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