R-88-1111 - 4/28/1988ATTEST:
NE
GCRRRESWASTE
LAND, City Secretary
'
RESOLUTION NO. / / //f--
WHEREAS, the City has duly advertised for bids for the
construction of certain modifications for the Round Rock Wastewater
Treatment Plant West, and
WHEREAS, Psencik Construction Co., Inc. submitted the lowest and
best bid, and
WHEREAS, the Council wishes to accept the bid of Psencik
Construction Co., Inc., and to authorize the construction of said
modifications, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the bid of Psencik Construction Co., Inc. is hereby accepted
as the lowest and best bid, and the Mayor is authorized and directed
to execute on behalf of the City a contract with Psencik Construction
Co., Inc. for the construction of said modifications.
RESOLVED THIS o4 day of April, 1988.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
March 16, 1988
James R. Nuse, P.E.
Director of Public Works
City of Round Rock
300 S. Blair Street
Round Rock, Texas 78664
RE: Round Rock Wastewater Treatment Plant West
1987 C.I.P. Modifications
Dear Jim:
As you know, bids were taken on March 15, 1988 for the above referenced
project. A total of five (5) bids were received. The low bid was
submitted by Psencik Construction Co., Inc. in the amount of
$212,500.00.
We recommend that the contract be awarded to Psencik Construction Co.,
Inc., based on their low bid, experience and reputation.
Enclosed please find a detailed Bid Tabulation of the bids received for
this project.
•
At your direction, we will issue a Notice of Award and prepare the
necessary contract documents for execution.
Sincerely,
HAYNIE KALLMAN & GRAY, INC.
PAL /cla
Enclosure
#103- 1854 -47
Patrick A. Lackey, P.E.
Project Manager
Haynie ICallman &Gray, Inc.
Consuiung Engineers
1230iT•lhno10y\ d. Sun :I Austin, T\as78727 (51D 250.8n11
C;vd Engineering Comultans Municipal Engmc nng L nd P SuncyIn
'CT�rt CLC�L'ti Wf .
CC. g'618?
cc: Michael Vollmar, Public Works Dept.; City of Round Rock
Steven D. Kaltman, P.E., R.P.S.; Haynie Kaltman & Gray, Inc.
James H. Darnel; Haynie Kallman & Gray, Inc.
PROJECT: WASTEWATER TREATMENT PLANT WEST - 1987 CIP MODIFICATIONS
OWNER: CITY OF ROUND ROCK„ TEXAS
JOB NUMBER: 103- 1854-45 FILE 110: 8RST7107
DID DATE: MARCH 15,1980 O 10:00 A.M.
PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
PSENCIK 6 -5 AUSTIN LEM TRIPLE V
CONSTRUCTION CONSTRUCTION ENGINEERING CONSTRUCTION CONSTRUCTION
ITEM
NO. DESCRIPTION UNIT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT
1. Influent Piping Replacement
2. Brevity Thickener Replacement
3. Centrifugal Blower Replacement
4. Scuu Pump Building Demolition
5. Msc. Elect., Mech. A Site Work
TOTAL LUMP SUM BASE BID 1212,500.00
Manufacturer Designation:
Gravity Thickener
Centrifugal Blower
L.S.
L.S.
L. S.
L.S.
L.S.
$41,000.00
. $43,000,00
£107,000.00
$1,500.00
120,000,00 .
BID TABULATION
$43,145.00
155,557.00
1107,028.00
14,978.00
$32,781.00
£90,000.00
050,000.00
370,500.00
010,000,00
120,000,00
$244,089.00 $246,500.00
Haynie Kaltman &Gray, Inc.
Gnwkng Firy
Ausuln,Tcxa■
341,000,00 060,000.00
$60,000.00 $75,000,00
81127,000.00 £130,000.00
12,000.00 07,000.00
8125,000,00 $34,000.00
0255,000,00 0300,000,01'
Enviroquip Enviroquip Enviroquip Enviroquip Enviroquip
Lamson Lamson Lawson Lamson Lamson
Mayor
Mike Robinson
!Mayor Pro -tem
Trudy L. Lee
Council Members
}tike Hriligenstein
G10171 T. King
Pete Correa
Rennie Jean
Charles Cefprpprr
City Manager
Robert L Bennett, Jr.
City Attorney
Stephan L Sheets
DATE: January 6, 1988
TO: Sam Huey, Finance Director
FROM: Jim Nuse, Director Public Works
RE: Wastewater Treatment Plant (West) Renovation
The purpose of this memo is:
1. Update the Finance Department on the status of the
planned renovation of the west wastewater plant.
2. Also to initiate the necessary measures which will
be needed so that funds will be available as the job
becomes complete.
At this time the City and engineers are almost
complete in preparing the scope of work to be done.
Hopefully, by the end of January, 1988, we shall be
' advertising for bids. After three (3) weeks of
advertisement bids shall be opened. Review of the bids
will take approximately thirty (30) days, then awarding
the contract. Construction will then begin and
completed within one hundred twenty (120) days..
The funding of this project has been done through
two (2) different accounts. Account 20 -14 -6112, Plant
Renovation for $121,000.00 and Account 46 -02 -6018,
Wastewater Treatment Plant (west) Rehabilitation for
$230,000.00.
JAW
M E M O R A N D U M
(d -nuse)
THE CITY OF ROUND ROCK
221 East No in Mt eel
Round Rock, Texas 7866
512 - 255-3612
J
1
1 Account
6112
1
Water System Support /12
1 6112 Weedeater (2) 660 660
Mower, self- propelled 500 500
Motor, 125HP - 4,000 4,000
3 ] Tool 8 Storage Cabinet 300 300
Stationary blast cabinet 500 500
Portable Air Compressor 725 725
Radio, 60 watt (3) 1,950 1,950
Engine Hoist w /locking wheels 2,000 2,000
Meter, 6" (Well #3) 4,000 4,000
I 6 1 119 Water Meters 45,000 45,000
1
Wastewater Treatment Plant /14
1 6112 Chlorinator 2,000 2,000
Chlorine Scale 3,000 3,000
1 Bucket for Bobcat 600 600
Weedeaters (2) 700 700
Jacuzzi pump 425 158
Plant renovation 121,000 121,000
1
1
1
UTILITY FUND /20
Water Treatment Plant /11
Base Radio, 100 watt
Incubator
Water Line Maintenance /13
6112 Shoring - safety item
6121 Fire Hydrant replacement
Wastewater System Support (Lift Station) /15
6112 Motor, 7 1/2 HP
Puller Set, 17 1/2 ton
TOTAL
• CAPITAL OUTLAY ITEMIZATION
FY 1987 -88
1 141
Budgeted
Lease Budgeted
Cash 1st yr. Direct
Item Value Cost Purchase
1,000 1,000
1,200 445
12,720 4,958
10,000 10,000
300 300
1,360 1,360
$213,940 55,561 5199,595
GRAND TOTAL BUDGETED $205,156
C I '(L"J I) II
- :U - '
U'•IT %UNDER ACCOUNT TITLE
CAPITAL PROJECTS FUND:
SERIES 1957 WW2SS PEV.
LEGAL 3• FISC.AL
1 r_101 ISSUANCE COSTS
8101 TRF TO DE..T SVC - ACCP INT
,
SUG - TOTAL
SEWER SYSTEM IMPOVE -E`JT
WWTP (WE S T) REN.A6I L I TAT ION
TOT APPRO° MTD EXPEND YTD EX °END YTD X. OUTGO F1CJ I U'I7'CU''
+3,909.00
33,806.28
77.715.28
ACCOUNT UT' F ,,,,,,,.
.00 43,908.03 100.00%
.00 33,8806.29 100.00X
.00 77,714.31 100.30%
2 6018 CONTINGENCY 230,000.00 .00 .00 0.00% .00 230
2 6.019 ENGINEERINS - HK &G • 20,000.00 .00 19,996.75 95.48% .00
SUI -T0TAL 250,0 +00.00 .00 19,096.75 7.6 .00 230
• 00
. 00
DATE: April 25, 1988
SUBJECT: Council Agenda, April 28, 1988
ITEM: 9D. Consider a resolution authorizing the Mayor to enter
into an agreement for the West Wastewater Treatment
Plant Rehabilitation Project.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION: In order to improve the cost efficiencies of
the West (old) Wastewater Treatment Plants and replace
worn out equipment the first phase of this plant rehabilitation
has been designed and bids received. These improvements
include the replacement of blowers which have been
extremely costly to operate. The balance of the project
includes piping modifications and improvements to the
post thickener. These improvements will change the treatment
process of the plant from "conventional" activated sludge
to "complete mix" activated sludge. THis change in process
will enable this plant to discharge the lower ammonia /nitrogen
requirements recently required by EPA and the Texas Water
Commission in the most cost effective manner.
Staff recommends award to Pensick Construction.
Pensick has performed well on many other projects for
Round Rock.
CITY OF ROUND ROCK
WASTEWATER TREATMENT PLANT WEST
1987 C.I.P. MODIFICATIONS
CONTRACT DOCUMENTS AND SPECIFICATIONS
Specification No.
Prepared by:
Hayniell � E n &Gray, Inc.
Job No. 103 - 1854 -45
TABLE OF CONTENTS
1 - TITLE SHEET
2 - TABLE OF CONTENTS
3 - NOTICE TO CONTRACTORS
4 - ADVERTISEMENT SUMMARY
5 - INSTRUCTIONS TO BIDDERS
6 - PROPOSAL AND BIDDING SHEETS
7 - BID BOND
8 - INFORMATION REQUIRED OF BIDDER
9 - AGREEMENT
10 - PERFORMANCE BOND
11 - PAYMENT BOND
12 - MAINTENANCE BOND
13 - GENERAL CONDITIONS
14 - SPECIAL CONDITIONS
15 - TECHNICAL SPECIFICATIONS
NOTICE TO CONTRACTORS
CITY OF ROUND ROCK, TEXAS
WASTEWATER TREATMENT PLANT WEST MODIFICATIONS
Sealed bids, in envelopes addressed to the City of Round Rock, 221
E. Main Street, Council Chambers, Round Rock, Texas 78664, will be
received at the above mentioned address until 10:00 a.m., Tuesday,
March 15, 1988, and then publicly opened and read for furnishing all
labor, materials and equipment, and performing all work required for
the construction.of the Wastewater Treatment Plant West Modifications,
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 Wastewater Treatment Plant West Modifications, to be opened at
10:00 a.m., Tuesday, March 15, 1988 ".
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 that 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 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
sureties acceptable to the Owner, with approval prior to bid opening.
The right is reserved, as the interest of the Owner may require,
to reject any and all bids, and to waive any informality in bids
received.
Page 1 of 2
The project generally consists of the replacement of three (3)
existing blowers with new 2858 SCFM centrifugal blowers, replacement of
existing 24 -foot diameter gravity thickener with new thickener
mechanism, influent piping modifications, building demolition and other
related mechanical, electrical and site work construction.
Plans, specifications and bidding documents may be secured from
the office of the Engineer, Haynie Hallman & Gray, Inc., for a
non - refundable fee of fifty dollars ($50.00) per set.
Plans and specifications may be examined at the office of the
Engineer, Haynie Kallman & Gray, Inc., 12303 Technology Blvd., Suite J,
Austin, Texas. Bidders should carefully examine the plans,
specifications and other documents, visit the site of work, and fully
inform themselves as to all conditions and matters which can in any way
effect the work or the cost hereof. Should a bidder find discrepancies
in, or omissions from the plans, specifications or other documents, or
should be in doubt as to their meaning, he should notify the Engineer,
Haynie Kallman & Gray, 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.
This Notice to Contractors shall be published in the Austin
American - Statesman on the following dates, and an Affidavit of
Publication furnished:
Sunday, February 21, 1988
Sunday, February 28, 1988
Sunday, March 6, 1988
This Notice to Contractors shall be published in the Round Rock
Leader on the following dates, and an Affidavit of Publication
furnished:
Monday, February 22, 1988
Monday, February 29, 1988
Monday, March 7, 1988
Invoices should be sent to:
City of Round Rock
Public Works Department
300 S. Blair Street
Round Rock, Texas 78664
Attn: James R. Huse, P.E.
Director of Public Works
Page 2 of 2
OWNER:
LOCATION:
PROJECT TITLE & TYPE:
BID BOND:
PERFORMANCE BOND:
PAYMENT BOND:
MAINTENANCE BOND:
PLANS AVAILABLE:
OPENING TIME:
OPENING PLACE:
ADVERTISEMENT SUMMARY
City of Round Rock
Williamson County, Texas
Wastewater Treatment Plant West
1987 C.I.P. Modifications
5%
100%
100%
100%
February 22, 1988
Haynie Rallman & Gray, Inc.
12303 -J Technology Blvd.
Austin, Texas 78727
Telephone: (512) 250 -8611
10:00 a.m., Tuesday, March 15, 1988
City of Round Rock
Council Chambers
221 E. Main Street
Round Rock, Texas 78664
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to:
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"Bid for Wastewater Treatment Plant West 1987 C.I.P. Modifications to be
opened at 10:00 a.m., Tuesday, March 15, 1988 ".
A proposal will not be accepted unless prepared on the bidding form
provided. The sealed proposals will be publicly opened and read at the
time and place stated in the Notice to Contractors. Bidders or their
authorized agents are invited to be present. Unauthorized condition,
limitation or provisions attached to a proposal will render it informal
and may cause its rejection. The complete proposal forms shall be without
addition, alterations or erasures. Alternative proposals will not be
considered unless called for. No oral, telegraphic or telephonic
proposals or modifications will be considered. The proposal may be
withdrawn upon request by the bidder without prejudice to himself prior
to, but not after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his duly
authorized representative, and if filed with the Engineer.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership, corporation
or association under the same or different names, will not be considered.
Reasonable grounds for believing that any bidder is interested in more
than one proposal for the work contemplated will cause the rejection of
all proposals in which such bidder is interested. If there is reason for
believing that collusion exists among bidders, all bids will be rejected
and none of the participants in such collusion will be considered in
future proposals.
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after bids are opened, the Owner will return
the proposal guarantees accompanying each of the proposals as are not
considered in making the award. All other proposal guarantees will be
held until the Contract has been finally executed.
Page 1 of 3
They will be returned to the respective bidders whose proposals they
accompany within sixty (60) days after the contract execution.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contract, if awarded, will be awarded to responsible bidder whose
proposal complies with all the requirements prescribed. Award, if
made, will be made within sixty (60) calendar days after the opening of
the proposals. The Owner reserves the right to reject any or all bid
proposals, to accept the lowest responsible bidder's proposal, and to
waive any informality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written contract with
the Owner on the form of Agreement provided. Failure or refusal to
enter into a contract as herein provided, or to conform to any of the
stipulated requirements in connection therewith shall be a just cause
for the annulment of the award. If the successful bidder refuses or
fails to execute the Contract, the Owner may award the Contract to the
second lowest responsible bidder. If the second lowest responsible
bidder refuses or fails to execute the Contract, the Owner may award
the Contract to the third lowest responsible bidder. On the failure or
refusal of such second and third lowest responsible bidder to execute
the Contract, the work may be bid again at a later date.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cashier's check or
bid bond in the amount of not less than 5% of the amount named in the
proposal. Said check or bond shall be made payable to the Owner and
shall be given as a guarantee that the bidder, if awarded the work,
will enter into a contract within ten (10) days after Notice of Award
and will furnish the necessary bonds as hereinafter provided. In case
of refusal or failure to enter into said contract, the check or bond as
the case may be, shall be forfeited to the Owner. No bidder's bond
will be accepted unless it conforms to the form furnished by the Owner,
which is bound herein, and is properly filled out and executed.
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed and his
full name and his address shall be given; if it is made by a
Partnership it shall be signed with the co- partnership name by a member
of the Partnership, who shall sign his own name, and the name and
address of each member shall be given; and if it is made by a
corporation, the name of the corporation shall be signed by its duly
authorized officer or officers attested by the corporate seal, and the
names and titles of all officers of the corporation shall be given.
Page 2 of 3
1
1
1
1
1
1
1 1-
1
1
1
1
1
1
1
1
1
1
1
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration will be given
not only to the financial standing, but also to the general competency
of the bidder for the performance of the work covered by the proposal.
To this end, each proposal shall be supported by a statement of the
bidder's experience, on the form entitled "Information Required of
Bidder ", bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder
the Contract
bidder has
encountered;
be furnished
and Drawings
shall examine carefully the site of the proposed work and
Documents therefore. It will be understood that the
investigated and is satisfied as to the conditions to be
as to the character, quality and quantity of materials to
and as to the requirements of the Contract, Specifications
ADDENDA
Bidders desiring further information, or interpretation of the Plans or
Specifications must make request for such information in writing to
Engineer, a minimum of 48 -hours before the bid opening. Answers to all
such requests will be given in writing to all bidders, in Addendum
form, and all Addenda will be bound with, and made a part of, the
Contract Documents. No other explanation or interpretation will be
considered official or binding. Should a bidder find discrepancies in,
or omissions from the Plans, Specifications or other Contract
Documents, or should he be in doubt as to their meaning, he should at
once notify the Engineer in order that a written Addendum may be sent
to all bidders. Any Addenda issued twenty -four (24) hours before the
opening of bids will be mailed or delivered to each Contractor
contemplating the submission of a proposal on this work. The proposal
as submitted by the Contractor will be so constructed as to include any
Addenda if such are issued by the Engineer twenty -four (24) hours
before the opening of bids.
Page 3 of 3
PROPOSAL
TO
CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
WASTEWATER TREATMENT PLANT WEST
1987 C.I.P. MODIFICATIONS
The undersigned, as bidder, declares that the only person or parties
interested in this proposal as principals are those named herein, that
this proposal is made without collusion with any other person, firm or
corporation; that he has carefully examined the form of contract, Notice
to Contractors inviting bids, conditions and classes of materials of the
proposed work; agrees that he will provide all the necessary supervision,
labor, machinery, equipment, tools, apparatus, and other items incidental
to construction; will do all the work and furnish all the materials called
for in the Contract Documents, Plans and Specifications 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 seven (7) calendar
days after written Notice to Proceed has been given.
Page 1 of 5
ACKNOWLEDGEMENT OF PAYMENT ITEMS
The undersigned acknowledges that the following 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 the 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.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reserves the right
to reject any or all Proposals or to waive any informalities of
technicalities in any proposal in the interest of the Owner, except as
specifically limited by the terms of the Contract Documents or applicable
Laws or Governmental Regulations.
ADDENDA
The undersigned acknowledges receipt of the following addenda;
Addendum No.
Page 2 of 5
Dated
1
PROPOSAL BIDDING SHEET
' JOB NAME: Wastewater Treatment Plant West
1987 C.I.P. Modifications
JOB LOCATION: Williamson County, Texas
OWNER: City of Round Rock, Texas
Gentlemen:
I Pursuant to the foregoing Advertisement for Bids and Instruction to
B idders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary supervision, labor, machinery, equipment, tools,
I materials, insurance and miscellaneous items, to complete all the work bid
as provided by the attached supplemental specifications, and as shown on
the plans for the construction of the Wastewater Treatment Plant West 1987
C.I.P. Modifications, and binds himself or acceptance of this proposal to
execute a contract and bonds for completing said project within the time
stated for the following prices, to wit:
1 BASE BID
Bid Item Description
' Item Quantitv Unit and Written Unit Price Amount
1 1 L.S. Furnish and Install Influent Piping
Modifications, complete in place as
' shown on the Plans and specified
herein, for the lump sum price of
1 }',01Y Nig 1A504.17
Dollars
1 and 40 Cents $ 4/
2 1 L.S. Furnish and Install Gravity Thickener
I Replacement, complete in place as
shown on the Plans and specified
herein, for the lump sum price of
1 (orll 14,60 Ix:011544v
Dollars
and MO Cents $ - 3� 006. Bb
1
1 Page 3 of 5
Bid Item Description
Item Quantity Unit and Written Unit Price Amount
3
4
1 L.S. Furnish and Install Centrifugal
Blower Replacement, complete in
place as shown on the Plans and
specified herein, for the lump
sum price of
OM tlor.l¢g-n SWe+.1 Ti►oJS...1P
and
1 L.S. Scum Pump Building Demolition, com-
plete as shown on the Plans and
specified herein, for the lump sum
price of '
pJE TNodsi.►JV itvL LJ1iiJ 4V
Dollars
and
5 1 L.S. Furnish and Install Miscellaneous
Electrical, Mechanical and Site
Work, complete in place as shown
on the Plans and specified herein,
for the lump sum price of
li4.16411 1111504.4y
and j!o
TOTAL LUMP SUM BASE BID
Dollars
!fp Cents $ /t7 oeo. as
• No Cents $ 000.
Dollars
Cents $ ZOJOao.00
__ == ___
$ Z12 5pc. Do
MANUFACTURER DESIGNATION
Spec. Section Title Manufacturer's Name
04 Gravity Thickener
' Centrifugal Blower LAM4o?
Page 4 of 5
SUBMISSION OF THE PROPOSAL
In accordance with the Contract
hereby respectfully submitted by:
ft4G0t epASUAWtto4 GO., 14C.
Name of Contractor
cuted by:
70• Eor( 3207
Business Address
County
bowing.
City
eFFlc£R
�,yEV�ialt rSLJLi - Peg.
404.1 g• 6E+wu - gad_ JP
6RvKE A. MA1004 - OF
LALST ul• JEa6K -
Documents, the preceding Proposal is
Page 5 of 5
Oral IC , MSC,
Date
Title or Position
an 7134,444
Telephone Number
TEx
State
74505
Zip
1
1
KNOW ALL MEN BY THESE PRESENTS:
The
Companies
Signed and sealed this
CLJ
C329 TX)—
Approved by The American Institute of Architects.
A.I A. Document No A-310 February 1970 Edition.
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 21203
1
1
1
1
1
1 k\
Witness
1
1
1
1
15TH
BID BOND
That we, PSENCIK CONSTRUCTION COMPANY, INC
and FIDELITY AND DEPOSIT COMPANY
(Here Insert the name of the surety)
(Here insert the name and address or legal title of the Contractor)
, as Principal, (hereinafter called the "Principal "),
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety ") are held and firmly bound
' unto ...... CITY ..OF.. ROUND ..ROCK. ..TEXAS
(Here insert the name and address or legal title of the Owner)
1 as Obligee, (hereinafter called the "Obligee "),
in the sum of F1llE.. P. ERCENI .. .OF ...IDTAL..AMOUNI..QE..BIfI Dollars ($ .51..1.1 ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
' our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
WASTE WAT.ER..IREAIMENT... PLANT... WES. I. ,.- .19.87....CIP...MODIEILAIION
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform
the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
FIDELITY AND D
, of Baltimore, :Maryland, a corporation duly organized
RCH
0 FIDELITY AND DEPOSIT C
COMPA
urety
Principal
JOSEPHINE PSENCIK, PRESIDENT
A.D. 19 88
(SEAL)
Title
NY OF MARYLAND
Y
i ' " 11.14-1
By By -�� / (SEAL)
Witnes ELDO JOHNSON% Title
MN s NM MI BM ME NI MI OM NM NM M MI I — — MN NM •
Fidelity and Deposit Company
OF MARYLAND
Fidelity and Deposit Company
HOME OFFICES: BALTIMORE
0
z
0
BID BOND
°
PLEASE READ YOUR BOND
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MO. 2120)
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by R. U. BUDDENBOHH . Vice President,
and M. J. SCNNEBELEN , Assistant Secretary. in pursuance of authority granted by Article VI, Section 2 of
the respective Bylaws amid Companies, which are set Corth on the reverse side hereof and are hereby certified to be in
full force and effect of the date thereof, do hereby nominate, constitute. and appoint Eldo Johnson and
Alice Garcia, both of Temple. Texas, EACH
COMparkS
the true lawful agent and Attorney.in•Fact of each, to make. execute. seal and deliver, for, and on its behalf as
surety. and as its act and deed: any and all bonds and undertakings ...EXCEPT bonds on behalf
of Independent Executors, Community Survivors and Community Guardians
the execution of such bonds or undertakings in pursuance of these presents. shall be 15 binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the respective Companies at their offices in Baltimore, Md.. in their own proper persons.
