAN, INC., 1106 South Mays, Round Rock, Texas 78664, herein entitled the ENGINEER, each of which had been identified by the CONTRACTOR'S written proposal, the General Conditions of the Agreement, and the Performance, Payment and Maintenance Bonds hereof and collectively evidence and constitute the entire contract. Page 1 of 2 The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to complete the same within 120 calendar days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK Party of the First Part (OWNER) By 7 Mayor ATTEST: l i!JIL/ ' i /Iti (_"e following to be executed if the Page 2 of 2 R.E.C. INDUSTRIES. INC. Party of the Second Part (CONTRACTOR) By: 64 Vic e JJJ ATTEST: j a4 : %e d ent actor is a Corporation) . THE STATE OF TEXAS COUNTY OF BRA PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT cZ, f. of the City of &lair) County of VfClt7J)5 , and State of 1fj as principal, and V VieId f trot OCvr1� Om - 41151 a (ClaNn.od 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 Ihfee HURlaYi i fifty Fb1(7nnll.30ndC nd - - -- Dollars ($ [(O, t -' ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of 19 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; 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 and sealed this instrument this day 19 �. C. Tnclu���rte5 ,Thc Principal By L, .Qlll d Title U;Lc. - TPS Address F t. l r(1t t,411€ J n( P, D. y '1 (In T x i 30) The name and address of the Resident Agent of Surety is ANCO Bryan, Texas 77805 F"idelIky and Qepc6 f Cory „ c 1 , 0'tka a lanc6 Surety PB -2 By /O. (' l.L. Cck Icc -, Surety have signed of Title ai - 0( 0 q -TSl ac Addressridock anc1 Qe ct L;ctil L%t (0 {land 50 Eflek CS ene.6et , (.'ftte icacw) , N eu \icxY, 13':x, - I ? REMINDER Sign end seal bond. Date contract and rower of attorney same date of contract. THE STATE OF TEXAS COUNTY OF E3i(t205 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, THAT R ,£. C . frdLL t71r`, j .iJ7C_ , of the City of 1 x is rl `` � , and o County of i ';(117�:� d State f )e4L as principal, and hr:le.ld+ j (ln i 11e.rA 6:1)1pon■I (1)C rcl9qc t 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—TV-00. 14undreeC1 TY1Nhj 1 OUWLCtOC1 u- i Lt. - -- — Dollars ($ 3 ,ex' ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Contract with the Owner, dated the day of 19 , to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said Contract, then, this obligation shall be void; otherwise to remain in full force and effect; PB -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 , . e. 1ndu�YCie_ , Lne �i�iP,l�i;� and nefu.6ilr C;lct Principal Surety ayezaby e.7 k%a �2eer *,/ By C 1( �ia Ic i -'— Title 1/;(e ✓) ;"reS)En1 Title Odiofne,4 -Tjn- Vact Address ¢ C - t �IP� L Address 60:1 -- Aiyi 3 , r '1 Viso Q.O. 6o1, P,a5i- 1= 3 e ne e, 6-Ian 7 'l`1P[Y) , k ?i.a `.,_ ��,'� The name and address of the Resident Agent of Surety is: ANCO r. O. amx 7800 Bryan, Texas 77805 PB - REMINDER Sign and seal bond. Date contract and power of attorney same date of contract. MAINTENANCE BOND THE STATE OF TEXAS I COUNTY OF u KNOW ALL MEN BY THESE PRESENTS, THAT WE K.L _LI�Li fIP`> fl. , as PRINCIPAL and ` - ,6,1LI- and [ Xt ex3rovtrili D CflQ v fin , a Corporation organized under the laws of the State of 0 - , as SURETY, are held and firmly bound unto C_'tt"N i Garr" 16. CV, I t41v , as OBLIGEE, in the penal sum of Thfe e H nd red I h I r {- ['our(' ho uscx (Id ekndi ICI) -- Dollars ($ 33 ), to which payment will and truly to be made we do bind our- selves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. r WHEREAS, the said PRINCIPAL has constructed I N', SGU - +r1 ROurld ` Rrx � P C Our, P c3-1-0:60n WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a bond conditioned to guarantee for the period of one year after approval by 1-(1 j lle 1 N IOC all defects in workmanship and materials which may become apparent during said period; MB -1 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all loss that the OBLIGEE may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after date of acceptance by the OWNER, then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this day of 19 R.F; .4fit5 D - Principal BY Ll / �df J 2 9 //t�dfi %hC- Title V;ct PreSInt Address Q.',. ( Ll ll: CIP Jot' MB -2 tide and 0F1)cti, +CW p! 0,iaq n_nd Surety By: I► f - � _ £ ciJu ., m .v. Ceeil Title Q1 Ln - - cc - t Address 71 l,t (11 Qe .; ,i:`'4:�� (s. vjc p (ac,� The name and address of the Resident Agent of Surety is: 71NCO P n Rnv 3RRSJ Bryan, Texas 77805 REMINDER Sign and seal bond. Data contract and Rower of attorney saran . data of contract. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 on the date hereof, do hereby nominate, consti- tute and appoint M. L, Cashion of Bryan, Texas, , , , , , , , , , , , , , , true 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 behalf of Independent Executors Survivors and Community Guardians. n+ 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 acknowl- edged 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 M. L. Cashion, dated, February 11, 1980. 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 29th A.D. 19..82_._ ATTEST: FIDELITY AND DEPOSIT CO F MARYLAND year first above written. FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE, MD. 21203 C 9; e 0.) Pe_Q,g_L..,4 By FIDELITY By L1619(Tx) —Ctf, EM, 13-81 214398 — 870 - 2276 Assistant Secretary day of Assistant Secretary STATE OA MARYLAND CITY OA BALTIMORE J SS On this 29th day of January , A.D. 1982 before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualifi came the above -named Vice - Presidents and Assistant Secretaries 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 being by me duly sworn, severally and each for himself deposeth and eaith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my r : d and affixed l Sgnl a the City timore the day and January r ice- President IT COMPANY .Gtsr � Vice- President Notary Public My commission expires.. July 1,, 19$2 CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original 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 certificate: and I do further certify that the Vice- Presidents who executed the said Power of Attorney were Vice - Presidents specially authorized by the Boards of Directors to appoint any Attorney -in -Fact as pro- vided in Article VI, Section 2 of the respective By -Laws of 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 Fl DELITY AND DEPOSIT COMPANY OF MARYLAND at a 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 d of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this___ day of 19 S' IR VfIT PR(1TF("TifIAT T (Ink' FfIR TUR PE -ri AAIATFR Nit AATZ 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- Residents, 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 - Residents, 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 and documents which the business of the Company may require, and to affix the seal of the Company thereto." OVERAGES CERTIFICATE OF INSURANCE ERTIFICATE HOLDER CANCELLATION WAY PEN ACCOENO PROPERTY DAMAGE Eu Po $1 ,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED DEFO E THE EX. PIRATION DATE THEREOF, THE ISSUING •COMPANY_ WILL ENDEAVOR TO MAIL 1� ((�1 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BDYFAILURE TOME_ SUCH NOTICE SHALL SEOSE NOORLICRAT)ON OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATNE M L Cashio - ORD 25 (8/84) IIRIACORD CORPORATION 1984 0 TYPE OF N5URANC.E GENERAL UABLWY" X COAWHLSNE FOIPA X PIENBESICPRUI1O NS gSM COL AIPSE H82 X PIgWCIS WFPLEIED OPERATIONS X COIORACNAL X N m men COTRACTORS ... X MLAD FGPA PROPERTY DAMAGE -x PEITSOIW.INJURY x Broad Form C AUTOMOBLE LIABILITY ,, ANY AUTO AU. OWNED AUTOS (R PASS.) AU. OWNED AUTOS war) PRN�PASS. wino: s. COMPEMBATION AND EMPLOYERS UABIUTY TM68026437 GL67472086 UB38732349 TC722239057 LC34925224 8/17/86 9/8/86 8/17/86 12/1/86 MO' DAMPER - IMIE Q.NMD I9T) • 8/17/87 9/8/87 8/17/87 8/17/87 12/1/87 BI 100 /300 D 25/50 LIABILITY UNITS IN THOUSANDS $500 (DISEASE- POLICY LIN $100 (DISEASE -EACH EMPLOYEE) PRODUCER NSURE0 Anco Insurance PO Box 3889 Bryan TX 77805 REC Industries Inc P o Box 4868 Bryan. TX 77805 THIS B TO CERTFY THAT POLICIES OF INSURANCE LISTED BELOW IAYE SEEN ISSUEDTO TIE INSURED NAMED ABOVE FOR THE POLICY PERIOD DIDICATED. NOTWITNBTAIDNG ANY REGUR TERM OR TE OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE B IB S UE , THE NSU�TANCE AFFORDED BY TIE POLIO DESCRIBED HEREIN I5 SUBJECT TO ALJTHE TERMS, EXCLUSIONS. AND CORM OF SUCH POUCIES. ESCRIPTION OF OPERATIONS JLOCATIONSNEHICLESISPECIAL ITEMS City of Round Rock 214 E Main Round Rock TX 78664 THE CERTIFICATE IS ISSUED AS A MATTER OF INFQHIATWN YA/ID-CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. CERTIFICATE DDEB "NOT AMEND, EXTEND OR ALTER THE COVERAGE VIRE POLICIES BELOW. LErrsa Y A American General Fire & Casualty L OM P ANV COMPANY LETTER C �R" F D COMPANY COMPANIES AFFORDING COVERAGE RECEIVED OCT 2 01966 Haynie and K2!!cmn Ins. The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Name R F.C. Tnrh,atriPA, Tne (2) Address P.O. Box 4868, Bryan, Texas 77805 (3) Phone Number (409) 776 -8245 (4) Type of firm: ( ) Individual, ( ) Partnership, ( x ) Corporation (5) Corporation organized under the laws of the State of Texas (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: Pat Lewis Craig J. Lewis James Lewis Owner (7) Number of years experience 25 (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner $ 357,000.00 Piping Reno. 10 -5 -86 Brrvan I.s_n_ F1 u„ha a> $ 49,018.00 wing Reno. $ 159,000.00 Mech. Reno. 5 -30 -86 TAMU Cn1leQN Statinn. Texas (5) 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 MO Electric Associated Fence INFORMATION REQUIRED OF LOW BIDDER President Vice President 8 -13 -86 U.S.D.A. Travis Witt Address Work to be Performed P.O. Box 4392 Bryan, T .. 7700:, P.O. Bo 2638 Fence Brvan T exaC 77801 Young & Sons, Inc. P.O. Box 4065 gAIL Texas 77801 Road Page 1 of 2 Electrical (10) Payment of taxes, in the State of Texas Yes X No (Unless job is tax exempt) (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 e.re,.,vl A ' N J slext c o 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 7 2.15 Subcontractors 8 2.16 Owner's Status 8 2.17 Completed Portions of Work 8 2.18 Materials 8 2.19 Receiving and Storage of Materials 8 2.20 "Or Equal" Clause 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. CONTRAC'TOR'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 2 2 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 & Kallman, 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, names 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 equipment, supplies, material, and services to be fur- nished under the Contract unless some other meaning is indicated by the context. 1.12 Working Darr. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the prin- cipal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. GC -2 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if de- livered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litiga- tion it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Con- tract; that he shall determine all questions in rela- tion to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and find- ings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the 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 Kee0inq 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 tne 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- ro clam: for extra work of any kind i i11 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 stall proceed with tne 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, the prices for the use of machinery and equip- ment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superinten- dence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to GC -7 become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully re- sponsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon writ- ten notice from the Owner. 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any sub- contractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not com- pleted in accordance with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall he entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except where the written permission of the Engineer is given. 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to GC -8 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 by the Parties to this Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total Contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or fur- nishing him any equipment in the execution of the Con- tract. It is agreed that the Contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds will be made by the Owner. The surety company or companies underwriting the per- formance and payment bonds shall be acceptable accord- ing to the latest list of companies holding certifi- cates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. GC -10 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment in- ventory and records showing the satisfactory comple- tion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of 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 stepped 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 -19 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 is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and con- tracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanent- ly from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 5,001.00 to $ 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,000.00 2,000,001.00 to 5,000,000.00 GC -17 $ 30.00 35.00 40.00 50.00 70.00 200.00 300.00 400.00 500.00 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Con- tract, the Contractor shall indemnity and save harm- less the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and ex- penses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or alleg- edly caused, by any willful acts, negligence, nui- sance, or breach of any term or condition of this Con- tract by the Contractor, his agents, servants, subcon- tractors, or employees. The Contractor shall further- more indemnify and save harmless the Owner and the Owner's agents and employees from all demands of sub- contractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall 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 became due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employ- ees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall fur- nish the Owner with a certificate from the Industrial Accident Board evidencing the Contractor's and subcon- tractors' compliance with said statute. 6.03 Comprehensive General Liability Insurance. The Con- tractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Com- prehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability GC -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 Cori - 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 Comprener:- sive Automobile Liability insurance coverage shall nct 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 fail to commence compliance with the notice for com- pletion hereinbefore provided within 10 days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: a. The Owner may thereupon employ such force of work- ers and use such machinery, equipment, tools, mat- erials, and supplies as said Owner may deem neces- sary to complete the work and charge the expense of such labor, machinery, equipment, tools, mater- ials, and supplies to said Contractor, and the ex- pense so charged shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contrac- tor under and by virtue of this Contract. In case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, then said Con- tractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same GC -21 had been completed by said Contractor, then the Contractor or his Surety shall pay the amount of such excess to the Owner. b. The Owner under sealed bids, after 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 oontract 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 Engineer will make an approxi- mate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Con- tractor 90 percent of the amount of such estimated sum on or before the 15th day of said month. It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may, upon written recommen- dation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Engineer notice that the work has been completed the Engineer shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accor- dance with the plans, specifications and Contract. If GC -24 so, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final accep- tance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Com- pletion Certificate has been issued the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnish- ed under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the Contractor within 15 days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically under- stood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 en- titled "Notarized Affidavit ", has been submitted to the Engineer. All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company con- sents to final payment to the Contractor being made by the Owner. 9.08 Release of Liability. The acceptance by the Contrac- tor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any per- son relating to or affecting the work. GC -25 9.09 Contractor's Obligation. Neither the Contract Comple- tion Certificate nor the final payment nor any provi- sion in the Contract Documents shall relieve the Con- tractor of the obligation for fulfillment of any war- ranty which may be required in the Contract Docu- ments. 9.10 Payments Withheld. The Owner may, on account of sub- sequently discovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payments proper- ly to subcontractors or for material or labor. d. Damage to another contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. GC -2 6 SPECIAL CONDITIONS OF AGREEMENT SECTION 01 - INFORMATION 01 -01 - ENGINEER SPECIAL CONDITIONS OF THE AGREEMENT The word "Engineer" in these Specifications shall be understood as referring to Haynie & Kallman, Inc., 1106 South Mays, Round Rock, Texas 78664. Engineer of the Owner, or the Engineer's authorized representative, supervisor or inspector to act in any particular position for the Owner. 01 -02 - COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor with three (3) sets of conforming Contract Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from Engineer at commercial reproduction rates plus 20% for handling. 01 -03 - GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 - LIOUIDATED DAMAGES FOR DELAY The Contractor shall pay to the Owner for each and every calendar day, including Sundays and legal holidays, that he shall be in default by not completing the whole work to be done under this Contract, after giving effect to extensions of contract time which are authorized hereunder, the sum of $200.00 per calendar day, which sum is by the execution of this Agreement mutually fixed, determined and agreed upon as liquidated damages, which the Owner will suffer by reason of such default and not as a penalty. The Owner shall have the right to deduct the amount of such damages from any monies due or to become due the Contractor under this Contract, and in the event such damages exceed the sum due or to become due the Contractor hereunder, the latter shall be liable to the Owner for such difference. SC -1 01 -05 - TIME OF COMPLETION 01 -06 - DEEZE 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. 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 - pEVISION OF GENERAL CONDITIONS Replace Section 2.20 of the General Conditions of Agreement 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 particular 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 Contractor is responsible for submitting the required information to the Engineer at least fourteen (14) 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 SC -2 02 -01 - CROSSING UTILITIES Prior to commencing construction, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 -02 - "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall deliver this correctly marked set of drawings to the Engineer. 02 -03 - LANDS FOR WORK The Owner is in the process of finalizing easements, permits and site acquisition for lands upon which work is to be done. It is possible that delays on acquisition of some of the property owner's lands for easements may occur. Contractor provides, at his expense and without liability of owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -04 - UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. 02 -05 - GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost therefor from Contractor. SC -3 02 -06 - DEVIATIONS OCCASIONED BY UTILITY STRUCTURES 02 -07 - BLASTINQ Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder progress of work. The City of Austin Blasting Ordinance shall be enforced on this project. Copies of the ordinance are available at no cost from the City of Austin Engineering Department, Permits Section, 301 W. 2nd Street, Austin, Texas. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly flammable materials, shall conform to Federal, State and Local Laws and Ordinances. The following is a list of requirements in addition to Federal, State and Local Laws and Ordinances: 1. The contractor shall furnish the Owner with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty -four (24) hours prior to using explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The Contractor shall notify the City of Round Rock, Public Works Department, 255 -3612, at least twenty -four (24) hours prior to the use of explosives. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineer. SC -4 SECTION 03 - INSURANCE 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the Inspector, the permit, or by safety blasting practices. 5. The Engineer or his representative shall have the right to limit the use of explosives and /or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. 6. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. (The Contractor is fully responsible for all claims resulting from his blasting operations.) 7. Monitoring by an independent testing laboratory is required when blasting within 500 feet of any structures. All slabs within 500 feet shall be inspected by the Contractor and testing laboratory representative before and after the blasting occurs. The cost of the testing labs services shall be borne by the Contractor. 8. The Contractor shall acquire a blasting permit from the City of Round Rock. All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to the acts or omissions of the Owner or Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. 03 -01 Insurance policies must be obtained by the Contractor or separate endorsements obtained to his existing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. The principal types of insurance which will be necessary are: SC -5 Public Liability and Property Damage to protect the Contractor, any of this Subcontractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. 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 Emplover's Liability Insurance. guilder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. SECTION 04 - pREVAILING WAGE SCALE - NOTICE 1. This determination of prevailing wages shall not be construed to prohibit the payment of more than the rates named. Under no condition shall any laborer, workman or mechanic employed on this job be paid less than the minimum wage scale. 