R-87-883 - 6/12/1987WHEREAS, the City has duly advertised for bids for the booster pump
station at Tower Drive; and
WHEREAS, Underground Utilities, submitted the lowest and best
bid; and
WHEREAS, the Council wishes to accept the bid of Underground
Utilities, and to authorize the execution of the necessary documents,
Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the bid of Underground Utilities, is hereby accepted as the
lowest and best bid, and the Mayor is authorized and directed to enter
into an agreement for the booster pump station at Tower Drive.
RESOLVED this 12th day of June, 1986.
ATTEST:
JOIf'NE LAND, Ci y Secretary
RESOLUTION NO. 6
MIKE ROBINSON, Mayor
City of Round Rock, Texas
� 1
��
CONSULTING ENGINEERS
April 25,_ 1986
Jim Muse, Director of Public Works
City of Round Rock
214 E. Main
Round Rock, Texas 78664
Dear Jim:
nes Seetl May • R eed Red, Texas 7R141 • MID 2SS•7K1
Re: Tower Dr. Pump Station
Expansion
Project: No. 03- 1355
As you know the Tower Drive Pump Station Expansion was bid on
February 27, 1986. There were seven (7) bids for the installation of
the 1000 GPM Pump and to date, the job has not been awarded. Of the
7 bids received the low bidder was Underground Utilities Co. of Del
Valle, Texas at $33,000. A copy of the Bid Tabulation is enclosed
for you review.
Underground Utilities just recently completed the installation of
2 - 500 gpm pumps for the Tower Dr. Pump Station repair. It is our
understanding that the job was completed in a satisfactory_. and timely
manner.
Therefore, based on this information, we recommend that the job
be awarded to Underground Utilities, Co.
Please review this letter and contact our office if you have any
questions regarding this information. We will proceed with contract
execution at you direction.
PAL /lm
enclosure:
cc: Al Mille
Sincerely,
& KAL
Patrick A. Lackey,
P.E.
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
Haynie & Kallman Inc.
CONSULTING ENGINEERS
Round Rock Texas 76664
[nil: 110o so Texas 7
(S12) 255 -7861
BID SUMMARY
FAR WEST
CONSTRUCTION CORP.
Carrollton, TX
BIDS EXTENDED AND CHECKED
By: SAR, MDV, WVL, CLA
Date:
Sheet:
2-28- 86
1 of 1
COST
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 103 -753 BID DATE 2 -27 -86 TIME 3:00 P.M.
UNDERGROUND UTILITIES
CO.
Del Vale, TX
HERSCHEL JAMES
CONSTRUCTOR, INC.
Marble Falls, TX
PSENCIK
CONSTRUCTION CO.,INC.
Temple, TX
PARKER AND ROGERS
CONSTRUCTION CO.
Georgetown, TX
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION TOWER DRIVE PUMP STATION EXPANSION
COST
COST
COST
COST
BID BOND ENCLOSED?
Yes
Yes
Yes
Yes
TOTAL - TOWER DRIVE PUMP STATION EXPANSION
$ 38,000.00
$ 44,270.00
$ 45,000.00
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
Yes
No
Yes
TOTAL - TOWER DRIVE PUMP STATION EXPANSION
$ 33.000.00
$ 36.200.00
$ 36.750.00
$ 37,145.00
BIDDERS
FAR WEST
CONSTRUCTION CORP.
Carrollton, TX
AUSTIN ENGINEERING
CO., INC.
Austin, TX
PAYTON CONSTRUCTION
CO.
Katy, TX
COST
COST
COST
COST
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
Yes
Yes
TOTAL - TOWER DRIVE PUMP STATION EXPANSION
$ 38,000.00
$ 44,270.00
$ 45,000.00
$
• 0 EX ENDED All ' K 0
Haynie & Kaltman Inc.
CONSULTING ENGINEERS BID TABULATIONS By: SAR, MDY, WVL, CLA
APPROX.
QUANTITY
1106 South Date: 2 -2886
664 Sheet: 1 of 3
Round Roek,rn xas a+ T 76 o
'_l._ (512) 255 -7861
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
UNDERGROUND UTILITIES CO.
Del Valle, Texas
HERSCHEL JAMES
CONSTRUCTOR, INC.
Marble Falls, Texas
PSENCIK CONSTRUCTION
CO., INC.
Teeple, Texas
JOB NO. 103 -753 BID DATE 2 -27 -86 TIME 3:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION TOWER DRIVE PUMP STATION EXPANSION
$
BID BOND ENCLOSED?
Yes
Yes
Y es
•PIENDUM NO. ACKNOWL jr D
'es
Yes
No
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. Contractor's Mobilization Fee for
Equipment, Personnel and Supplies
- for this Project
L.S.
1
$
$ 2,000.00
$
$ 2,000.00
$
$ 1,500.00
25,750.00
2. Supply and Install one (1) 1000
GPM Vertical Turbine Pump and
Motor, Pump Pad and al 1 related
controls and appurtenances, as
shown on the Plans
Ea.
1
24,500.00
28,200.00
3. Supply and Install Electrical
Wiring, Conduit and Controls
L.S.
1
6,500.00
6,000.00
9,500.00
TOTAL - TOWER DRIVE PUMP STATION EXPANSION
$33,000.00
$36,200.00
$36,750.00
•
•
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. Contractor's Mobilization Fee for
Equipment, Personnel and Supplies
for this Project
L.S.
1
$
$ 2,000.00
$
$ 2,500.00
$
$ 2,500.00
34,270.00
7,500.00
2. Supply and Install one (1) 1000
GPM Vertical Turbine Pump and
Motor, Pump Pad and all related
controls and appurtenances, as
shown on the Plans
Ea.
1
27,020.00
27,000.00
3. Supply an Install Electrical
Wiring, Conduit and Controls
L.S.
1
8,125.00
8,500.00
TOTAL - TOWER DRIVE PUMP STATION EXPANSION
$37,145.00
$38,000.00
$44,270.00
•
OWNER CITY OF ROUND ROCK, TEXAS
JOB NO. 103 -753 BID DATE 2 -27 -86 TIME 3:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION TOWER DRIVE PUMP STATION EXPANSION
BID BOND ENCLOSED?
ADDENDUM NO. 1 ACKNOWLEDGED?
BID TABULATIONS
PARKER AND ROGERS
CONSTRUCTION CO.
Georgetown, Texas
Yes
Yes
Yes
Yes
BIDDERS
FAR WEST CONSTRUCTION CORP.
Carrollton, Texas
BIDS EXTENDED AND CHECKED
By: SAR, MDV, WVL, CLA
Date: 2 -28 -86
Sheet: 2 of 3
AUSTIN ENGINEERING CO., INC.
Austin, Texas
Yes
Yes
BIDS EXTERDE773 J CHECKED
BID TABULATIONS By: SAR, MDV, WVL, CLA
Date: 2 -28 -86
Sheet: 3 of 3
COST
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 103 -753 BID DATE 2 -27 -86 TIME 3:00 P.M.
PAYTON CONSTRUCTION CO.
Katy, Texas
1. Contractor's Mobilization Fee for
Equipment, Personnel and Supplies
for this Project
L.S.
LOCATION ROUND ROCK WILLIAMSON COUNTY, TEXAS
DESCRIPTION TOWER DRIVE PUMP STATION EXPANSION
$ 3,000.00
BID BOND ENCLOSED?
Yes
$
$
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
1
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. Contractor's Mobilization Fee for
Equipment, Personnel and Supplies
for this Project
L.S.
1
$
$ 3,000.00
$
$
$
$
2. Supply and Install one (1) 1000
GPM Vertical Turbine Pump and
Motor, Pump Pad and all related
controls and appurtenances, as
shown on the Plans
Ea.
1
34,000.00
3. Supply and Install Electrical
Wiring, Conduit and Controls
L.S.
1
8,000.00
TOTAL - TOWER DRIVE PUMP STATION EXPANSION
$45,000.00
$
$
•
•
DATE:
SUBJECT: Council Agenda, June 12, 1986
ITEM: 11N - Consider bids and a resolution authorizing the Mayor to
enter into a contract with Underground Utilities for the
booster pump station at Tower Drive.
June 10, 1986
These improvements are required to increase water capacities to
the Southeast portion of town including Greenslopes and Kensington.
This work is being temporarily funded by private sources until CIP
funds are available. The project cost is $33,000.
Haynie & Kaltman ;Inc.
CONSULTING ENGINEERS
1
1
1
1
1
CITY OF ROUND ROCK, TEXAS
TOWER DRIVE PUMP STATION EXPANSION
CONTRACT DOCUMENTS AND SPECIFICATIONS
Project No. 103 -753
Bids will be received at the Round Rock City Hall located at 214 East
Main Street, Round Rock, Texas, 78664, at 3:00 p.m., Thursday,
February 27, 1986.
Specification No.
Haynie & Kallman, Inc.
00000
TRANSMITTAL
TO:
ATTN: Joanne Land
WE ARE SENDING YOU THE FOLLOWING:
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
-X-- ATTACHED
— COPY OF LETTER
— SUBMITTAL DATA
Copies to:
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
1106 SOUTH MAYS
ROUND ROCK, TEXAS 78664
(512) 255 -7861
to 1 404-
DATE.
9 l° PROJECT-
- SPECIFICATIONS
— ORIGINAL DRAWING
__PRINTS
THESE ARE TRANSMITTED AS CHECKED BELOW:
For Your Files _For Approval
As Requested Approval as Noted
For Review and Comment Approval as Submitted
From:
June 24, 1986
Tower Drive Pump
Station Expansion
PROJECT NO. #103 -1355
VIA:
Courier
___.FIELD NOTES
— OTHER
NO.
COPIES
7
REVISION
DATE
DESCRIPTON
Contract Documents and Specifications
For Corrections
For Distribution
Other
REMARKS: Underground Utilities, Co., has executed the Agreement and furnished
the necessary bonds and certificate of insurance for each of the attached
Contract Documents. They are now ready for execution by the City. Please
have Mayor Robinson sign and date the Agreement in each of the Contract
Documents and return five (5) of the seven (7) sets to us for distribution.
At your direction, we will issue the Notice to Proceed.
Stephen A. Regan
Graduate Engineer
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
February 21, 1986
ADDENDUM NO. 1
TOWER DRIVE PUMP STATION EXPANSION
1106 South Maya • Round Rock, Texas 75664 • (512) 255.7561
Addendum No. 1 to the Plans, Contract Documents and
Specifications for the Tower Drive Pump Station Expansion for
the City of Round Rock.
1. Technical Specifications, Section 06 - Electrical Motor,
Integral HP, Polyphase, Induction, Vertical, Weather
Protected, 250 HP and Smaller, Paragraph 06 -04 - Con-
struction, has been revised. Replace the existing Sec-
tion 06 with the attached revised Section 06.
2. All Bidders shall acknowledge receipt of Addendum No. 1
on Page 2 of 4 of the Proposal.
SAR/cl a
ADDENDUM NO. 1 - 1/1
HAYNIE & KALLMAN, INC.
Stephen A. Regan
Design Engineer
00001
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
SPECIAL INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
BID BOND
AGREEMENT
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
INSURANCE CERTIFICATE
INFORMATION REQUIRED OF LOW BIDDER
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
00002
1
1
1
1
1
1
k�1
1
1
1
1
1
1
1
1
1
1
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
TOWER DRIVE PUMP STATION EXPANSION
Sealed bids, in envelopes addressed to The City of Round Rock,
214 East Main Street, Round Rock, Texas 78664, will be received at
the above mentioned address until 3:00 p.m., Thursday, February 27,
1986, and then publicly opened and read, for furnishing all plant,
labor, material and equipment and performing all work required for
the installation of one (1) 1000 GPM Vertical Turbine Pump at the
Tower Drive Pump Station, located in Williamson County, Texas. The
Engineer's estimate for this work is $40,000.00.
Bids will be submitted in sealed envelopes for each Contract on
the proposal furnished, and marked in the upper left hand corner "Bid
for Tower Drive Pump Station Expansion, to be opened at 3:00 p.m.,
Thursday, February 27, 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
00003
Plans, specifications and bidding documents may be secured from
the office of the Engineer, Haynie & Kaltman, Inc., on deposit of
fifty dollars ($50.00) per set, which sum so deposited will be
refunded provided: (1) All documents are returned in good condition
to the Engineer not later than forty -eight (48) hours following the
bid opening; or (2) The Contractor submits a bid and all documents
are returned in good condition to the Engineer not later than five
(5) days after the time that bids are received.
