Loading...
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