R-87-964 - 3/12/1987WHEREAS, the City has duly advertised for bids for a Water
Telemetry System, and
WHEREAS, Underground Utilities, Incorporated submitted the
lowest and best bid; and
WHEREAS, the Council wishes to accept the bid of Underground
Utilities, Incorporated, 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, Incorporated is
hereby accepted as the lowest and best bid, and the Mayor is
authorized and directed to enter into an agreement with
Underground Utilities, Incorporated for the construction of the
Water Telemetry System.
RESOLVED this /A day of 7n4ite.ts , 1987.
ATTEST:
anne Land, City Secretary
RESOLUTION NO. 96:q..
MIKE ROBINSON, Mayor
City of Round Rock, Texas
UNDERGROUND UTILITIES CO.
P.O. BOX 790
February 26, 1987
Mr. Doug Hearne
Haynie, Kaltman & Gray, Inc.
12303 Technology, Suite J
Austin, TX 78727
DEL VALLE,TEXAS 78617 PHONE 247 -5663
CLARENCE VINKLAREK, President
Re: Round Rock Water System Telementry
Dear Mr. Hearne:
Due to the project not being awarded to date, we are unable to hold
our prices as bid. Price increases listed below are due to vendor /supplier
price increases passed on to our firm.
The price increase justification on equipment is as follows:
,--at Antenna, Power Supply and
Battery System ( +) 5
(a 1 b} Multi -task computer ( +) 53,641.0C cD 9
c) 100' Radio Tower ( +) 5 311.45 -su
d) 60' Radio Tower ( +) $ 184.53
e) Level Transmitter ( +) 5 96.10 1 ? l46
f) Remote Terminal ( +) 5 , 63.45 Sz't•�°
There are several change order items that need to be included in the
construction. Listed below are these items:
.g) Isolation valves and control valves need dry
indicator for valve position $ 273.00 . /130
''-h) Recommend pressure transmitter to be in-
stalled directly on ground reservoir $ 385.00 1 b 7
73'0
Haynie, Kaltman & Gray, Inc.
Page 2
February 26, 1987
Total price increases per bid item, are as follows:
1 r a
R
L /insey
Should you have any questions concerning our price increase, please
contact me immediately
Res
BID ITEM INCREASE JUSTIFICATION
1 $ 4,29'5 5 '' At,C
2 -0- --
3 499 798^ 2, 11•1V AO,F
4 306.45- 63. 4c." K, F
5 -17O6755" Sl1 KE,F,G,H
6. 787.65 sgy,b( X,E,F,H
7. 579.45 V56.45 r,F,G
8. 579.45 536•µ5 K,F,G
9. 579.45 305(--US p(,F,G
10. 579.45 334.'41 g,F,G
-14, 3116745
13. 883.65
14. 1,060.55
15. 1,060.55
17. 306.45
18. 787.55 544- K,E,F,H
19. 787.55 S44.??' R,E,F,H
20. 1,060.55 8 1J S _ K E F,S,H
21. 787.55 22. 1,333.55 109o•S KE
23. 787.55 5 4t • S� E,F,H
24. 787.55 s'WS " K,E,F,H
25. 306.45 63 - V1' " yr, F
26. 402.55 155 ,F,E,F
fully,
Enc.
RLK /kv
TOTAL PROPOSED INCREASE -
A,E,F,H
X,E,F,G,H
JC,E,F,G,H
b3 ys� K,F
$- 2678373' 9, q 3. 3FI
Haynie & Kallman Inc.
1106 South Mays
EJ CONSULTING ENGINEERS
Round Rock, Taos 76664
(512) 255 -7861
BID SUMMARY
BIDS EXTENDED AND CHECKED
By : DCH, CIA
Date:
Sheet:
August 19, 1986
1 of 1
OWNER CITY OF ROUND ROCK
BIDDERS
JOB NO. 103 -602 BID DATE 08 -19 -86 TIME 2:00 P.M.
UNDERGROUND
UTILITIES CO.
Del Valle, Texas
WALTER A. TEW
ELECTRIC, INC.
Austin, Texas
ENGINEERING
DESIGN GROUP
Houston, Texas
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION WATER TELEMETRY SYSTEM
COST
COST
COST
COST
ID BOND E`CLOSED?
Yes
Yes
Yes
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
No
Ye s
TOTAL BASE BID
$ 408,417.00
$ 487,746.00
$ 823 875.00
TOTAL ADD ALTERNATE ITEMS
$ 61, 272.00
$ 46, 250.00
$ 74, 900.00
$
BASE BID
UNIT
APPROX.
1 ANTITY
LI*!iP sir, COST
LUMP SIP COST
LUMP SUM COST
*a er reatmen P ant: inc .-
L.S.
1
$206, 685.00
$183,144.00
$257,652.00
ing in general furnishing aid
installing a Master Control
System with a multi- tasking
computer system, with terminal
tel enetry control aid data
acquisition software, a dial -up
telephone for communicating
with a Portable Remote Terminal,
a dedicated telephone line to
the Ma ster Telemetry Unit at
the Rabbit Hill Standpipe, com-
plete wi th al 1 el ec tr is al sys-
tems required to control and
monitor the wa ter distribution
system
2. Portable Remote Terminal cap-
L.S.
1
$ 6,820.00
$ 7,442.00
$ 10,202.00
able of communicating with the
master canputer over a standard
dial -up telephone
BIDS EXTENDED AND CHECIJD
Haynie & Kallman Inc.
-
CONSULTING ENGINEERS BID TABULATIONS By: OCH, CLA
1106 south rays Date: Au ust 19 1986
Round Rock, Texas 78664 f
csizi 255-7661 Sheet: o 9
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
UNDERGROUND UTILITIES CO.
Del Valle, Texas
WALTER A. TEW
ELECTRIC, INC.
Austin, Texas
ENGINEERING DESIGN GROUP
Houston, Texas
JOB NO. 103 -602 BID DATE 8 -19 -86 TIME 2:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION WATER TELEMETRY SYSTEM
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
No
Yes
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
J)B NO. 103 -602
BIDDERS
UNDERGROUND UTILITIES CO.
Del Valle, Texas
WALTER A. TEW
ELECTRIC, INC.
Austin, Texas
N INE R N ' Ir e'OU'
Houston, Texas
BASE BID
UNIT
APPROX.
QUANTITY
LUMP SUM COST
LUMP SUM COST
LIMP SUN COST
3 . Lake Georgetown Raw Water
L.S. I
1
$ 10,226.00
$ 9,246.00
$ 31,937.00
Intake: incl ud ing in general ,
wishing aid installing a
radio based Remote Telemetry
Unit with all electrical sys-
tems required to control an d
monitor the site
4 . Water Treatment Plant High Ser-
L. S.
1
$ 7 392.00
$ 20, 341.00
$ 28, 795.00
vice Pump Station: including
in general, furnishing and in-
stall ing a radio based Remote
Telemetry Unit with all electri-
cal systems required to control
and monitor the site
. Rabbit Hi Standpipe: inc ud-
L. S.
1
$ 8,181.00
$ 9,263.00
$ 16, 675.00
ing in general, furnishing and
install ing a radio based Master
Telemetry Unit with all electri-
cal systems will allow for the
Master Control System to com-
municate with other remotes
through its radio under normal
conditions, and will take over
the system control in the event
communications with the Master
Control System oder the dedi-
cated phone line is lost, and
will control and monitor the
site
Sheet: 2
of
9
Sheet: 3
9
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
JOB N0. 103 -602
BIDDERS
WDERGROWD UTILITIES CO.
Del Valle, Texas
WALTER A. TEW
ELECTRIC, INC.
Austin, Texas
ENGINEERING DESIGN CROUP
Houston, Texas
BASE BID
WIT
APPROX.
QUANTITY
LUMP SIM COST
LUMP SUM COST
LIMP SW COST
6.
Westinghouse Booster Pump
L.S.
1
$ 10,176.00
'ill/
1•.
I
$ 18,176.00
$ 38, 274.00
'Station: including in general ,
furnishing and installing a
rad io based Remote Tel enetry
th i t with all electrical sys-
tems required to control and
monitor the site, not including
the furnishing aid installation
of chlorine leak detectors or
transmitters on existing pro-
pel 1 er- type fl ow meters
7.
Isolation Valve #1: incl ud ing
L. S.
1
$ 5.321.00
i
(/
/
$ 8,195.00
$ 14,837.00
in general , furnishing aid in-
stall ing a rad io based Remote
Tel enetry Unit with all el ec-
trical systems required to con-
trol and monitor the site
8.
Isolation Valve #2 and #5: in-
L. S.
L. S.
1
1
$ 8, 001.00
$ 6,171.00
$ 8, 827.00
$ 8,195.00
$ 22, 985.00
$ 14,83 7.00
cluding in general, furnishing
and install ing a radio based
Remote Telemetry Unit with all
electrical systems required to
control and monitor the site
9.
Isol ation al v e #3: incl uding
in general, furnishing aid in-
stalling a radio based Remote
Telemetry Unit with all elec-
trical systems required to con-
trol aid monitor the site
Sheet: 3
9
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
.IDB N0. 103 -602
- BIDDERS
1 1 • 6•0 D ILITIE Cl.
Del Valle, Texas
"'L ..
ELECTRIC, INC.
Austin Texas
N INEER N J SI(i<I r 1U'
Houston, Texas
BASE BID
UNIT
. • OX.
1 ANTITY
LUMP SLM COST
LUMP SUM COST
LUMP SUM COST
0. Iso ation Va ve 4: inc • ng
L.S.
1 i
$ 6 881.00
$ 8 195.00
$ 14 837.00
in general , furnishing and in-
stall ing a radio based Remote
Telenetry lhit with all elec-
trical systems required to con-
trol aid monitor the site
• I isom Trai ast :
L.5.
1
'
+'
$ 5,575.00
$ 11,518.00
$ 21.663.00
inc •ing in general , furnis
ing aid install ing a radio
based Remote Telenetry Unit
with all electrical systems
required to control and monitor
the site, not including the
furnishing and installation of
chlorine leak detectors or
transmitters on existing pro-
peller -t a flow meters
12. Well #9 (Chisholm Trail West):
L.S.
1
1,
I ,
1 ,
I
$ 5,571.00
$ 8,425.00
$ 29,273.00
inTing in general ski-
ing and install ing a rad io
based Remote Telenetry lhit
wi th all electrical systems
required to control aid monitor
the site, not including the
furnishing and installation of
chlorine leak detectors or
transnitters on existing pro-
pel1er -type fl ow meters
Sheet: 4
9
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
J)B Na. 103 -602
BIDDERS
UNDERGROUND UTILITIES CO.
Del Valle, Texas
WALTER A. TEW
ELECTRIC, INC.
Austin, Texas
ENGINEERING DESIGN CROUP
Houston, Texas
BASE BID
UNIT
APPROX.
1 ANTITY
LUMP SUM COST
LIMP SUM COST
LIMP SUM COST
. North 8 tan. pi Qe: inc • ing
L.S.
1
$ 7, 781.00
$ 8,630.00
$ 14,168.00
in general , furnishing and in-
stall ing a radio based Remote
Telenetry Unit with all electri-
cal systems required to monitor
the site
14. Bownan Road Pump Station: in-
L.S.
1
/
V
i $ 10,691.00
$ 15,045.00
$ 27,455.00
cluding in general, furnishing
and installing a radio based
Remote Telemetry Unit with all
electrical systems required to
control and monitor the si te,
not including the furnishing
and installation of chlorine
leak detectors
15. Meadows Elevated Storage Tank:
L.S.
1
✓
$ 8,381.00
$ 10,643.00
$ 15, 388.00
including in general, furnish-
ing and install ing a radio
based Remote Telemetry Unit
with all electrical systems
required to monitor the site
16. Well #6 (Brushy Creek): includ-
L.S.
1
��
~A
$ 6,121.00
$ 10,943.00
$ 17,112.00
ing in general, furnishing and
installing a radio based Remote
Telemetry Unit with all el ectr i-
cal sontor required to control
and
and monitor the the e site, not in-
cluding the furnishing and in-
stallation of transmitters on
existing propeller -type flow
meters
Sheet: 5
of
9
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
J)B ND. 103 -602
BIDDERS
DERCROUND UTILITIES CO.
Del Valle, Texas
WAL ER '.
ELECTRIC, INC.
Austin, Texas
ENGIN ERING DE IGN GIs UP
Fbuston, Texas
BASE 8 I0
UN IT
APPROX.
QUANTITY
LIMP SUM COST
LUMP SUM COST
LIMP SLM COST
L.S.
1
✓/
$ 6,081.00
$ 10,94 3.00
$ 18, 666.00
ing in genera urnishing and
installing a radio based Remote
Telemetry Unit with all electri-
cal systems required to control
and monitor the site, not in-
cl Wing the furnishing and in-
stallation of transmitters on
existing propeller -type flow
meters
18. Downtown Elevated Storage Tank:
L.S.
1
/
$ 7,481.00
$ 10,010.00
$ 13,451.00
including in general, furnish-
ing and installing a radio
based Remote Telemetry Unit
with all electrical systems re-
quired to monitor the site
19. Lake Creek Pump Station & Well
L.S.
1
$ 15,183.00
$ 26,490.00
$ 48,603.00
Site: including in general,
Fishing aid install ing a
radio based Remote Telenetry
Wit with all electrical sys-
tems required to control and
monitor the site, not including
the furnishing and installa-
tion of chlorine leak detectors
or transmitters on misting
propeller - type fl ow meters
Sheet: 6 of
9
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
,X)B ND. 103 -602
BIDDERS
UNDERGROUND UTILITIES CO.
Del Valle, Texas
WALTER A. TEW
ELECTRIC, INC.
Austin, Texas
ENGINEERING DESIGN CROUP
Fbuston, Texas
BASE BID
UNIT
APPROX.
QUANTITY
LIMP SUM COST
LUMP SUM COST
LUIP SUM COST
20. McNeil Road Pump Station: in-
L. S.
1
`//
$ 10, 242.00 i
$ 14, 980.00
$ 29 288.
'
cltding in general, furnishing
and install ing a rad io based
Remote Telemetry Unit with all
electrical systems required to
control and monitor the site,
not including the furnishing
and installation of chlorine
leak detectors
21. Chisholm Valley Standpi pe: in-
L.S.
1
$ 7, 731.00
$ 8,630.00
$ 14,169.00
cluding in general, furnishing
and install ing a radio based
Remote Tel enetry Unit with all
electrical systems required to
monitor the site
22. Tor Drive Pump Station: in-
L.S.
1
/
$ 9,782.00 ✓
$ 11,875.00
$ 27,101.00
cluding in general, furnishing
and install ing a rad io based
Remote Telemetry Unit with all
electrical systems required to
control and monitor the site
23. South 81 Stand piee: including
L. S.
1
/
I/
S 7,731.00
$ 8,630.00
$ 14,168.00
in general, furnishing and in-
stailation of a radio based
Remote Tel enetry Unit with all
electrical systems required to
monitor the site
Sheet: 7 of
9
- 3as,9v)
t c1-33.-7,R
3 ?. 3 Sr
41o, o00. 00
39c 161.4
$
- Pt / 631.
Sheet: 8
of
9
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
.10B NO. 103 -602
BIDDERS
UNDERGROUND UTILITIES CO.
Del Valle, Texas
WALTER A. TEW
ELECTRIC, INC.
Austin, Texas
ENGINEERING DESIGN Gt UP
Houston, Texas
BASE BID
UNIT I
APPROX.
QUANTITY
LUMP SUM COST
LIMP SUM COST
LUMP SUM COST
.
Vi sta He 1 is Stan. pi pe: in-
L.S.
1
S 7,831.00
$ 8,630.00
$ 14,168.00
chiding in general, furnishing
and install ing a radio based
Remote Telemetry Unit with all
electrical systems required to
monitor the site
25.
Southeast Booster Pump Station:
L. S.
1
$ 6,039.00
$ 18,707.00
$ 33,391.00
including in general, furnishing
and installing a radio based
Remote Tel enetry Wit with all
electrical systems required to
control and monitor the site
26.
Southeast Elevated Storage Tank:
1
� ` ��
$ 11,103.00
$ 14,957.00
including in general, furnishing
and installing araiio based
Remote Tel enetry Lln it wi th al 1
electrical systems required to
control and monitor the site
--- — It)
8 5,121.
27.
Southeast We11: including in
L.S.
•ti
� _ ��
r. 1
1
$ 5,221.00
i
$ 11,518.00
$ 19,823.00
general, furnishing and install-
ing a radio based Remote Tel e-
metry Unit with all electrical
systems required to control and
monitor the site
TOTAL BASE 8ID
$ r4O8,-42.7,-130-
$ 487, 74 6. 00
$ 823,875.00
- 3as,9v)
t c1-33.-7,R
3 ?. 3 Sr
41o, o00. 00
39c 161.4
$
- Pt / 631.
Sheet: 8
of
9
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
DDB ND. 103 -602
BIDDERS
1 R r' 1UN i L 1.
Del Valle, Texas
ER q
ELECTRIC, INC.
Austin, Texas
N N tbuston, Tex as " � •
ADD ALTERNATE BID ITEMS
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST —
$ 17, 436.00
39, 744.00
1A. Furnishing aid Install ing Chlo-
rine Leak Detectors and Connect-
ing them to the R. T. U.
Ea .
Ea .
6
12
$ 1,54 5.00
1, 296.00
$ 9,270.00
15, 552.00
$ 1,417.00
979.00
$ 8,502.00
11, 748.00
-
$ 2,906.00
3, 312.00
2A. Furnishing and Insta11 ing Trans-
mitters on Existing Propeller -
Type Flow Meters and Connecting
them to the R. T. U.
3A. Furnishing and Install ing a
Me11 Level Indicator System
(Bubbler -Type) on each we11
and connecting then to the
R. T. U.
Ea •
10
3, 645. 00 I
36, 450.00
2,000. 00
20, 000.00
1, 772.00
17, 720.00
TOTAL ADD ALTERNATE BID ITEMS
$ 61,272.00
$ 40,250.00
$ 74,900.00
Sheet: 9
of
9
DATE:
SUBJECT:
ITEM:
March 10, 1987
Council Agenda, March 12, 1987
13B - Consider a resolution authorizing the Mayor
to enter into a contract for a telemetry system.
On August 18, 1987, the City received 3 bids for the water
telemetry system project. Underground Utilities from Del Valle
was the lowest and best bidder.
This project was the second bidding of the project and it's
award has been delayed. I verified that the State Engineering
Board has no reservations in the Council awarding this project.
This project is needed to control our water system. This
contract is requested to be executed simultaneously with Change
Order No. One. The change order will delete four remote monitoring
sites and increase some costs based on price increases and
recommended improvements by the contractor.
Haynie & Mailman Inc.
CONSULTING ENGINEERS
Bids will be received at Round Rock City Hall located at 214 East
Main Street, Round Rock, Texas, 78664, at 2:00 p.m., Tuesday,
August 19, 1986.
CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
CONTRACT DOCUMENTS AND SPECIFICATIONS
Project No. 103 -602
Specification No.
Engineer:
Haynie S Kallman, Inc.
1106 South Mays
Round Rock, Texas 78664
000CU
DCH /lm
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
August 11, 1986
ADDENDUM NO. 1
CITY OF ROUND ROCK
WATER TELEMETRY SYSTEM
PROJECT NUMBER 103 -602
ADDENDUM NO. 1 - 1/1
1106 South Mayo • Round Rock. Tss.s 78664 • (512) 255-7861
Addendum No. 1 to the Plans, Contract Documents and
Specifications for the Water Telemetry System for the City of
Round Rock.
1. The Contract Documents and Specifications - Proposal
bidding sheet pages 6 of 13 and page 7 of 13 have been
revised. Replace the existing pages with revised pages
6 of 13 and 7 of 13..
2. The Contract Documents and Specifications - Page
13660 -3 has been revised. Replace the existing page
with revised page 13660 -3.
3. A pre -bid meeting is scheduled for 9:30 a.m. on August
15, 1986, at the office of Haynie & Kallman. Inc.
4. Each Bidder shall acknowledge receipt of Addendum No. 1
on page 2 of 13 of the Proposal.
HAYNIE & KALLMAN, INC.
Douglas C. Hearn,
Project Manager
0
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
PROPOSAL AND PROPOSAL BIDDING SHEETS
BID BOND
AGREEMENT
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
CERTIFICATE OF INSURANCE
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
OCOC2
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
WATER TELEMETRY SYSTEM
Sealed bids, in envelopes addressed to the City of Round Rock,
214 E. Main Street, Round Rock, Texas 78664, will be received at the
above mentioned address until 2:00 p.m., Tuesday, August 19, 1986,
and then publicly opened and read for furnishing all labor, materials
and equipment and performing all work required for the construction
of the Water Telemetry System, located in Williamson County, Texas.
Bids will be submitted in sealed envelopes for each Contract on
the proposal furnished, and marked in the upper left hand corner "Bid
for Water Telemetry System, to be opened at 2:00 p.m., Tuesday,
August 19, 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.
0 0003
Page 1 of 2
Plans, specifications and bidding documents may be secured from
the office of the Engineer, Haynie & Kaltman, Inc., for a
non - refundable fee of fifty dollars ($50.00) per set.
Plans and Specifications may be examined at the office of the
Engineer, Haynie & 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.
The improvements shall be completed within 180 calendar days
after Notice to Proceed from the Owner.
Q 0 0c4
Page 2 of 2
PROPOSAL
TO
CITY COUNCIL OF
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF THE
ROUND ROCK WATER SYSTEM TELEMETRY
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.
00005
Page 1 of 13
AC 0WL.EDGEMENT OF PAYMENT_ I
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 180 calendar days.
WQ�,$' LIGHTS 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.
AD�A
The undersigned acknowledges receipt of the following addenda:
Addendum No. Dated
-
00006
Page 2 of 13
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal is
hereby respectfully submitted by:
(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
(8) List at least three (3) similar projects completed as of recent
date: Contract Amount /Class of Work/Date Completed/Name and
Address of Owner
$
$
(9) List the name and address of each subcontractor who will
perform work in or about the work or improvement in 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:
Address Work
to be Performed
Page 3 of 13
00007
(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.
(12) This proposal is respectfully submitted by:
Signature Title Date
Qao cs
Page 4 of 13
,SUBSTITUTE EOUIPMENT
Allowance of substitute equipment does not constitute a waiver
of the Specifications.
In order that the Engineer may determine if the proposed
substitute item is a satisfactory alternate to the that specified,
the prequalification information and proposal called for in Section
13660 shall be submitted at least fourteen (14) days prior to bid
date by 5:00. A list of all acceptable substitute manufacturers of
major equipment will be provided seven (7) days prior to bid date.
No other manufacturers will be accepted as a satisfactory alternate
than those shown in the schedule or on the list of acceptable
manufacturers.
Substitutions or modifications will not be considered after
receipt of the Bidder's Proposal.
MAJOR EOUIPMENT SCHEDULES
Substitute equipment manufacturers will generally be deemed
equal provided that:
1. The substitute equipment is of equal quality, function and
performance to the listed equipment item, and it will
perform satisfactorily and continously.
2. The equipment or material proposed for substitution is
superior in construction and efficiency to that named in
the Contract.
No substitute equipment will be considered unless it is on the
list of acceptable manufacturers and in the opinion of the
Owner and the Engineer, it conforms to the Contract Drawings
and Specifications in all respects, except for make and
manufacturer and minor details.
Page 5 of 13
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 the Round Rock Water System Telemetry ,'and binds himself on acceptance of this
proposal to execute a contract and bond for completing said project within the time
stated, for the following prices, to wit:
BASE BID
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 L.S. Water Treatment Plant: including in general
furnishing and installing a Master Control
System with a multi tasking computer system
for supervisory control and data acquisition
a dial up telephone for communicating
with a Remote Terminal, and a Master Telemetry
Unit, complete with all electrical
systems required to control and monitor the
water distribution system as called for
in the specifications, per lump sum base bid
JOB NAME: Round Rock Water System Telemetry
LOCATIOr7: Round Rock, Williamson County, Texas
OWNER; City of Round Rock
2
PROPOSAL BIDDING SHEET
for Two Hundred Six Thousand Six Hundred
Eighty -E'ive Dollars and 00/100 $206, 685.00 $206,685.00
L.S. Portable Remote Terminal capable of
communicating with the master computer
over a standard dial up telephone,
complete in place per lump sum base bid
for Six Thousand Eight Hundred Twenty
Dollars and 00/100
000010
Page 6 of 13
Revised Per Addendum No. 1 dated 8/11/86
$ 6,820.00 $ 6.820.00
1
1 Bid Item Description Unit
1
Item Quantity Unit and Written Unit Price Price Amount
II 3 L.S. Lake Georgetown Raw Water Intake: including
in general, furnishing and installing a
radio based Remote Telemetry Unit with all
I
electrical systems required to control and
monitor the site as called for in the spec-
ifications, complete in place, per lump sum
' base bid
for Ten Thousand 'No Hundred Twenty -Six Dollars
II and No Cents 0 6 $ 10.226.00
4 L.S. Water Treatment Plant High Service Pun
Station: including in general, furnishing
II
and installing a radio based Remote Tele-
metry Unit with all electrical systems
required to control and monitor the site
II as called for in the specifications,
complete in place, per lump sum base bid
' for Seven Thousand Three Hundred Ninety -two
Dollars and 00 /100 $ 7.392 $ 7,392.00
5 L.S. Rabbit Hill Standpipe: including in general,
' furnishing and installing a radio based
Remote Telemetry Unit with all electrical
systems required to control and monitor
II the site as called for in the specifications,
complete in place per lump sum base bid
for Eight Thousand One Hundred Eightv-One
II
Dollars and 00 /100 $ 8.181 $ 8.181.00
6 L.S. Westinghouse Booster Pump Station:
' including in general, furnishing and
installing a radio based Remote Telemetry
Unit with all electrical systems required
' to control and monitor the site, not
including the furnishing and installa-
tion of chlorine leak detectors or trans-
mitters on existing propeller -type
,
flow meters as called for in the speci-
fications, complete in place, per
lump sun base bid
1 for Ten Thousand One Hundred Seventy -Six
Dollars and 00/100 $ 10.176 $ 10,176.00
1
Page 7 of 13
1 Revised Per Addendum No. 1 dated 8/11/86 00011
Bid
Item Quantity Unit
Item Description
and Written Unit Price
7 1 L.S. Isolation Valve Ntmber 1: including in
general, furnishing and installing a radio
based Remote Telemetry Unit with all ele-
ctrical systems required to control and
monitor the site as called for in the
specifications, complete in place, per
lump stun base bid
for Five Thousand Three Hundred Twenty -One
Dollars and 00 /100
8 1 L.S. Isolation Valve Nunber 2 and 5: including
in general, furnishing and installing a
radio based Remote Telemetry Unit with all
electrical systems required to control and
monitor the site as called for in the spec-
ifications, complete in place, per lump sum
base bid
for Eight Thousand One
and 00
9 1 L.S. Isolation Valve Number 3: including in
general, furnishing and installing a radio
based Remote Telemetry Unit with all ele-
ctrical systems required to control and
monitor the site as called for in the
specifications, complete in place, per
lump scan base bid
for Six Thousand One Hundred Seventv -re
Dollars and 00 /100
Page 8 of 13
Unit
Price Mount
$ 5.321 $ 5.321.00
Dollars
Cents $ 8.001 $ 8,001.00
$ 6.171 $ 6.171.00
10 1 L.S. Isolation Valve Number 4: including in
general, furnishing and installing a radio
based Renate Telemetry Unit with all ele-
ctrical systems required to control and
monitor the site as called for in the
specifications, complete in place, per
lunp stns base bid
for Six Thousand Eight Hundred Eighty -One
Dollars and 00 /100 $ 6,881 $ 6,881.00
00012
Bid
Item Quantity Unit
Item Description
and Written Unit Price
11 1 L.S. Well #8 (Chisholm Trail East):
including in general, furnishing and
installing a radio based Remote Telemetry
Unit with all electrical systems required
to control and monitor the site, not
including the furnishing and installation
of chlorine leak detectors or transmitters
on existing propeller -type flow meters as
called for in the specifications, complete
in place per lump sum base bid
for Five Thousand Five Hundred Seventy - Five
Dollars and 00 /100 $ 5.575 $ 5.575.00
12 1 L.S. Well #9 (Chisholm Trail West):
including in general, furnishing and
installing a radio based Remote Telemetry
Unit with all electrical required to control
and nanitorthe site, not including the furnishing
and installation of chlorine leak detectors
or transmitters on existing propeller -type
flow meters as called for in the specific-
ations, complete in place, per lump sum
base bid
for Five Thousand Five Hundred
Seventv-One Dollars and 00 /100 $ 5.571 $ 5.571.00
13 1 L.S. North 81 Standpipe: including in general,
furnishing and installing a radio based
Remote Telemetry Unit with all electrical
systems required to monitor the site as
called for in the specifications, complete
in place, per lump sum base bid
for Seven Thousand Seven Hundred
Eighty -One Dollars and 00 /100 $ 7.781 $ 7.781.00
14 1 L.S. Bowman Road Pump Station: including in
general, furnishing and installing a radio
based Remote Telemetry Unit with all ele-
ctrical systems required to control and
monitor the site, not including the furnishing
and installation of chlorine leak detectors
as called for in the specifications, complete
in place per lump sum base bid
for Ten Thousand Six Hundred
Ninetv-Qme Dollars and 00 /100 $10,691 $ 10.691.00
Page 9 of 13 00013
Unit
Price Amount
Bid
Item Quantity Unit
Item Description
and Written Unit Price
15 1 L.S. Meadows Elevated Storage Tank: including
in general, furnishing and installing
a radio based Remote Telemetry Unit with
all electrical systems required to monitor
the site as called for in the specifications,
complete in place per lump sum base bid
for Eight Thousand Three Hundred
Eighty-One and 00/100 $ 8.381 $ 8.381.00
16 1 L.S. Well i6 (Brushy Creek): including
in general, furnishing and installing
a radio based Remote Telemetry Unit with
all electrical systems required to control
and monitor the site, not including the
furnishing and installation of transmitters
on existing propeller -type flow meters as
called for in the specifications, complete
in place, per lump sum base bid
for Six Thousand One Hundred llaenty -Qne
Dollars and 00 /100
$ 6.121 $ 6.121.00
17 1 L.S. Well #7 (Spring Street): including
in general, furnishing and installing
a radio based Remote Telemetry Unit with
all electrical systems required to control
and monitor the site, not including the
furnishing and installation of transmitters
on existing propeller -type flow meters as
called for in the specifications, complete in
place, per lump sum base bid
for Six Thousand Eighty -One Dollars
and 00 Cents $ 6.081 $ 6.081.00
000 14
Page 10 of 13
Unit
Price Amount
Bid
Item Quantity Unit
Item Description
and Written Dnit Price
18 1 L.S. Downtown Elevated Storage Tank: including
in general, furnishing and installing a
radio based Remote Telemetry Unit with all
all electrical systems required to monitor
the site as called for in the specifications,
complete in place, per lump sum base bid
for Seven Thousand Four Hundred
Eighty-One Dollars and 00 /100 $ 7,481 $ 7,481.00
19 1 L.S. Lake Creek Pump Station & Well Site
including in general, furnishing and
installing a radio based Remote Telemetry
Unit with all electrical system required
to control and monitor the site, not including
the furnishing and installation of chlorine
leak detectors or transmitters on existing
propeller -type flow meters as called for in
the specifications, complete in place, per
lump sum base bid
for Fifteen Thousand One Hundred
Eighty hree and 00 /100 $ 15,183 $ 15,183.00
20 1 L.S. McNeil Road Puma Station: including in
general, furnishing and installing a radio
based Remote Telemetry Unit with all ele-
ctrical systems required to control and
monitor the site, not including the furnishing
and installation of chlorine leak detectors
as called for in the specifications, complete
in place per lum sum base bid
for Ten Thousand Txo Hundred
Forty -Teo Dollars and 00 /100 $ 10,242 $ 10.242.00
21 1 L.S. Chisholm Valley Standpipe: including
in general, furnishing and installing
a radio based Remote Telemetry Unit with
all electrical systems required to monitor
the site as called for in the specifications,
complete in place per lump sum base bid
for Seven Thousand Seven Hundred
Thirty -Me Dollars and 00 /100 $ 7.731 $ 7,731.00
Page 11 of 13
00015
Unit
Price Amount
Bid
Item Quantity Unit
Item Description
and Written Unit Price
22 1 L.S. Tower Drive Pump Station: including in
general, furnishing and installing a radio
based Remote Telemetry Unit with all ele-
ctrical systems required to control and
monitor the site as called for in the
specifications, complete in place, per
lump sum base bid
ia
for Nine Thousand Seven Hundred
Einhty- Dollars and 00 /100 $ 9.782 $ 9.782.00
23 1 L.S. South 81 Standpipe: including in
general, furnishing and installing
a radio based Remote Telemetry Unit with
all electrical systems required to monitor
the site as called for in the specifications,
complete in place per lump sum base bid
for Seven Thousand Seven Hundred
Thirty-One Dollars and 00 /100 $ 7.731 $ 7.731.00
24 1 L.S. Vista Heights Standpipe: including in
general, furnishing and installing
a radio based Remote Telemetry Unit with
all electrical systems required to monitor
the site as called for in the specifications,
complete in place per lump sum base bid
for Seven Thousand Eight Hundred
Unit
Price Amount
Thirty -One Dollars and 00/100 W31_ $ 7.831.00
25 1 L.S. Southeast Booster PUMP Station: including in
general, furnishing and installing a radio
based Remote Telemetry Unit with all ele-
ctrical systems required to control and
monitor the site as called for in the
specifications, complete in place, per
lump sum base bid
for Six Thousand Thirty -Nine Dollars
and 00 Cents $ 6.039 $ 6,039.00
26 1 L.S. Southeast Elevated Storage Tank: including
in general, furnishing and installing a radio
based Remote Telemetry Unit with all electri-
cal systems required to control and monitor
the site as called for in the specifications,
complete in place, per lump sum base bid
for Five Thousand One Hundred Twenty -One
Dollars and 00 /100 $ 5.121 $ 5.121.00
Page 12 of 13 00016
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
27 1 L.S. Southeast We11: including in general,
furnishing and installing a radio based
Remote Telemetry Unit with all electrical
systems required to control and monitor
the site as called for in the specifica-
tions, complete in place, per lump sum
base bid
for Five Thousand Two Hundred Twenty -ie
Dollars and 00/100 $ 5,221 $ 5,221.00
bbtal Base Bid $ 408,417.00
1
ADD ALTERW TE ITEMS
II Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 Add
Alt 1 6 Ea. Furnishing and installing Chlorine Leak
Detectors and connecting them to the R.T.D.,
II complete in place, per each
for One Thousand Five Hundred Fortv -Five
II Dollars and 00 /100 $ 1.545 $ 9,270.00
Add
Is Alt 2 12 Ea. Furnishing and installing transmitters
II on the existing propeller -type flow meters
and connecting them to the R.T.D., complete
in place per each
' for One Thousand Two Bundred Ninety -Six
Dollars and 00 /100 $ 1,296 $ 15,552.00
Add
Alt 3 1 Ea. Furnishing and installing a well level
' indicator system (Bubbler -type) as described
in Section 13663 on each well and connecting
them to the R.T.U., complete in place, per each
' for Three Thousand Six Hundred Fortv -Five
Dollars and 00/100 $ 3.645 $ 36,450.00
Total Add Alternate items $ 61,272.00
NOTE: Time of project not to begin until submittal data has been approved by
II Engineer. 00017
Page 13 of 13
1
Bond No. 208
G EAT ANER1CsN 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 o6 Round Rock
as obligee, in the penal sum of Five Peltcent (5$) o6 the total bid
DOLLARS ($ ), 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
City o6 Round Rock G7aten Te2emetny System
NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be
awarded the said contract, and shall within ,ten ( 10 ) days after receiving notice of
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.