Upon request, plans, specifications and bidding documents will
be sent via bus or overnight delivery service (i.e., Federal Express,
Airborne), at the requestor's expense.
Plans and Specifications may be examined at the office of the
Engineer, Haynie & Kaltman, 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 & Kaltman, Inc. and obtain clarification
prior to submitting any bid. Prequalification Requirements: The
bidder is to submit information regarding his qualifications with
this bid form in accordance with instructions contained in the Bid
Form. Minimum Wage Scale: As specified and regulated by the State
of Texas and the Federal Government.
The improvements shall be completed within 120 calendar days
after Notice to Proceed from the Owner.
00004
1
SPECIAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
1 The work involved in this project calls for installation of a 1000
GPM Vertical Turbine Pump at the Tower Drive Pump Station.
1 PRE- CONSTRUCTION CONFERENCE
There will be a pre - construction conference with the successful
1 bidder at the time the Notice to Proceed is issued. The successful
bidder shall supply a detailed breakdown of the bid and a
construction schedule at this conference in a form acceptable to the
Engineer.
SITE INSPECTION
'
Bidders shall coordinate all site investigations with the Owner.
1
1
1
1
1
1
1
1
1
1
Page 1 of 1 00005
1
1
- 1
1
1
' 1
1
1
1
1
1
1
1
1
1
1
1
1
PROPOSAL
INSTRUCTIONS TO BIDDERS
The proposal shall be submitted on the bidding forms which are
included herein, and shall be enclosed in a sealed envelope addressed
to:
PISOUALIFICATION OF BIDDERS
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR THE TOWER DRIVE PUMP STATION EXPANSION, to be opened at 3:00
p.m., Thursday, February 27, 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 filed with the Owner.
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.
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 that 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 returned to the respective bidders whose
proposals they accompany.
Page 1 of 3
00006
1
1
AWARD OF CONTRACT - RESERVATION OF RIGHTS
1 Contracts, if awarded, will be awarded to responsible bidders whose
proposals comply with all the requirements prescribed. Awards, if
I 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 lowest responsible bidder's proposal,
and to waive any informality in any proposal.
1 $XECUTION OF CONTRACT
1 A bidder to whom award is made shall execute a written contract with
the Owner on the form of agreement provided. Failure or refusal to
enter into a contract as herein provided, or to conform to any of the
I 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 responsible
1 bidder refuses or fails to execute the Contract, the Owner may award
the Contract to the third lowest responsible bidder. On the failure
or refusal of such second and third lowest responsible bidder to
1 execute the Contract, the work may be re- advertised.
PROPOSAL GUARANTEE
1 Each proposal shall be accompanied by a certified or cashier'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
1 and shall be given as a guarantee that the bidder, if awarded the
work, will enter into a contract within ten (10) days after the award
and will furnish the necessary bonds as hereinafter provided. In
1 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 substantially to
1 the form furnished by the Owner, which is bound herein, and is
properly filled out and executed.
PROPOSAL SIGNATURE
1 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
I 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
I 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.
1
1
Page 2 of 3 00007
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration will be
given not only to the financial standing, but also to the general
competency of the bidder for the performance of the work covered by
the proposal. To this end each proposal shall be supported by a
statement of the bidder's experience, on the form entitled
"Information Required of Low Bidder ", bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed work and
the Contract Documents therefore. 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 information in writing
to Engineer, prior to 72 -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 Documents. No other explanation or interpretation
will be considered official or binding. Should a bidder find
discrepancies in, omissions form 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 seventy -two
(72) 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 include any Addenda if such are issued by the Engineer prior to
seventy -two (72) hours of the opening of bids.
Page 3 of 3
COOO
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF THE
TOWER DRIVE PUMP STATION EXPANSION
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 to
serve as a guide in evaluating bids.
It is further agreed that the quantities of work to be done at unit
prices and materials to be furnished may be increased or diminished
as may be considered necessary, in the opinion of the Engineer, to
complete the work fully as planned and contemplated, and that all
quantities of work, whether 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 be increased to cover
additional work ordered by the Engineer but not shown on the plans or
required by the Specifications, in accordance with the provisions of
the General Conditions. Similarly, they may be decreased to cover
deletion of work so ordered.
It is understood and agreed that the work is to be completed within
the time herein stated.
The undersigned bidder agrees to commence work within ten (10) days
after written Notice to Proceed has been given.
Page 1 of 4
00009
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
Page 2 of 4
00010
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal is
hereby respectfully submitted by:
6,//00e7z u /T/[ir //5 62),
Name of Contractor
Executikd by (Name) Date
P v
Business Address
067— v4c5,
City
EQUIPMENT TO BE SUPPLIED
Vertical Turbine Pump and Motor shall be supplied by:
Name of M anufacturer
Address
State
Date
-
Telephone Number
C, / Pamtp /.6 , T -
Name of Representative
Page 3 of 4
00011
CONTRACT: TOWER DRIVE PUMP STATION EXPANSION
JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
OWNER: CITY OF ROUND ROCK
Gentlemen:
Pursuant to the foregoing Notice to Contractors and Instructions to Bidders,
the undersigned bidder hereby proposes to do all the work, to furnish all necessary
superintendence , labor, machinery, equipment, tools, materials, insurance and
miscellaneous items, to complete all the work on which he bids as provided by the
attached supplemental specifications, and as shown on the plans for the construction
of Vertical Turbine Pump, and binds himself on acceptance of this proposal to
execute a contract and bond for completing said project within the time stated, for
the following prices, to wit:
Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price
1 1 L.S. Contractor's Mobilization Fee for Equip-
ment, Personnel and Supplies for this
Project, complete in place per lump sum
for 7 7 ceS ff' L Dollars
and 1j o Cents
Page 4 of 4
00012
Amount
3 d000 3 ,:;./ cc -c.
2 1 Ea. Supply and Install One (1) 1000 GPM Ver-
tical Turbine Pump and Motor, Pump Pad and
all related Controls and appurtenances,
as shown on plans, complete in place, per
each
E cc - Ic e - s.4 AYQ
for J c p FICeh 1 Dollars
and 1 � c Cents $ S CG $ 3 ( l 4 ti "c'
3 1 L.S. Supply and Install Electrical Wiring,
Conduit and Controls complete in place
per lump sum
for ,SX i F(u i K) r) k; t Dollars
and Cents 561,10C - $ £, cC:
TOTAL - TOWER DRIVE PUMP STATION EXPANSION 3 3 3 cc —
(Items 1 thru 3)
L - 1 L_ ALL. $u Bm 1rrAL-
p S� k'P r �cL l ,�e�� ``
,0Fit 4100.e ecty,
Bond No.157
MEAT ANERIG‘N INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS, that we,
as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws
of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as
surety, are held and firmly bound unto, City of Round Rock
as obligee, in the penal sum of Five Percent (5 %) of the total bid
DOLLARS (S ), lawful money of the United States of America, for the payment of which,
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
SIGNED, sealed, and dated this
WHEREAS, the said principal herewith submitting proposal for
City of Round Rock
Tower Drive Pump Station Expansion
NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be
awarded the said contract, and shall within
such award enter into a contract and give bond for the faithful performance of the contract, then this
obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference
in money between the amount of the principal's bid and the amount for which the obligee may legally
contract with another party to perform the work, if the latter amount be in excess of the former; but in no
event shall the liability hereunder exceed the penal sum hereof.
This bid bond is qualified to the extent
that if I am low bidder, that prior to
entering into any contract, the bonding
company will have satisfactory written
confirmation that 100% of the construction
money is available to pay me.
F.91161(- (3/82) (BID FORM)
Underground Utilities Co.
27th day of February 19 86
ten ( 10 ) days after receiving notice of
ndergr tilities Co.
/ Principal
GREAT ICAN INSURANCE COMPANY
B /V ILcL ✓� //
Donna Bubak Atiomev- in.h'act
00013
GIEAT AMERICAN INSURANCE COMPANY
The number of persons authorized by
this power of attorney is not more than No. 0
FIVE POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact. for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
JULIE MJLIlNARE ATE, OF ALL
WAYNE D. SEARCEY AUSTIN, TEXAS UNLIMITED
MERCY GIL
H. GARLAND STOKES
DCNNA BUBAK
This Power of Attomey revokes all previous powers issued in behalf of the attomey(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 9th day of November . 19 84
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 9th day of November, 1984 , before me personally appeared ROBERT M. SCHUDER. to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice .Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or cernfrcate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
I, KAREN HOLLEY HORRELL, Secretary of the Great American Insurance Company, do hereby certify that the I1negoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in e tw rr
and effect.
Signed and sealed this 27th day of February .19 86 .
5 1029J (8 /83)
00014
12993
THE STATE OF TEXAS
COUNTY OF
{
{
T IS AGREEMENT, made and entered into this PJ( day of
, 1986, A.D. by and between the CITY OF ROUND ROCK,
Will ) = so? County, Texas, acting through Mayor Mike Robinson,
thereunto duly authorized so to do, Party of the First Part,
hereinafter termed OWNER, and UNDERGROUND UTILITIES COMPANY, of the
City of Del Valle, County of Travis 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:
TOWER DRIVE PUMP STATION EXPANSION
further described as the work covered by this specification which
consists of furnishing all labor, equipment, appliances, and
materials, and performing all operations in connection with the
excavation, installation of pipe lines and appurtenances, backfilling
and compaction of trenches complete in accordance with the Plans, and
all extra work in connection therewith, under the terms as stated in
the General Conditions of the Agreement and at his (or their) own
proper cost and expense to furnish all the materials, supplies,
machinery, equipment, tools, superintendence, labor, insurance, and
other 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 and Special Conditions of Agreement, Plans and
other drawing and printed or written explanatory matter thereof, and
the Specifications and addenda therefor, as prepared by HAYNIE &
KALUTAN, 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 and Payment hereof and collectively
evidence and constitute the entire contract.
Page 1 of 2
00015
The CONTRACTOR hereby agrees to commence work within ten (10) days
after the date written notice to do so shall have been given to him,
and to substantially complete the same within 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 UNDERGROUND UTILITIES. CO.
Party of the First Part Party of the Second Part
(OWNER) (Cs' CTOR) )
B 92
Mayor
ATTEST: ATTEST:
s a
(The following to be executed if the Contractor is a Corporation).
I, , certify that I
am the Secretary of the Corporation named as Contractor herein;
that
signed this Contract on behalf of the Contractor was
then (official title) of said Corporation,
that said Contract was duly signed for and on behalf of said
Corporation by authority of its governing body, and is within the
scope of its corporate powers.
(Corporate Seal)
Page 2 of 2
Signed:
00016
who
Bond #669 15 68
THE STATE OF TEXAS
COUNTY OF Williamson
as principal, and
Thnncand And 14(1/1 110
PERFORMANCE BOND
{
{
z, 3 1986
KNOW ALL MEN BY THESE PRESENTS, THAT Underground Utilities Co.
of the City of Del Valle
County of Travis , and State of Texas
Great American Insurance Company
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto CITY OF ROUND
ROCK (OWNER), in the penal sum of
Thirty -Three
Dollars ($ 3 .nnn.nn
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:
Tower Drive Pump Station Expansion
WHEREAS, the Principal has entered into a certain writter, contract
with the Owner dated the 19th day of June
19 86 , 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 IS SUCH, that if
the said Principal shall faithfully perform said Contract 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
00017
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 anyway
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 the 19th day of June
19 86
Under round Utilities Co. Great American Insurance Company
Princip Surety
ByX
Title
Addrees P.O. Box 790
Del Valle, Texas 78617
2570 Synth Tnterstata 35. #200. Austin. Texas 78704
PB -2
Title Attorney -In -Fact
Address P.O. Box 819080
Dallas, Texas 75381 -9080
The name and address of the Resident Agent of Surety is:
Stokes & Searcey Agency, Inc.
C0018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bond #669 15 68
THE STATE OF TEXAS
COUNTY OF Williamson
PAYNENT BOND
{
{
MOW ALL MEN BY THESE PRESENTS, THAT Underground Utilities Co.
of the City of Del Valle , County of Travis
Great American
and State of Texas , as principal, andInsurance Company
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto CITY OF ROIL
ROCK (OWNER), in the penal sum of Thirty -Three Thousand And No /100
Dollars ($ 33,000.00 ) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators,
executors, successors and assigns, jointly and severally, by these
presents: Tower Drive Pump Station Expansion
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 19th day of June
1986, to which contract is hereby referred to and made a part hereof
as fully and to the same extent as if copied at length herein.