This power of attorney revokes that issued on behalf of Eldo Johnson and Katie
Lawler, dated, August 1, 1986.
IN WITNESS W HEREOF, the acid Vice•Presidents and Assistant Secretaries have hereunto subscribed their noes and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMSAT this . ....__._ day 1932. ......_.
ATTEOr FIDELITY AND DEPOSIT COMPANY
(, OF � MARYLANDD
SEAL a / D
"/ • ,� 8y 6.t Pry dent
q;. f y / / /� / �
FIDELITY AND DEDEPOSIT C'rMPAN`
y q
_SEAL . iC i nicir/C -eirci y
B Y,w- Piaula,n
AuLeans Smwary
STartOrMasnANt i ea.
CITY or&LmaE
On this 25t14 day of June ,AD. 1987, before thesubecnber.a Notary PuMr of the Sate ofB land.m and
oe
for the City of Baltimore. duly eommiuted and qos flied, came the .1.o.o-noed Vioe reetdents and Auutent Seereonet of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the indmdu.le and °Ricers
de.enbed herein and who executed the precdiea instrument, and they each aebnowkdsedd the execution of the uoe.anl beins6 me duly sworn.
severally and each for kimaeltdeposeM and earth, that they unthawed officers of the Companies of aorad that the ma:a- Tisedtethe
i nstrumentare the Corporate Seals amid Companies. and shot the said Corporate Seals sod thew such ofncen were duly affixed and
.ubsenbed to the mid instrument by the amhenty and &rental, of dm said Corporations.
IN TESTIMONY WHEREOF. 1 hem hereunto se my hand sod Wind my Offing Seal at the Ca the Jac day and rat above
•
that s My commissionespira_July 1. j990
6l, CERTIFICATE
COMPA the NY Y da heseby undersigned certify he original Power FIDELITY Attt of the foregoing i.a( IOFMARYLAND t copy i ,II�force a d
aut horisd by he Boards wild I of Directors o further any Anare�•F.oI ar vide, Ankle the mid lOrupanse By taws ef.Ie FIDELI
AND DEPOSIT COMPANY OF MARYL and the FIDELITY AND DEPOSIT COMPANY.
This nndesle may M wed by 6aim.k under cod by resolutions et the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly called and held on the 166 day of July. 1969 and of the Board of Dlrecton of the FIDELITY AND
DEPOSIT COMPANY al . meeting duly did and held on Me Ind day of November, 1978.
RESOLVED:'Tiat the6dmikormechanically reproduced nyt�uatureof any Ay the Smeary ary 1. omuany ,whether made heretofore appearing whenever �pp'ng upon anifd copy of an Power of attorney issued b by the Company, sbhaIt ll be dd and !nodule upon the Company
with the.= forte and effect u though manuelly
INTESTIMONY WHEREOF.thve hernntewb.mbd my name and alibied th corporal...IA tbemd Cosep.me., this.._ —. _ -. -
c soanaar Seams
uat.mo-ot -16B -4019
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Pteaident,or any Executihe Vice - Presidents. or any of the Senior Vice - Presidents or Vice-Presidents
specially suthodred so to do by the Board of Director. or by the Executive Committee, shall have power, by and with the concurr-
ence of the Secretary or any one of Assistant Seereada, to appoint Resident Vice- Presidents, Assistant Vitt - Presidents, and At-
tomies -in -Fact as the business of the Company may require, or to authorise any person or persons to execute on behalf of the
Company any bonds, undertakings, recognisantra, .opulations, policies, contracts, agreements, deeds, and releases and assignments
of judgments, decrees, mortgages and instruments in the nature of mortgaga, and alsoall otherinstruments and documents which
the business of the Company may require, and to affix the seal of the Company thereto "
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY
"Artiste VI, Section 2. The President, or any one of the Ex■utive Via- Presidents, or any one of the additional Vice-Presidents
specially authorised so to do by the Board of Director. or by the Executive Committee, shall have power, by and with the con-
currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Via - Presidents, Assistant Vice
Resident Assistant Secretaries and Attomeys - - Faro as the bunions of the Company may require, or to authorise any person or per-
sons to eaecute on behalf of the Company any bonds, undertakings, mognisaoces, policies, contract,, agreements, deeds,
and release and assignments of Judgments, decrees, mortgage. and instruments in the nature of mortgages, and also all other in-
struments and documents which the business of the Company may require, and to a6¢ the sal of the Company thereto."
1
INFORMATION REQUIRED OF BIDDER
The bidder is required to supply the following information.
Additional sheets may be attached if necessary.
' (1) Name Q 1.1414 Loehr., . Lo.
(2) Address go. SD), 3yol ?EMR� , ��xA 745°5. (3) Phone Number X i1 3'G4 .4
I (4) Type of Firm: x Corporation
Cor )
( ) Individual, ( ) Partnership, (
I (5) Corpor t organized under the laws of the State of
I (6) List the names and addresses of all members of the firm or names
and titles of all officers of the corporation.
Joy6VLt111IE. f461•121K - Pe4 13RtA. MAf 4 - VP
It. ( ,ALM - e:toz- '1 P
(7) Number of years experience Z Z
I (8) List at least three (3) projects completed as of recent date:
Contract Amount /Class of Work/Date Completed /Name and Address of
Owner:
I $ 1 oo W?P .■A>.l , Mfg Lail of SC41.1144M , TSOA
GOMMd4∎11 TL¢ &S y4./ry,pf1AE*1•S
$ Ob Z(e8 .00 WWII' DL1 . L987
' AOs taw TEicaS
gcpPE R Z'E�ch 4
$ (441, 20. 00 n1MV sT4t�o ocs. 198? G, i`t o� u(pcu
I (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 (1%) percent of the total bid price and indicate
' what part of the work will be done by each subcontractor:
1. 40.161 g1 1 ;AIL. ELl°G4IaltAI
I
1
1 Page 1 of 2
I
(10) Payment of taxes, in the State of 1 XA*
Yes x No
(11) List all jobs you performed in which a trench failure injury
occurred:
(12) If requested by the Owner, the Bidder shall submit a notarized
financial statement, financial data or other information and
references sufficiently comprehensive to permit an appraisal of
his current financial conditions.
Page 2 of 2
1
1
4 4 1
1
1
1
1
1
i
i
1
1
1
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
AGREEMENT
/ 6 t
THIS AGREEMENT, made and entered into this / ~ day of
"WASTEWATER TREATMENT PLANT WEST 1987 C.I.P. MODIFICATIONS"
Page 1 of 2
A.D., 1988, by and between the CITY OF ROUND ROCK, TEXAS, acting
through its Mayor, thereunto duly authorized so to do, Party of the
First Part, hereinafter termed OWNER, and PSENCIK CONSTRUCTION CO.,
INC., of the City of Temple, County of Bell, and State of Texas, Party
of the Second Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party
of the First Part (OWNER), and under the conditions expressed in the
bond bearing even date herewith, the Party of the Second Part
(CONTRACTOR), hereby agrees with the said Party of the First Part
(OWNER) to commence and complete the construction of certain
improvements described as follows:
further described as the work covered by this specification consists of
furnishing all the materials, supplies, machinery, equipment, tools,
supervision, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the
conditions and prices stated in the Proposal attached hereof, and in
accordance with the Notice to Contractors, Instructions to Bidders,
General Conditions of Agreement, Special Conditions, Technical
Specifications, Plans and other drawing and printed or written
explanatory matter thereof, and the Specifications and addenda
therefor, as prepared by HAYNIE KALLMAN & GRAY, INC., 12303 -J
Technology Blvd., Austin, Texas 78727, herein entitled the ENGINEER,
each of which has been identified by the CONTRACTOR'S written proposal,
the General Conditions of the Agreement, and the Performance, Payment,
and Maintenance Bonds hereof and collectively evidence and constitute
the entire contract.
The CONTRACTOR hereby agrees to commence work within seven (7) calendar
days after the date written notice to do so shall have been given to
him, and to complete the same within 180 calendar days after the date
of the written notice to proceed, subject to such extensions of time as
are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the
contract.
IN WITNESS WHEREOF, the parties to these presents have executed this
Agreement in the year and day first above written.
CITY OF ROUND ROCK, TEXAS
Party of the First Part
(OWNER)
Mayor Mike Robinson
ATTEST:
Corporate Seal
Signed:
Page 2 of 2
PSENCIK CONSTRUCTION CO., INC.
Party of the Second Part
(CONTRACTOR)
ATTEST:
— 1llCft ! G n - � 3L
(The following to be executed if the Contractor is a Corporation.)
LQ'P.e.1 t,5644I. , certify that I am the Secretary
of the Corporation named as Contractor herein; that ,)osefaKla P,axILtiG,
who signed this Contract on behalf of the Contractor was then
flet&WE01 (official title) of said
Corporation, that said Contract was duly signed for and in behalf of
said Corporation, that said Corporation by authority of its governing
body, and is with the scope of its corporate powers. _
THE STATE OF TEXAS S
COUNTY OF ell
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT en.e.' , '
e 6?NS7itc✓ C // o.tJ
`
County of / t°
of the City of Thetcp fe
, and State of /�X �S I as
principal, and )'d 02/ .--De ae, 2^'y authorized under
the laws of the State of Texas to act as surety on bonds for principals,
are held and firmly bound / unt / o the CITY OF , R/OUN ND D ROCK, TEXAS (OWNER) , in
the penal sum of �/.t/0 /(/ /40 >^id F"' ( /1�L+J " �rHallars
($
_2„145_0(2_1 ) 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 , 1988 to
which contract is hereby referred to and made a part hereof as fully and
to the same extent as if copied at length herein.
PB -1
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATIONS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the
covenants, conditions and agreements in and by said Contract agreed and
covenanted by the Principal to be observed and performed, and according
to the true intent and meaning of said Contract and the Plans and
Specifications thereto annexed, then this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bind 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 the said Article to the same extent
as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this day of , 1988.
Pri
By: By:
Ti Title:
, e: BPS %o�� -!
Address: - Of %30>i 3 7
Address:
1 Z2 Z //PA,'7 r , ,3Ga
� szs/
- 77e4 7 )14 , 1 TX 76
_e `�Q yl t d su t Le
The name aaddres 1 of a Rest ent Agent of Surety is:
61 Ai . 4
�4- jp/; Tx 765
PB -2
r '
kai:AWAII/
4 �
•
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES BALrL'IORE MD 2120i
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS That the FIDELITI AND DEPOSIT COMP AV, OF MARI LAND, and the FIDELITI AND
DEPOSIT COMPANY, corporations of the State of Man land, by C. M. PECOT, JR. , Vice- President,
and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, c o n s t i ,te and ap f Ido Johnson and Roberta
Jones, both of Temple, Texas , EACH
- \ °
!/``
the true and lawful agent and Attorney -in -Fact of each, to maWesixecule, sea im deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and ulialTtakinds*S : EXCEPT bonds on behalf of
Independent Executors, Community Survivors and4community Guardians
And the execution of such bonds or undertakings in pur puce of the resents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as if they* had been orgy executed and acknowledged by the regularly elected
officers of the respective Companies at their offie Baltimo a Vd., in their own proper persons.
This Hower of attorney revokes issuel2on behalf of Eldo Johnson and Alice
Garcia, dated, June 25, 1987. n '
the Corporate Seals of the Vice re s idents and Assa Secretaries have hereunto subscribed their names and affixed
this id FIDELITY' DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
IN WITNESS WHEREOF, e said
Ist rais , of April AD 1988
Ei c,LITY AND DEPOSIT COMPAN��y //pF MA LAND
By
Assistant Vice- resident
day of 19
FIDELITY AND D t i, QQMPANY
Assistant Secretary
STATE OF MARYLAND t
CITY OF BALTIMORE ` SS:
On this I St day of April , A.D. 19 88 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, =no the above -named Vice - Presidents and Assistant Secretaries of the FIDELI-
TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the
individuals and officers descrhed herein and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and aaith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Of C' of alt more a and year
first above written.
No ry Public
My commission expires ,Tttly I . 1990
CERTIFICATE
I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and
effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice-
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact an provided in Article VI, Section 2 of the respective
By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors
of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
168 -4019 Assistant Secretary
Vice- President
� ' FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior
Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,...and to affix the seal of the Company thereto. ", ,
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY •
"Article VI, Section 2.'The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior
Vice - Presidents or Vice - President; specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice - Presidents, Assistant t Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company' any bonds, undertakings, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,...and td affix the seal of the Company thereto." • - ' - • , - -
L141961TXI —05.
Ai'S,1 • I' i
t ., .
I. r
.v '1
THE STATE OF TEXAS §
COUNTY OF (3'e L ( §
PAYMENT BOND
PB -3
KNOW ALL MEN BY THESE PRESENTS, THAT /7p c -'e( 2 OX/5 / - eK , "i '
the City of A , County of el , and State of / E'X i; •
as principal, and I`'d 4 ( // . ho7ized under the laws of
the State of Texas to act as surety on bonds for principals, are held and
firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), in the penal sum
o f 4 D/ -6/A /Nekt u�a - J #171/4/44er/ -Dollars
is 2./2,5100 ) 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 , 1988, 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.
ti
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the 1
said Principal shall pay all claimants supplying labor and material to
- him or a subcontractor in the prosecution of 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 copies at length herein.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
day of , 1988.
sealed this instrument this
Pri
By:
4wc l(< A4 %m,%;,,
Title: r e, ' CV'/
Address: ?o 3e0 X 32o7
i'e- Tv/ 7(v .5-0c
e
Su
By:
The name and address of the Resident Agent of Surety is:
e el irn 4 2 / ,
;r (it ti- M jQ Q Tk 76519/
PB -4
1
1
1
1
1
pie
&Mr
Title: /1 /a A ^ 1 ` r
Address: 0-00-PL �' "�n` ` j 5(,1t /3/.0 1
J X �Sa�
1
1
1
1
1
1
1
The
ATTEST:
FIDELITY AND.POSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES BALTIMORE MD 212o
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITl AND DEPOSIT CDMPANI (W MARL LAND. and the FIDELITI AND
DEPOSIT COMPANY, corporations of the State of Mart land, by C. M. PECOT, JR. , Vice- President,
and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, consdihte and appyr Johnson and Roberta
Jones, both of Temple, Texas, EACH ` V
t e true and lawful agent and Attorney -in -Fact of each, to make; execute, Seat and deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and t11d2'rtakings\ :EXCEPT bonds on behalf of
Independent Executors, Community Sury�t.� and4Cowunity Guardians
<oti `'
And the execution of such bonds or undertakings in ptrs an� te of thes`r score, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as if they had been_dWy,executed and acknowledged by the regularly elected
officers of the respective Companies at their ofilen Baltimof Id., in their own proper persons.
This power of attorney revokes�at issu'v�on behalf of Eldo Johnson and Alice
Garcia, dated, June 25, 1987.v
0
IN WITNESS WHEREOF, the said Vice-p d1nts and Ai ist Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FIDELITYAND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
this 1st VVVVVV « ? A pril - AD 19
.lt
FIDELITY AND DEPOSIT COMPAN F MA LAND A
Assistant Vice resident
(� n FIDELITY AND D OSIT MPANY
l (�' l� o- t+ -tr�ud By
Assistant Secretary Vice- President
STATE OF MARYLAND
CITY OF BALTIMORE SS:
On this 1 St day of April , A.D. 19 88 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice-Presidents and Assistant Secretaries of the FIDELI-
TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the
individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and with, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TE WHEREOF, I have hereunto set my hand and affixed my Off Ci of al more e and year
first above written. d „f�
Not ry Public
My commission expires Jtily I - 1 990
CERTIFICATE
I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and
effect on the date of this certificate; and I do further certify that the Vice- Presidents who executed the said Power of Attorney were Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective
By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors
of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed.”
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
168 - 4019 Assistant Secretary
day of , 19
E �
•
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIi OF MARYLAND
"Article VI, Section 2. The Chairman of the ,Board, or the President, stir any; Executive Vic President, or any of the Senior
Vice- Presidents or Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice- Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the'Compahy any bonds, undertaking, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,...and to affix the Beal of the'Company thereto." • •
I,.. ,
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior
Vice- Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice- Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,...and to affix the seal of the Company thereto."
L1419L(TXt —CU.
•. .. _r... ^ t.i, 1 ., „ o . , ., '- i ,1, ”..,11
1,.yL' -'r ni:: " ";"si "vui.i r n n•r v c.. i re , • . ,. -, , -d 1 .
,1Sfit
r1 s
1, 1!. '1 1 a ,..v 5, . ,0 bti .ie
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS s
COUNTY OF e1(
KNOW ALL MEN BY THESE PRESENTS, that we evc,'f4a/5 /ilea /f
as Principal, and
a Corporation organized under the laws of the State 44'
as Surety, are held and firmly bound unto // £ 2 .:17 � a i OL 4 'd OtA/ �s
as Obligee, in the penal sum of /Coo/ 44Al 4 / 7 l//14" ), uus? '
J /4 0A-e/ '62 Al c _ _(s V45
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
WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of one year after approval
by /)1 11 7 7J o1ii (��47 against all defects in workmanship and
materials which may become apparent during said period;
MAINTENANCE BOND
MB -1
Bond No.
`t
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that, if the
Principal shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship which become
apparent during_the period of one year from and after date of acceptance
by the owner, then this obligation shall be void, otherwise to remain in
full force and effect.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
this instrument this day of , 1988.
Principal
By
a Qa -5 %du c7/ p,t
Suret
By
T
Title PS �� Title /4ft /`y -./, y�c -
Address 5 / 320? Address
- 1 % �( 76 Sow /�Z, 0.0.TD. � Su. r> � 3coo
—7 X ?s ,).57
The name and address of the Resident Agent of Surety is:
7 p/ 77 7i
MB -2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANI MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or Executive Vice - President; or any'of the Senior
Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the•Company any bonds, i undertalcing, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,...and to affix, the seal of the Company thereto. ". , ■ ,
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY ,
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior
Vice - Presidents or Vice- Presidents specially authorized so to do by the' Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute 'on behalf of the Company any bonds, undertakings,, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and' assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,...and to affix the seal of the Company thereto." - } r•" J i ''•'
'.r
L1419bITX1 — Qt.
.. h. .. • ,, , .
,tv — e tt !'•
`1,:'45$ t'1'4 "F `. t., 1,1 +; 4:
' %t,. hnL Z1': : V:• ••J'. " 4 41 •■ .. .. •31. t'Stifk ,'�.j4 ^r.,
'• s34 ., ; .1,;E" 1';'1, s 5,', . .,. re 7•n , • re i :..: •{
:•F
it 51 , -•,')
•t F•r tCn N ;r , . ••i. ! .z i 1 1,11 •
C
The
F&,
FIDEL` P'Y AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES BAL fIMORE. MD 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That the FIDELITI t \ D DEPOSIT Co>IPAN1 OF 1IaW1 LAND. and the FIDELIT1 AND
DEPOSIT COMPANY, corporations of the State of Man land, by C. M. PECOT, JR. , Vice- President,
and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, constithte and appyinI E1do Johnson and Roberta
Jones, both of Temple, Texas, EACH V
\U
the true and lawful agent and Attorney - in - Fact of each, to make execute, sea 'd deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and unidertakings� EXCEPT bonds on behalf of
Independent Executors, Community Suraci,.s and 'a Guardians
oti �e
And the execution of such bonds or undertakings in pur�yance of thes`� Bents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as 11 A, had been duly executed and acknowledged by the regularly elected
officers of the respective Companies at their offioesan BaltimorrId., in their own proper persons.
This power of attorney revoke t issued on behalf of Eldo Johnson and Alice
Garcia, dated, June 25, 1987. (�" n_ V
IN WITNESS WHEREOF, the said Vice- Presfa nts and Aa�ISiitnt Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FIDELPI ND 1E/EPOS '[ OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
this 1st «a o f Aril , AD 1988
FII4LITY AND DEPOSIT COMPAN
C u.) 1 F i,14 -(
ATTEST:
day of
Assistant Secretary
Assistant Secretary
FIDELITY AND D � PANY
/ ( / /f
Vice - President
STATE OF MARYLAND t
CITY OF BALTIMORE y SS:
On this 1St day of April , A.D. 19 88 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- Presidents and Assistant Secretaries of the FIDELI-
TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the
individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seale and
their signatures as such officers were duly affixed and subacn3ed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Ol of al "more e�+e�� and year
first above written.
No ry Public
My commission expires Tu y I 1990
CERTIFICATE
I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and
effect on the date of this certificate; and I do further certify that the Vice - Presidents who executed the said Power of Attorney were Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the respective
By - Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors
of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
T/Yt
168 - 4019 Assistant Secretary
GENERAL CONDITIONS OF THE AGREEMENT
1J8AVVIDIla WAHL CriVCI-Vra Lini I Or
The Drawing Board' „
70 Box 660 • OallaS. Tex. 75266 0429
Call Toil F,80 1- 800.5279530
NOTE-0-GRAM®
tr- t, REeRegl ITEM*NN1i3
KEIFER MARSHALL INSURANCE AGENCY
INCORPORATED
P.O. BOX B813 • TEMPLE, TEXAS 76503-13888
(8 1 7) 778-42137
7. , MESSAGE;
TO IrWeper_Insuranca_.Company.
P O _Box_47951:10
_______Please_issue_a_Rorkmans Compensation Certificate of Insurance TO
City of Round Rock
Main Street
_78664
DATE May-9,-1988
SUBJECT - Bsencik ,
-Pol.- # -3CL=923746.-00
7-14-88 7=14=-89
DATE
SIGNED
Psencik Construction Company,
Inc.
P.O: Box 3207
Temple, Texas 76501
COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
TIONS OF SUCH POLICIES.
COMPANY Y C
TE
COMPANY D
LETTER '
COMPANY
LETTER E
BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED.