TfvLt bid band w quati.6ied to -the extent
that 4.6 I am tow bidden, that pn.ion to
enteh.ing into any contract, the bonding
company wilt have eatiA6actony w>i.itten
conbinmati.on that 100% 06 the con.atnuction
money [d avai2abte to pay me.
00015
Undengnound Uti.2.itie6 Co.
19th day of Augubt 19
GREAT A
B
nna B
proposal for
CAN INSURANCE COMPANY
X r% ®'G/
A ttomcr -in -Fact
FIVE
MEAT AP ER1CAN INSURANCE COMPANY
The number of persons authorized by
this power of attorney is not more than
No.0 12993
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 attomey -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 O
ALL
WA NE D. SEARCEY AUSTIN, =IS UNLIMITED
MERCY Y GTL
H. GARLAND SIDKES
DONNA RUBAK
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 9th day of Hoverter ,19 84
Attest - GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 9th day of Is7 v nber, 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
authorised, from time to rime, to appoint one or more Attorneys- In•Fact to execute in behalf of the Company, as surety, any and all
bonds, undertalb'ngs 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 HORRELL. Secretary of the Great American Insurance Company, du hereby certify that the foiegoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now m full futce
and effect.
Signed and sealed this 19th day of Augua.t , 1986 .00019
1029J18/831
1
1
AGREEMENT
S
5
HIS AGREEMENT, made and entered into this day of
(LK' , 1987, A.D. by and between CITY OF ROUND ROCK, TEXAS, its
1 Mayor Party of the First Part, hereinafter termed OWNER, and
UNDER ROUND UTILITIES CO. of the City of Del Valle, County
of and State of Texas, Party of the Second Part,
hereinafter termed CONTRACTOR.
1 THE STATE OF TEXAS
COUNTY OF
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the
I 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:
1
1
1
1
1
1
1
1
1
1
1
WATER TELEMETRY SYSTEM
further described as the work covered by this specification consists
of furnishing all labor, equipment, appliances, and materials, and
performing all operations in connection with the excavation,
installation of pipe lines and appurtenances, backfilling and
compaction of trenches complete in accordance with the Plans, and all
extra work in connection therewith, under the terms as stated in the
General Conditions of the Agreement and at his (or their) own proper
cost and expense to furnish all the materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
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 & KALLMAN,
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.
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 180 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.
Page 1 of 2
00020
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) (CONT •R)
I .
By: By:
Mayor
ATTEST:
(Corporate Seal)
' dim- Pfa4r3
ATTEST:
1° `k(MA
(The following to be executed if the Contractor is a Corporation).
am the Secretary of the Corporation named as Contractor herein;
that 2/ L.. /6,usey
signed this Contract on behalf of the Contractor was
then U/G ,42 ,,,.tJ7 (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.
Page 2 of 2
Signed:
, certify that I
who
THE STATE OF TEXAS (
COUNTY OF (
KNOW ALL MEN BY THESE PRESENTS, THAT
of the City of
County of , and State of
as principal, and
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, TEXAS (OWNER), in the penal sum of
Dollars ($ ) for
the payment whereof, the said Principal and Surety bind themselves,
and their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner dated the day of
1986, to which contract is hereby referred to and made a part hereof
as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION 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 4, 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;
PERFORMANCE BOND
PB -1
OCC22
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 day of
1986.
Principal Surety
By By
Title Title
Address Address
II The name and address of the Resident Agent of Surety is:
00023
PB -2
THE STATE OF TEXAS
COUNTY OF {
KNOW ALL MEN BY THESE PRESENTS, THAT
, of the City of , County
of , and State of , as principal, and
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 Dollars ($ ) for the
payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the
PAYMENT BOND
day of
1986, to which contract is hereby referred to and made a part hereof
as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OP 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.
PB -3
COCZ!1
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 day of
1986.
Principal Surety
BY By
Title Title
Addrese Address
The name and address of the Resident Agent of Surety is:
00025
PB -4
THE STATE OF TEXAS
COUNTY OF
MAINTENANCE BOND
- MB -1
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
f S
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;
00026
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
Principal Surety
By By
day of , 1986.
Title Title
Address Address
The name and address of the Resident Agent of Surety is:
NB -2
OOO2'7
TO: City of Round Rock Date:
214 East Main Street Description of Work: Water
Round Rock, Texas 78664 Telemetry System
THIS IS TO CERTIFY THAT is, at the
date of this certificate, insured by this company with respect to the
business operations hereinafter describe, for the types of insurance
and in accordance with the provisions of the standard policies used
by this company, and further hereinafter described. Exceptions to
standard policies are noted on the reverse side hereof.
TYPE OF POLICY
INSURANCE NO.
Workman's
Compensation
Comprehensive
General
Liability
Includes
Contractual
Liability
Covers
Independent
Contractors
Owner's
Protective
Comprehensive
Automobile
Liability
Owned
Vehicles
Hired
Vehicles
Non -owned
Vehicles
Includes
Contractual
Liability
CERTIFICATE OF INSURANCE
EFFECTIVE EXPIRATION
DATE DATE LIMITS OF LIABILITY
Page 1 of 2
Statutory, State of
Texas, $
Employer's Liability
Bodily Injury
ea person
ea accident
Property Damage
ea accident
aggregate
Bodily Injury
ea person
ea accident
Property Damage
ea accident
aggregate
Bodily Injury
ea person
ea accident
Property Damage
ea accident
00028
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.
(Name of Insurer)
By:
Title:
Address
Page 2 of 2
CQQ29
GENERAL CONDITIONS OF AGREEMENT
00030
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
1. DEFINITIONS
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority
2.02 Right of Engineer to Modify Methods
and Equipment
2.03 Changes and Alterations
2.04 Damages
2.05 Losses from Natural Causes
2.06 Laws and Ordinances
2.07 Licenses, Permits, and Certificates
2.08 Royalties and Patents
2.09 Keeping of Plans and Specifications
Accessible
2.10 Discrepancies and Omissions
2.11 Contractor's Understanding
2.12 Extra Work
2.13 Payment for Extra Work
2.14 Assignment and Subletting
2.15 Subcontractors
2.16 Owner's Status
2.17 Completed Portions of Work
2.18 Materials
2.19 Receiving and Storage of Materials
2.20 "Or Equal" Clause
2.21 Completed Work
2.22 Materials Furnished by the Owner
2.23 Protection of Property
2.24 Shelters for Workmen and Materials
2.25 Sanitary Facilities
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and
Construction Plant
3.02 Performance and Payment Bonds
3.03 Contractor's Ability to Perform 1
3.04 Superintendence and Inspection 1
3.05 Character of Employees 1
3.06 Contractor's Duty to Protect Persons
and Property 1
3.07 Safety Codes 1
3.08 Barricades 1
3.09 Minimum Wages 1
3.10 Unsuitable Work or Materials 1
3.11 No Waiver of Contractor's Obligation 1
3.12 Site Clean Up 1
3.13 Guarantee 1
i
00031
EAU
(CONTENTS CONTINUED) Page
I 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
I
4.04 Collateral Work 14
4.05 Right -of -Way 14
4.06 Adequacy of Design 14
1 5. SCHEDULING AND PROGRESS OF WORK 14
5.01 Order and Prosecution of the Work 14
I 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
I 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
I 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
I 8.05 Disposition of Contractor's Equipment 20
9. MEASUREMENT AND PAYMENT 21
9.01 Character of Measurements 21
I
9.02 Estimated vs. Actual Quantities 21
9.03 Payment 22
9.04 Monthly Estimates and Payments 22
I 9.05 Certificates of Completion 22
9.06 Final Estimate and Payment 23
9.07 Notarized Affidavit 23
I 9.08 Release of Liability 23
9.09 Contractor's Obligation 23
9.10 Payments Withheld 24
i i 00032
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 Enaineer. "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 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 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
00033
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 $ ubcontractor. "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) furni$hing 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
0 003 ' 1
2. GENERAL PROVISIONS
2.01 pnaineer's Statue and Authority. It is mutually agreed by and
between the parties to this Contract that the Engineer shall
have general supervision and direction of the work included
herein. In order to prevent delays and disputes and to
discourage 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
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
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
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
of either party hereto is not in accordance with the meaning
and intent of this Contract, either party may file with the
Engineer within 30 days a written objection to the decision or
direction so rendered. It is the intent of this Agreement
that there shall be no delay in the execution of the work, and
the decision or directions of the Engineer as rendered shall
be promptly carried out.
2.02 giaht of Enaineer 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.
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
GC -3
00035
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
lose occasioned by such change, and for the actual expenses
incurred in preparation for the work as originally planned.
2.04 Damages. The right of general supervision by the Owner shall
not make the Contractor an agent of the Owner, and the
liability of the Contractor for all damages to persona, 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 persona, firms, corporations, or
their property as a result of the prosecution of the work.
2.05 1,08888 from Natural Causes. All lose 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 paws 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 picenees. 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 ehall 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
00036
GC -4
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 Keening of Plans and Specifications Accessible. The Engineer
shall furnish the Contractor with three (3) seta 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 Discrepancies and Omissions. It is further agreed that it is
the intent of this Contract that all work must be done and all
material must be furnished in 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 Extra Work. The term "extra work" as used in this Contract
shall be understood to mean and include all work that may be
required by the Owner through the Engineer to be done by the
Contractor to accomplish any change, alteration, or addition
to the work shown by the Plans or reasonably implied by the
Specifications and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
1
1
1
1
1
1
GC -5
It is agreed that the Contractor shall perform
all extra work under the direction of the Engineer when
presented with a written Change Order signed by the Engineer.
No claim for extra work of any kind will be
allowed unless ordered in writing by the Engineer. In case
any orders or instructions, either oral or written, appear to
the Contractor to involve extra work for which he should
receive compensation, he shall make a written request to the
Engineer for a written Change Order authorizing such extra
work. Should a difference of opinion arise as to what does or
does not constitute extra work or concerning the payment
therefor and the Engineer insists upon its performance, the
Contractor shall proceed with the work after making a written
request for a written Change Order and shall keep an accurate
account of the "actual field cost" thereof as provided under
Method "C" below.
2.13 Payment for Extra Work. It is agreed that the 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, lubricante, 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
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 Subcontractors. The Contractor shall be as fully responsible
to the Owner for the acts and omissions of his subcontractors
and of persons either directly or indirectly employed by them
as he is for the acts and omissions of persons directly
employed by him. Should any subcontractor fail to perform the
work undertaken by him in a satisfactory manner, his
subcontract shall be immediately terminated by the Contractor
upon 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 Work. The Owner shall have the right to
take possession of and to use any completed or partially
completed portions of the work prior to completion of the
entire work, but such use shall not constitute an acceptance
of any of the work not completed in accordance with the
Contract Documents. If the Engineer determines that taking
possession of and using partially completed work substantially
increases the coat 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
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
I
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
I 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
I utilities.
1
GC -8
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 Shelters for Workmen and Materials. The building or
structures for housing men or the erection of tents or other
forms of protection for workmen or materials will be permitted
only as the Engineer shall authorize or direct. The sanitary
conditions of the grounds in or about such structures shall at
all times be 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. Equipment. 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
r
NJ
GC -9
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 Sunerintendence 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
3.06 Contractor's Duty to Protect Persons and Prooertv 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 Bafety 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
1
1
1
1
1
1 3.11
1
1
1
1
1
1
1
3.12
1
1
1
1
1
1
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.
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.
,gite 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
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 giaht 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
dope 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
eti
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 Bight -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 OP WORD
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 most 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 Proaress. The Contractor shall give the Engineer full
information in advance as to his plans for carrying on any
part of the work. If at any time prior to the start or during
the progress of the work any part of the Contractor's plant or
GC -14
1
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 plans 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
1
1
1
1
1
1
1
1
1
1
1
1
GC -15
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
1
time will not be granted for delays caused by unfavorable
weather, unsuitable ground conditions or inadequate
construction force.
1 5.06 Liquidated Damages for Failure to Complete on Time. The
Contractor agrees that time is of the essence of this Contract
I 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
I
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
I Contractor's total compensation, not as a penalty but as
liquidated damages, the sum per day given in the following
schedule:
1 Amount of Liquidated
?Amount of Contract Damages Per Day
1
Less than $ 5,000.00 $ 30.00
$ 5,001.00 to $ 15,000.00 35.00
1 15,001.00 to 25,000.00 40.00
25,001.00 to 50,000.00 50.00
50,001.00 to 100,000.00 70.00
100,001.00 to 500,000.00 200.00
I 500,001.00 to 1,000,000.00 300.00
1,000,001.00 to 2,000,000.00 400.00
2,000,001.00 to 5,000,000.00 500.00
1 6. INDEMNITY
I . 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
1 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,
1 by any willful acts, negligence, nuisance, or breach of any
term or condition of this Contract by the contractor, his
1 4C5
1 GC -16
1
1
1
1
1
1
6.02
1
1
1 6.03
1
1
1
1
1
' 6.04
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 persona, 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.
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.
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
Property Damage
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
$100,000 each person
$300,000 each accident
$ 25,000 each accident
$ 50,000 aggregate
1
1
1
1
1
1
1
1
1
1
1
6.05 Comprehensive Automobile 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 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 less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the 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.
TERMINATION OF CONTRACT
1 7.
7.01 Riaht of Owner to Terminate. If the Contractor should be
I 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
I _ 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
I
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.
I 7.02 Riaht of Contractor to Terminate. If work should be stopped
by order of any public authority or court through no act or
I 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
I 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.
1
A)
GC -18
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 Eaulcment 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 Work. 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
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 case of any
increase in cost to the Owner under the new contract as
compared to what would have been the cost under this
Contract such increase shall be charged to the
Contractor, and the Surety shall be and remain bound
therefor. However, should the cost to complete any such
new contract prove to be less than what would have been
the cost to complete under this Contract, the 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 pisoosition 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
the amount due, the Owner within the time designated
hereinabove, and there remains any machinery, equipment,
tools, materials, or supplies 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 such notice, such property shall be held by the
Owner at the risk of the Contractor and his Surety subject
only to the duty of the Owner to exercise ordinary care to
protect such property. After 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
unless otherwise specifically provided.
9 02 Estimated vs. Actual Ouantitiei. 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 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
1
1
1
9.03
1
1
1
9.04
1
1
1
1
1
II 9.05
1
1
1
1
1
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 ".
Pavment. 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.
Monthly 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.
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 Release 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.
I 9.09 Contractor's Obliaation. 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
00055
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 loss on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating probable
filing of claims.
c. Failure of the Contractor to make payments 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
SPECIAL CONDITIONS OF AGREEMENT
SECTION 01 - INFORMATION
01 -01 - ENGINEER
,SPECIAL CONDITIONS OF THE AGREEMENT
The word "Engineer" in these Specifications shall be
understood as referring to Haynie & r(allman, Inc., 1106
South Mays, Round Rock, Texas 78664. Engineer of the
Owner, or the Engineer's authorized representative,
supervisor or inspector to act in any particular
position for the Owner.
01 -02 - COPIES OF PLANS AND SPECIFICATIONS FURNISHED
The Agreement will be prepared in not less than five (5)
counterpart (original signed) sets. Owner will furnish
Contractor with three (3) sets of conforming Contract
Documents, Technical Specifications and Plans free of
charge, and additional sets will be obtained from
Engineer at commercial reproduction rates plus 20% for
handling.
01 -03 - GOVERNING CODES
All construction as provided for under these Plans and
Specifications shall be governed by any existing
Resolutions, Codes and Ordinances, and any subsequent
amendments or revisions thereto as set forth by the
Owner.
01 -04 - LIOUIDATED DAMAGES FOR DELAY
The Contractor shall pay to the Owner for each and every
calendar day, including Sundays and legal holidays, that
he shall be in default by not completing the whole work
to be done under this Contract, after giving effect to
extensions of contract time which are authorized
hereunder, the sum of $200.00 per calendar day, which
sum is by the execution of this Agreement mutually
fixed, determined and agreed upon as liquidated damages,
which the Owner will suffer by reason of such default
and not as a penalty. The Owner shall have the right to
deduct the amount of such damages from any monies due or
to become due the Contractor under this Contract, and in
the event such damages exceed the sum due or to become
due the Contractor hereunder, the latter shall be liable
to the Owner for such difference.
SC -1
01 -05 - TIME OF COMPLETION
01 -06 - offiu
The work shall be completed within the number of
calendar days stated in the Proposal. The time shall
begin from the date of the Agreement, or the date of the
Notice to Proceed, whichever is latest.
The Owner shall be the party of parties named in the
Notice to Contractors.
01 -07 - L
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" Claum. Whenever a material,
product, or article is specified or shown on the Plans
by using the name of the proprietary product or of a
particular manufacturer or vendor and is followed by the
term "approved equal" or "equal" the Contractor may
submit a written request to the Engineer requesting
approval of the use of a material, product, or article
he feels is truly equal to the one specified. The
Engineer will evaluate the request to determine if the
material, product, or article is of equal substance and
function and if it will perform identically the duties
imposed by the general design. Written approval of an
"approved equal" or "equal" material, product, or
article must be obtained from the Engineer before it may
be incorporated into the work as a substitute for that
specified in the Contract Documents. "Approved equal"
shall mean that the Contractor is responsible for
submitting the required information to the Engineer at
least fourteen (14) days prior to bid date. The
information supplied shall be of sufficient quantity and
detail to prove that the equipment is equal to the
equipment listed in the major equipment list.
SECTION 02 - ,SPECIAL CONSIDERATIONS
SC -2
CC 59
02 -01 - CROSSING UTILITIES
Prior to commencing construction, it shall be the
Contractor's responsibility to make arrangements with
the Owners of such utility companies to uncover their
particular utility lines or otherwise confirm their
location. Certain utility companies perform such
services at their own expense, however, where such is
not the case, the Contractor will cause such work to be
done at his own expense.
02 -02 - "AS- BUIL DRAWIkto
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 - j..IMIT OF FINANCIAL RESOURCES
The Owner has a limited amount of financial resources
committed to this Project; therefore, it shall be
understood by all bidders that the Owner may be required
to change and /or delete any items which he may feel is
necessasry to accomplish all or part of the scope of
work within its limit of financial resources.
SC -3
Contractor shall be entitled to no claim for damages for
anticipated profits on any portion of work that may be
omitted. At any time during the duration of this
contract, the Owner reserves the right to omit any work
from this contract. Unit prices for all items
previously approved in this contract shall be used to
delete or add work per change order.
02 -06 CONSTRUCTION INSPECTION
The Owner shall provide an inspector to review the
quality of materials and workmanship.
02 - 07 SYSTEM CHANGEOVER
During the changeover from the existing telemetry system
to the proposed system, no site may be taken out of
service for more than two (2) hours. This period shall
be at off peak times approved by the City of Round
Rock. To facilitate a smooth changeover, switches shall
be used to allow the Contractor to switch back to the
existing telemetry system if a problem arises during
installation.
02 -08 RADIO LICENSE
The Contractor shall assist the City in modifying their
radio license by providing information about the
equipment being supplied.
02 -09 INSTALLATION SEOUENCE
SECTION 03 - INSURANCE
The Vista Heights Standpipe, IV #3, and IV #4 are
presently under construction. Once completed, they will
require telemetry control before they can be
incorporated into the distribution. Therefore, the
Contractor shall install a sufficient amount of the
telemetry system to allow the Vista Heights Standpipe to
control IV #3 and North 81 Standpipe to control IV #4.
03 -61 Insurance policies must be obtained by the Contractor or
separate endorsements obtained to his existing insurance
policies on projects that involve special hazards, such
as blasting, excavation on public properties, etc.
The principal types of insurance which will be necessary
are:
SC -4
Public Liability and Property Damage to protect the
Contractor, any of this Subcontractors and the Owner
against claims arising from personal injury, including
accidental death, as well as claims for property damage.
The amount for liability is $100,000/ ;300,000. The
amount of property damage will depend upon the magnitude
and nature of the project.
Automobile and Truck Public Liability and Property
pamaae 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 Liabili
Insurance.
guilder's Risk Insurance is necessary to cover loss of
or damage to the building materials while the project is
under construction.
SECTION 04 - pREVAILING WAGE SCALE - NOTICE
1. This determination of prevailing wages shall not be
construed to prohibit the payment of more than the rates
named. Under no condition shall any laborer, workman or
mechanic employed on this job be paid less than the
minimum wage scale.
2. In execution of this contract, the contractor must
comply with all applicable state and federal laws,
including but not limited to laws concerned with labor,
equal employment opportunity, safety, and minimum wage.
3. Pursuant to the provisions of Section 2 of Article
5159a, Vernon's Civil Statutes, The contractor shall
forfeit as a penalty to the state, county, city and
county, city, town, district or other political
subdivision of whose behalf the contract is made or
awarded ten dollars ($10.00) for each laborer, workmen
or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less
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
SECTION 05 - MEASUREMENT AND PAYMENT
05 -01 gip
A. The Bid lists each item of work for which payment
will be made. No payment will be made for any
items other than those listed in the Bid.
B. Required items of work and incidentals for the
satisfactory completion of the work which are not
specifically listed in the Bid, and which are not
specified in this Section to be measured or to be
included in one of the items listed in the Bid,
shall be considered as incidental to the work. All
costs thereof, including Contractor's overhead
costs and profit, shall be considered as included
in the lump sum prices bid for the various Bid
items. The Contractor shall prepare his Bid
accordingly.
C. Work includes furnishing all plant, labor,
equipment, tools and materials and performing all
operations required to complete the work
satisfactorily, in place, as specified and as
indicated on the Drawings.
05 - 02 MEASUREMENT AND PAYMENT
A. Measurement of an item of work will be by the unit
indicated in the Bid Schedule.
B. Measurement will include all necessary and
incidental related work not specified to be
included in any other item of work listed in the
Bid Schedule.
C. Unless otherwise stated in individual Sections of
the Specifications or in the Bid Schedule, no
separate payment will be made for any item of work,
materials, parts, equipment, supplies or related
items required to perform and complete the work.
The costs for all such items required shall be
.included in the Contract price bid for item of
which it is a part.
D. Payment will be made at the Contract lump sum
prices and by the unit indicated in the Bid with
total price of the Contract being equal to the
Total Bid as modified by deletions or additions to
SC -6
000C3
the work made in accordance with the General
Conditions. Such price and payment shall constitute
full compensation to the Contractor for furnishing all
plant, labor, equipment, tools and materials, and for
performing all operations required to furnish to the
Owner the entire Project, complete in place, as
specified and as indicated on the Drawings.
SECTION 06 - SCHEDULE OF VALUES
06 -01 - CONTRACTOR COST BREAKDOWN
A. Immediately after being awarded as contract for the
work, the Contractor shall furnish the Engineer
with a breakdown of its lump sum bid items suitable
for use in the preparation of progress estimates
for the job. Such breakdown shall tabulate
quantities and the unit prices to be applied for
the various features of the work and shall be in
sufficient detail as to permit its use in
preparation of progress estimates. The coat
breakdown shall not be unbalanced.
B. Progress payments for materials on hand and
equipment delivered for installation as a part of
the work will be based on invoices.
C. The Engineer will not approve a progress estimate
for payment until a satisfactory cost breakdown for
the project has been submitted by the Contractor.