PB -3
GOO1q
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 prosecution of the work provided for
in said contract, then, this obligation shall be void; otherwise to
remain in full force and effect;
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 anyway
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 19th day of June
1986.
Underground Utilities Co.
Princip
Del Valle, Texas 78617
Stokes & Searcey Agency, Inc.
2520 South Interstate 35, #200, Austin, Texas 78704
PB -4
Great American Insurance Company
By. ��' i ��= By (f/4/4W
Donna Bubak
Title Title Attnrnpy - 7n - Fact
Address P.O. Box 790 Address P.0. Box 819080
Dallas. Texas 75381 -9080
The name and address of the Resident Agent of Surety is:
00020
THE STATE OF TEXAS {
COUNTY OF {
MAINTENANCE BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and
a Corporation organized under
the laws of the State of as Surety, are held and
firmly bound unto as
Obligee, in the penal sum of
to which payment will and truly to be made we do bind ourselves, our
and each of our heirs, executors, administrators, successors and
assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed
WHEREASE, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of one year after approval by
against all defects in workmanship and
materials which may become apparent during said period;
00021
1
1
1
1
1
1
1
1
1
1
1
1
1
1
NOW, THEREFORE, THE CONDITION 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 1986.
Principal Surety
By By
Title Title
Address Address
The name and address of the Resident Agent of Surety is:
MB -2
00022
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GMAT AL iERIC- N INSURANCE COMPANY
•
The number of persons authorized by
this power of attorney is not more than
FIB POWER OF ATTORNEY .
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name . Address Limit of Power
JULIE MDLINARE ALL OF ALL
WAYNE D. SEARCEY AUSTIN, TEXAS UNIJ IITED
MERCY GIL
H. GARLAND STOKES
I3DNN7 BUBAR
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 7th day of May , 19 86
Attest GREAT AMERICAN INSURANCE COMPANY
No.0 12993
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 7th day of May, 1986 , before me personally appeared ROBERT M. SCHUDER, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile •
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed
CERTIFICATION
1, KAREN HOLLEY MORRELL, Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of .Directors of August 20, 1979 have not been revoked and are now in full Force
and effect.
Signed and sealed this
5 1029J (8/93)
19th dayof June
, 1986 .
1
1
1
1
1
1
1
1
1
1
1
1
TO: City of Round Rock
214 East Main Street
Round Rock, Texas 78664
THIS I3 TO CERTIFY THAT Underground Utilities Co. is at
of this certificate, insured by this company with respect to the
operations hereinafter describe, for the types of insurance
accordance with the provisions of the standard policies used
company, and further hereinafter described. Exceptions to
policies are noted on the reverse side hereof.
TYPE OF POLICY EFFECTIVE
INSURANCE NO. DATE
11/27/85
Workman's 720365285
Compensation
Comprehensive
General
Liability OTCO39138319 11/27/85 11/27/86
Includes
Contractual
_,x Liability
Covers
Independent
x Contractors
XMOIMMIXNEK
›99effeaMBWK
Excess Liability
'Umbrella Form CEP064774941
CERTIFICATE OF INSURANCE
BI & PD
Combined
$2,000
11/27/85 11/27/86
Comprehensive
Automobile OTCO39138319 11/27/85 11/27/86
Liability
Owned
X Vehicles
Hired
,x Vehicles
Non -owned
x Vehicles
Includes
Contractual
X Liability
Date: June 19, 1986
Description of Work: Tower
prive Pump Station Expansion
Page 1 of 2
EXPIRATION
DATE LIMITS OF LIABILITY
11/27/86 Statutory, State of
Texas, $ 100,000
Employer's Liability
Bodily Injury
$ 500 ea person
$ 500 ea accident
Property Damage
$ 5u0 ea accident
$ 500 aggregate
ixxxxX
4xxxxxxxxximiciliNXIONaM
wxxxxxXXXaypswew
Bodily Injury
$ 500 ea person
$ 500 ea accident
Property Damage
$ 250 ea accident
00023
the date
businesr
and it
by thie
standarc
1
i
i
1
1
1
1
The above policies either in the body thereof or by
appropriate endorsement provide that they may not be changed or
cancelled by the insurer in less than ten days after the insured has
received written notice of such change or cancellation.
This Certificate of Insurance neither affirmatively or
negatively amends, extends, or alters the coverage afforded by policy
or policies indicated by this certificate.
United States Fidelity and Guaranty Compan}
(Name of Insurer)
joe , .� , )0
By:
Wayne D. Searcey
Title:Authorized Representative
Stokes & Searcey Agency, Inc.
Address 2520 South Interstate 35
Austin, Texas 78704
Page 2 of 2
C0024
1
1
1
1
1
1
1
;1
1
1
1
1
1
1
1
1
1
1
1
INFORMATION REOUIRED OF LOW BIDDER
The low bidder is required to supply the following information.
Additional sheets may be attached if necessary.
(1) Name
(2) Address
(3) Phone Number
(4) Type of firm:
( ) Individual, ( ) Partnership, ( ) Corporation
(5) Corporation organized under the laws of the State of
(6) List the names and addresses of all members of the firm or
names and titles of all officers of the corporation:
(7) Numbers of years experience
( List at least three (3) projects completed as of recent date:
Contract Amount /Class of Work/Date Completed/Name and Address
of Owner
(9)
$
t
List the name and address of each subcontractor who will
perform work in or about the work or improvement in excess 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
subcontractor:
Name
Address Work
to bg Performed
Page 1 of 2
C0025
1
1
1
1
1
1
1
1
1
1
1
1
1
(10) Payment of taxes, in the State of
Yes No
(11) If requested by the Owner, the Low Bidder shall submit a
notarized final statement, financial data or other information
and references sufficiently comprehensive to permit an
appraisal of his current financial conditions.
Page 2 of 2
00026
GENERAL CONDITIONS OF AGREEMENT
00027
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 3
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 4
2.08 Royalties and Patents 4
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 5
2.13 Payment for Extra Work 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 7
2.16 Owner's Status 7
2.17 Completed Portions of Work 7
2.18 Materials 8
2.19 Receiving and Storage of Materials 8
2.20 "Or Equal" Clause 8
2.21 Completed Work 8
2.22 Materials Furnished by the Owner 8
2.23 Protection of Property 8
2.24 Shelters for Workmen and Materials 9
2.25 Sanitary Facilities 9
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 9
3.01 Labor, Equipment, Materials and
Construction Plant 9
3.02 Performance and Payment Bonds 9
3.03 Contractor's Ability to Perform 10
3.04 Superintendence and Inspection 10
3.05 Character of Employees 10
3.06 Contractor's Duty to Protect Persons
and Property 11
3.07 Safety Codes 11
3.08 Barricades 11
3.09 Minimum Wages 11
3.10 Unsuitable Work or Materials 11
3.11 No Waiver of Contractor's Obligation 12
3.12 Site Clean Up 12
3.13 Guarantee 13
00028
(CONTENTS CONTINUED) Page
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13
4.01 Lines and Grades 13
4.02 Right of Entry 13
4.03 Owner's Inspectors 13
4.04 Collateral Work 14
4.05 Right -of -Way 14
4.06 Adequacy of Design 14
5. SCHEDULING AND PROGRESS OF WORK 14
5.01 Order and Prosecution of the Work 14
5.02 Rate of Progress 14
5.03 Sunday, Holiday, and Night Work 15
5.04 Hindrances and Delays 15
5.05 Extensions of Time 15
5.06 Liquidated Damages for Failure to
Complete on Time 16
6. INDEMNITY 16
6.01 Contractor's Indemnity Provision 16
6.02 Workmen's Compensation Insurance 17
6.03 Comprehensive General Liability Insurance 17
6.04 Owner's Protective Insurance 17
6.05 Comprehensive Automobile Liability
Insurance 18
6.06 Insurance Certificate 18
7. TERMINATION OF CONTRACT 18
7.01 Right of Owner to Terminate 18
7.02 Right of Contractor to Terminate 18
7.03 Removal of Equipment 19
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 19
8.01 Notification of Contractor 19
8.02 Retention of Contractor's Equipment
and Materials by Owner 19
8.03 Methods of Completing the Work 19
8.04 Final Acceptance 20
8.05 Disposition of Contractor's Equipment 20
9. MEASUREMENT AND PAYMENT 21
9.01 Character of Measurements 21
9.02 Estimated vs. Actual Quantities 21
9.03 Payment 22
9.04 Monthly Estimates and Payments 22
9.05 Certificates of Completion 22
9.06 Final Estimate and Payment 23
9.07 Notarized Affidavit 23
9.08 Release of Liability 23
9.09 Contractor's Obligation 23
9.10 Payments Withheld 24
00029
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
1.01 Calendar Day. A calendar day shall be the 24 hour period from
one midnight to the next consecutive midnight.
1.02 Contract Documents. The Contract Documents shall consist of
the Notice to Contractors; Advertisement; the Instructions to
Bidders; the Proposal; the Signed Agreement; the Performance
and Payment Bonds; the General Conditions of the Agreement;
the Special Conditions of the Agreement; the Specifications;
the Plans; the Standard Drawings; Addenda; and duly authorized
Change Orders. The Contract Documents are complimentary, 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: Signed 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 organization
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
representatives.
1.04 gngineer. 'Engineer" shall mean Haynie & Kallman, Inc., or
such other Engineer, supervisor, or inspector who has been
designated, appointed, or otherwise employed or delegated by
the Owner for this work, or their duly authorized agents, such
agents acting within 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.
1.06 Owner. "Owner" shall mean City of Round Rock, named and
designated in the Agreement as the "Party of the First Part'
acting through its duly authorized officers and agents.
GC -1
00030
1.07 Plans. "Plans" shall mean and include (a) all drawings
prepared by the Owner as a basis for proposal, (b) all
supplementary drawings furnished by the Engineer 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 Contractor to the Owner when and as approved
by the Engineer.
1.08 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner
as a basis for proposals, (b) all supplementary 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, however, include one who merely furnishes material
not so worked.
1.10 Substantially Completed. The term "substantially completed"
shall mean that the structure or facility has been made
suitable for use 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 furnished
under the Contract unless some other meaning is indicated by
the context.
1.12 Working Day. A "working day" is defined as any day not
including Sundays or any legal holidays, in which weather or
other conditions, not under the control of the Contractor,
will permit construction of the principal 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.
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 delivered at or sent by certified
or registered mail to the last business address known to him
who gives the notice.
GC -2
00031
1
2. GENERAL PROVISIONS
I 2.01 gngineer'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
I discourage litigation 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
I work which are to be paid for under the Contract; that he
shall determine all questions in relation to said work and the
construction thereof, that he shall in all cases decide every
I question which may arise relative to the execution of the
Contract on the part of the Contractor; that his decisions and
findings shall be the conditions precedent to the right of the
parties hereto to arbitration or to any action on the Contract
I and to the rights of the Contractor to receive any money under
this Contract; provided, however, that should the Engineer
render any decision or give any direction which in the opinion
I 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
1 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 contractor are found
to be unsafe or inadequate to secure the quality of the work
or the rate of progress required 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.
1 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 alterations 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
1
GC -3
00032
1
1
1
1
1
:1
1
1
..1
1
1
1
1
1
1
1
1
1
increase shall be paid for according to the quantity actually
done and at the unit price established for such work under
this contract; otherwise such work shall be paid for as
provided 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 preparation for the work as originally planned.
2.04 eggs. 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 arising out of
the nature of the work to be done or from the action of the
elements or from any unforeseen circumstances in the
prosecution of the work or from unusual obstructions or
difficulties which may be encountered in the prosecution of
the work shall be sustained 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 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
employees or his subcontractors and their employees.
2.07 y,icenses. Permits and Certificates. Except as hereinafter
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 required 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 invention used by him in
connection with the work done or material furnished under this
GC -4
00033
1
1
1
•
1
1
1
1
1
1
1
1
1
•
Contract; provided, however, that if any patented material,
machinery, appliance, or invention is clearly specified in
this Contract, 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 $eeoina of Plans and Specifications Accessible. The Engineer
shall furnish the Contractor with three (3) sets of executed
Plans and Specifications without expense 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 piecrepancies 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 accordance with the generally
accepted practice, and in the event of any discrepancies
between the separate contract documents, the priority of
interpretation defined 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,
Specifications 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 examination, satisfied himself
as to the nature and location of the work, the conformation of
the ground, the character, quality and quantity of the
materials to be encountered, 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 conversation with any
officer, agent, or employee of the Owner, either before or
after the execution of this Contract, shall affect or modify
any of the terms or obligations herein contained.