2. In execution of this contract, the contractor must comply with all applicable state and federal laws, including but not limited to laws concerned with labor equal employment opportunity, safety, and minimum wage. 3. Pursuant to the provisions of Section 2 of Article 5159a, Vernon's Civil Statutes, "The contractor shall forfeit as a penalty to the state, county, city and county, city, town, district or other political subdivision of whose behalf the contract is made or awarded ten dollars ($10.00) for each laborer, workmen or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid leas than the said stipulated rates for any work done under the said contract, by him, or by any sub- contractor under him, and the said public body awarding the contract, shall cause to be inserted in the contract a stipulation to this effect." SECTION 05 05 -01 pL - MEASUREMENT AND PAYMENT SC -6 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 satisfactory completion of the work which are not specifically 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 considered as incidental to the work. All costs thereof, including 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 prepare his Bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials and performing all operations required 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, 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 modified 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 SC -7 SECTION 06 - SCHEDULE OF VALUES 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. 06 - 01 - CONTRACTOR COST BREAKDOWN SECTION 07 - TESTING A. Immediately after being awarded as 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. 07 -01 - PESCRIPTION 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 specified requirements. B. Related work described elsewhere: Requirements for testing are described in various Sections of these specifications and as follows. 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. SC -8 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 construction schedule. 2. When changes of the construction schedule are necessary, coordinate such changes with the testing 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 -9 -- RCA N% Oct SQL-r-A‘LA'CtoNs TECHNICAL SPECIFICATIONS 1 1 1 SECTION 01 - BOOSTER PUMP STATION RAg± 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 02 - EARTHWORK SECTION 03 - CONCRETE TECHNICAL SPECIFICATIONS INDEX 01 -01 Description 1 01 -02 Site Clearing & Excavation 1 01 -03 Storage 1 01 -04 Fencing 1 01 -05 Plant Piping 1 01 -06 Booster Pumps 1 01 -07 Pump Control Valves 1 01 -08 Surge Anticipator Valve 2 01 -09 Altitude Valve 3 01 -10 Pressure Reducing Valve 3 01 -11 Water Meter 3 01 -12 Controls and Electrical 4 01 -13 Booster Pump Station Building 5 01 -14 Chlorinator 6 01 -15 Landscaping 6 01 -16 Measurement and Payment 6 02 -01 Description 1 02 -02 Clearing 1 02 -03 Excavation 1 02 -04 Materials 1 02 -05 Filling 2 02 -06 Drainage 2 02 -07 Measurement and Payment 2 03 -01 General 1 03 -02 Scope 1 03 -03 Portland Cement 1 03 -04 Aggregates 2 03 -05 Water 2 03 -06 Admixtures 3 03 -07 Proportioning 3 03 -08 Mixing 4 03 -09 Concrete Consistency 5 03 -10 Transit Mixers 6 03 -11 Hand Mixing 7 03 -12 Transporting Batched Materials and Mixed Concrete 8 03 -13 Steel Reinforcement for Concrete 8 03 -14 Expansion Joint Filler and Joint Sealants 9 03 -15 Concrete Construction 12 03 -16 Finishing Types` 21 i SECTION 03 - CONCRETE (continued) 03 -17 Openings for Installation of, and Preparation for Other Work 23 03 -18 Defective Work 24 03 -19 Tests 25 03 -20 Cleaning 2 03 -21 Measurement and Payment 26 SECTION 04 - PAINTING 04 -01 Description 1 04 -02 Quality Assurance 1 04 -03 Submittales 4 04 -04 Product Delivery, Storage and Handling 4 04 -05 Job Conditions 4 04 -06 Products - Paint Materials 5 04 -07 Colors and Finishes 6 04 -08 Painting Schedule 7 04 -09 Cleaning and Preparation of Surfaces 11 04 -10 Paint Application 14 04 -11 Measurement and Payment 18 SPECIAL PROVISION NO. 1 TO SECTION 05 A. General 1 B. Supplementary Information 1 C. Manual Operators 2 SECTION 05 - WATER PIPELINES, FITTINGS, VALVES AND OTHER APPURTENANCES 05 -01 Description 1 05 -02 Materials - Pipe 1 05 -03 Materials - Valves and Fire Hydrants 05 -04 Granular Material for Pipe Bedding and Pipe Zone Backfill 2 05 -05 Measurement and Payment 2 SECTION 06 - INSTALLATION OF WATER LINES 06 -01 Description 1 06 -02 Checking Pipe 1 06 -03 Excavation, Bedding and Backfill - Trench 1 06 -04 Pipe Installation 2 06 -05 Protection of Existing Utilities 3 06 -06 Pavement and /or Railroad Crossings 3 06 -07 Setting Valve and Valve Boxes 3 06 -08 Tests for Water Mains 3 06 -09 Disinfection of Completed Water Lines 4 06 -10 Clean -Up 4 06 -11 Measurement and Payment 4 ii 1 SPECIAL PROVISION NO. 1 TO SECTIONS 07, 08 AND 09 1 1 1 1 1 1 SECTION 08 - VERTICAL TURBINE PUMPS, CLOSED COUPLED 1 1 1 1 1 1 1 1 1 1 1 A. General 1 B. Performance 1 C. Motor Characteristics 1 SECTION 07 - ELECTRICAL MOTOR, INTEGRAL HP, POLYPHASE, INDUCTION VERTICAL, WEATHER PROTECTED, 600 HP AND SMALLER 07 -01 General 1 07 -02 Size 1 07 -03 Type 1 07 -04 Construction 1 07 -05 Standards 1 07 -06 Bearings 1 07 -07 Manufacturer 1 07 -08 Submittals 2 07 -09 Measurement and Payment 2 08 -01 Description 1 08 -02 Pump Head 1 08 -03 Bowls, Suctions and Discharge Pieces 1 08 -04 Impellers 1 08 -05 Impeller Shaft 1 08 -06 Bearings 1 08 -07 Discharge Column Assembly 1 08 -08 Factory Painting 2 08 -09 Performance Tests 2 08 -10 Data to be Furnished 2 08 -11 Measurement and Payment 3 SECTION 09 - VERTICAL TURBINE PUMP SUCTION CASE 09 -01 Description 09 -02 Construction 1 09 -03 Welding 1 09 -04 Protective Coating 1 09 -05 Dimensions 1 09 -06 Measurement and Payment 1 SECTION 10 - INSTALLATION OF VERTICAL TURBINE PUMPING UNITS 10 -01 Description 1 10 -02 Setting Pump and Suction Case 1 10 -03 Setting Pump without Suction Case 1 10 -04 Special Precautions 1 10 -05 Measurement and Payment 1 iii Page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 11 - BOOSTER PUMP STATION BUILDING 11 -01 Description 1 11 -02 Site Work 1 11 -03 Floor Slab 1 11 -04 Measurement and Payment 1 SECTION 12 - MASONRY 12 -01 Masonry Mortar 1 12 -02 Masonry Accessories 2 12 -03 Unit Masonry 3 12 -04 Masonry Cleaning 7 12 -05 Measurement and Payment 8 SECTION 13 - METALS 13 -01 Structural Metal 1 13 -02 Fabrication and Erection 3 13 -03 Shop Painting 5 13 -04 Erection 6 13 -05 Field Touch -Up Painting 6 13 -06 Grouting of Base Plates and Bearing Plates 7 13 -07 Testing 13 -08 Steel Joists 8 13 -09 Metal Roof Deck and Wall Panels 10 13 -10 Metal Fabrications 12 13 -11 Anchor Bolts 15 13 -12 Prefabricated Metal Building 17 13 -13 Measurement and Payment 18 SECTION 14 - BUILDING INSULATION 14 -01 Description 1 14 -02 Roof Insulation 1 14 -03 Installation 1 14 -04 Measurement and Payment 1 SECTION 16 - FLASHING AND SHEET METAL 16 -01 Description 1 16 -02 Applicable Specifications and Standards 1 16 -03 Product Delivery, Storage Handling and Job Conditions 1 16 -04 Warranty 2 16 -05 Sheet Metal 2 iv PAgg 1 I SECTION 16 - FLASHING AND SHEET METAL (continued) 16 -06 Nails and Fasteners 2 16 -07 Miscellaneous Materials 2 16 -08 Performance 2 16 -09 Inspection 2 16 -10 Installation 3 16 -11 Cleaning 3 16 -12 Measurement and Payment 3 1 1 1 1 1 1 1 1 1 20 -01 Description 1 20 -02 Insulation 1 20 -03 Outside Piping 1 20 -04 Valves 1 20 -05 Measurement and Payment 1 SECTION 21 - ELECTRICAL 1 1 1 SECTION 17 - SEALANTS AND CAULKINGS SECTION 18 - BUILDING ACCESSORIES SECTION 19 - CHAIN LINK FENCE (MANPROOF) SECTION 20 - PIPE INSULATION 1 Paae 17 -01 Description 1 17 -02 Submittals 1 17 -03 Materials 1 17 -04 Preparation 1 17 -05 Joint Size and Backing 1 17 -06 Application 2 17 -07 Cleaning 2 17 -08 Measurement and Payment 2 18 -01 Personnel Doors I 18 -02 Overhead Door 1 18 -03 Aluminum Windows (as shown on Plans) 2 18 -04 Wall Vents 2 18 -05 Measurement and Payment 2 19 -01 Description 1 19 -02 Materials 1 19 -03 Installation of Fence 3 19 -04 Measurement and Payment 4 21 -01 Description 1 21 -02 Applicable Specifications and Standards 1 21 -03 General Conditions 1 21 -04 Plans and Specifications 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 21 - ELECTRICAL (continued) SECTION 22 - CONVEYING SYSTEM SECTION 23 - CHLORINATION SYSTEM 1 1 vi 1 Paae 21 -05 Codes, Permits and Inspections 2 21 -06 Progress and Guarantee 2 21 -07 Cutting: Repairing 2 21 -08 Basic Materials and Methods 2 21 -09 Conduit System 3 21 -10 Conductor 4 21 -11 Electrical Service System 4 21 -12 Grounding System 4 21 -13 Temporary Power 5 21 -14 Electrical Distribution System 5 21 -15 Branch Circuits 5 21 -16 Wiring Devices 6 21 -17 Lighting Fixtures 6 21 -18 Lamps 7 21 -19 Other Systems 7 21 -20 Electrical Power Equipment 7 21 -21 Electric Motors 8 21 -22 Shop Drawings 8 21 -23 Equipment Finish 9 21 -24 Guarantee 9 21 -25 Heating and Ventilation Equipment 9 21 -26 Auxiliary Control Equipment 9 21 -27 Measurement and Payment 9 22 -01 Description 1 22 -02 Crane and Trolley 1 22 -03 Measurement and Payment 1 23 -01 Description 1 23 -02 Housing 2 23 -03 Heater 2 23 -04 Exhaust Fan 2 23 -05 Gas Mask 2 23 -06 Chlorinator Solution Water Supply 3 23 -07 Chlorine Detector 3 23 -08 Measurement and Payment 4 SECTION 01 - BOOSTER PUMP STATION 01 -01 DESCRIPTION 01 -03 $TORAGE 01 -04 FENCING This work consists of furnishing all labor, equipment, materials, and performing all operations and installing all equipment in connection with the construction of all work at the Booster Pump Station site. The Booster Station Contractor shall coordinate all work on site with the Tank Contractor and the Telemetry Contractor. 01 -02 SITE CLEARING & EXCAVATION The Contractor shall clear and excavate the Booster Pump Station site in accordance with the Plans and Section 02 of these Specifications. Materials and equipment delivered to each site of the work in advance of their use shall be stored on each plant site in such a manner as to not interfere with construction activities and to prevent damage by weather or vandalism. Fencing of the Booster Pump Station site will be in accordance with the Plans and Section 19 of these Specifications. 01 -05 PLANT PIPING Plant piping, valves, couplings and fittings of the various sizes, classes and materials shall be installed between and within the various limits as shown on the Plans. 01 -06 BOOSTER PUMPS The Contractor shall furnish and install three (3) booster pumps at the Booster Pump Station site in accordance with the Plans and Sections 07, 08, 09 and 10 of these Specifications. 01 -07 PUMP CONTROL VALVES The Contractor shall furnish and install three (3) automatic pump control valves at the Booster Pump Station site in accordance with the Plans. The valves 01 -1/6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 shall be 12' Model 60G -13AB, with a back - pressure feature as manufactured by Cla -Val Company or equivalent value as manufactured by Bailey. Each valve shall be equipped with two lever type, spring return, DPDT microswitches to indicate full open and full closed positions. These switches shall be wired to a terminal block in the interface cabinet to allow connection to the telemetry system. Each valve will be a globe type with 250# flange ends and cast iron body and cover. The valve trim shall be of brass and bronze materials. The valves will perform three functions as follows: (a) Function as a check valve when pump is off. (b) Maintain a constant minimum back pressure by throttling action. (c) Closes off when solenoid is activated from a high level signal via telemetry signal. Opens when solenoid is activated from the pump -on telemetry signal. The solenoid valve will be rated to receive a 115 V., single phase, 60 cycle control signal. Provide one -day start -up service by factory trained representative. 01 -08 SURGE ANTICIPATOR VALVE The Contractor shall furnish and install one (1) automatic surge anticipator valve in the booster pump station building in accordance with the Plans. The valve shall be an 8" Model 52G- 03 -BKC, as manufactured by Cla -Val Company or equivalent by Bailey. The valve will be a globe type with 250# flanged ends and cast iron body and cover. The valve trim shall be of brass and bronze materials. The valve will perform the following function: (a) Valve will release preesure to atmosphere to vent pressure surges in the event of power failure. 01 -2/6 01 -09 AILTITUDE VALVE The altitude valve at the pump station site shall be a 16" valve in a circular 60" diameter RCP (ASTM C -76, CL III) vault. The valve will be Cla -Val Co. Model #58EG -01 -B, equivalent valve by Bailey or approved equal. The valve shall be equipped with one lever type, spring return, DPDT microswitch to indicate open /closed status and shall be able to withstand 5 feet of submergence. The valve will be a globe type with 125# flanged ends and cast iron body and cover. The valve trim shall be of brass and bronze materials. The valve will have an adjustment range of 2 to 75 psi. The valve will perform two functions as follows: (a) Maintain a constant minimum back pressure by throttling action. (b) Closes off when solenoid is activated from the high level signal from the ground storage tank through the Remote Telemetry Unit. Opens when solenoid is activated from the lower level signal from the tank. The solenoid valve will be rated to receive a 115V., single phase, 60 cycle control signal. The microswitch and the solenoid valve shall be wired to a terminal block in the interface cabinet to allow connection to the telemetry system. Provide one -day start -up service by factory trained representative. 01 -10 PRESSURE REDUCING VALVE The Contractor shall furnish and install,ore (1) PRV inside the Booster Pump Station in accordance with the Plans. The valve shall be a 1 -1/2" Model 90C- O1 -ABS. 150# , as manufactured by Cla -Val Company or approved equal and provide one day start -up service by factory trained representatives. 01 -11 WATER METE Furnish and install at the booster pump station, as shown on the drawings, a 16 ", mainline water meter, B.I.F. Model #0182 -16 -2231 with a B.I.F. electronic flow transmitter, Model #251 -18, or approved equal, with instrumentation, in a circular 60" diameter RCP (ASTM c -76, Cl. III) vault. 01 -3/6 The meter shall have 250# flanged ends and bronze main case and measuring chamber. The meter shall be rated for a maximum operating pressure of 150 psi. Its operating range will be from 780 to 7800 gallons per minute with a total system accuracy (probable maximum error) at maximum flow not to exceed 1.05 %. Prior to shipment, the meter will be pressure tested, calibrated and accurately tested in the factory. Furnish three (3) copies of all test data to the Engineer. The meter shall be installed in accordance with the manufacturer's recommendations. The installation will include the vault, fittings, specials and other items shown in the detail on the drawings. The instrumentation will include a B.I.F. Model #265- 05 -01 -01 electronic totalizer and B.I.P. Model #265 -01 -01 electronic indicator to be mounted in the control center. The flow rate indicator shall have an LCD panel meter to read in "gallons per minute" from 0 to 7800 GPM. The re- settable totalizer shall read in "gallons ". Provide an auxiliary electrical contact to allow the Telemetry Contractor to install a signal Line. 01 -12 CONTROLS AND ELECTRICAL The Contractor shall furnish and install all electrical controls, motor starters, conduit and appurtenances as are required at the Booster Pump Station site as shown on the Plans and coordinate work with Telemetry Contractor. All electrical work shall conform to the National Electrical Code. Refer to Section 21 for specifications on wiring for underground and overhead installations. All indoor electrical enclosures will be NEMA 1 and all outdoor electrical enclosures will be NEMA 3 -R of 4. For each of the four (4) booster pump starters and on the incoming feeder, provide Cutler - Hammer Type "P ", Catalog #D60PN, or approved equal, phase monitoring relays to protect the motors from a phase unbalance or phase reversal on the 480 volt, 3- phase, 4 -wire incoming power service. Install the relays on the pump motor starter enclosures or in a separate enclosure. Lightning arrestors and surge capacitors shall be installed on the service to each pump 50 HP or larger. 01 -4/6 Refer to specification Section 21 for additional data and requirements on lightning arrestors and surge arrestors. Installation and Placing in Service: Follow manufacturer's printed instructions. Furnish the services of factory - trained technician to check control system installation, place eyetem in operation and make necessary adjustments. With data to be submitted for approval, include complete wiring diagrams. Terminal block positions, for the telemetry connections shall be numbered and referenced to wiring diagram. Flow Indicator: The Contractor shall furnish and install a McDonnell flow switch, Model #FS7 -4, or approved equal, on each of the pump discharge lines as indicated on the plan. The switch shall be wired to a interface cabinet in the control center to allow connection to the telemetry system. Tank Level Transmitter: The Contractor shall furnish and install a B.I.F. electronic pressure transmitter, Model #251 -16- 105 -12 -01 -806, or approved equal, on the connection provided by the Tank Contractor. The transmitter shall be protected against freezing without electricity. The transmitter shall be wired to a interface cabinet in the control center to allow connection to the telemetry system. Space Heater: Two 5000 watt forced convection type heaters, wall mounted, shall be furnished and installed in the Booster Pump Station as shown on the Plans. The heaters shall have thermostatic control. The heater shall be a G.E. Calrod #AF0502, 480 Volt, 1- phase, single -heat units, 510 CFM, or approved equal. Exhaust Fan: Exhaust fan shall be 36" Prop Master 1 H.P., 698 RPM, 11,200 CFM @ 1/4" S.P. as manufactured by Acme Engineering & Manufacturing Corp., Muskogee, Oklahoma, or approved equal. Provide collar and automatic shutter for mounting in wall with method as approved by Engineer. The fan shall have thermostatic control and an O.S.H.A. approved fan guard. 01 -13 BOOSTER PUMP STATION BUILDING The Booster Pump Station shall be housed in a building as described in Section 11 - Booster Pump Station Building. 01 -5/6 01 -14 CHLORINATOR The chlorinator facility shall be constructed in accordance with the Plans and Section 23 - Chlorinator. The solenoid control valve shall be connected in such a manner that it opens when the altitude valve opens. The leak detector alarm circuit shall be wired to a interface cabinet in the control center to allow the connection to the telemetry system. 01 -15 LANDSCAPING All areas exposed during construction shall be revegetated as directed by the Engineer. Revegetation of all exposed areas shall consist of sodding, seeding or hydromulching, at Contractor's option. Acceptability shall consist of a minimum 1 -1/2" growth over 85% of the area, with individual exposed areas not to exceed 10 square feet. 01 -16 MEASUREMENT AND PAYMENT All items described in this section shall be paid for under the lump sum price. 01 -6/6 SECTION 02 - EARTHWORK 02 -01 DESCRIPTION This work consists of furnishing all labor, equipment, materials, and of performing all operations in connection with the clearing, excavation, and grading of the individual sites, for which the limits are shown on the Plans. 02 -02 CLEARING The sites indicated on the drawings shall be cleared of obstructions within the proposed area which will interfere with the construction operations. Trees larger than 3" trunk diameter at base that are 5 feet or greater away from the proposed tank foundation, access drive, parking lot and yard piping shall not be damaged or removed. Branches and limbs of such trees within 5 feet of these improvements may be trimmed up as determined by the Owner or his representative to allow for the installation of the proposed facilities. 02 -03 EXCAVATION The excavation shall conform to the dimensions and elevations indicated on the drawings for the structures. Materials required for fills in excess of that produced by normal grading operations shall be furnished by the Contractor. 02 -04 MATERIALS (a) Topsoil - Provide 4 inches of sandy loam free from rocks throughout the area shown on the Plans and hydromulch with a mixture of grasses approved by the Engineer. (b) excess Material - Excess material from excavation not required or unsuitable for backfill, shall be wasted to a fill site designated on the property. (c) Borrow material - Borrow materials shall be selected to meet the requirements and conditions for the particular fill or backfill for which it is to be used. The acquisition and purchase of required borrow material shall be the responsibility of the Contractor. 02 -1/2 02 -05 FILLING Where concrete slabs are placed on earth, all loam and organic or other undesirable material shall be removed. Where broken stone, sand or gravel is used for fill, it shall be placed in layers not exceeding 8" in thickness and thoroughly compacted with hand or machine tampers or other approved methods. Where earth is used for fill, it shall be uniformly spread, moistened as required, and then compacted. Compaction shall be done by a power roller or other manner approved by the Engineer. The subgrade shall be brought to a reasonable true and even plane. 02 -06 DRAINAGE (d) Pervious Material - Pit run gravel, crushed rock or other approved granular materials shall be used as a fill under slabs and other areas indicated on the drawings as compacted non - expansive material or select fill. Earthwork shall be accomplished in such a manner that the entire site will be continually and effectively drained. Grading shall be done to direct drainage away from excavation, slabs, foundations, roads and structures. Low areas shall be filled to prevent ponding of water. 02 -07 MEASUREMENT AND PAYMENT Measurement and Payment for all site work shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. 02/2 -2 SECTION 03 - CONCRETE 03 -01 GENERAL 03 -02 SCOPE Concrete consisting of portland cement, concrete aggregate, sand and water will be designated by a symbol consisting of a number, a letter and a number. The first number will be the number of sacks of cement per cubic yard, and the last number the compressive strength at 28 days expressed in pounds per square inch. A sack of cement shall be defined as 94 pounds. The concrete shall be 6.0 -4000 unless otherwise specified. Compressive strength tests where specified herein, shall be performed in accordance with ASTM C -39. The Contractor shall be responsible for providing the mix design to the Engineer for approval. This section of the Specifications shall include all labor and materials to construct all concrete work as shown on the drawings, herein specified, or both including the following: All footings, slabs, floors, walls, beams, supports, walks, pedestals, curbs, vaults and other concrete items, complete with metal reinforcement. All concrete finishes and textures. All formwork, formwork supports, formwork coatings and soaking, screens and levels required, and formwork removal. Installing all inserts, grounds, dowels, blocks, sleeves and anchors, and safety threads as shown and /or specified in this or other sections. Slab waterproofing. 03 -03 PORTLAND CEMENT All cement to be used or furnished shall be Type I, portland cement, conforming to ASTM C -150 unless otherwise specified. The Contractor shall furnish a certificate of compliance signed by the manufacturer identifying the cement and stating that the cement delivered conforms to ASTM C -150. 03 -1/26 03 -05 WATER Whenever suitable facilities, approved by the Engineer, are available for handling and weighing bulk cement, such facilities shall be used. Otherwise, the cement shall be delivered in original unopened sacks that have been filled by the manufacturer. They shall be plainly marked with the manufacturer's name or brand and cement type. Each sack shall contain 94 pounds of cement. Cement shall be stored in such a manner as to permit ready access for the purpose of inspection and sampling, and suitably protected against contamination or moisture. Should any cement show evidence of contamination, or be otherwise unsuitable, it shall not be used. All portland cement used in concrete for any individual structure shall be of the same brand and type unless otherwise approved by the Engineer. 