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
u
TYPE OF INSURANCE
POLICY NUMBER
DATE IM n VE
POUCY �
PAM"
LIABILITY UCH IN THOUSANDS
OCC
AGGREGATE
GENERAL
—
_
—
_
—
^_
—
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION 8 COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
BODILY
INJURY
$
$
$
$
PROPERTY
GAMAGE
BI 8 PO
COMBINED
'$
$
PERSONAL INJURY
$
AUTOMOBILE
—
—
—
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRN. PASS )
/OTHER IRAN1
ALL OWNR) AUTOS PRN. PASS. /
HIRED AUTOS
NON-OWNED AUTOS
rMSE UABILRY
-
BOXY
PS KRA
$
= y • r
y ,wf
$
FOXY
NM
(POI /mOENq
$
PROPERTY
DAMAGE
$
& d PD
COMBINED
BI OMBIN a PD ED
C
$
$
EXCESS LABILITY
R UMBRELLA FORM
OTHER IRAN UMBRELLA FORM
A
WORKERS' COMPENSATI
• AND
EMPLOYERS' LIABILITY
3CL 923 746 00
7 -14 -87
7 -14 -88
STATUTORY 'sy»y �.w {_„
�•: ;
°
?� •
y "
$ 100 ACCIDENT)
ISEASE
$ SOO S LDISEASE'POLICY LIMB)
$ 100 D)ISEASEEACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS
Texas .
•
CERTIFICATE HOLDER • , CANCELLATION
City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATIQN DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
221 East Main Street
A : r
CERTIFICATE OF INSURANCE
P
SET TAB STOPS AT ARRO
ISSUE DATE (MMIDD/VY)
5 - 12 -88.
PRODUCER
Eldo Johnson Ins.
P.O. Box 250
Temple, Texas 76503
INSURED
Round Rock, Texas 78664
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.
COMPANY
LETTE
COMPANIES AFFORDING COVERAGE
C LE TTER Y A Lumbermens Mutual Casualty Co.
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIAR ITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTH R RESENTATIVE / J
CERTI iCATE'OF INSURANCE! n A ISSUE DATE (MM /DD/YY)
.h... M,,, , .� ..� x;a rD ■� - � 5/24/88
PRODUCER REVISED
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. .,
.'� ' I• •
ELDO JOHNSON INSURANCE, INC.
P.O. BOX
TEMPLE, , TX 76503
•
q
COMPANIES AFFORDING COVERAGE
COMPANY A WESTERN ALLIANCE INSURANCE COMPANY 6 '
Y
ETTER B
`s INSURED
PSENCPK CONSTRUCTION COMPANY, INC.
P.O. BOX 3207
TEMPLE, TX 76503
CCOM T EP Y C
COMPANY D
LETTER
GOVEAA'GES h T,c ,: u+ E
THIS IS TO CERTIFY THAT POLICIES OF
NOTWITHSTANDING ANY REQUIREMENT,
BE ISSUED OR MAY PERTAIN, THE INSURANCE
TIONS OF SUCH POLICIES.
... - _ Pa •
INSURANCE LISTED BELOW HAVE
TERM OR CONDITION OF ANY
AFFORDED BY THE POLICIES
COMPANY
E A
LETTER
- b i '� `+'.�I SY , `fi
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI..
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
OATS (MWDO/YY)
POLICY EXPIRATION
DATE (MINDNY1�
ALL LIMITS IN THOUSANDS
A
GENERAL LIABILITY
TCX 309593
1/29/88
1/29/89
GENERAL AGGREGATE
$ 1 ' 000
' �
X
COMMERCIAL GENERAL LIABILITY
PRODUCTS.COMP/OPS AGGREGATE
$ 1 000
I CLAM hNDE 1 XIOCCURRENLE
PERSONAL &ADVERTISINGINJURY
$ 1.000
X
X
OWNER'S d CONTRACTORS PROTECTNE
Roo FORM COL
EACH OCCURRENCE
$ 1,000
FIRE D (ANY ONE FIRE)
$
MEDICAL EXPENSE ANY ONE PERSON)
$
i
4
A
1
f
AUTOMOBILE
X
—
X
X
—
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
TAX 351245
1/29 88
/
1/29/89
-
•
CSL
$ 500
gr w f l�
INJUR
(PERRY
)PER PERSON)
$
Yr.
��•' - ,
» '
-
IBDOILRY
rC
$
PROPERTY DA
$
u 33
� yy
YY
- A
EXCESS LIABILITY
X
OTHER THAN UMBRELLA FORM
CU 796912
1/29/88
1/29/89
'` •
. '1
�s
,, • vp
OCCURRENCE
$ 1,000
AGGREGATE
$ 1,000
WORKERS' COMPENSATION
-- - — AND - -, --
EMPLOYERS' LIABILITY
•
= •'Iti
STATUTORY ��..-:, i
'A 1 ,
DENT)
j
$ IDIGEAREPMIDY LIMIT)
$ (DISEASE EACH EMPLOYEE)
OTHER
.
DESCRIPTION OF OPERATIONS /LOCATIONS !VEHICLES /RESTRICTIONS /SPECIAL ITEMS
.CER,TIFIC
CO D. 2TS (i7pS7
AUTHORIZED REP
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE E
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ,'t1AIM
MAILED DAYS WRITTE. OTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, NMI OWOOMMed4WARYM
Y► v:1.11, J J '.O " �:.♦•.♦•. , U • .V mi l' 67 4 •�
Air
CITY OF ROUND ROCK
221 E. MAIN STREET
ROUND ROCK, TX 78664
5
CANCELLATION :-
.39 IIR/ACORD CORPORATION 1985'.
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
1. DEFINITIONS 1
2. GENERAL PROVISIONS 3
2.01 Engineer's Status and Authority 3
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 3
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 4
2.08 Royalties and Patents 5
2.09 Keeping of Plans and Specifications Accessible 5
2.10 Discrepancies and Omissions 5
2.11 Contractor's Understanding 5
2.12 Extra Work 5
2.13 Payment for Extra Work 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 7
2.16 Owner's Status 7
2.17 Completed Portions of Work 7
2.18 Materials 7
2.19 Receiving and Storage of Materials 7
2.20 "Or Equal" Clause 8
2.21 Completed Work 8
2.22 Materials Furnished by the Owner 8
2.23 Protection of Property 8
2.24 Shelters for Workmen and Materials 8
2.25 Sanitary Facilities 9
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 9
3.01 Labor, Equipment, Materials and
Construction Plant 9
3.02 Performance, Payment and Maintenance Bonds 9
3.03 Contractor's Ability to Perform 9
3.04 Superintendence and Inspection 10
3.05 Character of Employees 10
3.06 Contractor's Duty to Protect Persons
and Property 10
3.07 Safety Codes 11
3.08 Barricades 11
3.09 Minimum Wages 11
3.10 Unsuitable Work or Materials 11
3.11 No Waiver of Contractor's Obligation 11
3.12 Site Clean Up 12
3.13 Guarantee 12
(CONTENTS CONTINUED)
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13
4.01 Lines and Grades 13
4.02 Right of Entry 13
4.03 Owner's Representatives 13
4.04 Collateral Work 13
4.05 Right -of -Way 13
4.06 Adequacy of Design 14
5. SCHEDULING AND PROGRESS OF WORK 14
5.01 Order and Prosecution of the Work 14
5.02 Rate of Progress 14
5.03 Sunday, Holiday, and Night Work 14
5.04 Hindrances and Delays 15
5.05 Extensions of Time 15
5.06 Liquidated Damages for Failure to
Complete on Time 15
6. IDEMNITY 16
6.01 Contractor's Idemnity Provision 16
6.02 Workmen's Compensation Insurance 16
6.03 Comprehensive General Liability Insurance 16
6.04 Owner's Protective Insurance 17
6.05 Comprehensive Automobile Liability Insurance 17
6.06 Insurance Certificate 17
7. TERMINATION OF CONTRACT 17
7.01 Right of Owner to Terminate 17
7.02 Right of Contractor to Terminate 18
7.03 Removal of Equipment 18
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 18
8.01 Notification of Contractor 18
8.02 Retention of Contractor's Equipment
and Materials by Owner 18
8.03 Methods of Completing the Work 19
8.04 Final Acceptance 19
8.05 Disposition of Contractor's Equipment 20
9. MEASUREMENT AND PAYMENT 2
9.01 Character of Measurements 20
9.02 Estimated vs. Actual Quantities 20
9.03 Payment 2
9.04 Monthly Estimates and Payments 21
9.05 Certificates of Completion 22
9.06 Final Estimate and Payment 22
9.07 Notarized Affidavit 22
9.08 Release of Liability 23
9.09 Contractor's Obligation 23
9.10 Payments Withheld 23
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. Saturdays,
Sundays and Legal holidays are considered calendar days and
shall be used in determining contract time.
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,
Payment, and Maintenance Bonds; the General Conditions of the
Agreement; the Special Conditions of the Agreement; the
Technical Specifications; the Plans; the Standard Drawings;
Addenda; and duly authorized Change Orders. The Contract
Documents are complementary, 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 the
interpretation shall be in the following order: Signed
Agreement, Performance, Payment, and Maintenance Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice to
Contractors, Instructions to Bidders, Technical 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 Engineer. "Engineer" shall mean HAYNIE KALLMAN & GRAY, INC., or
such other Engineer, supervisor, or project representative who
has been designated, appointed, or otherwise employed or
delegated by the Owner for this work, or their duly authorized
agents, such agents acting within the scope of the particular
duties entrusted to them in each case.
1.05 Extra Work. The term "extra work" as used in this contract
shall be understood to mean and include all work that may be
required by the Engineer or Owner to be done by the Contractor
to accomplish any change, alteration, or addition to the work
shown on the Plans, or reasonably implied by the Specifications,
and not covered by the Contractor's Proposal, except as provided
under "Changes and Alterations ", herein.
1.06 Owner. "Owner shall mean the CITY OF ROUND ROCK, TEXAS named
and designated in the Agreement as the "Party of the First Part"
acting through its duly authorized officers and agents.
-1-
1.07 Plans. "Plans" shall mean and include (a) all drawings prepared
by the Owner as a basis for proposal, (b) all supplementary
drawings furnished by the Engineer as and when required to
clarify the intent and meaning of the drawings submitted by the
Owner to the Contractor, and (c) drawings submitted by the
Contractor to the Owner when and as approved by the Engineer.
1.08 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner as
a basis for proposals, (b) all supplementary written material
furnished by the Engineer as and when required to clarify the
intent or meaning of all written descriptions, methods and
instructions submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to the Owner
when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer only to a
business organization or individual having a direct contract
with the Contractor for (a) performing a portion of the Contract
, work, or (b) furnishing material worked to a special design
according to the Contract plans or specifications; it does not,
however, include one who merely furnishes material not so
worked.
1.10 Substantially Completed. The term "substantially completed"
shall mean that the structure or facility has been made suitable
for use and is in condition to serve its intended purpose, but
still may require minor miscellaneous work and adjustments. It
does not constitute end of contract period or acceptance as
total completion.
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 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.
-2-
1
1
1
1
1
1
1
1
1
1
1
1
• ' _ 2.03 Changes and Alterations. The Contractor agrees that the Owner,
through the Engineer, may make such changes and alterations as
the Owner may see fit in the line, grade, form, dimensions,
plans, or materials for the work herein contemplated or any part
I
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
I 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 they may be dispensed with.
1
1
1
1
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually agreed by and
between the parties to this Contract that the Engineer shall
have general supervision and direction of the work included
herein. In order to prevent delays and disputes and to
discourage 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 the arbitration or to any action on 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 Right of Engineer to Modify Methods and Equipment. If at any
time the methods or equipment used by the Contractor are found
to be unsafe or inadequate to secure the quality of the work or
the rate of progress required under this Contract, the Engineer
may direct the Contractor in writing to increase their safety or
improve their character and 'efficiency and to cease operations
under this Contract until such direction is complied with. No
claims shall be made against the Owner for damages caused by any
delay resulting from such order.
-3-
If they increase the amount of work and the increased work can
fairly be classified under the specifications, such increase
shall be paid for according to the quantity actually done and at
the unit price established for such work under this Contract;
otherwise such work shall be paid for as provided under Section
2.12 "Extra Work ". In the event the Owner shall make such
changes or alterations which will make useless any work already
done or material already furnished or used in said work, then
the Owner shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such change,
and for the actual expenses incurred in preparation for the work
as originally planned.
2.04 Damages. The right of general supervision by the Owner shall
not make the Contractor an agent of the Owner, and the liability
of the Contractor for all damages to persons, firms, and
corporations arising from the Contractor's execution of the work
shall not be lessened because of such general supervision. The
Contractor is an independent contractor in regard to work under
this Contract, and as such is solely liable for all damages to
any persons, firms, corporations, or their property as a result
of the prosecution of the work.
2.05 Losses from Natural Causes. All loss or damage arising out of
the nature of the work to be done or from the action of the
elements or from any unforseen circumstances in the prosecution
of the work or from unusual obstructions or difficulties which
may be encountered in the prosecution of the work shall be
sustained and borne by the Contractor at his own cost and
expense.
2.06 Laws and Ordinances. The Contractor shall at all times observe
and comply with all Federal, State, and local laws, ordinances,
rules and regulations which in any manner affect the Contract or
the work and shall idemnify 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 Licenses, Permits and Certificates. Except as hereinafter
stipulated, all licenses, permits, certificates, etc. required
for and in connection with the work to be performed under the
provisions of these Contract Documents shall be secured by the
Contractor at his own expense. In the event a building permit
is required such permit will be obtained by the Owner at no cost
to the Contractor.
-4-
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
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 of idemnity 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 Keeping of Plans and Specifications Accessible. The Engineer
shall furnish the Contractor with two (2) sets of executed Plans
and Specifications without expense to him, the Contractor shall
keep one copy of the same constantly accessible on the job site,
with the latest revisions noted thereon, and additional sets
will be obtained from the Engineer at commercial reproduction
rates plus 20% for handling.
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 need
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 ".
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.
-5-
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 by 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) transportation charges necessarily incurred in connection
with any equipment authorized by the Engineer for use on said
extra work and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expenses; (f)
all incidental expenses incurred as a direct result of such
extra work including sales or use taxes on materials, payroll
taxes, and the additional premiums for construction bonds,
workmen's compensation, public liability and property damage,
and other insurance required by the Contract where the premiums
therefor are based on payroll and material costs.
The Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also specify in
writing before the work commences the method of doing the work
and the type and kind of machinery and 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 Engineer, 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 to 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 Engineer. -
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
cost of or delays construction, the Contractor shall be entitled
to extra compensation or extension of time or both as determined
by the Engineer.
2.18 Materials. All materials furnished by the Contractor shall be
as required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of
materials which he is to furnish until the Engineer has approved
the source of supply of such materials.
2.19 Receiving and Storage of Materials. The Contractor shall make
arrangements for receiving and storing materials. The Owner
will not sign for or receive shipments of materials consigned to
the Contractor. The Owner will not furnish storage space for
materials except where written permission is given by the
Engineer.
-7-
2.20 "Or Equal" Clause. Whenever a material, product, or article is
specified or shown on the Plans by using the name of the
proprietary product or of a particular manufacturer or vendor
and is followed by the term "or equal" the Contractor may submit
a written request to the Engineer requesting approval of the use
of a material, product, or article he feels is truly equal to
the one specified. The Engineer will evaluate the request to
determine if the material, product, or article is of equal
substance and function and if it will perform identically the
duties imposed by the general design. Written approval of an
"or equal" material, product, or article must be obtained from
the Engineer before it may be incorporated into the work as a
substitute for that specified in the Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous
adequate safeguards to protect all completed work from damage,
loss, or the intrusion of foreign elements.
2.22 Materials Furnished by the Owner. The Contractor shall assume
responsibility for and safeguard any and all materials supplied
by the Owner against loss or injury. This provision shall
extend to the taking of all necessary sanitary precautions to
avoid contamination of such materials that must be maintained
and incorporated into the work in a sanitary condition.
2.23 Protection of Property. The Contractor shall give reasonable
notice to the owner or owners of public or private property and
utilities when such property is liable to injury or damage
through performance of the work, and he shall make all necessary
arrangements with such owner or owners relative to the removal
and replacement or protection of such property or utilities.
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 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.
-8-
2.25 Sanitary Facilities. The Contractor at his expense shall
furnish necessary sanitary toilet facilities for the use of all
employees on the job site. The facilities 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 a
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, Payment and Maintenance Bonds. It is further
agreed by the Parties to this Contract that the Contractor will
execute separate performance, payment, and maintenance 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
effect until such performance and payment bonds are furnished
and approved by the Owner and that final retainage shall not be
paid until such maintenance bond is furnished and approved by
the Owner. The cost of the premium for the performance, payment
and maintenance 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,
payment and maintenance 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
-9-
Contract as outlined in Section 7 "Termination of Contract ", if
job progress indicates that the Contractor lacks either
appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall give
personal attention to the faithful prosecution and completion of
the Contract and shall keep a competent superintendent and any
necessary assistants, all of whom are satisfactory to the
Engineer, on the work continuously during its progress. The
superintendent shall represent the Contractor in his absence,
and all directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superintendent are both
absent from the site of the work for prolonged periods of time
the Engineer may order any or all work under this Contract to be
stopped until the Contractor provides continuous and proper
supervision of the work.. Such stoppage shall not constitute a
basis for any claim against the Owner for damages caused by
delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to employ only
orderly, competent, and skillful persons to do the work, and
whenever the Engineer shall inform them 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.
3.06 Contractor's Duty to Protect Persons and Property. In the
performance of this Contract, the Contractor shall protect the
public and the Owner fully by taking reasonable precaution to
safeguard persons from death or bodily injury and to safeguard
property of any nature whatsoever from damage. Where any
dangerous condition or nuisance exists in and around
construction sites, equipment and supply storage areas, and
other areas in anyway connected with the performance of this
Contract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance of any
nature whatsoever in connection with the performance of this
Contract unless necessary to its performance, and in that event
the Contractor shall provide and maintain at all times
reasonable means of warning of any danger or nuisance created.
The duties of the Contractor in this paragraph shall be
nondelegable, and the Contractor's compliance with the specific
recommendations and requirements of the Owner as to the means of
warning shall not excuse the Contractor from the faithful
performance of these duties should such recommendations and
requirements not be adequate or reasonable under the
circumstances.
-10-
3.07 Safety Codes. The Contractor shall comply with all applicable
provisions of any Federal, State, County, 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 & Traffic Control Signs. When barricades or traffic
control signs are used to satisfy safety requirements, such
barricades or signs shall be properly identified with the
Contractor's name prominently stenciled on both sides of the
barricades with letters at least two (2 ") inches high.
Barricades and signs shall be'located and fashioned as per the
Texas Manual on Uniform Traffic Control Devices for Streets and
Highways, 1980 Edition.
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. A scale
of prevailing wages is included in the Special Conditions of
these Contract Documents. The Contractor shall not pay less
than the general prevailing wages shown on said scale 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 shall be
deemed by the Engineer as unsuitable or not in conformity with
plans, specifications, and contract documents, the Contractor
shall, after receipt of written notice thereof from the
Engineer, forthwith remove such material and replace, rebuild,
or otherwise remedy such work so that it shall be in full
accordance with this Contract.
Should the Contractor fail to initiate compliance with the above
provision within 72 hours or should he fail to properly
prosecute and complete correction of such faulty work, the
Engineer may direct that the work be done by others and that the
cost of the work be deducted from monies due the Contractor.
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or project representative 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 project representative 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 project representative 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 project representative such
acceptance shall be binding on the Owner unless it can be
clearly shown that such material furnished was not as
represented and does not meet the specifications for the work.
Any questioned work may be ordered taken up or removed, for
re- examination by the Engineer prior to final acceptance, and if
found not in accordance with the plans, specifications,.and
contract documents for said work, all expense of removing,
re- examination, and replacement shall be borne by the
Contractor; otherwise the expense thus incurred shall be allowed
as "Extra Work" and shall be paid for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the site of the
work to become littered with trash and waste material, but shall
maintain the site in a neat and orderly condition throughout the
construction period. The Engineer shall have the right to
determine what is waste material or rubbish and the manner and
place of disposal. On or before the completion of the work the
Contractor shall, without charge therefor, carefully clean out
all pits, pipes, chambers, or conduits, shall tear down and
remove all rubbish of every kind from the tracts or grounds
which he has occupied, and shall leave them in a condition
satisfactory to the Engineer.
3.13 Guarantee. During a period of twelve (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 ten (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 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 and /or his Surety (see Section 3.02 on ma- intenance
bond) shall pay the cost thereof.
-12-
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 thereof. 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 as directed by the
Engineer at the Contractor's expense.
4.02 Right of Entry. The Owner reserves the right for its personnel
or its agents to enter the property or location on which the
work herein contracted is being constructed or installed for the
purpose of supervising and inspecting the work or for the
purpose of constructing or installing such collateral work as
the Owner may desire.
4.03 Owner's Representatives. It is agreed by the Contractor that
the Owner shall appoint such Engineer, supervisors; or project
representatives as the said Owner may deem necessary to examine
the material furnished and the work done under this Contract, to
see that the said material is furnished, and to see that said
work is done in accordance with the plans and specifications
therefor. The Contractor shall furnish all reasonable aid and
assistance required by the Engineer, supervisors, or project
representatives for the proper review 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 project representatives so appointed when such
directions and instructions are consistent with the obligations
of this Contract.
4.04 Collateral Work. The Owner reserves the right to 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 Right -of -Way. Easements across private property and lands
needed for construction under this Contract will be provided by
the Owner.
-13-
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 compiled with the requirements of
the said Contract Documents, all approved modifications thereof,
and additions and alterations thereto approved in writing by the
Owner. The burden of proof of such compliance shall be upon the
Contractor to show that he has complied with the said
requirements of the Contract Documents, approved modifications
thereof and all approved additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning and intent
of this Contract, unless otherwise herein specifically provided,
that the Contractor shall be allowed to prosecute his work at
such times and seasons in such order of precedence and in such
manner as shall be most conductive to economy of construction;
provided however, that the order and time of prosecution shall
be such that the work shall be completed as a whole or in part
in accordance with this Contract within the time of completion
hereafter designated; provided also that the Engineer may direct
the time and manner of constructing any part or parts of the
work when in his opinion such should be given priority to lessen
the probability of danger to the public or to anticipate
seasonal hazards from the elements or to coordinate with other
work being done for or by the Owner.
5.02 Rate of Progress. 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
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; failure to comply will result in placing
Contractor in abandonment per Section 8 "Abandonment of Contract
by Contractor "; but neither compliance with such orders nor
failure of the Engineer to issue such orders shall release the
Contractor from his obligation to secure the degree of safety,
the quality of work, and the rate of progress required by this
Contract. 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.
-14-
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 or 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
Engineer shall be granted by the Owner; provided, however, that
the Contractor shall give the Owner prompt notice in writing of
such cause of delay in each case. Extensions of time will not
be granted for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5 06 Liquidated Damages for Failure to Complete on Time. The
Contractor agrees that time is of the essence of this Contract
and that the definite value of damages which would result from
delay would be incapable of ascertainment and uncertain, so that
for each day of delay beyond the number of days herein agreed
upon for the completion of the work herein specified and
contracted for, after due allowance for such extension of time
as is provided for under the provisions of the preceding
paragraph, the Owner may withhold permanently from the
Contractor's total compensation, not as penalty but as
liquidated damages, the sum of $500.00 per calendar day.
-15-
6. IDEMNITY
6.01 Contractor's Idemnity 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 idemnify
and save harmless the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, expenses or costs
of any nature whatsoever arising out of or in anyway connected
with any claims or actions of law or in equity brought against
the Owner and the Owner's agents and employees for the death or
injury to persons or for damage to property caused, or allegedly
caused, by any willful acts, negligence, nuisance, or breach or
any term or condition of this Contract by the Contractor, his
agents, servants, subcontractors, or employees. The Contractor
shall furthermore idemnify and save harmless the Owner and the
Owner's agents and employees from all demands of subcontractors,
worker, material, persons, or suppliers of machinery and parts
thereof, equipment, power tools, and supplies incurred in
connection with work to be performed under this Contract.