SC -7
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
INQEX
DIVISION 01 - GENERAL REQUIREMENTS T.A9A
Section 01010 - Summary of Marl
1.01 System Overview 1
Section 01150 - Measurement and Payment
1.01 General 1
1.02 Bid 1
1.03 Measurement and Payment 1
Section 01320 - Proaress Report,
1.01 Description 1
1.02 Submittals 1
,Section 01340 - Shoo Drawinas. Product Data and Samples
1.01 Modification of General Conditions 1
1.02 Description of Requirements 1
1.03 General Submittal Requirements 2
1.04 Specific Category Requirements 3
1.05 Distribution 6
Section 01370 - Schedule of Values
1.01 Description 1
Section 01730 - Operating and Maintenance Data
1.01 Description 1
1.02 Quality Assurance 1
1.03 Form of Submittals 1
1.04 Content of Manual 2
1.05 Manual for Equipment and Systems 4
1.06 Instruction of Owner's Personnel 7
Section 01750 - Warranties and Bonds
1.01 Project Maintenance and Warranty 1
Section 01760 - Spare Parts and Maintenance Tools
1.01 Tools and Accessories 1
1.02 Spare Parts oCees- . . 1
i
1
1 DIVISION 09 - FINISHES Pegg
I ,$ ection 09902 - Mechanical Painting
1.01 Description 1
1.02 Quality Assurance 1
I " 1.03 Submittals 2
1.04 Product Delivery, Storage and Handling 3
1.05 Job Conditions 3
I 2.01 Paint Materials 4
2.02 Colors and Finishes 4
2.03 Painting Systems 5
I 3.01 Inspection 9
3.02 Preparation of Surfaces 9
3.03 Application 10
3.04 Dry Mil Thickness 11
I 3.05 Cleaning 11
3.06 Color Selection 11
3.07 Manufacturer's Standard Painting Method 11
1 DIVISION 13 - SPECIAL CONSTRUCTION
,$action 13641 - Instrumentation System
I 1.01 Description 1
1.02 Quality Assurance 2
I 1.03 Submittals, Operation and Maintenance Manual,
Spare Parts and Tools 2
1.04 Product Delivery, Storage and Handling 4
I 1.05 Job Conditions 4
2.01 General 4
2.02 Telemetry Loops 4
3.01 Installation 6
I Deletion 13643 - Instrumentation and Communication Wire and Cables
I 1.01 Description 1
1.02 Quality Control 1
1.03 Identification 2
I 2.01 Instrumentation Wire and Cable 2
3.01 Installation of Wire and Cable 3
3.0Z Wire Terminations 4
1 ,Section 13645 - Panels. Racks and Graphic Displays
1.01 Description 1
I 1.02 Quality Assurance 1
1.03 Submittals 1
1.04 Product Delivery, Storage and Handling 2
I 2.01 Enclosures /Racks and Panels 2
3.01 Construction 4
3.02 Installation 4
3.03 Painting 4
1 3.04 Remote Station Enclosure 4
1 ii Cl s'C
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DIVISION 13 - SPECIAL CONSTRUCTION (continued)
Section 13646 - Switches. Relays and Panel Hardware
1.01 Description 1
1.02 Submittals 1
2.01 Terminals 1
2.02 Panel Switches, Oil Tight 2
2.03 Panel /Graphic Display Lamps 3
2.04 Limit Switch 3
Section 13647 - Level Sensing Systems
1.01 Description 1
1.02 Quality Assurance 1
1.03 Submittals 1
2.01 Elevated /Ground Storage Tank Level Transmitter 1
3.01 Schedule 2
Section 13660 - Radio Telemetry System
1.01 Description 1
1.02 Quality Assurance 1
1.03 Manufacturers 3
1.04 Warranty 4
1.05 Submittals, Operation and Maintenance Manual,
Spare Parts and Tools 4
1.06 Product Delivery, Storage and Handling 5
1.07 Job Conditions 6
2.01 Supervisory Control and Data Acquisition System 6
2.02 Remote Stations 49
2.03 Radio Transmitter 54
2.04 Radio Receiver 54
2.05 Antenna 55
3.01 Installation 56
Section 13661 - Flow Indicator System
1.01 Description 1
1.02 Quality Assurance 1
1.03 Submittals 1
2.01 Flow Indicator Switch 1
3.01 Installation 1
Section 13662 - Chlorine Detector
1
1
1.01 Description 1
1.02 Quality Assurance 1
1.03 Submittals 1
2.01 Chlorine Detector 1
3.01 Installation 2
CCCCS
DIVISION 13 - SPECIAL CONSTRUCTION (continued)
Section 13663 - Well Level Indicator System (Bubbler -TYpe
1.01 Description 1
1.02 Quality Assurance 1
1.03 Submittals 1
2.01 Bubble Pipe Pneumatic Transmitter 1
2.02 Electronic Pressure Transmitter 1
2.03 Air Compressor 2
3.01 Installation 2
DIVISION 16 - ELECTRICAL
Bection 16010 - General Electrical Information
1.01 Description 1
1.02 Quality Assurance 1
Section 16111 - Conduit System
1.01 Description 1
1.02 Quality Assurance 1
2.01 Heavy Wa11 Rigid Galvanized Conduit 1
2.02 Flexible Metal Conduit - Products 1
2.03 Plastic Coated Flexible Metal Conduit 1
3.01 Heavy Wall Rigid Galvanized Steel Conduit . . . 2
3.02 Flexible Metal Conduit - Execution 3
3.03 Plastic Coated Flexible Metal Conduit 3
3.04 Seal Wyes 3
Section 16120 - Wire and Cabl
1.01 Description 1
1.02 Manufacturers 1
1.03 Submittals 1
2.01 600 Volt Insulation 1
3.01 600 Volts and Below 1
Section 16130 - Boxet
1.01 Description 1
1.02 Manufacturers 1
2.01 Materials 1
3.01 Installation 2
Section 16404 - Underground Conduit System
1.01 Description 1
2.01 Underground Conduits 1
3.01 Trenching 1
3.02 Underground Conduit Installation 1
iv
0e0C9
DIVISION 16 - ELECTRICAL (continued) Paae
Section 16611 - Groundina System
1.01 Description 1
1.02 Standards 1
2.01 Material 1
3.01 System Grounding 1
3.02 Safety Grounding or Equipment 1
v
00070
DIVISION 1 - GENERAL REQUIREMENTS
1
SECTION 01010 - SUMMARY OF WORK
PART 1 - GENERAL
1.01 System Overview
A. The telemetering and control system shall transmit data
1
commands and alarms as necessary to control and monitor
the City of Round Rock Water Utility System. The system
shall be the means by which the City will monitor their
water utility system and be alerted to equipment
failures and other emergencies. Data status and control
transmission shall be a binary, digitally encoded radio
system. This transmission shall be capable of operating
over a single VHF radio channel.
B. The system shall be capable of monitoring and
1 controlling operation manually, and additionally
controlling operation of the system automatically
dependent upon operator determined variables. It shall
' accept analog and digital information from various
remote sites and have the ability to accept and control
the same type of information locally. Unauthorized
' commands issued by untrained personnel, shall be
eliminated by security codes. All programming routines
shall be capable of being modified in the field or
remotely via telephone modem when revision or expansion
is required.
C. A multi- tasking, multi -user computer controlled base
station shall be provided at the Round Rock Water
Treatment Plant for the purpose of controlling and
monitoring the system operation and reporting of alarm
conditions. The monitor will include a color graphic
display of the system and show the status of pumps,
valves and storage tanks. The base station shall
include a printer to provide a hard copy of all system
alarm activity showing time and data of each alarm and a
printer for the daily reports. Each printer shall act
as a backup to the other. The Master Control computer
shall be backed up either by a master telemetry unit
capable of redirecting tank levels to other sites or
automatic fail -over to a second computer. The master
1 computer shall also be provided with outputs to drive
light on the graphics display board.
D. The sites to be controlled are as follows:
1
1 r w-I
1 0101 -1
1
Site
No. $ite Name
1. Lake Georgetown - Raw Water Intake (Under
Expansion
a. Operate intake pumps: 3 existing, 3 proposed
b. Indicate presence of flow
c. Indicate Chlorine Leak
d. Indicate voltage on all 3 legs of the 2300 v
power supply (4 -20 ma)
e. Indicate valve position (fully open /fully
closed) on each pump control valve
2. Water Treatment Plant High Service Pump Station
(Under Expansion)
a. Operate high service pumps (BP -6): 3 existing,
3 proposed
b. Indicate presence of flow on each pump
c. Indicate Tank Level (4 -20 ma) (GT -6): 1
existing, 2 proposed
d. Flow meter: 2 existing (4 -20 ma)
e. Indicate valve position (fully open /fully
closed), on each pump
f. Indicate loss of phase on power supply (480 V)
3. Rabbit Hill Standpipe
a. Indicate tank level (4 -20 ma) (ET -3)
b. Enable /disable valve operation
c. Indicate valve status (open /closed)
4. Westinghouse Booster Pump Station
a. Operate booster pumps (BP -3): 2 existing
b. Indicate presence of flow on each pump
c. Operate two well pumps W -4, W -5
d. Indicate presence of flow on each well
e. Indicate tank levels (4 -20 ma) (GT -2)
f. Indicate well levels (4 -20 ma)
g. Indicate chlorine leak
h. Flow meter: 2 existing (4 -20 ma)
i. Indicate loss of phase on power supply (480)
5. Isolation Valve IV -1
a. Enable /disable valve operation
b. Indicate valve status (open /closed)
c. Indicate loss of power supply
01010 -2
6. Isolation Valve IV -2
a. Enable /disable valve operation
b. Indicate valve status (open /closed)
c. Indicate loss of power supply
7. Isolation Valve IV -3
a. Enable /disable valve operation
b. Indicate valve status (open /closed)
c. Indicate loss of power supply
8. Isolation Valve IV -4
a. Enable /disable valve operation
b. Indicate valve status (open /closed)
c. Indicate loss of power supply
9. Isolation Valve IV -5 (Under Construction)
a. Enable /disable valve operation
b. Indicate valve status (open /closed)
c. Indicate loss of power supply
10. Well 118 Chisholm Trail West
a. Operate well pump
b. Indicate presence of flow
c. Indicate well level (4 -20 ma)
d. Indicate chlorine leak
e. Flow meter: 1 existing (4 -20 ma)
f. Indicate loss of phase on power supply
11. Well 119 Chisholm Trail East
a. Operate Well pump
b. Indicate presence of flow on well
c. Indicate well level (4 -20 ma)
d. Indicate chlorine leak
e. Flow meter: 1 existing
f. Indicate loss of phase on power supply (480 v)
g. Turbidity meter: To be installed by others
(4 -20 ma)
12. North 81 Standpipe
a. Indicate tank level (4 -20 ma) (ET -4)
01010 -3
0007::
13. Bowman Road Pump Station
a. Operate booster pumps 8P -4: 4 existing
b. Indicate presence of flow
c. Indicate tank level (4 -20 ma) (GT -3)
d. Indicate valve status (open /closed), Altitude
valve
e. Enable /disable valve operation, Altitude Valve
f. Flow meter: 1 future (4 -20 ma)
g. Chlorine detector
h. Indicate loss of phase on power supply (480 v)
i. Winter /Summer control
14. Meadow's Elevated Storage Tank
a. Indicate tank level (4 -20 ma) (ET -8)
b. Indicate valve status (open /closed)
15. Well 4 W -6 (Brushy Creek)
a. Operate Well pump
b. Indicate presence of flow on well
c. Indicate well level (4 -20 ma)
d. Flow meter: 1 existing (4 -20 ma)
e. Indicate loss of phase on power supply (480 v)
16. Well 4 W -7 (Spring Street)
a. Operate Well pump
b. Indicate presence of flow on well
c. Indicate well level (4 -20 ma)
d. Flow meter: 1 exieging (4 -20 ma)
e. Indicate loss of phase on power supply (480 v)
17. Downtown Elevated Storage Tank
a. Indicate tank level (4 -20 ma) (ET -1)
18. Lake Creek Pump Station & Well Site
a. Operate well pumps W- 1,3,4: 3 existing
b. Indicate presence of flow on each well
c. Indicate well level (4 -20 ma)
d. Operate booster pumps BP -1: 6 existing
e. Indicate presence of flow of each pump
f. Indicate tank level (4 -20 ma) GT -1
g. Indicate chlorine leak
h. Flow meters: 3 existing for pumps, 3 exising
for wells (4 -20 ma)
i. Indicate loss of phase on power supply (480 v)
01010 -4
�
Oe
19. McNeil Road Pump Station
a. Operate booster pumps BP -5: 4 existing
b. Indicate presence of flow on each pump
c. Indicate tank level (4 -20 ma) (GT -4)
d. Indicate valve status (open /closed), Altitude
valve
e. Enable /disable valve operation, Altitude valve
f. Flow meter: 1 future (4 -20 ma)
g. Chlorine leak
h. Indicate loss of phase on power supply (480 v)
20. Chisholm Valley Standpipe
a. Indicate tank level (4 -20 ma) (GT -4)
21. Tower Drive Pump Station
a. Operate booster pumps BP -2: 4 existing
b. Indicate presence of flow on each pump
c. Indicate tank level (4 -20 ma) (ET -2)
d. Indicate valve status (open /closed): 2
existing
e. Lose of phase on power supply (480 V)
f. Flow meter: 1 future (4 -20 ma)
22. South 81 Standpipe
a. Indicate tank level (4 -20 ma) (ET -6)
23. Vista Heights Elevated Storage Tank ET -11
a. Indicate tank level (4 -20 ma)
24. Southeast Booster Station (Under Construction)
a. Operate booster pumps: 3 future
b. Indicate presence of flow on each pump
c. Indicate tank level (4 -20 ma)
d. Indicate valve position (fully open /fully
closed) on each pump
e. Indicate valve status (open /closed), altitude
valve
f. Enable /disable valve operation, altitude valve
g. Indicate chlorine leak
h. Flow meter: 1 proposed (4 -20 ma)
i. Indicate loss of phase on power supply (480 v)
01010 -5
25. Southeast Elevated Storage Tank (Under
Construction)
a. Indicate tank level (4 -20 ma)
b. Indicate valve status (open /closed), Altitude
valve
c. Enable /disable valve operation, Altitude valve
26. Southeast Well (Under Construction)
a. Operate well pumps: 1 future
b. Indicate presence of flow
c. Indicate well level (4 -20 ma)
d. Indicate chlorine leak
e. Flow meter: 1 proposed (4 -20 ma)
f. Indicate loss of phase on power supply (480 V)
E. Remote units at all sites will require standby battery
power sufficient to operate for 24 hours without
commercial power. This battery shall be of the gelled
electrolyte, lead acid type, fully sealed, requiring no
maintenance. It shall float charge at a minimum of 95%
of full charge, and be protected against the
environment.
The Standby battery shall be maintained in a fully
charge condition by means of a suitable charger which
will provide full battery voltage, but not over charge
the battery. This charger shall derive power from the
115 VAC supply.
END OF SECTION
01010 -6
SECTION 01150 - MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.01 GENERAL
A. Reference is made to Article 5, Measurement and Payment, of
the General Conditions of Agreement which is hereby included
in this Section.
1.02 BID
A. The Bid is a part of these Contract Documents and lists each
item of work for which payment will be made. No payment will
be made for any items other than those listed in the Bid.
B. Required items of work and incidentals necessary for the
satisfactory completion of the Work which are not
specifically listed in the Bid, and which are not specified
in this Section to be measured or to be included in one of
the items listed in the Bid, shall be considered as
incidental to the Work. All cost thereof, including
Contractor's overhead costs and profit, shall be considered
as included in the lump sum prices bid for the various Bid
Items. The Contractor shall prepare his Bid accordingly.
C. Work includes furnishing all plant, labor, equipment, tools
and materials and performing all operations required to
complete the work satisfactorily, in place, as specified and
as indicated on the Drawings.
1.03 MEASUREMENT AND PAYMENT
A. Measurement of an item of work will be by
in the Bid Schedule.
B. Measurement will include all necessary and
work not specified to be included in any
listed in the Bid Schedule.
01150 -1
the unit indicated
incidental related
other item of work
C. Unless otherwise stated in individual Sections of the
Specifications or in the Bid Schedule, no separate payment
will be made for any item of Work, materials, parts,
equipment, supplies or related items required to perform and
complete the work. The costs for all such items required
shall be included in the Contract price bid for item of which
it is a part.
D. Payment will be made at the Contract price per unit indicated
in the Bid with total price of the Contract being equal to
the Total Bid, as specified and as modified, by extending
unit prices multiplied by quantities as appropriate to
reflect actual work. Such price and payment shall constitute
full compensation to the Contractor for furnishing all plant,
labor, equipment, tools and materials, and for performing all
operations required to furnish to the Owner the entire
Project, complete in place, as specified and as indicated on
the Drawings.
END OF SECTION
01150 -2
SECTION 01320 - PROGRESS REPORTS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Prepare and maintain a current detailed Progress and Schedule
Chart in bar -graph form, supporting the Contract completion
date. Prepare Progress and Schedule Chart based upon date of
Notice to Proceed.
B. Submit 2 copies of Progress and Schedule Chart to the
Engineer each month until completion of the items represented
on the chart.
C. Indicate commencement and completion date of each item of
Work.
D. Other work may be added to the chart as requested or approved
by the Owner. Maintain chart current by coloring or
cross- hatching a length of bar to indicate daily progress
toward completion.
1.02 SUBMITTALS
Submit first Progress and Schedule Chart within 25 calendar
days after the date of receipt by Contractor of Notice to
Proceed. Submit Progress and Schedule Chart to reach the
Engineer not later than the fourth working day of the
following month, provided at least 10 working days have
intervened since submission of the first chart. Otherwise,
submit on the same date of the next month. Thereafter,
submit charts to reach Engineer not later than the fourth
working day of each month.
END OF SECTION
01320 -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 01340 - SHOP DRAWINGS. PRODUCT DATA AND SAMPLES
PART 1 - GENERAL
1.01 MODIFICATIONS OF GENERAL CONDITIONS
Article 2.12, Shop Drawings, is deleted from the General
Conditions and is incorporated in this Section as fully as if
here set forth and is modified as specified in this Section.
1.02 DESCRIPTION OF REQUIREMENTS
A. Type of Submittals. This Section of the Specifications
describes the procedures for submittal requirements
applicable to work related submittals, such as shop drawings,
product data, samples and miscellaneous work - related
submittals. It does not include the requirements for
administrative submittals which are described in other
Division 1 sections and other contract documents.
B. Individual Section Requirements. The individual submittal
requirements are specified in other Sections of the
Specifications for each unit of work.
C. Definitions. The work - related submittals of this Section, in
addition to the definitions of the General Conditions and
elsewhere in the Contract Documents, axe further categorized
for convenience as follows:
1. Shop drawings include specially prepared technical data
of all forms including drawings, diagrams, performance
curves, data sheets, schedules, templates, patterns,
reports, calculations, instructions, measurements and
similar information not in standard printed form for
application to more than one project.
2. Product data includes standard printed information on
materials, products and systems, not specially prepared
for this project, other than the designation of
selections from among available choices printed therein.
3.'"' Samples include both fabricated and unfabricated
physical examples of materials, products and units of
work, both as complete units and as smaller portions of
units of work, either for limited visual inspection or
(where indicated) for more detailed testing and
analysis.
1
1
1
1 01340 -1
1
4. Miscellaneous submittals related directly to the work
(non - administrative) include warranties, maintenance
agreements, workmanship bonds, project photographs,
survey data and reports, physical work records,
statements of applicability, quality testing and
certifying reports, copies of industry standards, record
drawings, field measurement data, operating and
maintenance materials, overrun stock,
security /protection /safety keys and similar information,
devices and materials applicable to the Work and not
processed as shop drawings, product data or samples.
1.03 GENERAL SUBMITTAL REQUIREMENTS
A. Scheduling. Where appropriate in various required
administrative submittals (listings of products,
manufacturers, suppliers and subcontractors, and in job
progress schedule), show principal work- related submittal
requirements and time schedules for coordination and
integration of submittal activity with related work in each
instance.
B. 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 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.
C. 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 a subsequent submittal
which should have been processed earlier or concurrently for
coordination.
D_ Preparation of Submittals. Provide permanent marking on each
submittal to identify project, date, Contractor,
subcontractor, submittal name and similar information to
distinguish it from other submittals. Show Contractor's
executed review and approval marking and provide space for
the Engineer's "Action" marking. Package each submittal
appropriately for transmittal and handling. Submittals which
are received from sources other than through the Contractor's
office will be returned "without action."
01340 -2
n
E. Transmittal Form. The transmittal form used to transmit
submittals shall be as enclosed copy (Haynie & Kaltman, Inc.
Submittal Form).
F. Transmission Identification
1. Number of 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
(1 -15140 would be the first transmittal applicable to
Section 15140 of the Specifications. 2 -15140 would be
the second transmittal for Section 15140, 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 -15140 would then be
numbered 1A- 15140. The number 1 -15140 would then be
entered in the space "Previous Transmittal Number,"
which is left blank except on resubmittals.
1.04 SPECIFIC CATEGORY REQUIREMENTS
A. General. Except as otherwise indicated in the individual
work sections, comply with general requirements specified
herein for each indicated category of submittal. Refer to
Section 16010, General Information, and Section 13641,
Instrumentation System, for requirements for electrical and
instrumentation work.
1. Submittals shall contain:
a. The date of submission and the dates of any
previous submissions.
b. The Project title and number.
c. Contract identification:
d. The names of the:
1. Contractor
2. Supplier
3. Manufacturer
e. Identification of the product, with the
Specification Section number and equipment tag
numbers.
01340 -3
f. Field dimensions, clearly identified as such.
g.
Relation to adjacent or critical features of the
work or materials.
h. Applicable standards, such as ASTM or Federal
Specification numbers.
i. Notification to the Engineer in writing, at time
of submission, of any deviations in the submittals
from requirements of the Contact Documents.
j. Identification of revisions on resubmittals.
k. An 8 inch x 3 inch blank space for Contractor and
Engineer stamps.
1. Contractor's stamp initialed or signed, certifying
to review of submittal, verification of products,
field measurements and field construction
criteria, an coordination of the information
within the submittal with requirements of the Work
and of Contract Documents.
m. Submittal sheets or drawings show more than the
particular item under consideration shall have all
but the pertinent description of the item for
which review is requested crossed out.
B. Shop Drawings. Provide newly - prepared information, on
reproducible sheets, with graphic information at accurate
scale (except as otherwise indicated), with name of preparer
(firm name) indicated. The Contract Drawings shall not be
traced or reproduced by any method for use as or in lieu of
detail shop drawings. Show dimensions and note which are
based on field measurement. Identify materials and produced
in the work shown. Indicate compliance with standards and
special coordination requirements. Do not allow shop drawing
copies without appropriate final "Action" markings by the
Engineer to be used in connection with the Work.
1. Initial Submittal. One (1) correctable translucent
reproducible print and one (1) opaque of each shop
drawing. The Engineer will use and retain the opaque
print as review worksheet and will return the
reproducible print marking with "Action" and with
corrections and modifications (if any) as required.
01340 -4
2. Final Submittal. Four (4) prints, Three (3) will be
retained and remainder will be returned, one of which is
to be marked -up and maintained by the Contractor as the
"Record Document."
C. Product Data. Collect required data into one submittal of
each unit of work or system, and mark each copy to show which
choices and options are applicable to project. Include
manufacturer's standard printed recommendations for
application and use, compliance with standards, application
of labels and seals, notation of field measurements which
have been checked, and special coordination requirements.
Maintain one set of product data (for each submittal) at
project site, available for reference by the Engineer or
others.
1. Submittals. Do not submit product data, or allow its
use on the project, until compliance with requirements
of Contract Documents have been confirmed by the
Contractor. Submittal is for information and record,
unless otherwise indicated. Initial submittal is final
submittal unless returned promptly by the Engineer,
marked with an "Action" which indicates an observed
noncompliance. Submit three (3) copies, one (1) of
which will be returned.
2. Installer's Copy. Do not proceed with installation of
materials, products or systems until copy of applicable
product data is in possession of installer.
D. Samples. Provide units identical with final condition of
proposed materials or products for the work. Include "range"
samples (not less than 3 units) where unavoidable variations
must be expected, and describe or identify variations between
units of each set. Provide full set of optional samples
where the Engineer's selection is required. Prepare samples
to match the Engineer's sample where so indicated. Include
information with each sample to show generic description,
source or produce name and manufacturer, limitations, and
compliance with standards. Samples are submitted for review
and confirmation of color, pattern, texture and "kind" by the
Engineer. Engineer will not "test" samples (except as
otherwise indicated) for other requirements, which are the
exclusive responsibility of the Contractor.
1. Submittal. At Contractor's option, provide preliminary
submittal of a single set of samples for the Engineer's
review and "Action." Otherwise, initial submittal is
final submittal unless returned with "Action" which
requires resubmittal. Submit two (2) sets of samples in
final submittal; one set will be returned.
01340 -5
cc 0E-5
2. Quality Control Set. Maintain return final set of
samples at project site, in suitable condition and
available for quality control comparisons by Engineer
and by others.
1.05 DISTRIBUTION
A. General Distribution. Provide additional distribution of
submittals (not included in foregoing copy submittal
requirements) to subcontractors, suppliers, fabricators,
installers, governing authorities and others as necessary for
proper performance of the work. Include such additional
copies in transmittal to the Engineer where required to
receive "Action" marking before final distribution. Show
such distributions on transmittal forms.
B. 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 work, and therefore the work would be expedited
if processing time could be foreshortened.
C. Engineer's Action
1.
Final Unrestricted Release. Work may proceed, provided
it complies with contract documents, when submittal is
returned with the following:
Marking: "A" - No Exceptions Taken.
2. Final- But - Restricted Release. Work may proceed,
provided it complies with notations and corrections on
submittal and with contract documents, when submittal is
returned with the following:
Marking: "B" - Revised as Noted.
3. Returned for Resubmittal. Do not proceed with work.
Revise submittal in accordance with notations thereon,
and resubmit without delay to obtain a different action
marking. Do not allow submittals with the following
marking (or unmarked submittals where a marking is
required) to be used in connection with performance of
the work:
01340 -6
00086
Marking: "C" - Amend and Resubmit.
"D" - Rejected - See Remarks.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
01340 -7
TO: Haynie & Kallman, Inc.
1106 S. Mays
Round Rock, Texas 78664
FROM:
TRANSMITTAL NO.
PREVIOUS 1RANSMIfIAL NO.
(IF ANY)
Item
No.
Description of Item Submitted
ie., Type, Size, Model No.,
Etc.
Manufacturer
or Supplier
Mfg. or Contr.
Cat., Curve,
Drawing or
Brochure No.
No.
of
Copies
Project
Spec.
Section
Number
Project
Drawing,
Sheet or
Plat No.
H & K
USE
ONLY
Letter Dwgs. Letter Dwgs.
Distribution Contractor H & K Office
Signature of Contractor
Requested: On -Site Rep. Others
OM E r NM MI — ME M MI r MN — MO M NM NM I• =
JOB NAME:
LOCATION:
DATE:
Transmittal of shop drawings, monolith drawings, equipment data, material
sample or manufacturer's certificates of compliance for approval.
REQUEST FOR ENGINEER'S REVIEW OF THE FOLLOWING ITEMS:
(THIS SECTION WILL BE INITIATED BY THE CONTRACTOR
TRANS. PAGE
NEW TRANSMITTAL
RE- SUBMITTAL
([HIS SR 1ON TO BE USED ONLY BY THE ENGINEER TO DESIGNATE ACTION)
ACTION CODES: The following codes are given to the items submitted. A - No exceptions taken; B - Revise as
Noted; C - Amend and Resubmit; D - Rejected - See Remarks. Corrections or comments made on
the shop drawings during this review do not relieve the Contractor from compliance with require-
ments of the drawings and specifications.
ENCLOSURES REIURNED BY: �IAYNIE & KALLMAN, INC. DAZE:
(List by Item No.) Consulting Engineers
SECTION 01370 - SCHEDULE OF VALUES
PART 1 - GENERAL
1.01 DESCRIPTION
A. Within 10 days after award of the Contract, the Contractor
shall submit a breakdown of his lump sum bid items to the
Engineer for use in the preparation of progress estimates for
the Project. Breakdown shall tabulate quantities and unit
prices to be applied for the various features of the Work in
sufficient detail to permit it sue in preparation of progress
estimates. The cost breakdown shall not be unbalanced.
B. The Engineer will not approve a progress estimate for payment
until a satisfactory cost breakdown has been submitted.
C. Progress payments for materials on hand and equipment
delivered for installation as part of the Work will be based
on invoices.
END OF SECTION
01370 -1
1
1
1
1
1
1
1
1 in the operation of equipment and systems.
1.02 QUALITY ASSURANCE
A. Preparation of data shall be by personnel:
1. Trained and experienced in maintenance and operation of
1 the described products;
2. Completely familiar with requirements of this Section;
3. Skilled as a technical writer to the extent required to
communicate essential data;
I 4. Skilled as a draftsman competent to prepare required
drawings.
I - 1.03 FORM OF SUBMITTALS
A. Prepare data in the form of an instructional manual for use
by Owner's personnel.
I B. Format:
1
1
1
1
1
SECTION 01730 - OPERATING AND MAINTENANCE DATA
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Submittals: Section 01340
B. Compile product data and related information appropriate for
Owner's maintenance and operation of products furnished under
this Contract.
1. Prepare operating and maintenance data as specified in
this Section and as referenced in other sections of the
Specifications.
C. Instruct Owner's personnel in the maintenance of products and
1. Size: 8 -1/2 inches x 11 inches.
2. Paper: 20 pound minimum, white, for typed pages.
3. Test: Manufacturer's printed data, or neatly
typewritten.
01730 -1
1
1
1
1
1
1
1
1
d. Equipment tag number(e) and description.
1
C. Binders
1
1. Commercial quality, three -ring binders with durable and
cleanable plastic covers;
2. Maximum ring size: 1 inch;
3. When multiple binders are used, correlate data into
related consistent groupings.
1 1.04 CONTENT OF MANUAL
1
1
1
1
1
1
1
4. Drawings:
a. Provide reinforced punched binder tab, bind in
with text.
b. Fold larger drawings to the size of the text
pages.
5. Provide fly -sheet for each separate product or each
piece of operating equipment.
a. Provide typed description of product, and a major
component parts of equipment.
b. Provide indexed tabs.
6. Cover: Identify each volume with typed or printed
title, 'OPERATING AND MAINTENANCE INSTRUCTIONS ". List:
a. Title of Project;
b. Identity of separate structure as applicable;
c. Identity of general subject matter covered in the
manual;
A. Neatly typewritten table of contents for each volume,
arranged in a systematic order.
1. Contractor, name of responsible principal, address and
telephone number;
2. A list of each product required to be included, indexed
to the content of the volume;
01730 -2
3. List, with each product, the name, address and telephone
number of:
a. Subcontractor or installer;
b. Maintenance contractor, as appropriate;
c. Identify the area of responsibility of each;
d. Local source of supply for parts and replacement.
4. Identify each product by name and other identifying
symbols as set forth in the Contract Documents.
B. Product Data
1. Include only those sheets which are pertinent to the
specific product.
2. Annotate each sheet to:
a. Clearly identify the specific product or part
installed;
b. Clearly identify the data applicable to the
installation.
c. Delete references to inapplicable information.
C. Drawings
1. Supplement product data with drawings as necessary to
clearly illustrate:
a. Relations of component parts of equipment and
systems
b. Control and flow diagrams.
2. Coordinate drawings with information in Project Record
Documents to assure correct illustration of complete
installation.
3. Do not use Project Record Documents as maintenance
drawings.
D. Written text, as required to supplement product data for the
particular installation:
01730 -3
1. Organize in a consistent format under separate headings
for different procedures.
2. Provide a logical sequence of instructions for each
procedure.
E. Copy of each warranty, bond and service contract issued.
1. Provide information sheet for Owner's personnel, giving:
a. Proper procedures in the event of failure.
b. Instances which might affect the validity of
warranties or bonds.
1.05 MANUAL FOR EQUIPMENT AND SYSTEMS
A. Submit three (3) copies of complete manual in final form.
B. Content, for each unit of equipment and system, as
appropriate:
1. Description of unit and component parts.
a. Function, normal operating characteristics, and
limiting conditions.
b. Performance curves, engineering data and testa.
c. Complete nomenclature and commercial number of all
replaceable parts.
2. Operating Procedures
a. Start -up, break -in, routine and normal operating
instructions.
b. Regulation, control, stopping, shutdowns and
emergency instructions.
c. Summer and winter operating instructions.
d. Special operating instructions.
3. Maintenance procedures
a. Routine operations
b. Guide to "trouble- shooting.•
01730 -4
c. Disassembly, repair and reassembly
d. Alignment, adjusting and checking
4. Service and lubrication schedule
a. List of lubricants required.
5. Manufacturer's printed operating and maintenance
instructions.
6. Description of sequence of operation by control
manufacturer.
7. Original manufacturer's parts list, illustrations,
assembly drawings and diagrams required for maintenance.
8. As installed control diagrams by controls manufacturer.
9. Each Contractor's coordination drawings.
a. As installed color coded piping diagrams.
10. Charts of valve tag numbers, with the location and
function of each valve.
11. List of original manufacturer's spare parts,
manufacturer's current prices, and recommended
quantities to be maintained in storage.
12. Other data as required under pertinent sections of
Specifications.
C. Content, for each electric and electronic system, as
appropriate:
1. Description of system and component parts.
a. Function, normal operating characteristics, and
limiting conditions.
b. Performance curves, engineering data and tests.
c. Complete nomenclature and commercial number of
replaceable parts.
2. Circuit directories of panelboarde
a. Electrical service.
01730 -5
b. Controls.
c. Communications.
3. As installed color coded wiring diagrams
4. Operating procedures
a. Routing and normal operating instructions.
b. Sequences required.
c. Special operating instructions.
5. Maintenance procedures
a. Routing operations.
b. Guide to "trouble - shooting."
c. Disassembly, repair and reassembly.
d. Adjustment and checking.
6. Manufacturer's printed operating and maintenance
instructions.
7. List of original manufacturer's spare parts,
manufacturer's current prices, and recommended
quantities to be maintained in storage.
8. Other data as required under pertinent sections of
specifications.