03 -04 AGGREGATES Aggregates shall be sand and concrete aggregates conforming to the requirements prescribed in ASTM C - 33 coarse aggregate gradation size number 467, and shall be approved by the Engineer prior to use. They shall meet the grading requirements of this subsection. Methods of handling materials resulting in segregation, degradation or the combining of materials which result in any stockpile failing to meet specifications, shall not be permitted. Aggregates which are found to have a silica - released to alkali - reduced ratio greater than one, when tested in accordance with ASTM C289, may be used only when approved by the Engineer and provided low alkali cement is used. Water used for concrete shall be clear and free from oil, vegetable matter and other deleterious substances. Water shall not contain an amount of impurities that will cause a change in the time of setting of portland cement of more than 25 percent nor a reduction in the compressive strength of mortar at fourteen days of more than 5 percent compared to results obtained with distilled water. 03 -2/26 In conventionally reinforced concrete work, water shall not contain more than 1,000 ppm of chlorides calculated as CI, nor more than 1,000 ppm of sulfates calculated as SO4. 03 -06 AADMIXTURES Air entrainment shall be required on exposed plant walls or as directed by the Engineer. The air content shall not be less than 3 percent nor more than 6 percent. Admixture shall conform to ASTM C -260. Test shall be conducted in accordance 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 accurately into each batch or load in liquid form by a mechanical dispensing device and method approved by the Engineer. 03 -07 PROPORTIONING Aggregates and cement shall be proportioned by weight. Proportioning shall consist of combining the aggregates, each stored in a separate bin in the various gradations prescribed, with cement and water. Weigh hoppers shall be charged from bins located directly over them or from conveyor belts. When conveyor belts are used, there shall be a separate belt for each size aggregate. There shall be an approved moisture meter installed to indicate the moisture in the sand. Bulk cement shall be weighed in an individual hopper and shall be kept separate from the aggregates until the batch ingredients are discharged into the mixer drum. The cement hopper shall be attached to a separate scale for individual weighing. The amount of water to be added to the mixture shall be measured and discharged rapidly into the mixing drum through a valve with a positive cut -off. When water is measured by weight it shall be weighed on a separate scale. All weighing or metering devices, except moisture meters, used for proportioning materials shall be accurate to within one percent. They shall be sealed and certified by the recognized, legal Sealer of Weights 03 -3/26 03 -08 MIXING and Measures. These certifications shall be dated within the past 12 months and shall be renewed whenever required by the Engineer. The moisture meter shall be accurate to within 1/2 of one percent of moisture. Whenever portable bunkers are set up at a new location, the scale assemblies shall be inspected and certified regardless of the date the scales were last tested. Scales utilized in proportioning shall be either springless dial or multiple beam type. Scale gradations shall be no greater then the following: Aggregate Scales Cement Scales Water Scales All scales shall be of such size and so arranged that they may be read easily from the operator's platform. If a multiple beam type scale is used, the scale shall be provided with an indicator operated by the main beam which will give positive visible evidence of over or under weight. The indicator shall be so designed that it will operate during the addition of the last 400 pounds of any weighing. The over travel of the indicator hand shall be at least one -third of the loading travel. Indicators shall be enclosed against moisture and dust. Weighing equipment shall be insulated against vibration and movement of other operating equipment in the plant. When the entire plant is running, the scale reading at cut -off shall not vary from the weight designated by the Engineer by more than one percent (1 %) for cement, one percent (1 %) for water, and one and one-half percent (1 -1/2 %) for any size of aggregate, nor one percent (i %) for the total aggregate in any batch. Machine mixing will be required in all cases other than those in which it would obviously prove to be impractical, in which event hand mixing will be permitted. Mixing shall be commenced as soon as possible after the cement is placed in contact with the aggregates, but in no event shall the intervening period exceed 30 minutes. 03 -4/26 25 lbs. 5 lbs. 5 lbs. All concrete mixers shall be of such design and construction and so operated as to provide a thoroughly and properly mixed concrete in which the ingredients are uniformly distributed. Mixers shall be maintained in proper and serviceable working condition and any part or portion thereof that is out of order, or becomes worn to such extent as to detrimentally affect the quality of mixing, shall be promptly repaired or replaced. 03 -09 CONCRETE CONSISTENCY The amount of water added at the mixer shall be regulated to take into account the free water in the aggregates. Free water is defined as the total water minus the water absorbed by the aggregate in a saturated surface -dry condition. The amount of water used in the mixture shall not exceed the minimum amount necessary to permit practical placement and consolidation of the concrete, and unless otherwise authorized by the Engineer, shall be that required to produce concrete with a slump within the range shown as nominal in the following table: Type of Work Nominal Slump Maximum Slump (inches) (inches) Concrete Pavement 0 -2 3 Non - reinforced Concrete 0 -3 4 Reinforced Concrete Structures Heavy Sections 0 -3 5 Thin Sections & Columns 0 -4 6 Concrete Placed under Water 6 -8 9 The concrete used in the work shall not have a slump greater than that shown as maximum above, nor a free water content greater than 312 pounds per cubic yard of concrete. When adverse or difficult conditions affect the placement of concrete, the Engineer may authorize a greater slump to be used, provided both the water and cement are increased. Water shall be added at a ratio not to exceed 30 pounds per sack of added cement per cubic yard of concrete, and such additional water and cement shall be at the Contractor's expense. 03 -5/26 The consistency of concrete shall be determined in accordance with ASTM C -143. If slump tests of individual samples taken at approximately the 1/4 and 3/4 points of the discharge differ by more than two inches (2 "), the mixer will not be accepted for further use until the condition is corrected. 03 -10 TRANSIT MIXERS The type, capacity, and manner of operation of the mixing and transporting equipment for ready -mix concrete shall conform to the current ASTM C -94 standard "Standards for Operation of Truck Mixers and Agitators of the National Ready -Mixed Concrete Association" and the "Truck Mixer and Agitators Standards of the Truck Mixer Manufacturers Bureau ". Transit mix concrete trucks shall be equipped with an automatic device for recording the number of revolutions of the drum during the mixing period. Each mixer and agitator shall have attached thereto in a prominent place, a metal plate or plates, installed by the manufacturer on which is plainly marked the capacity of the drum in terms cf the volume of mixed concrete and the speed of rotation for the agitating and mixing speeds of the mixing drum or blades. Each mixer shall have an identification number painted on the truck in such a location that it can be easily read from the batching platform. The total volume of materials introduced into the mixer shall not exceed the manufacturer's guaranteed mixing capacity. If the concrete so mixed does not meet the uniformity requirements of this subsection, the amount of materials charged into the mixer shall be reduced. The drum of the mixer shall be completely emptied of any previously mixed load. The proper proportions of aggregate, cement, and water for each load of concrete shall be placed in the mixer and shall be mixed therein for not less than 70 nor more than 100 revolutions of the drum or blades at the speed designated by the manufacturer of the equipment as mixing speed. Additional revolutions of the drum shall be at the speed designated by the manufacturer of the equipment as agitating speed. The revolving of the drum shall be continuous until the concrete is completely emptied from the drum. 03 -6/26 When the concrete is being placed for concrete structures, all wash water shall be empties from the mixer before any portion of the succeeding load is placed therein. For all other work, the mixer shall be empty or may carry 10 gallons of water in the drum. Adequate control of ready -mixed concrete will normally require that additional water be added and mixed into the batch at the point of discharge. Water so added shall be mixed into the load for a minimum mixing time of three (3) minutes. Water shall not be added to the load during transit. The total elapsed time between the addition of water at the batch plant and discharging the completed mix shall not exceed 90 minutes. Under conditions contributing to quick setting, the total elapse time permitted may be reduced by the Engineer. The Engineer shall be provided with a legible certified weighmaster's certificate which shall contain the following information: (a) Name of vendor (b) Name of contractor (c) Number of cubic yards in the load (d) Actual weights of cement and of each size of aggregate (e) Amount of water added at the plant (f) Amount of water in the aggregate (g) Brand and type of cement (h) Brand and amount of admixture (i) Time and date of batching Space shall be provided on the certificate so that amount of water added on the job may be indicated. 03 -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. 03 -7/26 03 -12 TRANSPORTING BATCHED MATERIALS AND MIXED CONCRETE The compartments of trucks or other equipment used for the purpose of transporting proportioned dry aggregate and cement, or mixed concrete, shall be suitably constructed to adequately protect and prevent loss or leakage of the contents during charging, transit or discharging. 03 -13 STEEL. REINFORCEMENT FOR CONCRETE 03 -13.1 General The following specifications set forth the requirements for bar, wire, and wire mesh reinforcement. The reinforcement shall conform accurately to the dimensions and details indicated on the plans or otherwise prescribed. Before being placed in any concrete work, it shall be cleaned thoroughly of all rust, mill scale, mortar, oil, dirt, or coating of any character which would be likely to destroy, reduce or impair its proper bonding with the concrete. 03 -13.2 Reinforcing Steel Unless otherwise specified, reinforcing steel shall be Grade 60 billet steel conforming to ASTM A -615. Varying grades shall not be used interchangeably in structures. Steel bending processes shall conform to the requirements of ACI -318. Bending or straightening shall be accomplished so that the steel will not be damaged. Kinked bars shall not be used. 03 -13.3 Wire Reinforcement Wire reinforcement shall in all respects fulfill requirements prescribed in ASTM A -82. 03 -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. 03 -8/26 03 -14 EXPANSION JOINT FILLER AND JOINT SEALANTS 03 -14.1 General This section specifies joint fillers and sealants to be used for treating joints in portland cement concrete. 03 -14.2 Premolded Joint Filler Premolded joint filler material shall consist of premolded strips of a durable resilient material. Unless otherwise specified, premolded joint filler shall be one of the following types: Preformed Expansion Joint Filler (Bituminous Type) ASTM D -994, Non - extruding and Resilient Filler (Bituminous Type) ASTM D -1751, or Non - extruding and Resilient Filler (Non - bituminous Type) ASTM D -1752. 03 -14.3 asphalt -Latex Emulsion Joint Sealant Asphalt -latex emulsion joint sealant shall be designed for mixing the application by hand methods and shall be suitable for use at temperatures above 50 °F. The sealing compound shall be an emulsion consisting of approved paving asphalt, emulsified with rubber latex in the presence of a suitable emulsifying agent. Rubber latex shall be natural rubber or synthetic latex containing approximately 40% solids. The resulting emulsions 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: 03 -9/26 Determination Furol Visco- ASTM city at 77 °F D -88 Sieve Test Penetration at 77 °F Elasticity (1) Total Solids (2) Setting Time (2) (1) ( ASPHALT- LATEX EMULSION JOINT SEALANT Test Method No. ASTM D -244 Requirements 80 -250 Sec. 1% Max. Calif. 50 -150 418 Calif. 70% Minimum 418 Calif. 70% Minimum 418 Calif. 60 Min. Max 418 03 -10/26 Remarks Before adding setting agent Before adding setting agent Immediately after mixing, pour material into a 6 -oz. deep ointment can. Allow specimen to stand in air at a temperature of 77 °F± 2 °F for a period of 24 hours. Then penetrate with a grease cone under a total load of 150 grams in accordance with ASTM D -217. Immediately after mixing, pour material into ductility clips. Cure for 24 hrs. at 115 °F + 2 °F. Test specimen in modified ductility mold per test method. Place 3 to 5 grams freshly mixed material in an aluminum pan and dehydrate in suitable oven maintained at a temperature of 200 °F ± 3 °F for a period of 3 hours Pour material into a 6 -oz. deep ointment can. Check penetration each 15 -min. Record time when penetration is less than 200. Mixing ratio of Material: to 200 g. of emulsion component add 10 ± 0.1 g of sodium fluosilicate powder. Mixing ratio of Material: to 8 fluid ounces of emulsion component add 12 ml. of setting agent component. 03 -14.4 Aonlication Immediately before applying the joint sealant, the joint shall be thoroughly cleaned by abrasive blasting or other approved means to remove all mortar, laitance, scale, dirt, dust, oil, curing compounds and other foreign material. The joint shall be blown out with high pressure compressed air to remove all residue. At the time of applying the joint sealant, the joint shall be surface dry, and acceptable to the Engineer. No sealant shall be placed during unsuitable weather or when the atmospheric temperature is below 50 °F, or when weather conditions indicate that the temperature may fall below 32 °F within 24 hours. The joint shall be filled from the bottom to the top without formation of voids. The top of the finished joint seal shall be between 1/4 -inch and 3/8 -inch below the finished surface. At no time shall the emulsion be subjected to a temperature below 40 °F. Prior to application, the joint sealant may be warmed if necesssary to permit proper filling of the joints. The heating shall be carefully controlled to avoid overheating of any part of the container or mixture and under no circumstances shall the emulsion be heated to a temperature greater than 130 °F. Immediately before applying the sealant, the emulsion shall be mixed with the proper amount of paste setting agent. The components shall be mixed, preferably with a power mixer, for 5 minutes to produce a homogeneous material. 03 -14.5 Concrete Curing Compound Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the exposed surfaces of the concrete. Mats and polyplastic sheets may be used. The membrane may be either asphaltic or paraffin derivatives to which other water - proofing materials may have been added. Concrete curing compounds shall be clear or translucent with red fugitive dye. Curing time shall be a minimum of five (5) days with temperature above 50 °F. Curing compound shall be non -toxic and taste and odor free. 03 -11/26 03 -14.6 Form Coating 03 -15.1 General 03 -14.7 Water -Stops 03 -14.8 Grout 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. Water -stops shall be provided where shown on the Plans and shall be a minimum height of six inches, a minimum thickness of 3/8 inches, be of polyvinyl chloride material and shall be approved by the Engineer. All water -stop joints shall be welded according to the manufacturer's recommendations. Grout for patching of honeycombs, she bolt holes, spalls, 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 specifications. " Thoroset" shall be as manufactured by Standard Dry Wall Products, Miami, Florida. 03 -15 CONCRETE CONSTRUCTION Concrete chambers, vaults, footings, foundations and constructed in conformity sub - section. Concrete for under this Section shall herein. 03 -12/26 walls, structural slabs, similar structures shall be with the plans and this use in work constructed conform to the requirements Safe and suitable ladders shall be provided to permit access to all portions of the work. 03 -15.3 Forms The compressive strength of the concrete referred to in this section will be based on the results of two tests from 6" x 12" concrete test cylinders made and tested by the Engineer in accordance with ASTM C -31 and C -39. The cylinders shall be cured in accordance with ASTM C -31. 03 -15.2 Subgrade for Concrete Structures Earth subgrade upon which concrete is placed shall be firm and free from water. Ground water shall be kept below subgrade until the concrete has set. When the subgrade is in dry earth, it shall be thoroughly dampened with water to ensure that no moisture will be absorbed form the fresh concrete. when the design details for the project provide for the construction of filter or drain material consisting of gravel (or combination of gravel and sand) which will be subgrade for concrete, the placing of steel reinforcement and placement of concrete shall follow the installation of the filter or drain material as closely as practical. The filter or drain material shall be kept de- watered to the extent necessary to prevent any portion of concrete materials being deposited in water. When the concrete is to be deposited on rock, the rock shall be fully uncovered, cleaned, and its surface shall be removed to a depth sufficient to expose sound rock. Bedrock shall be roughly leveled off or cut to approximately horizontal and vertical steps. Seams in the rock shall be grouted under pressure or otherwise treated as the Engineer may direct. Forms shall be of suitable material and of a type, size, shape, quality, and strength to ensure construction as designed. The forms shall be true to line and grade, mortar tight, and sufficiently rigid to resist deflection during placing of the concrete. The responsibility for their adequacy shall rest with the Contractor. All dirt, chips, sawdust, nails and other foreign matter shall be completely removed from forms before any concrete is deposited therein. The surfaces of forms shall be smooth and free from irregularities, dents, sags and holes that would deface the finished surfaces. Forms previously used shall be thoroughly cleaned of all dirt, mortar and foreign matter before bc.Zg re-..cod. 03 -13/26 Before concrete is placed in forms, all inside surfaces 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 material which becomes badly checked or warped, prior to placing concrete, shall not be used. Forms for all exposed surfaces shall be constructed of plywood or an approved equal. Plywood for forms shall be Exterior Type, of the grade "Concrete -Form Exterior ", conforming to the specifications of the U.S. Department of Commerce, National Bureau of Standards, Commercial Standards, latest edition. Plywood shall be furnished and placed in 48 inch widths and in uniform length of not less than 96 inches, except where the dimension of the member formed in less than the specified panel dimension. Plywood shall be placed with the grain of the outer plies in the direction of the longest span. Where plywood is attached directly to the studs or joists, the panels shall be not less than 5/8 inch thick, and the studs or joists shall be spaced not more than 12 inches, center -to- center. Plywood less than 5/8 inch thick, otherwise conforming to the requirements specified herein, may be used with the continuous backing of 3/4 inch sheeting. All form panels shall be placed in a neat symmetrical pattern with the horizontal joists level and continuous. All joints shall be filled with an approved quick- setting compound and finished flush with the interior of the form. Wooden forms for copings and curbs shall have a thickness of not less than 1 -5/8 inches and a width of not less than the full depth of coping or curbing. Unless otherwise shown on the plans, all sharp edges shall be chamfered with 3/4 inch by 3/4 inch triangular fillets. Forms for curved surfaces shall be so constructed and placed that the finished surface will not deviate from the arc of the curve by more than the tolerance shown on the Plans. 3 -14/26 Forms shall be so constructed that portions, where finishing is required, may be removed without disturbing portions of forms to remain in place. Forms shall, as far as practicable, be so constructed that the form marks will conform to the general line of the structure. Form clamps or bolts, approved by the Engineer, shall be used to fasten forms. The use of twisted wire loop ties to hold forms in position will not be permitted, nor shall wooden spreaders be used unless authorized by the Engineer. Clamps or bolts shall be of sufficient strength and number to prevent spreading of the forms. They shall be the break -off type so that they can be entirely removed or cut back 1 inch below the finished surface of the concrete. All forms for outside surfaces shall be constructed with stiff wales at right angles to the studs, and all form clamps or bolts shall extend through and fasten such wales. Form work shall be approved prior to placement of concrete in the form. 03 -15.4 Removal of Forms The periods of time for form removal set forth herein are permissive only and subject to the Contractor assuming all risks that may be involved. The time periods are minimum with no allowance therein for external loads. At times of low temperature, or other adverse conditions, the Engineer may require the forms to be kept in place for longer periods of time. The time periods are predicted on the use of concrete to which no admixtures have been added. No forms shall be removed until approval of Engineer is obtained. Forms shall be stripped after the required time and projecting wire snapped off. Removal shall not proceed faster than the required finishing procedure can be completed. Vertical forms shall not be disturbed for at least twenty -four (24) hours after last concrete in walls is placed, except as authorized by the Engineer. Forms shall remain in place a minimum of twenty -four (24) hours and be removed only after Engineer's approval. 03 -15/26 03 -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 superstructure shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. All falsework, staging, walkways, forms, ladders, cofferdams, and similar accessories shall equal or exceed the minimum requirements of the State Division of Industrial Safety. Compliance with such requirements shall not relieve the Contractor from full responsibiliy for the adequacy of safety measures. 03 -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. Placing bars on layers of fresh concrete as the work progresses and adjusting bars during the placing of concrete will not be permitted. Before placing in the forms, all reinforcing steel shall be cleaned thoroughly of mortar, oil, dirt, loose mill scale, loose or thick rust, and coatings of any character that would destroy or reduce the bond. No concrete shall be deposited until the placing of the reinforcing steel has been approved. 03 -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. 03 -16/26 Splicing shall be accomplished by placing the bars in contact with each other and wiring them together. Welding of reinforcing steel will not be permitted unless specifically authorized by the Engineer. 03 -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. 03 -15.9 Welded Wire Fabric Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position after the concrete is placed by still plastic. 