Property of any description, including property of the Owner,
which shall be damaged in the performance of this Contract by
the Contractor, his agents, employees and subcontractors shall
be restored to its condition prior to damage by the Contractor
at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor agrees to
comply with the Workmen's Compensation Act of the State of
Texas, and to pay or cause to be paid all compensation, medical
or other benefits, which may become due or payable thereunder,
and to protect and idemnify the Owner and the Owner's agents and
employees from and against any and all liabilities by reason of
accidental injury, disease or death sustained by subcontractor's
employees. The Contractor shall furnish the Owner with a
certificate from the Industrial Accident Board evidencing the
Contractor's and subcontractor's compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Contractor shall
provide and maintain during the life of this Contract and until
all work under said Contract has been completed and accepted by
the Owner, a Comprehensive General Liability insurance policy,
said policy and the issuing carrier approved by the Owner, which
specifically insures the contractual liability of the Contractor
assumed under Paragraph 6.01 above entitled "Contractor's
Idemnity Provision ". The liability coverage under this policy
shall cover Independent Contractors. Liability limits for the
Comprehensive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
-16-
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall provide and
maintain during the life of this Contract and until all work
under said Contract has been completed and accepted by the
Owner, an Owner's and Contractor's Protective Policy which
co insures the Owner and the Owner's agents and employees with
the same Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liability
Insurance ".
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 contractural liability of the Contractor
assumed under the above Paragraph 6.01 entitled "Contractor's
Idemnity Provision ". The liability limits for the Comprehensive
Automobile Liability insurance coverage shall not be less than
the following:
Bodily Injury
Property Damage
$100,000 each person
$300,000 each accident
$ 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 ten (10) days advance written notice before
any provisions of the policies are changed or in the event said
policies shall be cancelled. This Certificate of insurance
shall be provided to the Owner prior to starting any
construction work in connection with this Contract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the contractor should be guilty
of substantial violation of the Contract or any provision
thereof, the Owner, upon certification by the Engineer as to the
nature and extent of such violation, may without prejudice to
any other resources or remedy give the Contractor written notice
of termination of the employment of the contractor ten (10) days
subsequent to such notice. Immediately following such date, the
-17--
Owner may take possession of the site of the work and all
material, equipment, tools, and appliances thereon and may
finish the work in accordance with the provision of Section 8
"Abandonment of Contract by Contractor ", of these General
Conditions.
7.02 Right of Contractor to Terminate. If work should be stopped by
order of any public authority or court through no act or fault
of the Contractor for a period of three (3) months or if the
Owner should substantially fail to perform the provisions of the
Contract with regard to Owner's obligations to the Contractor,
then the Contractor may, upon ten (10) days written notice to
the Owner, terminate this Contract and recover from the Owner
payment for all completed work.
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 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. The Surety on the bond shall be
notified in writing and directed to complete the work, and a
copy of said notice shall be delivered to the Contractor.
- 8.02 Retention of Contractor's Equipment and Materials by Owner.
After receiving said notice of abandonment the Contractor shall
not remove from the work any 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
therefore except when used in connection with extra work where
-18- .
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 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 (2) 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 and accepted
by the Owner, 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
-19-
accounts certified by the Engineer as being correct shall then
be prepared and delivered to the Contractor and his Surety,
whereupon the Contractor, his Surety or the Owner, as the case
may be, shall pay the balance due as reflected by said statement
within fifteen (15) days after the date of such Contract
Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event the
statement of accounts shows that the cost to complete the work
is less than that which would have been the cost to the Owner
had the work been completed by the Contractor under the terms of
this Contract or when the Contractor or his Surety pay the
balance shown to be due by them to the Owner, then all
machinery, equipment, tools, materials, or supplies left on the
site of the work shall be turned over to the Contractor or his
Surety. Should the cost to complete the work exceed the
contract price, and the Contractor or his Surety fail to pay 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
of any kind will be allowed but the actual length, area, solid
contents, number, and weight only shall be considered unless
otherwise specifically provided.
9.02 Estimated vs. Actual Ouantities. 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
-20-
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 amount of work actually performed and materials
actually furnished and the amounts estimated therefor in the
proposal or other Contract Documents; provided, however, that if
the actual quantity of any item should become as much as
twenty -five (25%) percent more or twenty -five (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 consideration on the portion of the work above or below
twenty -five (25%) percent of the estimated quantity prior to
initiating work or furnishing materials for the overrun or
underrun quantities. Such revised consideration shall be
determined by agreement between the parties or otherwise by the
terms of this Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all the
necessary labor, equipment, and material and the completion of
all work by the Contractor, and on the completion of all work
and the delivery of all material embraced in this Contract in
full conformity with the specifications and stipulations
contained herein, the Owner agrees to pay the Contractor the
amounts set forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby agrees to
receive such amounts in full payment for furnishing all material
and all labor required for the aforesaid work, for all expense
incurred by him, and for well and truly performing the same and
the whole thereof in the manner and according to this Contract,
the attached specifications, and requirement of the Engineer.
9.04 Monthly Estimates and Payments. The Contractor shall furnish to
the Engineer by the twenty -fifth of the month such detailed
information as he may request to aid him as a guide in the
preparation of monthly estimates. On or about the first 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. After each
such estimate shall have been approved by the Owner, the Owner
shall pay to the Contractor ninety (90%) percent of the amount
of such estimated sum on or before the 15th day of said month.
-21-
It is understood, however, that in case the whole work is near
to completion and some unexpected or unusual delay occurs due to
no fault or neglect on the part of the Contractor, the Owner
may, upon written recommendation of the Engineer, pay a
reasonable and equitable portion of the retained percentage to
the Contractor.
9.05 Certificates of Completion. Within ten (10) days after the
Contractor has given the Engineer notice that the work has been
completed the Engineer shall review the work and satisfy himself
by examination that work has been finally and fully completed in
accordance with the plans, specifications, and Contract. If so
and if acceptance by Owner and all governmental entities having
jurisdiction has been secured, 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 and serve as
the date for stoppage of the contract period specified for
completion of the Project.
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; provided the Notarized
Affidavit specified in Section 9.07 has been received by the
Engineer.
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
Notorized Affidavit required by Section 9.07 entitled "Notarized
Affidavit ", has been submitted to the Engineer.
All prior estimates and payment 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
-22-
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.
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the final payment nor any provision in the
Contract Documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required
in the Contract Documents.
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 payment 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.
-23-
SPECIAL CONDITIONS OF THE AGREEMENT
1 SPECIAL CONDITIONS OF THE AGREEMENT
SECTION 01 - INFORMATION
01 - ENGINEER
1 The word "Engineer" in these Specifications shall be
understood as referring to HAYNIE KALLMAN & GRAY,
I INC., 12303 -J- Technology Blvd., Austin, Texas
78727. Engineer of the Owner, or the Engineer's
authorized representative to act in any particular
position for the Owner.
'
01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
I The Agreement will be prepared in not less than seven
(7) counterpart (original signed) sets. Owner will
furnish Contractor two (2) sets of conforming
I 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.
I 01 -03 GOVERNING CODES'
I All construction as provided for under these Plans
and Specifications shall be governed by any existing
Resolutions, Codes and Ordinances, and any subsequent
1 amendments or revisions thereto as set forth by the
Owner.
01 -04 LIOUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
1 Refer to the General Conditions of Agreement, Section
5.06, Page 15 for description.
1 01 -05 TIME OF COMPLETION
' 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 from the
date of the Notice to Proceed, which ever is latest.
1 01 -06 OWNER
I The Owner shall be the party or parties named in the
Notice to Contractors.
1
1 SC -1
01 -07 LOCATION
The location of work shall be as mentioned in the
Notice to Contractors and as indicated on Plans.
01 -08 USAGE OF WATER
Contractor shall pay all costs of water used. Water
is to be metered by Contractor and the cost is to be
subsidiary to other bid items. No additional pay
will be made for water.
01 -09 PAY ESTIMATES
If pay estimates from the Contractor are not received
by the Engineer on or before the time specified in
Section 9.04 of the General Conditions, then the pay
estimate will not be processed and will be returned
to the Contractor.
SECTION 02 - SPECIAL CONSIDERATIONS
02 -01 CROSSING UTILITIES
Prior to commencing construction, it shall be the
Contractor's responsibility to make arrangements with
the Owners of such utility companies to uncover their
particular utility lines or otherwise confirm their
location. Certain utility companies perform such
services at their own expense, however, where such is
not the case, the Contractor will cause such work to
be done at his own expense.
02 -02 "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions
on all of his copies of the working drawings during
the course of the Project as they occur. Upon
completion of the Project and prior to final
acceptance and payment, the Contractor shall show
field locations of all above ground appurtenances
including but not limited to valves, fire hydrants
and manholes. Each appurtenance shall be located by
at least two horizontal distances measured from
existing, easily identifiable, immovable appurtenance
such as fire hydrants or valves. Property pins can
be used for as -built tie -ins provided no existing
utilities as previously described are available,
costs for developing as -built drawings shall be
subsidiary to other bid items.
SC -2
1
1 02 -03 LANDS FOR WORK
1 Owner provides, as indicated on Drawings, land upon
which work is to be done, rights -of -way for access to
same and such other lands which are designated for
use of Contractor. Contractor provides, at his
I expense and without liability of Owner, any
additional land and access thereto that may be
required for his construction operations, temporary
construction facilities, or for storage of materials.
02 -04 UTILITY SERVICES FOR CONSTRUCTION
1 The Contractor will be responsible for providing his
own utility services during . construction. No
additional payment will be made for this item.
1 02 -05 GUARANTEES
I Guarantee work, including equipment installed, to be
free from defects due to faulty workmanship or
materials for a period of one (1) year from the date
of final acceptance by the Owner. Upon notice from
'
Owner, repair defects in all construction which
develop during specified period at no cost to Owner.
Neither final acceptance, Certificate of Completion,
I 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 thereof from Contractor.
' 02 -06 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans,
I present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will
determine whatever existing improvements are to be
I relocated, or grade and alignment of pipe changed.
Where necessary to move existing services, poles, guy
wires, pipelines, etc., as determined by the
Engineer, the Contractor will make arrangements with
I the owner of the utility to be moved and have it
moved. The cost of any utility relocation will be at
the Contractor's sole expense. Owner will not be
I liable for relocation costs or damages on account of
delays due to changes made by owners of privately
owned utilities which hinder progress of the work.
1
1 SC -3
02 -07 MINIMUM WAGE SCALE
Minimum wage scale as specified and regulated by the
State of Texas and the Federal Government.
02 -08 LIMIT 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 necessary to accomplish all or part of
the scope of work within its limit of financial
resources.
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 -09 CONSTRUCTION REVIEW
The Owner shall provide a project representative to
review the quality of materials and workmanship.
02 -10 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the contractor to
complete all work included in this contract, so
authorized by the Owner, as shown on the drawings or
described in the contract documents and technical
specifications. All items of construction not
specifically paid for in the bid schedule shall be
included in the unit price bids. Any question
arising as the the limits of work shall be left up to
the interpretation of the Engineer.
02 -11 PAYMENT FOR MATERIALS ON RAND
Owner shall pay for 90% of amount of materials on
hand in accordance with monthly estimate procedure
stipulated in the General Conditions of the
Agreement.
02 -12 CONSTRUCTION STAKING
The Engineer shall provide construction staking for
this project. The Contractor shall furnish and pay
for any re- staking.
SC -4.
SECTION 03 - INSURANCE
SUBGRADE VERIFICATION
The Contractor shall furnish to the Owner, AT THE
CONTRACTOR'S EXPENSE, an Engineer's certification of
subgrade to ± 0.2 feet. This verification shall be
taken at the street center and verified. The Street
Contractor will provide this when he turns the
streets over to the Utility Contractor after the
subgrade is made. The Utility Contractor shall
provide this after his utilities are in and tested
and before the Gas Contractor moves in. The Gas
Contractor shall provide this after the gas
installation and before the Street Contractor moves
back in.
PROTECTION OF STAKES, MARKS, ETC.
All engineering and surveyor's stakes, marks,
property corners, etc., shall be carefully preserved
by the Contractor, and in case of destruction or
removal during the course of this project, such
stakes, marks, property corners, etc., shall be
re- staked by the Contractor at the Contractor's sole
expense without additional compensation by the Owner.
The Contractor shall furnish to the Owner, AT THE
CONTRACTOR'S EXPENSE, the Engineer's certification
that ALL property pins are in place prior to his
moving off the job site. Such certification will be
expected of each Contractor involved with the project
as listed below, at the time periods specified:
1. Street Contractor - after subgrade, before
Utility Contractor moves in.
2. Utility Contractor - after utilities are
installed, before installation of gas.
3. Gas Contractor - after gas installation, before
Street Contractor moves back in.
4. Street Contractor - after streets installed,
before Final Acceptance.
03 -01 Insurance policies must be obtained by the Contractor
or separate endorsement obtained by his existing
insurance policies on projects that involve special
hazards, such as blasting, excavation on public
properties, etc.
SC -5
The principal types of insurance which will be
necessary are:
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 in the General Conditions 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 $300,000 each person
$300,000 each accident
Property Damage $100,000 each accident
$100,000 aggregate
A $500,000 umbrella coverage shall also be required.
Public Liability and Property Damage to protect the
Contractor, any of his sub - contractors and the Owner
. against claims arising from personal injury,
including accidental death, as well as claims for
property damage.
The amount'for liability is $250,000/$500,000. The
amount of property damage is $100,000 per accident.
Automobile and Truck Public Liability and Property
Damage to protect the same individuals as indicated
under Public Liability and Property Damage above, and
in the same amount of liability.
Worker's Compensation and Employer's Liability
Builder's Risk Insurance is necessary to cover loss
of or damage to the building materials while the
project is under construction.
The Contractor shall supply to the Owner a
Certificate of Insurance, on a form supplied by the
insurance companies or a form similar to the attached
samples from the Contractor prior to the start of
work.
SC -6
Owner's Protective as required by the General
Conditions of the Agreement.
SECTION 04 - COORDINATION WITH STREET PAVING CONTRACTOR
04 -01 WATERLINE INSTALLATION
It is the option of the Contractor to install the
proposed waterline improvements when located behind
the proposed back -of -curb, exclusive of water
services, prior to excavation of the streets to
subgrade by the Street Paving Contractor. Assignment
for the waterline will be as shown on the plans and
in most instances will be behind the proposed
back -of -curb of the streets.
The Utility Contractor should install bends in
waterline or bury extra depth as to avoid
interference with proposed sanitary sewer, storm
sewer, and inlets. Adjustment of the waterline to
avoid conflicts with utilities will be done at the
sole expense of the Utility Contractor.
04 -02 WASTEWATER LINE INSTALLATION
The streets will be excavated to subgrade and bladed
by the Street Paving Contractor prior to the Utility
Contractor beginning installation of wastewater line
improvements within the street right -of -ways. Upon
completion of the wastewater line construction, the
Utility Contractor shall dress and blade the street
to subgrade and in the same condition it was in when
accepted by the Utility Contractor and to the
satisfaction of both the Street Paving Contractor and
the Engineer.
04 -03 UTILITY APPURTENANCES ADJUSTMENTS
The Utility Contractor shall, as his own expense,
raise the gate valve boxes and manhole frames and
covers to the finished paved street grade. All gate
valve -boxes and manhole frames and covers within the
proposed street paving area shall be constructed six
(6) inches below the subgrade of the street. The
Utility Contractor shall coordinate the raising of
the gate valve boxes and manhole frames and covers to
finished street grade with both the Street Paving
Contractor and the Engineer.
SC -7
In unpaved areas, gate valve boxes shall be raised by
the Utility Contractor, at his own expense, to two
(2) inches above natural ground.
In unpaved areas, manhole frames and covers shall be
raised by the Utility Contractor, at his own expense,
to six (6) inches above natural ground.
SC -8
TECHNICAL SPECIFICATIONS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TECHNICAL SPECIFICATIONS
INDEX
SECTION 01 - GENERAL (Pages 1 thru 4) Pat
01 -01 Scope of Work 1
01 -02 Construction Site 1
01 -03 Backwork 1
01 -04 Grading 2
01 -05 inspection of Work 2
01 -06 Notification 2
01 -07 Construction Staking 2
01 -08 Testing and Acceptance of Improvements . 2
01 - Work in Freezing Weather 2
01 -10 Property Lines and Monuments 3
01 -11 Contractor's Use of Premises 3
01 -12 Trade Names 3
01 -13 Materials and Workmanship 3
01 -14 Measurement and Payment 4
SECTION 02 - EARTHWORK (Pages 1 thru 14)
02 -01 General 1
'02 - 02 Clearing and Grubbing 1
02 -03 Protection of Existing Structures and Utilities 2
02 - Maintain Drainage 3
02 -05 Blasting 3
02 -06 Piling of Excavated Material 3
02 -07 Shoring, Sheeting and Bracing 3
02 -08 Seasonal Limits 3
02 -09 Control of Dust 4
02 -10 - Barricades, Guards and Safety Provisions . . 4
02 -11 Disposal of Surplus Material 4
02 -12 Concrete Slab 4
02 -13 Trench Excavation 5
02 -14 Trench Backfill 7
02 -15 Structural Excavation and Backfill 10
02 - Earthfill Construction 12
02 -17 Measurement and Payment 14
SECTION 03 - CONCRETE (Pages 1 thru 27)
03 -01 General 1
03 -02 Scope 1
03 -03 Portland Cement 1
03 -04 Aggregates 2
03 -05 Water 2
03 -06 Admixtures 3
03 -07 Proportioning 3
03 -08 Mixing 5
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 03 - (Cont'd) Page
03 -09 Concrete Consistency 5
03 -10 Transit Mixers 6
03 -11 Hand Mixing 8
03 -12 Transporting Batched Materials and Mixed
Concrete 8
03 -13 Steel Reinforcement for Concrete 8
03 -14 Expansion Joint Filler and Joint Sealants 9
0 -15 Concrete Construction 14
03 -16 Finishing Types 22
03 -17 Openings for Installation of and Prepration
for other Work 25
03 -18 Defective Work 26
03 -19 Tests 26
03 -20 Cleaning 27
03 -21 Measurement and Payment 27
SECTION 04 GRAVITY THICKENER (Pages 1 thru 5)
04 -01 General 1
04 -02 Thickener Mechanism (Bridge Supported) 1
04 -03 Anchorage 4
04 -04 Storage 4
04 -05 Painting 4
04 -06 Service, Startup and Training 5
04 -07 Shop Drawings and Submittals 5
04 -08 Measurement and Payment 5
SECTION 05 - PIPING (Pages 1 thru 12)
05 -01 General 1
05 -02 Materials 3
05 -03 Plumbing 5
05 -04 Installation of Pressure Lines 8
05 -05 Installation of Gravity Lines 9
05 -06 Cleaning, Testing and Disinfection 9
05 -07 Pipe Insulation 12
05 -08 Measurement and Payment 12
SECTION 06 - VALVES AND VALVE BOXES (Pages 1 thru 9)
06 -01 General
06 - Valve Types
06 -03 Measurement and Payment
ii
1
2
9
1
1 SECTION 07 - ELECTRICAL (Pages 1 thru 13) Page
1
1
1
1
1
1
1
1
1
1
1
1
07 -01 Scope 1
07 -02 Applicable Specifications and Standards . . . 1
07 -03 General Conditions 1
07 -04 Plans and Specifications 1
07 -05 Codes, Permits and Inspections 2
07 -06 Progress and Guarantee 2
07 -07 Cutting: Repairing 2
07 -08 Basic Materials and Methods 3
07 -09 Conduit System 3
07 -10 Conductors 4
07 -11 Electrical Service System 4
07 -12 Grounding System 5
07 -13 Temporary Power 5
07 -14 Electrical Distribution System 5
07 -15 Branch Circuits 6
07 -16 Wiring Devices 6
07 -17 Lighting Fixtures 6
07 -18 Lamps 7
07 -19 Other Systems 7
07 -20 Electrical Power Equipment 7
07 -21 Motor Control Center 8
07 -22 Electric Motors 12
07 -23 Shop Drawings and Submittals 12
07 -24 Equipment Finish 13
07 -25 Electrical Service 13
07 -26 Guarantee 13
07 -27 Measurement and Payment 13
SECTION 08 - PAINTING AND PROTECTIVE COATINGS (Pages 1 thru 11)
08 -01 General 1
08 -02 Scope of Work 1
08 -03 Preparation of Surface 2
08 -04 Painting Schedule 6
08 -05 Application of Paint 7
08 -06 Inspection 9
08 -07 Workmanship 9
08 -08 Protection of Work 9
08 -09 Color Selection 10
08 -10 Maintenance Materials 10
08 -11 Measurement and Payment 11
1
1
1
1
1
SECTION 09 - MULTI -STAGE CENTRIFUGAL AIR BLOWERS (Pages 1 thru 12)
09 -01 Scope 1
09 -02 Performance and Design Requirements 1
09 -03 Blower Design 2
09 -04 Electric Motors 3
09 -05 Intake Filter Silencers 6
09 -06 Accessories 6
09 -07 Shipment and Storage 9
09 -08 Installation 9
09 -09 Tools and Spare Parts 10
09 -10 Operating Instructions and Service 10
09 -11 Submittals 11
09 -12 Painting Requirements 12
09 -13 Measurement and Payment 12
SECTION 10 - SHOP DRAWINGS, SUBMITTALS, OPERATING MANUALS AND
SERVICE (Pages 1 thru 3)
10 -01 Number of Submittals 1
10 -02 Equipment, Materials and Design Submittals
- Required 1
10 -03 Requirements 1
10 -04 Operation and Maintenance Manuals 2
10 -05 Service 2
10 -06 As Built Drawings 3
10 -07 Measurement and Payment 3
iv
1
SECTION 01 - GENERAL
01 -01 SCOPE OF WQRR
The work covered by these Specifications consists of
furnishing all labor, equipment, machinery and materials
and performing all operations in connection with the
construction of modifications to the City of Round
Rock's existing wastewater treatment plant facility.
This work shall be awarded under one contract and shall
include modifications to the activated sludge basin,
influent piping, removal of the existing and
installation of 3 new 125 HP centrifugal blowers,
removal of the existing and installation of a new 24'
diameter sludge thickener, and demolition and removal
of the existing sludge building, complete in accordance
with the Plans and subject to the terms and conditions
of the Contract Documents.
1
1
1
1
1
1
1
1
1
1
1
1
01 -02 QONSTRUQTIQN SITE
During construction, the Contractor shall keep the site
free and clean from all rubbish and debris and shall
clean -up the site promptly when notified to do so by the
Owner's representative.
The Contractor shall, at his own expense, maintain the
entrance road free from dust, mud, excess earth or
debris which constitutes a nuisance or danger to the
public using the thoroughfare or the occupants of
adjacent properties.
Care shall be taken to prevent spillage on streets over
which hauling is done, and any such spillage or debris
deposited on streets due to the Contractor's operations
shall be immediately removed.