D. Prepare and include additional data when the need for such
data becomes apparent during instruction of Owner's
personnel.
E. Additional requirements for operating and maintenance data
the respective sections of Specifications.
F. Provide complete information for products specified in:
Sectioq Description
13641 Instrumentation System
C�
01730 -6
1
1.06 INSTRUCTION OF OWNER'S PERSONNEL
1 A. Prior to final inspection or acceptance, fully instruct
Owner's designated operating and maintenance personnel in the
operation, adjustment and maintenance of products, equipment
and systems.
'
B. Operating and maintenance manual shall constitute the basis
of instruction.
1 1. Review contents of manual with personnel in full detail
to explain all aspects of operations and maintenance.
1
1 END OF SECTION
1
1
1
1
1
1
1
1
1
1 00095
01730 -7
1
1
SECTION 01750 - WARRANTIES AND BONDS
PART 1 - GENERAL
1 1.01 PROJECT MAINTENANCE AND WARRANTY
1
1
1
1
1
1
1
1
1
1
1
1
1
1
A. Maintain and keep in good repair the improvements covered by
these Drawings and Specifications during the life of the
Contract.
B. In addition to other warranties specified elsewhere in these
Specifications, the Contractor warrants that work performed
under this Contract conforms to the Contract requirements and
is free of defect of equipment, material or design furnished
or workmanship performed by the Contractor or any of his
subcontractors or suppliers at any time. Such warranty shall
continue for a period of one year from the date of final
acceptance of the work, but with respect to any part of the
work which the Owner takes possession of prior to final
acceptance, such warranty shall continue for a period of one
year from the date the Owner takes possession. Service shall
be on a demand basis within 24 hours.
C. The Contractor shall, at his own expense, furnish all labor,
materials, tools and equipment required and shall make such
repairs and removals or shall perform such work or
reconstruction as may be made necessary by any structural or
functional defect or failure resulting from neglect, faulty
workmanship or faulty materials, in any part of the Work
performed by him. Such repair shall also include refilling
of trenches, excavations or embankments which show undue
settlement or erosion after backfilling or placement.
D. Except as noted on the Drawings or as specified, all
structures such as embankments and fences shall be returned
to their original condition prior to the completion of the
Contract. Any and all damage to any facility not designated
for removal, resulting from the Contractor's operations,
shall be promptly repaired by the Contractor at no cost to
the Owner.
E. The Contractor shall be responsible for all road and entrance
reconstruction and repairs and maintenance of same for a
period of one year from the date of such reconstruction. In
the event the repairs and maintenance are not made
immediately and it becomes necessary for the Owner of the
road to make such repairs, the Contractor shall reimburse the
Owner of the road for the cost of such repairs.
01750 -1
defects of which he has been notified within fifteen (15)
days of the date of such notice, the Owner reserves the tight
to cause the required materials to be procured and the work
to be done, as described in the Drawings and Specifications,
and to hold the Contractor and the sureties on his bond
liable for the cost and expense thereof.
END OF SECTION
01750 -2
1
1 SECTION 01760 - SPARE PARTS AND MAINTENANCE TOOLS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PART 1 - GENERAL
1.01 TOOLS AND ACCESSORIES
A. The Contractor shall, unless otherwise stated in the detailed
specifications, furnish with each type, kind, or size or
equipment, one (1) complete set of suitably marked high grade
special tools and appliances which may be needed to adjust,
operate, maintain or repair the equipment.
B. Such tools and appliances shall be furnished in approved
painted steel cases, properly labeled and equipped with good
grade cylinder locks and duplicate keys.
C. Each piece of equipment shall be provided with a substantial
name plate, securely fastened in place and clearly inscribed
with the manufacturer's name, year of manufacture and
principal rating data.
1.02 SPARE PARTS
Furnish to the Owner a complete list of parts and supplies
for each different item of equipment listed, with current
prices and sources of supply, a list of parts and supplies
that are either normally furnished at no extra cost with the
purchase of the equipment, or specified herein to be
furnished as a part of the Contract, and a list of additional
items recommended by the manufacturer to assure efficient
operation for a period of 120 days at the particular
installation.
END OF SECTION
01760 -1
00053
DIVISION 9 - FINISHES
O 4 3
1
SECTION 09902 - MECHANICAL PAINTING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere
1. Shop Drawings, Product Data and samples: Section 01340
B. Scope. Provide all labor, materials, equipment and related
items to perform all work required for the application of
coating systems to items and surfaces, including surface
preparation, priming and topcoats. The work includes
application of coating systems for schedule surfaces of
equipment, pumps, piping, valves, conduit, junction boxes
and related appurtenances installed under the mechanical
and electrical work, except as otherwise indicated.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.02 QUALITY ASSURANCE
A. Include following on label on container:
Name or title of material.
Fed. Spec. number, if applicable
Manufacturer's stock number and date of manufacture.
Manufacturer's name.
Contents by volume, for major pigment and vehicle
constituents.
Thinning and mixing instructions.
Application instructions.
Color name and number.
B. Coating system requirements.
1. Provide finish coats which are compatible with prime
coats used.
2. Contractor shall coordinate to assure surface
preparation and prime coat applied by equipment
manufacturers on items furnished under other Sections
are compatible with finish coat.
C. Reference Standards
1. Specification of the Structural Steel Painting Council
(SSPC) listed below shall apply to this Section.
SP -1 -63 Solvent Cleaning
SP -6 -63 Commercial Blast Cleaning
SP- 10 -63T Near -White Blast Cleaning
09902 -1
jr
��r
1.03
2. Requirements of the Occupational Safety and Health
Administration (OSHA), Department of Labor, for colors
as stated in Federal Register Part 1910, shall apply to
this Section.
3. Specifications of the United States Government listed
below shall apply to this Section.
Federal Standards
No. 141a and Change
Notices 1, 2, 3, and 4
No. 595a and Change
Notice 1
Military Soecificatin
MIL- C- 18480A(3)
4. Specification of the
Institute (ANSI) listed
Section.
Z53.1 Safety Color Code for Marking Physical Hazards
SUBMITTALS
A. Furnish manufacturer's technical information including
basic materials analysis and application instructions for
each coating system specified. Information submittal shall
comply with the requirements of Section 01340.
B. Submit certification stating that coatings in contact with
potable water complies with requirements of either the U.S.
Public Health Service, the U.S. Environmental Protection
Agency, or the U.S. Food and Drug Administration for use as
a contact surface with potable water.
C. Furnish color chips for each coating system for review and
selection.
D. Manufacturer's materials and products not listed shall
furnish certificates and test reports as required by Method
1031.2, Federal Test Method Standard 141 for materials
proposed.
09902 -2
Paint, varnish, lacquer and
related materials; methods
of inspection, sampling and
testing
Colors
Coating compound,
bituminous solvent, coal
tar base
American National Standards
below shall apply to this
C
VIC
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery of Materials. Deliver sealed containers with
labels legible and intact.
B. Storage of Materials
1. Store only acceptable project materials on project
site.
2. Store in a suitable location.
3. Restrict storage in paint materials and related
equipment.
4. Comply with health and fire regulations.
5. Paint shall not be stored or left in existing
switchgear room, instrument room, next to motors and
other electrical equipment.
1.05 JOB CONDITIONS
A. Environmental Requirements
1. Comply with the manufacturer's recommendations as to
environmental conditions under which coatings and
coating systems can be applied.
2. Do not apply finish in areas where dust is being
generated.
3. Do not apply coatings when the temperature of surfaces
to be painted and the surrounding air temperatures are
below 45 degrees F., unless otherwise permitted by the
coating manufacturer's printed instructions.
4. Do not apply coatings in snow, rain, fog, or mist; or
when the relative humidity exceeds 85 %; or to damp or
wet surfaces; unless otherwise permitted by the
manufacturer's printed instructions.
5. Coating work may be continued during inclement weather
only if the areas and surfaces to be painted are
enclosed and heated within the temperature limits
specified by the manufacturer during application and
curing periods.
B. Protection. Cover or otherwise protect finish work of
other trades and surfaces not being painted concurrently or
not to be painted.
09902 -3
1
1
1
1
1
1
1
1
1
1
1
1
' 2.02
1
1
1
1
1
1
PART 2 - PRODUCTS
2.01 PAINT MATERIALS
A. Manufacturer
1. All paint materials selected for coating systems for
each type of surface shall be the product of a single
manufacturer.
2. Except as otherwise specified, materials shall be the
products of the following manufacturers:
a. Cook Paint and Varnish Company
b. Mobil Chemical Company, Maintenance & Marine
Coatings Department
c. Koppers Coatings and Resins Division, Koppers
Company, Inc.
d. Tnemec Company, Inc.
B. Compatibility:
1. All paint materials and equipment shall be compatible
in use: finish coats shall be compatible with prime
coats; prime coats shall be compatible with the surface
to be coated; all tools and equipment shall be
compatible with the coating to be applied.
2. Thinners, when used, shall by only those thinners
recommended for that purpose by the manufacturer of the
material to be thinned.
C. Material Quality. Provide the best quality grade of the
various types of coatings as regularly manufactured by
acceptable coating materials manufacturers. Use only
materials displaying the manufacturer's identification as a
standard, best -grade product.
COLORS AND FINISHES
A. Paint colors, surface treatments and finishes shall be as
indicated in the Painting Schedule and shall match existing
equipment colors.
B. If color or finish is not designated in Painting Schedule
or indicated on the Drawings, selection will be made from
color chips submitted from the manufacturer.
09902 -4
C. Safety Color Code for Marking Physical Hazards. The safety
color selected for the marking of physical hazards and
safety, fire fighting and protective equipment shall be in
accordance with OSHA 1910.144.
1. Color Selection. Colors shall meet the tests specified
in ANSI Z 53.1. The colors used shall conform to the
color chips identified by numbers specified in Federal
Standard 595.
2.03 PAINTING SYSTEMS
Color Standard Color Standard
Red 11105 Blue 15120
Yellow 13655 Purple 17142
Orange 12246 White 17875
Green 14260 Black 17038
D. Color Selection for Plant Facilities.
1. The color selection for the items not covered by OSHA
Color Standards shall either be in accordance with the
Painting Schedule, or to be determined after submittal
of color chips by Contractor.
2. Generally, different colors will be selected for pumps,
equipment, piping, valves and electrical items, and for
interior and exterior locations.
A. Ferroue Metal, Exterior or Interior Exposure (Painting
System No. 1)
1. Environment. All ferrous surfaces, exterior and
interior exposed subject to humidity, rainfall and
light industrial atmospheres.
2. Surfaces. Unless otherwise specified, this includes
all non - immersed, exposed surfaces, such as pumps,
equipment, motors, piping, valvee, conduit, electrical
boxes, outlets and related items, pipe supports,
miscellaneous steel items, and pipe to be later
insulated, ladders, grating, deck plates and access
covers.
3. Surfaces to be coated shall be "commercial" blast
cleaned in accordance with SSPC -SP6.
09902 -5
4. Coating (Alkyd System)
gsals Koppers Mobil Tnemec
Primer (2 mils) Red lead primer as recommended by
coating manufacturer.
Finish Coat (2 or
more, 4 mils) Armocote 500 Series 11, 23 -En-
12 or 20. duratone
Total Dry Film Thickness = 6 mils.
B. Ferrous Metal, Exterior or Interior Exposure, Abrasive
Conditions (Painting System No. 2).
1. Environment. All ferrous surfaces, exterior and
interior exposed, subject to humidity, rainfall,
abrasive action, resistance to moderate inorganic
acids alkali and petroleum products.
2. Surfaces. Unless otherwise specified, this includes
all non - immersed, exposed surfaces, such as, tanks and
equipment containing acids, petroleum products, lime
slurries, chemicals, the interiors of dry chemical
storage silos and day tanks and air transfer piping.
3. Surfaces to be coated shall be "near white" blast
cleaned in accordance with SSPC -SP10.
4. Coating System (Epoxy System).
Cook Koppers Mobil Theme
Prime Coat
(2 mils)
Zinc rich primer as recommended by
coating manufacturer.
Finish Coat, Epicon 200 HE 84 66 Hi -build
(2 or more, Hi -Build Series Epoxoline
5 mils)
Total Minimum Dry Film Thickness = 7 mils.
C. Ferrous Metals, Immersed Conditions (Painting System No. 3)
1. Environment. All ferrous metal surfaces subject to
immersed conditions and not itemized in Painting System
No. 4.
09902 -6
2. Surfaces. Unless otherwise specified, this includes
immersed surfaces, such as, piping, sluice and slide
gates, valves, brackets, and structural steel
supports. Surfaces intermittently submerged will be
treated as submerged.
3. Surface to be coated shall be "near white" blast
cleaned in accordance with SSPC -SP10.
4. Coating (Vinyl System).
ok Koppers Mobil Tnemec
Prime Coat Primer as recommended by coating
(2 mils) manufacturer.
Intermediate
Coat(s)
(3 mils)
Finish Coat
(2 mils)
Total Minimum
Vinicon 401 83 34 -1220 and
Hi -Build 35 -1235
Dry Film Thickness - 7 mils.
Note: Galvanized Surfaces,
manufacturer's instructions.
Vinicon 401 80 35- Vinoline
MW Series Series
Submerged. Follow
D. Ferrous Metals, Immersed, Abrasive Conditions (Painting
System No. 4)
1. Environment. All immersed ferrous surfaces subjected
to moderately severe abrasive service, dilute inorganic
acids, and lime slurries.
2. Surfaces. Unless otherwise specified, all immersed
surfaces, such as wetted or submerged surfaces of all
pumps, trash screens, flow developers, aerators, bar
screens (including conveyor), hydrogritters, lime
elakers and feeders, flash mixers, scum baffles,
clariflocculator mixers, sludge collectors, sludge
mixers and filter vessel interior and internals.
3. Surfaces to be coated shall be "near white" blast
cleaning in accordance with SSPC -SP10.
09902 -7
4. Coating (Epoxy System)
g291 Koppers ?dobil Tnemec
Primer (3 mils) Primer as recommended by coating
manufacturer.
Two or more Shelcote 200 HB 66 Hi -Build 78
coats to a Epoxoline Series
minimum dry
film thickness
of 15 mils.
E. Ferrous Metal, Buried in Contact with Soil (Painting No.
5).
1. Environment. Metal surfaces, which have not been
coated and doped, in contact with the soil.
2. Surfaces. Unless otherwise specified, this includes
all ferrous metal surfaces to be in contact with soil,
such as valves, valve boxes, exteriors of package lift
stations and treatment units, oil -water separators, and
miscellaneous metals.
3. Surfaces to be coated shall be "commercial" blast
cleaned in accordance with SSPC -SP6.
4. Coating. Two coats of MIL- C- 18480A coat tar coating
shall be applied to a minimum dry film thickness of 30
mils. Engard 850, and /or Tnemec Tnenecol 450 or equal.
F. Metal, Galvanized, Aluminum, Copper or Brass, Exterior and
Interior (Painting System No. 6.)
1. Environment. Metal surfaces, exposed in exterior and
interior locations, with environment dependent on
locations.
2. Surfaces as specified in Paint Schedule or on Drawings.
3. Surfaces to be coated shall be solvent cleaned in
accordance with SSPC -SP1.
4. Coatings. Primer shall be selected by coating
manufacturer for the type of surface; i.e., galvanized,
aluminum, copper or brass, to be coated and for the
finish coating system; i.e., alkyd, epoxy, or vinyl.
Finish coating will be dependent on the environment.
09902 -8
G. Plastic or Fiberglass (Painting System No. 7)
1. Environment. Plastic or fiberglass, exposed in
exterior or interior locations.
PART 3 - EXECUTION
2. Surfaces as specified in Painting Schedule or shown on
the Drawings.
3. Surfaces to be coated shall be cleaned free of oil,
grease, dirt or other foreign materials.
4. Coating. An acrylic or vinyl coating system shall be
used as recommended by coating manufacturer to assure
bonding to plastic or fiberglass surface.
3.01 INSPECTION
A. Examine - surfaces scheduled to receive paint for conditions
that may adversely affect execution, permanence or quality
of work and which cannot be put into an acceptable
condition through preparatory work as included in Article
3.02, Preparation.
B. Do not proceed with surface preparation or coating
application until conditions are suitable.
3.02 PREPARATION OF SURFACES
A. Prior to all surface preparation and painting operations,
completely mask remove, or otherwise adequately protect all
hardware, accessories, machined surfaces, plates, lighting
fixtures, and similar items in contact with painted
surfaces but not scheduled to receive paint.
B. Ferrous Metal Surfaces.
1. Prepare surface in accordance with this Section and
coating manufacturer's recommendation for applicable
finish coating system.
2. Touch up abraded or work spots of shop applied primer.
C. Galvanized, Aluminum, Brass, Copper, Plastic or Fiberglass
Surfaces. Prepare surfaces in accordance with this Section
and coating manufacturer's instructions.
09902 -9
c `)
3.03 APPLICATION
A. General Requirements
1. Do not apply initial coating until moisture content of
surface is within limitations recommended by paint
manufacturer.
2. Apply coatings with suitable brushes, rollers or spray
equipments. Care ehall be taken to mask or protect
adjacent surfaces when spray equipment is used.
a. Rate of application shall not exceed that
recommended by paint manufacturer for the surface
involved.
b. Keep brushes, rollers and spray equipment clean,
dry, free of contaminants and suitable for the
finish required.
3. Comply with recommendations of product manufacturer for
drying time between coats.
4. Sand and dust between each coat to remove defects
visible from a distance of five feet.
5. Finish coats shall be smooth, free of brushy marks,
streaks, laps, or pile up of paints, and skipped or
missed areas.
6. Inspection.
a. Do not apply additional coats until completed coat
has been inspected.
b. Only inspected coats of paint will be considered in
determining number of coats applied.
7. Leave all parts of moulding and ornaments clean and
true to details with no undue amount of paint in
corners and depressions.
8. Make edges of paint adjoining other materials or colors
clean and sharp.
9. Refinish whole area where portion of finish has been
damaged or is not completed.
09902 -10
B. Quality of Finish Work.
All painting shall be at least two coats. As some paint
colors do not have good hiding qualities, the following
procedures will be used to assure quality finish work.
1. Tint prime coat to match finish coat, or
2. Apply an additional finish coat.
3.04 DRY MIL THICKNESS
A. Apply all coatings to the dry mil thickness indicated in
this Section.
B. Furnish an approved magnetic type dry mil gauge apparatus
to measure the dry film thickness. The Elcometer Thickness
Gauge shall be furnished by the Contractor for inspection.
Furnish holiday detector devices. Holiday detector devices
shall be Tinker and Rasor M -1 or equal. Holiday detector
devices shall be approved for low- voltage type. All of the
above inspection gauges shall be furnished and on the job
before painting operations proceed and shall remain on the
job until its completion and acceptance. The Contractor or
his representative shall instruct on the proper use and
care of all such gauges.
3.05 CLEANING
A. Touch up and restore finish were damaged.
B. Remove spilled, splashed or spattered paint from all
surfaces.
C. Do not mar surface finish of items being cleaned.
D. Leave storage space clean and in condition required for
equivalent spaces in project.
3.06 COLOR SELECTION
Color shall be the manufacturer's standard unless otherwise
directed by Owner.
3.07 MANUFACTURER'S STANDARD PAINTING METHOD
The manufacturer may submit for review a description of his
standard procedure as an alternate to this Section. If
approved by the Owner, the manufacturer's standard method
may be used.
END OF SECTION
09902 -11
F y
0, "rte
DIVISION 13 - SPECIAL CONSTRUCTION
SECTION 13641 - INSTRUMENTATION SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
2. Operating and Maintenance Data: Section 01730
3. Warranties and Bonds: Section 01750
4. Spare Parts and Maintenance Tools: Section 01760
5. Mechanical Painting: Section 09902
6. Instrumentation and Communication Wire and Cable:
Section 13643
7. Panels, Racks and Graphic Displays: Section 13645
8. Relays, Switches and Panel Hardware: Section 13646
9. Level Sensing System: Section 13647
10. Radio Telemetry System: Section 13660
B. Scope. Provide all labor, materials, equipment, tools and
related items of work to furnish, install, test and place
into complete operation of Instrumentation System for
monitoring and controlling the booster pump stations,
elevated storage tanks and associated additions to the water
distribution system. The Instrumentation System shall be as
shown on the Drawings and as described in these
Specifications.
C. Work Description. The work covered under this Section and
related Sections shall include but not necessarily be limited
to the following areas:
1. All instruments, hardware, signal cables and related
items as required by the control loops described in the
Specifications and indicated on the Drawings.
2. All signal cable, terminals, connections, identification
and testing.
3. All control panels or consoles, racks, field panels and
the related panel mounted items, such as fuses,
switches, push - buttons, lamps, relays, terminals, blocks
and power supplies.
4. All labor, supervision, coordination and engineering
required for a complete and operable installation,
including testing, calibrating and commissioning of all
instrumentation and control loops.
13641 -1
1.02 QUALITY ASSURANCE
A. Applicator Qualifications. The Contractor shall assume the
overall responsibility to furnish, install and check out the
instrumentation system and shall demonstrate that he has
accomplished these functions on instrumentation systems of
similar size and complexity. Information shall be furnished
listing system, year placed in operation and description.
B. Design Criteria
1. The Schedules and loop descriptions herein, along with
Specifications are intended to provide a functional
description of all control loops within the
instrumentation and control system.
2. The installation of all instrumentation, control loops,
systems, sub - systems, equipment and related items shall
be in accordance with the manufacturer's or supplier's
engineered shop drawings for the actual instrumentation
system to be installed and as reviewed by the Engineer.
3. Power equipment shall be provided from existing power
panels.
4. Where the existing wiring, conduit, cable trays,
raceways or related items are not proper for the
proposed instrumentation system, the Contractor shall
adjust his bid quotation to include modifications
required and shall be responsible for providing
additional materials and labor without additional cost
to the Owner.
1.03 SUBMITTALS, OPERATION AND MAINTENANCE MANUAL, SPARE PARTS AND
TOOLS
A. Submittals shall comply with the requirements of Section
01340 and the following requirements:
1. Provide shop drawings for each instrumentation loop
showing definite diagrams which identify each component,
using legend and symbols in accordance with ISA Standard
S5.1. The schematics of the various instrumentation
loops shall be according to ISA Standard 55.4 in
format. The drawings shall show location and
identification of wiring, including signal cable.
2. Provide product data for each instrument component to be
furnished. The data sheets shall show: component name
13641 -2
and tag number used herein and on the Drawings,
manufacturer's model number or other product
designation, project system or loop of which the
component is a part, location or assembly at which the
component is to be installed, input and output
characteristics scale range and unite (if any),
requirements for electrical supply (if any), and
materials of component parts to be in contact with or
otherwise exposed to process media.
3. Include a separate technical brochure or bulletin with
each instrument data sheet. Index data sheets in the
submittal by tag number as a separate group for each
type instrument. If one type of instrument is employed
more than once, one brochure or bulletin may cover all
identical uses of that instrument.
4. Drawings showing both the schematic and wiring diagrams
for control circuits. Complete details on the circuit
interrelationship of all devices within and outside the
control panels shall be submitted using schematic
control diagrams and wiring diagrams. The wiring
diagrams shall consist of component layout drawings
showing terminals on components together with the number
of the wire to be connected to each terminal.
B. Operation and Maintenance Manual. An operation and
maintenance manual shall be furnished for the Instrumentation
System complying with the requirements of Section 01730. The
manual shall include:
1. Record drawings corrected to reflect actual
installation.
2. Product Data. Operation and maintenance manuals on the
various components, each identified by tag number of the
component. This will not include relays, wire and other
passive or very simple devices. It shall include all
electronic, pneumatic and mechanical instruments.
3. Operation of the system, as a system, shall be described
in a logical manner.
C. Spare parts and Maintenance tools. The spare parts described
herein and in the various related sections shall be provided,
packaged and identified in accordance with Section 01750. As
a minimum, the spare parts shall include:
13641 -3
1
1
1
1
The installation system components shall be stored in a dry,
sheltered place, not exposed to the outside elements, until
installed.
1 1.05 JOB CONDITIONS
1 A.
1
1
1
1
1
1
1
1
1
1
1
1
1
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
PART 2 - PRODUCTS
2.01 GENERAL
1. Two of each type printed circuit board.
2. One box of each size and type fuse used.
3. One year's supply of nonperishable maintenance supplies.
4. One radio unit.
All instruments and equipment shall be of the type designed
to operate under the environmental conditions where it is to
perform its service. The environmental conditions are as
follows:
1. Outdoor Locations. The instruments and equipment will
be exposed to direct sunlight, dust, rain, snow, ambient
temperatures from 0 degrees F to 120 degrees F, relative
humidity of 10 to 100 percent, and other natural outdoor
elements such as insects and rodents.
2. Indoor Locations. The instruments and equipment shall
be capable of operating in ambient temperatures of 32° F
to 110° F, relative humidity of 20 to 100 percent.
The product of this Section shall be a complete operating
water distribution system telemetry. This shall include a
radio telemetry system, modification to existing pump station
control and training Owner designated personnel in the
operation of the system. All stations shall default with
motors off if communication is lost.
2.02 TELEMETRY LOOPS
A... Standpipe, Elevated Tank and Ground Storage Tank Level Loops
This will require a remote radio unit which may be
interrogated to determine the level. Install a 4 to 20
milliampere transmitter as specified in Section 13647.
B. Lake Georgetown Raw Water Pump Control and Monitor Loop
13641 -4
01 ,7.'1 1 3
The intake pump control and monitor loops which are
telemetered shall indicate pump status, valve position,
presence of flow, chlorine leak, voltage of each of
these phases of the 1300 V power supply and alarm
condition. They shall also provide override control of
the pumps allowing the operator to stop a pump which has
been automatically started or start a pump that is
stopped. Pump rotation shall be controlled by the
telemetry. The voltage monitor shall have a minimum
accuracy of ± 4 %.
C. Booster Pump Control and Monitor Loops
The pump control and monitor loops which are telemetered
shall indicate pump status, number of starts, run time,
valve position, presence of flow, chlorine leak and
alarm condition. They shall also provide override
control of the pumps allowing the operator to stop a
pump which has been automatically started or start a
pump that is stopped. Low level condition of the ground
storage tank shall lockout the pumps. Pump rotation
shall be controlled by the telemetry.
D. Well Pump Control and Monitor Loops
The well pump control and monitor loops which are
telemetered shall indicate pump and well status,
pressence of flow, chlorine leak, number of starts, run
time, and alarm condition. They shall also provide
override control of the pumps allowing the operator to
stop a pump which has been automatically started or
start a pump that is stopped. Low level condition of
the well shall lockout the pump. High turbidity in Well
19 shall lockout the pump.
E. Isolation Valve Control and Monitor Loops
The isolation valve control and monitor loops which are
telemetered shall indicate valve position and provide
override control of the valve allowing the operator to
close a valve which has been automatically opened or
open a valve that is closed.
F. Water Treatment Plant Filter Backwash Control and Monitor
Loops (Future)
The filter backwash control and monitor loops shall
start a backwash cycle when either the operator
specified time has elapsed or the headloss across a
filter exceeds a previously set limit. This cycle
requires the manipulation of pneumatic valves ont he
waste lines and air scour lines in a preset sequence. A
manual override shall allow the operator to backwash
individual filter cells.
13641 -5
G. Lift Station Monitor Loops (Future)
The lift station monitor loops shall indicate wet well
level, loss of power, pump starts, and pump run time.
H. Wastewater Treatment Plant Monitor Loop (Future)
The wastewater treatment plant monitor loop shall
indicate loss of power, intruder, chlorine leak, blower
status, and wet well levels.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install instrument and control components comprising the
various loops at the locations approved by the Engineer, and
in accordance with the manufacturer's instructions, to make a
complete and operable instrumentation system.
B. Install the control panels approved by the Engineer.
C. Field check all instrument loops.
1. Calibrating the instruments for levels as specified at
various locations.
2. Manufacturer's representative(s) shall inspect
installation of their equipment and furnish written
confirmation that their equipment is installed properly,
adjustments completed and operational. The work shall
be coordinated by the Contractor who shall secure
cooperation of all manufacturers.
D. Identification. All instruments and telemetry equipment
shall be identified with instrument Loop Numbers and
Service /Function. All signal cables shall be identified in
accordance with Section 13643.
E. Modification of Existing
1. Add a "local /remote" switch to each pump /motor circuit.
2. Add pump motor "run /stop" report back to the radio
telemetry system for each pump /motor circuit.
3. Low level in ground storage tank override control of the
pumps.
4. All electrical system modifications to balves in vaults
shall be capable of withstandiung submergence without
failure.
END OF SECTION
13641 -6
0C1.13
SECTION 13643 - INSTRUMENTATION AND COMMUNICATION WIRE AND CABLE
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
2. Instrumentation System: Section 13641
B. Scope. This Section defines the instrumentation and
communication wire and cable used. This includes all low
voltage signaling circuits not covered in the Electrical
Division of these Specifications. Included are the minimum
installation and termination requirements. The
instrumentation and communications wire and cable
installation shall comply with the requirements of the latest
edition of the National Electrical Code, as modified by
applicable local electrical codes.
1.02 QUALITY CONTROL
A. Quality Control Procedure. The manufacturer of the wire and
cable shall have a written quality control procedure which
shall be made available to the Engineer or Owner upon demand.
B. All wire shall bear the approval of Underwriters
Laboratories, Inc.
C. Manufacturers. Manufacturers of instrumentation and
communication wire and cable shall be:
1. Samuel Moore and Co.
Aurora, Ohio
2. TRW Crescent Wire and Cable
Trenton, New Jersey
3. Belden Cable
Richmond, VA.
4: General Cable
New York, New York
5. The Okonite Company
Ramsey, New Jersey
6. Approved Equal
13643 -1
0C113
1
1 1.03 IDENTIFICATION
I The instrumentation and communication wires shall be color
coded in each cable with a distinctive code. The cables
shall be continuous with no splices between termination
points and shall be distinctively identified at each end with
1 _ shrink fit identification collar.
PART 2 - PRODUCTS
1 2.01 INSTRUMENTATION WIRE AND CABLE
A. General. Instrumentation cables shall be made up of twisted
pairs or twisted triplets with 1 -1/2 to 2 -1/2 inch lay
staggered.
B. Conductors. The conductors shall be tinned copper per ASTM B
33 and Class B stranded per ASTM 8 8.
' C. Insulation. The insulation shall be a heat, moisture or
chemical resistant thermoplastic polymer compound which shall
meet or exceed the electrical and physical requirements of
Iterim Standard No. 1, IPCEA S -68 -516 and IPCEA S- 19 -81, Part
'
3. The minimum thickness of the insulation shall be 0.020
inches.
I D. Identification. Pairs: black and white insulation.
Triplets: black, white and red insulation. Group
identification: in each pair or triplet each conductor shall
1 have printed, at one inch intervals, contrasting colored
numbers so that each wire group in the cable can easily be
located. Black numbers on white insulation, white numbers on
black or red insulation. Cables shall be identified by a
1
shrink fit collar at each end.