03 -15.10 Placing Concrete, General Concrete shall be conveyed, deposited and consolidated by any method which will preclude the segregation or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation, chutes shall be provided with baffle boards or a reversed section at the outlet. Where a sequence for placing concrete is shown on the plans, no deviation will be permitted unless approved in writing by the Engineer. Before depositing concrete, all debris, spreaders, etc., shall be removed from the space to be occupied by the concrete and forms shall be thoroughly wetted. All free standing water shall be removed. Reinforcing steel and form shall be free of scale, oil film, hardened concrete. Formwork shall have specified coatings. 03 -17/26 Concrete shall be deposited as rapidly and as near as practicable in its final position, and shall not be caused to flow in a manner to permit or cause segregation. Runways shall be provided so that wheelbarrows or buggies containing concrete will not run over reinforcing steel or planks resting on steel. Just before placing new concrete on old concrete in walla, 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 their regular concrete mix. Concrete shall be worked and vibrated mechanically with suitable applicances until it closes snugly against all surfaces and is in perfect and complete contact with all embedded reinforcement and other metals. Horizontal construction joints shall have a slurry coating of 1 -part cement and 3 -parts of sand mixed with a solution of 1 -part "Acryl 60" to 3 -parts of water prior to placing modified 6 -inch mix noted above. This slurry shall be applied by pumping or other means to assure that about 1/2 -inch thick coating of the slurry shall cover the surface of the joint. The 6 -inch thick modified mix noted in the above paragraph shall follow not more than 60 minutes later. "Acryl 60" shall be as manufactured by Standard Wall Products, Miami, Florida. 03 -15.11 Notification The Contractor shall give the Engineer written notice of at least 24 -hours in advance of placing concrete in any part of the work so that the Engineer may make final inspection of the preparations of the location for such placing. No concrete shall be placed except in the presence of the Engineer. 03 -15.12 Construction Joints Construction joints shall be placed only in positions approved by Engineer or as indicated on drawings. Exposed concrete face of construction joints shall be kept continuously wet from time of initial set until pouring of new concrete against it. The contact surface shall be thoroughly cleaned by chipping the entire surface not earlier than 8 days after the first pour or jet washing the surface, not less than 3 -1/2 nor more than 6 -1/2 hours after the concrete is placed, or by sandblasting. The joint surface shall consist of clean aggregate solidly embedded in the mortar matrix. All wash water shall be entirely 03 -18/26 03 -15.13 Slabs 03 -15.14 Walls removed from the surface. All construction joints in waterbearing tanks, except joints above water level, shall have "wateretops" installed; this shall include any additional joints shown on drawings. All waterstop splices, joints, corners, or intersections shall be welded. Watertight concrete is required for all submerged structures and waterbearing structures. Any cracks or imperfections developing at any point shall be repaired to the satisfaction of the Engineer. Where concrete construction is proposed to be extended at a later date, the walls and floors shall be stubbed 24- inches. The Contractor shall supply, and cast -in, screwed insert anchors with protective plugs in the face of the stub walls and floors. The Contractor shall supply the Owner with the screw -in re -bar connectors, compatible with the insert anchor, for use when the construction is extended. Subgrade shall be in form as shown on drawings to receive slab concrete. Slabs shall be poured in one continuous operation. Walls shall be poured in horizontal layers not to exceed 18" thickness in such a manner that prevents segregation of constituents or accumulation of hardened concrete on the forms or metal reinforcement above the level of the concrete. Total height of any one 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. 03 -15.15 Depositing To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The use of vibrators for extensive shifting of the mass of concrete will not be permitted. Concrete that has partially hardened, has been retempered, or is contaminated by foreign materials shall not be deposited in the structure. 03 -19/26 03 -15.16 Consolidating 03 -15.17 Walkways Concrete shall be placed in horizontal layers insofar as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a continuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the Plans. Concrete shall be thoroughly consolidated in a manner that will encase the reinforcement and inserts, fill the forms, and produce a surface or even texture free of rock pockets and excessive voids. Structural concrete shall be consolidated by means of high frequency internal vibrators of a type, size and number as approved by the Engineer. The location, manner and duration of the application of the vibrators shall be such as to secure maximum consolidation of the concrete without separation of the mortar and coarse aggregate, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the forms or reinforcing steel. The number of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes after it has been deposited in the forms. At least two vibrators in good operating conditions shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. Approved external vibrators for consolidating concrete will be permitted when the concrete is not accessible to internal vibration. Forms and falsework shall be designed and constructed to resist displacement or damage from external vibration. Walkways and platforms shall be provided for personnel and equipment at a level convenient for concrete placement and to permit the performance of all operations necessary for the completion of such work including finishing. 03 -20/26 03 -15.18 Placing Concrete Under Adverse Weather Conditions Concrete for structures shall not be placed on frozen ground nor shall it be mixed or placed while the atmospheric temperature is below 35°F, unles adequate means are employed to heat the aggregates and water, and satisfactory provisions have been made for protecting the work. Concrete slabs shall not be placed on frozen ground, nor shall concrete be mixed or placed when the atmospheric temperature is below 35 °F, or when conditions indicate that the temperature may fall to 35 °F within 24 hours, except with the written permission of the Engineer and only after such precautionary measures for the protection of the pavement have been taken as he may direct. Concrete shall be effectively protected from freezing or frost for a period of five (5) days after placing. Concrete for structures shall not be mixed or placed while the atmospheric temperature is above 115 °F unless adequaste means are employed to cool the aggregate and water and satisfactory provisions have been made for protecting the work. In any case, temperature of the concrete as placed shall not exceed 90 °F. nor less than 50 °F. Concrete placement shall be stopped when rainfall is sufficient to cause damage to the work. 03 -16 FINISHING TYPES 03 -16.1 General All finished or formed surfaces shall conform accurately to the shape, alignment, grades, and sections as shown on the drawings or prescribed by the Engineer. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. All sharp angles shall be rounded or beveled. Any formed surface to be painted shall be free of any material that will be detrimental to the paint. Defective work shall be treated as noted elsewhere in this specification. 03 -21/26 Surfaces not true to elevation or pitched to drain where specified, loose or roughened surfaces, and high points as noted below shall be considered to be defective work and shall be removed and repaired as directed by the Engineer. Top edges of walls, if not otherwise shown on the drawings, shall be finished with a three- quarter inch (3/4 ") chamfer edger, the flanges of which shall be ground to a knife edge to produce as little a burr as possible. Remaining burrs on the lower side of the finished chamfer after the form is removed should be rubbed off and the surface left in a smooth, workmanlike condition. 03 -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. 03 -16.3 Class 2 - Broom Finish The concrete surface shall first be steel troweled as specified above and before final set, the surface shall be slightly roughened by means of a broom or a burlap map. All floors and walks shall have this finish unless stated otherwise. 03 -16.4 Class 3 - Ordinary Formed Surface As forms are removed, the Engineer shall inspect the surface. Any poor joints, voids, honeycombs, or rock pockets of a minor nature deeper than 1/4 inch shall be immediately repaired by cutting back to a full solid surface in a manner to form a key for grout. Voids shall be filled with nonshrink "Thorite" patching plaster applied according to the manufacturer's recommendations. All fins or other undesirable projections shall be chipped back on interior or exposed surfaces. Form nails, wires, or any metallic debris shall be removed or set below the surface and patched with nonshrink "Thorite" patching plaster. "Thorite" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equal. 03 -22/26 03 -16.5 Class 4 - Brush Coated for Formed Surfaces The concrete surface shall first receive the treatment as specified for Class 3 surface treatment. Immediately thereafter a brush coat of " Thoroseal" plus " Acryl 60" shall be applied to the surface at the rate of 2 pounds per square yard and worked into the minor voids. Overall effect shall be an even coating showing only brush marks. After one or two hours, depending on the ambient weather conditions, uee 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. 03 -16.6 Class 5 - Plaster Coated Formed Surfaces The concrete surface shall first receive the treatment as specified for Class 3 surface treatment. Immediately thereafter the surface shall receive a finish coating of "Thoroseal" plaster mix applied by trowel and finished with a rubber Thoro float to a smooth, even textured surface. The "Thoroseal" plaster mix shall be mixed with water and "Acryl 60" according to the manufacturer's instructions. The finish coat shall be a minimum of 1/8" in thickness with a lightly textured grain finish. Color shall be an off -white as selected by the Engineer. "Thoroseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equal. 03 -16.7 Schedule of Finishes Item Finish Top Surface of Tank Foundation Slab Class 1 Formed Sides of Tank Foundation Slab Class 3 Surfaces not specifically mentioned shall receive Class 1 or Class 3 treatment as appropriate except where otherwise approved by the Engineer. 03 -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. 03 -23/26 The Contractor shall examine all drawings to determine the relation of concrete work with all other work, and shall attend to the following matters: Openings shall be left in floor and walls for ducts, flues, pipes, conduits, etc., required for mechanical, electrical, and plumbing installations. Openings not shown on the drawings or details shall be subject to approval by the Engineer. Any additional openings or changes in size or location of the openings shown on the drawings, if deemed necessary by the Engineer, shall be provided by the Contractor in proper time to prevent unnecessary cutting of concrete work, and no additional payment shall be made therefor. Wood, if used for pipe holes, shall be completely removed after the concrete has set. If metal is used, it shall be removed or cut off as directed by the Engineer. After piping is installed, concrete shall be filled in solid between the edge of the hole and the piping, leaving clearance, where necessary, for contraction and expansion. Inserts: The Contractor shall organize the setting and maintaining in all correct positions, all work required to be embedded in the concrete, and furnished and installed as specified under other sections of these specifications, including anchor bolts, anchors, electrical conduits, wood inserts and nailing blocks, reglets, dovetail slots, pipe sleeves, thimbles, and other work as required. Wood inserts and nailing blocks that will be concealed shall be wolemanized, or given two (2) coats of creosote oil before placing in forms. Pipes other than electrical, shall not be permitted in structural concrete, except where indicated on the drawings. Where required in slabs, piping shall be located in center thereof. 03 -18 DEFECTIVE WORK If the defective work is judged by the Engineer to be major in character or concrete does not conform with lines shown on drawings, the Contractor will be required to replace the work or repair it in a manner satisfactory to the Engineer at the Contractor's expense. 03 -24/26 03 -19 TESTS 03 -19.1 General 03 -19.4 Strength Testing Laboratory fees will be at the expense of the Owner. The Contractor shall cooperate and allow cylinders to be taken at times selected by the Owner. The inspection of the work and the certification of the Testing Laboratory or any other body shall not relieve the Contractor of obligation to fulfill his contract as specified. Defective work shall be replaced and unsuitable materials may be rejected, notwithstanding that such defective work or unsuitable materials may have been overlooked by the Engineer and the Testing Laboratory. 03 -19.2 Aggregates Aggregates shall be tested before the concrete mix is established and, whenever the source of an aggregate is changed for testing, a 10 pound sample of fine aggregate and a 10 pound sample of each average quality and grading of the aggregate in question, shall be delivered to the Testing Laboratory in sufficient time to avoid delay in the work. 03 -19.3 Cylinders One set of three (3) test cylinders shall be made for each day's pour of 150 cubic yards or less of each class of concrete. All testing shall be in accordance with ASTM latest revisions thereof. Cylinders shall be numbered and dated and the point from which the sample was taken noted. The Contractor will supply the molds. The Testing Laboratory will take samples in accordance with the Method for Compression Test Specimens, ASTM C- 31 -62T, store sample for 24- hours, and deliver them to the Testing Laboratory. Tests will be made at 7 day and 28 day age, in accordance with ASTM C- 39 -64. Should the strength of the concrete, as shown by the test specimens, fall below the specified value, the Engineer shall have the right to require additional curing of those portions of the structure represented by control specimens which failed to show the required 03 -25/26 03 -20 CLEANING strength. In the event that such additional curing does not give the strength required, the Engineer shall have the right to require strengthening or replacement of those portions of the structure which fail and develop the required strength. All extra work done as a result of any low strengths of the control specimens shall be performed at the expense of the Contractor. All slabs shall be swept clean and washed and paint removed prior to delivery of the completed project to the Owner. 03 -21 MEASUREMENT AND PAYMENT No separate payment for work performed under this Section. Include cost of same in Contract prices bid for item of which this work is a component part. 03 -26/26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 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. Name or title of material. 2. Fed. Spec. number, if applicable. 3. Manufacturer's stock number and date of manu- facture. 4. Manufacturer's name. 5. Contents by volume, for major pigment and vehicle constituents. 6. Thinning and mixing instructions. 7. Application instructions. 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. Specifications of the Structural Steel Painting Council (SSPC), latest revision, listed below shall apply to this Section. 04 -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 8 Pickling Type Steel Structures Painting Council Specifications SSPC- SP -8 -73T Description Complete removal of rust and mill scale by acid pickling, duplex pickling, or electro- lytic pickling. May passify surface. 9 Weathered Followed SSPC -SP -9 -73T Weathering to remove by Blast Cleaning all or part of mill scale followed by blast cleaning to one of the above standards as required. 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 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 04 -03 SUBMITTALS 04 -4 Safety Color Code for Marking Physical Hazards 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 -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 Series 66 Hi -Build Epoxyline - Tnemec Company, Inc. A 3.0 Mil -P -24441 Primer 150 Koppers Company 04 -7 A 4.0 Mobil 89 Series Hi -Build Epoxy - Mobil S 1.5 Series 71 Endura - Shield Semi - Gloss - Tnemec Company, Inc Min. Dry Mil Thickness Symbol Per Coat Brand and Manufacturer 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 Min. Dry Mil Thickness Symbol Per Coat 04 -08.2 Field Paint Schedule Type of Surface I. Architectural and Structural A. Exterior 1. Metal Doors, Frames & Windows 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. H 14.0 Mobil 35 -3-10 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 - Mob it J 10.0 Mobil 578 3 -1 Coat Tar Epoxy - Mobil K 0.3 -0.5 #40 Passivator - Koppers Co. (Only needed with Koppers Coatings) 1 or 2 2. Architectural 1 or 2 Metal Work 3. Structural 1 or 2 Steel & Misc. Steel Min. (2) Field Surface 1st 2nd Total Preparation Primer Coat Coat Mils 04 -9 Brand and Manufacturer or Approved Equal Shop(1) A B 4 -5.5 Shop(1) A B 4 -5.5 Shop(1) A 8 4 -5.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Type of Surface Min. (2) Field Surface 1st 2nd Total Preparation Primer Coat Coat Mils 4. Concrete Block (3) C C - 16.0 5. Galvanized 1 Steel Handrails, Ladders, Guardrails or where designated A B - 4.2 -5.5 B. Interior 1. Architectural 1 or 2 Shop D D 2.8 -3.0 Metal Work 2. Structural 1 K A B 5.3 Steel & Misc. (Koppers) Steel 3. Concrete Block (3) E A A 16.0 -18.0 Building 4. Concrete & (3) A A - 6.0 -8.0 Plaster 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. (2) Minimum dry film thickness of field coats applied. (3) See Section 04 -09.6 of this Specification. 04 -08.3 Color Schedule Color Code Description Service Description General *Doors & Hatches *Structural Steel *Pumps, Motors, Machinery *Exposed Lines, Valve Boxe *Valve Operators *Ladder Handrails *Guardrails *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 s 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 Piping Color Code Marking Designation 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Sur- faces 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 snall 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 MESUREMENT AND PAYMENT Measurement and payment for painting shall be in- cluded in the lump sum price bid on the contract for the item of work of which this is a component part. 04 -20 1 SPECIAL PROVISION NO. 1 TO 1 SECTION 05 I BUTTERFLY VALVES A. =ZEAL ' All butterfly valves shall conform to AWWA Standard Specification C504 -80 rubber seated butterfly valves except as supplemented herein. All butterfly valves shall have a minimum working pressure rating of 150 psi for butterfly valves 14" and larger, and 200 psi for butterfly valves 2" through 14 ". Valve and operator arrangement shall be as shown I on the plans. Operators shall be in accordance with AWWA C504 -80 and valve schedules on plans. All butterfly valves shall be from the same manufacturers. Also, all operators shall be from the same manufacturers. All valves and ' operators shall be of new construction. B. SUPPLEMENTARY INFORMATION 1 1. Materials a. Bodies - Valve body shall be high strength cast iron ASTM A -126, Class B, short body and flanged in accordance with ANSI B16.1. All internal fasteners shall be 316 stainless steel. b. Valve Disc - Valve discs shall be constructed of ASTM A -436, Type 1 (ni- resist), A -536 (65- 45 -12) ductile iron with 316 stainless steel edge. c. Valve Seats - Valve seats shall be a full circle ' be of a penetrated by the valve shaft and shall seat, located in the body only and not synthetic rubber compound such as Buna N. Valve ' seats for 30" and larger valves shall be easily field adjustable around the full circle 360° with standard tools and replaceable without dismantling operator, disc or shaft and without removing the ' valve from the line. Manufacturer shall certify that rubber seat is field replaceable. d. Valve Shaft - Valve shafts shall be one piece or two piece Type 304 stainless steel surpassing minimum diameters as established in AWWA C504 -80. Shafts of all valves shall be turned, ground and polished. 1 1/3 C. MANUAL OPERATORS e. Shaft Seals - Shaft seals shall be self - adjusting Chevron, TFE type or 0 -Ring type. Packing shall be replaceable on 30" valves and larger without moving actuator. f. Valve Bearings - All valves shall be fitted with sleeve type bearings. Bearings shall be corrosion resistant and self- lubricating. Bearing loads shall not exceed 1/5 of the compressible strength of the bearing or shaft material. 2. proof of Design Manufacturer furnishing valves and operators shall present proof of compliance with AWWA C- 504 -80. Bidders shall provide drawing and material specifications sufficient to show that proposed equipment meets this specification. Additional information required at bidding shall be general dimensions and weights. 3. Shop Drawings A minimum of six (6) copies of dimensional shop drawings including operators and showing sizes, parts list and materials shall be submitted for approval. This shall include maintenance and installation manual. 4. Painting. Testing and Taaaing All surfaces of the valve shall be cleaned, dry and free from grease before painting. The valve interior and exterior surfaces, except for sealing edges, shall have manufacturer's standard finish. Hydrostatic and leakage tests shall be conducted in accordance with AWWA C504 -80. Each valve shall be provided with a stainless steel tag permanently attached to the valve body. Valve number shall be imprinted on tag in accordance with valve schedules on plans. 5. Manufacturer The manufacturer shall have manufactured tight - closing, rubber seat butterfly valves for a period of at least five (5) years. Manufacturer shall be Keystone, BIF, Kennedy, or approved equal. All manually operated butterfly valves shall be installed with a manual operator of the worm gear type or traveling -nut type, which are designed for 90° rotation. The operators shall be 2/3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 self- locking to prevent valve creep and flutter. The units shall be furnished with AWWA mechanical stops and shall conform to AWWA Specification C504 -80. The worm gear type operators shall be Limitorque HSC Series, or approved equal. Worm gear operators shall be provided on all valves 12" and larger. Where the centerline of the side mounted handwheel for the manual operators is greater than 6 feet above finished floor, a chainwheel operator shall be provided instead of the handwheel. Valve manufacturer is responsible for supplying proper actuator for a working installation. 3/3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 05 - WATER PIPELINES. FITTINGS. VALVES AND OTHER APPURTENANCES 05 -01 DESCRIPTION This section of the Specifications shall govern for all materials incorporated in the work as pertains to construction of water pipelines and appurtenances. 