2.12 gxtra 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
Specifications and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
GC -5
00034
It is agreed that the Contractor shall perform
all extra work under the direction of the Engineer when
presented with a written Change Order signed by the Engineer.
No claim for extra work of any kind will be
allowed unless ordered in writing by the Engineer. In case
any orders or instructions, either oral or written, appear to
the Contractor to involve extra work for which he should
receive compensation, he shall make a written request to the
Engineer for a written Change Order authorizing such extra
work. Should a difference of opinion arise as to what does or
does not constitute extra work or concerning the payment
therefor and the Engineer insists upon its performance, the
Contractor shall proceed with the work after making a written
request for a written Change Order and shall keep an accurate
account of the "actual field cost" thereof as provided under
Method "C" below.
2.13 ,Payment for Extra World. It is agreed that the compensation to
be paid the Contractor for performing extra work shall be
determined by one or more of the following methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
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, craftsmen, 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) transporation charges necessarily 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
expenses; (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 premiums for
construction bonds, workmen's compensation, public liability
and property damage, and other insurance 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 specify in writing before the work commences the method
of doing the work and the type and kind of machinery and
GC -6
00035
1
1
1
1
1
1
1
1
1
1
.
1
1
1
1
1
1
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 equipment 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
superintendence.
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 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 $ ubcontractors. The Contractor shall be as fully responsible
to the Owner for the acts and omiseions of his subcontractors
and of persons either directly or indirectly employed by them
as he is for the acts and omissions of persona 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 written notice from the Owner.
2.16 Owner's Status. Nothing contained in this Contract shall
create any contractual relation between any subcontractor and
the Owner.
2.17 Completed Portions of World. 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 completed in accordance with the
Contract Documents. If the Engineer determines that taking
possession of and using partially completed work substantially
increases the cost of or delays construction, the Contractor
shall be entitled to extra compensation or extension of time
or both as determined by the Engineer.
GC -7
00036
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 Storaae 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 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
Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous
adequate safeguards to protect all completed work from damage,
loss, or the intrusion of foreign elements.
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. The provision
shall extend to the taking of all necessary sanitary
precautions to avoid contamination of such materials that must
be maintained and incorporated 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
utilities.
GC -8
00037
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The Contractor shall satisfactorily shore, support, and
protect any and all structures, and all pipes, sewers, drains,
conduits, and other facilities belonging 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 Sheltere 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 maintained in a manner satisfactory to the
Engineer.
2.25 Sanitary Facilities. Necessary sanitary toilet facilities 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. Eauirment. Materials and Construction Plant. The
Contractor shall provide all labor, tools, equipment,
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 protection of any material,
tools, or machinery on any part of the work until it is
finally completed and accepted. 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 the 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 furnishing him any equipment in the execution of
the Contract. It is agreed that the Contract shall not be in
GC -9
00038
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 performance
and payment bonds shall be acceptable according to the latest
list of companies holding certificates 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.
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 inventory and
records showing the satisfactory completion 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 Contract ", 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 competent 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 superintendent are
both absent from the site of the work for prolonged periods of
time the Engineer may order any or all work under this
Contract to be stopped until the Contractor provides
continuous and proper supervision 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 employ 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 - standard character by reason of
carelessness, incompetence, or inexperience on the part of the
workers the installation of such work shall be immediately
suspended and shall not be resumed until the Engineer is
satisfied that the conditions causing such. faulty work have
been corrected.
GC -10
.:O039
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 reasonable 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 anyway connected with the performance of this
Contract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance of any
nature whatsoever in connection with the performance of this
contract unless necessary to its performance, and in that
event the Contractor shall provide 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 nondelegable, and the Contractor's compliance with the
specific recommendations and requirements of the Owner as to
the means of warning shall not excuse the Contractor 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 Municipal 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 except where incompatible with Federal,
State, or Municipal 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 prevailing 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 wage 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
GC -11
00040
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, 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 deducted 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 accepted 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
with 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
accordance with the specifications for said work, all expense
of removing, re- examination, and replacement shall be borne by
the Contractor; otherwise the expense 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 period. 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 conduits,
shall tear down and remove all temporary structures built by
him, shall remove all rubbish of every kind from the tracts or
grounds which he has occupied, and shall leave them in a
condition satisfactory to the Engineer.
GC -12
00041
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 judgement 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 Contractor's expense;
provided, however, that in case of an emergency where, in the
judgement 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 necessary, 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 Contractor,
and in case of careless destruction or removal 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 location on
which the work herein contracted is being constructed or
installed for the purpose of supervising and inspecting the
work or for the purpose of constructing 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, supervisors, or inspectors
as the said Owner may deem necessary to inspect the material
furnished and the work done under this Contract, to see that
the said material 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 instructions of the Engineer,
supervisors, or inspectors so appointed when such directions
and instructions are consistent with the obligations of this
Contract.
GC -13
00042
4.04 Collateral Work. The Owner reserves the right to provide all
labor and material essential to the completion of work that is
not included in this Contract either by a separate contract or
otherwise. Any collateral work shall be prosecuted in such a
manner that it will not damage the Contractor nor delay the
progress of the work being accomplished under this Contract.
The respective rights of and operations of the various
interests involved shall be established and coordinated by the
Engineer.
4.05 Riaht -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, sufficiency of the
Contract Documents, the safety of the structure and
practicability of the operations of the completed project;
provided the Contractor has complied with the requirements of
the said Contract Documents, all approved modifications
thereof, and additions 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 complied with
the said requirements of the Contract Documents, approved
modifications thereof and all approved additions and
alterations thereto.
5. SCHEDULING AND PROGRESS OF WORT(
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 seasons in such order of precedence
and in such manner as shall be moat conducive to economy of
construction; provided however, that the order and time of
prosecution shall be such that the work shall be substantially
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 of 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 elements or to coordinate with other work
being done for or by the Owner.
5.02 gate of Progress. The Contractor shall give the Engineer full
information in advance as to his plane 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
GC -14
00043
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 increase 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 Contractor 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 Engineer.
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 complying with the plane and specifications
or the intent thereof, the Contractor shall have no claim for
damages, 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 judgement -of the Engineer
occurred as a result of the work stoppage.
Should delays repeatedly occur due to the Contractor's failure
to provide adequate plant, equipment, or personnel, or where
the Engineer determines that unreasonable inconvenience to the
public is due to such failure, the Contractor's operations
shall be suspended until he shall have provided adequate
plant, equipment, 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 neglect 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 determined by the
GC -15 00044
1
1
1
1
1
1
1
s 1
1
1
1
1
1
1
1
1
:
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 j,iquidated Damaaes 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 contracted for, after due allowance for such extension of
time as is provided for under the provisions of the preceding
paragraph, the Owner may withhold permanently from the
Contractor's total compensation, not as a penalty but as
liquidated damages, the sum per day given in the following
schedule:
6. INDEMNITY
Amount of Liquidated
Amount of Contract Damaaes 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
$ 30.00
35.00
40.00
50.00
70.00
200.00
300.00
400.00
500.00
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 Contract, the Contractor
shall indemnify and save harmless the Owner and the Owner's
agents and employees from all losses, damages, judgements,
decrees, and expenses 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 allegedly caused,
by any willful acts, negligence, nuisance, or breach of any
term or condition of this Contract by the contractor, his
GC -16
00045
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
agents, servants, subcontractors, or employees. The
Contractor shall furthermore indemnify and save harmless the
Owner and the Owner's agents and employees from all demands of
subcontractors, 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, subcontractors or their employees and
subcontractors shall be restored to its condition prior to
damage by the Contractor at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor agrees to
comply with the Workmen's Compensation Act of the State of
Texas, and to pay or cause to be paid all compensation,
medical or other benefits, which may become due or payable
thereunder, and to protect and indemnify the Owner and the
Owner's agents and employees from and against any and all
liabilities by reason of accidental injury, disease or death
sustained by subcontractor's employees. The contractor shall
furnish the Owner with a certificate from the Industrial
Accident Board evidencing the Contractor's and subcontractor's
compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Contractor
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 Comprehensive General Liability
insurance policy, said policy and the issuing carrier approved
by the Owner, which specifically insures the contractual
liability of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The liability
coverage under this policy shall cover Independent
Contractors. Liability limits for the Comprehensive 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 completed and accepted by
the Owner, an Owner's and Contractor'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 Liability
Insurance ".
GC -17 00046
1
1
1
1
1
1
1
1
1
1
1
:1
1
1
1
1
1
1
6.05 Comprehensive Automobile Liability Ineurance. The Contractor
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 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, whether
they are owned, non - owned, or hired by the Contractor, in
which shall specifically insure contractual liability of the
Contractor assumed under the above Paragraph 6.01 entitled
"Contractor's Indemnity Provision ". The liability limits for
the Comprehensive Automobile Liability insurance coverage
shall not be leas 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 insurance
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 of the policies are changed or in the event
said policies shall be cancelled. This Certificate of
Insurance shall be provided to the Owner prior to starting any
construction work in connection with this Contract.
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 resources 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 appliances
thereon and may finish the work in accordance with the
provisions of Section 8 "Abandonment of Contract 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 substantially fail to perform the provisions
of the Contract with regard to Owner's obligations to the
Contractor, then the Contractor may, upon ten (10) days
written notice to the Owner, terminate this Contract and
recover from the Owner payment for all completed work.
GC -18
00047
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 ten (10) days after receipt of
the notice. Should he fail to do so within ten (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 ten (10) 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 having 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 Eauipment and Materials by Owner.
After receiving said notice of abandonment the Contractor
shall not remove from the work any machinery, 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 performance bond or another contractor in
completion of the work; and the Contractor shall not receive
any rental or credit therefor except when used in connection
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 settlement.
8.03 Methods of Completing the World. If the Surety should fail to
commence compliance with the notice for completion herein
before provided within ten (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 workers and
use such machinery, equipment, tools, materials, and
supplies as said Owner may deem necessary to complete
the work and charge the expense of such labor,
machinery, equipment, tools, materials, and supplies to
GC -19
00048
said Contractor, and the expense 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 Contractor 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 Contractor shall
receive the difference. In case such expense is greater
than the sum which would have been payable under this
Contract if the same 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 fourteen (14) days
notice published two or more times in a newspaper having
a general circulation in the county of location of the
work, may let the contract for the completion of the
work under substantially the same terms and conditions
which are provided in this Contract. In caee 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 Contractor
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 provided 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 Contractor, his Surety or the Owner, as the case
may be, shall pay the balance due as reflected by said
statement within fifteen (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 complete 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
machinery, equipment, tools, materials, or supplies left on
the site of the work shall be turned over to the Contractor or
his Surety. Should the cost to complete the work exceed the
contract price, and the Contractor or his Surety fail to pay
GC -20
00049
the amount due, the Owner within the time designated
hereinabove, and there remains any machinery, equipment,
tools, materials, or suppliee on the site of the work, notice
thereof together 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 Contract;
provided, however, that actual written notice given in any
manner will satisfy this condition. After mailing or other
giving of euch 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 fifteen (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 public or private
sale, with or without notice, as the Owner may elect. The
Owner shall release any machinery, 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 specifically provided.
9.02 = Any and all estimated
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 quantity 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 estimated or
contemplated quantity for such items, then either party to
this Contract shall be entitled upon demand to a revised
GC -21
00050
consideration on the portion of the work above or below 25
percent of the estimated quantity prior to initiating work or
furnishing materials for the overrun or underrun quantities.
Such revised 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 material 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 $onthly Estimates and Payments. On or about the fifth day of
each month the Engineer will make an approximate 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 Contractor 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 recommendation 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 accordance with the plans,
specifications and Contract. If so, the Engineer shall issue
a Contract Completion Certificate to the Owner and the
Contractor. Such certificate when issued shall constitute
final acceptance of the work covered under this Contract.
GC -22
9.06 Final Estimate and Payment. After the Contract Completion
Certificate has been issued, the Engineer shall proceed to
make final measurements and to prepare a final estimate of the
work done and materials furnished 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 fifteen (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 understood 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
entitled "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 consents to
final payment to the Contractor being made by the Owner.
9.08 gelease of Liability. The acceptance by the Contractor 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 person relating to or affecting the work.
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the final payment nor any provision in the
Contract Documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be
required in the Contract Documents.