E. Shielding. As designated on the schedule, the wire and cable
1 shall be furnished in one of four ways (1) unshielded (NS),
(2) shielded pairs or triplets (SP, ST), (3) shielded cable
(SC) or (4) shielded pairs or triplets in a shielded cable
I (SPSC, STSC). The shield shall be a helically wrapped
conductive material such as aluminum polyester or mylar
backed aluminum foil. The shielding shall include a drain
wire which is in continuous contact with the shield
I throughout the cable length. The drain wire shall serve to
electrically terminate the shield.
I P. Jacket. The overall jacket shall meet or exceed the
requirements of IPCEA 8- 19 -81, Fifth Edition, Part 4. It
shall be a flame resistant polymer compound with a thickness
of 0.045 inches nominal.
1 00123
1 13643 -2
1
PART 3 - EXECUTION
3.01 INSTALLATION OF WIRE AND CABLE
A. General. Article 725 in the National Electrical Code defines
the minimum requirements for remote control, signaling, and
power limited circuits. Apparent discrepancy between these
requirements and those in the Drawings and Specifications
shall be submitted to the Engineer for clarification or
rectification.
B. Splices. Do not make splices which will be located in a
conduit or other hidden, inaccessible place. Make spliced
and /or tape with mechanical type or compression type
connectors. No soldered splice or tap will be acceptable.
Reinsulate splices and taps with Scotch Tape No. 33, half
lapped, to a thickness of 1 -1/2 times the conductor
insulation thickness.
C. Stripping Wire and Cable. Strip wire in cables by a
commercial plier type, hand stripping tool which does not
require pulling on the wire to remove insulation. Use knife
stripping of wire insulation only when the plier type is
impractical and there is an urgent need. There shall be no
severed strands in any wiring assembly and the maximum number
of severed or nicked strands in any one conductor shall not
exceed one in seven to fifteen strand conductors or two in
sixteen to eighteen strand conductors.
D. Install field wire and cable in conduit and cable tray
systems.
1. Do not run power drive or cable in the same conduit as a
signal wire or cable.
2. Do not install power in the same cable with any analog
signal, nor telephone or intercommunications signal.
3. Analog signals shall be carried over shielded wire.
4. Wherever possible all analog signals shall be in
separate cables from switching, alarm or statue signals.
5. Do not run cable for conductive electrode excitation in
the same conduit as analog signals.
6. In cable trays, tie cables and wires at intervals not
more than 10 feet.
13643 -3
ociv-
1
7. Wiring to and from field equipment shall have
electrostatic shielding at all junction boxes, terminal
cabinets and panels between the control unit and the
' field instrument.
3.02 WIRE TERMINATIONS
I A. Terminal Boards. Terminate instrumentation wire which
terminates at screw type terminal boards with flat, insulated
crimp -type spade lug. Crimp the spade lug with a positive
I crimp tool especially designed for use on that type spade
lug.
B. Unused Spare Wires. Terminate spare wires by an insulated
cap or coat with urethane spray.
1 END OF SECTION
1
1
1
1
1
1
1
1
1
1 2,
1 13643 -4
1
SECTION 13645 - PANELS. RACKS AND GRAPHIC DISPLAYS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
2. Mechanical Painting: Section 0902
3. Instrumentation System: Section 13641
4. Instrumentation and Communication Wire and Cable:
Section 13643
5. Switches, Relays and Panel Hardware: Section 13646
B. Scope. Provide all labor, materials, equipment, tools and
related items required to furnish and install all panels.
Install in these panels all instruments and controls as
specified herein and in other Sectione of the Specifications
and as indicated on the Drawings. Mount the various
controls, alarm devices, indicators, electronics, power
supplies and other appurtenances which mount in the scheduled
panels.
1.02 QUALITY ASSURANCE
A. Applicable Documents. The following documents are a part of
these Specifications and have specific application to the
instrumentation system. This does not imply that documents
cited elsewhere in these Specifications do not apply to
instruments.
1. NEMA Publication Number 151.1 -1969, "Enclosures for
Industrial Controls and Systems."
2. ANSI C -83.9 (latest revisions), "Panel Mounting Racks,
Panels and Associated Equipment, Nomenclature and
Dimensions for" or EIA RS310B, same name.
1.03 SUBMITTALS
A. Submittals shall be
following:
1. Furnish panel
all instruments
in accordance with Section 01340 and the
fabrication drawings showing lay -out of
and related items.
13645 -1
OC123
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Storage Prior to Installation. Shelter the instrumentation
and control system from atmospheric conditions. Store in a
cool, dry place until installed. Handle with care. Avoid
dropping even by a very short distance. Prevent bumping or
ramming by power equipment.
B. Identification. Each panel or enclosure shall be distinctly
marked on the back side or rear door (side door when used)
with the panel /enclosure number assigned on the Drawings and
Schedules.
PART 2 - PRODUCTS
2.01 ENCLOSURES /RACKS AND PANELS
A. Enclosures
1. Equipment Enclosures, Vertical Racks for Instrument and
Control Panels, Inside Protected. Manufacture vertical
racks, enclosed type, in conformance with ANSI C -83.9
and the following requirements.
2. Frames. The frames shall be of the height and shape
indicated on the Drawings. Mount on pontoon bases of 12
gage steel. Make frames of 14 gage or thicker,
multiformed welded steel channel.
3. Panels. Construct panels of 16
Size as indicated on the Drawings
4. Doors. Construct doors of 16
Weld and reinforce to prevent sag
and hinged panels shall have
mechanisms.
gage or thicker steel.
gage or thicker steel.
or warping. All doors
appropriate latching
5. Instrument, Control and Filter Panels. Design
instruments and controls indicated on the Drawings for
either the standard 19 inch or 24 inch wide electronic
equipment rack. Mount in a blank instrument panel of
the. standard size indicated on the Drawings. The
instrument and control panels shall be 10 gage or
thicker.
6. Finish. Prepare and paint enclosure, including the
doors, frames, pontoon base and panels, in accordance
with Section 0902, Paragraph titled "Metal, Normal
Exterior and Interior Exposure." The colors shall be as
selected by the Owner.
13645 -2
ocV
7. Designation instrument and control panels shall have a
self approximately 18 inches wide, continuous across the
console modules. It shall be at desk height with the
writing surface at approximately 30 inches above the
floor. The shelf shall be color coordinated with the
cabinet modules. Construct shelves of 3/4 inch thick
particle board with laminated plastic sheets bonded to
the top, front, sides and underside. Support console
shelves by support arms attached to the modules, made of
formed 14 gauge or heavier steel designed for this
purpose.
B. Fabricated Panels
C.
1. Material. Formed fabricated panels from 12 gage (or
thicker) hot rolled sheet which is free and clear of all
dents, scale or other mars.
2. Fabrication. Form panels to allow attachment to the
adjacent panels and floor. Use stiffeners where needed
and position to clear the instruments shown on the
Drawings. Make cute for the instruments shown on the
Drawings. Make cut outs for the instruments to fit the
size and style instruments selected, as indicated on the
Drawings. The positions marked "future instrument"
shall have the hole cut and covered with a cover plate.
Grint weldmente to a smooth surface. Remove burrs,
sharp edges and points.
3. Painting. Preparation for painting and painting shall
be in accordance with the Paragraphs for "Metal, Normal
Exterior or Interior Exposure" in Section 0902. The
colors shall be as selected by the Owner.
Fiberglass Enclosures (an alternate to Steel)
1.
Material. The
mat- reinforced
2. Construction
fiberglass enclosures shall be fiberglass
polyester resin.
a. -The panels and frame of the enclosures shall have
intergral stiffening ribs for strength and rigidity.
b. Nominal thickness of all surfaces except the front
shall be 1/8 inch.
c. Sides shall incorporate fiberglass encapsulated wood
reinforcing.
13645 -3
PART 3 - EXECUTION
3.01 CONSTRUCTION
d. The front surface shall have a nominal thickness of
1/4 inch.
e. Provide a 3 inch wide mounting base with means of
anchoring the enclosure to the floor.
f. Gel coat exterior surfaces to provide a corrosion
resistant, maintenance free satin finish. Mold
colored pigments into the resin.
Fabricate instrumentation panels and
controls in the supplier's facility.
modules shall be via terminal strips.
accordance with Section 13643. All
panel hardware shall be in accordance
install instruments and
Interconnection between
All wiring shall be in
relays, switches and
with Section 13646.
3.02 INSTALLATION
Install panels in locations indicated on the Drawings.
3.03 PAINTING
Paint panels with color selected by the Owner.
3.04 REMOTE STATION ENCLOSURE
Remote Station enclosures shall:
1. Meet NEMA 12 Requirements for indoor use.
2. Meet NEMA 4X Requirements for outdoor use.
END OF SECTION
13645 -4
SECTION 13646 - SWITCHES. RELAYS AND PANEL HARDWARE
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
2. Instrumentation System: Section 13641
3. Panels, Racks and Graphic Displays: Section 13645
B. Scope. Furnish and install switches, relays and panel
hardware in the control and instrumentation panels.
1.02 SUBMITTALS
The submittals shall be as defined in Section 01340 or
modified in Section 13641.
PART 2 - PRODUCTS
2.01 TERMINALS
A. Panel to field terminals. The panels shall have the minimum
number of electrically isolated terminals as indicated on the
Drawings and shall include 10 percent spares. The terminal
block shall be of the tubular clamp type for rapid field
connections. They shall have center to center spacing of
approximately 3/8 inch. They shall meet the 600 volt
creepage and clearance requirements of NEMA and UL for
general industrial control equipment and panel boards.
B. Inside Panel Terminal Strip. Each panel or module shall have
a factory installed pre - engineered terminal strip which shall
have sufficient terminals to provide for instrument direct
current power distribution within the module and provide for
the need signal interconnections required to perform the
prescribed functions of the Specifications. The field and
power terminals shall be nominal 600V nylon /polypropylene
blocks with a center to center spacing of approximately 3/8
inch. Design for easy field connection. The terminal blocks
used for internal wiring shall be rated at 30 amperes
1600 /2500 VRMS breakdown, shall use.8 -32 x 5/16 binderhead
screw terminals, shall have a minimum leakage path of 0.5
inches between terminals, and shall be a maximum of 1 -3/8
inches wide and 3/4 inches high. The terminal boards for
internal wiring shall be
13646 -1
1. Allied Model Series A702.
2. Cinch Model Series 142.
3. Kulka Model Series 602.
4. Approved Equal.
2.02 PANEL SWITCHES, OIL TIGHT
A. Illuminated Push Bottom Operator, Momentary. Illuminated
push button operator shall be complete with the lens
indicated on the Drawings. Furnish each momentary
illuminated push button with a protective full shroud.
B. Operator, Three Position Selector. Design the three position
selector switch operator to operate up to four standard
contact blocks, switching all simultaneously to accomplish
the control function indicated on the Drawings.
C. Operator, Three Position, Spring Loaded Return to Center.
Same as 3 position selector, except spring return to center
position when released.
D. Operator, Two Position Selector. Design the two position
selector switch operator to operate up to four standard
contact blocks, switching all four from NC to NO positions.
E. Operators, Two Button Maintained Contact. The maintained
pushbutton operators used in the instrumentation and control
system shall be mechanically interlocked to be maintained in
both directions.
F. Contact Block- Standard. The standard contact blocks shall
incorporate double break noble metal contacts. The blocks
shall have screw type terminals. The multiposition switches
shall close and open in the sequence indicated on the
Drawings. Contacts shall be rated at 1 amp inductive, break
- 5 amp make, 120V AC or better.
G. Unlighted Puehbutton. The unlighted pushbutton operator
shall have a clear cap set with color insert, a plunger, a
full guard bezel, mounting hardware and operator. Color and
legend shall be as indicated on the Drawings.
H. a Manufacturers.
1. Westinghouse.
2. Square D.
3. Micro Switch.
13646 -2
OPi23
2.03 PANEL /GRAPHIC DISPLAY LAMPS
A. Tricolor Lamps. Use tricolor lamps for status and alarm
indication. The tricolor shall be either:
1. Three lamps with different color lenses under a common
lens /nameplate, approximately 1 -inch diameter or:
2. Three lamps under three lens /nameplates of different
colors in a common mount. The panel space shall not
exceed 2 inches by 2 inches.
2.04 LIMIT SWITCH
A. Valve position or status shall be indicated through the
installation of lever type, spring return, DPDT
microswitches. These switches shall be Allen Bradley Model
8802 MC -AY5 with 802 MC -WIA roller lever or approved equal.
END OF SECTION
13646 -3
SECTION 13647 - LEVEL SENSING SYSTEMS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340.
2. Mechanical Painting: Section 09902
3. Instrumentation and Communication Wire and Cable:
Section 13643.
4. Instrumentation System: Section 13641.
B. Scope. Furnish all labor, materials, equipment and related
items required to furnish and install level sensing systems
in the monitoring and control loops as indicated on the
Drawings and listed in the Schedules.
1.02 QUALITY ASSURANCE
A. Quality Assurance Program. The manufacturer of the level
sensing system shall have a written quality assurance program
which shall be made available to the Owner or Engineer upon
request for review.
B. Testa. Test each unit at the factory to assure proper
operation prior to shipment.
1.03 SUBMITTALS
The submittals shall be in accordance with the requirements
of Section 01340 and as modified in Section 13641.
PART 2 - PRODUCTS
2.01 ELEVATED /GROUND STORAGE TANK LEVEL TRANSMITTER
A. The elevated or ground storage tank level transmitter shall
be B.I.F. Model 251 -16 or approved equal.
B. Setback.or zero suppression shall be adjustable from 0 to 100
percent of overall head. (Surface ground storage tanks and
standpipes require no zero suppression.)
C. The sensor shall be protected against freezing without
electrical power. This protection shall not interfere with
the operation or maintenance of the unit.
13647 -1
D. Transmitter Signal.
1. Current Signal:
PART 3 - EXECUTION
3.01 SCHEDULE
0 Percent Range 100 Percent Range
The equipment supplied under this Section of the
Specifications shall be according to the Drawings.
END OF SECTION
13647 -2
4 MADC 20 MADC
SECTION 13660 - RADIO TELEMETRY SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
A. Description
1. Shop Drawings, Project Data and Samples: Section 10340
2. Operating and Maintenance Data: Section 01730
3. Warranties and Bonds: Section 01750
4. Spare Parts and Maintenance Tools: Section 01760
5. Instrumentation System: Section 13641
6. Racks, Panels and Graphic Displays: Section 13645
7. Relay Switches and Panel Hardware: Section 13646
B. Scope. The purpose of this Section of the Specifications is
to define the hardware and functional requirements of the
Radio Telemetry System to be supplied. The number and type
of input /output signals at each location are presented in the
Schedule.
C. The Contractor shall supply:
1. Spare parts and maintenance tools as defined in Section
01760 and in paragraph following.
2. A set of operation and maintenance manuals as defined in
Section 01730.
3. Shop drawings prior to installation as defined in
Section 01340.
4. All equipment required by schedule.
5. All wiring, and other ancillary equipment, hardware and
appurtenances needed for proper installation and
operation of equipment.
6. All labor required for installation and startup of the
system.
1.02 QUALITY ASSURANCE
A. Qualification of System Supplier
The telemetry, remote data acquisition and control system
shall be furnished by a system supplier who shall assume
responsibility for the satisfactory performance of the
complete system. Only suppliers who can demonstrate their
capability with similar systems will be considered.
13660 -1
The foregoing shall enable the Contractor and the Owner to be
assured that the full responsibility for the critical and
complex technical requirements of this section will reside in
an organization which is qualified and experienced in the
water supervisory control field and its process techniques on
a functional systems basis.
System suppliers wishing to qualify must apply in writing to
the Engineer at least 12 days prior to the bid opening date.
Each applicant for prequalification will be evaluated based
on his ability to meet the following minimum criteria:
1. Provide a list of at least five projects successfully
completed and in which the supplier performed system
engineering, system fabrication, documentation,
including schematic, wiring and panel assembly drawings,
field testing, calibration and start -up, operator
instruction and maintenance training. The projects shall
consist of the same system submitted for
prequalification with a minimum of twenty (20) remote
unite. In addition, list the following information for
each project.
a. Number of remote site locations or remote terminal
units ( RTU's).
b. Manufacturer and model number of computer system
used.
c. Manufacturer and model number of RTU's or telemetry
equipment.
d. Approximate number of inputs to the system, analog
and digital.
e. Approximate number of output functions from the
system, analog and digital.
f. Contracted cost of the instrumentation, telemetry
and computer system.
g. Date of completion or acceptance.
h. Customer contact name and phone number.
Name the individual person who will be responsible for
office engineering and management and the individual
responsible for field testing, calibration and start -up
and operator training for this project. References
called for in the previous item shall include recent
projects of these individual persons.
Document that his company has been actively involved in
the instrumentation systems business (under the same
corporate name) for a minimum of four years.
Have a qualified service facility staffed with permanent
employees and equipped to calibrate, repair, test and
start -up all instrumentation.
13660 -2
c 133
2. Provide a system proposal as defined in Section
13660 -2.O1D and 13660- 2.02B. Each application will be
thoroughly examined, investigated, and then judged as to
competency to execute the scope of work required on this
project. Each applicant will be notified as to his
approval, or disapproval for qualification within 7 days
prior to the bid opening date.
B. Certification by System Suppliers
At the time of quoting to prospective Contractors prior to
bid opening, the prospective system supplier shall execute
and submit a written certificate of intent to assume full
responsibility for the complete requirements of Section 13660
of the specifications. A signed copy thereof shall be
supplied to each prospective specifications. A signed copy
thereof shall be supplied to each prospective Contractor for
inclusion by him with his Bidding Documents. Failure by a
bidding system supplier to provide this written certification
shall be treated by the prospective Contractors as NO BID and
that system supplier will not be acceptable.
C. Qualification of Contractor
The Contractor shall submit with his proposal, a list of
projects completed by his Company within the last five years
showing experience in the installation of supervisory control
and data acquisition systems which carry out similar control
and monitor functions to the water system described in these
specifications. This list shall include the following
information for each project:
1. System location
2. Date of completion or acceptance
3. Customer contact name and phone number
4. Manufacturer and model number of computer system
5. Manufacturer and model number of telemetry equipment
6. Number of remote sites
7. Contracted cost of complete system
1.03 MANUFACTURERS
A. The water system telemetry and control equipment shall be as
manufactured by:
1. BIF, Unit of General Signal
2. QEI, Inc.
3. Tejas Controls
4. Turbitrol
1 F721
� v ,
13660 -3
Revised Per Addendum No. 1 dated 8/11/86
B. Acceptance Testing
1. The Contractor shall require the supplier to perform a
factory acceptance test which demonstrates its
capability to perform the functions intended. This test
shall include the use of simulated input signals and
monitor of output signals.
2. The Contractor shall perform field acceptance test which
demonstrate the capability of performing all the
required functions.
1.04 WARRANTY
In addition to the requirements of Section 01750, the
supplier shall make and state as a part of his proposal a
warranty for all equipment furnished by him and, irrespective
of manufacturer, necessary and incidental to the complete
system. Such a warranty is not to expire prior to one (1)
year after acceptance of the supervisory system.
1.05 SUBMITTALS, OPERATION AND MAINTENANCE MANUAL, SPARE PARTS AND
TOOLS
A. Submittals shall comply with the requirements of Section
01340 and the following requirements:
1. Provide shop drawings for each instrument loop showing
definite diagrams which identify each component, using
legend and symbols in accordance with ISA Standard 55.1.
2. Provide product data for each instrument component to be
furnished. The data sheets shall show: component name
and tag number used herein and on the Drawings,
manufacturer's model number or other product
designation, project system or loop of which the
component is a part, location or assembly at which the
component is to be installed, input and output
characteristics scale range and units (if any),
requirements for electrical supply (if any),
requirements for air supply (if any), and materials of
component parts to be in contact with or otherwise
exposed to process media.
3. A separate technical brochure or bulletin shall be
included with each instrument data sheet. The data
sheets shall be indexed in the submittal by tag number
as a separate group for each type instrument. If one
type of instrument is employed more than once, one
brochure or bulletin may cover all identical uses of
that instrument.
13660 -4
1
1 4. Provide detailed calculations and coneideratione used in
selecting radio equipment, antenna and mounting heights
of the antenna at all locations.
I 5. Drawings showing both the schematic and wiring diagrams
for control circuits. Complete details on the circuit
I interrelationship of all devices within and outside the
control panels shall be submitted using schematic
control diagrams and wiring diagrams. The wiring
I diagrams shall consist together with the number of the
wire to be connected to each terminal.
6. For the computer based master station, in addition to
I the above, information on programming format, flow
chart, graphic generation, assembler language,
instructions for operating the system shall also be
1 submitted.
B. Operation . and Maintenance Manual. An operation and
I maintenance manual shall be furnished for the Instrument
System complying with the requirements of Section 01730. The
manual shall include:
I 1. Record drawings corrected to reflect actual
installation.
I 2. Product Data. Operation and Maintenance Manuals on the
various components, each identified by tag number of the
component. This will not include relays, wire and other
passive or very simple devices. It shall include all
1 electronic, pneumatic and mechanical instruments.
3. Operation of the system, as a system, shall be described
II in a logical manner.
C. Spare Parts and Maintenance Tools. The spare parts described
I
herein and in the various related sections shall be provided,
packaged and identified in accordance with Section 01760. As
a minimum, the spare parts shall include:
1. One box of each size and type fuse used.
2. One radio unit.
1.06 PRODUCT DELIVERY, STORAGE AND HANDLING
Store the instrumentation system components in a dry,
sheltered place, not exposed to the outside elements, until
installed.
1
1
1
13660 -5
1.07 JOB CONDITIONS
A. All instruments and equipment shall be of the type designed
to operate under the environmental conditions where it is to
perform its service. The environmental conditions are as
follows:
1. Outdoor Locations. The instrument and equipment will
be exposed to direct sunlight, dust, rain, snow, ambient
temperatures from 0° to 120° F, relative humidity of 10
to 100 percent, and other natural outdoor elements.
2. Indoor Locations. The instruments and equipment shall
be capable of operating in ambient temperatures of 32°
to 110° F, relative humidity of 20 to 100 percent.
PART 2 - PRODUCTS
2.01 SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM
A. General Description
The Contractor shall furnish and install a supervisory
control and data acquisition system. The SCADA system shall
be located at the Control Room at the Water Treatment Plant,
hereinafter, called the "Control Center." The SCADA system
shall be capable of accepting data from local and remote
water distribution system facilities and controlling various
facilities in the system either automatically or manually.
Input to the system shall be as described in Section 01010.
All measured variable signal inputs shall be pulse duration,
pulse rate, or 4 -20 milliamperes. All discrete (status and
alarm) signals shall be dry contact closures. The SCADA
system shall display data upon demand from the operator on a
CRT display monitor and shall produce automatic logs as
described below and shown in the drawings.
The Contractor shall provide all labor, materials, equipment
services and incidentals required to design, furnish,
install, program, calibrate, and start -up a SCADA system all
as shown on the drawings and specified herein. Equipment and
systems specified herein shall be compatible with
instrumentation specified under other Sections. The
equipment, materials, labor, programming, and services,
13660 -6
hereinafter termed the " SCADA System" shall be capable of
logging and controlling all specified water distribution
system functions. The Contractor shall assign the
responsibility for the SCADA system to the system supplier,
specified in this Section. This supplier shall coordinate
and have responsibility for interface with equipment and
services supplied in other sectione to ensure an overall
operating system.
8. Existing Conditions
The SCADA system and related peripheral equipment shall be
located in the water treatment plant control room. The
existing control room is an air conditioned office
environment. New power and telephone circuits as well as
signal cable routings shall be approved by the Engineer.
C. Equipment, Materiale and Workmanship
It is the intent of these specifications and of the drawings
to secure high quality in all equipment and materials, and to
require first -class workmanship, in order to assure long,
trouble -free operation and minimum maintenance of the SCADA
system.
Equipment and materials shall be the products of reputable,
experienced manufacturers with at least five (5) years
experience in the manufacture of similar equipment. Similar
items in the project shall be the products of the same
manufacturer. All equipment shall be of industrial grade and
standard of construction, shall be of sturdy design and
manufacture, and shall be capable of long, reliable,
trouble -free service.
The Contractor shall provide a microprocessor or minicomputer
based SCADA Master to accept the analog signals, and dry
contact status inputs as specified in the specifications.
The processor shall be provided with both RAM and ROM
memory. Battery backup for RAM memory shall be provided and
shall assure that no information stored in RAM memory shall
be lost during power failures of up to 4 hours duration.
(UPS) The programs for operation of the data logger shall be
stored in reprogrammable ROM memory (UV PROM). The
Contractor shall furnish in his prospectus a list of standard
self diagnostic procedures included with the central
processing unit.
The Contractor shall provide a floppy disk memory system with
the central processor interface for restoring data to the RAM
memory should any such data or program variables be lost as a
13660 -7
result of power failures exceeding 4 hours or other
circumstances. All programs for writing to or reading from
floppy disk shall be provided as part of the programming
package.
All equipment shall be of modular design to facilitate
interchangeability of parts and to assure ease of servicing.
This interchangeability shall apply to the following
components, as a minimum; the telemetering interface, and the
central processor:
1. CPU circuit boards
2. Memory boards
3. Communication boards
4. Analog and discrete signal interface boards
All equipment where practical shall be of solid state,
integrated circuit design. No vacuum tube equipment is
acceptable.
All work, including installation, calibration, testing,
adjustment, start -up, and maintenance, shall be done by
qualified experienced personnel who are technically skilled
in their trade, are thoroughly instructed, and are
competently supervised. The resulting completed installation
shall reflect professional quality work, employing the
highest industrial standards and methods.
D. Proposal Requirements
In order to properly evaluate a proposed system, the system
supplier shall submit a bound prospectus which shall describe
and present a detailed resume of the proposed SCADA system
characteristics and performance and which describes and
specifies the major equipment components of the SCADA system
he proposes to furnish.
This prospectus shall include at least the items noted in
this section together with supporting descriptive
information, calculations, etc., to facilitate a complete
evaluation of the proposal. It is the responsibility of the
supplier to furnish sufficient information on each item in
his prospectus so that a comparative appraisal may be made by
the Engineer.
Failure to submit a complete prospectus may result in
disqualification of the proposal.
13660 -8
c C V.r1
E. Proposed System Design Concepts
This section of the supplier's prospectus shall describe the
proposed concepts to be utilized, interface techniques and
the manner in which the system will be applied to the
telemetry system.
F. System Equipment Description
This section of the supplier's prospectus shall include the
generic and detailed technical description of the SCADA
Master and peripherals. Included shall be a list of the
manufacturers of each of the items described which are to be
assembled in the SCADA system. The description of the system
and peripherals to be furnished shall describe the modular
components and shall provide the information required in the
section of the specifications dealing with the hardware and
equipment to be provided.
G. Digital Processor Software Capability
This section of the supplier's prospectus shall describe and
detail the programming efforts the supplier will use if
awarded the Contract. The size, running time and
characteristics of standard programs shall be presented.
Descriptive detail shall be presented for, but not limited
to, the following categories.
1. System design and executive monitor including memory
maps (core and disk) and details of scheduler.
2. Data acquisition signal input and control signal output
organization, scan frequencies, error and limit checking
procedures.
3. Interrupt handling, priorities, and service items for
interrupt driven routines.
4. Output handling routines for the printer and CRT
display.
5. Display and report generation procedures for CRT
displays, loge and special reports.
6. Program initialization and start -up, power failure
restart procedures, automatic reload after watch -dog
timer time out. A statement as to whether or not the
contents of all hardware registers are saved or not is
required.
13660 -9
7. Operator /computer intercommunication procedures for data
retrieval as well as command generation.
8. Data base plan including format of data in fixed point
and /or floating point.
9. Periodic, alarm and status CRT /log formate based on
function required. Examples of Vendor's standard
formats shall be submitted as part of the prospectus.
H. Power Supply Requirements
The supplier shall present in his prospectus the required
size (KVA), operating characteristics, voltage and frequency
regulation and stability, and in rush capabilities of the on
line SCADA system and all peripherals. The supplier shall
indicate if his proposed processor and mass memory units
require special power supply regulation and /or power
isolation transformer(s) with normal utility power and if UPS
is required.
The supplier shall present in his prospectus data on heat
generated by the system and peripherals, and the normal
maximum operating temperature.
I. Maintenance
This section of the supplier's prospectus shall describe
hardware and software maintenance features to be provided.
For software maintenance features the amount of memory (core
or disk) required shall be stated as well as a statement as
to which of these features can be used while the system is on
line and which functions must be performed off -line.
Electronic test equipment required shall be listed as well as
any special tools or equipment required for service.
J. Installation
The supplier of the SCADA system shall be responsible to
oversee the installation of that system. Installation shall
include the mounting of all systems equipment in the
specified locations and shall also include the supplying of
all system cables and wiring required, utility power and
surge protection equipment. In addition, installation shall
include making all required power and signal line connections
to the equipment involved.
13660 -10
ay
The manufacturer of the SCADA system shall be totally
responsible for the proper operation of the total system. He
shall assume responsibility for any faults in the system due
to improper installation.
K. Calibration
The complete system shall be calibrated after installation by
the system manufacturer. This shall provide that those
components having adjustable features are set carefully for
the specific conditions and applications of this installation
and that the components and systems are within the specified
limits of accuracy. Defective elements which cannot achieve
proper calibration or accuracy, either individually or within
the system, or subsystem, shall be replaced.
L. Testing
Systems shall be exercised through operational tests in the
presence of the Engineer in order to demonstrate achievement
of the specified performance.
Operational tests depend upon completion of work specified in
other sections of these specifications. The scheduling of
tests shall be coordinated by the Contractor among all
parties involved so that the test may proceed without delays
or disruption by uncompleted work.
M. Start -Up
When the SCADA system is assessed by the Contractor and
Supplier to have been successfully carried through complete
operational teats with a minimum of simulation, and the
Engineer concurs in this assessment, system start -up by the
Owner's operating personnel, with assistance provided by the
Contractor and Manufacturer, shall follow.
N. Thirty Day Field Acceptance Test
After start -up of all systems has been completed, the system
will be given a 30 -day acceptance teat. The system must run
continuously for 30 consecutive days. During this period,
all system functions shall be exercised, and any system
interruption and accompanying component, subsystem, or
program failure shall be logged for cause of failure, as well
as time of occurrence and duration of each failure.
13660 -11
OGI V
Included in the system functions to be tested will be the
following procedures:
Display generation and editing
Report generation and editing
Security sign -on and code changing
Time and date maintenance
Alarm supression and restoration
Scaling and zeroing of any system analog
Modification or development of calculated variables and
the entering of the resulting data into the data base.
At least two displays will be specified and generated during
the test as well as a report to be printed automatically at
specified times. Failure of the system during the above
program testing shall be considered as indicating that the
programs and operating system do not meet the requirements of
the specifications and corrective action shall be required
before restarting the 30-day acceptance test.
Failures shall be classified as either major or minor. A
minor failure would be a small and noncritical component
failure which can be corrected by operators. This occurrence
shall be logged but shall not be reason enough for stopping
the test and shall not be grounds for non - acceptance.