05 -02 MATERIALS - PIPE Steel pipe shall conform to current AWWA Standards C201 and C202. Galvanized iron pipe shall be standard strength, threaded and coupled. Cast iron pipe shall conform to current AWWA Standards C106 and C108 and shall be thickness Class 22 and pressure Class 150 except where otherwise shown. All cast iron pipe shall be cement mortar lined in accordance with AWWA C104. Exposed plant piping shall be flanged and buried pipe shall be push -on joint, except where shown otherwise on the Plans. Fittings for buried pipe may be mechanical joint or push -on joint, unless shown otherwise on the Plans. Ductile iron pipe and concrete steel cylinder pipe shall conform to current AWWA Standards for pressure class as shown on the Plans. Asbestos cement pipe (AC) shall conform to current AWWA Standard C400 for pressure Class 150 or 200, as shown on the Plans. Fittings shall conform to AWWA Standard C110 (Ring -Tile or equal). Copper pipe shall conform to ASTM Specification B88 for Type K seamless annealed. Underground piping shall be joined with flared fittings. All pipe shall be of domestic origin unless satisfactory warranty is provided. 05 -03 MATERIALS - VALVES AND FIRE HYDRANTS All gate valves shall conform to current AWWA Standard C -500 and have a minimum working pressure rating of 150 psi for gate valves 14" and larger and 200 psi for gate valves 2" through 12 ". Gate valves shall have a clear waterway equal to the full nominal diameter of the valve and shall be opened by turning counter - clockwise. 05 -1/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Check valves shall be of the flanged silent type as manufactured by APCO, PRINCE, or approved equal. Curb stops and corporation stops shall be bronze, conform to current AWWA Standards, and be equal to those as manufactured by Hays, Mueller, or Ford. Air release valves shall be the float and lever type as manufactured by the APCO Corporation. Butterfly valves shall conform to AWWA Standard Specifications C504 -80 rubber seated butterfly valves. Butterfly valves above 8" shall have worm gear operator and handwheel. Gear operators shall be by Limetorque or approved equal. All underground valves shall be equipped with cast iron valve boxes except where shown otherwise on the Plans. A minimum of one valve wrench shall be furnished to the Owner. Strainers in waterlines shall have cast iron bodies, with standard pattern bronze or monel baskets with standard perforations and shall be Crane 988 1/2 or 989 1/2. Similar types by Mueller, McAlear, Walworth. Zurn or equal are acceptable. All strainers shall be of the same size as the piping in which they are installed. Provide dielectric union, if necessary, to isolate strainer from pipe material. 05 -04 GRANULAR MATERIAL FOR PIPE BEDDING AND PIPE ZONE BACKFILL Refer to Section 06 - Installation of Water Lines. 05 -05 MEASUREMENT AND PAYMENT Measurement and payment for water pipelines, fittings, valves and appurtenances shall be included in the lump sum price bid on the contract for the item of work of which this is a component part. 05 -2/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 06 - INSTALLATION OF WATER LINES 06 - 01 DESCRIPTION This section of the specifications shall govern the installation of water lines. 06 -02 CHECKING PIPE Each load of pipe delivered to the job site will be checked by the Inspector and Contractor to assure that it meets specifications. When a load of pipe is found to have inadequate wall thickness or tolerances greater than specified, randomly selected samples of the pipe shall be immediately sent to a suitable commercial laboratory by the Engineer, with instructions to check the pipe for compliance with approved specifications for the specified contract. When the laboratory selected concurs that the pipe does not met specifications, it is to be understood that all of the pipe delivered to the site will be immediately removed and replaced by the Contractor at no additional cost to the Owner. Cost of testing the pipe shall be borne by the Contractor. 06 -03 EXCAVATION. BEDDING AND BACKFILL - TRENCH The Contractor shall perform all excavation of every description and of whatever substances encountered, to the depths indicated on the drawings or otherwise specified_ During excavation, material suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave -ins. All excavated materials not required or suitable for backfill shall be removed and disposed of at the expense of the Contractor. Grading shall be done as may be necessary to prevent surface water from accumulating in the trench. Any accumulation of water shall be removed by pumping or by any other approved method. Sheeting and shoring shall be done as may be necessary for the protection of the work and for the safety of the personnel. Unless otherwise indicated, excavation shall be by open cut. Excavation shall comprise all materials encountered, including rock, clay, silt, sand, mulch, gravel, hardpan, loose shale, loose stone in masses, and all other natural deposits or filled -in materials of whatsoever nature involved. 06 -1/4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Trenches shall be of necessary width as shown in detail on the Plans for the proper laying of the pipe, and banks shall be as nearly vertical as practicable. Excavate pipe trench to provide a minimum of six (6) inches of granular bedding material under the pipe, if required. The pipeline shall be laid to 36" cover on top of pipe. 06 -03.1 Backfill Procedure at the Pipe Zone The pipe zone is defined as the area from six (6) inches below the bottom of the pipe to twelve (12) inches above the top of the pipe. All pipelines where rock is encountered at the pipe depth shall be laid on six (6) inches of compacted approved granular bedding material. After the pipe has been laid, the remainder of the pipe shall be backfilled with approved granular bedding material. The material shall be deposited and compacted simultaneously on both sides of the pipe in approximately six (6) inch layers. This procedure shall be continued to an elevation twelve (12) inches above the top of the pipe. After the pipe is laid, the pipe zone may be backfilled with select material from the trench free from rocks or clods larger than three- quarters (3/4) of an inch, deposited and compacted simultaneously on both sides of the pipe in approximately six (6) inch layers. Walking or working on the completed pipeline, except as necessary in tamping or backfilling, will not be permitted until the trench has been backfilled at least 12 inches above the top of pipe. 06 -03.2 Backfill Procedure Above Pipe Zone Backfill above the pipe zone shall continue in approximately six (6) inch layers. No rock or clods over five (5) inches in their greatest dimension will be permitted in the backfill. All compaction shall be accomplished by mechanical means, water tamping or jetting of backfill. 06 -04 PIPE INSTALLATION All pipe shall be installed in accordance with the manufacturer's recommendatoins. Installation of asbestos cement water pipe shall conform with AWWA Standard C603 and installation of cast iron water mains shall conform with AWWA Standard C600, except that these technical specifications shall take precedence. 06 -2/4 The pipe shall be kept clean of all foreign matter. At the termination of pipe laying, the open end of the pipe line shall be closed off by a suitable cover until laying operations are resumed. Exposed plant piping and /or creek pipeline crossings shall be adequately supported by steel or concrete pipe supports. 06 -05 PROTECTION OF EXISTING UTILITIES Existing utilities shall be protected from damage during the excavation and backfilling of trenches, and if damaged, shall be repaired by the Contractor at his expense. The Contractor shall verify the location of existing utilities fax enough in advance of construction so that necessary adjustments of alignment and /or grade may be made. The Contractor shall give the Owner of the existing utility or pipeline proper notice when his construction will affect their facilities. 06 -06 PAVEMENT AND /OR RAILROAD CROSSINGS Where a utility crosses under a street, road, or railroad, the excavation or boring shall be as shown on the Plans and shall conform with the requirements of the permit. The Contractor shall notify the Highway Department Maintenance Foremen, County Commissioner and /or representative of the railroad company when a crossing affects their facilities. Such notice shall be given at least 48 hours before crossing. 06 -07 SETTING VALVE AND VALVE BOXES Valves, valves boxes, and fire hydrants shall be installed where shown on the drawings and directed by the Engineer, and shall be set plumb. Valve boxes shall be centered on the valves. Where feasible, valves shall be located outside the area of roads and streets. Earth fill shall be carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to be undisturbed trench face if less than 4 feet. 06 -08 TESTS FOR WATER MAIN$ After the water distribution system is installed, complete with all valves, fittings and appurtenances, but before the mainline meter or altitude valve is 06 -3/4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 06 -09 pISINFECTION OF COMPLETED WATER LINES 06 - 10 CLEAN - UE installed at the plant site, a 4 -hour hydrostastic test shall be conducted. The test pressure shall be 50% above the normal operating pressure and minimum of 150 psi at the lowest point in the line. The allowable leakage shall be 30 gallons per 24 hours per mile per inch diameter of pipe. Before being placed in service, the entire system shall be disinfected and thoroughly flushed until two consecutive samples of chlorine free water from each line is found to be free of organisms of the Coli- Aerogenes group. The disinfection and submission of samples by the Contractor shall be in accordance with the requirements of the Texas Department of Health. If granular calcium hypochlorite is used, it must first be dissolved in water. HTH (granular or powder) shall be placed in each joint of pipe as it is laid. Upon completion of the installation of the water lines, distribution systems, and appurtenances, all debris and surplus materials resulting from the work shall be removed. 06 -11 MEASUREMENT AND PAYMENT All pipe, fittings, valves and appurtenances will be measured and paid for at the lump sum price as bid for each standpipe listed in the Bid Schedule, unless otherwise listed. 06 -4/4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BOOSTER PUMPS SPECIAL PROVISION NO. 1 TO SECTION 07, 08 AND 09 A. GENERAL - Furnish three (3) complete pumping units: 1. The units to consist of vertical turbine pump, hollow shaft motor; and steel suction case (see Section No's. 07, 08 and 09. 2. Manufacturer to be Byron - Jackson, or other pre- qualified manufacturer. 3. Installer of pumps must have service available within 100 miles of City of Round Rock and shall have experience in installation of vertical turbine pumps for the last five (5) years. 4. Selection of each pump shall be Model No. 20 MQL -4 stage with bronze trim, as manufactured .by Byron - Jackson or approved manufacturer per Paragraph 2 above. B. PERFORMANCE - Units to meet the following conditions at rated point: Rating Desian Point Capacity TDH Speed 2500 332 Ft. 1170 RPM 3000 296 3500 252 C. MOTOR CHARACTERISTICS Minimum Pump Efficiency 79% 83% 83% 1. Power Supply - 480 volts, 3- phase, 60 Hz. 2. Motors - High thrust, vertical hollow shaft, 1170 RPM, 1.15 service factor, Design B, NRR, WP -1. Each motor shall be 300 H.P. minimum. 3. A time -delay relay (0 -10 minute range) will be provided for the pump motor to prevent the motor from starting until a pre -set number of minutes have elapsed after motor stops. For pump start -up, set relay on a 3- minute setting. Special Provision No. 1 to Sectior. No.s 07, 08 and 09 1/1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 07 - ZLECTRICAL MOTOR. INTEGRAL HP. POLYPHASE, INDUCTION VERTICAL, WEATHER PROTECTED. 600 HP AND SMALLER 07 -01 mum, 07 -02 SIZE This item covers motors to be furnished as integral parts of pumping units for outside installation. Current characteristics, speed, special features, and pump performance are covered by Special Provision. Motor sized to operate continuously and without exceeding the nameplate rating for all pump loads from shut -off to minimum head. 07 -03 TYPE Vertical, hollow shaft, squirrel -cage induction, full voltage starting, normal starting current and torque; weather protected, Type I. All motors shall include 120 volt space heaters. 07 -04 CONSTRUCTION Motors shall be shielded drip -proof (interior installations) with a 1.15 service factor and class "B" or "F" ingulation. The maximum temperature rise above 40 °C ambient at a service factor of 1.00 shall be 65 °C for "B" insulation and 85 °C for class "F" insulation. 07 -05 STANDARDS Conform to ASA C50 and NEMA MG -1 (Latest Revision and Supplements). 07 -06 BEARINGS Ball or spherical roller, motor thrust bearing to carry rotor and shaft connecting motor to pump. 07 -07 MANUFACTURER Furnish motor manufactured by General Electric, Westinghouse, Louis - Allis, U.S., Gould or approved equal. 07 -1/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 07 -08 SUBMITTALS The following information shall be submitted with motor drawings for review: (a) Name of Motor (b) Horsepower (c) Phase (d) Efficiency at 1/2, 3/4, Full Load (e) Voltage (f) Power Factor at 1/2, 3/4, Full Load (g) Speed (h) NEMA Design Starting Torque (i) NEMA Frame and Dimension (j) Full Load Current (k) Locked Rotor Current 07 -09 MEASUREMENT AND PAYMENT No separate payment for work performed under this Section. Include cost of same in contract prices bid for the item of which this work is a component part. 07 -2/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 08 - VERTICAL TURBINE PUMPS. CLOSED COUPLED 08 -01 GENERAL Furnish pumps in quantity and performance designated on each preceding Special Provision to this Item. Pumps to be water lubricated, open shaft construction and with design features and materials specified below. 08 -02 PUMP HEAD Fabricated steel, Class 30, above base discharge with A.S.A. 250 -1b. flanges, bolted base for mounting on fabricated steel suction case. Include gasket and high pressure stuffing box. Equip with lifting lugs or eyes. 08 -03 BOWLS, SUCTIONS. AND DISCHARGE PIECES 08 -06 BEARINGS Gray cast iron, Class 30, tongue and groove fitted for accurate alignment. Suction bell contoured for gradual change in velocity, fitted with SAE 64 bronze bearing. Discharge piece or last stage bowl fitted with SAE 64 bronze bearing. Impeller shall include renewable cast -in -place wear rings. 08 -04 IMPELLERS Closed, non - coated cast iron, SAE 40, sandblasted before machining, hand- filled, polished, dynamically and hydraulically balanced. Fasten to shaft with tapered collets, A.I.S.I., Type 316 stainless steel_ 08 -05 IMPELLER SHAFT Stainless steel, A.I.S.I., Type 416, oversized to eliminate distortion. Combination of bronze and neoprene cutless rubber on each side of each impeller. Shaft bearings - neoprene in SAE 64 bronze guides. 08 -07 DISCHARGE COLUMN ASSEMBLY Shaft: A.I.S.I. C -1045 with A.I.S.I., Type 303 stainless steel sleeves at bearings. Coupling, threaded type, A.I.S.I. B -1113 steel, cold drawn. 08 -1/3 Oversized to eliminate distortion. Extended shaft for use with hollow -shaft vertical motor. Shaft may be Type 416 stainless steel without sleeves. Column and Coupling: Threaded, connections, forged steel coupling, A -53 steel pipe. Glands and Seals: Combination grease and water lubricated packing gland; Class 30 cast iron packing box, SAE 64 lantern ring and packing gland; seal by -pass discharged to suction case; Alemite fitting for grease line; all components of non - corrosive material. 08 -08 FACTORY PAINTING Discharge head to be primed with Sherwin - Williams Kem A and A Epoxy Enamel Primer and cover coated with S -W Kem A and A Epoxy Enamel, light gray. Outside the bowl and column assembly coated inside and outside with two coats obtaining a combined dry coating of 10 mils of Koppers Co., Inc., Poxitar applied in accordance with manufacturer's printed technical data bulletin. Equivalent coatings will be accepted subject to approval. 08 -09 PERFORMANCE TESTS Distributor of pumps will perform field tests at place of installation witnessed by Owner's inspector. Furnish certified test report in quintuplicate. Plat sufficient points to show conditions at cut -off, rated point, and minimum head at which pump operates without vibration and cavitation. Performance test curves to show TDH, capacity, efficiency, and brake horsepower. 08 -10 DATA TO BE FURNISHED Furnish in quintuplicate for approval: (a) Certified performance curves showing TON, capacity, efficiency, brake horsepower, and operating speed. (b) Outline dimensions, complete description and construction details, and complete materials specifications for parts, and coating. 08 -2/3 (c) Tabulated data: Rated TDH, capacity, and BHP Rated operating speed Maximum combined hydraulic and static thrust (d) A statement of equipment warranty (e) A statement of guarantee of pump field efficiency at design point (f) A statement of full compliance with the specifications. If there are any deviations, they shall be listed. (g) Complete information on motors as required by motor specifications. Furnish three bound sets of operation and maintenance instructions, drawings, curves, and parts lists of pump and accessories. 08 -11 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 08 -3/3 SECTION 09 - VERTICAL TURBINE PUMP SUCTION CASE 09 -01 DESCRIPTION 09 -02 CONSTRUCTION 09 -03 WELDING Furnish suction case for use with vertical turbine pumps specified by other items of Specifications. Cases to be furnished by pump supplier as integral part of pumping unit. Body, bottom and flange of ASTM A7 steel. Inlet pipe connection of ASTM A53, Grade B, butt welded or seamless, Schedule 20 pipe with ASA 125 pound drilling on flange connection; forged steel flange, ASTM A181, slip -on or weld -neck, 150 pound series with flat face if connected to cast iron companion flange. Operations, processes, equipment, materials and workmanship to requirements of applicable current standard specifications of AWS. Use qualified welders. 09 -04 PROTECTIVE COATING Coat inside and outside of case with Koppers Super Tank Solution Coating. Follow manufacturer's recommendations for surface preparation and application. Apply two coats (8 -10 dry mils per coat) to obtain a minimum of 18 dry mils total thickness. 09 -05 DIMENSIONS Diameter: Refer to Plans Length: Refer to Plans Inlet Size: Refer to Plans Inlet Location: Refer to Plans 09 -06 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 09 -1 /1 SECTION 10 - INSTALLATION OF VERTICAL TURBINE PUMPING UNITS 10 -01 DESCRIPTION This item covers methods and procedures for installing vertical turbine pumps. Instructions for placing in operation and field testing, if required, are covered in Item "Vertical Turbine Pumps, Closed Coupled ". 10 -02 SETTING PUMP AND SUCTION CASE Pour concrete in foundation excavation to point two to three inches below bottom of suction case and allow to set. Make up pump and suction case as unit and set in place. Bring piping up to pump and align pump and piping so that no strains from piping will be transferred to pump. With pump level and aligned, pour wet grout to point one to two inches above bottom of case. Recheck alignment of pump and piping and proceed to pour concrete to upper construction joint after any corrections are made. 10 -03 SETTING PUMP WITHOUT SUCTION CASE For installation where pump is set in open pit, block pump in place and bring piping up to pump, align pump and piping so that no strains from piping will be transferred to pump. Level and align pump by use of shims and removable blocks or wedges or by use of adjusting nuts on anchor bolts below base. Place grout. Follow requirements of applicable item covering concrete structures for grouting material and procedures. Atter grout has set, recheck alignment and piping and make corrections to piping. 10 -04 SPECIAL PRECAUTIONS Check setting of impellers and make sure rotating elements are free before turning on power. Check rotation of motor with pump drive disconnect. 10 -05 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include coat of same in Contract price bid for item of work of which this is a component part. SECTION 11 - BOOSTER PUMP STATION BUILDING 11 -01 DESCRIPTION These specifications describe a building for the Booster Pump Station in Round Rock, Texas. The work includes clearing and excavation, foundation and building construction and plumbing, electrical and mechanical installations. The Contractor shall furnish all labor, materials, equipment, tools and all incidentals for accomplishing the work as shown on the Plans and as described in the following Sections: 11 -02 BITE WORK 03 - Concrete 04 - Painting 12 - Masonry 13 - Metals 14 - Building Insulation 16 - Flashing and Sheet Metal 17 - Sealant and Caulkings 18 - Building Accessories The Contractor shall grade the site so that the floor slab shall be level or sloped as shown on the Plans. Fill materials shall be imported as required, and such fill material shall have a plasticity index of not more than 16. Fill material and floor subgrade shall be compacted to 95% of maximum density at optimum moisture in accordance with AASHO T -99. 11 -03 FLOOR SLAB It shall be the Contractor's responsibility to ensure that the floor slab is laid to the proper grade. The Owner will set a bench mark, if not already set at the site, for the slab. A grade beam shall be around all sides, and tie beams as shown on the Plans. Reinforcing steel shall be held in position by supporting chairs or by other means as approved by the Engineer. 11 -04 MEASUREMENT AND PAYMENT The lump sum price bid for the two booster pump building alternatives shall include all labor, equipment, materials and incidentals required to fabricate and install the building, complete with concrete foundation, water, and drain piping, and all specified appurtenances as shown on the construction plans. SECTION 12 - MASONRY 12 -01 MASONRY MORTAR 12 -01.1 Description This Section specifies the mortar for unit masonry materials. 12 -01.2 Applicable Specifications and Standards The following publications of the issues listed below, but referenced to thereafter by basic designation only, apply to this Section to the extent applicable in each reference thereto. (a) American Society for Testing and Materials (ASTM) C 91 -78 Specification for Masonry Cement C 144 -761 Specification for Aggregate for Masonry Mortar C 150 -78a Specification for Portland Cement C 207 -76 Specification for Hydrated Lime for Masonry Purposes C 270 -73 Specification for Mortar for Unit Masonry 12 -01.3 Quality Assurangg The same source or brand of masonry mortar materials shall be used for the duration of the project. 12 -01.4 Material Storage Store mortar materials in a dry place, off the ground, under cover. 12 -01.5 Materials (a) Portland Cement: ASTM C -150, Type I. Use Type III high -early strength for laying masonry in cold weather. (b) Masonry Cement: ASTM C -91, with 12 percent maximum air content by volume. (c) Hydrated Lime: ASTM C -207, Type S. (d) Aggregates: ASTM C -144. (e) Water: Clean, free of deleterious amounts of acids, alkalies or organic materials. 12 -1/8 12 -01.6 J4ortar Mixes Do not lower the freezing point of mortar by use of admixtures or antifreeze agents. The use of calcium chloride in mortar is not permitted. Mortar for unit masonry shall meet the requirements of ASTM C -270. Masonry cement shall be one part masonry cement to three parts sand, proportioned by volume. 12 -01.7 Mixing Mix mortar with sufficient water for a minimum of three minutes in a drum type batch mixer. Mix mortar thoroughly and only in such quantity as is needed for immediate use. Use mortar within two hours after mixing. Discard mortar not used within specified time. Clean mixer after four or five batches have been mixed. Add water to lime at least 24 hours before mixing it with other materials. Mortars that have stiffened within time interval stated above because of evaporation of moisture may be retempered to restore workability by adding water. Do not retemper mortar that has reached initial set. In cold weather, heat sand or water sufficiently to maintain temperature of mortar above 50 °F. as follows: Aix Temperature 40 °F. - 32 °F. 32 °F. - 20 °F. 12 -02 MASONRY ACCESSORIES 12-2/8 Requirements Heat sand or mixing water Heat sand or mixing water Measured materials shall be by volume or equivalent weight, not by shovel. 