GC -23
00052
9.10 payments Withheld. The Owner may, on account of subsequently
discovered evidence, withhold or nullify the whole or part of
any payment to such extent as may be necessary to protect
himself from lose 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 properly 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 -24
C0053
SPECIAL CONDITIONS OF AGREEMENT
00054
SECTION 01 - INFORMATION
01 -01 - ENGINEER
SPECIAL CONDITIONS OF THE AGREEMENT
The word "Engineer" in these Specifications shall be
understood as referring to Haynie & Kaltman, Inc., 1106
South Mays, Round Rock, Texas 78664. Engineer of the
Owner, or the Engineer's authorized representative,
supervisor or inspector to act in any particular
position for the Owner.
01 -02 - COPIES OF PLANS AND SPECIFICATIONS FURNISHED
The Agreement will be prepared in not less than five (5)
counterpart (original signed) sets. Owner will furnish
Contractor with three (3) sets of conforming Contract
Documents, Technical Specifications and Plans free of
charge, and additional sets will be obtained from
Engineer at commercial reproduction rates plus 20% for
handling.
01 -03 - GOVERNING CODES
All construction as provided for under these Plans and
Specifications shall be governed by any existing
Resolutions, Codes and Ordinances, and any subsequent
amendments or revisions thereto as set forth by the
Owner.
01 -04 - y,IOUIDATED 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
C0055
01 -05 - TIME OF C0WLETION
01 -06 - gum
The work shall be completed within
calendar days stated in the Proposal.
begin from the date of the Agreement, or
Notice to Proceed, whichever is latest.
The Owner shall be the party of parties
Notice to Contractors.
01 -07 - LOCATION
SECTION 02 - SPECIAL CONSIDERATIONS
SC -2
the number of
The time shall
the date of the
named in the
The location of work shall be as mentioned in the Notice
to Contractors and as indicated on the Plans.
01 -08 - REVISION OF GENERAL CONDITIONS
Replace Section 2.20 of the General Conditions of
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
following 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 seven (7) days
prior to the 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.
02 -01 - CROSSING UTILITIgg
Prior to commencing construction, it shall be the
Contractor's responsibility to make arrangements with
00056
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 - 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 -04 - 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.
02 -05 - DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans,
present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will
determine whenever existing improvements are to be
relocated, or grade and alignment of pipe changed.
Where necessary to move services, poles, guy wires,
pipelines, or other obstructions, make arrangements with
Owners of utilities. Owner will not be liable for
damages on account of delays due to changes made by
Owners of privately owned utilities which hinder
progress of work.
SC -3
00057
SECTION 03 - INSURANC
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:
Pub is 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 Employer's Liability
Insurance.
Builder's Risk Insurance is necessary to cover loss of
or damage to the building materials while the project is
under construction.
SECTION 04 - PREVAILING WAGE SCALE - NOTICE,
1. This determination of prevailing wages shall not be
construed to prohibit the payment of more than the rates
named. Under no condition shall any laborer, workman or
mechanic employed on this job be paid less than the
minimum wage scale.
2. In execution of this contract, the contractor must
comply with all applicable state and federal laws,
including but not limited to lawe 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
SC -4 00058
1
1
1
1
1
1
1
1
1
1
1
1
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."
SC -5
00059
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TECHNICAL SPECIFICATIONS
00060
SECTION 01 -
SECTION 02 -
SECTION 03 -
TECHNICAL SPECIFICATIONS
INDEX
GENERAL (Pages 1 thru 4)
01 -01 Scope of Work
01 -02 Construction Site
01 -03 Backwork
01 -04 Inspection of Work
01 -05 Notification
01 -06 Work in Freezing Weather
01 -07 Protection of Trees, Plants and Shrubs
01 -08 Barricades
01 -09 Property Lines and Monuments
01 -10 Disposal of Surplus Material
01 -11 Contractor's Use of Premises
01 -12 Trade Names
01 -13 Materials and Workmanship
01 -14 Measurement and Payment
SUBMITTALS (Pages 1 thru 7)
02 -01 Scope of Work
02 -02 Submittals Required by Plans and Specif
02 -03 Operation and Maintenance Information
VERTICAL TURBINE PUMP, CLOSED COUPLED
(Pages 1 thru 6)
03 -01 General
03 -02 Pump Head
03 -03 Bowls, Suctions, and Discharge Pieces
03 -04 Impellers
03 -05 Impeller Shaft
03 -06 Bearings
03 -07 Discharge Column Assembly
03 -08 Painting
03 -09 Performance Tests
03 -10 Data to be Furnished
03 -11 Measurement and Payment
i
00061
page
1
1
1
1
2
2
2
2
2
2
2
2
3
3
1
ications . 1
6
1
1
2
2
2
2
2
3
3
3
4
SECTION 04 -
SECTION 05 -
SECTION 07 -
SECTION 08 -
VERTICAL TURBINE PUMP SUCTION CAS Zan
04 -01 General
04 -02 Construction
04 -03 Welding
04 -04 Protective Coating
04 -05 Dimensions
INSTALLATION OF VERTICAL TURBINE PUMPING UNITS
05 -01 General 1
05 -02 Setting Pump and Suction Case 1
05 -03 Special Precautions 1
0 -04 Measurement and Payment 1
SECTION 06 - ELECTRICAL MOTOR. INTEGRAL HP. POLYPHASE. INDUCTION.
:0 _ M i • : y 4
06 -01 General
06 -02 Size
06 -03 Type
06 -04 Construction
06 -05 Standards
06 -06 Bearings
06 -07 Manufacturer
PAINTING AND PROTECTIVE COATINGS
(Pages 1 thru 7)
07 -01 General
07 -02 Scope of Work
07 -03 Preparation of Surface
07 -04 Painting Schedule
07 -05 Application of Paint
07 -06 Workmanship
07 -07 Protection of Work
07 -08 Color Selection
07 -09 Maintenance Materials
07 -10 Measurement and Payment
ELECTRICAL (Pages 1 thru 8)
08 -01 Scope
08 -02 Applicable Standards and Specifications
08 -03 General Conditions
08 -04 Plans and Specifications
08 -05 Codes, Permits and Inspections
08 -06 Progress and Guarantee
08 -07 Cutting: Repairing
ii
60062
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
2
4
5
6
6
6
6
1
1
1
1
2
2
2
SECTION 08 -
ELECTRICAL (continued)
08 -08 Basic Materials and Methods
08 -09 Conduit System
08 -10 Conductor
08 -11 Electrical Service System
08 -12 Grounding System
08 -13 Electrical Distribution System
08 -14 Branch Circuits
08 -15 Wiring Devices
08 -16 Electrical Power Equipment
08 -17 Electrical Motors
08 -18 Shop Drawings
08 -19 Equipment Finish
08 -20 Guarantee
08 -21 Measurement and Payment
iii
00 063
3
3
4
4
5
5
5
6
6
7
8
8
8
8
1
1
1
1
1
- 1
1
1
1
1
1
1
1
1
1
1
SECTION 01 - GENERAL
01 -01 SCOPE OF WORK
01 -02 CONSTRUCTION SITE
01 -03 HACKWORK
The work covered by these Specifications consists of
furnishing all labor, equipment, materials and
performing all operations in connection with the
installation of a 1000 GPM vertical turbine pump at
162 TDH and all related appurtenances, complete in
accordance with the Plans, and subject to the terms
and conditions of the Contract Documents.
During construction, the Contractor shall keep the
site free and clean from all rubbish and debris and
shall clean-up the site promptly when notified to do
so by the Engineer.
The Contractor shall, at his own expense, maintain the
street free from duet, mud, excess earth or debris
which constitutes a nuisance or danger to the public
using the thoroughfare, or the occupants of adjacent
properties.
Care shall be taken to prevent spillage on streets
over which hauling is done, and any such spillage or
debris deposited on streets, due to the Contractor's
operations, shall be immediately removed.
The Contractor shall coordinate his operations in such
a manner as to prevent the amount of clean-up and
completion of back works from becoming excessive.
Should such a condition be existent, the Engineer may
order all or portions of the work to cease and refuse
to allow any work to commence until the back work is
done to the Engineer's satisfaction.
01 -04 INSPECTION OF WORK
The work covered under this Contract shall be
inspected by the Engineer or the Owner's authorized
representative. The quality of material and the
quality of the installation of pipe and related
equipment shall be to the satisfaction of the
Inspector. It shall be the Contractor's
responsibility for the construction methods and safety
precautions in the undertaking of this Contract.
00064
01 -05 NOTIFICATION
The Engineer must be notified a minimum of 24 -hours in
advance of beginning construction.
01 -06 WORK IN FREEZING WEATHER
Portions of the work may continue as directed by the
Engineer.
01 -07 PROTECTION OF TREES. PLANTS AND SHRUBS
The Contractor shall take necessary precautions to
preserve all existing trees, plants and shrubs. Where
it is justifiable and necessary, the Contractor may
remove trees and plants for construction in
right -of -way but only with prior approval of the
Engineer.
01 - 08 BARRICADES
Barricades shall be installed, in locations deemed
necessary by the Engineer, for the protection of life
and property. Under no circumstances will any
existing road be permitted to remain closed over a
weekend.
01 -09 PROPERTY LINES AND MONUMENTS
The Contractor shall be responsible for the
protection, reference and resetting of property corner
monuments if disturbed.
01 -10 DISPOSAL OF SURPLUS MATERIAL
The Contractor shall at his own expense make
arrangement for the disposal of surplus material, such
as rock, trees, brush and other unwanted backfill
materials.
01 -11 CONTRACTOR'S USE OF PREMISES
The Contractor shall, at his own expense, provide
additional space as necessary for his operations and
storage of materials.
01 -12 TRADE NAMES
Except as specified otherwise, wherever in the
Specifications an article or class of material is
designated by a trade name or by the name or catalog
01 -2
00065
number of any maker, patentee, manufacturer, or
dealer, such designations shall be taken as intending
to mean and specify the articles described or another
equal thereto in quality, finish and serviceability
for the purpose intended, as may be determined and
judged by the Engineer in his sole discretion.
01 -13 MATERIALS AND WORIO•IANSHIP
No material which has been used by the Contractor for
any temporary purpose whatever is to be incorporated
in the permanent structure without written consent of
the Engineer. Where materials or equipment are
specified by a trade or brand name, it is not the
intention of the Owner to discriminate against an
equal product of another manufacturer, but rather to
set a definite standard of quality for performance,
and to establish an equal basis for the evaluation of
bids. Where the words "equivalent ", "proper ", or
"equal to are used, they shall be understood to mean
that the item referred to shall be proper, the
equivalent of, or equal to some other item, in the
opinion or judgment of the Engineer. Unless otherwise
specified, all materials shall be the beat of their
respective kinds and shall be in all cases fully equal
to approved samples. Notwithstanding that the words
"or equal to or other such expressions may be used in
the specifications in connection with a material,
manufactured article or process, the material, article
or process specifically designated shall be used,
unless a substitute shall be approved in writing by
the Engineer, and the Engineer shall have right to
require the use of such specifically designated
material, article or process.
01 -14 MEASUREFONT 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.
01 -3
x; 0066
1
1
1
1
1
1
1
1
1
:1
1
1
1
1
1
1
1
SECTION 02 - SUBMITTALS
02 -01 SCOPE OF WORK
Under this section of the Specifications the
Contractor shall furnish all shop drawings, project
data, samples, operation and maintenance manuals and
related items required to show compliance with Plan
and Specification requirements and the records of
project progress.
02 -02 SUBMITTALS REOUIRED BY PLANS AND SPECIFICATIONS
02 -02.1 Contractor Review
1. All submittals must bear the stamp of approval
of the Contractor as evidence that the
submittals have met the approval of the
Contractor prior to being transmitted to the
Engineer for review. Submittals which are
received from sources other than through the
Contractor's office will be returned without
action.
2. All submittals submitted without a stamp of
approval of the Contractor will not be
considered and shall be returned to the
Contractor for proper resubmission.
3. If the submittals indicate variances from the
requirements of the contract because of standard
shop practice or other reason, the Contractor
shall make specific mention of such variation in
his letter of transmittal in order that, if
acceptable, suitable action may be taken for
proper adjustment. Otherwise, the Contractor
shall not be relieved of the responsibility of
executing the work in compliance with the
contract even though the submittals had been
reviewed.