However, should the same or similar component failure occur
repeatedly, this may be considered as grounds for
non - acceptance. Failure of the printer, or of the CRT
display shall be considered a minor failure providing all
functions can be provided by backup equipment (alternate
printers, CRT's) and repairs can be made and equipment
returned to service within three working days.
A major failure shall be considered to have occurred when a
component, subsystem, or program fault causes a halt in
operation of the system and /or when a Technician's work is
required to make a repair or to re- initiate operation of the
system.
A major failure shall cause termination of the 30 -day
acceptance test. When the causes of a major failure have
been corrected, a new 30 -day acceptance teat shall be
started. Substantial completion of the project shall not
occur until satisfactory completion of this 30 day test.
13660 -12
Each time a technician is required to respond to a system
malfunction he must complete a report which shall include
details concerning the nature of the complaint or malfunction
and the resulting repair action required and taken. If a
malfunction occurs which clears itself or which the operator
on duty is able to correct, no report shall be required. If
a technician has performed work but no report is written,
then a major failure shall be considered to have occurred.
During the 30 -day acceptance test each system function, e.g.,
status report - backs, alarms, logs, and displays shall be
exercised several times at a minimum and in a manner which
approximates "normal" system operation.
Only those components, subsystems, and systems covered in
this section of the specifications shall be considered for
this 30 -day acceptance teat. Failures of other systems shall
not be considered as part of this test. The City of Round
Rock and the Engineer shall have the final approval and
sign -off of the SCADA system.
O. Instruction and Training
Training programs shall be conducted with the Owner's
personnel covering operation, programming, and maintenance of
the SCADA system as described herein.
1. System programming training shall be provided for up to
eight of the Owner's personnel. This training course
shall be designed to familiarize the students with all
the programs used in the system, including the operating
system. Special emphasis shall be given to instruction
in using the report and display generator program with
the object of making changes and additions to existing
reports and displays as well as adding further reports
and displays in the future. Special emphasis shall also
be given to the methods to be used for adding or
deleting programs, scheduling and changing the
scheduling of programs, and assigning or changing the
priorities of programs. Hands -on system experience
shall be provided throughout the training period. The
duration of this course shall be a minimum of one week.
2. Training shall be provided for up to eight of the
Owner's personnel on the hardware and software of the
peripheral equipment. This training course shall be
designed to familarize the students with the peripheral
equipment with the object of enabling them to add and
delete analog and status points to the system both using
hardware additions and software modifications. Training
shall include hands -on experience with the input
interface units to be provided as well as instruction
13660 -13
1
1
1
1
1
1
1
1
1
1
1
1
1 '
1
1
1
1
1
1
and hands -on experience in the programming, erasing and
reprogramming of erasable read -only memory chips (or
other equipment used for program and parameter
storage). The duration of this course shall be a
minimum of one week.
3. A maintenance training course shall be provided for up
to eight of the designated Owner's personnel. This
course shall consist of training in routine and
preventative maintenance of all items in the system.
Emphasis shall be given to the locating of problems by
software techniques and the correcting of problems by
replacement at the module level. The training course
shall include instruction of the use of all maintenance
equipment and special tools provided under the contract.
During the course, hands -on experience with the system
equipment shall be provided. Course duration shall be a
minimum of one week.
4. During the start -up and 30 -day acceptance test period,
an operator's training course shall be given on site for
up to four of the designated Owner's personnel. This
course shall be designed to teach operations,
maintenance and supervisory personnel how to operate the
system and how to interpret the CRT displays, alarm
reports and other reports. The duration of this course
shall be a minimum of one week.
All training courses will given at the Owner's facility
during the final stage of system checkout. All
instruction, tools, and training material shall be
provided by the system supplier.
In order to allow for better preparation of the Owner's
personnel, the Contractor shall furnish instructional
material for the courses described well in advance of
the scheduled date of the start of the courses. In
addition, the Contractor shall confirm by letter or
telex to the Owner the starting date and location of
each course at least two weeks before such date.
P. Services of Installation Engineer
The Contractor shall furnish the services of factory trained
engineer(s) to check the completed installation and to make
all necessary adjustments for satisfactory operation of the
SCADA system. There shall also be furnished complete
installation drawings and instructions.
13660 -14
1
1
1
1
1
1
1
1
1
1
1
1
1 x
1
1
1
1
1
1
Tools and Test Equipment
The Contractor shall furnish all special tools and test
equipment required to calibrate the system and maintain it in
good operating condition.
R. Supplies
The Contractor shall provide all supplies necessary to
operate the system for a period of one year from date of
final acceptance. Such supplies shall include but not be
limited to:
Q.
1. Five boxes of fan- folded paper for each of the printers.
2. One box of ribbon for each of the printers.
3. One spare removable disk or disk pack for each one used
on the system.
4. Ten (10) floppy disks if such equipment is provided with
the system.
S. Central Processor Unit
The Contractor shall furnish a solid state integrated circuit
Central Processor Unit (CPU) with core or semiconductor
memory. This unit shall be specifically designed for
industrial control applications and shall be of a manufacture
which is currently in production. It shall be capable of
fully integrated process control employing standard
algorithms and allowing conversational program revision
without interrupting the process control functions. So far
as is practical, the design shall be of modular construction
for ease of servicing. The CPU shall be designed for
continuous operation and shall require no down time for
routine maintenance. The CPU and memory shall be a DEC
11/23+ or approved equal meeting the following
specifications:
1. Word length shall be a minimum of 16 bits.
�2. A powerful instruction set shall be implemented with
direct, indirect, indexed, and relative addressing
capability.
3. Hardware stack handling capability shall be provided
permitting re- entrant subroutines and automatic
(hardware controlled) nesting of subroutines and
interrupts.
13660 -15
r
4. Direct memory aa access
se
oroi peripheral devices such as mass
memory units
5. Automatic shutdown on power failure shall be provided
with sufficient time for storage of information in
hardware registers. If core memory is provided there
shall be no loss of information in core memory during
power failure. If semiconductor memory is provided, a
that
battery operated backup shal betprovidedstodasiu assure
pthat
data stored in memory
failures of up to one hour duration.
6. semiconductor of
memory shall be provided of o
intheinitial
system. Full memory cycle time shall be 1.2
microseconds or less. All words in memory shall be
directly addressable. The system shall be furnished to
allow plug -in expansion of memory up to 3 times the size
of the initial installation.
7. Parity shall be provided for each word (or each byte) in
memory.
8. A read -only memory unit shall be provided which shall
contain bootstrap loaders required to completely restart
the system should core or semiconductor memory be
completely wiped out. No operator loading of memory
locations shall be required for such restart.
9. A multilevel priority interrupt system shall be provided
with a minimum of 4 hardware controlled priority
interrupt levels with a virtually unlimited number of
interrupts per level.
10. A hardware watchdog timer shall be provided to be reset
periodically by the processor program in the course of
normal operations. If the watchdog times out, the
processor shall be automatically restarted and an image
of the core resident program shall be reloaded from disk
memory.
11. A real -time clock shall be provided which shall be
in lude n battery back -up and p shall f be g self y shall
correcting and
include correction for leap years.
The supplier shall furnish in his prospectus information on
the processor selected which shall include, but not be
limited to, the following information:
13660 -16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3. Total formatted capacity, in bytes, proposed to be
supplied.
4. Alternate disk drive sizes (if any) and the maximum
number of disk drives per disk controller. Include
details of expansion requirements.
5. Maximum expansion capacity with proposed disk
controller.
6. Average access time and transfer rate.
7. Operating power requirements including voltage and
frequency tolerances as well as any tolerances to
changing frequency (Hz /sec.).
8. Starting power requirements including inrush (starting)
current requirements as well as operating current
requirements and heat generated.
9. Environmental specifications and site preparation
information.
10. Physical size, floor space required and weight.
U. System Interface
The Contractor shall furnish a system interface rack or racks
complete with interface equipment to interface the CPU with
the peripherals and remote telemetry equipment. The
interface equipment shall be mounted on interchangeable,
plug -in printed circuit cards or modules using solid state
integrated circuit technology. All interface equipment shall
provide isolation of inputs to and outputs from the CPU.
Transient voltage protection shall be provided up to 600
VAC. Light emitting diodes (LEDs) shall be provided on
interface cards wherever feasible to indicate proper
operation and to aid in troubleshooting. The interface
equipment shall include modules to interface the central
processor with the following equipment:
1. Interface with CRT display and keyboard as described in
Section 13660- 2.OLW.
2. Interfaces with the medium speed serial impact printers
as described in Section 13660- 2.O1V.
3. Interfaces with the Main Control Board and telemetry
equipment.
13660 -18
4 - J
The inputs and outputs from the interface equipment rack(s)
shall be wired to terminal boards or plug -in connectors. The
data acquisition system supplier shall provide all interface
cables and connectors required for complete interconnection
between the SCADA System and the remote telemetry equipment,
located within the Control Center.
V. Printers
The Contractor shall furnish two identical medium speed,
serial, impact printers, each with computer interface
equipment. One printer shall be normally used as an alarm
printer and the other as a report printer. Each printer
shall act as backup to the other. Each printer shall be
provided with a pin feed platen and with accessories for
fan-fold paper. If printers are not free standing, suitable
stands shall be furnished.
Input to the printers shall be serial ASCII code and printing
speed shall be 120 characters per second minimum. Line width
shall be a minimum of 80 characters. The last printed line
shall be visible for immediate reading. Each printer shall
be capable of producing an original and two clear carbon
copies.
The supplier shall furnish in his prospectus complete
information on the printers to be furnished which shall
include, but not be limited to:
1. Manufactuer and model number.
2. Characters per line.
3. Lines per inch.
4. Printing rate - characters per second.
- lines per minute.
5. Method of character generation (e.g., 5 x 7 dot matrix,
etc.)
6. Character set.
7. Type of input - serial or parallel.
- ASCII or other code.
- baud rate or transfer rate.
8. Size of character buffer.
13660 -19
9. Operating power requirements.
10. Environmental specifications.
11. Physical size, floor space, and weight.
The Contractor shall furnish 5 boxes of pin -feed, fan -fold
paper after acceptance.
Printers shall be Centronics Model 10 1A, Digital Equipment
Corp., Decwriter, or equal.
W. Cathode Ray Tube Displays
The Contractor shall furnish one color Cathode Ray Tube (CRT)
displays and keyboards for installation on the new control
console. The CRT screen will be used to display information
to the operator in the form of station reports, alarm
summaries, point displays, etc., as described in the
epecifications. The CRT display and keyboard shall be
furnished with interface equipment as specified in Section
13660- 2.O1U.
The CRT displays shall be capable of displaying a full
complement of ASCII characters such as the letters of the
alphabet, digits, punctuation marks, etc., and in addition
shall be provided with limited graphics capability
characteristics:
1. Screen size shall be a minimum of nineteen (19) inches
measured on the diagonal.
2. The display shall be capable of displaying at least
eighty (80) characters per line.
3. The display shall be capable of displaying at least
forty -eight (48) lines per display.
4. The display shall be capable of displaying characters in
at least six different colors under program control.
5. Blink capability shall be provided, i.e., it shall be
possible to cause one or more characters in a display to
blink (at a rate of approximately twice per second)
under program control.
6. A cursor shall be provided to indicate the location for
next character entry.
13660 -20
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
7. In addition to the alphanumeric keyboard a numeric
keypad shall be provided including decimal point and
sign.
8. In addition to the control provided on the keyboard,
cursor controls shall be provided to move the cursor
forwards and backwards along a line, to move the cursor
up and down the screen, and to return the cursor to
"home" position.
9. Editing capability shall be provided and shall include
the ability to enter or delete a character, enter or
delete a line, and the ability to have fixed and
variable data fields on the screen.
10. All characters entered from the keyboard shall be
transmitted to the processor and from there
retransmitted to the screen of the CRT display for
operator verification.
11. Intended changes or requests shall be stored in
temporary memory locations, displayed for operator
review and entered into the operating program only after•
confirmation (e.g., pressing an "EXECUTE" pushbutton) by
the operator.
12. Minimum transfer rate between processor and CRT display
shall be 9600 baud (approximately 800 charactere per
second).
The supplier shall furnish in his prospectus complete
information on the CRT display and keyboard to be furnished.
Such information shall include, but not be limited to, the
following:
1. Manufacturer and model number.
2. Number of characters per line.
3. Number of lines per display.
4. Memory size (in total number of characters).
5. Screen size (diagonal).
6. Character set.
7. Method of character generation (e.g., 5 x 7 dot matrix).
13660 -21
5A ,
1
1
1
1
1
1
1
1
1
1
1
1
1 •.
1
1
1
1
1
1
8. Input characteristics: serial or parallel
ASCII or other code
baud rate or transfer rate
9. Refresh rate.
10. Number of colors available.
11. Editing and control capability with description of these
features.
12. Format capability.
13. Blink capability and rate.
14. Paging ability if available.
15. Type of cursor and modes of cursor control.
16. Power requirements.
17. Environmental specifications.
18. Physical size and weight.
R. Remote Terminal
The Contractor shall furnish one portable CRT with keyboard
and modem capable of operating the same as the local CRT. It
shall have a 13• eight color screen with a 80 character by 40
character resolution and communicate over standard telephone
lines at a rate of 1200 baud by means of a modem. The modem
connected to the CPU shall be protected by either a call -back
system or one that requires the operator on duty to make the
connection so as to prevent unauthorized access. The
supplier shall furnish in his prospectus complete information
on the remote terminal to be furnished. Such information
shall include, but not be limited to, the following:
1. Manufacturer and model number.
a
2. Number of characters per line.
3. Number of lines per display.
4. Memory size (in total number of characters).
5. Screen size (diagonal).
6. Character set.
7. Method of character generation (e.g., 5 x 7 dot matrix).
13660 -22
Le' 1:: )
�,...
8. Input characteristics: serial or parallel
ASCII or other code
baud rate or transfer rate
9. Refresh rate.
10. Number of colors available.
11. Editing and control capability with description of these
features.
12. Format capability.
13. Blink capability and rate.
14. Paging ability if available.
15. Type of cursor and modes of cursor control.
16. Power requirements.
17. Environmental specifications.
18. Physical size and weight.
Y. Battery Back -Up
The battery back -up shall be designed to operate on 102 to
132 volts 60 Hz with no adverse effect on the system
operation. The battery backup shall be capable of sustaining
the station operation for a period of no less than four
hours.
Z. Software
The software to be provided shall consist of all those
programs necessary for the SCADA system to perform
efficiently the monitoring of the water distribution system
and related functions specified herein, plus the software
required to edit, assemble, configure, load and debug
programs on line. Implementation of the on -line software,
including all applications programs specified herein or
required to fulfill the intent of the functional requirements
specified herein, on a fully operational basis with field
check -out is required. Demonstration of the editing,
configuring, loading, and debugging software while the data
acquisition system is operating on line is also required.
13660 -23
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AA. Programming Language
The SCADA system may be programmed in assembly language;
however, it shall be capable of supporting fortran. The
language shall be process oriented and designed for use by
water system engineers after they have received basic
instruction on the particular system. Operator program
statements shall not require knowledge of machine language.
BB. Operating System
A high level operating system shall be supplied. The
operating system shall include, but not be limited to, the
following:
1. A Real Time System Executive
2. A Scheduler
3. A Disk (or Drum) Handler
4. A Data Base Manager
5. An Input /Output (I /O) Manager
6. Service Routines
7. Security Management
8. Background Program Manager
The system executive shall control and coordinate the
operation and execution of all other parts of the operating
system.
A scheduler shall be provided to control, in association
with a real time clock and calendar, all on line tasks to be
executed by programming system.
It shall be possible to schedule the execution of tasks in
many ways, for example:
1. In response to an external action or interrupt such as
a control panel pushbutton.
2. In response to and sychronized with the clock and
calendar, e.g., every 30 minutes on the hour and
half -hour.
13660 -24
3. Periodically, e.g., every 7 seconds.
4. At a preset time e.g., at 11:30 every day.
5. In response to another program or task.
It shall be possible to schedule tasks to run once
(immediately), to run once after a preset interval, or to
run repeatedly as scheduled until disabled.
It shall be possible to remove a task from the schedule
(disable it) by an external action or interrupt, by another
task or program, or after a selected interval.
The scheduler shall provide for the scheduling of at least
250 programs or tasks, each scheduled to be executed as
described. Each task shall be assigned an individual
priority; when a task has been completed, the next task to
be executed shall be the task which has the highest priority
of those waiting for execution.
It shall be easy to add or delete a task from the schedule,
to disable or enable a task temporarily, to assign or to
change the priority of a task, and to schedule or reschedule
the automatic starting of tasks.
The I/O manager controls the flow of information and test to
I/O devices such as cathode ray tubes and printers. The
input to the I/O handler will be the location of the start
of ASCII test, the logical designation of the output
device(s) where the text is to appear, and the priority of
the message. The I/O handler will manage the storing of
text in queue with outputting to the assigned device(s) in
order of message priority, and the deletion of a message
from the queue when outputting of that message to all
devices assigned for its output has been completed.
All output devices shall be designated logically to the I/O
manager. In the event of failure of a physical device, the
logical designation for that physical device shall be
reassigned to a backup device. The I/O manager shall
maintain a table of logical devices with corresponding
designations so that reassignment of actual physical devices
used can be made on -line.
The I/O manager shall include interrupt driven (or direct
memory access) drivers for output to physical devices. All
text shall be in common code (ASCII) and any devices
requiring special codes shall have the code translator built
into the device driver so that no program modification of
text or codes shall be required.
13660 -25
It shall be possible to output to more than one device
simultaneously.
The operating system shall provide such auxiliary routines
as will facilitate the calculation and manipulation of data
in the SCADA system. These routines shall include, but not
be limited to:
1. Clock and calendar program which shall maintain the
time of day in hours, minutes, and seconds and the date
in day, month and year automatically correcting for
leap year. This data shall be available to the
scheduler and for printing on reports and displaying on
CRT displays.
2. Generalized linearization routines (single independent
variable table look -up) with Laplace four point
interpolation or equivalent.
Security Management routines shall be provided as part of
the operating system to detect and correct errors, to detect
incipient failure, and to recover from failure. The
hardware and routines for security management shall include,
but not be limited to:
1. Watch -dog timer. A watch -dog timer shall be provided
to detect and enable recovery from program errors and
equipment malfunctions. The hardware watch -dog timer
shall be reset periodically by the operating system
executive. When the watch -dog timer times out (such as
would occur if the program entered an endless loop or
reached a "halt" instruction), a high level interrupt
shall be generated. The recovery routines shall
include reload of high speed memory resident program
from image in bulk memory and restart. If this should
be unsuccessful, an alarm shall be sounded.
2. Power - failure protection and automatic restart.
Power -fail detection hardware shall be provided. When
power failure is detected, a high level interrupt shall
be generated. The power -fail protection program shall
shut down the processor in an orderly manner, storing
in non - volatile memory the contents of all hardware
registers and any other data which would be lost upon
loss of power. When power is restored, the processor
13660 -26
shall be restored to normal condition and when sufficient
time has elapsed for disks (and other equipment requiring
long start -up time) to come up to operating speed, the
program failure shutdown has occurred together with the time
at which power failure occurred shall be printed on the
alarm printer.
3. A non - destructible read only memory bootstrap loader
shall be provided to enable the core or semiconductor
memory resident program to be reloaded from its image
in mass memory (write protected) in case the programs
stored in core or semiconductor memory should be
accidently wiped out.
4. Monitors shall be provided for all output devices such
as printers and CRT displays with automatic switchover
to a back -up or alternate device in the event of device
or interface failure.
5. A11 failures and recoveries shall be logged on the
alarm printer with date and time, type of failure, and
any other relevent diagnostic information.
CC. Data Base
The data base for the SCADA Master shall be divided into two
sections. The first section shall consist of all analog
input variables and includes those scanned automatically.
The second section shall consist of all status input points
for operating equipment, valve status and alarm statue.
Space has been provided on the data base to allow for future
analog variables and status points. The system shall have
global access to the data base.
DD. Data Base Manager
The Data Base Manager shall provide a systematic method for
storage and retrieval of data. Data shall be organized into
files, records, and blocks in such a way that data from
additional remote stations, data from additional points in
existing stations, or data as a result of calculations or
. manual entry can be easily and logically entered into the
data base. In the same manner, it shall be easy to delete
data from the data base.
EE. Filtering
Each analog input shall be provided with digital
filtering. A first order lag filter shall be provided for
each analog input with individually adjustable filter
factor. The algorithm to be solved shall be:
13660 -27
1
1 Yn - x +k (Yn -1 -x)
I where: Yn - the present value of the filter
output.
Yn -1- the previous value of the filter
I output.
s - the present value of the analog
variable as digitalized.
1 k - the filter factor - an adjustable
constant between 0 and 1.
' Note: k - 0 implies no filtering.
The actual value of the filter constant for each analog
'
input variable may be entered or changed by the operator
using the keyboard of the CRT display as described in
13660- 2.O1W. The value of the filter constant shall be
stored in memory for use until changed.
FF. Scaling and Zero Suppression of Telemetered Analog Data
' A conversion program shall be provided to convert the
filtered input data, stored in memory by the digital filter
program, into engineering units by multiplying the filtered
I data by a scaling factor and adding constant (zero
supression factor). The resultant scaled value in floating
point format shall be stored for data analog.
' Once each minute the conversion program shall scale each
analog input by multiplying the filtered value by an
individual span factor. It shall be possible for the SCADA
I system operator to enter or change the span factor using the
CRT keyboard of the processor. The span factor shall be
stored in memory for reference.
1 At least once each minute the conversion program shall add a
zero suppression factor (either positive or negative) to the
I scaled input so that it may be stored in memory in
engineering units and floating point format for further
processing when required. It shall be possible for the
operator at the Control Center to enter or change the zero
I suppression factor using the keyboard of the CRT at the
Control Center.
I It shall be possible for the operator at the Control Center
to inhibit or block the scaling of any analog input using
the CRT keyboard. In a similar manner, it shall be possible
' for the operator to reactivate or "unblock" an input
previously inhibited.
1 13660 -28
ecin
Before converting any analog input to engineering units, the
conversion program shall check "flag" stored in memory to
determine if the filtered data stored in memory is new valid
data. If the digitalized value of the analog input is not a
new valid reading or if the input has been blocked as
described above, then no conversion shall take place and the
previous converted value shall remain in memory for further
processing.
It shall be possible for the operator at the Control Center
to manually enter new values in engineering units for any
input using the keyboard of the CRT. The manually entered
value shall be stored in memory for future processing until
the input ie "unblocked" and receiving new valid data.
Where analog inputs require square root extraction,
linearization, or other input conditioning, means shall be
provided to condition the filtered data before the process
of scaling and zero suppression takes place.
GG. Alarms
Alarms shall be generated, when a status point undergoes an
authorized change of state, when the measurement exceeds an
upper limit or falls below a lower limit, if the remote does
not respond to the master within 6 scans, malfunction of the
motors at the pump stations, malfunction of valves, power
failure at the remotes, and trend alarm, that is if the
level in the elevated tank falls faster than the
predetermined rate. The alarm for pump or valve failure
shall be initiated in the event flow is not indicated by a
flow switch installed under this contract immediately down
stream from the pump within an operator specified time after
the pump is called. Altitude valve failure shall be
indicated when a micro - switch on the valve under this
contract is not tripped within a specified time. An
addition switch shall be required on pump control valves to
indicate a full open position. The alarm shall generate an
audible alarm, event printing on the logger, display on CRT
alarm summary page and flashing of the alarm point on the
CRT graphic display page. The audible alarm and flashing on
CRT shall stop after acknowledgement by the operator.
An alarm checking program shall be provided to check all
analog inputs against high and low alarm limits.
At least once each minute, the alarm check program shall
check the value of each analog input against individual high
alarm limits, high alert limits, low alert limits, and low
alarm limits (sometimes referred to as high -high alarms,
high alarms, low alarms, and low -low alarms). It shall be
possible for the operator or engineer, using a CRT display
and keyboard to enter or change on -line the alarm or alert
limits for any input variable. Each time the operator
enters or changes an alarm limit for any input variable, the
13660 -29
0C 1 3
alarm printer shall print a report giving the date and time
of change, the point number and title of the input variable,
the limit changed (i.e., HIGH ALARM, HIGH ALERT, LOW ALARM
or LOW ALERT), the previous value of the limit in
engineering units, and the newly entered value of the limit.
If an input exceeds an alarm or alert limit, the alarm
printer shall print a report giving the date and time the
limit was exceeded, the number and title of the variable
exceeding a limit, the present value of the variable in
engineering units, the value of the limit exceeded, and the
type of alarm (i.e., HIGH ALARM, HIGH ALERT, LOW ALARM, or
LOW ALERT). High and low alarms shall be reported as
priority 4, high and low alerts shall be reported as
priority 3 as in Section 13660- 2.01II.- When analog values
exceed their high and low alarm limits the value shall be
shown in red on all displays showing this analog value.
When analog values exceed the high and low alert limits they
shall be shown in yellow.
Once an alarm or alert limit has been reported, no further
reports shall be made, nor audible alarms sounded, etc.,
until the value of the variable returns to normal or until
it moves to another alarm band (e.g., from High Alert to
High Alarm, or vice - versa).
When an input previously in alarm or in alert condition
returns to normal, the alarm printer shall print a report
giving the date and time, the input point number and title,
the present value of the input variable in engineering
units, the value of the alarm limit no longer exceeded, and
the message "NORMAL ". Return to normal, or to alert from
alarm shall be considered priority 1 for alarm reporting.
In order to prevent excessive and annoying alarms when an
input is hovering about an alarm limit (e.g., a high level
limit for reservoir), a band of hysteresis shall be used for
each alarm limit (for example, when an input previously
normal exceeds the high alert limit, a high alert shall be
reported. However, a return to normal shall not be reported
until the value of the variable is less than the high alert
limit minus the hysteresis band value. The hysteresis band
value than be the same for all alarm and alert limits, for
any given input variable. It shall be possible for the
operator or engineer using a CRT screen and keyboard to
enter or change on -line the value of the hysteresis band for
any input variable. The hysteresis value for each variable
may be entered either as a fixed amount (engineering units)
or as a percent of the span factor for the variable.
Hysteresis as a percent of the alarm limit is not an
acceptable method of implementing this requirement.
13660 -30
1
' If the system supplier has a standard alarm checking program
for alarm checking, he shall describe this program in his
prospectus together with:
1. The method of setting alarm limits.
2. The method of adjusting hysteresis.
3. The method of alarm reporting together with typical
sample alarm reports.
4. The method of reporting changes in alarm limit settings
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
and hysteresis settings.
HH. Trend Alarm Check
A trend alarm (rate of change alarm) checking program shall
be provided to check whether the change in any analog input
in a set period of time exceeds a selected trend alarm limit
for that variable.
Once each minute, the trend program shall check the value of
each variable for trend alarm; i.e., it shall check that the
variable has not changed by more than the trend alarm limit
in a selected number of minutes (the trend alarm period).
It shall be possible for the operator using a CRT display
and keyboard to enter or change on -line the trend alarm
limit or trend alarm period for any input variable. If no
trend alarm limit is desired, the operator may indicate to
the trend alarm program that no such trend alarm is
desired. The trend alarm program shall recognize this entry
and shall not check the input variable against a trend alarm
limit. Each time the operator enters or changes the trend
alarm limit, the alarm printer shall print a report giving
the date and time of entry, the point number and title of
the input variable, the factor change (i.e., "TR LIMIT "),
the previous value of the trend limit and the newly entered
value. The value of the trend limit shall be in engineering
units for the variable, the value of the trend period shall
be in minutes.
The trend program shall operate by storing in memory at the
beginning of a trend period the value of the variable to be
checked. Each minute thereafter the absolute value of the
difference between the stored value of the variable and the
updated value shall be compared with the trend alarm limit.
If the absolute value of the difference is less than the
trend limit, no trend alarm exists. When a number of
minutes has passed equal to the trend period, a new value of
the variable shall be stored in memory for comparison during
the next period.
13660 -31
If the absolute value of the difference is greater than the
trend limit, a trend alarm shall be initiated, a new value
of the variable shall be stored in memory, and a new trend
period shall commence.
When a trend alarm has been detected, the alarm printer
shall print a report giving the date and time, the input
point number and title, the present value of the variable in
engineering units, the rate of increase ( +) or rate of
decrease ( -) or the variable per minute, (the trend limit
divided by the trend period (allowable rate of change)) and
the message "TREND ". Trend alarm shall be treated as
priority 2 alarm as described in Section 13660- 2.01II.
If a point previously in trend alarm is detected in trend
alarm during the next or subsequent periods, the reporting
procedure shall be repeated as for the first trend alarm.
If a point previously reporting invalid data, or a point
that previously was blocked, begins reporting valid data, no
trend alarm check shall be made during the first minute
routine. However, a new valid data shall be stored for
future comparisons as explained above and a new trend period
shall begin. No trend alarm check shall be made on manually
entered data.
If the system supplier has a standard program for trend
alarm checking, he shall describe this program in his
prospectus.
II. Alarm Reporting
Alarm and status reporting consists of reporting any change
in state in the status contacts at remote stations
indicating that a pump or other piece of equipment has
changed state or that an alarm has occurred or that an alarm
no longer exists. Analog alarms shall also be reported as
described in Sections 13660- 2.01GG and 13660- 2.01HH and as
specified below. Status and alarm contact shall be
monitored at least once each minute.
A record shall be kept in semiconductor memory of all status
and alarm conditions are received by the SCADA system
computer. Each time a valid status and /or alarm message is
received, it shall be compared to the status and /or alarm
condition stored in memory. If no change has taken place,
no further action needs to be taken. If any status or alarm
point has changed condition, then the status or alarm
condition stored in memory shall be updated and the
appropriate action taken depending on the priority assigned.
13660 -32
For a status change or alarm assigned priority number 4 the
alarm printer shall print a report starting at the left hand
margin giving the date and time of the status change or
alarm, the number and title of the status or alarm point and
the new status condition (e.g., RUNNING). In addition, the
system shall sound an audible alarm to attract the
operator's attention and shall display the alarm message on
one of the bottom three lines of any CRT display. The
message (e.g., RUNNING) shall be in red and flashing.
When the operator presses the "silence' pushbutton on the
Console, the audible alarm shall be silenced.
When the operator calls up the Alarm Display the new alarm
message will appear as the most recent item and will be
flashing as on the bottom of the other display. When the
operator presses the "acknowledge" pushbutton on the
console, the alarm message shall change from red and
flashing to red and steady.
For a status alarm assigned priority number 3 or 2, the
action shall be as for priority 4 except that no audible
alarm shall be sounded and the message on the CRT screen
(e.g., HIGH ALERT) shall be in yellow and flashing until
acknowledged.
For a status or alarm assigned priority 1, the message on
the CRT screen shall be in white. It shall not be flashing
and no acknowledgement shall be required. Printout on the
alarm printer and display on the bottom of each CRT display
and on the Alarm Display shall be as described for priority
4, 3 and 2. For a status or alarm assigned priority number
0 no action (e.g., alarm printout display on the bottom line
of all displays, or entry into the Alarm Display) beyond the
updating of status condition in memory (and or relevant
displays and reports) or accumulation of operating hours
shall be taken.