12 -02.1 pescription This Section includes all joint reinforcement, anchors, ties and control joint materials related to masonry work. 12 -02.2 Storage of Materials Store accessories in a dry place, under cover and above ground. 12 -02.3 Materials (a) Wall Reinforcement: Standard truss type with No. 8 guage deformed or embossed side wires and cross ties. Wire shall conform with ASTM A -82. Hot dip galvanize after fabrication conforming with ASTM A -153, Class B2. (b) Control and Expansion Joint Filler: Preformed neoprene or polyvinyl - chloride fillers or bituminouis preformed expansion joint filler conforming with ASTM D -994. (c) Flexible Anchors: 3/16 inch hot dipped galvanized wire. Weld -on -tie shall be 1/4 inch galvanized wire. (d) Dovetail Anchor Slots: 26 gauge stainless steel, with a 1" back width, 1" depth, and a 5/8" throat opening. Anchor slots shall be furnished in 10 feet lengths, with polystyrene filler in the slots. (e) Dovetail Stone Anchors: 3 -1/2" long x 1" wide corrugated stainless steel finished in 16 gauge. (f) Sizes of Accessories: Out to out spacing of side rods of wall reinforcement shall be approximately 2 inches less than the nominal thickness of the wall or wythe. Accessories shall be sized large enough to have maximum bond in mortar bed, but in all cases they shall be so placed to assure 5/8 inch mortar cover on the face of the walls and 1/2 inch mortar cover on interior face. 12 -03 UNIT MASONRY 12 -03.1 Description Build into masonry work all times furnished by other trades which are an integral part of the masonry. Obtain masonry units from one manufacturer, of uniform texture and color for each kind required, for each continuous area and each visually related area. This section includes all materials, equipment and labor necessary to furnish and lay all masonry work. 12 -03.2 Applicable Specificaitons and Standards The following publications of the issues listed below, but referenced to thereafter by basic designation only, apply to this Section to the extent applicable in each reference thereto. 12 -3/8 12 -03.4 Materials (a) American Society for Testing and Materials (ASTM) C 55 -75 Specification for Concrete Building Brick C 129 -75 Specification for Non -Load- Bearing Concrete Masonry Units C 426 -70 Test for Drying Shrinkage of Concrete (1976) Block 12 -03.3 Product Delivery, Storage and Handling Store masonry units off ground to prevent contamination by mud, dust or materials likely to cause staining or other defects. During cold weather, protect masonry in place and construct masonry in conformance with B.I.A. Guide specifications. (a) Face Brick shall match existing units in color, texture and size. (b) Concrete Masonry Units (CMU). Hollow Units Type 1, Grade N meeting the requirements of ASTM C -90. Units shall be autoclave or CO2 cured. Nominal face dimensions of 16" long by 8" high. (c) Concrete building brick shall be Grade N -1 units conforming to ASTM C -55. Units shall be autoclave or CO2 cured. Block shall meet .035% or less linear shrinkage tested by British modified method. (d) Common Brick shall conform to ASTM C -62, Grade MW. (e) Glazed Faced Concrete Masonry Units. Lightweight concrete block used for glazed face concrete masonry units shall conform to ASTM C -90 and C -129 for loadbearing and non- loadbearing units. Glazed facing for units shall conform to ASM C -126, Grade G, with respect to imperviousness, resistance to fading (chemical resistance), opacity and tolerance on dimensions. Units shall be free of crazing when tested for shrinkage in accordance with ASTM C -426. (f) Face Stone shall be cut from stone native to the Austin area. Color shall be mixed browns, tans, and gray - browns. Contractor shall submit samples to the Engineer for approval prior to its use. 12 -4/8 (g) Stone ehall be durable, non - dusting, non - flaking, non - fading sedimentary rock or igneous rock other than lava. Density shall be at least 120 lbs. per cubic foot. Ultimate compressive strength shall be at least 2000 lbs. per square inch. Stone shall be quarried, irregular shape dimension stone. Stone around the masonry openings shall be saw cut smooth at the exposed ends. (h) Sizes shall be such that at least 80% of wall surface shall exhibit stones with faces between a minimum of 40 square inches and a maximum of 200 square inches, with remaining portions filled -in with smaller stones of 3 inches minimum dimension. Dimensional proportoins of exposed face shall range between 1 to 1 and 1 to 2. Thickness shall be from 2 inches to 10 inches. 12 -03.5 L -ying Masonry (a) All masonry shall be laid in running stretcher bond, unless shown otherwise on the drawings. (b) Generally, joints will be 3/8 inch thick. Make joints straight and uniform, particularly where exposed to view. Cut exposed joints flush, compress and finish smooth with a round pointing tool. Joints to be slightly concave. (c) Lay no masonry during freezing weather. (d) Lay all lightweight concrete masonry units, including glazed face units, according to the recommendations in the Concrete Masonry Information Manual of the Texas Concrete Masonry Association. (e) All cutting of masonry units shall be with power driven masonry saws. (f) Anchor door frames to masonry walls with 3 buck ties each side (4 ties at doors over 7'6" high). Ties shall be laid in mortar joints approximately 12 inches from top and bottom and at center. Slush door frames full of mortar. (g) Lintels for use with concrete masonry units shall be tile lentels. Length of lintels and reinforcing shall be as shown on Schedule 4 -1. Exposed lintels shall be fabricated from lintel 12 -5/8 blocks or from pre -cast lintels scored to match masonry coursing. Concealed lintels can be cast -in -place reinforced concrete or pre -cast lintels without scoring. Use 2,500 pound concrete and reinforcing steel conforming to ASTM A -615, Grade 40, in lintels. LINTEL SCHEDULE Precast Concrete Lintel Reinforcing Per 4" Wall Thickness Clear Lintel Lintel Reinforcement Span Length Height Top and Bottom 2' -0" 3' -4" 7 -5/8" 1 - #3 4' -0" 5' -4" 7 -5/8" 1 - #3 6' -0" 7' -4" 7 -5/8" 1 - #4 8' -0" 9' -4" 15 -5/8" 1 - #4 10' -0" 11' -4" 15 -5/8" 1 - 45 12' -0" 13' -4" 15 -5/8" 1 - 46 1. The General Contractor shall provide lintels as scheduled for all openings except where specifically detailed otherwise. 2. For spans not shown use next longer span. 3. Lintel length - clear span + 1' -4 ". 4. For 6" walls use 6" width and double reinforcing. 5. For 8" walls double width and reinforcement. 6. For 12" walls triple width and reinforcement. 7. Concrete shall be a minimum of 2,500 psi in 28 days with a minimum of 2 -1/2" sacks of cement /cubic yard. (h) Provide joint fillers at all expansion and control joints. 12 -6/8 (i) Starter course for concrete masonry units shall be 5 -3/8 inches high were indicated on the drawings. (j) At completion of work, point holes in joints of exposed masonry surfaces. Completely fill with mortar and tool properly. After pointing has set hardened, wet the exposed surfaces and clean with water and stiff fiber brushes. Mortar joints shall be well tooled and tight throughout. 12 -03.6 Reinforcement. Ties and Anchors Reinforce masonry walls with welded wire wall reinforcement. Use maximum lengths and lap ends 8 inches for continuity. Bend the wires in the mortar joints to assure complete cover and bond. Run welded wire reinforcing through control joints. Unless otherwise shown on the drawings, reinforcement shall be spaced 16 inches o.c. vertically and at the top masonry course. Reinforcement shall be placed in the first two courses above and below masonry openings. Reinforcement will extend 24 inches on each side of the opening. 12 -03.7 Protection Cover all masonry with waterproof paper and boards at night and when it rains. Protect the top of all sills and projections and jambs at all openings with wood. Take down and rebuild any work injured by the weather. 12 -03.8 Scaffolding Provide scaffolding and staging required for masonry installation. Construct and maintain scaffolding in compliance with the applicable ordinances and regulations. Scaffolding shall be sufficiently substantial to support workmen and necessary equipment and materials. Provide adequate guardrails for protection of property, workmen and passersby. 12 -04 MASONRY CLEANING 12 -04.1 pescription This Section includes all materials, equipment and labor necessary to clean all masonry work. 12 -7/8 12 -04.2 Cleaner (a) "Deox" chemical cleaner as manufactured by National Chemsearch Corp. (b) "Sure /Clean" as made by Process Solvent Co., Inc. (c) Approved Equal. 12 -04.3 Execution (a) Work shall progress in as clean a manner as possible. Remove excess materials and mortar droppings daily. Remove mortar droppings on connecting or adjoining work before its final set. (b) Clean down masonry surfaces, using chemical cleaner and stiff, clean fiber brushes. Start cleaning at top of wall and continue until surfaces have been completely covered. Use of steel wool, wire brushes, strong acids, abrasives, corrosive liquids, or other solutions which might cause staining or discoloration, is strictly prohibited. 12 -05 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 12 -8/8 SECTION 13 - METALS 13 -01 STRUCTURAL METAL 13 -01.1 Description Furnish all labor, materials, equipment and related items required to fabricate and erect all structural steel as indicated on the Drawings. 13 -01.2 Ouality Assurance Specifications of the American Society for Testing and Materials (ASTM), listed below with their serial numbers, apply to this Section to the extent applicable in each reference thereto. A 36 -77a Specification for Structural Steel A 53 -77a Specification for Welded and Seamless Steel Pipe A 108 -73 Specification for Steel Bars, Carbon, Cold Finished, Standard Quality A 123 -73 Specification for Zinc (Hot - Galvanized) Coatings on Products Fabricated from Rolled Steel Shapes, Plates, Bars and Strip A 307 -76b Specification for Carbon Steel Externally and Internally Threaded Standard Fasteners A 325 -76c Specification for High- Strength Bolts for Structural Steel Joints, including Suitable Nuts and Plain Hardened Washers A 501 -77 Specification for Hot - Formed Welded and Seamless Carbon Steel Structural Tubing Specifications of the Steel Structures Painting Council (SSPC), listed below with their serial numbers, apply to this Section to the extent applicable in each reference thereto. SSPC -Paint 13 -64 Red or Brown One -Coat Shop Paint SSPC -SP 3 -72 Power Tool Cleaning Codes and Manuals listed below shall be considered a part of this Section. American Welding Society (AWS) AWS D1.1 -79 Structural Welding Code 13 -1/18 13 -01.3 Submittals American Institute of Steel Construction (RISC) AISC Manual of Steel Construction American Institute of Steel Construction (AISC) AISC Manual of Steel Construction RISC Specification for the Design, Fabrication and Erection of Structural Steel for Buildings AISC Code of Standard Practice for Steel Buildings and Bridges AISC Structural Joints Using ASTM A -325 or A -490 Bolts. AISC Structural Steel Detailing Submit shop drawings showing sizes and dimensions of all structural members, including the details of all connections, for review. Submit all substitutions of sections or modification of details and reasons therefor with shop drawings. Shop drawings shall be in accordance with Structural Steel Detailing, AISC. Mill Test Reports. Submit certified test reports evidencing conformity with requirements of ASTM and AISC Specifications. Qualification of Welders. Submit names of welders to be employed on the work and certification that each welder has passed qualification tests using procedures covered in the AWS D1.1. 13 -01.4 Material Storage Store structural steel members and packaged material in a manner which will protect them from corrosion and deterioration. Do not store materials on the structure in any manner which might cause damage to the structure. Protect the materials from overstress by bending under its own weight or by superimposed loads. 13 -01.5 (Materials (a) Rolled Steel Plates, Shapes and Bars: ASTM A -36, except where other type steel is shown. (b) Hot - Formed Steel Tubing: ASTM A -501. (c) Steel Pipe: ASTM A -53, Type E or S, Grade B. 13 -2/18 (d) Anchor Bolts: ASTM A -307, non - headed type unless otherwise indicated. (e) (f) 13 -02.1 Connections Headed Stud Type Shear Connectors: Grade 1015 or 1020, cold finished with dimensions complying Specifications. High - Strength Threaded Fasteners: structural bolts, heavy hexagon nuts washers as follows: ASTM A -108, carbon steel, with AISC Heavy hexagon , and hardened Quenched and tempered medium- carbon steel bolts, nuts and washers, meeting the requirements of ASTM A -325. (g) Electrodes for Welding: Meeting the requirements of AWS Code. (h) Structural Steel Primer Paint: SSPC - Paint 13. (i) Metallic Non- Shrink Grout: Corps of Engineers CRD-0588, Type M, pre - mixed factory packaged ferrous aggregate grouting compound. Products - Provide metallic non - shrink grout as manufactured by one of the following: a. Embeco, Master Builders b. Kemox C, Sika Chemical c. Vibra -Foil, W.R. Grace d. Supreme Plus, Gifford -Hill e. Approved equal 13 -02 FABRICATION AND ERECTION Fabrication and erection shall meet the requirements of the Manual of Steel Construction, AISC, Specification for the Design, Fabrication and Erection of Structural Steel for Buildings, AISC, Code of Standard Practice for Steel Buildings and Bridges, AISC, Structural Joints Using ASTM A -325 or A -490 Bolts, AISC, and Structural Welding Code, AWS D1.1. (a) General 1. Temporary connections may be made using bolts meeting the requirements of ASTM A -307. 13 -3/18 2. All permanent shop connections shall be welded unless detailed otherwise on the Drawings. 3. All permanent field connections shall be welded or bolted using high strength bearing type bolts with a hardened washer under each nut, as noted on the Drawings. (b) Standard Connections 1. If beam reactions are not shown on the Drawings, beam connections shall be standard framed beam connections as detailed in the Manual of Steel Construction, AISC. 2. The connections shall be designed for one -half the allowable uniform load as tabulated in "Allowable Loads on Beams Table" in the Manual of Steel Construction, AISC. (c) Non- Standard Beam Connections Where beam reactions are shown on the Drawings, design the connections and submit the design to the Owner for approval. (d) Tightening of Bolts 13 -02.2 Fabrication Bolts shall be tightened by the "Turn of Nut" method as described in Structural Joints using A -325 or A -490 Bolts, AISC. (a) Fabrication shall comply with applicable requirements of Manuals and Specifications of AISC. (b) Do not splice material except as shown on the Drawings. (c) Provide access for the testing agency to places where structural steel work is being fabricated or produced so required inspection and testing can be accomplished. (d) Structural steel work which inspections and laboratory test reports have indicated not to be in compliance with requirements shall be corrected at the Contractor's expense. The Contractor shall 13 -4/18 13 -03 SHOP PAINTING preform additional tests as may be necessary, at his expense, to reconfirm non - compliance of the original work and as may be necessary to show compliance of corrected work. (e) Cold- Formed Structural Shapes All hot - rolled sheet and strip used in the fabrication of cold- formed members shall conform to the requirements of ASTM Specification A -570, Grade D, except that the minimum yield strength shall be 55,000 psi and the minimum tensile strength shall be 60,000 psi for material heavier than 14 gauge and 62,500 psi for all other. 1. Light gauge cold - formed sections shall be manufactured by precision roll or brake forming. All dimensions shall be true, and the formed member shall be free of fluting, buckling, or waviness. 2. Purlins and Girts: Purlins shall be roll- formed "Z" sections, 8" deep with 2 -1/2" wide flanges and stiffening lips. Stiffening lips shall be formed at an angle of 50 degrees with the flanges to permit nesting during shipping and when making overlapping continuous connections. Girts shall be roll- formed "Z" or "C" sections. 3. Eave Struts: Eave struts shall be unequal flange "C" sections formed so as to provide adequate backup for both roof and wall panels at the building eave. 13 -03.1 Description (a) Shop paint all structural steel work, except those members or portions of members to be embedded in concrete or mortar. Paint embedded steel which is partially exposed on the exposed portions and the initial 2 inches of embedded areas only. (b) Do not paint surfaces which are to be welded. (c) Apply 2 coats of paint to surfaces which are inaccessible after assembly or erection. Change color of second coat to distinguish from the first. 13 -5/18 13 -03.2 $urface Preparation 13 -03.3 painting 13 -04 ERECTION Steel to be painted shall be cleaned of loose rust, loose mill scale and spatter. Cleaning shall meet the requirements of SSPC -SP3. Immediately after surface preparation, apply structural steel primer paint in accordance with the manufacturer's instructions at a rate to provide a uniform dry film thickness of 2.0 mils. Paint shall meet the requirements of SSPC -Paint 13. 13 -03.4 Galvanizing Galvanizing structural steel so designated on the Drawings after fabrication by the Hot -Dip Process as required by ASTM A -123. Repair warpage of steel due to galvanizing without damage to galvanizing or to the steel. (a) Erection shall comply with applicable requirements of manuals and specifications of AISC. (b) Light drifting will be permitted to draw parts together, but drifting to match unfair holes will not be permitted. (c) On approval by the Engineer, preform enlargement of holes necessary to make connections in the field by reaming with twist drills after all parts to be assembeled are in place. The resulting hole shall be the same size in all members joined and the proper bolt size shall be used. 13 -05 FIELD TOUCH -UP PAINTING 13 -05.1 pescripti(20 (a) Paint used for touch -up shall be the same specified above and may be applied by brush or spray. (b) Paint all bolted and welded connections. (c) Touch up all abrasions of shop painting. 13 -6/18 13 -06 GROUTING OF BASE PLATES AND BEARING PLATES 13 -07 TESTING 13 -07.2 Bolts 13 -07.3 Welds (a) Clean and moisten concrete and masonry bearing surfaces. The bottom of base plates shall be free of oil. (b) Set and anchor plates to the proper line and elevation. Use metal wedges, shims or setting nuts for leveling and plumbing the structural members. (c) The mixing and placing of non - shrink grout shall be in conformance with the manufacturer's instructions. Batches shall be of size to permit continuous placement of grout under each base plate. Exposed surfaces shall have a smooth dense finish. 13 -07.1 Description A testing agency shall perform routine testing and inspection of structural steel work for compliance with technical requirements of the Specifications. The Contractor may engage at his expense, a testing agency for his own information and guidance. All high strength bolts will be checked in accordance with Article 6, "Specification for Structural Joints Using ASTM A -325 or ASTM A -490 Bolts ". All high strength bolts shall have the minimum bolt tension as prescribed in the AISC Manual of Steel Construction. (a) Visual Inspection - Visual inspection of welding will be made while the operations are making the welds, and again after the work is completed, for the penetration of the weld metal, fusion and general ability of the operator. After the welding is completed, the welds shall be hand or power wire brushed and thoroughly cleaned before the inspector makes the check inspection. Correct defective welds according to the applicable requirements of AWE D1.1. 13 -7/18 (b) Working Platforms - The Contractor shall provide access to and a working platform at not less than 25 percent of all welded connections as selected by the Engineer for testing. The Contractor shall provide access to and a working platform at 2 additional welded connections for testing, as selected by the Engineer, for each weld found defective. (c) Workmanship - Any welder found by the Engineer to be producing unsatisfactory work even though he has passed qualification testa shall be immediately recertified or replaced with a qualified welder. 13 -08 STEEL JOISTS 13 -08.1 Description The Contractor shall furnish all labor, materials, equipment and related items required to furnish, fabricate and erect all steel open web joists, longspan and deep longspan joists, including bridging and secondary framing to support miscellaneous items and framing around openings as shown on the Plans. 13 -08.2 Quality Assurance All work under this Section shall conform to the following codes and specifications. 13 -08.3 Submittals (a) Recommended Code of Standard Practice for Steel Joists, SJI (b) Standard Specifications for Open Web Steel Joist J- and H- Series, SJI. (c) Standard Specifications for Longspan Steel Joists LJ- and LH- Series and Deep Longspan Steel Joists, DLJ- and DLH- Series, SJI. (d) Manual of Steel Construction AISC A certificate stating that the joists are manufactured by a member of SJI and that they conform to all the requirements of SJI. Shop drawings shall be submitted for approval. 13 -8/18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13 -08.4 Joists All joists shall conform to the applicable portions of SJI and that they conform to all the requirements of SJI. 13 -08.5 Bridging Bridging shall conform to the requirements of SJI. 13 -08.6 Erection 13 -08.7 Anchorage (a) As soon as joists are erected, install all bridging and fasten the joists securely into place before the application of any loads except the weights of the erectors. During the construction period, provide adequate distribution of concentrated loads so the carrying capacity of any joist is not exceeded. (b) Bridging and /or sag rods shall be spaced and anchored according to SJI specifications, unless otherwise shown. (a) Anchor each line of bridging securely to the walls or support at the end of the line and to each joist by welding or bolting. (b) Joists resting on steel beams or steel plates on masonry walls shall extend a distance not less than 1 inch past the centerline of the beam nor less than 3 inches on the steel. 13 -08.8 ,Field Painting Brush abraded, corroded and welded surface areas with a steel wire brush. Touch up with the same type paint used in the shop painting. 13 -08.9 Field Ouality Control Fabrication and erection shall be subject to inspection in the field by an independent testing laboratory, paid for by the Owner, for compliance with the requirements of SJI and AISC. 13 -9/18 13 -09 METAL ROOF DECK AND WALL PANELS 13 -09.1 Description Furnish all labor, materials and equipment required to erect all metal roof deck, including fabricated items shown on the Drawings. 13 -09.2 Duality Assurance All work under this Section shall conform to "Roof Deck Specifications" and "Code of Recommended Standard Practice, Roof Deck Construction" by the Steel Deck Institute (SDI). 13 - 09.3 Submittalg The following shall be submitted in accordance with the Special Conditions: (a) A certificate stating that the roof deck conforms to all the requirements of SDI. (b) Detailed drawings showing layout, anchorage and accessories of deck panels. 13 -09.4 Delivery and Storage Care shall be exercised at all times to avoid damage during unloading and storage. 13 -09.5 Metal Deck The roof deck shall conform to the recommendations and specifications of SDI and shall be of depth, gauge and style as shown on the Drawings. The deck shall have a flat top surface and shall be intermediate rib type, unless otherwise shown. 13 -09.6 Wall Panels Wall panels shall match roof panels. 13 -09.7 Finish All material shall be galvanized in accordance with ASTM A -525, Class G90. 13 -09.8 Erection 13 -10/18 (a) General. 1. supporting members shall be completely in place before laying of deck is started. 