02 -02.2 Submittal Procedures
The Contractor shall furnish submittals for any and
all such parts of the work and equipment as set forth
in the Specifications and indicated on the Plans. The
procedure for review of the submittals shall be as
follows:
02 -1
1. The Contractor shall submit to the Engineer for
his review, five (5) sets of drawings. The
submitted prints shall be accompanied by a
letter of transmittal, in triplicate, containing
the number of the project, the name of the
Contractor, the number of drawings, titles and
other requirements. The letter of transmittal
shall be of the form supplied by or approved by
the Engineer.
2. When a drawing is satisfactory to the Engineer,
the Engineer will return two stamped and dated
copies to the Contractor. The Contractor will
be responsible for making any additional copies
needed by him.
3. Should a drawing be unsatisfactory to the
Engineer, he will return one (1) or more copies
thereof to the Contractor with the necessary
corrections and changes indicated. The
Contractor must make such corrections and
changes and again submit at least three (3) sets
of drawings for review. The Contractor shall
revise and resubmit the working drawings as
required by the Engineer, until compliance with
the requirements of the Plans and Specifications
is achieved.
02 -02.3 Coordination and Scheduling
1. Review Time - Allow a minimum of two (2) weeks
for the Engineer's initial processing of each
submittal requiring review and response, except
allow longer periods where processing must be
delayed for coordination with subsequent
submittals. The Engineer will advise the
Contractor promptly when it is determined that a
submittal being processed must be delayed for
coordination. Allow two weeks for reprocessing
each submittal. Advise the Engineer on each
submittal as to whether processing time is
critical to progress of the work, and therefore
the work would be expedited if processing time
could be foreshortened.
2. Coordination of Submittal Times - Prepare and
transmit each submittal to the Engineer
sufficiently in advance of performing related
work or other applicable activities, so the
installation will not be delayed or improperly
02 -2
00068
1
1
1
1
1
1
1
1
1
1
1
1
1
1
02 -3
1
sequenced by processing times, including
non - approval and resubmittal (if required).
Coordinate with other submittals, testing,
purchasing, delivery and similar sequenced
activities. No extension of time will be
authorized because of Contractor's failure to
transmit submittals to the Engineer sufficiently
in advance of the work.
3. Sequencing Requirements - As applicable in each
instance, do not proceed with a unit of work
until submittal procedures have been sequenced
with related units of work, in a manner which
will ensure that the action will not need to be
later modified or rescinded by reason of
subsequent submittal which should have been
processed earlier or concurrently for
coordination.
02 -02.4 Submittal Format and Content
1. All shop drawings, material description sheets
and related data shall be marked by the
Contractor as follows:
a. Transmittal Indentification:
1. Number transmittals in sequence for
each division of the Specifications.
The number after the dash indicates
the Section of the Specifications, and
the number before the dash is the
sequence number of the transmittal
applicable to that Section of the
Specifications. 2 -05 would be the
second transmittal for Section 05,
etc.)
2. Identify resubmittals with a letter of
the alphabet following the original
number, using A for the first
resubmittal, B for the second
resubmittal, etc. A resubmittal
affecting transmittal 1 -05 would then
be numbered 1A -05. The number 1 -05
would then be entered in the space
"Previous Transmittal Number ", which
is left blank except on resubmittals.
G0o69
b. Equipment and materials descriptive
literature and drawings shall show the
specification paragraph for which the
equipment applies, and shall list equipment
tag numbers applicable.
c. Submittal sheets or drawings showing more
than the particular item under
consideration shall have crossed out all
but the pertinent description of the item
for which review is requested.
d. Equipment and materials descriptive
literature not readily cross referenced
with the drawings or specifications shall
be identified by a suitable notation.
2. Submittals shall show all the requirements of
the Specification Section have been complied
with and that the item complies with the
physical parameters described on the Plans.
3. Submittals shall contain the following
information as applicable.
a. Equipment function, normal operating
characteristics and limiting conditions.
b. Assembly, installation, alignment,
adjustment and checkout instructions.
c. Outline, cross section and assembly
drawings; engineering data; and wiring
diagrams.
d. Teat data and performance curves, where
applicable.
4. Submittals for pumps and related items which are
part of systems or required interface equipment
with other items shall contain the following
additional information:
a. General assembly drawing provided showing
interface between equipment, piping,
foundation requirements, etc.
b. Wiring diagram shall show interface with
controls for other equipment, instruments,
pumps, etc. clearly and by tag numbered, if
applicable.
02 -4
cool°
02 -02.5 Workina Drawings
1. Items for which working drawings are required
include, but are not limited to, the
non - equipment items listed below, and as set
forth elsewhere within these Specifications.
- Monolith drawings for cast -in -place concrete.
- Miscellaneous and structural steel.
- Reinforcing steel
- Reinforced concrete pipe.
- Ductile iron pipe.
2. The drawings shall be numbered consecutively and
shall accurately and distinctly present the
following:
a. All working and erection dimensions.
b. Arrangement and sectional views.
c. Necessary detaile, including complete
information for making connections between
functional parts.
d. Kinds of materials and finishes.
e. Parts list and description thereof.
3. Each drawing shall be dated and shall beat the
name of the project, CITY OF ROUND ROCK, TOWER
DRIVE PUMP STATION EXPANSION, names of equipment
and materials, and the location where the
equipment or materials are to be installed in
the project. The Engineer may decline to
consider any working drawings which do not
contain complete data on the work and full
information on related matters.
4. No work called for by working drawings shall be
initiated until the said drawings have been
accepted by the Engineer.
02 -02.6 Request for Deviation
All requests for deviations from Plans and
Specifications by the Contractor shall be in writing
with all supporting information and cost adjustment.
02 -05
02 -03 OPERATION AND MAINTENANCE INFORMATION
02 -03.1 Information Required
The Contractor shall furnish operation and maintenance
information for each equipment item or system as
required elsewhere in the Specifications. Retainage
will be retained in an amount sufficient to cover any
and all expenses the City of Round Rock may incur in
obtaining Operation and Maintenance information not
supplied by the Contractor.
1. Operation and maintenance information shall be
furnished after the submittal has been reviewed
as per paragraph 02 -02.
2. Contractor shall furnish three (3) copies of the
operation and maintenance information to the
Engineer.
02 -03.2 Review of Submittal
The Engineer shall review the operation and
maintenance information for completeness and will
notify the Contractor by return of the transmittal
cover sheet if satisfactory, or if not, the return of
the transmittal cover sheet and submittal with
appropriate action.
02 -03.3 Organization
The operation and maintenance information shall
contain the following information:
1. Equipment and /or system layout.
2. Equipment function, normal operating
characteristics and limiting conditions.
3. Assembly, installation, alignment, adjustment
and checking instructions.
4. Operation instructions for start -up, routine and
normal operation, regulation and control,
shutdown and emergency conditions.
5. Lubrication and maintenance instructions
describing daily, weekly, monthly and yearly
requirements.
02 -6
6. Guide to "troubleshooting ".
7. Parts list and predicted life of spare parts
subject to wear.
8. Outline cross section and assembly drawings;
engineering data; and wiring diagrams.
9. Certified Test Data and performance curves,
where applicable.
02 -03.4 Identification. Bindina and Size
1. Each manual shall be bound with the following
information printed on the cover:
Operation and Maintenance Manual
Name of Equipment
Name of Contractor /Supplier
Name of Owner
Name of Facility
Job Identification (Supplier's)
Equipment Tag No. (if applicable)
2. The instruction sheets shall be 8 -1/2 x 11
inches. Drawings and diagrams shall be reduced
to 8 -1/2 x 11 inches or 11 x 17 inches.
02 -7
SECTION 03 - VERTICAL TURBINE PUMP. CLOSED COUPLED
03 -01 GENERAL
Furnish pumps in quantity and performance designated
below:
Total Flow
Pump No. of Dynamic Rate Nominal
Function Units Head (ft.) (aom) Motor HP
Water 1 162 1000
This unit is to consist of a vertical turbine pump,
hollow shaft motor and steel case, and shall be as
those manufactured by Byron Jackson or other
pre - qualified manufacturer. Pre - qualification must be
requested seven (7) days prior to bid opening. Pumps
shall be supplied with efficiencies that allow the
specified flow rates to be delivered at the stated
total dynamic head without exceeding the nameplate HP
rating of the motors and without utilizing any part of
the 1.15 service factor. The pump shall be supplied
with an elapsed time meter and totalizer.
03 -01.1 Motor Characteristics
03 -02 FUME HEAD
60
1 Power Supply - 480 volts, 3 phase, 60 Hz.
2 Motors - High thrust, vertical hollow shaft, 1800
rpm, 1.15 service factor, design B.
3 Motor - 60 HP
4. Space heaters to eliminate condensation and
dampness in each pump motor will be provided and
will be energized only when the motor is Dot
running. ON -OFF light will be provided in
circuitry to light 'on" when space heaters are
energized.
5. A 3 minute time delay will be provided for each
pump motor to prevent the motor from starting
until at least 3 minutes has elapsed after the
motor stops.
Gray cast iron, Class 30, above base discharge with
A.S.A. 125 -1b. flanges, bolted base for mounting on
fabricated steel suction case. Include 3/16 -inch
rubber gasket; design for 75 foot static head. Equip
with lifting lugs or eyes.
03 -01
03 -03 BOWLS, SUCTIONS. AND DISCHARGE PIECES
03 -04 IMPELLERS
03 -05 IMPELLER SHAFT
03 -06 BEARINGS
Combination of bronze and neoprene cutless rubber on
each side of each impeller. Shaft bearings - neoprene
in SAE 64 bronze guides.
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. Fit bowls with bronze
wear rings, SAE 64.
03 -07.1 Shaft
Enclosed cast bronze, SAE 40, sandblasted before
machining, hand filed, polished, dynamically and
hydraulically balanced. Fasten to shaft with tapered
collets, A.I.S.I., Type 316 stainless steel.
Stainless steel A.I.S.I., Type 416, oversized to
eliminate distortion.
03 -07 DISCHARGE COLUMN ASSEMBLY
A.I.S.I. C -1045 with A.I.S.I., Type 303 stainless
steel or morsel metal sleeves at bearings and packing
glands. Coupling, threaded type, A.I.S.I. B -1113
steel, cold drawn. Oversized to eliminate
distortion. Extended shaft for use with hollow -shaft
vertical motor. Shaft may be Type 416 stainless steel
without sleeves.
03 -07.2 Column and Coupling
Threaded connections, forged steel coupling, A -53
steel pipe.
03 -07.3 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.
03 -2
03 -08 PAINTING
03 -08.1 Factory
Discharge head to be primed with Sherwin - Williams Kem
A and A Epoxy Enamel Primer and cover coated with
Sherwin-Williams 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
acceptable subject to approval.
03 -08.2 Field
Discharge head and motor shall be painted with a final
coat in the field following installation to match
paint color of yard piping.
03 -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. Plot
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.
03 -10 DATA TO BE FURNISHED
Furnish in quintuplicate for approval:
03 -10.1 Certified performance curves showing TDH, capacity,
efficiency, brake horsepower, and operating speed.
03 -10.2 Outline dimensions, complete description and
construction details, and completed materials
specifications for parts and coating.
03 -10.3 Tabulated Data:
Rated TDH, capacity and BHP
Rated operating speed
Maximum combined hydraulic and static thrust
03 -10.4 Furnish three bound sets of operation and maintenance
instructions, drawings, curves, and parts lists of
pump and accessories.
03 -3
001'
03 -11 MEASUREMENT A ND P AYMENT
The unit price bid for the pumps specifically itemized
in the bid proposal shall include all labor,
equipment, materials, and incidentals required to
fabricate and install the pumps, including related
pumps, motors, electric and controls, complete with
all specified appurtenances as shown on the
construction plans and herein specified.
03 -4
03- 12SUREMENT AND PAYMENT
The unit price bid for the pumps specifically itemized
in the bid proposal shall include all labor,
equipment, materials, and incidentals required to
fabricate and install the pumps, including related
pumps, motors, electric and controls, complete with
all specified appurtenances as shown on the
construction plans and herein specified.
03 -5
SECTION 04 - VERTICAL TURBINE PUMP SUCTION CASE
04 -01 GENERAL
04 -03 WELDING
Furnish suction cases 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.
04 -02 CONSTRUCTION
Body, bottom and flange of ASTM A7 steel. Inlet pipe
connection of ASTM A53, Grade B, butt welded or
seamless, Schedule 40 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.
04 -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.