01 -03 DAQRWORR
The Contractor shall coordinate his operations in such a
manner as to prevent the amount of clean -up and
completion of back work from becoming excessive. Should
such a condition exist, the Owner's representative may
order all or portions of the work to cease and refuse to
allow any work to commence until the back work is done
to his satisfaction.
01 -1
01 -04 gRADING
The Contractor shall do such'grading in the area
adjacent to backfilled trenches and structures as may be
necessary to leave the area in a neat and satisfactory
condition approved by the Owner's representative.
01 -05 INgPEcTION OF WORK
The work covered under this Contract shall be inspected
by the Owner's authorized representative who will be the
Engineer. The quality of material and the quality of
installation of pipe and related equipment shall be to
the satisfaction of the Inspector. It shall be the
Contractor's responsibility for the construction methods
and safety precautions in the undertaking of this
Contract.
01 -06 NOTIFIQATION
The Owner's representative must be notified a minimum of
24 -hours in advance of beginning construction.
01 - QQNSTRUQTION STARINQ
The Engineer shall stake the plant location and pipeline
alignment and provide reference hubs and bench marks at
the treatment plant site.
The Contractor shall provide his own construction
staking.
01 -08 TEgTINg_ AND _ANEPTANCE OF IMPROVEMENTS
The Engineer or his representative will be present at
the testing of water and sewer lines. The Contractor
shall test all lines and be confident that the lines
will be able to pass the test prior to calling the
Engineer to observe the tests. No lines will be
accepted by the Owner without the Engineer observing the
tests and certifying to the lines passing the pressure
tests as specified herein.
01 -09 WORK IN FREEZINg WEATHER
Portions of the work may continue as directed by the
Owner's representative.
01 -2
1
01 -10 PROPERTY LINES AND MONUMENTS
The Contractor shall be responsible for the protection,
1
reference and resetting of property corner monuments if
disturbed.
' 01 -11 CONTRACTOR'S gJSE OF PREMISES
The Contractor shall, at his own expense, provide
1 additional space as necessary for his operations and
storage of materials.
01 -12 TRADE NAMES
1
Except as specified otherwise, wherever in the
Specifications an article or class of material is
I designated by a trade name or by the name or catalog
number of any marker, patentee, manufacturer, or dealer,
such designations shall be taken as intending to mean
I and specify the articles described or another equal
thereto in quality, finish, and serviceability for the
purpose intended, as may be determined and judged by the
Engineer in his sole discretion.
1 01 -13 NMATERIAI1 AND WORKMANSHIP
I No material which has been used by the Contractor for
any temporary purpose whatever is to be incorporated in
the permanent structure without written consent of the
I Engineer. Where materials or equipment are specified by
a trade or brand name, it is not the intention of the
Owner to discriminate against an equal product of
another manufacturer, but rather to set a definite
I standard of quality for performance, and to establish an
equal basis for the evaluation of bids. Where the words
"equivalent ", "proper ", or "equal to" are used, they
I shall be understood to mean that the item referred to
shall be proper, the equivalent of, or equal to some
other item, in the opinion or judgement of the
Engineer. Unless otherwise specified, all materials
I shall be the best of their respective kinds and shall be
in all cases fully equal to approved samples.
Notwithstanding that the words "or equal to" or other
I such expressions may be used in the specifications in
connection with a material, manufactured article or
process, the material, article or prices specifically
1 designated shall be used, unless a substitute shall be
approved in writing by the Engineer, and the Engineer
shall have right to require the use of such specifically
1 designated material, article or process.
1 01 -3
01 -14 MEASgREMENT AND PAYMENT
No separate payment for work performed under this item.
Include cost of same in contract price bid for all items
of which this work is a component.
01 -4
1
1 SECTION 02 - EARTHWQRR
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
02 - gENERAI
02 -02 CI AND GRUBBING
02 -02.1 ggne ;al
02.02.4 $ fgtegti4D _4t- TSeegt- Planta_ana_gbgg§
02 - 1
Earthwork shall consist of clearing, grubbing,
loosening, blasting if necessary, rock excavation,
removing, transporting, depositing, compacting,
trenching, backfilling in final location all materials,
wet or dry, as required for construction; together with
furnishing, placing and removing of all sheeting and
bracing; and all pumping and draining of excavation.
This work shall consist of removing all natural and
artificial objectionable material from the right -of -way,
construction areas and such other areas as may be
specified. Clearing and grubbing shall be performed in
advance of grading operations and in accordance with the
requirements herein specified, subject to erosion
control requirements.
02.02.2 Prm Entign_4t_ErspeIty
Existing improvements, adjacent property, utility and
other facilities, and trees and plants are not to be
removed, and shall be protected from injury or damage
resulting from the Contractor's operations.
02.02.3 gigaf30g_00_C § bi,ng_OpeE4tions
Unless otherwise specified, the entire area of the
project to the widths specified below shall be cleared
and grubbed. No payment will be made to the Contractor
for clearing and grubbing outside these limits, unless
such work is authorized by the Engineer.
The area above the natural ground surface shall be
cleared of all vegetable growth, such as logs, upturned
stumps, roots of downed trees, brush, grass, weeds, and
all other objectionable material, within the limits of
the roadways and yard area.
The Contractor shall take necessary precautions to
preserve all existing trees, plants and shrubs. But
where it is justifiable and necessary, the Contractor
may remove trees and plants for construction
right -of -way but only with prior approval of the Owner's
representative.
Trees and plants that are not to be removed shall be
fully protected from injury by the Contractor at his
expense.
02.02.5 Materials
(a) TQPS4il - Provide 4 inches of sand loam free from
rocks, throughout the area shown on the Plans and
hydro -mulch with a mixtures of grasses approved by
the Engineer.
(b) Borrow Material - Borrow material shall be selected
to meet the requirements and conditions for the
particular fill or backfiil for which it is to be
used. The acquisition and purchase of required
borrow material shall be the responsibility of the
Contractor.
(c) Pgrviogs_Matgrial - Pit run gravel, crushed rock or
other approved granular materials shall be used as a
fill under slabs and other areas indicated on the
Plans as compacted non - expansive material or select
fill.
02 -03 PROTEgTION OF EXISTING BTRgcTURES AND QTILITIEg
Existing power and telephone lines, trees, fences,
pipelines or other conduits, and structures in the
vicinity of the work shall be supported and protected
from injury by the Contractor during the construction
and until the completion of the work. The Contractor
shall be liable for all damages to such structures, as
herein provided, and shall save and keep the Owner
harmless from any liability or expense for injuries,
damages, or repairs to same.
A thorough attempt has been made to show the type, size,
location and number of all utilities, however, no
guarantee is made as to the location and number of
utilities. The Contractor shall repair, in a manner
satisfactory to the Engineer, all utilities damaged in
the progress of his work. The Contractor shall notify
all owners of utilities prior to commencement of and
sufficiently in advance to have the utilities mark the
location of their facilities. The Contractor shall be
prepared at all times with labor, equipment, and
materials to make repairs to damaged mains or utilities.
02 -2
Where existing and proposed utilities or structures
cross, the Contractor shall verify the location and
depth of the existing utility and notify the Engineer
500 ft in advance of crossing, so that alignments can be
adjusted if necessary
02 -04 MAINTAININ_DRAINAQE
The Contractor shall provide and maintain temporary
drainage for all excavations, drains, ditches, trenches,
and structures. The Contractor shall keep the
excavations dry through the construction operations.
Whenever necessary, in order to provide proper drainage,
the Contractor shall, at his own expense, install
underdrains, furnish and operate all necessary pumping
equipment, drainage sumps, wellpoint systems and other
drainage facilities.
2 -05 BLASTING
No blasting for excavation will be allowed.
02 -06 PILING OF EXCAVATED MATERIAL
All excavated material shall be piled in a manner that
will not endanger the work and that will avoid
obstructing roads and driveways. Hydrants under
pressure, valve pit covers, valve boxes, curb stop
boxes, fire and police call boxes,. or other utility
controls shall be left unobstructed and accessible until
the work is completed. Gutters shall be kept clear or
other satisfactory provisions made for street drainage.
Natural watercourses shall not be obstructed.
02 -07 BHORINC SHEETING AND BRACING
Where necessary, trenches and other excavations shall be
properly sheeted and braced to furnish acceptable
working conditions. The bracing shall comply in all
respects to the rules, orders, and regulations
prescribed by federal, state and local laws. When
required by law, the Contractor shall submit to the
Engineer detailed drawings of proposed bracing.
02 -08 BEABQNAL LIMITS
No fill material shall be placed, spread, or compacted
during unfavorable weather conditions. When the work is
interrupted by snow or rain, filling operations shall
not be resumed until field tests by the Owner's
representative indicate that the moisture content and
density of the fill are as specified.
02 -3
1
02 -09 Q OF DUST '
The Contractor shall, at all times, keep the '
construction area watered or swept of all loose material
produced by his operations in order that traffic and
construction do not raise an objectionable amount of '
dust. When conditions warrant, the Contractor shall
apply a suitable dust palliative to control dust.
02 - gARRIQADES AND gAFETY PROVISIQNS '
To protect persons from injury and to avoid property
damage, adequate barricades, construction signs, '
torches, red lanterns, and guards, as required and
deemed necessary by the Owner's representative for
protection of life and property shall be placed and '
maintained during the construction. All material piles,
equipment, and pipe which may serve as obstructions to
traffic shall be enclosed by fences or barricades and
shall be protected by proper lights when the visibility '
is poor. The rules and regulations of the local
authorities respecting safety provisions shall be
observed. Under no circumstances will any existing road '
be permitted to remain closed at any time.
02 -11 DISPOSAL OF SURPLUS MATERIAL 1
The Contractor shall at his own expense make
arrangements for the disposal of surplus material, such
as rock, trees, brush and other unwanted backfill '
materials. The Contractor shall not dump material on
any private property without the written permission•of
the Owner thereof. '
All mechanical equipment removed shall be stored on -site
as directed by the Owner.
02 -12 QONgRETE gbAps 1
02 -12.1 Excavat ;Qr0 '
During excavation, material suitable for backfilling
shall be piled in an orderly manner, a sufficient ,
distance back from the edges of trenches, to avoid
overloading and to prevent slides or cave -ins.
Materials unsuitable for backfilling shall be hauled
from the job site and disposed of by the Contractor at ,
this own expense.
Where the Plans and /or Special Provisions provide for '
segregation of top soil from underlying material for
purposes of backfill, the materials shall not be mixed.
02 -4 '
02 - 12.2 Falling
Where concrete slabs are placed on earth, all loam and
I organic or other undesirable material shall be removed.
Where broken stone, sand or gravel is used for fill, it
shall be placed in layers not exceeding 8" in
I thickness. If base rock is used where called for on the
Plans, it shall be placed in layers not exceeding 6" in
thickness.
1 Each layer shall be uniformly spread, moistened as
required, and then compacted to 95 percent of the
maximum dry density as determined by ASTM D698 (Standard
I Proctor) at a moisture content of not less than 2% dry
nor more than 3% wet of the optimum moisture content.
Compaction shall be done by a power roller or other
1 manner approved by the Engineer. The subgrade shall be
brought to a reasonable true and even plane.
02 -13 TRENCH EnAVATIQN
02 -13.1 Toughing
' Trenches shall be of such extra width, when required, as
will permit the convenient placing of timber supports,
sheeting and bracing, and handling of specials. All
' excavation for pipes shall be of a depth to permit at
least a thirty inch (30 ") covering over the pipe unless
otherwise shown. All trenches shall have vertical sides
from the bottom to a point at least twelve inches (12 ")
' above the top of the pipe. Above this point in unstable
ground, with the written consent of the Engineer, the
trench banks may be sloped as directed.
Bell holes shall be provided at each joint to permit the
jointing to be made properly, unless otherwise approved
by the Owner's representative.
The trench bottoms must be free from loose material
before placing the subgrade material. Whenever the
maximum allowable trench width is exceeded for any
reason, the Contractor shall, at his expense, embed or
cradle the pipe in concrete in a manner satisfactory to
' the Owner's Representative.
02 -13.2 P3Pa- clegrangg_ln -Rock
' Ledge rocks, boulders, and large stones shall be removed
to provide a clearance of not less than six inches (6 ")
below and on each side of all pipe, valves, and
fittings.
1 02 -5
02 -13.3 Excavation in Poor Sgil_and_Rggilling_tgArade
Where the bottom of the trench at subgrade is found to
be unstable or to include ashes, cinders, any type of
refuse, vegetable or other organic material, or large
pieces of fragments or inorganic material which, in the
judgment of the Engineer are unsuitable, the Contractor
shall excavate and remove such unsuitable material to
the width and depth ordered by the Engineer. Before the
pipe is laid, the subgrade shall be made by backfilling
as provided herein.
Payment for over excavation and refilling to grade will
be made in accordance with the General Conditions.
Unsuitable excavation shall be removed from the project.
02 - 13.4 $racgd_and_OggtO_TrgngIng
Open -cut trenches shall be sheeted and braced as
required by applicable regulations, and as may be
necessary to protect life, limb, property, or the work.
When close sheeting is required by trench conditions, it
shall be so driven as to prevent adjacent soil from
entering the trench below or through such sheeting.
Where sheeting and bracing are used, the trench width
shall be increased accordingly.
The Engineer reserves the right to order the sheeting
driven to the full depth of the trench or to such
additional depths which are required for the protection
of the work. Where the soil in the lower limits of a
trench has the necessary stability, the Engineer, at his
discretion, may permit the Contractor to stop the
driving of sheeting at some designated elevation above
the trench bottom. Any sheeting driven below the invert
grade shall be left in place. The granting of such
permission by the Engineer, however, shall not relieve
the Contractor in any degree from his full
responsibility under the Contract.
Sheeting and bracing which are left in place must be
removed for a distance of three feet (3') below the
established finished grade or the existing surface,
whichever is lower. Trench bracing, except that which
must be left in place, may be removed when the
backfilling has reached the respective levels of such
bracing. Sheeting, except that which must be left in
place, must be removed after the backfilling has been
completed or has been brought up to such an elevation as
02 -6
1
1 to permit its safe removal. Sheeting and bracing may be
removed before backfilling but only in such manner as
will insure the adequate protection of the adjacent
'
structures.
02 - TRENC
1 02 -14.1 C
I Pipeline trenches shall be backfilled with designated
materials to the level of the original ground surface,
to the underside of the ground base course, to the
finished grade, or as shown on the Plans. Before
1 backfilling, the trench shall be cleared of all timber
and debris. Backfill shall be compacted to a minimum of
85% relative density, as determined by ASTM D4253 -83 and
' D4254 -83, except as otherwise provided herein.
It is highly important that a dense, well- compacted
II backfill be placed around the pipelines. The Contractor
will be required to produce such a backfill under all
circumstances. The materials used for the backfill, the
amount of thereof, and the manner of deposition shall be
I
subject to the approval of the Engineer, but the
Contractor will be held responsible for any displacement
or instability of the pipeline or any damage to the
I coating caused by improper installation of backfill
materials. No material shall be used for trench
backfill, which, for any reason cannot be compacted to
I the degree specified.
For these specifications, backfill shall be divided into
two (2) categories: Bedding and Upper Level Backfill.
I Bedding shall be defined as that material supporting and
extending to 6" inches above the top of the pipe. Where
concrete is specified to cover the pipe, the top of the
I concrete shall be considered as the top of the bedding.
Upper zone backfill shall be defined as that material
placed in the trench from the top of the bedding to the
upper limit of backfill required.
02 -14.2 Bedding
I If soft, spongy, unstable, or other similar material is
encountered upon which the bedding material or pipe is
to be placed, this unsuitable material shall be removed
' to a depth ordered by the Engineer and replaced with
bedding material suitably densified. Additional bedding
so ordered, over the above amount required by the Plans
' or Specifications, will be paid for as provided in the
1 02 -7
General Conditions. If the necessity for such
additional bedding materials has been caused by an act
or failure to act on the part of the Contractor, or is
required for the control of ground water, the Contractor
shall bear the expense of the additional excavation and
bedding.
Bedding material shall first be placed, so that the pipe
is supported for the full length of the barrel with full
bearing on the bottom segment of the pipe equal to a
minimum of 0.4 of the outside diameter of the barrel.
Then the remainder of the bedding shall be placed.
Alternate methods of pipe laying which are recommended
by the pipe manufacturer may be used if approved by the
Engineer.
Except where otherwise specified, the material for the
bedding envelop shall be as follows:
a. All pipe smaller than six inches (6 "), regardless of
pipe material, shall be bedded with sand, except
that such pipe installed in trenches excavated by
blasting shall be bedded in 3/8 -inch down washed
gravel.
b. All six inch (6 ") or larger pipe (except Ductile
Iron under certain conditions described below) shall
be bedded in either sand or 3/8 -inch down washed
gravel, except that such pipe installed in trenches
excavated by blasting shall be bedded in 3/8 -inch
down washed gravel.
c. All pipe of sixteen inch (16 ") or larger size
(except Ductile Iron under conditions described
below) shall be bedded in either sand or 3/8 -inch
down washed gravel, except that such pipe installed
in blasted trenches shall be bedded in either pea
gravel or crushed stone.
d. Where specifically approved by the Engineer, ductile
iron pipe of six inch (6 ") and larger sizes may be
bedded in selected excavated material from the
trench excavation which meets the following
graduation:
SCREEN SIZE PERCENT RETAINED
1 -1/2" 08
1" 0 - 158
3/4" 15 - 50%
1/2" 40 - 70%
1/4" 70 - 90%
02 -8
02 -14.3
Unless otherwise specified, concrete used for bedding
shall be Class 5.0 -B -2000.
In cases where native free - draining granular material is
suitable for use as bedding, the trench may be excavated
to a point above the invert grade and the trench bottom
hand - shaped so that the bottom segment of the pipe is
firmly supported on undisturbed material.
The pipe bedding over the top of the pipe shall be 6"
minimum and shall be compacted to ninety -five (95)
percent of the maximum density as determined by ASTM D
698 -78 unless otherwise shown on the Plans.
Uppgr_Lgygl Backfill
Backfill material for the upper level backfill zone of
the pipe trench may include the excavated soil
materials, except for rock cuttings or cobbles in excess
of four inches (4 ") in their greatest dimension. The
backfill shall have sufficient fines for compaction
purposes and should have a Plasticity Index (P.I.) not
exceeding 20 as determined by ASTM D4318 -83. The upper
level backfill shall be compacted to 95 percent of the
maximum dry density as determined by ASTM D 698 -78
(Standard Proctor) at a moisture content from minus one
to plus two percent of the optimum moisture content.
Jetting (water consolidation of backfill) shall be used
only when approved by the Engineer. The jet pipe shall
not be less than one and one - half (1 - 1/2) inches in
diameter and shall extend to within fifteen inches (15 ")
of the top of the pipe during jetting of backfill over
pipe. The source of water for jetting shall be a water
tank with a pressure of sixty pounds (60) per square
inch. All "bridges" shall be completely broken down
during the jetting process. Jet points along the line
of the ditch shall be staggered from side to side at
intervals not to exceed six feet (6') center to center
or as necessary so that the backfill takes full possible
subsidence while water is being introduced into it
through the jet pipe. If the compaction requirements
specified above are not met within 60 calendar days
after jetting the backfill, the trench shall be
re- excavated. Backfill material shall then be compacted
by tamping and /or rolling until the compaction
requirements are satisfied.
02 -9
For the special condition whereby backfill is required
under areas to be paved, the upper level backfill shall
be sand with a P.I. less than 12. This backfill shall
be compacted to 95 percent of the maximum dry density as
determined by ASTM D 698 -78 at a moisture content from
minus one to plus two percent of the optimum moisture
content. Jetting will be allowed under the direction of
the Owner's representative.
02 -15 gTR0gTQRAI EXC AND BAcKFII
02 -15.1 Eggayatton
The Contractor may employ any method of excavation that
he desires which, in his experience, he considers to be
the best, providing it meets with the approval of the
Engineer. The ground shall not be dug by machinery
nearer than three inches (3 ") of any finished subgrade
without the express consent and approval of the
Engineer. The last three inches (3 ") shall be removed
by such methods acceptable to the Engineer, and shall
not disturb or weaken any subgrade for foundation
purposes.
If after excavation to final grade of the basin
structure foundations, dissimiliar foundation subgrade
materials exist (i.e., soil and rock) the subgrade shall
be over - excavated to an additional depth of two feet and
two feet beyond the foundation limits and backfilled
with a select fill. Unless otherwise specified, the
select fill shall meet the following requirements:
Qpgdgatig0_8n4lygip.
Percent Passing gigye -Sipe
0 - 10
45 - 75
60 - 85
Cl4eeifig4tion_IDdicee
Liquid Limit : less than 40
Plasticity Index: less than 12
Maximum Wet Ball Mill: 50
1 -3/4"
No. 4
No. 40
The select fill shall be compacted in loose lifts not
exceeding eight inches (8 ") to a minimum of 95 percent
of ASTM D1557 -78 Method D maximum dry density at a
moisture content of from minus two to plus two percent
of optimum moisture content.
02 -10
Excavations for the footings, floor slabs and other
structures shall be carried to the neat outside lines of
such structures, as shown on -the Plans, plus one inch
(1 ") in all horizontal directions, and the concrete to
be poured therein shall be placed on or against the
original undisturbed material whenever such a procedure
is reasonably possible and expedient.
If this is not possible, the earth on which the concrete
is to be poured shall be compacted to a uniform density
of not less than ninety -five (95) percent of the maximum
density as determined by ASTM D- 698 -78.
Excavations for walls, where forms are used, shall
extend a sufficient distance to allow for placing and
removal of forms, installations of services, and
inspection of work.
Structure excavation carried beyond or below the lines
and grades indicated on the drawings shall be refilled
with approved materials and compacted as directed by the
Engineer at the expense of the Contractor, except that
under footings, concrete shall be used.
02 - 15.2 B4ckd3lliug
All lumber, rubbish and braces shall be carefully
removed from excavations. Unless otherwise specified,
all excavations shall then be backfilled with imported
material up to the original surface of the ground, or to
such grades as shall be directed. The backfilling shall
be done as completely as possible in such manner as to
prevent after - settlement.
No backfill shall be placed against concrete walls until
the walls have been inspected and approved by the
Engineer. Shoring and sheeting shall be carefully and
completely removed as the backfilling progresses, unless
otherwise authorized by the Engineer. Where sheeting is
left in place, all cavities behind such sheeting shall
be solidly filled.
Backfill material shall be placed in horizontal, uniform
layers not exceeding eight inches (8 ") in thickness
before compaction, and shall be brought up uniformly on
all sides of the structure or facility. Each layer of
backfill shall be compacted to a relative compaction of
not less than 90 percent.
02 -11
Consolidation of structure backfill by ponding and
jetting will be permitted when as determined by the
Engineer, the backfill material is of such character
that it will be self- draining when compacted and that
foundation materials will not soften or be otherwise
damaged by the applied water, and no damage to the
structure from hydrostatic pressure will result. When
ponding and jetting is permitted, material for use as
structure backfill shall be placed and compacted in
layers not exceeding four feet (4') in thickness. The
work shall be performed without damage to the structure
or softening of the embankment and in such a manner that
excess water will not be impounded. Ponding and jetting
methods shall be supplemented by the use of vibratory or
other consolidation equipment when necessary to obtain
the required consolidation.