2. When placing bundles of steel deck or other construction loads on the roof structure, exercise care to avoid overloading the supporting members. 3. Place deck sheets in accordance with layout drawings which have been approved. 4. Openings not shown on the layout drawings, such as those required for stacks, conduits and plumbing vents shall be cut and reinforced if necessary by the trade requiring the openings. 5. End laps of sheets shall be a minimum of 2 inches and shall occur over supports. (b) Attachments 1. Steel deck units shall be anchored to supporting members, including bearing walls, to provide lateral stability to the top flange of supporting members and to resist the following gross uplifts: 45 psf for eave overhang 30 psf for all other roof areas The dead load of the roof deck construction shall be deducted from the above uplift forces. 2. Welds - Care shall be exercised in the selection of electrodes and amperage to provide positive welds and to prevent high amperage blow holes. (The selection of welding rod and amperage are left to the preference of the individual welder). Puddle welds shall be at least 1/2" diameter or elongated welds with an equal perimeter. Fillet welds, when used, shall be at least 1" long. Weld metal shall penetrate all layers of deck material at end laps and side joints and shall have a good fusion to the supporting members. 13 -11/18 13 -10 METAL FABRICATIONS 13 -10.1 Description 13 -10.3 Materials 3. Screws - The allowable load value per screw used to determine maximum fastener spacing for either self - drilling or standard metal type is based on minimum size 12 and on a minimum structural support thickness of 0.06 inches. 4. Spacing of Attachments for Welds or Screws - Steel decks are available in a variety of widths. The location and number of welds or screws required for satisfactory attachment of deck to supporting structural members are as follows: all side laps plus a sufficient number of interior ribs to limit the spacing between adjacent points of attachment to 18•. For spans greater than 5 feet, side laps shall be fastened together at a maximum spacing of 3 feet center to center between supports. 5. Unless otherwise shown, all roof and wall panels shall be attached using screws. 13 -09.9 Field Ouality Control Fabrication and erection shall be subject to inspection, in the field by an independent testing laboratory, paid for by the Owner. Provide miscellaneous metals and metal fabrications as detailed on the Drawings and as specified. 13 -10.2 Submittals Submit shop drawings for review. Drawings shall show all dimensions, materials, sizes, shapes, locations and installation details. Submittals shall be according to the Special Conditions. (a) Miscellaneous Structural Steel: ASTM A -36. (b) Cast and Miscellaneous Steel: ASTM A -27 for cast, ASTM A -7 for mild steel for architectural and miscellaneous items. 13 -12/18 (c) Malleable Iron: High grade white iron castings, fully annealed and of uniform ductile strength throughout. (d) Aluminum Structural Shapes: 6061 -T6 alloy. (e) Aluminum Architectural and Ornamental Shapes: 6063 -T52 alloy. (f) Shop Paint: Red oxide or zinc chromate metal primer. 13 -10.4 Items of Work - Fabricated (a) Galvanized steel grating shall be of the type, size, dimension and location as shown on the Drawings. Edge banding will not be required except around openings greater than 3 inches in diameter, along edges where attachment of the grating to the structure is made by welding, or unless otherwise indicated on the Drawings. Edge banding shall be a minimum of 1/8 inch thick. Unless otherwise noted, all grating shall be removable and reversible. All edges, main bars and bracing bars shall align, and grating shall lay flat on its frame. (b) Provide checkered plates with 1 inch diameter lifting holes, unless used as weatherproofed enclosures. Floor plates shall lay flat on their frames. Frames for floor plates shall be galvanized. Floor plates, unless otherwise specified on the Drawings, shall be painted in compliance with Section 04. (c) Pipe handrails shall be straight in alignment and true in elevation. Unless otherwise shown, all posts shall be vertical. The Contractor has the option of using either steel hot dip galvanized or aluminum handrails. Steel rails shall have gradual, uniform beds. Intersections shall be mitered, welded and ground smooth. Splices in rails shall be made with internal sleeves and countersunk bolts or equivalent. Aluminum rails shall be as C/S "Rigid Rail ", 2 inch diameter, .140" wall thickness, 6063 -T6 alloy. Molded parts 514T alloy. Aluminum rails shall have a 215R1 finish. Purnish all connectors, fittings, fasteners, etc., required for a complete installation. Posts shall be spaced 5'0" on center, maximum. 13 -13/18 (d) Bolts. Tighten high strength bolts for connection by the "Turn of Nut" method to obtain the minimum bolt tension as prescribed in the AISC Manual of Steel Construction. Provide hardened washers under each nut. All anchor bolts shall be galvanized, except where stainless steel anchors are called for. (e) Expansion Bolts. Expansion bolts shall be as required in Section 13 -11. (f) Gray iron castings shall be of uniform quality, free from blow holes, porosity, hard spots, shrinkage defects, cracks or other injurious defects. Manufacture castings true to pattern and with satisfactory fit of component parts. Items with covers shall have machined bearing surfaces so fitting parts will not rattle or rock under traffic. (g) Miscellaneous steel shapes, channels, wide flange shapes, angles, plates, tubing, connections and bolts shall be as shown and detailed on Drawings. (h) Miscellaneous Aluminum Shapes. Channels, angles, bars, plates, tubing connections and fasteners shall be as shown and detailed on the Drawings. 2'0" 3'4" 2 -L's 4'0" 5'4" 2 -L's 6'0" 7'4" 2 -L's 8'0" 9'4" 2 -L's 10'0" 11'4" 2 -L's 12'0" 13'4" 14'0" 15'4" STEEL LINTEL SCHEDULE Clear Lintel Steel Lintel Sizes apart length 8" Thick Walls (i) Bollards. Schedule 40, galvanized iron pipe, fabricated as detailed on the Drawings. 13 -14/18 3 -1/2" x 3 -1/2" x 5/16" 3 -1/2" x 3 -1/2" x 5/16" 3 -1/2" x 3 -1/2" x 5/16" 5" x 3 -1/2" x 5/16" 6" x 3 -1/2" x 3/8" 13 -10.5 Finishes (a) Shop Paint 1. Miscellaneous ferrous metal items, except those indicated to be galvanized, or those with a factory primer, shall be solvent cleaned (SSPC SP1) and hand tool cleaned (SP2) and then given one coat of specified primer in shop before delivery to job site. 2. Apply one coat of zinc chromate primer on aluminum surfaces to be embedded or attached to concrete before installation. Allow paint to air dry for 24 hours before the aluminum is placed in contact with the concrete. Paint shall be Sherwin - Williams galvanized iron primer, Glidden No. Y5229 zinc chromate primer, or equal. (b) Galvanized Finish Zinc coating conforming to ASTM A -123. Galvanize after fabrication. 13 -10.6 Installation Work shall be made and erected square, plumb, straight and true, accurately fitted and with tight joints and intersections. Reinforce and anchor work adequately in place. Welding shall conform to best modern practice, be of adequate strength and durability, with jointing made tight, flush and in true plane with base metals, clean and smooth. Exterior joints shall be formed to exclude water. Welded connections in exposed members shall be ground smooth and polished. 13 -11 ANCHOR BOLTS 13 -11.1 Description The Contractor shall provide and install the following anchors: (a) Building column anchor bolts as scheduled or as shown on the Plans. (b) Two (2) 3/4" x 12" anchor bolts for each equipment or platform column unless shown otherwise on the Plans. 13 -15/18 (c) Anchor bolts for mechanical equipment as detailed on the Plans or as required by the equipment manufacturer's anchor bolt setting plan. (d) All expansion bolts indicated on the plans required to attach or anchor ladders, handrails, stairs, ship's ladders and structural steel shapes to hardened concrete or masonry. 13 -11.2 Quality Assurance The following standard specifications and manuals shall be considered a part of this Section the same as if fully set forth herein to the extent applicable. (a) Low Carbon Steel Externally and Internally Threaded Standard fasteners, ASTM A -307. (b) Federal Specification - Shield Expansion; Nail Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry), FF -S -325. (c) Electrodeposited Coatings of Zinc on Steel, ASTM A -164. (d) Manual of Steel Construction, AISC. 13 -11.3 Material Storage All material shall be stored in a manner which will protect it from deterioration and damage. 13 -11.4 Materials (e) Specification for the Design, Fabrication and Erection of Structural Steel for Buildings, AISC. (a) All anchor bolts shall meet the requirements of ASTM A -307. Coat the portion of the bolt not embedded in concrete, nut and washer with Type LS zinc coating meeting the requirements of ASTM A -164. (b) Expansion bolts shall meet the requirements of Federal Specification FP -S -325 and Interim Amendment 3 dated July 16, 1965. Expansion bolts complying with the following are acceptable: 13 -16/18 1. Group I: a. Type 1, Class 2 b. Type 2, Class 2, Styles 1 and 2 2. Group II: a. Type 3, Class 1 and 2 3. Group III: a. Type 1 and 2 4. Group VIII: a. Type 1 and 2 (c) All expansion bolts shall be Type 304 or Type 316 stainless steel. 13 -11.5 Anchor Bolt Setting (a) Accurately locate and hold all anchor bolts in place by templates until the concrete has hardened. (b) Furnish anchor bolts for equipment with baseplates with pipe sleeves to permit adjustment and grouting. Cast the anchor bolts integrally with the concrete. The pipe sleeve shall have an internal diameter not leas than three times the bolt diameter and shall be not less than ten bolt diameters long. 13 -11.6 Expansion Bolt Installation (a) Drill expansion bolt holes into the concrete through the item being supported or located by a template. Drill all holes by a tool designed by or approved by the manufacturer of the expansion anchors. (b) Installation of expansion anchors shall be in compliance with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of hole be less than four bolt diameters. Minimum distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be not less than 4 -1/2 times the diameter of the hole n which it is installed. 13 -12 PREFABRICATED METAL BUILDINGS 13 -12.1 Description Contractor shall provide a prefabricated metal building system as shown on the drawings. The complete system 13 -17/18 shall include the rigid frames, girta, purlins, wall and roof sheets, and all necessary trim and accessories to provide a water -tight structure. Loadings to the building system shall be in accordance with the requirements of the MBMA for the Austin area. 13 -12.2 Damian The metal building system shall also include in the design of the rigid frames provision for the 3 -ton, top- running crane system. Crane load criteria are as follows: 13 -12.3 Exterior Color 13 -12.4 Submittals End Truck Wheel Base 5' - 0" End Truck Wheel Load 4700# (includes 10% impact) The crane system provided shall include the crane support beam, 30# rail, crane stops, support brackets, and any accessory needed to provide a complete crane support system. Design of the frames and crane support system shall be in accordance with the requirements of the latest AISC Specifications, with appropriate impact factors. (The design shall be sealed by an engineer registered in Texas). The Contractor shall match new roof and wall sheets with the existing building roof and wall panels. The Contractor shall submit all metal building materials to be used to the Engineer for approval before fabrication begins. Refer to the Specifications for submittal requirements. 13 -13 MEASUREMEN AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 13 -18/18 SECTION 14 - BUILDING INSULATION 14 -01 DESCRIPTION This section includes partition insulation necessary to insulate walls and ceiling in the metal building. 14 -02 INSULATION The roof and ouside walls shall have a 1 -1/2" thick fiberglass balnket -type insulation with a minimum "R" value of 5 and a 0.004" vinyl vapor barrier facing on one side. Insulation shall be supported between steel members by a 2" galvanized wire mesh. 14 -03 INSTALLATION Insulation shall be installed in accordance with the manufacturer's recommendations. 14 - 04 MRaSUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. SECTION 16 - FLASHING AND SHEET METAL 16 -01 DESCRIPTION Furnish all labor, materials, equipment and services necessary to complete the installation of all flashing and sheet metal work. 16 -02 APPLICABLE SPECIFICATIONS AND STANDARDS The following publications of the issues listed below, but referenced to thereafter by basic designation only, apply to this Section to the extent applicable in each reference hereto. (a) American Society for Testing and Materials (ASTM) A 167 -80b Specification for Stainless and Heat - Resisting Chromium Steel Plate, Sheet and Strip A 525 -80a Specification for Steel Sheet, Zinc - Coated (Galvanized) by the Hot -Dip Process, General Requirements A 526 -80 Specification for Steel Sheet, Zinc - Coated Galvanized by the Hot -Dip Process, Commercial Quality B 32 -76 Specification for Solder Metal B 370 -81 Specification for Copper Sheet and Strip for Building Construction D 226 -80 Specification for Asphalt - Saturated Organic Roofing Felt for Use in Waterproofing and in Constructing Built -Up Roofs (b) Federal Specifications (Fed. Spec.) SS- C -153C Cement Bituminous Plastic TT- S- 230A(1) Sealing Compound, Synthetic Rubber Base, Single Component, Chemically Curing for Caulking, Sealing and Glazing in Building Construction 16 -03 PRODUCT DELIVERY, STORAGE HANDLING AND JOB CONDITIONS Do not proceed with the installation of flashing and sheet metal work until curb and substrate construction, cant strips, blocking, reglets and other construction to receive the work is completed. Do not proceed with the work until unsatisfactory conditions have been corrected. 16 -1/3 16 -04 WARRANTY Provide a written warranty that all sheet metal work shall be free of leaks and defects in material and workmanship for two (2) years. 16 -05 SHEET METAL (a) Galvanized steel, commercial quality complying with ASTM A -526, coating designation G90, hot -dip galvanized to comply with ASTM A -525. (b) Sheet metal shall be 26 gauge, unless shown otherwise on the Drawings. 16 -06 NAILS AND FASTENERS (a) Nails. Galvanized steel, flathead, wire, barbed, slating type. (b) Screws. Self- tapping sheet metal. (c) Rivets. Cadmium plated. 16 -07 MISCELLANEOUS MATERIAL (a) Solder for steel, lead and copper shall conform with ASTM B -32, 50 percent tin and 50 percent lead, with rosin flux. (b) Cleats. Same metal and gauge as sheet being anchored, 2 inches wide, punched for two anchors. (c) Bituminous Coating. Cold- applied solvent -type bituminous mastic. (d) Sealants. Polysulfide meeting the requirements of Fed. Spec. TT -S -230, Type II. 16 -08 PERFORMANCE Coordinate the work with other trades for the correct sequencing of items which make up the entire membrane or system of weatherproofing and rain drainage. 16 -09 INSPECTION (a) Surfaces to which sheet metal is to be applied shall be smooth, sound, clean, dry and free from defects that might affect the application. 16 -2/3 16 -11 CLEANING (b) Do not start sheet metal work until conditions are satisfactory. 16 -10 INSTALLATION (a) All work shall meet the requirements of the Architectural Sheet Metal Manual, Sheet Metal and Air Conditioning Contractor's National Association, Inc. (b) Conceal fasteners and expansion provisions wherever possible. Fold back edges on concealed side of exposed edges, to form a hem. (c) Insert flashing into reglets as shown on the Drawings. Anchor by mechanical means, using wedges of lead or other compatible metal spaced two feet apart. Seal joints with sealants as indicated. Remove flux and residual acid immediately by neutralizing with baking soda and washing with clean water. Leave work clean and free of stains, scrap and debris. 16 -12 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 16 -3/3 SECTION 17 - SEALANTS AND CAULKINGS 17 -01 pESCRIPTION Provide sealants to close all exterior joints which will allow moisture or air to enter the building. Caulking shall be used in conjunction with interior painting operations. Provide all caulking indicated on the Drawings. 17 -02 SUBMITTALS Submit color samples of sealants for Owner's selection and review. 17 -03 MATERIALS (a) Sealants: One part liquid polymet type as DAP Flexiseal Polysulfide Sealant, Pecora GC -9 Synthacalk, Tremco Mono or approved equal. (b) Primer: Prime both surface with appropriate primer recommended by the sealant manufacturer. (c) Caulking Compound: One part acrylic latex caulk as DAP Acrylic Latex, Pecora AC -20, Tremco Acrylic Latex or approved equal. (d) Joint Backing: Closed cell polyethylene or open cell polyurethane joint backing materials. A size shall be selected so as to allow for a minimum of 30% compression of the backing when inserted into the joint. 17 -04 PREPARATION All openings, joints or channels to be sealed shall be thoroughly cleaned, dry and free from dust, oil, grease, loose mortar or other foreign matter. Surfaces with protective coatings such as new aluminum or bronze shall be wiped with xylol, methyl ethyl ketone solvent, or manufacturer recommended cleaner to remove the protective coating and any oil deposits that may be left on the metal surfaces. 17 -05 JOINT SIZE AND BACKING Where joints are deeper than 1/2 inch, pack backing material into the joint to within 1/2 inch of the surface. Where joints are 3/4 inch wide, the backing 17 -1/2 shall be placed so the depth of joint to receive sealant does not exceed 3/8 inch. Where depth will not permit the use of regular joint backing, a release paper (bond breaker) shall be used to allow the sealant to function in the joint without adhesion to the back of the joint. 17 -06 }.PPLICATION (a) Sealant Sealant shall be gun applied through a nozzle opening of such diameter that the full bed of sealant is gunned into the joint, filling the joint completely. Tool joints immediately after application to insure firm, full contact with the inner faces of the joint. Excess material shall be struck off with a tooling stick or knife. (b) Caulking 17 -07 CLEANING Caulk joints before final coat of paint is applied to adjacent surface. Apply caulking with a pressure gun having a nozzle of proper size to fit the joint. Completely fill joint and firmly tool against backing to make a smooth, convex head with good adhesion. Caulking shall develop a firm skin before painting operation is started. Remove excess sealant and caulking materials from adjacent surfaces as work progresses. Methyl ethyl ketone or aromatics such as toluene or xylene may be used to remove sealant. 17 -08 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for the item of which this work is a component part. 17 -2/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 18 - BUILDING ACCESSORIES 18 -01 PERSONNEL DOORS Door frames shall be furnished with weathertight head and jamb trim. Door leaves and frames shall be bonderized and painted one coat rust inhibitive quality primer, neutral tan color, oven dried, and conforms to ASTM Specifications #D -714 and #B -117 for humidity cabinet and salt spray tests. Finish paint system shall be two coats of enamel of color to match building. Door leaves: Door leaves shall be standard duty, seamless hollow steel construction conforming to commercial standard CS242 -62, U.S. Department of Commerce, and the Steel Door Institute Specifications for Type I Classification. Door leaf shall be 3' -0" x 7' -0" x 1 -3/4" with No. 20 gauge, roller leveled, prime quality, cold rolled, seamless, steel face sheets. Door leaf core shall be one piece honeycomb securely bonded to both face sheets. Door leaf edges shall be mechanically interlocked. Door leaves shall be mortised for 4 -1/2" template hinges and prepared for government series 160 type locksets. Door frames: Door frames shall be 16 gauge steel, with 2" face, 5 -3/4" deep. Door frame corners shall be mitered on knock -down frames. Hing jambs are mortised for 4 -1/2" x 4 -1/2" template hinges. Lock jambs are prepared for government series 160 lock strike. Two rubber door silencers shall be furnished for strike jambs or frame heads. Hardware: Hinges shall be 4 -1/2" x 4 -1/2" by 10 gauge, full mortise, plain bearing, steel prime painted, three per door Leaf. Lockset shall be standard duty, bronze plated, keyed alike, government series 160 A or equal. 18 -02 OVERHEAD DOOR The overhead doors shall be the Series 420 as manufactured by Overhead Door Corp. or approved equal. It shall be manual operated type, up -ward acting face mounted. Curtain shall be 2" thick flat face slant assembly of open hearth copper bearing cold rolled steel, hot -dip galvanized before being formed. Phosphatize slats for paint adhesion prior to forming in accordance with ASTM A -39 and provided baked gray 18 -1/2 shop primer. Final color is to be selected by the Owner. Weatherproofing shall consist of wool pile or neoprene strips attached to guides and as continuous rubber or neoprene loop placed between bottom angles. Door assembly shall be complete with curtain, guides, spring assembly, gears, hoods and locking devices. Installation shall be in accordance with the manufacturer's recommendations. 18 -03 ALUMINUM WINDOWS (As shown on Plans) Windows shall conform with all requirements of the A.A.M.A. 302.9 -1972 (Architectural Aluminum Manufacturers Association), master specifications DH -A2 HP and HS- B1 -Hp, and ANSI A134 -1 -1972. Type and sizes as shown on the drawings shall be furnished with all necessary hardware. Materials: All structural members of windows shall be of extruded aluminum 6063 -T5 alloy, .062" thick within commercial tolerances and A.A.M.A. specifications. Structural aluminum shall have ultimate tensile strength of 22 ksi, and a yield strength of 16 ksi. Glass shall comply as to ratings of design pressure in high wind zone areas. Exposed surfaces of all aluminum members are to have a Class I extruded mill finish. Windows shall be horizontal or vertical slide windows as shown on the Plans. Slide windows' sash shall not be removable and shall slide on extruded rigid vinyl glides. Sash checkrail shall be tubular hollow extrusions for additional strength. Glazing shall consist of S.S.B. glass. Removable half screens shall be provided with fiberglass mesh. 18 -04 WALL VENTS The wall vents shall be FLO- MASTER manual wall shutters, Model No. W3939 -AU as manufactured by ACME Engineering & Manufacturing Corp., Muskogee, Oklahoma or approved equal. 18 -05 MEASUREMENT AND PAYMENT No separate payment for work performed under this section. Include coat of same in contract prices bid for the item of which this work is a component part. 18 -2/2 SECTION 19 - CHAIN LINK FENCE (MANPROOF) 19 -01 PESCRIPTION The work covered by this Section of the specifications consists of furnishing all plant, labor, equipment, appliances, and materials, and performing all operations in connection with the construction of chain link fencing, complete, in strict accordance with this Section of the Specifications and the applicable drawings, and subject to the terms and conditions of the Contract. 