04 -05 PIMENSIONg
Diameter:
Length:
Refer to Plans
Refer to Plans
Inlet Size: Refer to Plans
Inlet Location: Refer to Plans
04 -01
SECTION 05 - INSTALLATION OF VERTICAL TURBINE PUMPING UNITS
05 -01 GENERAL
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, Close Coupled ".
05 -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.
05 -03 SPECIAL PRECAUTIONS
Check setting of impellers and make sure rotating
elements are free before turning on power. Check
rotation of motor with pump drive disconnected.
05 -04 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
Item. Include cost of same in Contract price bid for
item of work of which this is a component part.
05 -1
SECTION 06 - ELECTRICAL MOTOR, INTEGRAL HP. POLYPHASE, INDUCTION,
VERTICAL. WEATHER PROTECTED. 250 HP AND SMALLER
06 -01 GENERAL
06 -02 SIZE
06 -03 TYPE
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.
Vertical, hollow shaft, squirrel -cage induction, full
voltage starting, normal starting current and torque;
weather protected, Type I.
06 -06 BEARINGS
Motor sized to operate continuously and without
exceeding the nameplate rating for all pump loads from
shut -off to minimum head.
* 06 -04 CONSTRUCTION
Motors shall be shielded drip -proof (exterior
installation) with a 1.15 service factor and class "B"
or "F" insulation. The maximum temperature rise above
40° ambient at a service factor of 1.00 shall be 65 °C
for "B" insulation and 85 °C for class "F" insulation.
06 -05 STANDARDS
Conform to ASA C50 and NEMA Mgl -1959, and subsequent
revisions.
Ball or spherical roller, motor thrust bearing to
carry rotor and flexible shafting connecting motor to
pump.
06 - 07 MANUFACTURER
Furnish motor manufactured by General Electric,
Westinghouse, Allis Chambers, Louis - Allis, U.S.,
Wagner, Marathon or Electro- Dynamic.
06 -08 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.
06 - 1 0(/°3.1.
*Revised per Addendum No. 1 dated 2/21/86
SECTION 07 - FAINTING AND PROTECTIVE COATING$
07 - 01 r_ENERnr.
The Contractor shall furnish all labor, materials, and
equipment necessary to provide painting and protective
coatings for the following items as specified herein.
Preparation and application of proprietary coatings
specified herein shall be in strict accordance with
the manufacturer's recommendations and as supplemented
by these Specifications.
07 -02 SCOPE OF WORK
It is the purpose of this Specification to outline to
the Contractor the necessary procedures for obtaining
proper coating and painting application to achieve
satisfactory performance of the materials under actual
operating conditions.
Materials, surface preparation and application of the
materials are outlined in detail and specified only as
a guide to the Contractor. All painting and coating
shall be done strictly in accordance with the
manufacturer's instructions and shall be performed in
a manner satisfactory to the Engineer. In all cases
of dispute concerning material, surface preparation or
application of materials, the Engineer or coating
manufacturer's interpretations and recommendations
shall take precedence.
The paints and paint products of Kopper Company, Inc.
Pittsburgh, Pa., mentioned in the following
Specification are set up as standards of quality. The
usual "or approved equal' clause shall apply.
All materials shall be brought to the job site in the
original sealed and labeled containers of the paint
manufacturer and shall be subject to inspection by the
resident engineer on the job, or his appointed
representative. Colors, where not specified, shall be
as selected by the Engineer.
All protective coatings and paints shall be stored in
enclosed structures to protect them from the weather
and from excessive heat or cold. Many paint materials
are flammable and must be stored so as to conform with
the County and State safety codes for flammable paint
07 -1
materials. All emulsion type coatings must be
protected from freezing weather. All pyrolytic or
thermosetting coating materials muet be protected from
heat in excess of the manufacturer's printed
instructions or recommendations so as to eliminate the
setting reaction.
07 -03 PREPARATION OF SURFACE
07 -03.1 metal
All ferrous metal to be primed in the shop shall have
all rust, dust, and scale, as well as all other
foreign substances, removed by sandblasting or
pickling. Sandblast surfaces to the equivalent of a
commercial blast surface in accordance with National
Association of Corrosion Engineers Standards NACE No.
3 or Steel Structures Painting Council Specifications
SSPC - SP6 and leave clean, dry and ready to receive
prime coat. Cleaned metal shall be primed or
pretreated immediately after cleaning to prevent new
rusting. All ferrous metale not primed in the shop or
field primed, shall be solvent cleaned prior to the
application of the pretreatment and /or primer. In
addition, galvanized surfaces which are to receive
Bitumastic No. 300 -M as the finish coats shall be
sandblasted to provide a profile or "tooth ".
All exposed cast iron pipe, fittings, and valves which
are coated with asphaltum varnish, shall also be
cleaned to the equivalent of "commercial" sandblasting
before painting.
After erection or installation of shop- coated metal
work, clean and retouch all rust spots, all places
where paint has been rubbed or scraped off, and all
field rivet and bolt heads and nuts. After previously
applied paint has hardened, and when surfaces to
receive succeeding coats of paint have been perfectly
cleaned and dried, apply paint in accordance with
Section 07 -04 - Painting Schedule set out below.
Allow 5 days for hardening of final coat before
placing in water.
07 -04 FAINTING SCHEDULE
07 -04.1 Non- Submerged Metals
General: Prior to application of primer, all
galvanized surfaces, non - ferrous metals, and cast iron
piping shall be treated with Koppers 40 Passivator.
07 -2
Non - submerged, exposed metal surfaces, including but
not limited to hydrants, pipes, motors, valves,
machinery, etc., shall be covered with one (1) coat of
Koppers 654 Primer applied so as to achieve a minimum
dry film thickness of 1.5 mils and two (2) coats of
Koppers Glamorglaze 200 Epoxy applied so as to achieve
a minimum dry film thickness of 1.5 mils per coat.
Color shall be noted on the Plans.
Non - submerged below grade metal surfaces which will be
subject to moisture and condensation, including but
not limited to machinery, pump suction, piping and
pumps, shall be coated with two (2) coats for a total
of 35 dry mil thickness of Bitumastic 50 - Koppers
applied at 60 square feet per gallon.
07 -04.2 Submerged Metals
Surface Preparation: All submerged metal shall be
sandblasted to a near -white condition in accordance
with SSPC- SP10 -63 requirements. Anchor pattern of the
blasted surface shall not exceed 1 -1/2 mils. Sand
used for blasting shall be wiped free of any resulting
dust and completely dried. If rust forms on any
blasted surface, the surface shall be sandblasted
again before application of paint. Whatever metal is
blasted on any one day shall be coated with paint on
the same day.
After sandblasting, apply epoxy seam sealer to all
welds, rivets, seams and joints with an epoxy patch
kit manufactured by one of the paint manufacturers
listed below.
Paint System: Submerged or intermittently submerged
metal surfaces including, but not limited to weirs,
throughs, valves, rotary arm in clarifier, clarifier
inlet baffle and support structure, filtration system,
etc., shall be painted with a two -coat hi -build epoxy
system in compliance with AWWA Interior Paint System
No. 1, having a minimum total dry -film thickness of 8
mils. Paint manufacturers for coatings shall be as
follows, or approved equal:
Tnemec (Epoxy Series 20)
Mobil (Epoxy Series 78)
Prufcoat (Epoxy Series 545)
Cooks (Epoxy Series 920)
07 -3
Paint application: All submerged metal paint shall be
applied by airless spray. Successive coats of paint
shall be tinted to aid in distinguishing between
coat. All paint shall be mixed and applied strictly
in accordance with the manufacturer's recommendations.
07 -05 APPLICATION OF PAINT
On metal surfaces, the painter shall apply each coat
of paint at the rate specified by the manufacturer to
achieve the minimum dry mil thickness required. If
material has thickened or must be diluted for
application by spray gun, the coating shall be built
up on the same film thickness achieved with undiluted
material. In effect this means one (1) gallon of
paint as originally furnished by the manufacturer must
not cover a greater square foot area when applied by
spray gun than when applied unthinned by brush.
Deficiencies in film thickness shall be corrected by
the application of an additional coat of paint. On
concrete, application rates will vary according to
surface texture; however, in no case shall the
manufacturer's stated coverage rate be exceeded. On
porous surfaces, it shall be the painter's
responsibility to achieve a protective and decorative
finish either by decreasing the coverage rate or by
applying additional coats of paint.
Apply paint only when temperature and atmospheric
conditions are favorable to drying, and are such to
preclude condensation on surfaces to receive paint.
Do not apply paint when either surface or ambient
temperatures are less than 50 degrees Fahrenheit, or
when temperature drop of 20 degrees, or below 50
degrees Fahrenheit is forecast. Do not apply paint to
surfaces upon which there is frost or moisture, nor
during misty or rainy weather unless specific approval
is given.
Do not apply finish field painting to machinery,
equipment, or piping until operational testing has
been completed.
The Contractor shall submit to the Engineer,
immediately upon completion of the job, certification
from the manufacturer indicating that the quantity of
each coating purchased was sufficient to properly coat
all surfaces. Such certification shall make reference
to square footage figures provided to the manufacturer
by the Contractor.
07 -4
Drying time shall be construed to mean 'under normal
conditions ". Where conditions are other than normal
because of the weather or because painting must be
done on confined spaces, longer drying times will be
necessary. Additional coats of paint shall not be
applied, nor ehall units be returned to service until
paints are thoroughly dry.
After installation of machinery and electrical
equipment, check base coats carefully and retouch all
damaged surface areas. Do not paint nameplates,
serial number plates, chrome or bronze trim, or any
rotating parts. Clean off any excess paint that
impairs convenient removal of covers on gauges,
instrumentation, or other equipment fitted with doors
or covers.
Thinners: Where thinning is necessary, only the
products of the manufacturer furnishing the paint, and
for the particular purpose, shall be allowed, and all
such thinning shall be done strictly in accordance
with the manufacturer's instructions, as well as with
the full knowledge and approval of the Engineer.
Colors: Unless specified on the Plans or elsewhere in
these Specifications, color of the painted surfaces
shall be selected by the Engineer.
Upon completion of the protective coating and
painting, the Contractor shall remove all surplus
materials and rubbish and remove all spattered
material from surfaces where its presence is
objectionable. All coated or painted surfaces shall
be free from abrasion or other blemish when the
project is ready for final acceptance by the Engineer.
07 -06 WORKMANSHIP
All work shall be done by skilled craftsmen who are
qualified to perform the required work and shall be
done in a manner comparable to the best standards of
practice found in the trade. All materials shall be
evenly applied so as to be free from sags, runs,
crawls, wrinkles, holidays, or any other application
defects. All coats shall be of the proper consistency
and properly brushed out so as to show the minimum of
brush marks. All coats shall be thoroughly dry before
the succeeding coat is applied. All coats that are
intended to hide shall be given another coat if the
coating does not properly hide the undercoat.
07 -5
07 -07 PROTECTION OF WORK
Full protection shall be given other work from damage
by use of clean drop cloths during the time that the
paint is being applied.
07 -08 COLOR SELECTION
Based on the Kopper's Master Color Selection Chart
560 -L, the plant components shall be painted the
following colors and shall be a gloss finish:
Water Pumps and Discharge Header Light Grey
Hot - dipped galvanized metal shall be finish painted
where indicated on the Plans.
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.
07 -09 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. The paint shall be
supplied in unopened factory sealed containers clearly
labeled for identification.
07 -10 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
section. Include cost of same in contract price bid
for items of which this work is a component part.
07 -6
SECTION 08 - ELECTRICAL
08 -01 SCOPE
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 systems 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.
In general, this work shall include the following:
1. Provide electrical service to the 1000 GPM
vertical turbine pump, safety and warning lights
and new starter enclosure at the existing pump
building.
08 -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)
08 -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.
08 -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,
08 -1
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.
08 -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 in 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.
08 -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.
08 -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.
08 -2
08 -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.
08 -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 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 and capped and 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. #22 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 expandible
compound that will prevent the entrance of moisture.
08 -3
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
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.
08 -10 CONDUCTOR
A complete system of conductors shall be installed in
the raceway system. 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 to be
copper.
08 -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 ".
08 -4
08 -12 GROUNDING SYSTEM
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
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.
08 -13 gLECTRICAL 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.
08 -14 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
08 -5
solderlees 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.
08 -15 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) sighting fixtures shall be as specified on the
Drawings, or approved equals. All fixtures shall be
furnished complete with all fittings, parts and stems
shall be of the same manufacturer as the fixture on
which they are used and shall be installed strictly
according to the manufacturer's recommendations and /or
as 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.