Backfill material shall be native material provided that
no material larger than three inches (3 ") in greatest
dimension shall be used.
02 -16 EARTHFILL QQNSTRUCTION
02 -16.1 general
Earth fill construction shall consist of constructing
embankments, including the preparation of the areas upon
which they are to be placed, buttress fills, dikes, the
placing and compacting of approved material within areas
where unsuitable material exists in holes, pits and
other depressions.
Areas over which fills are to be placed shall be cleared
of vegetation, scarified and then wetted and rolled
prior to placing fill materials. When fills are to be
placed over existing surface improvements which are to
remain in place, such clearing and scarifying will not
be required.
When fill is to be made and compacted on hillsides or
where new fill is to be compacted against existing fill
or where embankment is built one -half width at a time,
the slopes or original hillsides and old or new fills
shall be benched a minimum of four feet (4')
horizontally as the fill is placed. A new bench shall
be started where the vertical cut for the next lower
bench intersects the existing ground.
Material thus cut out shall be recompacted along with
the new embankment material at the Contractor's expense.
02 -12
Clods or hard lumps of earth of six inches (6 ") in
greatest dimensions shall be broken up before compacting
the material in embankment, with the following
exception:
When the fill material contains large rocks, boulders,
or hard lumps (such as hardpan or cemented gravel which
cannot be broken readily) over twelve inches (12 ") in
greatest dimension, such materials may be incorporated
in the fill only when authorized by the Engineer with
respect to the acceptability of the material, the
location and depth of its placement in the fill, and the
method to be used.
Embankments shall not be constructed when material is
frozen or a blanket of snow prevents proper compaction.
02 -16.2 Compacting
Fill shall be constructed in compacted layers of uniform
thickness and each layer shall be compacted in
accordance with the requirements herein specified with
the following exception:
Where fills are to be constructed across low, swampy
ground which will not support the weight of hauling
equipment, the lower part of the embankment may be
constructed by dumping successive loads in a uniformly
distributed layer of thickness not greater than that
necessary to support the equipment while placing
subsequent layers. The remainder of the embankment
shall be constructed in layers and compacted as
specified.
The construction of dikes, the placing and compacting of
approved material where unsuitable material has been
removed, and the filling of holes, pits and other
depressions, shall conform to all of the requirements
specified herein for compacting fills. Trenches, holes,
depressions and pits outside of areas where fills are to
be constructed shall be graded to provide a presentable
and well- drained area.
Embankments shall be constructed so that each layer
shall have a cross fall of at least two percent (2%) but
no more than five percent (5%).
02 -13
The loose thickness of each lift of fill material shall
not exceed nine (9) inches. Each lift shall be
compacted to between 93% and 95% of the maximum dry
density as determined by ASTM D698 -78 at a moisture
content of not less than 2% dry nor more than 3% wet of
optimum moisture content.
The interstices around the rock in each layer shall be
filled with earth or other fine material and compacted.
Broken portland cement concrete and bituminous type
pavement obtained from the project excavations will be
permitted in the fill with the following limitations:
1. The maximum dimension of any piece used shall be six
inches.
2. Pieces larger than four inches (4 ") shall not be _
placed within twelve inches (12 ") of any structure.
3. Pieces larger than three inches (3 ") shall not be
placed within twelve inches (12 ") of the finished
surface.
4. "Nesting" of pieces will not be permitted.
At locations where it would be impractical to use mobil
power compacting equipment, fill layers shall be
compacted to the specified requirements by any approved
method that will obtain the specified relative
compaction.
At the time of compaction, the moisture content of fill
material shall be such that the specified relative
compaction will be obtained and the fill will be firm,'
hard and unyielding. Fill material which contains
excessive moisture shall not be compacted until the
material is dry enough to obtain the required relative
compaction. Full compensation for any additional work
involved in drying fill material to the required
moisture content shall be considered as included in the
contract price paid and no additional compensation will
be allowed therefor.
02 -17 MEASMREMENT AND PAYMENT
No separate payment for work performed under this Item.
Include cost of same in Contract prices bid for all
items of which this work is a component part.
02 -14
SECTION 03 - CONCRETE
03 -01 CENERAI
Concrete consisting of portland cement, concrete
aggregate, sand and water will be designated by a symbol
consisting of two numbers. The first number will be the
number of sacks of cement per cubic yard, and the last
number the compressive strength at 28 days expressed in
pounds per square inch. A sack of cement shall be
defined as 94 pounds. The concrete shall be 6.0 -4000
unless otherwise specified. Compressive strength tests
where specified herein, shall be performed in accordance
with ASTM C -39.
The Contractor shall be responsible for providing the
mix design to the Engineer for approval.
03 -02 ECQPE
This section of the specifications shall include all
labor and materials to construct all concrete work as
shown on drawings, herein specified, or both including
the following:
All footings, slabs, floors, walls, beams, supports,
walks, pedestals, curbs, vaults and other concrete
items, complete with metal reinforcement.
All concrete finishes and textures.
All formwork, formwork supports, formwork coatings and
soaking, screens and levels required, and formwork
removal.
Installing all inserts, grounds, dowels, blocks, sleeves
and anchors, and safety treads as shown and /or specified
in this or other sections.
Slab waterproofing.
03 -03 EQRTLAND CEMENT
All cement to be used or furnished shall be Type I,
portland cement, conforming to ASTM C -150 unless
otherwise specified. The Contractor shall furnish a
certificate of compliance signed by the manufacturer
identifying the cement and stating that the cement
delivered conforms to ASTM C -150.
03 -1
03 -05 WATER
Whenever suitable facilities, approved by the Engineer,
are available for handling and weighing bulk cement,
such facilities shall be used. Otherwise, the cement
shall be delivered in original unopened sacks that have
been filled by the manufacturer. They shall be plainly
marked with the manufacturer's name or brand and cement
type. Each sack shall contain 94 pounds of cement.
Cement shall be stored in such a manner as to permit
ready access for the purpose of inspection and sampling,
and suitable protected against contamination or
moisture. Should any cement show evidence of
contamination, or be otherwise unsuitable, it shall not
be used.
All portland cement used in concrete for any individual
structure shall be of the same brand and type unless
otherwise approved by the Engineer.
03 - 04 AggRERTES
Aggregates shall be sand and concrete aggregates
conforming to the requirements prescribed in ASTM C -33
coarse aggregate graduation size number 467, and shall
be approved by the Engineer prior to use. They shall
meet the grading requirements of this subsection.
Methods of handling materials resulting in segregation,
degradation or the combining of materials which result
in any stockpile failing to meet specifications, shall
not be permitted.
Aggregates which are found to have a silica - released
alkali - reduced ratio greater than one, when tested in
accordance with ASTM C289, may be used only when
approved by the Engineer and provided low- alkali cement
is used.
Water used for concrete shall be clear and free from
oil, vegetable matter and other deleterious substances.
Water shall not contain an amount of impurities that
will cause a change in the time of setting of portland
cement or more than 25 percent nor a reduction in the
compressive strength of mortar at fourteen days of more
than 5 percent compared to results obtained with
distilled water.
03 -2
In conventionally reinforced concrete work, water shall
not contain more than 1,000 ppm of chlorides calculated
as Cl, nor more than 1,000 ppm of sulfates calculated as
SO 4 .
In non - reinforced concrete work, water shall not contain
more than 2,000 ppm of chlorides calculated as Cl, no
more than 1,500 ppm of sulfates calculated as SO
03 -06 ADMIXTyRES
Air entrainment shall be required on exposed plant walls
or as directed by the Engineer. The air content shall
not be less than 3% nor more than 6 %. Admixture shall
conform to ASTM C -260. Test shall be conducted in
accordance with C -231, 233 or 173. Water reducer -set
retarder admixture shall be used when average daily mean
temperature is 75 °F. or more per ASTM C -494.
No other admixtures of any type shall be used unless
authorized by the Engineer. When an admixture is
permitted or specified, it shall be measured accurately
into each batch or load in liquid form by a mechanical
dispensing device and method approved by the Engineer.
03 -07 PRQPQRTIQNINQ
Aggregates and cement shall be proportioned by weight.
Proportioning shall consist of combining the aggregates,
each stored in a separate bin in the various gradations
prescribed, with cement and water. Weigh hoppers shall
be charged from bins located directly over them or from
conveyor belts. When conveyor belts are used, there
shall be a separate belt for each size aggregate. There
shall be an approved moisture meter installed to
indicate the moisture in the sand.
Bulk cement shall be weighed in an individual hopper and
shall be kept separate from the aggregates until the
batch ingredients are discharge into the mixer drum.
The cement hopper shall be attached to a separate scale
for individual weighing.
03 -3
The amount of water to be added to the mixture shall be
measured and discharged rapidly into the mixing drum
through a valve with a positive cut -off. When water is
measured by weight it shall be weighed on a separate
scale.
All weighing or metering devices, except moisture
meters, used for proportioning materials shall be
accurate to within one percent. They shall be sealed
and certified by the recognized, legal Sealer of Weights
and Measures. These certifications shall be dated
within the past 12 months and shall be renewed whenever
required by the Engineer. The moisture meter shall be
accurate to within 1/2 of one percent moisture.
Whenever portable bunkers are set up at a new location,
the scale assemblies shall be inspected and certified
regardless of the date of scales were last tested.
Scales utilized in proportioning shall be either
springless dial or multiple beam type. Scale
graduations shall be no greater than the following:
Aggregate Scales
Cement Scales
Water Scales
03 -4
25 lbs.
5 lbs. -
5 lbs.
All scales shall be of such size and so arranged that
they may be read easily from the operator's platform.
If a multiple beam type scale is used, the scale shall
be provided with an indicator operated by the main beam
which will give positive visible evidence of over or
under weight. The indicator shall be so designed that
it will operate during the addition of the last 400
pounds of any weighing. The other travel of the
indicator hand shall be at least one -third of the
loading travel. Indicators shall be enclosed against
moisture and dust.
Weighing equipment shall be insulated against vibration
and movement of the other operating equipment in the
plant. When the entire plant is running, the scale
reading at cut -off shall not vary from the weight
designated the Engineer by more than one percent (1%)
for cement, one percent (1 -1/2 %) for any size of
aggregate, nor one percent (1 %) for the total aggregate
in any batch.
03 -08 MIXINQ
Machine mixing will be required in all cases other than
those in which it would obviously prove to be
impractical, in which event hand mixing will be
permitted. Mixing shall be commenced as soon as
possible after the cement is placed in contact with the
aggregates, but in no event shall the intervening period
exceed 30 minutes.
All concrete mixers shall be of such design and
construction and so operated as to provide a thoroughly
and properly mixed concrete in which the ingredients are
uniformly distributed. Mixers shall be maintained in
proper and serviceable working condition and any part or
portion thereof that is out of order, or becomes worn to
such extent as to detrimentally affect the quality of
mixing, shall be promptly repaired or replaced.
03 -09 QQNCRETE CONSISTENCY
The amount of water added at the mixer shall be
regulated to take into account the free water in the
aggregates. Free water is defined as the total water .
minus the water absorbed by the aggregate in a saturated
surface -dry condition.
The amount of water used in the mixture shall not exceed
the minimum amount necessary to permit practical
placement and consolidation of the concrete, and unless
otherwise authorized by the Engineer, shall be that
required to produce concrete with a slump within the
range shown as nominal in the following table:
Type of Work Nominal Slump Maximum Slump
(inches) (inches)
Concrete Pavement 0 -2 3
Non - reinforced Concrete 0 -3 4
Reinforced Concrete
Structures
Heavy Sections 0 -3 5
Thin Sections & Columns 0 -4 6
Concrete Placed under
Water 6 -8 9
03 -5
The concrete used in the work shall not have a slump
greater than that shown as maximum above, nor a free
water content greater than 312 pounds per cubic yard of
concrete.
When adverse or difficult conditions affect the
placement of concrete, the Engineer may authorize a
greater slump to be used, provided both the water and
cement are increased. Water shall be added at a ration
not to exceed 30 pounds per sack of added cement per
cubic yard of concrete, and such additional water and
cement shall be at the Contractor's expense.
The consistency of concrete shall be determined in
accordance with ASTM C -143.
If slump tests of individual samples taken at
approximately the 1/4 and 3/4 points of the discharge
differ by more than two inches (2 "), the mixer will not
be accepted for further use until the condition is
corrected.
03 - TRANSIT [+FIXERS
The type, capacity, and manner of operation of the
mixing and transporting equipment for ready -mix concrete
shall conform to the current ASTM•C -94 standard;
"Standards for Operation of Truck Mixers and Agitators
of the National Ready -Mixed Concrete Association" and
the "Truck Mixer and Agitators Standards of the Truck
Mixer Manufacturers Bureau ". Transit mix concrete
trucks shall be equipped with an automatic device for
recording the number of revolutions of the drum during
the mixing period. Each mixer and agitator shall have
attached thereto in a prominent place, a metal plate or
plates, installed by the manufacturer on which is
plainly marked the capacity of the drum in terms of the
volume of mixed concrete and the speed of rotation for
the agitating and mixing speeds of the mixing drum or
blades.
Each mixer shall have an identification number painted
on the truck in such a location that it can be easily
read from the batching platform.
The total volume of materials introduced into the mixer
shall not exceed the manufacturer's guaranteed mixing
capacity. If the concrete so mixed does not meet the
uniformity requirements of this subsection, the amount
of materials charged into the mixer shall be reduced.
03 -6
The drum of the mixer shall be completely emptied of any
previously mixed load. The proper proportions of
aggregate, cement, and water for each load of concrete
shall be placed in the mixer and shall be mixed therein
for not less than 70 nor more than 100 revolutions of
the drum or blades at the speed designated by the
manufacturer of the equipment as mixing speed.
Additional revolutions of the drum shall be at the speed
designated by the manufacturer of the equipment as
agitating speed. The revolving of the drum shall be
continuous until the concrete is completely emptied from
the drum.
When concrete is being placed for concrete structures,
all wash water shall be emptied from the mixer before
any portion of the succeeding load is placed therein.
For all other work, the mixer shall be empty or may
carry 10 gallons of water in the drum. Adequate control
of ready -mixed concrete will sometimes require that
additional water be added and mixed into the batch at
the point of discharge. Water so added shall be mixed
(3) minutes. Water shall not be added to the load
during transit.
The total elapsed time between the addition of water at
the batch plant and discharging the completed mix shall
not exceed 90 minutes. Under conditions contributing to
quick setting, the total elapse time permitted may be
reduced by the Engineer.
The Engineer shall be provided with a legible certified
weighmaster's certificate which shall contain the
following information:
Name of vendor
Name of contractor
Number of cubic yards in the load
Actual weights of cement and of each size of
aggregate
Amount of water added at the plant
Amount of water in the aggregate
Brand and type of cement
Brand and amount of admixture
Time and date of batching
03 -7
1
Space shall be provided on the certificate so that '
amount of water added on the job may be indicated.
03 - HAND MIXING
Hand mixed concrete shall be mixed on a water -tight
platform or in a mortar box in batches not to exceed 1/3
cubic yard each. The aggregates shall first be spread
in a uniform layer over which the required quantity of
cement shall be evenly distributed. The entire batch '
shall be turned with shovels until the ingredients are
thoroughly blended before adding the water. After
adding the proper amount of water, the batch shall again
be turned with shovels until a uniform consistency is
obtained. Methods of hand mixing which allow the loss
of mixing water will not be permitted.
03 -12 TRANSPORTING BATCHED MATERIALS AND MIXED CONCRETE
The compartments of trucks or other equipment used for
the purpose of transporting proportioned dry aggregate
and cement, or mixed concrete, shall be suitably
constructed to adequately protect and prevent loss or ,
leakage of the contents during charging, transit or
discharging.
03 -13 STEEL REINFORCEMENT FOR CONCRETE '
03 -13.1 General
The following specifications set forth the requirements
for bar, wire and wire mesh reinforcement.
The reinforcement shall conform accurately to the ,
dimensions and details indicated on the plans or
otherwise prescribed. Before being placed in any
concrete work, it shall be cleaned thoroughly of all
loose rust, mill scale, mortar, oil, dirt, or coating of
any character which would be likely to destroy, reduce,
or impair its proper bonding with the concrete. The
reinforcement shall be stored neatly and off the ground,
when delivered to the site.
13 -13.2 Reinforcing Steel '
Unless otherwise specified, reinforcing steel shall be
Grade 60 billet steel conforming to ASTM A -615. Varying ,
grades shall not be used interchangeably in structures.
1
1
03 -8
1
Steel bending processes shall conform to the
requirements of ACI -318.
Bending or straightening shall be accomplished so that
the steel will not be damaged. Kinked bars shall not be
used.
03 - 13.3 Wire Reinfolggmgot
Wire reinforcement shall in all respects fulfill
requirements prescribed in ASTM A -82.
03 - 13.4 Wirg_Mggb_Reingorggmgnt
Mesh reinforcement shall conform to ASTM A -185. The
gauge of the wire and the dimensions of the mesh will be
specified in the special provisions or shown on the
plans. The wire mesh reinforcement shall be so
constructed as to retain its original shape and from
during the necessary handling. The effective
cross - sectional area of the wire shall be equal to that
specified or indicated on the plans.
03 -14 ENPANSION JOINT FILLER AND JOINT EEAtANTS
03 -14.1 gengral
This section specifies joint fillers and sealants to be
used for treating joints in portland cement concrete.
03 - 14.2 Prgmoldgd_Joint_Fillgr
Premolded joint filler material shall consist of
premolded strips of a durable resilient material.
Unless otherwise specified, premolded joint filler shall
be one of the following types: Preformed Expansion
Joint Filler (Bituminous Type) ASTM D -994, Non - extruding
and Resilient Filler (Bituminous Type) ASTM- D1751, or
Non - extruding and Resilient Filler (Non- bituminous Type)
ASTM D -1752.
03 - 14.3 Aspba lt_l
Asphalt -latex emulsion joint sealant shall be designed
for mixing and application by hand methods and shall be
suitable for use at temperatures above 50 °F. The
sealing compound shall be an emulsion consisting of
approved paving asphalt, emulsified with rubber latex in
the presence of a suitable emulsifying agent. Rubber
03 -9
latex shall be natural rubber or synthetic latex
containing approximately 40% solids. The resulting
emulsion shall consist of a minimum of 55% paving
asphalt and a minimum of 36% rubber latex.
A setting agent shall be provided in the form of a paste
to be added at the rate of approximately 3 fluid ounces
per gallon of emulsion.
The joint sealant shall comply with the following
requirements:
03 -10
1
1
Test
' Method
Determination No. Requirements Remarks
Furol Visco- ASTM 80 -250 sec. Before adding setting agent.
sity at 77 °F D -88
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ASPHALT -LATEX EMULSION JOINT SEALANT
1 Sieve Test ASTM 1% Max. Before adding setting agent.
D -244
Penetration Calif. 50 -150 Immediately after mixing,
at 77 °F 418 pour material into a 6 -oz.
deep ointment can. Allow
specimen to stand in air at a
temperature of 77 °F ± 2 °F
for a period of 24- hours.
Then penetrate with a grease
cone under a total load of
150 grams in accordance with
ASTM D -217.
Elasticity (1) Calif. 70% Min.
418
Total Solids Calif. 70% Min.
(2)
418
Immediately after mixing,
pour material into ductility
clips. Cure for 24 -hrs. at
115 °F ± 2 °F. Test specimen
in modified ductility mold
per test method.
Place 3 to 5 grams freshly
mixed material in an aluminum
pan and dehydrate in suitable
oven maintained at a
temperature of 200 °F ± 3 °F
for a period of 3 -hrs.
Setting Time Calif. 60 Min. Max. Pour material into a 6 -oz.
(2) 418 deep ointment can. Check
penetration each 15 -min.
Record time when penetration
is less than 200.
(1) Mixing ratio of Material: 50 200 g. of emulsion component add 10 ±
0.1 g. of sodium fluosilicate powder.
(2) Mixing ratio of Material: to 8 fluid ounces of emulsion component
add 12 ml. of setting agent component.
03 -11
03 -14.4 Application
Immediately before applying the joint sealant, the joint
shall be thoroughly cleaned by abrasive blasting or
other approved means to remove all mortar, laitance,
scale, dirt, dust, oil, curing compounds and other
foreign material. The joint shall be blown out with
high pressure compressed air to remove all residue.
At the time of applying the joint sealant, the joint
shall be surface dry, and acceptable to the Engineer.
No sealant shall be placed during unsuitable weather or
when the atmospheric temperature is below 50 °F, or when
weather conditions indicate that the temperature may
fall below 32 °F within 24- hours.
The joint shall be filled from the bottom to the top
without formation of voids. The top of the finished
joint seal shall be between 1/4 -inch and 3/8 -inch below
the finish surface.
At no time shall the emulsion be subjected to a
temperature below 40 °F. Prior to application, the joint
sealant may be warmed if necessary to permit proper
filling of the joints. The heating shall be carefully
controlled to avoid overheating of any part of the
container or mixture and under no circumstances shall
the emulsion be heated to a temperature greater than
130 °F.
Immediately before applying the sealant, the emulsion
shall be mixed with the proper amount of paste setting
agent. The components shall be mixed, preferably with a
power mixer, for 5- minutes to produce a homogeneous
material.
03 -14.5 congrete_ggrigg_compound
Curing compound shall consist of a liquid which, when
applied to fresh concrete by means of a spray gun, will
form an impervious membrane over the exposed surfaces of
the concrete. Mats and polyplastic sheets may be used.
The membrane may either asphaltic or paraffin
derivatives to which other water - proofing materials may
have been added. Concrete curing compounds shall be
clear or translucent with red fugitive dye. Curing time
shall be a minimum of five (5) days with temperature
above 50 °F. Curing compound shall be non -toxic and
taste and odor free.
03 -12
03 -14.6 E4fm_gQnting
03 -14.8 grout
All form work to be required shall be coated with an
approved resin based material applied according to the
manufacturer's directions. Form coating shall be
non -toxic after 30 -days.
03 -14.7 water Stop8
Water -stops shall be provided where shown on the Plans.
Two alternatives for installing water stops will be
considered as follows:
Altgrpatg_NQ__1: Water -stop material shall have a
minimum width of 6 ", a minimum thickness of 3/8 ", be of
polyvinyl chloride and shall be approved by the
Engineer. All water -stop joints shall be welded
according to the manufacturer's recommendations.
Altgfnatg_wo water -stop material shall be as
manufactured by Synko -Flex Products Company, Houston,
Texas, and shall meet Federal Specifications SS- S -210A.
After brush cleaning the concrete and applying one coat
of Synko -Flex primer, the 1.0 square inch cross
sectional strips 36 inches in length shall be placed in
a 2" x 4" beveled keyway with the strips overlapped 1
inch end to end to form a continuous, homogeneous
water -stop. Immediately prior to pouring, the
protective cover shall be removed and the new pour made.
Grout for patching of honeycombs, she bolt holes,
spalls, etc. or where approved by the Engineer shall be
"Thorite" as manufactured by Standard Dry Wall Products
of Miami, Florida.