19 -02 MATERIALS Fabric shall be No. 9 ASW gauge copper -steel wire, woven in a 2 -inch mesh and shall be 6 feet high. Fabric shall be hot - dipped galvanized after weaving. Fabric shall conform to ASTM A -117. The top of the fabric shall be knuckled or barbed. Wire shall have an ultimate tensile strength of 70,000 lb. per square inch. Fabric shall withstand twelve 1- minute immersions when tested in accordance with ASTM A -239. Posts, post tops, rails, gates, frames and braces shall conform to ASTM A -7 with minimum copper content 0.20% and shall be hot - dipped galvanized to withstand same test specified for fabric. Sizes and details shall be as follows: Line Poste: Line posts shall be one of the following sections: Terminal Posts: Pipe Section, not less than 2" O.D., 2.72 lb. per linear foot. H Section, not less than 2.72 lb. per linear foot. U Sectoin, not less than 2.65 1b. per linear foot. I Section, not less than 2.30 lb. per linear foot. Terminal posts - end, corner, pull and brace posts shall be one of the following sections: Pipe Section, not less than 2 -1/2" O.D., 3.65 lb. per linear foot. Square Tubing, not less than 2 -1/2" O.D., 3.65 lb. per linear foot. 19 -1/4 Gate Posts: Gates: Gate posts not over 6 feet wide single or 12 feet wide double gate opening shall be one of the following sections: Pipe Section, not less than 3" O.D., 5.79 lb. per linear foot. Square Tubing, not less than 2 -1/2 ", 6.5 ib. per linear foot. Gate posts over 6 feet to 13 feet wide single or 12 feet to 26 feet wide double gate opening shall be one of the following sections: Pipe Section, not less than 4" O.D., 9.1 lb. per linear foot. Square Tubing, not less than 3 ", 9.7 lb. per linear foot. The line, terminal, end, cover, pull and brace posts, and gate posts shall be hot - dipped galvanized, copper- steel. Top rails shall be not less than 1 -5/8" O.D., weighing not less than 2.27 lb. per foot, or equivalent- weight H section. Top rails shall pass through the base of the line post tops and form a continuous brace from end to end of each run of fence. Couplings shall be outside sleeve type and at least 7 inches long; one coupling in every five shall contain a heavy spring to take up expansion and contraction of the top rail. Post Tops: All posts shall be fitted with heavy malleable iron or pressed steel tops. Bases of the post tops shall have flanges around the outside of the posts. Gates shall have frames of not less than 2" O.D., weighing not less than 2.72 lb. per foot, and frames shall have 3/8" round cross bracing. Hinges shall be ball- and - socket type; one hinge shall be strong enough to carry entire vertical load; number of hinges shall be as shown on drawings. Fabric shall be same as specified above. Miscellaneous hardware and can and foot bolts shall be as approved by the Engineer. 19 -2/4 19 -03 INSTALLATION OF FENCE Braces shall be not less than 1 -5/8" O.D., weighing not leas than 2.72 lb. per foot or approved equivalent. The fence shall have 3 strands of galvanized barbed wire on 45° galvanized arms on top, making an overall height of 7 feet. Bost Holes - The excavation for post holes shall be accurately centered along the line of the fence. Setting of Posts - Posts shall be set to proper elevation along the line of the fence and in the center of the excavation for the concrete base. The posts shall be braced in a plumb and true position until the concrete has been poured and allowed to harden. Concrete shall be 3,000 psi strength, in 28 days. The posts shall have concrete footings of diameter and depth as shown on the Plans. Line posts shall have a maximum spacing of 10 feet on centers between terminal posts. $ tretcher Bars - Stretcher bars shall not be less than 3/16" by 3/4" in cross section or equivalent cross section and shall be of the lengths required for the full height of fabric installed. The stretcher bars shall be attached to the fabric by clamps or by other positive mechanical means. One stretcher bar shall be provided for each gate post and two for each corner post. Top Rails - Top rails shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, shall provide a substantial connection, and shall allow for expansion and contraction of the rail. Suitable tie clips shall be provided in sufficient number- for attaching the fabric securely to the top rail at intervals not exceeding 2 feet. Means shall be provided for attaching the top rail to each gate, corner, pull and end post. Top rails shall be installed after concrete has been set around posts. Fabric - Fabric shall be installed with the equipment and tools in accordance with the methods recommended by the manufacturer. Sufficient stress shall be applied to the fabric to take up all the slack and present a smooth uniform surface along the line of the fence. Distortion of the fabric by over - stretching shall be avoided. 19 -3/4 Fabric shall be secured to line posts and top tension wire with suitable tie clips of approved gauge and design, 23 inches on center on top rails and 14 inches on center of posts. Barbed Wire - Barbed wire shall be pulled taut and adequately fastened to extension arms. Gates - The gates shall be hung so as to freely swing, and not drag or bind in opening. The hinges shall be set so as not to twist or turn under the action of the gate. The gates shall be easily swung back as far as possible and held in the open position by the stops. The locks shall be of substantial construction and shall be accessible from both sides of the gate. Three keys shall be furnished to the Owner with each lock. Latches shall be set so as to operate freely. 19 -04 MEASUREMENT AND PAYMENT Measurement and payment will not be made separately for chain link fence. The Contractor shall include the price for fencing in the lump sum price bid for which this work is a component part. 19 -4/4 SECTION 20 - PIPE INSULATION 20 -01 DESCRIPTION This item applies to all piping, fittings and valves 4" and smaller which shall be insulated for protection against freezing to 0 °F. 20 -02 INSULATION The insulation shall be pre - molded sectional urethane pipe covering with All Service Jacket (ASJ) manufactured by Southwest Insulators, Inc. or approved equal. Fittings shall be mitered sections of the same insulation material wrapped with glassfab and sealed with a primer coat of Foster 30 -36 and finished with a final coat of Foster 60 -26. In lieu of mitered .fittings, fittings can be wrapped with fiberglass wrap and finished with a pre - molded PVC fitting cover and sealed with a coat of Foster 60 -26. 20 -03 OUTSIDE PIPING 20 -04 VALVES All outside insulation piping shall be finished with 15 lb. roofing felt taped on 2" centers with all longitudinal and butt seams overlapping a minimum of 2" and sealed with Foster 60 -26 weatherproofing. 36" Black Glass Fab may be substituted in lieu of 15 lb. roofing felt. Valves and flanges shall be insulated with prefabricated urethane insulation covers as manufactured by Southwest Insulators, Inc. Covets shall be wire in place. All voids shall be made solid by pouring liquid urethane in the valve and flange covers. The covers shall be finished with black glass fab and sealed with a coat of Foster 60 -26 weatherproofing. 20 -05 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. 20 -1 /1 SECTION 21 - ELECTRICAL,, 21 -01 DESCRIPTION The work covered by this section of the Specifications consists of furnishing all labor, equipment, supplies, and materials, including cutting, channeling, and chasing, necessary for the installation of a complete system for power and lighting as indicated, in strict accordance with this section of the Specifications and the applicable drawings, and subject to the terms and conditions of the Contract. 21 -02 APPLICABLE SPECIFICATIONS AND STANDARDS The following Specifications and standards shall form a part of these Specifications: National Board of Fire Underwriters, National Electrical Code (Current Edition) Underwriter's Laboratories, Inc. (Standards) 21 -03 GENERAL CONDITIONS The electrical division of the work is a part of the general contract, and the general conditions, including any 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. 21 -04 PLANS AND SPECIFICATIONS The Specifications are accompanied by the 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 binding as if called for by both. The Contractor shall, upon completion of the electrical installation, provide the Engineer with drawings and details of electrical work that differs from the Contract Documents. In case of conflict in the Drawings and the Specifications, the one requiring the larger capacity or better quality shall govern. All equipment requiring electrical power, specified under this or other sections of the Specifications or Drawings shall be connected complete. 21 -1/9 21 -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 installation as it shall be installed with the minimum requirements of the codes above as a base, and all cost incident thereto shall be included in the Contractor's Bid. The Contractor shall obtain all permits and licenses required by the local ordinances and shall include the costs of all such permits, required for this installation of his bid. Upon completion of the work, the Contractor shall furnish the Engineer a certificate of final inspection and approval from the appropriate local inspection authority. 21 -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 possible. 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. 21 -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. 21 -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 established for the particular type of material in question. All work shall present a neat and mechanical appearance when complete and shall be executed in a workmanlike manner. In all cases the work shall be done to the satisfaction of the Engineer. 21 -2/9 21 -09 CONDUIT SYSTEM All above ground wiring installation 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, heavywall, rigid metallic with fittings of corresponding quality and design as manufactured by Triangle, National 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 a as to give the facility the utmost degree 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, carelessly threaded and joined do not give such reliability and maintenance -free operation and will not be accepted. 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, capped and kept dry during construction. All conduit shall be swabbed out before wires are pulled in and only approved 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. 1t22 gauge galvanized steel shall be installed for all conduit that pass through concrete floors or walls. The sleeve shall be properly secured in place with approximately 1/4" space between each sleeve and the surface of the pipe. Where conduits enter the building underground from outside, Schedule 40 galvanized sleeves shall be used. The space between the sleeves and the conduit shall be caulked with a suitable plastic expandable compound that will prevent 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 enter into equipment free of the metal cabinet work and also where indicated, shall be equipped with a grounding type insulated bushing. A copper grounding conductor 21 -3/9 shall be bonded to the cabinet framework and to the grounding lug of the insulated bushing. Conduit shall enter all panelboards, pullboxes, 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 burial PVC rigid conduit using an approved grounding conductor installed in accordance with the recommendations 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. 21 -10 CONDUCTOR 21 - 12 GROUNDING SYSTEM A complete system of conductors shall be installed in the raceway systems. Conductors, unless otherwise 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 conductors are to be copper. 21 -11 ELECTRICAL SERVICE SYSTEM The primary and secondary lighting and power service will be as indicated on the Drawings. The Electrical 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 outside shall be "raintite ". The conduit systems and neutral conductor of the wiring system shall be grounded. The ground connection of the electrical system neutral and conduit system shall be made at the main service switch. A barb copper ground conductor, sized in accordance with the National Electrical Code shall be 21 -4/9 provided. Secondary equipment in isolated locations shall be effectively bounded and permanently grounded. The ground shall serve for both the electric and equipment when applicable. 21 -13 TEMPORARY POWER Temporary power shall be provided by the Contractor. 21 -14 ELECTRICAL DISTRIBUTION SYSTEM Outlets shall be installed in the locations shown on the Drawings. The Contractor shall study the construction plans in relation to the spaces surrounding each outlet in order that his work may fit other work required by these Specifications. When necessary, 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 a rigid and satisfactory manner. Switch, telephone and receptacle 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 galvanized sheet metal, of not less than the minimum size recommended by the National Electrical Code. Boxes shall be furnished with screw- fastened covers. 21 -15 BRANCH CIRCUITS Branch - Circuit conductors shall not be smaller than No. 12 AWG, except that conductors for branch circuits whose length from panel to center of load exceeds 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 outlet, and no splices shall be made except within outlet or junction boxes. Junction boxes may be utilized where required. Wire connectors of insulating 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. 21 -5/9 21 -16 WIRING DEVICES (a) Duplex convenience receptacles shall be rated at 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 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. (c) Lighting fixtures shall be as specified on the Drawings, or approved equals. All fixtures shall be furnished complete with all fittings, parts and stems and 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 specifically detailed on the Drawing. (d) Lams shall be furnished and installed by the Contractor. Incandescent lamps shall be as manufactured by Westinghouse, G.E. or Sylvania. 21 -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 and 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 specifically 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. 21 -6/9 21 -18 LAMPS Lamps shall be furnished and installed by the Contractor. Incandescent lamps and fluorescent tubes shall be as manufactured by Westinghouse, G.E. or Sylvania. Fluorescent tube color shall be cool white. 21 -19 OTHER SYSTEMS Other systems shall be specifically indicated on the Drawings. All empty conduits shall be provided with 200 pound test pull line. 21 -20 ELECTRICAL POWER EOUIPMENT 21 -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. 21 -20.2 Control Wiring The Contractor shall furnish and install all wiring. 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 accordance with this and other paragraphs of the electrical specification. Motor Disconnect Means: Each motor shall be provided with a disconnecting means even though not indicated on the Drawings. A switch with bus fuse holders and fusetrons (sized according to actual motor rating) shall be provided at each motor (each underground conductor shall be fused). Switches of 30 to 400 ampere capacity shall be of the enclosed, quick -make and quick -break type, horsepower rated. Switches shall disconnect all ungrounded conductors. 21 -7/9 Lightnina Arresters shall be furnished on the secondary service of each project. Such lighting arresters shall be Thyrite type, GE 9L15BCC003 or approved equal suitable for the paricular installation. Lighting arresters shall also be provided on motor feeders of motors 10 H.P. or greater. Transformers may be required on certain installations where operating voltages other than that furnished by the power company are required. In such cases, the Contractor shall furnish and install the necessary transformer(s) which shall be Dry -Type General - Purpose of proper type and size for the intended load as manufactured by G.E. or approved equal. Phase Monitoring Relays shall be furnished for all 3 phase motors 10 HP or larger to protect the motors from a phase unbalance or phase reversal on the 240 or 480 volt, 3 phase, 4 -wire incoming power service. Install the relays in the pump motor starter enclosures or in a separate enclosure. Cutler- Hammer Type "P ", Catalog #D60 -N, or approved equal, monitoring relays shall be installed. 21 -21 ELECTRIC MOTORS Electric motors shall be of the size and voltage shown on the Plans and shall conform to the standards of the American Institute of Electrical Engineers. Enclosures for motors shall be waterproof. For motors connected to pumps or drive units, the motor shall have thrust bearings of adequate capacity to safely carry the weight of rotating parts and any unbalanced thrust. Motors shall be General Electric, Westinghouse or Reliance or approved equal (see Section 07). 21 -22 SHOP DRAWINGS Complete electrical and dimensional drawings, along with a detailed functional description shall be provided prior to fabrication for approval by the Consulting Engineer. Complete catalog literature detailing component capabilities shall also be included. 21 -8/9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 21 -23 EOUIPMENT FINISH All cubicles, cabinets, enclosures, brackets, door4, panels, hinges, and other items are to be thoroughly cleaned and a phosphotizing treatment shall be applied 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 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. 21 -24 GUARANTEg 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. 21 -25 HEATING AND VENTILATION EOUIPMENT Electric unit space heaters and fans shall be furnished and Installed at such locations as are shown on the Plans or as otherwise specified (see Section 01 - Booster Pump Station). 21 -26 AUXILIARY CONTROL EOUIPMENT The elapsed time meters shall be equal to those manufactured by Cramer, No. 10087 and shall totalize the time utilize by each pump. 21 -27 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for item of which this work is a component part. 21 -9/9 SECTION 22 - CONVEYING SYSTEM 22 - 01 DEScRIPlION 22 -02 CRANE AND TROLLEY 22 -03 This Specification covers the overhead crane that shall be mounted in the Booster Pump Station. Crane shall be a three -ton, underhung, single girder crane with hand- geared end truck. The end truck shall have a 5' -0" wheel base. Crane end trucks shall be designed for minimum maintenance and have energy absorbing bumpers. Wheels shall have sealed bearings. Span of the crane system shall be as noted on the drawings. Hoist and trolley shall be three -ton, hand - geared, four - wheeled system. Maximum lift shall be 15'. Crane and the hoist and trolley shall have control chains for floor access. Crane design shall meet or exceed Crane Manufacturer's Association specifications. The crane manufacturer shall have responsibility for a satisfactory operating system. Six maintenance manuals shall be supplied with the system. Manufacturer shall inspect equipment after installation and provide start -up as required. Manufacturer shall supervise any corrections required for suitable performance. Equipment shall have a mechanical guarantee for one year from final acceptance. The complete system shall be Model 5300, as manufactured by General Handling Systems, Inc., or approved equal. MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for the building. i 22 -1 /1 SECTION 23 - CHLORINATION SYSTEM 23 - 01 QENAIRTION The Wallace & Tiernan Series A -741 Chlorinator, or approved equal, shall be solution -feed, vacuum - operated, wall - mounted type. The rotameter shall have a capacity of 20 lb. of chlorine per 24 hours. Peed range shall be 20 to 1. The V -notch method of control shall maintain the set feed rate within 4 %. Operating components shall be mounted on a reinforced plastic panel with corrosion - resistant, vinyl enamel finish. A spring - loaded pressure regulating pressure relief valve shall maintain the proper operating vacuum ahead of the V -notch orifice. It shall open only under normal operating vacuum and vents to atmosphere if excessive gas pressure develops. Another spring- loaded valve shall maintain a constant vacuum downstream of the orifice. It also shall admit air if excess vacuum develops. They have sealed, diaphram units with Acme - thread sockets for removal and replacement without tools. The rotameter shall have a 10 -inch, linear scale. Its graduations and float shall be in contrasting colors for easy reading. The metering device shall be a V -notch Variable Orifice. It shall consist of a plastic plug with a V- shaped groove which moves in a fitted plastic ring. The aspirator -type injector shall provide the operating vacuum and prevent backf low of water into the chlorinator. Operator shall require no auxiliary water and no drain. A chlorine pressure gauge at the gas inlet shall be included. The following accessories shall be included: (a) 20 ppd rotameter (b) Chlorine strainer (c) Fixed throat injector (d) Vent screen (e) Extra gaskets, lubricant, wrench and instructions (f) Wallace & Tiernan Series 50 -345 Two Cylinder Scale, or approved equal, to weigh the contents of two (2) cylinders independently. The scales consist of a steel base and weighing platform 23 -1/4 23 -02 HOUSING 23 -03 HEATER 1 -1/2 inches high, a steel column with cylinder restraining chains and plastic scale head. Adjusting knobs cancel out tare weight of each cylinder so read out is net pounds remaining in each cylinder. (g) Wallace & Tiernan Series 50 -175 Automatic Gas Switchover System, designed to provide automatic, unattended switchover to a new chlorine supply when the on -line supply runs out. Gas pressure is automatically regulated to the optimum for chlorinator operation. The units also provide manual gas shut -off. The switchover system is designed to permit a cylinder to exhaust itself completely even after switchover. The Switchover System is scale mounted. (h) 2 tank manifold, scale mounted (i) Auxiliary cylinder valves (j) Flexible connectors The above equipment shall be housed in a chlorinator housing as shown in the Plans and in accordance with Section 11 - Booster Pump Station Building. A 2000 watt portable strip heater shall be furnished and placed in the chlorinator room as shown on the Plans. The heater shall have thermostatic control. The heater shall be a 120 V., 1 phase, single -heat unit, or approved equal. 23 -04 EXHAUST FAN Exhaust fan shall be 7" Dayton shutter mounted exhaust wall fan capable of 135 cubic feet per minute discharge in free air, W.W. Granger Stock No. 20734, 115 volt, 60 hertz, or approved equal. 23 -05 GAS MASK Self- contained breathing apparatus consisting of refillable compressed air tank (30 minute supply), full face piece, wearing strap, regulating valve, and related items as approved by NIOSH certification program. System shall furnish a positive flow of air through the face piece. Tank shall be fiberglass for lightweight. 23 -2/4 23 -06 CHLORINATOR SOLUTION WATER SUPPLY The chlorine water supply line shall be connected to the high service pump discharge line as shown in the Plans. An adjustable pressure reducing valve shall be provided in the chlorinator room on the water supply line to the chlorinator. 23 -07 CHLORINE DETECTOR The chlorine detector unit, Wallace and Tiernan Series 50 -125, or approved equal, shall be capable of detecting small quantities of chlorine gas in an air stream. It shall consist of an electrolyte tank, a sensor, sensor chamber, electronic unit and mounting hardware complying with the following requirements. One leak detector shall be provided in the chlorine room. (a) Sensitivity: 1 ppm chlorine by volume in air. (b) Response: Detect 1 ppm change in 15 seconds. (c) Operation: Continuous (d) Electrical Requirements: 120 ± 12 VAC, 60 Hz, single phase. (e) Alarm: Local indication by red alarm light and turning on vent fan. (f) Relay Contacts: Two pairs of relay contacts shall be provided. The contacts shall be rated at 8 ampere (resistive load), 240 VAC. The unpowered contacts must close during an alarm condition. (g) Sample Air Blower Capacity: Positive air sampling shall be provided. The blowers shall be capable of circulating 1 cfm with 80 feet suction and 20 feet of discharge piping (1" pipe or hose). (h) Sensor: Measuring electrodes must be self- cleaning so that the possibility of dirt or contaminants interfering with the sensors will be minimized. (1) Mounting: Wall mounted, with manifold- intake piping as detailed on the Plans. (j) Chemicals: One -year supply of electrolyte shall be supplied. 23 -3/4 23 -08 MEASUREMENT AND PAYMENT No separate for work performed under this item. Include cost of same in contract price bid for the building. 23 -4/4