Loading...
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