It shall be possible for the operator or engineer using a
CRT display and keyboard to enter or change on -line the
priorities assigned to any status or alarm point in the
system. The default priority (priority assumed if no
priority is entered) shall be priority 0.
The Alarm Display shall consist of several pages of alarms
arranged in chronological order with the most recent alarm
being at the top of the first page. Space shall be provided
for a total of 160 alarms.
13660 -33
Where the system supplier has developed a standard system of
handling alarm reporting, he shall describe this program in
his prospectus including details as to any alarm priority
system, the alarm display and samples of typical alarm
report messages.
JJ. Averages
There shall be provided a program to compute 5 minute,
hourly, daily and monthly averages of analog variables.
The averaging program shall provide true up to the minute
averages of those variables requiring averaging. There
shall be available, at any time for displays, reports, or
further processing, the average of the variable during the
present period up to the previous minute and the average of
the variable during the previous periods covering the
following ranges: 72 five minute periods, 24 hourly
periods, 31 daily periods and 12 monthly periods.
The system supplier shall describe in his prospectus his
standard method of computing and storing the required
averages.
iac. Totals
There shall be provided a program to totalize selected
variables (e.g., flow rates) over the hour, the day and the
month.
Once each minute the program shall add the current value of
the variable in question multiplied by a scaling factor to a
current hourly register. At the end of each hour, the
contents of the current hourly register shall be stored in
the past hour register, and add to a current daily register
and added to a current monthly register. Following this,
the current hourly register shall be reset to zero. At the
end of each day, the contents of the current daily register
shall be stored in the past daily register and the current
daily register shall be cleared. At the end of each month,
the contents of the current monthly register shall be stored
in the past monthly register and the current monthly
register shall be cleared. The results of this program
shall be that at any time there shall be available for
displays, reports, or subsequent calculations, each total
for the present period up to the most recent minute and the
total for the previous periods as described in section
13660- 2.01JJ.
13660 -34
The scaling factor for the hourly, daily and monthly totals
shall be individually settable in a manner similar to that
used to set the spand and zero factors. It shall be
possible for the operator or engineer at the Control Center
to enter or change the scaling factor using the keyboard of
a CRT. The scaling factors shall be stored in memory for
use in calculation of totals until changed again by the
operator.
The system supplier shall describe in his prospectus his
standard program for calculating totals including the method
used for scaling totals.
LL. Maxima and Minima
There shall be provided a program for storing the maximum
and minimum values of selected variables during the hour,
the day and the month.
Normally the values used to select the maxima and minima
shall be the five minute average of the variable as
calculated by the program specified in Section
13660- 2.O1JJ. Once each five minutes the program shall
compare the most recent five minute average with the maximum
five minute average recorded thus far in the hour, the day
and the month. If the new five minute average is greater
than the maximum stored in the temporary hourly, daily or
monthly maximum registers, the new value shall replace the
value stored in the temporary register. At the end of the
hour, the maximum value stored in the temporary hourly
maximum register shall be moved to a final hourly maximum
register and the temporary register shall be cleared.
Similar transfers shall be made at the end of the day and
the end of the month for the daily and monthly maximum
registers. A similar routine shall be provided for
calculating the minima.
The results of this program shall be that there shall be
maintained in memory the following data for each analog
inputs;
1. The maximum and minimum values thus far in the present
hour.
2. The maximum and minimum values for the previous 24
hours.
3. The maximum and minimum values thus far in the present
day.
13660 -35
4. The maximum and
days.
5. The maximum and
month.
6. The maximum and
months.
The system supplier
standard program for
maxima and minima.
MM. Variations
NN. Reservoir Volumes
minimum values for the previous 31
minimum values thus far in the present
minimum values for the previous 12
shall describe in his prospectus his
calculating hourly, daily and monthly
There shall be provided a program to store hourly, daily,
and monthly variation of selected analog inputs.
At the beginning of each hour the program shall subtract the
value of the selected variable at the beginning of the
previous hour from the present value of the selected
variable and store this difference (+ or -) in an hourly
variable register. The present value of the selected
variable shall then be stored to be used in calculating the
hourly variation at the beginning of the following hour.
In the same manner, at the beginning of each day, the
program shall subtract the value of the selected variable at
the beginning of the previous day from the present value of
the selected variable and store this different (+ or -) in a
daily register. The present value of the selected variable
shall then be stored to be used in calculating the daily
variation at the beginning of the following day. The day
shall be considered as beginning at 0600 (6 AM). Historical
values shall be maintained as described in Section
13660 -2.0 WJ.
The system supplier shall describe in his prospectus his
standard method of calculating and storing variations.
A program to calculate the volume (in millions of gallons)
of water stored in reservoirs or tanks from the measured
reservoir or tank level (in feet) shall be provided. A
strapping table for each reservoir or tank shall be stored
in computer memory which shall allow for storage of values
of level with corresponding values of volume. In
calculating the volume for a given level the program shall
use an interpolation subrouting. The reservoirs whose
volumes are to be calculated once each minute are shown in
the Data Base.
13660 -36 1C1.r
The system supplier shall describe in his prospectus his
standard program for interpolation and calculating of
reservoir volumes.
00. Status Inputs
Each RTU shall be supplied with sufficient status of alarm
inputs. In addition, at least 35 percent spare status
inputs shall be provided. Each status or alarm input shall
be optically coupled to the RTU to provide at least 1000
volts isolation.
At least once each 5 seconds, each RTU shall scan its status
and alarm inputs and store the status information in memory
for subsequent transmission to the Control Center Computer
upon demand. When a change of state is detected in any
input, the RTU will record the change of state in memory.
If an alternate method of scanning and monitoring the status
and alarm inputs is proposed, the system supplier shall
furnish in his prospectus a clear description of the method
he intends to use in order to assure that the proposed
method shall meet all the requirements, stated or implied,
of the above specifications.
PP. Operating Times
There shall be provided a program to accumulate the running
time in hours and tenths of hours of pumps, motors and other
devices in the system. In addition, for all equipment where
running time is required, the total number of starts since
the beginning of the month and since the beginning of the
year shall also be accumulated.
Each six minutes, the Supervisory Control computer shall
sample the operating condition of all devices requiring
running time accumulation. If the device is running, three
registers shall be incremented, the temporary daily running
time register, the temporary monthly running time register,
and total running time register. At the end of each day,
the contents of the temporary daily running time register
shall be transferred to the daily running time register and
the temporary daily register shall reset to zero. At the
end of each month, the temporary monthly running time
register shall be transferred to the monthly running time
register and the temporary monthly register shall be reset.
A similar set of registers shall be maintained for the
number of starts this month and this year.
13660 -37
The continuous running time registers shall have the
capacity to store up to 99,999.9 hours of running time
before "turning over."
In addition, there shall be provided for each device up to
three maintenance milestones for class A maintenance, class
B maintenance and class C maintenance. It shall be possible
for the operator using the CRT display and keyboard in the
Control Console to enter or change, on -line, the maintenance
milestone figures or the total running time for any device
or to delete any maintenance milestone not required. When
any entry by the operator is made the alarm printer shall
print a report giving the time and date of entry, the point
number and title of the device, the notation "ENTER TIME ",
"ENTER A ", "ENTER 8 ", "ENTER C ", "DELETE C ", etc., the
original value in hours and tenths and the newly entered
value in hours and tenths.
Each 6 minutes, when the daily, monthly, and total running
time registers are incremented, the milestone (A, B and C)
registers shall be decremented. As the milestone registers
pass zero (indicating maintenance due) decrementing shall
continue and negative milestone hours shall be maintained
(indicating maintenance overdue) for display or print out.
Decrementing shall continue until the milestone is reset by
the operator upon completion of the maintenance required.
It shall be possible for the operator using the keyboard of
a CRT display to display a maintenance report indicating the
hours to the maintenance milestones for each piece of
equipment requiring maintenance reporting. As many pages as
necessary shall be provided for this display. It shall also
be possible for the operator to request print out of the
entire maintenance report.
It shall also be possible for the operator to display on the
CRT screen or print out on the report printer a maintenance
summary. The maintenance summary shall be similar to the
maintenance summary. The maintenance summary shall be
similar to the maintenance report except that only equipment
which has passed one of the maintenance milestones (A, B or
C) shall be listed on this report.
If the system supplier proposes his standard program using
alternative methods for achieving the above objectives, he
shall describe in his prospectus such standard program for
accumulating running times and number of starts, and for
producing maintenance reports based on this data together
with sample reports summaries.
13660 -38
QQ
Displays - General
The SCADA system shall have the capability to display on the
screen of color CRT display data and reports pertinent to
the operation of the City's water distribution system. All
displays specified shall be provided by the system supplier
and delivered with the system in complete operational form.
These displays to be provided in a complete and operational
form. Additional displays may be programmed and loaded by
the system supplier during 30 day acceptance tests (Section
13660- 2.01N) or by the owner after acceptance using the
display program generator specified in Section 13660- 2.01W.
All displays shall have on the top line of the display the
current date and time (left hand side of top line), the
display title (center of top line) and the display number or
code (right hand side of top line). The display number or
code shall be used by the operator to request that display
from the keyboard of the CRT.
All displays shall include, on the bottom line of the
display, the most recent unacknowledged alarm (additional
acknowledged alarms shall be stored in memory for printing
in alarm report.
In addition to the displays to be provided by the SCADA
system supplier, sufficient core or semiconductor, and mass
memory shall be provided to store the programs generated by
the Display Program Generator for a minimum of (100)
additional displays.
Displays may be called to the screen by the operator or
engineer either by positioning the cursor on a "poke point"
of a display menu or he shall be able to call up a display
by display number, page number, and date (if required) using
the keyboard of the CRT in an interactive mode with the
computer program. In addition, provision shall be made for
advancing from one display to the next numbered display or
from one page of a display to the next page of the same
display with a single keystroke or "poke point" in the CRT
screen. In the same manner it shall be possible to page
backwards either from one display to the pervious numbered
display or from one page of the display to the previous
page. Finally, a single pushbutton or "poke point" shall
enable the operator to return to the display previously
selected.
13660 -39
The displays to be provided with the system shall include
the alarm and operations display(s), a typical graphical
display of the pumping station, summary displays showing
storage and usage in the domestic water system by system and
by zone, displays for each RTU showing analog values, status
of equipment and alarm conditions and the maintenance
display and summary described in Section 13660- 2.O1PP.
The system supplier shall include in his prospectus samples
of the displays he proposes to provide together with a
description of his display philosophy and the methods to be
used by the operator or engineer to call up a display and to
enter or change data in these displays.
The following system displays shall be provided:
1. Display Index. This display shall provide a list of
all displays available from which the operator can
select. To call up a particular display, the operator
shall use a poke point, or function key. Positioning
of the cursor to any poke point and depression of a
display function key shall cause the display associated
with the indicated system name to appear.
2. Security Sign -On. This display shall provide for the
operator to sign on (by entering an alpha - numeric code)
at one of the minimum of 3 access levels. The purpose
of the access levels is to structure access to displays
and to the ability for modifying and changing system
parameters and operation.
3. Security Code. This display shall allow an operator
signed on at the highest level to change the security
codes used in the sign on procedure.
4. Time/Date Set. This display shall provide the ability
to set system time and date.
5. Status Priority. This display shall provide the
operator with the ability to set the priority number
for each status point regarding logging and
acknowledgement requirements.
6. Alarm Inhibit Summary. This display allows the
operator to review all alarms currently inhibited
(de- activated due to any system requirement), and also
allows the operator to enable any inhibited alarm.
13660 -40
7. Analog and Status Point. These displays shall be
provided for each analog and discrete input in the
system as described in Sections 13660- 2.O1RR and
13660- 2.O1TT. Each display shall include information
related to one input data point.
8. Water System Summary. This display shall provide a
summary of the reservoir water levels, pump status,
pump station flow rates and isolation valve status.
9. Facility Status. This display shall provide
information on each remote site. A separate display
for each site shall include all analog and status
data. See Appendix for typical facility displays.
RR. Analog Point Display
For each analog input an analog point display shall be
provided to indicate to the operator all the important data
associated with that particular analog input. Using this
display he shall be able to acknowledge alarms for that
analog input, change parameters such as span, remove or
return the input to service, change the input title, etc. as
specified below.
It shall be possible for the operator to enter, or change
while running, the title assigned to any analog point
number. The operator shall enter the new title (up to 20
alphanumeric digits) into the analog point number display
using the CRT keyboard and depress the "ENTER" pushbutton.
The Processor shall store the new title in memory and
regenerate the analog point number display with the new
title for verification. At the same time the alarm printer
shall print out a report giving the time, the date, the
point number, the message "TITLE ", the previous title and
the new title.
It shall be possible for the operator to select, on line,
the format of data presented on the analog point display by
typing in x's and decimal point (maximum 6 x's) in the
format locations and entering the format in the Processor.
As before the data logger will store the display format,
regenerate the display, and type out a report as before with
time, date, point number, "FORMAT ", old format and new
format.
It shall be possible for the operator to enter or change, on
line, the span factor and, the zero factor. After entering
the factor he wishes to change into the display using the
keyboard of the CRT display and pressing the "ENTER"
pushbutton, the data logger will store the desired factor in
memory.
13660 -41
��,
In acknowledgement the Processor will regenerate the display
including the changed information for verification by the
operator. At the same time the alarm printer will print out
a report giving the time the date, the point number, the
point title, a message indicating the factor changed (e.g.,
"SPAN," "ZERO ") the previous value of the factor changed,
and the new value of the factor changed.
A similar method shall be used to "block" and "unblock" and
input. The message printed out shall be similar to those
messages described above, i.e., the message "STATUS" shall
be followed by the words "BLOCKED" or "UNBLOCKED" as the
case may be.
The operator shall also have the ability to manually enter
the value of the analog input variable. This will normally
be done only when the analog input in question is "blocked"
or receiving invalid data. As for the various factors and
limits mentioned above, the operator will enter the new
value of the variable, the correct entry will be confirmed
by regenerating the display, and the alarm printer will
print a one line report giving the time, the date, the point
number, the point title, the message "ENTER" followed by the
original value of the analog input and the manually entered
value.
TT. Status Point Display
For each status input a status point display shall be
provided to indicate to the operator the pertinent data
associated with that status input. Using this display he
shall be able to assign priorities, enter and change titles,
acknowledge alarms, etc. as specified below.
It shall be possible for the operator to enter or change on
line the title assigned to any status point number. The
operator shall enter the new title (up to 20 alphanumeric
characters) following the word "TITLE" and then press the
"ENTER" pushbutton. The Processor shall store the new title
in memory and regenerate the status point display with the
new title for verification. At the same time, the date, the
point number, the message "TITLE ", the previous title and
the new title.
It shall be possible for the operator to "block" or
"unblock" a status input. The message printed out shall be
similar to the message described above with the word
"SERVICE" followed by "BLACKED" or "UNBLOCKED" as the case
may be.
13660 -42
„'' .-L i v
For each status condition (i.e., contact open or contact
closed) it shall be possible for the operator to enter the
word to be printed out or displayed describing the status
(e.g., "RUNNING", "ALARM", "NORMAL", "HI LEVEL ", etc.) up to
a maximum of ten alphanumeric characters and to enter the
priority number to be assigned. In each case, after an
entry has been made the report printer will print out a one
line report giving the date, time, point number, relevant
status position (i.e., "0 STATUS" or "1 STATUS ") the word
"MESSAGE" or "PRIORITY" followed by the old status word and
the new status word or by the old priority number and the
new priority number.
UU. Display Program Generator
The system supplier shall provide a Display Program
Generator to compile programs on -line in the background mode
for generating displays on the screen of the CRT. The
programs thus generated shall be loaded into the operating
program, shall be callable by the operator using the
keyboard of the CRT display, and shall include as well as
the display background (unchanging) data, dynamic (real -time
updated) data on both status conditions and analog data, and
shall be capable of generating semi - graphic displays using
all the display capability of the CRT unit specified.
Displays shall be in color, which color may be changed
according to field conditions and flashing symbols or data
may be included. The Display Program Generator shall
operate in an interactive mode and shall be usable by
operators with no programming experience or training.
The Display Program Generator shall automatically display
time and date in the upper right hand corner of each
display. The bottom lines of each display shall be used to
display the unacknowledged alarms as specified in Section
13660- 2.O1QQ.
The system supplier shall describe in detail in his
prospectus the display generator he proposes to furnish
including instructions for the operator or engineer to
design, generate and enter a new display into the SCADA
system.
VV. Displays - Graphic
A typical graphic display of a pumping station shall be
provided. Symbols shall be provided for reservoirs and
tanks, valves, checkvalves and pumps approximately as shown
on the flow and instrumentation diagram. Other graphic
displays shall be generated online during start up and
during the 30 day acceptance test.
13660 -43
The symbols for the pumps shall change in color according to
the status of the pump involved. Pumps which are running
shall be shown in green, pumps which are off (but operable)
shall be shown in yellow, pumps which are out of service
shall be shown in blue. When a pump which 1s off is
commanded to run, its symbols shall be shown in green and
flashing until the pump is actually running when it shall
change to green steady. When a pump which is on is
commanded to turn off, its symbol shall be shown in yellow
flashing until the pump actually stops, when its symbol
shall be shown as yellow and steady. If the pump fails to
turn on or off within the required execution time, then the
symbol shall be red and flashing until acknowledged, when it
shall be yellow and steady.
A closed valve shall be shown in yellow, an open valve in
green, and a valve failute in red. These colors shall
flash when commands are being executed as for the pumps
described above.
Flow rates, discharge pressures, suction pressures, and
reservoir levels and volumes shall be shown and updated at
least once each minute. Analog values within the normal
range shall be shown in white, in high or low alert or trend
alert condition shall be shown in yellow, in high or low
alarm condition in red. Status or alarms such as
"intrusion ", "switch- over ", etc., shall be shown in white in
the normal condition and in red in the abnormal or alarm
condition.
Where the system supplier has a standard format or program
for graphic displays, he shall describe his methods in his
prospectus together with samples of typical displays so
produced.
WW. Reports - General
When a report is printed out from a display any symbols such
as those used for pumps and valves on a graphic display
shall be printed out on the printer with graphics
capability. Flashing and color coded data shall be ignored,
i.e., printed out in black as all the other characters on
the display. No printout of the bottom four lines (reserved
for alarms or data entry dialog) shall be made.
As each report is printed out, the report printer shall
automatically advance the fan fold paper to the top of the
next sheet in preparation for printout of the next report.
Reports may be scheduled to be printed out automatically at
the end of the hour, at the end of the day or at a specified
time in the day or at the end of the month.
13660 -44
Unless otherwise specified, all daily reports shall be
stored in memory for the current day and the 8 preceding
days and all monthly reports shall be stored in memory for
the current month and for the three (3) preceding months.
XX. Report Program Generator
The Contractor shall provide a Report Program Generator to
compile programs on -line in the background mode for
generating reports to be printed on the report printer. The
Report Program Generator shall operate in a manner similar
to the Display Generator Program. Since all displays may be
printed as reports, and, in general it is anticipated that
all reports may be displayed, the Report Generator may be
similar to the Display Generator except that it shall be
possible to schedule the printout of reports, e.g., every
hour on the hour, every day at a specified time and every
month at the end of the month.
In printing a report from a display, the report generator
shall print all semi- graphic symbols on the printer with
graphics capability, shall ignore color codes and color
change codes, shall ignore the code used to cause characters
to flash, and shall ignore the bottom line of the CRT
display (where alarms are displayed). Within these
limitations the printer shall be capable of duplicating any
display shown on the CRT.
In addition, the report printing programs shall cause the
report printer to automatically advance the paper to the top
of the next fan fold sheet after printing out any report.
YY. Historical and Live Trends
1. Five Minute Historical Trend. The supervisory control
computer shall maintain a file of preselected data
recorded at five minute intervals for a period of at
least 36 hours to be stored in disk memory. Each 5
minute record shall consist of 256 data entries as
defined by a list of data base reference numbers. The
data entries defined by the list may be the
instantaneous value (e.g., A109 Meadows reservoir
level), the five minute average (e.g., B046 - Southeast
B.S. Discharge Flow 5 minute average), the hourly
maximum, or calculated value. In other words, any data
base entry can be stored as an item in the 5 minute
record. It shall be possible for the operator to add
or delete entries to the list defining the 256 data
points to be stored in each record of the 5 minute
historical trend file. As new records are added to the
file, the old records (more than 36 hours old) shall be
deleted.
13660 -45
o 1a5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
It shall be possible for the operator to display
selected data from the 5 minute historical trend file
as trend displays on the CRT screen. A 36 hour trend
display shall be provided. After calling the display
to the CRT screen, the operator will select up to four
variables to be displayed (corresponding to the four
colors green, red, blue and magenta). The computer
will then display these variables in the form of a
graph with the ordinates an abscissae labeled
appropriately.
2. One Hour Historical Trend. The supervisory control
computer shall maintain a second file of preselected
data recorded each hour on the hour for a period of 36
days. Each hourly record shall consist of 256 data
entries as defined by a list of data base reference
numbers as for the 5 minute historical file. As
before, the operator shall be able to add or delete
entries to the listing defining the 256 data entries of
the hourly historical file.
It shall be possible for the operator to display
selected data from the hourly historical file,
selecting the data points to be plotted in a manner
similar to that described above for the 5 minute
historical file.
ZZ. Documentation
The system supplier shall describe in his prospectus
his standard programs for providing historical trend
displays including the methods for calling up the
displays, selecting the data to be displayed and
labeling the ordinates and abscissae.
Two (2) sets of programming documentation shall be delivered
to the Owner at the final delivery date at which time all
programs shall be tested, delivered, and fully operational.
Each set of documentation shall include, but not be limited
to, the following:
1. General description of the overall purpose of each
program with any assumptions or restrictions fully
explained. Format for any input and /or output messages
shall be included.
2. Abstracts describing the operational objectives of each
major program section together with an explanation of
its relationship to other major program sections.
13660 -46
3. Flow charts for each major section with sufficient
information to describe what is being done.
4. Assembled listing, complete and fully debugged, for
each program. Each program listing shall have heading
information giving program name and acronym, brief
description of program purpose, number of words of
storage required, hardware register used, entry and
exit conventions, error diagnostics, and implicit
assumptions and restrictions. Comments in the listing
shall explain what each section of the program is
designed to do. Cross - reference to flow charts should
be made where applicable. Each listing shall be
followed by a glossary of variables, by label and
description, with locations where first defined.
5. Tables of mathematical formula used in coding with
reference number (as shown in flow charts), use of
equations, value of constants, both used and applicable
and each constant's label, if any.
6. Explanation of coding techniques used (where required
for timing considerations) and the timing
requirements. All high priority interrupt service
programs shall include timing requirements.
7. Decision tables, where developed, shall be shown and
their use described.
8. Memory maps shall be provided both for the core or
semiconductor memory and for the disk or drum memory.
Memory maps shall show designated locations as well as
indicating the program contained therein.
9. Programs written in position independent code shall be
clearly so identified. All other programs shall have
the fixed starting location clearly identified.
10. Detailed instructions shall be provided on the methods
to be used to add programs to the system under control
of the system executive, and the methods to be used to
assign or change the scheduling and /or the priority of
system executive, and the methods to be used to assign
or change the scheduling and /or the priority of system
programs.
11. Two sets each of source program and object program on
"floppy" disk or removable disk pack shall be provided.
13660 -47
..3
� U
•
AAA. Deactivation of Station
The system shall have the capability, so that any remote
station can be removed from system operation. When a
station is deactivated, the data from the remote shall not
be processed and a deactivated notion shall be printed
corresponding to the station.
BBB. System Protection
The system shall be protected from short or overload by
appropriate size fuse, to be supplied by the equipment
manufacturer. The equipment connected to the incoming
communication line shall be protected from lightning. Power
supplies with backup battery, shall be provided as per
equipment manufacturer's recommendations. The desk shall
have .a plastic laminated top with minimum dimension of
30 "X60 ".
CCC. Operator's Console
The operator's console or control console shall be a means
of operator's interface with the processor. The control
console shall be a desk mounted. Wiring from the console
shall be minimum. The printers shall be mounted next to the
console.
DDD. Alarm Dialer
The SCADA system shall be equipped with an alarm dialer for
notifying supervisory personnel of alarm conditions after
normal working hours. This dialer shall be capable of
automatically dialing a preprogrammed list of numbers until
answered and deliver one one of four voice messages as
dictated by the alarm situation.
EEE. Communications
It is the responsibility of the Contractor to assist the
Owner in obtaining all telephone lines required for the
system.
The communication modem shall be strap selectable for 300 or
1200 baud. Modem output shall be adjustable from -50dBm to
+OdBm to 600 ohms. Receiver sensitivity shall be adjustable
from -40dBm to +OdBm. The modem shall be strap selectable
for 2 or 4 wire telephone or radio.
13660 -48
2.02 REMOTE STATIONS
A. General
The remote stations of the required system shall be
microprocessor controlled, so that changes in their
operation may be made by changing programs. They shall be
capable of data acquisition, remote control and
pre - programmed local control.
The input and output boards shall be organized at each site
so that future expansions up to 50% above present may be
added without adding hardware.
All logic boards at the remote station shall be of modular
design and plug into a STD bus card frame. An 8 bit
microprocessor with a minimum of 10K PROM and 2K RAM shall
be used. A single board RTU with the required number of
inputs and outputs may be used. If it conforms to all areas
of the specification including expansion, with the exception
of the requirement of a STD card frame.
The remote unit shall have capability to accept down loaded
eetpoints and to implement local control with these
eetpoints.
To insure that there is no loss of operational parameters
and for prompt reporting of all alarm conditions, the remote
site shall have twenty -four (24) hour battery back -up for
the entire remote. To protect the RTU battery, it shall
automatically disconnect upon detection of low voltage.
AC voltage power fail alarm and low AC voltage alarm shall
be reported to the central site during each scan.
No RTU may be installed in a chlorine room. All conduit
running into chlorine areas shall have seal wyes that are
approved by the Engineer.
B. Proposal Requirements
The prospectus shall include:
The Remote Telemetry Unite shall be manufactured by the same
Company that furnishes the SCADA system. In the prospectus,
the system supplier shall furnish sufficient information on
the RTU that a comparative appraisal may be made by the
Engineer.
13660 -49
C. Status Input
1. The remote stations shall have the capability to
supervise, on a continuous basis, all associated
indication points. Points shall be checked for status
changes with at least a 10 cosec resolution. Upon being
polled by the master station, the remote must transmit
the status of all points to the master station.
2. The remote shall have sufficient "memory ", so that a
status change that occurs but disappears before that
remote is polled, is not lost.
3. The equipment shall be protected against voltage surges
on all inputs. The equipment shall meet the IEEE surge
withstand test (SWC), without sustaining permanent
damage. No relays or other electro- mechanical devices
are acceptable. Optical isolation is required on all
inputs.
4. LED displays shall be supplied on the indication input
electronics to display which status points are
activated.
5. Barrier type terminal blocks shall be mounted near the
status input boards or single board BTU to allow for
wiring connections.
6. The Contractor shall coordinate the electrical and
SCADA supplies to determine dry contacts required and
installed for proper condition of the system.
D. Analog Input
1. The remote station must be capable for processing
analog signals (4 -20 mA, 1 -5 VDC) pulse accumulation
inputs, pulse duration inputs and pulse rate inputs
(0 -20 pps).
a. In case of analog data, the remote station shall be
equipped to provide a conversion accuracy no less
than .025 %.
b. Count data or accumulations.must be stored by the
remote station computer. The maximum counting rate
supplied to the vendor's equipment will be 20
pulses per second, and the duration of any bounce
on the pulse will not be greater than 10 cosec.
13660 -50
4. Each input shall be optically isolated to 1000V RMS.
5. Barrier type terminal blocks shall be supplied for the
analog inputs boards to facilitate wiring.
E. Digital Outputs
1. Controls may consist of one of two commands; either an
"Open" or "Close'. Two independent relays shall be
supplied to facilitate this function, each a form C
contact.
a 5.
The pulse accumulator input shall be stored and
reported to the master upon request.
2. Multiplexing of analog inputs shall be performed by
solid state switching. Electro- mechanical switching is
not acceptable. Noise filters shall be included at
each input and these inputs shall not utilize a common
return.
3. Analog values shall be converted into digital data for
transmission to the master. A binary coded output is
required with not less than 12 bit resolution. The
overall accuracy of the converter, including a
preamplifier or network used with the converter, shall
be linear and shall be no worse than .025 %.
2. Maintained control outputs shall also be available with
an output relay.
3. A security feature shall be included in the system,
such that only one point may be commanded at a given
time. Protection against component failure or short
circuits which cause more than one relay to be
energized, shall be included.
4. All outputs to the purchaser's equipment shall be
protected to meet the IEEE surge withstand test,
without damage to the equipment.
All outputs shall be completely isolated using optical
isolators to 1000 volts RMS. Each output shall contain
its own external relay to insure no coupling with any
other input or output circuit through a common power
supply impedance.
13660 -51
6. Output relays shall be supplied, each with one form C
contact rated at five (5) amperes maximum.
F. Analog Outputs
1. The analog outputs shall be 4 -20 mA into a maximum of
500 ohms.
2. Each analog output shall contain its own power supply
that is totally isolated from all other system power
supplies to avoid coupling through a common power
supply impedance.
3. The digital to analog conversion shall provide 12 bit
resolution, monatonic and linear to +/- .01% to full
scale.
G. Master Telemetry Unit
The transmitter located at the Water Treatment Plant act as
a backup to the master computer (SCADA). In the event that
it looses communication with the master computer for a
preset amount of time, the MTU shall redirect tank levels to
control all booster stations, wells and isolation valves
based upon down loaded set points. This function may be
fullfilled by a back -up computer that is identical to the
main system with an automatic fail -over device.
H. Communications
The Master Telemetry Unit shall have the capability to
communicate over VHF radio.
Two communication ports shall be provided. Port 1 shall be
for the primary polling data link. Port 2 shall provide for
a local CRT, printer or test equipment. Port 2 shall be RS
232C compatible.
The communication modem shall be strap selectable for 300 or
1200 baud. Modem output shall be adjustable from -50dBm to
+OdBm to 600 ohms. Receiver sensitivity shall be adjustable
from -40dBm to +OdBm. The modem shall be strap selectable
for 2 or 4 wire telephone or radio.
13660 -52
The RTU shall incorporate a special circuit to isolate the
radio from the RTU upon detection of an RTU failure. Upon
failure detection, this circuit shall inhibit the radio from
transmitting so as not to prevent another RTU from
communicating on the line.
I. Cabinets
At those locations where remote stations will be mounted
outdoors, a NEMA 4 cabinet shall be supplied. This cabinet
shall be supplied with wall mounting bracket for mounting on
the side of switchgear. The cabinet shall be constructed of
a minimum thickness of 14 gauge steel with the door being at
least 12 gauge steel. The cabinet shall be painted as per
the applicable section of this specification.
All cabinets shall be supplied with thermostatically
controlled heaters. A separate fuse shall be provided for
the heater and an indicator provided to show operation.
At those locations where the remote station shall be mounted
indoors, a NEMA 12 shall be supplied.