08 -16 ELECTRICAL POWER EQUIPMENT
08 -16.1 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.
08 -6
08 -16.2 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, housepower rated. Switches
shall disconnect all ungrounded conductors.
Liahtning Arrestors shall be furnished on the
secondary service of each project. Such lightning
arrestors shall be Thyrite type, GE 9L15BCC003 or
approved equal suitable for the particular
installation. Lightning arrestors shall also be
provided on motor feeders of motors 10 H.P. or
greater.
Phase Monitoring Relays shall be furnished for all 3
phase motors 10 HP or larger to protect the motors
from a phase unbalanced 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.
08 -17 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
08 -7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
connected to pumps or drive unite, the motor shall
have thrust bearings of adequate capacity to safely
carry the weight of rotating parte and any unbalanced
thrust. Motors shall be General Electric,
Westinghouse or Reliance or approved equal.
08 -18 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. Refer to Section 02 - Submittals.
08 -19 EOUTPMENT FINISH
All cubicles, cabinets, enclosures, brackets, doors,
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 P. 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 P. 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.
08 -20 GUARANTEE
All control equipment shall be guaranteed against
defects in material and workmanship for a period of
one (1) year from the date of system acceptance.
08 -21 MEASUREMENT AND PAYMENT
No separate payment for work performed under thie
item. Include coat of same in contract price bid for
item of which this work is a component part.
08 -8
nut e
SPLICE CONNECTION
BY T. P & L.
EXIST. SERV. DROP
METER
3 0 600V LIGHTING
ARRESTORS ►
100/3 N.E`
SINGLE LINE DIAGRAM
l rrr an otlrr•r Ihar1
th) a Shown, uS +' the
meet larycr anrlle fnr
dtmen;tnn and (.Y. of
•rnrrete.
PLUG
1
IDE
L I
1 rr ..• 1�.1r `, al l'I I'I I,lr1 . .,r ir, r r•1 • „ + rr,.; ■ All
In 14tr In Lr•InA r5 IraS + =•I .,n dirt pr. .v,lr rrrn wrren
a,l ar°I rrr Ir. rl,r 1 rMnrr Iriti :. r • r.l lner:
rerlul red.
TEE
k MitI 1? E.dCAYAIE AS NECESSARY
TO OBTAIN SPECIFIED C Y OF CONC.
AND PLACE AGAINST UNDISTUNt1I'D
FAR rl
HORIZONTAL
n a.■m■■■U11.
glir
1.
400A NEMA I FUSED
DISCONNECT SW., 600V, 30
NEMA I STARTER
ENCLOSURE
SEE NOTE it 2 BELOW
TO EXIST. P -I 8c P -2
STARTER
`'--
120 V B/W CONTROLS
120V CIRCUIT TO EXIST LIGHT PANEL
LEASED TELEPHONE LINE
N.T.S.
/
/
6,4 4.4
6.5 5.?
4 ". 10.1
3.0 .5 4.0 I.n 6.0
4.r I.1 5 5 2.7
5.0 ?.5
6.n 3.1
BLOCKING DETAIL
N.T.S.
SERVICE DROP, 277/480V,
3 0, 4 WIRE (T. P. & L.)
CT ENCLOSURE & METER
(IF REQUIRED)
3 --400A FUSES W /FUSE CLIPS
AS REQUIRED (DUAL ELEMENT
TIME DELAY)
/
/
/
/
/
/
/
/
EXIST.
/ STARTER
MAIN DISC.
SWITC H
EXIST.
METER
/
/
EXIST 12 "x 6" RED.
! „EXIST 12" C.I. WYE
EXIST. 12 C.1. 22 1/2°
-_� BEND
EXIST. 12"- 45 °C.I.
BEND
1� 5 U-BAH -
11- 1 /4'Reed 22- 1 /7'fiend 30 Bend
01,11. CI. D(m.A C.Y. Dtm.A. C.
VERTICAL
Sts.v
r
EXIST. ELEC.
PULL BOX.
3.0 11.1
14.5 16.0
16.0 18.8
19.0 36.
I C011011E TE CLOCKING SHALL.
DE REQUIRED FOR ALL VERTICAL
BENDS OF 6 ° AND GREATER
2 B 3*IALL 81 PLACE
A ROSS F ULL. WIDTI( OF TRED
NCH
3 BLOCKING SHALL BE SUBSIDIARY
10 PRICE BIC) PER FOOT OF PIPE
EXIST.
OVER-
HEAD ELEC.
( L ION
P t/ GPM /
1 /
-EXIST. ELEC. PANEL
E
!r
CLASS "CONC
(2500 P03 )
NOTES
5 4.9 8.5 6.4 17.0 9.0 15.0 111.0
8.5 6
9.5 8.1
10.5 10.1
12.0 19.9
rI
6.5 0.8 9.0 4.0 1? 5
9
10.5 11.3
11.0 13.3
14.0 76.0
45" Bend 61-1 /2 " (Bend 90 R <•n.+
Oi1n.A. C.Y. Dim.A. 0.Y. Uim.A C.1.
1.3 6.0 1.8
1.9
MEM
/0.5 15.1
EMU
14.0 26.5
30.0 5 /.C1
9.0 7.6
9.0 `I. 1
IBM 141.5
19.5 20.9
21.0 28.5
26.0 40.0
5.?
/
i
EXIST 12'' C. I.
EXIST
500,000 GAL. STANDPIPE
EXIST. 3 2, I* 8N,
(PUMP) 2 *2,
3/4"C (CONDENSATE
HEATERS )
EXIST. BOOSTER
PUMP
EXIST. ALTITUDE VALVES
AND VAULT ASSEMBLIES
PROP. BOOSTER PUMP
TOWER DRIVE
r
SITE PLAN
TOWER DRIVE WATER PUMP STATION
Scale : 1= 10
1 EXIST.
STANDPIPE I
(U.S. HWY. 81 )1
E L_
- 1
EXIST. ELECTRIC & TELEPH1
SERVICE POLE
CONTROL
IEXISTI !EXIST' EXI. -_.1
I 1 ST
I P - I 1 P - 2) P -3 1
Carte i torten tarter
L- J
(30 Hp.) (30 Hp.) (60 Hp.)
HEMATIC
MT S.
ELECTRICAL NOTES:
Fth
Contr.�
8 FLG. - P. E. C.I. PIPE
8" SMITH - BLAIR TYPE 913
FLG. COUPLING ADAPTER OR
APPROVED EQUAL
EXIST. BUILDING ( TOWER DR.
PUMP STATION
EXIST 3- # 3/0 & (4N,
11/2" CONDUIT TO WEATHER -
HEAD ON BLDG. ROOF
TO BE REMOVED.
# CU. GROUND
CONDUCTOR
BOLTED CLAMP
l
PROP P-4 STARTER (60 H"P)
01/2" TAP W/ 1/2" HOSE B IB
I
41/2 TEE & 1/2" STOPCOCK
PRESSURE GA. (MARSHALLTOWN
'OR APP D EQUAL 0 --100 PS.1.)
1 APCO SILENT CHECK (FLG.)
VALVE or APPROVED EQUAL
09 8 N.R.S. FLG. GV. W/ HANDWHEL - ---„ ,
8" FLG. C,I. 45° BEND
0
d
- 0
400A
DISCONNECT
SWITCH
600V, 30
N
(3 -400A
USES)
- 1;12 11 x 12"x 8 FLG. C. I. TEE
312'" C.I. BLIND FLG.
APPR..X . 1 2'
2,
1 . .,
S .,
NED BY :
Haynie & Kaliman Inc.
CONSULTING ENGINEERS
1106 S. MAYS
Round Rock , Texas 78664
255-7861
SCALE : AS NOTED
DATE : AUGUST, 1985
PROJECT NO. 103- 753
SITE PLAN AND DETAILS
SHEET I OF 1
14 COMPACTED NON -
XPAN SI VE MATERIAL
41/2"EXPANSION JOINT -p
:2"-# 4 0 DOWELS---
OWELS -- ('
.■ AT ALL PUMPS) - --
5 U--BAR ANCHOR
8 FLG, 45° BEND MIN.
PROPOSED HIGH SERVICE PUMP DETAIL
PROP 3-500 MC M + I/0
3" CONDUIT TO WEATHERHEAD
ON ROOF.
CONTROL WIRING
IN I /2 "C
EXIST
P-3
SIZE 4
Combination
Starter
3,;2�1-�8N
I 131R WALL TO P-3
3/4" x 8" CU. WELD
GROUND ROD
LJ
CC.
cr
co
CL
5. ALL EXTERIOR CONDUIT ABOVE GROUND SHALL BE RIGID STEED.
' 2- 8" FLG. x P.E. C.I. PIPE W /'A MIN. OF 2 TIE RODS
8 "FLEX. COUPLING
1
2' -
ELECTRICAL DISTRIBUTION CENTER
PROP. 1000
G.P.M. PUMP
� J
N.T.S
I" UNDERGROUND CONDUIT MAY BE P.V.C. RIGID CONDUIT W/24 MIN. COVER a 2" RED. CONC. CAP.
REFER TO TECHNICAL SPECIFICATIONS (WHERE REQ'D. BY NATIONAL ELECTRIC CODE , INCLUDE
A COMMON GROUNDING CONDUCTOR IN P.V.C. RIGID CONDUIT.)
2. EXTERIOR ELECTRICAL ENCLOSURES WILL BE NEMA 4- WEATHERPROOF.
WIRING a CONDUIT IS SHOWN FOR GENERAL ARRANGEMENT ONLY. CONTRACTOR SHALL INSTALL
ALL CONTROL PANELS, WIRING & CONDUIT REQ'D TO PROVIDE A cowl_ .ETE & FUNCTIONING
INSTALLATION IN ACCORDANCE W/ ALL APPLIABLE CODE ' & REGULATIONS.
4. "FUTURE" ELECTRICAL EQUIP. & WIRING SHOWN IS FOR INFORMATION ONLY & IS NOT INCLUDED
IN THIS CONTRACT.
P � r
/-A1/2" P V.C. or
24" LENGTH x 30" Sq. CONC. SUPPORT W/
/T 35 0 HORIZ. BARS W/ # 30 STIRRUPS
7 o.c .
N.T.S.
79 6'- O" x 8'-0 x 6" to 8" CONC. SLAB W/
)6 x 6 x 16/6 W, W. E CENTERED IN SLAB
M.J. G.V. W/
BOX & COVER
014"x 14"x 10" C.1.
M.J. TEE
16 "0 STEEL BOOSTER CAN
DW /6 ENCASEMENT.
APPROX . 7 f "
III (1I( 1 111 1111
I/2" CONDUIT W /CONTROL WIRES TO S.W.
BELL TELEMETER CONNECTION ON
EXTERIOR OF BLDG.
PROP WIREWAY
120V CIRCUIT EXIST. L.tc . PANEL
(ADD 20A ., 1 POLE CIRCUIT BREAKER)
CONNECT B/W CONTROLS TO EXIST
PUMPS (P- I a F- 2 )
COPPER
NOTE:
DRAIN PIPING
'14 "x 10 REDUCER & 0 14' 1 M.J. TEE
12" GATE VALVE W/
BOX & COVER.
12" C.I. BLIND FLANGE.
PROPOSED P -4 SIZE. COMBINATION STARTER
I. EXIST. & PROP. ELECTRICAL FEEDERS WILL BE
CONNECTED BY T. P & L. TO SERVICE DROP AT
WEATHERHEAD IF NECESSARY TO RE - CONSTRUCT
METER LOOP. THE WORK WILL BE INCLUDED IN
THIS CONTRACT AT NO COST TO OWNER.
2. EQUIP. ON INTERIOR OF CONTROL BLDG. SHALL BE
BOLTED TO WALL W/ THE USE OF /A UNISTRUT
SUPPORT SYSTEM.
3. LOCK SCREWS ON M.J. LOCK SCREW RETAINING
GLANDS SHALL BE TIGHTENED TO 75 ft, lbs.
4. NO BLASTING WILL BE ALLOWED AT TOWER
DRIVE PUMP STATION.
5. LENTH OF DOWN TIME ALLOWABLE SHALL BE
COORDINATED W/ CITY OF ROUND ROCK PUBLIC
WORKS (PH. # 255-3612 )
CCEPTED FO CONSTRUCTION:
A CTOR OF PUBLIC WORKS
CY OF ROUND ROCK, TEXAS
1c�
DATE
CITY OF ROUND F20CK, TEXAS
TOWER DR. BOOSTER PUMP RENOVATIONS