Grout used in setting machinery and equipment shall be
"Thoroset" Metallic Compound worked in under the
machinery bases in such a manner as to preclude voids of
pockets under the metal base. The edges shall be neatly
finished to give a neat appearance. Concrete surfaces
shall be roughened and cleaned before the grout is
placed. Mix compound with cement, sand, and gravel per
manufacturer's specifications. "Thoroset" shall be as
manufactured by Standard Dry Wall Products, Miami,
Florida.
03 -13
03 -15 gONCRETE gONSTRUCTION
03 -15.1 ggpgrgl
03 - 15.2 gubgrade for Cogcrstg_gtrgctgrgs
Earth subgrade upon which concrete is placed shall be
firm and free from water. Ground water shall be kept
below subgrade until the concrete has set. When the
subgrade is in dry earth, it shall be thoroughly
dampened with water to ensure that no moisture will be
absorbed from the fresh concrete.
03 -15.3
Concrete chambers, vaults, walls, structural slabs,
footings, foundations and similar structures shall be
constructed in conformity with the plans and this
sub - section. Concrete shall conform to the requirements
herein.
Safe and suitable ladders shall be provided to permit
access to all portions of the work.
When the design details for the project provide for the
construction of filter or drain material consisting of
gravel (or combination of gravel and sand), which
material will be subgrade for concrete, the placing of
steel reinforcement and placement of concrete shall
follow the installation of the filter or drain material
as closely as practical. The filter or drain material
shall be kept de- watered to the extent necessary to
prevent any portion of concrete materials being
•
deposited in water.
When the concrete is to be deposited on rock, the rock
shall be fully uncovered, cleaned, and its surface shall
be removed to a depth sufficient to expose sound rock.
Bedrock shall be roughly leveled off or cut to
approximately horizontal and vertical steps. Seams in
the rock shall be grouted under pressure or otherwise
treated as the Engineer may direct.
Forms
Forms shall be of suitable material and of a type, size,
shape, quality, and strength to ensure construction as
designed. The forms shall be true to line and grade,
mortar tight, and sufficiently rigid to resist
deflection during placing of the concrete. The
responsibility for their adequacy shall rest with the
Contractor. All dirt, chips, sawdust, nails and other
03 -14
foreign matter shall be completely removed from forms
before any concrete is deposited therein. The surfaces
of forms shall be smooth and free from irregularities,
dents, sags and holes that would deface the finished
surfaces. Forms previously used shall be thoroughly
cleaned of all dirt, mortar and foreign matter before
being re -used.
Before concrete is placed in forms, all inside surfaces
of the forms shall be thoroughly treated with releasing
agent as specified herein. Care shall be exercised that
no releasing agent is deposited on previously placed
concrete.
Forms for all surfaces that will not completely enclosed
or hidden below the permanent surface or the ground
shall be made of surfaced lumber, or material which will
provide a surface at least equal to surfaced lumber or
plywood. Any lumber or material which becomes badly
checked or warped, prior to placing concrete, shall not
be used.
Forms for all exposed surfaces shall be constructed of
plywood or an approved equal. Plywood for forms shall
be Exterior Type, of the grade "Concrete -Form Exterior".
conforming to the specifications of the U.S. Department
of Commerce, National Bureau of Standards, Commercial
Standards, latest edition. Plywood shall be furnished
and placed in 48 inch width and in uniform lengths of
not less than 96 inches, except where the dimension of
the member formed is less than the specified panel
dimension.
Plywood shall be placed with the grain of the outer
plies in the direction of the longest span. Where
plywood is attached directly to the studs or joists, the
panels shall be not less than 5/8 inch thick, and the
studs or joists shall be spaced not more than 12 inches,
center -to- center. Plywood less than 5/8 inch thick,
otherwise conforming to the requirements specified
herein, may be used with a continuous backing of 3/4
inch sheeting. All form panels shall be placed in a
neat symmetrical pattern with the horizontal joists
level and continuous. All joints shall be filled with
an approved quick- setting compound and finished flush
with the interior of the form.
Wooden forms for copings and curbs shall have a
thickness of not less than 1 -5/8 inches and a width of
not less than the full depth of coping or curb.
03 -15
Unless otherwise shown on the plans, all sharp edges
shall be chamfered with 3/4 inch by 3/4 inch triangular
fillets. Forms for curved surfaces shall be so
constructed and placed that the finished surface will
not deviate from the arc of a curve by more than the
tolerance shown on the plans.
Forms shall be so constructed that portions, where
finishing is required, may be removed without disturbing
portions of forms to remain in place.
Forms for grinders and slabs shall be cambered as may be
required by the Engineer.
Forms shall, as far as practicable, be so constructed
that the form marks will conform to the general line of
the structure.
Form clamps or bolts, approved by the Engineer, shall be
used to fasten forms. The use of twisted wire loop ties
to hold forms in position will not be permitted, nor
shall wooden spreaders be used unless authorized by the
Engineer. Clamps and bolts shall be of sufficient
strength and number to prevent spreading of the forms.
They shall be the break -off type so that they can be
entirely removed or cut back 1 inch below the finished
surface of the concrete. All forms for outside surfaces
shall be constructed with stiff wales at right angles to
the studs, and all form clamps or bolts shall extend
through and fasten such wales.
Form work shall be approved prior to placement of
concrete in the form.
03 - 15.4 Bgm4Y41- 4f_ €41m§
The periods of time for form removal set forth herein
are permissive only and subject to the Contractor
assuming all risks that may be involved. The time
periods are minimum with no allowance therein for
external loads. At times of low temperature, or other
adverse conditions the Engineer may require the forms to
be kept in place for longer periods of time.
The time periods are predicted on the use of concrete to
which no admixtures have been added.
03 -16
No forms shall be removed until approval of Engineer is
obtained. Forms shall be stripped after the required
time and projecting wire snapped off. Removal shall not
proceed faster than the required finishing procedure can
be completed.
Vertical forms shall not be disturbed for at least
twenty -four (24) hours after last concrete in walls is
placed, except as authorized by the Engineer.
Forms shall remain in place a minimum of twenty -four
(24) hours and be removed only after Engineer's
approval.
03 -15.5 FDj§gwork
All falsework shall be designed and constructed to
provide the necessary rigidity and to support the
loads. Falsework for the support of a superstructure
shall be designed to support the loads that would be
imposed if the entire superstructure were placed at one
time.
All falsework, staging, walkways, forms, ladders,
cofferdams, and similar accessories shall equal or
exceed the minimum requirements of the State Division of
Industrial Safety. Compliance with such requirements
shall not relieve the Contractor from full
responsibility for the adequacy of safety measures.
03 -15.6 BlOciDg_Rg;DforggmgDt
Before placing reinforcing steel, the Contractor shall
submit a reinforcing steel placing plan for approval of
the Engineer.
Reinforcing bars shall be accurately placed as shown on
the plans and shall be firmly and securely held in
position in accordance with Concrete Reinforcing Steel
Institute "Recommended Practice for Placing Reinforcing
Bars ", and by using concrete or metal chairs, spacers,
metal hangers, supporting wires and other approved
devices of sufficient strength to resist crushing under
full load. Metal chairs which extend to the surface of
the concrete (except where shown on plans) and wooden
supports, shall not be used.
03 -17
Placing bars on layers of fresh concrete as the work
progresses and adjusting bars during the placing of
concrete will not be permitted. Before placing in the
forms, all reinforcing steel shall be cleaned thoroughly
of mortar, oil, dirt, loose mill scale, loose or thick
rust, and coatings of any character that would destroy
or reduce the bond. No concrete shall be deposited
until the placing of the reinforcing steel has been
inspected and approved.
03 - 15.7 Splicing
Splices of bars shall be made only where shown on the
plans or as approved by the Engineer. Where bars are
spliced, they shall be lapped at least 36 diameters,
unless otherwise shown on the plans.
Splicing shall be accomplished by placing the bars in
contact with each other and wiring them together.
Welding of reinforcing steel will not be permitted
unless specifically authorized by the Engineer.
03 -15.8 Bending_Rginigrgemena
Bends and hooks in bars shall be made in the manner
prescribed in the "Manual of Standard Practice" of the
American Concrete Institute.
Bars shall not be bent or straightened in a manner which
will injure the material. Bars with kinks or
unspecified bends shall not be used.
03 - 15.9 Weided_Wire_Fnbrig
Welded wire fabric shall be spliced not less than two
meshes. It shall be lifted carefully into its specified
position after the concrete is placed but still plastic.
03 -15.10 Piaging_Cgngrete
Concrete shall be conveyed, deposited and consolidated
by any method which will preclude the segregation or
loss of ingredients.
Chutes used in conveying concrete shall be sloped to
permit concrete of the consistency required to flow
without segregation. Where necessary to prevent
segregation, chutes shall be provided with baffle boards
or a reversed section at the outlet.
03 -18
Where a sequence for placing concrete is shown on the
plans, no deviation will be permitted unless approved by
in writing by the Engineer. •
Before depositing concrete, all debris, spreaders, etc.,
shall be removed from the space to be occupied by the
concrete and forms shall be thoroughly wetted. All free
standing water shall be removed. Reinforcing steel and
form shall be free of scale, oil film, hardened
concrete. Formwork shall have specified coatings.
Concrete shall be deposited as rapidly and as near as
practicable in its final position, and shall not be
caused to flow in a manner to permit or cause
segregation. Runaways shall be provided so that
wheelbarrows or buggies containing concrete will not run
over reinforcing steel or planks resting on steel. Just
before placing new concrete on old concrete walls, a
modified grout consisting of the same mix as the
concrete minus one -half of the coarse aggregates shall
be deposited to a depth of six (6) inches before placing
the regular concrete mix. Concrete shall be worked and
vibrated mechanically with suitable appliances until it
closes snugly against all surfaces and is in perfect and
complete contact with all embedded reinforcement and
other metals.
Horizontal construction joints shall have a slurry
coating of 1 -part cement and 3 -parts of sand mixed with
a solution of 1 -part "Acryl 60" to 3 -parts of water
prior to placing modified 6 -inch mix noted above. This
slurry shall be applied by pumping or other means to
assure that about 1/2 -inch thick coating of the slurry
shall cover the surface of the joint. The 6 -inch thick
modified mix noted in the above paragraph shall follow
not more than 60 minutes later. "Acryl 60" shall be as
manufactured by Standard Wall Products, Miami, Florida.
03 -15.11 tQtifiggtiQn
The Contractor shall give the Engineer written notice of
at least 24 -hours in advance of placing concrete in any
part of the work so that the Engineer may make final
inspection of the preparations of the location for such
placing. No concrete shall be placed except in the
presence of the Engineer.
03 -19
03 -15.12 QopstrugtigOAgiOt§
Construction joints shall be placed only in positions
approved by the Engineer or as indicated on drawings.
Exposed concrete face of construction joints shall be
kept continuously wet from time of initial set until
pouring of new concrete against it. The contact surface
shall be thoroughly cleaned by chipping the entire
surface not earlier than 8 days after the first pour or
jet washing the surface, not less than 3 -1/2 nor more
than 6 - 1/2 hours after the concrete is placed, or by
sandblasting. The joint surface shall consist of clean
aggregate solidly embedded in the mortar matrix. All
wash water shall be entirely removed from the surface.
All construction joints in waterbearing tanks, except
joints above water level, shall have "waterstops"
installed; also, any additional ones shown on drawings.
A11 waterstop splices, joints, corners, or intersections
shall be welded or molded.
Watertight concrete is required for all submerged .
structures and waterbearing structures. Any cracks or
imperfections developing at any point shall be repaired
to the satisfaction of the Engineer.
Where concrete construction is proposed to be extended
at a later date, the walls, floors and /or foundations
shall be stubbed as shown on the Plans. The Contractor
shall supply, and cast -in, screwed dowel bar splicer
anchors as manufactured by Richmond Screw Anchor Co., or
approved equal, with protective plugs in the face of the
stub walls and floors. The Contractor shall supply'.the
Owner with the screw -in re -bar connectors, compatible
with the insert anchor, for use when the construction is
extended.
03 -15.13 glgba
Subgrade shall be in form as shown on drawings to
receive slab concrete. Slabs shall be poured in one
continuous operation between expansion joints.
03 -15.14 W4112
Walls shall be poured in horizontal layers not to exceed
18" thickness in such a manner that prevents segregation
of constituents or accumulation of hardened concrete on
the forms or metal reinforcement above the level of the
concrete. Total height of any one pour shall not exceed
03 -20
03 -15.15 pepggiting
12'0 ". Free fall of concrete into wall forms shall not
exceed 4'0" without the use of pipes or tremies. Pipes r
and tremies shall be at least 6 inches in diameter.
To avoid segregation, concrete shall be deposited as
near to its final position as is practicable. The use
of vibrators for extensive shifting of the mass of
concrete will not be permitted. Concrete that has
partially hardened, has been retempered, or is
contaminated by foreign materials shall not be deposited
in the structure.
Concrete shall be placed in horizontal layers insofar as
practical. Placing shall start at the low point and
proceed upgrade unless otherwise permitted by the
Engineer. Concrete shall be placed in a continuous
operation between construction joints and shall be
terminated with square ends and level tops unless
otherwise shown on the plans.
03 -15.16 consolidating
Concrete shall be thoroughly consolidated in a manner
that will encase the reinforcement and inserts, fill the
forms, and produce a surface or even texture free of
rock pockets and excessive voids.
Structural concrete shall be consolidated by means of
high frequency internal vibrators of a type, size and
number approved by the Engineer. The location, manner
and duration of the application of the vibrators shall
be such as to secure maximum consolidation of the
concrete without separation of the mortar and coarse
aggregate, and without causing water or cement paste to
flush to the surface. Internal vibrators shall not be
held against the forms or reinforcing steel.
The number of vibrators employed shall be sufficient to
consolidate the concrete within 15 minutes after it has
been deposited in the forms. At least two vibrators in
good operating conditions shall be available at the site
of the structure in which more than 25 cubic yards of
concrete is to be placed.
Approved external vibrators for consolidating concrete
will be permitted when the concrete is not accessible to
internal vibration. Forms and falsework shall be
designed and constructed to resist displacement or
damage from external vibration.
03 -21
03.15.17 Wai WAYS
Walkways and platforms shall be provided for personnel
and equipment at a level convenient for the concrete
placement and to permit the performance of all
operations necessary for the completion of such work
including finishing.
03.15.18 1214c30gSQ0gfete_gnder_MYe;eg Weatber_cond;tio0e
Concrete for structures shall not be placed on frozen
ground nor shall it be mixed or placed while the
atmospheric temperature is below 35 °F, unless adequate
means are employed to heat the aggregates and water, and
satisfactory provisions have been made for protecting
the work.
Concrete slabs shall not be placed on frozen ground, nor
shall concrete be mixed or placed when the atmospheric
temperature is below 35 °F, or when conditions indicate
that the temperature may fall to 35 °F within 24 hours,
except with the written permission of the Engineer and
only after such precautionary measures for the
protection of the pavement have been taken as he may
direct.
Concrete shall be effectively protected from freezing or
frost for a period of five (5) days after placing.
Concrete structures shall not be mixed or placed while
the atmospheric temperature is above 115 °F unless
adequate means are employed to cool the aggregate and
water and satisfactory provisions have been made for
protecting the work. In any case, temperature of the
concrete as placed shall not exceed 90 ° F, nor be less
than 50 °F.
Concrete placement shall be stopped when rainfall is
sufficient to cause damage to the work.
03 -16 FINISHINg TYPES
03 -16.1 general
All finished or formed surfaces shall conform accurately
to the shape, alignment, grades, and sections as shown
on the drawings or prescribed by the Engineer. Surfaces
shall be free from fins, bulges, ridges, offsets,
honeycombing, or roughness of any kind, and shall
03 -22
present a finished, smooth, continuous hard surface.
All sharp angles shall be rounded or beveled. Any
formed surface to be painted shall be free of any
material that will be detrimental to the paint.
Defective work shall be treated as noted elsewhere in
this specification.
Surfaces not true to elevation or pitched to drain,
where specified, loose or roughened surfaces, and high
points as noted below shall be considered to be
defective work and shall be removed and repaired as
directed by the Engineer.
Top edges of walls, if not otherwise shown on the
drawings, shall be finished with a three - quarter inch
(3/4 ") chamfer edger, the flanges of which shall be
ground to a knife edge to produce as little a burr as
possible. Remaining burrs on the lower side of the
finished chamfer after the form is removed should be
rubbed off and the surface left in a smooth, workmanlike
condition.
Refer to Section 03 -16.7 for Schedule of Finishes.
03 -16.2 g14g1.1 - St2e1 TE4w21_Fifigh
The surface shall be steel - troweled to a dense smooth
finish to compact and seal the surface. Except where
required to remove imperfections, a single -pass
trowelling shall be applied.
03 - 16.3 C14ss 2 - @rogm Finigh
The concrete surface shall first be steel troweled as
specified above and before final set, the surface shall
be slightly roughened by means of a broom or a burlap
mat.
03 -16.4 c14 §g_3___gFdinory_$4f gd_$4fi44g
As forms are removed, the Engineer shall inspect
surface. Any poor joints, voids, honeycombs, or rock
pockets of a minor nature deeper than 1/4 inch shall be
immediately repaired by cutting back to a full solid
surface in a manner to form a key for grout. Voids
shall be filled with nonshrink "Thorite" patching
plaster applied according to the manufacturer's
recommendations. All fins or other undesirable _
projections shall be chipped back on interior or exposed
03 -23
surfaces. Form nails, wires, or any metallic debris
shall be removed or set below the surface and patched
with nonshrink "Thorite" patching plaster. " Thorite"
shall be as manufactured by Standard Dry Wall Products,
Miami, Florida, or approved equal.
03 -16.5 Class 4 - Brush Coated for Formed Surfaces
The concrete surface shall first receive the treatment
as specified for Class 3 surface treatment. Immediately
thereafter a brush coat of "Thoroseal" plus "Acryl 60"
shall be applied to the surface at the rate of 2 pounds
per square yard and worked into the minor voids.
Overall effect shall be an even coating showing only
brush marks. After one or two hours, depending on the
ambient weather conditions, use a nylon brushy with
plain water to work out all brush marks. "Thoroseal"
and "Acryl 60" shall be as manufactured by Standard Dry
Wall Products, Miami, Florida, or approved equal.
03 -16.6 Class 5 - Plaster Coated Formed Surfaces
The concrete surface shall first receive the treatment
as specified for Class 3 surface treatment. Immediately
thereafter the surface shall receive a finish coating of
"Thoroseal" plaster mix applied by trowel and finished
with a rubber Thoro float to a smooth even textured
surface. The "Thoroseal" plaster mix shall be mixed
with water and "Acryl 60" according to the
manufacturer's instructions. The finish coat shall be a
minimum of 1/8" in thickness with a lightly textured
grain finish. Color shall be an off -white as selected
by the Engineer. "Thoroseal" and "Acryl 60" shall be as
manufactured by Standard Dry Wall Products, Miami,
Florida, or approved equal.
03 -16.7 Schedule of Finishes
Surfaces not specifically mentioned shall receive Class
1 or Class 4 treatment as appropriate except where
otherwise approved by the Engineer.
03.16.8 Concrete Floor Sealer
All concrete floors in the Control Building without
floor covering shall be finished with one (1) coat of
Spartan -Cote, Cure - Seal - Hardener by The Burke Company
and shall be applied per manufacturer's specifications.
03 -24
03 -17 OPENINGS FOR INSTALLATION OF AND
PREPARATION FOR OTHER WORK
The Contractor's attention is directed to the fact that
openings must be left in structures for the installation
of mechanical equipment, piping and wiring and that
certain mechanical and electrical appurtenances and
foundation anchor bolts are to be embedded in concrete,
and that some of such work is unavoidably omitted from
the drawings.
The Contractor shall examine all drawings to determine
the relation of concrete work with all other work, and
shall attend to the following matters:
Openings shall be left in floor and walls for ducts,
flues, pipes, conduits, etc., required for mechanical,
electrical, and plumbing installations. Openings not
shown on the drawings or details shall be subject to
approval by the Engineer. Any additional openings or
changes in size or location of the openings shown on the
drawings, if deemed necessary by the Engineer, shall be
provided by the Contractor in proper time to prevent
unnecessary cutting of concrete work, and no additional
payment shall be made therefor. Wood, if used for pipe
holes, shall be completely removed after concrete has
set. If metal is used, it shall be removed or cut off
as directed by the Engineer. After piping is installed,
concrete shall be filled in solid between the edge of
the hole and the piping, leaving clearance, where
necessary for expansion.
Inserts: The Contractor shall organize the setting and
maintaining in all correct positions, all work required
to be embedded in the concrete, and furnished and
installed as specified under other sections of these
specifications, including anchor bolts, anchors,
electrical conduits, wood inserts and nailing blocks,
reglets, dovetail slots, pipe sleeves, thimbles, and
other work as required. Wood inserts and nailing blocks
that will be concealed shall be Wolmanized, or given
two(2) coats of creosote oil before placing in forms.
Pipes other than electrical, shall not be permitted in
structural concrete, except where indicated on the
drawings. Where required in slabs, piping shall be
located in center thereof.
03 -25
03 -18 DEFECTIVE WORK
03 -19 TESTS
03 -19.1 General
03 -19.2 Aggregates
03 -19.3 Cylinders
If the defective work is judged by the Engineer to be
major in character or concrete does not conform with
lines shown on drawings, th Contractor will be required
to replace the work or repair it in a manner
satisfactory to the Engineer at the Contractor's
expense.
Testing Laboratory fees will be at the expense of the
Owner. The Contractor shall cooperate and allow three
(3) test cylinders to be taken for each day's pour of
concrete or each 150 cubic yards. The inspection of the
work and the certification of the Testing Laboratory or
any other body shall not relieve the Contractor of
obligation to fulfill his contract as specified, and
defective work shall be replaced and unsuitable
materials may be rejected, notwithstanding that such
defective work or unsuitable materials may have been
overlooked by the Engineer and the Testing Laboratory.
Aggregates shall be tested before the concrete mix is
established and, whenever the source of an aggregate is
changed for testing, a 10 pound sample of fine aggregate
and a 10 pound sample of each average quality and
grading of the aggregate in question, shall be delivered
to the Testing Laboratory in sufficient time to avoid
delay in the work.
One set of three (3) test cylinders shall be made for
each day's pour of 150 cubic yards or less of each class
of concrete. All testing shall be in accordance to ASTM
latest revisions of standard at time of bidding.
Cylinders shall be numbered and dated and the point from
which the sample was taken noted. The Owner will supply
the molds. The Engineer will take samples in accordance
with Method for Compression Test Specimens, ASTM
C- 31 -62T, store sample for 24- hours, and deliver them to
the Testing Laboratory. Tests will be made at 7 day and
28 day age, in accordance with ASTM C- 39 -64.
03 -26
03 -19.4 Strength
03 -20 CLEANING
Should the strength of the concrete, as shown by the
test specimens, fall below the specified value, the
Engineer shall have the right to require additional
curing of those portions of the structure represented by
control specimens which failed to show the required
strength. In the event that such additional curing does
not give the strength required, the Engineer shall have
the right to require strengthening or replacement of
those portions of the structure which fail to develop
the required strength. All extra work done as a result
of any low strengths of the control specimens shall be
perform at the expense of the Contractor.
All slabs shall be swept clean and washed prior to
delivery of the completed project to the Owner.
03 -21 MEASUREMENT AND PAYMENT
No separate payment for work performed under this item.