Terminal blocks shall be supplied to which the inputs and
outputs may be wired. The status and control terminal
blocks shall be capable of accepting wired up to size 12
AWG, when terminated with solderless lugs. The blocks use
nickel - plated brass screws or other non - corrosive
equivalents.
The AC power to the RTU enclosure shall be switched and an
appropriate sized circuit breaker shall be provided in the
RTU cabinet. A 110 VAC duplex outlet shall be provided in
the enclosure to provide a AC power for test gear.
J. Test Equipment
Where extension boards or modules are required, at least two
of each of the required shall be furnished.
K. Security
To minimize the chance of false operation or failure of the
equipment, the equipment proposed shall have as a minimum
the following features:
13660 -53
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.04
1
1
1
1
1. Receipt of a selection code by the remote station shall
cause the equipment to verify the normal operation of
the control logic. The verification process shall
prevent improper control operations due to failure of
the decoding or output logic. As a final check, the
remote station shall prevent the operation of more than
one interposing relay during the command operation.
2. Message security shall be ensured by use of a security
code for all information transfers between status. The
code shall be equivalent in security and efficiency to
a BCH 26/31 code.
3. No false commands shall be generated during power
off /recycle start in the RTU.
2.03 RADIO TRANSMITTER
A. General. The transmitter shall be capable of transmitting
in the 150.8 to 174.00 Mhz range. Frequency control to be
synthesized and field programmable by diode matrix or other
program change mode. Unite to be equipped with tone squelch
control capable of different transmit and receive tones.
Units to be equipped with power supply capable of 13.8 VDC
nominal @ 7.5 Amps with over voltage and over current
protection. Unite shall be capable of battery backup.
8. Individual Specifications
1. Frequency: 173.3625 Mhz
2. Emission Type: 16F9
3. RF Power Output Variable up to 25 Watts
4. Frequency Stability: ±0.0005 percent ( -30 C
to + 60C)
5. Spurious & harmonic emissions: at least 65 db
below carrier freq.
6. Modulation Deviation: FM (adjustable up to
± 5 Khz Max)
8. Audio distortion: less than 10%
RADIO RECEIVER
A. General. The receiver shall be solid state FM used for
reception of tone signals. The receiver shall be fixed tuned
to the transmitter frequency within the 150.8 to 174.00 Mhz
band. Unit to be synthesized and field programmable by diode
matrix or other program change mode.
13660 -54
B. Individual Specifications:
1. Frequency:
2. Sensitivity:
2.05 ANTENNA
3. Selectivity:
4. Spurious & image response:
5. Intermodulation:
6. Modulation acceptance:
7. Frequency stability:
13660 -55
173.3625 Mhz
.4 uv or better @ 20 db
quieting; .3 uv or
better 12 db Sinad
-70 db or better at
30 Khz spacing
-80 db or better
-75 db or better
16F9; + 5 Khz
± 0.0005% ( -30C
to + 60C)
A. Master Telemetry Unit. Antenna shall be light weight, gain
type, with omni- directional capabilities for use with
transmitter and receiver described in preceeding paragraphs.
B. Specifications:
1. Frequency:
2. Band Width:
3. Lightning Protection:
VSWR:
150 - 174 Mhz selected to match
transmitter
Performance characteristics flat
flat ± 5 Mhz from center fregency
Provide a low resistance path to
ground
4. 1.5 to 1 or less
5. Nominal Impedance: 50 ohms
6. Nominal Gain: 6 db minimum
7. Wind Rating: Survival w/o ice 100 MPH
1/2• radial Ice 70 MPH
8. Front to Back Ratio: 20 db
C. Remote Station. Antenna shall be a minimum 3 element Yagi
with a high front to back ratio and designated to operate at
the transmitter frequency.
D. Specifications:
1. Frequency: 173.3625 Mhz
2. Gain: 6 dB minimum at selected freq.
3. Front to back ratio: 20 db
4. Lightning protection: Provide a low resistance path
to ground
5. Nominal impedance: 50 ohms
6. Wind survival rating: over 100 MPH without ice
70 MPH with 1/2" radial ice
7. VSWR: 1.5 to 1 min
E. Tower. The tower and /or towers shall be a galvanized material
and be mounted per manufacturer's recommendations. Base and
guy post (if required) shall be constructed per minimum
requirement recommended by tower manufacturer. All towers
shall be self- supported except for the main antenna at the
water plant. Guy posts shall be required in order to prevent
any guy wire from being lower than eight feet above natural
ground.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install equipment per manufacturer'e recommendations and as
shown on the Drawings and as defined in the Specifications.
B. The Contractor shall provide power to each piece of equipment.
C. The Contractor shall furnish and install all other materials
and perform all related work necessary to accomplish the
substantial intent of the scope of work as represented on the
drawings and specified herein in order to produce complete
operational facilities. This shall include tapping into
existing reservoirs and pipelines for sensing points.
D. The Contractor shall not install an RTU inside a chlorine
MOM.
E. All electrical systems in meter or valve vaults shall be water
proof (able to withstand 8' of submergence).
END OF SECTION
13660 -56
A
§ECTION 13661 - FLOW INDICATOR SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340.
2. Mechanical Painting: Section 09902
3. Instrumentation and Communication Wire and Cable:
Section 13643.
4. Instrumentation System: Section 13641.
B. Scope. Furnish all labor, materials, equipment and related
items required to furnish and install flow sensing systems in
the monitoring and control loops as listed in the Schedules.
1.02 QUALITY ASSURANCE
A. Quality Assurance Program. The manufacturer of the level
sensing system shall have a written quality assurance program
which shall be made available to the Owner or Engineer upon
request for review.
B. Tests. Test each unit at the factory to assure proper
operation prior to shipment.
1.03 SUBMITTALS
The submittals shall be in accordance with the requirements
of Section 01340 and as modified in Section 13641.
PART 2 - PRODUCTS
2.01 FLAW INDICATOR SWITCH
A. The switch shall be a Model FS7 -4EL as manufactured by
McDonnell and Miller or approved equal.
PART 3 - EXECUTION
3.01 INSTALLATION
The equipment supplied under this Section of the
Specifications shall be according to the manufacturer's
instructions. It shall be located between the control or
check valve and manifold. The flow indicator and wiring for
Well No. 6 shall be waterproof.
END OF SECTION
13661 -1
SECTION 13662-- CHLORINE DETECTOR
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere
1. Shop Drawings, Product Data and Samples: Section 01340
2. Instrumentation and Communication Wire and Cable:
Section 13643
3. Instrumentation System: 13641
B. Scope. Furnish all labor, materials, equipment, and related
items required to furnish and install a chlorine detector and
connecting it to the monitoring loop as listed on the
Schedules.
1.02 QUALITY ASSURANCE
A. Quality Assurance Program. The manufacturer of the chlorine
detector system shall have a written quality assurance
program which shall be made available to the Owner or
Engineer upon request for review.
B. Tests. Test each unit at the factory to assure proper
operation prior to shipment.
1.03 SUBMITTALS
The submittals shall be in accordance with the requirements
of Section 01340 as modified in Section 13641.
PART 2 - PRODUCTS
2.01 CHLORINE DETECTOR
A. The chlorine detector unit, Wallace and Tiernan Series
50 -125, or approved equal, shall be capable of detecting
small quantities of chlorine gas in an air stream. It shall
consist of an electrolyte tank, a sensor, sensor chamber,
electronic unit and mounting hardware complying with the
following requirements. One leak detector shall be provided
in the chlorine room.
1. Sensitivity: 1 ppm chlorine by volume in air.
2. Response: Detect 1 ppm change in 15 seconds.
3. Operation: Continuous
13662 -1
1
1
1
1
1
1
1
1
1
1
1
1
1 *
1
1
1
1
1
1
4. Electrical Requirements: 120 ± 12 VAC, 50 Hz, single
phase.
5. Alarm: Local indication by red alarm light and turning
on vent fan.
6. Relay Contacts: Two pairs of relay contacts shall be
provided. The contacts shall be rated at 8 ampere
(resistive load), 240 VAC. The unpowered contacts must
close during an alarm condition.
7. Sample Air Blower Capacity: Positive air sampling shall
be provided. The blowers shall be capable of
circulating 1 cfm with 80 feet suction and 20 feet of
discharge piping (1" pipe or hose).
8. Sensor: Measuring electrodes must be self - cleaning so
that the possibility of dirt or contaminants interfering
with the sensors will be minimized.
9. Mounting: Wall mounted, with manifold- intake piping as
detailed on the Plans.
10. Chemicals: One -year supply of electrolyte shall be
supplied.
PART 3 - EXECUTION
3.01 INSTALLATION
The installation of the equipment furnished under this
Section shall be in accordance with the manufacturers
recommendations.
END OF SECTION
13662 -2
001E3 3
SECTION 13663 - WELL LEVEL INDICATOR SYSTEM (BUBBLER -TYPE)
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340.
2. Mechanical Painting: Section 09902
3. Instrumentation and Communication Wire and Cable:
Section 13643.
4. Instrumentation System: Section 13641.
B. Scope. Furnish labor, materials, equipment and related items
required to furnish and install well level indicating systems
(bubbler -type) in the monitoring and control loops as listed
in theSchedules. All equipment and piping shall be sized
for the site.
1.02 QUALITY ASSURANCE
A. Quality Assurance Program. The manufacturer of the level
sensing system shall have a written quality assurance program
which shall be made available to the Owner or Engineer upon
request for review.
B. Tests. Teat each unit at the factory to assure proper
operation prior to shipment.
1.03 SUBMITTALS
The submittals shall be in accordance with the requirements
of Section 01340 and as modified in Section 13641.
PART 2 - PRODUCTS
2.01 BUBBLE PIPE PNEUMATIC TRANSMITTER
A. The transmitter shall be a B.I.F. Model 281- 06 -SP -1 or
approved equal.
•2.02 ELECTRONIC PRESSURE TRANSMITTER
A. The transmitter shall be a B.I.F. Model 251 -16- 105 -12 -01 -806
or approved equal.
13663 -1
2.03 AIR COMPRESSOR
A. The air compressor shall be a completely air cooled, factory
engineered and assembled unit consisting of a tank mounted
compressor that shall be capable of automatically maintaining
the air pressure required for accurate well level
measurement. it shall be furnished with an inlet filter,
inlet silencer, ASME Code air receiver, safety valve,
pressure gauge, an in -line filter between the compressor and
the pneumatic transmitter, electric motor, and inline
pressure regulators.
PART 3 - EXECUTION
3.01 INSTALLATION
A. The system shall be installed in accordance with the typical
installation details in the appendix and the manufacturers
recommendations. All piping and wiring shall be complete in
place, including connection to the existing air line on the
well head. Air compressor enclosures are required for
protection against vandalism at sites that either do not have
a control room or do not have sufficient space in the control
room. All air lines are to be buried. Compressors shall not
be allowed in chlorine room. The compressor on Well No. 6
shall be installed on the electrical platform.
B. The following is information on the wells to be monitored:
Well Number Pump Setting, Feet Static Depth, Feet
1 200 20
3 220 22
4 200 29
6 185 85
7 240 22
8 120 85
9 120 87
Westinghouse North 260 152
Westinghouse South 240 190
END OP SECTION
13663 -2
DIVISION 16 - ELECTRICAL
_ti
SECTION 16010 - GENERAL ELECTRICAL INFORMATION
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples; Section 01340
B. Furnish all labor, equipment, supplies and materials and
perform all operations necessary to complete the installation
of an electrical system for the telemetry system called for
in the specifications, together with local control and
removed control wiring. The work includes, but is not
limited to trenches, transformers, copper wire, conduit,
fittings, outlet boxes, junction boxes, pull boxes, switches,
receptacles, panelboards, lighting fixtures and lamps,
relays, timers, alarms, control centers, lightning arrestors,
grounding systems, motor control systems.
1.02 QUALITY ASSURANCE
A. Qualifications
1. Designer. Technical drawings submitted shall bear the
seal of a Registered Professional Engineer. The act of
sealing each drawing will be taken to indicate that the
sealing engineer has personally reviewed the Drawings
and Specifications, and that it is his professional
opinion that the material covered in his submissions
meets or exceeds the requirements of the Drawings and
Specifications.
2. Workmanship. Workmanship shall be of the highest
quality and all work shall be done by workmen skilled in
the trades involved.
B. Standards and Codes
1. All construction, installation, workmanship, equipment
and materials shall conform to all acts, laws, rules and
regulations having jurisdiction in the area where the
Project is to be located, and to the current edition of
the following standards or codes:
16010 -1
�s�,,c
2. Codes and regulations are to be interpreted as minimum
requirements and shall in no way restrict the
installation.
C. Allowable Tolerances
1. Scaling dimensions from drawings may be used only for
approximate locations. Verify dimensions with existing
conditions on the job site. Verify scales shown on
electrical with architectural and structural drawings
for the purpose of estimates and construction.
2. Equipment locations and conduit installation shall
follow the layouts shown on the Drawings. These
layouts, however, are diagrammatic and shall be subject
to such changes as may be necessary to facilitate the
installation, to coordinate the work with other crafts,
or to overcome obstacles encountered in the
construction.
3. The Contractor shall request detailed information
regarding the position of equipment and outlets that are
not dimensioned on the Drawings. The final or required
locations may have to be coordinated on the jobsite with
other outlets or other crafts.
4. Where a major deviation from the Drawings is indicated
by practical considerations, the Contractor shall submit
shop drawing showing all deviations in such detail as to
clearly indicate the necessity or desirability of the
change.
D. Submittals
a. National Electrical Code (NEC)
b. National Electrical Manufacturers Association
(NEMA)
c. American National Standards Institute (ANSI)
d. National Fire Protection Association (NFPA)
e. Illuminating Engineering Society (IES)
f. Insulated Power Cable Engineers Association (IPCEA)
g. Institute of Electrical and Electronic Engineers
(IEEE)
h. Underwriter's Laboratories (U/L)
1. Shop Drawings and required field drawings shall be
submitted to the Engineer for review as required under
Section 01340 and any additional requirements specified
in these sections.
16010 -2
1
1
1
1
1
1
1
1
1
1
1
1
lx
1
1
1
1
1
1
2. Manufacturer's Factory Drawing Submittal
a. In addition to specific information outlined in
each individual section of the Specifications, each
submission shall include:
1. Outline and general arrangement of each piece
of equipment.
2. Complete mechanical and electrical
description.
3. Number of shipping sections in each line up
and weight. -
4. Complete connection information.
b. Conditional Approval
1. Changes indicated by the Engineer with
•Approved as Noted" notation shall be
incorporated on the Drawings and resubmission
as final drawings will be required.
2. Manufacturer's Catalog Cut Submittals
a) Specific Sections Requiring Approval:
16111 Conduits
16120 Wires and Cables
16130 Boxes
16611 Grounding System
b) Provide descriptive material in the
following manner:
(1) Equipment and materials descriptive
literature shall refer to the
specific paragraph and section of
the Specifications that applies to
the proposed equipment.
(2) Specific items shall be so marked
to indicate exactly where the
proposed equipment is to be
applied.
(3) Sheets showing more than the
specific proposed equipment shall
have all items which do not apply
crossed out.
16010 -3
1
(4) Where applicable schematic and
connection diagrams ate submitted,
standard schematics shall be so
marked to show the specific
application proposed.
3. Field Installation Drawings
a. Prepare field control wiring diagrams
showing all terminal markings (and
referencing individual manufacturer's
drawing numbers and terminal
designations) and submit for review.
Draw diagrams in ink and submit for
review. After review, the Contractor
shall use the drawings for construction
purposes, making necessary field changes
required to make an accurate instrument
for maintenance. Submit a final
reproducible at the end of construction
and label "AS BUILT" drawings.
b. The Contractor shall keep an accurate
record of all electrical conduits and
provide the information on reproducibles
at the end of construction.
4. Operations and Maintenance Manuals
a. In addition to information required in
Paragraphs 1.02D.1. through 1.02D.4., and
Sections 01730, the Contractor shall
prepare by individual electrical sections
(listed in Paragraph 5.b. below) the
following information:
1) Final record drawings (if required
in 1.02D.3.a.).
2) The manufacturer's catalog cuts.
3) The manufacturer's complete renewal
parts description with the
manufacturer's recommendation as to
items which should be carried in
stock.
4) The manufacturer's instruction
bulletins.
16010 -4
F. Job Conditions
G. Substitutions of Material
b. The number of copies required for
Paragraph 1.02D.5.a. are outlined in
Section 01730.
E. Product Delivery, Storage and Handling
1. All materials and equipment furnished and installed
shall be received and adequately protected. Protect
electrical equipment from weather. Use epace heaters to
prevent moisture condensation during delivery and
storage.
1. Physical Survey. It shall be the responsibility of the
Contractor to make a physical survey of existing
conditions pertaining to the job.
2. Sequence Scheduling. The drawings showing the extent
and arrangement of the work of the particular trade
shall be used together with the drawings showing the
extent and arrangement of the work of the other trades.
The Contractor shall lay out his work with due
consideration for the other trades and shall be
responsible for calling to the attention of the Engineer
interferences encountered. Such interferences shall be
investigated and called to the attention of the Engineer
before equipment is installed and before material is
fabricated. Relocation resulting from interferences
shall be made at no additional cost to the Owner.
1. Where a definite item or wiring procedure is specified,
it is not the intent to discriminate against any
"approved equal" product of another manufacturer. It is
the intent to set a definite standard.
2. Open competition is expected, but in all cases complete
data shall be submitted on all proposed substitutes.
Samples shall be submitted for comparison and test when
requested by the Engineer.
3. No substitution shall be made unless authorized by the
Engineer in writing.
16010 -5
Cf 93
1
1
1
1
1
1
1
1
1
1
1
1
1 '
1
1
1
1
1
1
4. Should a substitution be accepted and should the
substitute material prove defective or otherwise
unsatisfactory for the service intended and within the
guaranty period, the Contractor shall replace this
material or equipment with the materials or equipment
specified by name, at no additional cost to the Owner.
END OF SECTION
16010 -6
0003.)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Flexible metal conduit shall be hot - dipped galvanized or
electro - galvanized inside and outside and made in one
continuous length of spirally wound steel strip with uniform
interlocking convolutions.
2.03 PLASTIC COATED FLEXIBLE METAL CONDUIT
1
1
1
1
SECTION 16111 - CONDUIT SYSTEMS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
2. General Electrical Information: Section 16010
3. Boxes: Section 16130
4. Underground Conduit Systems: Sections 16404
B. Scope. Furnish and install the following conduit systems:
1. Heavy wall rigid galvanized conduit.
2. Flexible metal conduit.
3. Plastic coated flexible metal conduit.
4. Electrical metallic tubing (EMT).
5. Non - metallic Schedule 40, Polyvinyl Chloride (PVC).
1.02 QUALITY ASSURANCE
A. Governing Standards
1. NEC
2. Rigid Galvanized Conduit ANSI C80.1971
3. Electrical metallic tubing (EMT) ANSI C80.3 -1971
4. Non - metallic rigid PVC - NEMA Standard TC -2
PART 2 - PRODUCTS
2.01 HEAVY WALL RIGID GALVANIZED CONDUIT
Heavy wall rigid galvanized conduit shall be hot dipped
galvanized or electro - galvanized inside and outside. All
couplings and fittings shall meet this requirement.
2.02 FLEXIBLE METAL CONDUIT
Plastic coated flexible metal conduit Type UA shall meet the
requirements for flexible metal conduit with the addition of
a continue copper ground and with a polyvinyl chloride
cover.
1
1
1
1
1
1
1
1
1
G. All conduits shall be clear of structural openings.
1
1
1'
1
1
1
1
1
1
PART 3 - EXECUTION
3.01 HEAVY WALL RIGID GALVANIZED STEEL CONDUIT
A. Install heavy wall rigid galvanized conduit for exposed
wiring unless otherwise indicated.
B. No trade size shall be smaller than 3/4 inch.
C. Cut conduit ends square with a saw and ream. Cut threads to
effect full thread joint engagement. All thread joints and
fitting shall be given a liberal coating of white lead or
equivalent, following which the joint shall be pulled up
tight and secure. No running threads are permitted.
D. Install pull boxes approximately every 100 feet in long
conduit runs.
E. Install exposed rigid conduit parallel to structural members
and surfaces. Multiple runs in the same direction shall be
parallel with symmetrical bends. Support each run or group
of runs rigidly with galvanized hardware and framing
materials, including nuts and bolts.
F. Conduits across structural joints shall have OZ or DX bonded
watertight expansion and deflection fittings where in
structural movement.
H. Prevent the entry of dirt, trash or water in the conduit
systems.
I. Cap future conduits if exposed and terminated in equipment.
Plug with galvanized couplings flush with the structural
surfaces if concealed.
J. Where Drawings indicate future equipment, provide concealed
portions of conduits.
K. Maintain minimum separation of six inches between hot
pipelines and electrical conduits.
L. Provide conduits passing through inside masonry walls or
floor Blabs, except curbed or framed openings, with
galvanized pipe sleeves, two pipe sizes larger than the
conduit trade diameter. Cut off flush with the wall slab.
Seal open space between sleeves and conduits.
16111 -2
1
1
1
1
1
1
1
1
3.03
1
1
1
1
1
1
1
1
1
1
3.02
M. Conduits entering from outside walls shall have seals of
rubber neoprene similar to OZ Type WSK and if entry is below
grade, include cable gland similar to OZ Type W or CSB
sealing bushing.
N. Install conduits between reinforcing steel in walls and
slabs. If there is only one layer of reinforcing steel in
slabs, place conduits under the reinforcement.
O. Structural members and reinforcing steel shall not be cut,
burned or damaged in any way. Holes cut through existing
floors and walls shall be neatly repaired with zinc - coated
pipe rings placed on conduits at entry points.
P. Avoid trapped rune and vertical loops in conduits, but where
necessary, drain with proper fittings.
FLEXIBLE METAL CONDUIT
Install flexible metal conduit for indoor terminations to
fluorescent fixtures, transformers and miscellaneous wiring
devices in non - hazardous areas and areas completely protected
from weather.
PLASTIC COATED FLEXIBLE METAL CONDUIT
Install plastic coated flexible metal conduit at the motor
terminals of all motors. The PVC shall be 40 mil thick.
3.04 SEAL WYES
Seal wyes shall be installed in all conduit runs connected to
chlorination facilities.
END OF SECTION
16111 -3
SECTION 16120 - WIRE AND CABLE
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
2. General Electrical Information: Section 16010
1.02 MANUFACTURERS
A. Acceptable Manufacturers
1. Okonite Company
2. Anaconda Wire and Cable Company
3. General Electric Company
4. Approved Equal
1.03 SUBMITTALS
Submittals shall be in accordance with Section 01340 and
Section 16010, General Electrical Information.
PART 2 - PRODUCTS
2.01 600 VOLT INSULATION
A. Unless otherwise noted, single conductor power and /or control
cables shall be copper conductor, 90 C in dry locations and
75 C in wet locations, Type THWN.
B. Unless otherwise noted, multiple conductor power and /or
control cables shall be THHN in a PVC or neoprene jacket,
similar to General Electric SI- 58174, suitable for
installation in cable trays.
PART 3 - EXECUTION
3.01 600 VOLTS AND BELOW
A. Use color coded wire on 600 volts and below.
B. A wire run in conduit solely for grounding shall have an
identifying green covering.
16120 -1
1
1
1
1
1
1
1
1
1
1
1
1 '
1
1
1
1
1
1
C. On 600 Volt cables coat splices and taps in rubber insulated
thermoplastic conductors with an adhesive cement, insulated
with rubber base splicing tape similar to "Scotch" 23 or
equal to a thickness one and one -half times that provided by
the cable manufacturer. Finish with two layers of
half - lapped "Scotch" electrical tape No. 33 +, or equal, and
seal with "Scotchcoat" or equal.
D. All splice material shall be submitted for review prior to
installation. All finished splices shall be inspected by the
Owner's representatives.
E. Make conductor termination, No. 8 AWG and smaller, with
pressure connected lugs, Buchanan "Termend" or equal.
Conductor terminations, larger than No., 8 AWG, shall be made
with solderless bolted pressure type copper lugs. Thoroughly
clean and tin wire ends before lug is applied.
F. Bolted connections for electrical conductors, without
non - corrosive surfaces, shall be thoroughly cleaned and
tinned or covered with a light film of commercial paste to
prevent oxidation.
G. Where mechanical assistance is used for pulling conductors,
apply a wire pull compound having inert qualities that does
not harm the wire insulation or covering to the conductors
before they are pulled into raceways. Interior of all
raceways shall be free from grease, filings, or foreign
matter before conductors are pulled in.
H. Do not install power wire smaller than No. 12, except as
furnished with standard packaged equipment, or as specified,
for low voltage control systems, or fixture wiring. Control
wires shall be No. 14 stranded copper.
I. Where the capacity of a single feeder is so great as to
require parallel conductors in more than one conduit, each
conduit shall contain the same number of conductors in all
phases (legs) of the feeder, including any neutral
conductors.
J. In circuits of 600 volts and below, remote control wire may
be pulled in the same conduit with the motor leads, where so
indicated on the Drawings. Generally, motors 10 HP and
larger shall have separate conduit systems for the motor
leads and remote control wires. Under no circumstances shall
circuits above and below 600 volts be pulled in the same
conduit or the same cable tray without a metal barrier in
between.
16120 -2
K. All splices shall be accessible.
L. All Wires shall be conveyed in raceways unless specifically
indicated otherwise.
END OF SECTION
16120 -3
SECTION 16130 - BOXES
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
2. Conduit System: Section 16111
3. Underground Conduit Systems: Section 16404
B. Scope. Equipment and material included in this Section
consists of all junction and pull boxes, outdoor and indoor,
outlet boxes and ceiling boxes.
1.02 MANUFACTURERS
A. Acceptable Manufacturers
1. Galvanized Boxes and Gutters
2. Cast Iron Boxes and Fittings
a. OZ Corporation
b. Appleton Electric
c. Crous -Hinds
d. Approved Equal
3. Ceiling Boxes and Outlet Boxes
a. Appleton Electric
b. Steel -City
c. Bowers
d. Approved Equal
PART 2 - PRODUCTS
2.01 MATERIALS
a. Circle AW
b. Universal
c. AMF
d. Approved Equal
A. Galvanize pull and junction boxes for non - shielded conductors
after fabrication with a cellular neoprene gasket. Size
according to the requirements of the National Electric Code.
16130 -1
B. Dimensions given on boxes listed shall be those shown or the
minimum required by the National Electric Code, whichever is
larger.
C. Instrumentation conduits shall have separate junction boxes
and pull fittings.
PART 3 - EXECUTION
3.01 INSTALLATION
Mount outlet boxes with suitable fasteners containing the
proper knockouts. Unused knockouts shall remain closed.
Outlet or utility boxes concealed in construction shall be
secured firmly in place, set true and square and flush with
the finished surface for the correct application of cover
plates or other devices.
END OF SECTION
16130 -2
n r.
SECTION 16404 - UNDERGROUND CONDUIT SYSTEMS
PART 1 - GENERAL
1.01 DESCRIPTION
Trench and backfill conduit, ducts and cabling, as specified.
PART 2 - PRODUCTS
2.01 UNDERGROUND CONDUITS
Power conduit systems for underground distribution shall be
rigid galvanized steel unless indicated otherwise.
Instrumentation and intercommunication cables shall be
isolated from power raceways and shall be run in continuous
rigid galvanized steel conduits.
PART 3 - EXECUTION
3.01 TRENCHING
Carefully remove topsoil and store for replacement after the
trench is backfilled. Deposit excess earth and rock from
trenching where directed or remove from premises.
3.02 UNDERGROUND CONDUIT INSTALLATION
A. General
1. Underground Termination. Plug conduits terminated
underground for future extension and securely wrap with
greased burlap.
2. Nominal depth shall be 24 inches.
END OF SECTION
16404 -1
C
SECTION 16611 - GROUNDING SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work Specified Elsewhere:
1. Shop Drawings, Product Data and Samples: Section 01340
B. Scope. Provide a radial electrical grounding system in
conduits and a redundant grounding loop, which includes
providing lightning protection for buildings.
1.02 STANDARDS
A. National Electrical Code.
B. IEEE Standard 142 -1972 (Recommended Grounding).
PART 2 - PRODUCTS
2.01 MATERIAL
All wire and fittings shall be 98 percent conductivity
copper.
PART 3 - EXECUTION
3.01 SYSTEM GROUNDING
The grounding connection shall be on the line side of
secondary disconnecting device.
3.02 SAFETY GROUNDING OF EQUIPMENT
A. Safety grounding of equipment shall be generally accomplished
by providing a fourth equipment wire as shown on the Drawings
which shall be no less than the size recommended in Article
250 of the National Electrical Code. This ground shall
extend throughout the system by means of insulated green
ground wires connected to ground buses in each switchgrear,
. motor control center and panelboard, and shall terminate on
each outlet box, light fixture housing or grounding terminal
of the motor.
B. Each ground bus, in addition to connecting to its feeder
ground, shall be grounded to the building ground loop.
16611 -1
C. Use a network of grounding rods for grounding electrodes.
Place at convenient locations in the ground loop as shown on
the Drawings. Ground rods shall be copperweld with machined
drive points and chamfered drive ends. Drive rods at least
18 inches below finished grade. Rods shall be a minimum of
3/4 inch in diameter and not less than 10 feet in length.
D. General items to be grounded shall consist of enclosures
and /or frames and exposed metal parts. These items shall
have solidly grounded cable connections to the grounding
system.
E. Ground cable termination to enclosure and frames shall be
similar to Thomas and Bette 71000 Series.
END OF SECTION
16611 -2
LIMIT SWITCH
VALVE
LIMIT SWITCH
EXISTING INDICATOR ROD
- FULL OPEN POSITION
LIMIT SWITCH
FULL CLASED POSITION
PUMP CONTROL VALVE POSITION INDICATOR
EXISTING INDICATOR ROD
ALVE
ISOLATION VALVE AND ALTITUDE
VALVE STATUS INDICATOR
TYPICAL I NSTALATIONS
Z ff 213
Haynie & Kaltman, Inc.
CIVIL ENGINEERING
AND
LAND SURVEYING
Round Rock, Texas
COMPRESSOR I I7 V, 60 HZ PS
WITH TANK
FILTER
AIR SUPPLY REG.
=.MAX HEAD + 20PSIG
1/4" TANK TAP REQUIRED IF
AN EXIST. ONE IS NOT AVAILABLE.
PRESSURE TRANSMITTER
II7 V, 60 HZ PS
MA DC (TO RTU)
1/4" VALVE
4 -20 MA DC.
OUTPUT (TO RTU)
BUBBLE PIPE
PNEUMATIC
TRANSMITTER—
PRESSURE
TRANSMITTER
117V,60HZ PS
4 -20 MA DC (TO RTU)
WELL
STANDPIPE / GROUND TANK
VALVE
ELEVATED TANK
TYPICAL INSTALATIONS
LEVEL INDICATORS
PRESSURE
TRANSMITTER
CONTRACTOR TO CONNECT TO
EXIST. AIR LINE ON WELL.
Haynie & Kaltman. Inc.
Taz CIVIL ENGINEERING
AND
LAND SURVEYING
Round Rock, Texas