Include cost of same in contract "price bid for all items
of which this work is a component part.
03 -27
SECTION 04 - GRAVITY THICKENER 1
04 -01 GENERAL
The work included in this section of the Specifications
governs for furnishing, installing and placing in
service one 24' gravity thickener, complete with all
related mechanical and electrical appurtenances.
Thickener manufacturer shall have a minimum of at least
ten (10) successful similar installations in the last
five (5) years. Equipment shall be as manufactured by
Envirex, Enviroquip, Walker Process, or approved equal.
04 -02 THICKENER MECHANISM (BRIDGE SUPPORTED) '
This section of the specifications consists of the
requirements for the equipment to be supplied for the
sludge thickener. Equipment described herein includes
the collector drive assembly, torque tube, sludge
collector arms, access and support bridge, weir troughs,
weir plates, scum baffle, control panel, and anchorage.
All fabricated steel shall be hot dipped galvanized and
assembled in the field by bolted connections. Field
1 welding will not be allowed.
04 -02.1 Torque Tube
A torque tube shall be furnished to provide support and
as an attachment structure for the sludge collector
arms. The torque tube shall be fabricated from 6"
diameter standard weight pipe as shown on the Plans.
The torque tube shall be fitted at the top end with a
standard plate flange for connection to the flanged
drive coupling. This connection shall be above the
proposed water level. Fabricated steel support brackets
shall be located at the bottom end for connection to the
sludge collector arms.
04 -02.2 Sludge Collector Arms
The thickener mechanism shall be furnished with two (2)
fabricated steel sludge collector arms. The steel arms
shall be a weldment of structural steel members
conforming to the slope of the basin floor and shall be
rigidly connected to the central rotating torque tube.
For the purpose of design, all collector arms and
support sizes shall be such that no member in the arms
or supports has a slenderness ratio exceeding 150. Arms
supported by tie rods will not be acceptable.
04 -1 1
1
1 Each arm shall be provided with bent steel plate
flights, minimum 1/4" thickness, with adjustable 26
gauge spring brass squeegees. The flights shall be set
I at a proper angle and with adequate overlap to sweep the
entire floor of the thickener twice each revolution,
moving sludge toward the center sludge hopper.
1 Vertical steel pickets fabricated from 3" x 3" x 1/4"
structural steel angles shall be provided on each
collector arm.
I 04 -02.3 Access and Support Bridge
' An access and support bridge, with minimum width of
3' -0" shall be furnished for the sludge thickener unit
and shall consist of standard structural steel sections,
I interlaced for rigidity with structural steel shapes,
designed and constructed so that the maximum deflection
shall not exceed 1/800 of the span including the dead
load, torque load, and a live load of 30 pounds per
I square foot. The bridge shall be anchored at one end,
and slide plates shall be provided for the opposite end
to allow for thermal expansion. Bridge and slide plate
I anchor bolts shall be no less than 5/8" diameter, hot
dipped galvanized. The collector drive mounting plate
shall be provided with the bridge.
1 The bridge shall be provided with handrails along both
sides. Handrails shall be two -rail type with the top
rail extending 3' -6" above the bridge deck, fabricated
' of 1.9" O.D. (1 -1/2" nominal) aluminum pipe. The access
walkway shall consist of removable steel grating
sections of 1 - 1/4" x 3/16" x 1" clear spacing, hot
I dipped galvanized, complete with standard galvanized
hold -down clips. Removable grating sections shall not
exceed 5 -ft lengths, shall be recessed flush with bridge
beam, and shall be straight and true.
04 -02.4 Drive Unit
The drive shall consist of an electric motor directly
driving a commercially available double reduction worm
gear reducer, chain driving another commercially
I available single reduction drop bearing worm gear
reducer. The primary reducer shall have a minimum 1/2
HP, TEFC, Class F insulation, 1.15 service factor, Class
B motor, flange connected to the gear housing. The gear
I
set shall run in an oil bath enclosed in a close grained
cast iron housing equipped with oil level site gauge,
fill and drain plugs, vents and shaft seals. The
1 secondary gear shall have a pitch diameter not less than
1 04 -2
1
22 inches. The primary and secondary gear reducers 1
shall be connected by a 3/4" pitch, single strand, steel
roller chain and sprocket assembly, complete with a 14
gauge steel chain guard. The entire drive unit shall be
shop mounted to a heavy (minimum 1/2" thick) steel plate
rigidly connected to the access bridge. The reducers
shall be accurately aligned with brass shims.
The drive unit shall be designed in accordance with AGMA
Section 440.04 "Single and Double Reduction of
Cylindrical Worm and Helical Worm Speed Reducers ", for
24 hour continuous duty and 20 year life based on a AGMA
rated torque of 9000 ft. pounds and an output speed of
0.06 rpm. A shear pin device set for 130% of the AGMA
rated torque shall be provided.
04 -02.5 Drive Control Panel (Pending & Terminal Overloads)
1
The equipment manufacturer shall furnish electrical
controls for the collector drive unit to be mounted on
the bridge of the thickener as shown on the Plans. The
motor starter, equipment disconnect and related
equipment shall be located in the control panel and the
interconnecting conduit and wiring shall be provided
the Contractor in accordance with the requirements of
Section 09, Electrical.
The control panel shall include one disconnect switch 1
with three -leg overload protection. Alarm circuits
shall be provided to turn on a warning light when
external pending overload contacts are closed. Control
circuits shall be provided to shut down the collector
drive motor in the event that external overload contacts
are closed. Alarm reset circuits with external switches
shall also be provided.
The control circuitry shall be enclosed in a NEMA 3R ,
panel for mounting on the access bridge handrails. The
panel shall include a top mounted alarm light and horn,
alarm switch, running light, and start -stop pushbutton. 1
The power supply to the panel control circuits shall be
single phase, 60 Hz, 120 volts AC provided by a control
transformer.
04 -02.6 Weirs and Baffles '
Weir plates shall be furnished for mounting on the ,
existing concrete troughs as shown. Weir plates shall
be adjustable and shall be fabricated from either 14
gauge 304 stainless steel or fiberglass with 304 1
stainless steel fasteners.
04-3 1
1
04 -02.7 Skimmer Assembly
A full surface skimming assembly complete with skimmer
arm, scum ramp,'and drop box shall be provided as shown
on the Plans. Drop box shall connect to piping as shown
on the Plans and shall discharge to the existing
manhole. The thickener surface shall be equipped with
manually operated surface spray system.
04 -02.8 Influent Well
The thickener mechanism shall be furnished with an
influent well designed to provide efficient distribution
of flow entering the basin. The influent well shall be
4' -0" diameter x 6' -0" deep.
The influent well shall be fabricated from steel plate
with 1/4" thick structural steel top and bottom trim
angles to maintain its shape and rigidity.
The influent well shall be rigidly supported by the
bridge through structural steel sections adequately
spat d to satisfy shear and deflection requirements.
04 -03 ANCHORAGE
All anchorage in this section shall be furnished by the
equipment manufacturer and unless noted otherwise, shall
be stainless steel.
04 -04 STORAGE
All parts held in storage prior to installation by
Contractor shall be stored in strict accordance with the
recommendations of the manufacturer.
04 -05 PAINTING
Electrical equipment must be stored in weatherproof,
ventilated enclosures.
Structural materials may be stored outdoors on pallets
or other wooden supports providing for the proper
support and drainage. Equipment shall not be allowed to
contact the ground directly.
All fabricated steel in this section of the
specifications shall be hot dipped galvanized except
where noted. All equipment such as motors, drives,
mixers, pumps, valves, and air piping couplings shall be
04 -4
factory primed or finished painted with compatability
for a finish field coat to be applied. Refer to Section
08, Painting and Protective Coatings, for specific paint
requirements.
04 -06 SERVICE, STARTUP AND TRAINING
The Contractor shall include in his bid the combined
services of factory trained representatives of the
aeration and clarifier equipment for a period of one (1)
day and one (1) trip. The manufacturers'
representatives shall inspect the completed installation
and assist the Contractor in start -up and testing. The
representatives shall also instruct plant personnel in
operation and maintenance of the equipment.
A written report shall be furnished by the equipment
manufacturer describing the observations of its
representative. This report shall describe in detail
any deficiencies noted. All such deficiencies, whether
by the manufacturer or the Contractor, shall be
corrected at no expense to the Owner.
Prior to final approval, upon completion of any
corrective action required, each manufacturer shall
furnish a letter certifying that -the equipment is now
properly installed and ready for the operation and
beneficial use by the Owner.
04 -07 SHOP DRAWINGS AND SUBMITTALS
Refer to Section 10 of these Specifications
04 -08 MEASUREMENT AND PAYMENT
The lump sum price bid for the plant equipment shall
include all labor, equipment, materials, start -up
service and incidentals required to fabricate, install
and place the plant in operation complete with all
specified appurtenances as shown on the Plans and herein
specified.
04 -5
SECTION 05 - PIPING
05 - 01 GENERAL
05 - 01.1 Wo_rt_Ingluded
All labor and materials to complete all work as shown on
the Plans and as specified herein.
05 -01.2 are of Pipe_Coating_nnd_Lining
Pipe shall be so handled that the coating or lining will
not be damaged. If however, any part of the coating or
lining is damaged, the pipe shall be subject to
rejection.
05 - 01.3 general _Beggi /tEint5_iQf_Alignment and Q3adg
The pipe shall be laid and maintained to the required
lines and grades with fittings and valves at the
required locations; spigots centered in bells; and all
valve stems plumb.
The inside of the pipe wall at the bottom of the
installed pipe shall slope continuously in the direction
indicated and shall be located on the invert elevations
indicated within 0.01 foot for gravity piping and within
0.03 foot for all other piping.
05 - 01.4 DgyiatiQng _OggaE3ongdAy_Qthel_StlggtgrEQ
Wherever obstructions not shown on the Plans are
encountered during the progress of the work and
interfere to such an extent that an alteration in the
Plans is required, the Engineer shall have the authority
to change the Plans and order a deviation from the line
and grade, or arrange with the Owners of the structures
for the removal, relocation, or reconstruction of the
obstructions. If the change in Plans results in a
change in the amount of work by the Contractor, such
altered work shall be done on the basis of payment to
the Contractor for extra work under the requirements of
the General Conditions, or credit to the Owner for less
work. No deviations shall be made from the line and
grade without the written consent of the Engineer.
05 - 01.5 ExgayatiQn_fgE_$iping
Excavation for piping shall be in accordance with the
applicable requirements of Section 02 herein.
05 -1
05 -01.6 Intgffuptjo0_91_S @rg;gg
No drainage channel storm sewer, or other utility shall
be put out of service without written approval of the
Engineer and /or Owner.
05 -01.7 Shop_DEawingg
The Contractor shall submit and obtain approval of shop
and material details of pipe and fittings before the
materials are manufactured. See Section on "Shop
Drawings, Submittals, Operating Manuals and Service"
included as part of these Specifications for items
requiring approval.
05 -01.8 Tiggada
American Standard Pipe thread shall be used for I.P.S.
threaded work. No screwed pipe joints shall be caulked
or connected with rope or packing of any kind. Burrs
formed by cutting tools shall be reamed out and, before
installation, each section of pipe shall be examined to
see that it is clean and clear. Pipes shall be free
from tool marks. When erecting plated, polished, or
soft -metal piping, friction wrenches shall be used
exclusively. In "marking up" screwed joints, Crane or
Rey White thread lubricant shall be used and applied to
male threads only.
05 -01.9 guppg;tg_and Anchors
Pipe supports, unless otherwise shown on the Plans,
shall be provided at the base of all risers, at
intervals not to exceed 5 feet on all runs of pipe 2
inches and smaller in diameter. Pipe run in groups
shall be spaced equally and kept parallel throughout the
length of the run. Pipe abutting walls or ceilings
shall be supported by Unistrut P1000 channels, Figure
650 pipe clamps and hanger rods if necessary.
For pipe over 2 inches, hangers shall be Grinnel Company
No. 260.
For pipe 2 inches and less, hangers shall be Grinnel
Company No. 97. All items shall be galvanized.
Pipe supports shall be Grinnel Company No. 264, complete
with proper size extension pipe and floor flange.
Expansion bolts and inserts driven into concrete slabs
for pipe hangers shall be installed without injury to
the structure.
05 -2
05 -01.10
05 -02.1 General
Anchorage shall be provided for fittings where there is
danger of pulling joint when under pressure.
Governing Standards'
All codes, Standards, ASTM Standards referred to in the
following specification shall be in accordance with the
latest revision of the standards at the time of bidding:
05 -02 MATERIALS .
Piping material shall be as herein specified unless
otherwise shown on the Plans. Standard Specification
designations shall be the latest published
designations. Coatings shall be as specified in Section
08.
05 -02.2 Steel Pipe
Pipe 6 inches in diameter and smaller shall be
designated black steel pipe (BS), galvanized steel pipe -
(GS), and Schedule 80 seamless steel pipe (Sch 80
Seamless) and shall be manufactured in accordance with
ASTM A -120. The minimum class pipe shall be as -
designated on the Plans.
Fittings shall be 125 pounds and threaded, unless
otherwise shown on the Plans. Unions larger than 3
inches shall be standard flanged unions. Welded
fittings shall conform to ASTM A -234 with a wall
thickness equal to or greater than the pipe wall.
Mitered fittings shall conform to AWWA C -208. Flanges
shall be ASA -150. Welding shall be in accordance with
AWWA C -206.
Pipe larger than 6 inches shall be designated STL and
shall be manufactured in accordance with AWWA C -201 or
202. Fittings shall be steel welded fittings ASTM
C -208. Flanges shall be in accordance with AWWA C -207,
hub type. Welding shall be in accordance with AWWA
C -206.
Pipe 6 to 12 inches shall be Schedule 40; 14 to 28
inches shall be Schedule 10; and 30 inches and larger
shall have a wall thickness of 5/16 inch (0.312 ").
05 -3
05 -02.3 Cast i;orn_Pipe_Fittings_lcipi
Fittings shall be in accordance with ANSI A -21.10 and
AWWA C -110 for mechanical joints, ANSI A -21.11 for
lock -type push -on joints and ANSI B -16.1 for flanged
joints. Sizes 3" through 12" shall have a pressure
rating of 250 psi minimum and sizes 14" and larger shall
have a pressure rating of 150 psi minimum.
05 - 02.4 Ductile Iron Pipc_SDIP1
Pipe shall be centrifugally cast ductile iron with the
pipe barrel meeting all quality requirements of AWWA
Specifications C -151. Ductile iron pipe shall have a
bituminous coating inside and outside, in accordance
with AWWA C -104 standard thickness. Mechanical joint
and lock -type push -on joint pipe shall be as designated
on the Plans and in no case less than Class 50. Flanged
ductile pipe shall be Class 53 minimum for sizes 3"
through 18" and Class 55 for 20" and larger sizes.
All fittings shall be mechanical joint for underground
piping and flanged joints for above ground piping. All
standard fittings shall have a minimum Class 53 wall
thickness rating. Compact "short body" fittings shall
meet ANSI A -21.53 standards and shall be Class 54
minimum. All fittings shall have a minimum 350 psi
pressure rating.
05 - 02.5 cgpper_Pipe_501
Shall be ASTM B- 88 -51, Type L. Pipe 1/2 inch in
diameter and larger shall be "hard- drawn" and smaller
than 1/2 inch shall be annealed. Fittings 1/2 inch and
larger shall be streamline solderjoint fittings and
smaller than 1/2 inch shall be flared. Connections to
other piping, tanks, and pumps shall be made with
dielectric unions.
In "making up" joints in copper tubing lines, only
torches for that purpose may be used. Common blow
torches will not be permitted.
05 - 02.6 Po1Y1140Y1_gb143i4P- PiPP_dPYgl
Polyvinyl chloride pipe for chlorine and chemical
solutions shall conform to Commercial Standard CS207 -60,
Type 1, with a minimum wall thickness corresponding to
Schedule 80 unless otherwise shown on the Plans.-
05 -4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
All joints above ground shall be screwed and sufficient
unions shall be used, so the piping can be disassembled
without the need to cut pipe. x.
For buried water lines, PVC pipe meeting AWWA C900
standards shall be used. The class of pipe to be
installed shall be as shown on the Plans and shall be
DR25 (100 psi rating), DR18 (150 psi rating) or DR14
(200 psi rating).
05 -02.7 Polvbutvlene Pipe (PB)
Water laterals or service connections shall be
constructed of copper tube standard ultra -high molecular
weight high density polybutylene plastic pipe which
shall meet or exceed ASTM D -2666 latest revision and has
NSF approval. The pipe shall be rated at 250 psi
minimum.
05 -02.8 Flexible Couplings (FC)
Flexible couplings shall be of the sleeve type with the
stop removed in the middle ring. Couplings located
underground shall be Smith -Blair 431 for the sizes
provided therein. Otherwise, underground couplings
shall be Smith -Blair 411 or Dresser Style 38 with a
fusion epoxy coating. Above ground couplings shall be
Smith -Blair 411 or Dresser Style 38.
05 -02.9 Flanged Coupling Adapters (FCA)
Flanged coupling adapters, with anchor studs and /or
harnesses as indicated on the Plans, shall be
Smith - Blair, Type 912 or Rockwell International, Type
913, for nominal diameters from 3 to 24 inches.
Anchorage across flexible coupling with bent rods will
not be permitted.
05 -02.10 Gaskets
All gasket material shall be Crane's "Cranite" 1/16 inch
asbestos sheet packing. Gaskets shall be coated with
thread lubricant when being installed. Flange bolts
shall conform to ASTM A -307.
05 -03 PLUMBING
05 -03.1 General
The Contractor shall furnish and install all piping,
valves, fittings, and accessories to provide a complete
05 -5
plumbing installation as shown on the Plans and as
specified. All materials shall be new and undamaged,
and shall conform to the Specifications and to
applicable codes.
05 -03.2 Rules and Regulations
All work and materials shall be in full accordance with
the latest rules and regulations of the National Fire
Prevention Association and the State Fire Marshal; the
safety orders of the State Division of Industrial
Safety; the National Electric Code; the Uniform Plumbing
Code, published by the Western Plumbing Officials
Association; and other applicable local or state laws or
regulations. Nothing on the Plans or in the
Specifications is to be construed to permit work not
conforming to these codes.
When the Specifications call for materials or
construction of a better quality or larger sizes than
required by the above mentioned rules and regulations,
the provisions of these Specifications shall take
precedence over the requirements of the said rules and
regulations.
The Contractor shall furnish, without any extra charge,
any additional material and labor when required by the
compliance with these rules and regulations, though the
work be not mentioned in these particular Specifications
or shown on the Plans.
Spaces are provided in the design for the construction
of the building to install the plumbing work and the
Contractor shall keep all pipe within the furring lines
established on the Plans, unless pipes are shown
exposed.
All pipes shall be run in the approximate locations
shown and shall be of sizes given on the Plans. Unless
otherwise shown, pipelines shall be run parallel to, or
at right angles to, the structure. Piping must be
offset wherever necessary to obtain head room. In all
cases, pipelines shall be installed to conform to the
actual conditions found in the building such as
offsetting to clear structural members, etc.
Holes for pipes through walls, domes, or ceiling shall
be lined with 24 -gauge galvanized steel sleeves with
one -half inch (1/2 ") flanges each end. Where pipes pass
through walls, ceilings, or floors, they shall be fitted
05 -6
(in lavatory and chlorine rooms) with chrome - plated
plates. Plates must be securely held in position
allowing enough clearance for expansion.
Pipes through the roof shall be flashed and made
watertight using SEMCO 6 pound seamless lead flashing
with six inch (6 ") skirt - and -caulk type counter flashing
sleeve.
Wherever changes in sizes of piping occur, the changes
shall be made with reducing fittings, as the use of
bushings will not, in general, be permitted. Eccentric
reducing fittings shall be used wherever necessary to
provide free drainage of lines.
All "horizontal" drainpipes within the building shall
have a minimum of one - quarter -inch (1/4 ") pitch per
foot, unless otherwise marked or required to obtain the
indicated inverts.
Cleanouts shall be installed where required or where
indicated on the Plans. No cleanouts or valves shall be
installed in inaccessible places. Where valves, traps,
or cleanouts are installed in furred ceilings or walls,
the Contractor shall furnish and install access plates
and frames in the furring. Traps shall be capable of -
being disassembled without cutting the pipe.
The Contractor shall thoroughly clean all plumbing
fixtures and trim free from rust, dirt, etc., before any
covering or painting is done or the system put in
readiness for final inspection.
The Contractor shall protect all vitreous - finished
surfaces or fixtures with heavy paper plaster hereon, or
by other means, throughout the period of construction.
The piping system shall be flushed out until it is
throughly clean in the judgement of the Engineer.
All openings into pipes shall be effectively capped to
keep foreign matter out while under construction.
After the completion of all work, all resulting debris
shall be removed to leave the entire work in a complete
and undamaged condition and the system adjusted to
proper operation.
05 -7
05 -03.3 Materials
Fixtures: Fixtures are specified on the Plans.
Floor Drains and Traps: Floor drains shall be cast iron
as manufactured by number as shown on the Plans. Traps
shall be cast iron and shall be installed as near as
possible to the unit which they service.
Dielectric Fittings: Shall be provided wherever
dissimilar metals are connected.
05 -04 INSTALLATION OF PRESSURE LINES
All pipe and fittings shall be carefully examined for
defects and no piece shall be installed which is shown
to be defective. Special care shall be taken to avoid
leaving bits of wood, dirt and foreign particles in the
pipe.
Every precaution shall be taken to prevent foreign
material from entering the pipe while it is being placed
in the line. In the trench to prevent getting earth
into the pipe, the Engineer may require that, before
lowering the pipe into the trench, a heavy, tightly
woven canvas bag of suitable size shall be placed over
each end and left there until the connection is made to
the adjacent pipe. During laying operations, no debris,
tools, clothing, or other materials shall be placed in
the pipe.
At times when pipelaying is not in progress, the open
ends of pipe shall be closed by a watertight plug or
other means approved by the Engineer.
Pipe shall be laid with the bell ends or coupling ends
facing in the direction of the laying unless directed
otherwise by the Engineer or specifically indicated on
the Plans.
All pipe shall be carefully placed and supported at the
proper line and grade, and shall be sloped to permit
drainage: Minor adjustment may be necessary to avoid
architectural and structual features. Major relocations
shall be approved by the Engineer. Minimum earth cover
shall be 30 inches, unless otherwise shown on the Plans.
05 -8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Sufficient screw unions, flanges joints, or flexible
couplings shall be used to allow the convenient removal
of any run of pipe without removing adjacent runs or
equipment. Where practicable, make -up joints have been-
indicated on the Plans; however, omission of these
joints from the Plans does not excuse the Contractor
from their installation. Whenever a pipe larger than
3- inches in diameter is cast or grouted in place and
passes from concrete to earth, a flexible coupling must
be used on the earth side. Bare metal pipe passing from
concrete to earth shall be wrapped with Scotch Wrap 50
for 3- inches each side of the concrete face on the earth
side. All metal pipe below ground shall be wrapped with
4 -mil polyethylene.
05 -05 INSTALLATION OF GRAVITY LINES
Wherever possible, the Contractor shall avoid the
distribution of pipe to the trench site too far in
advance of the laying operations. The Contractor shall
exercise care in the unloading of the pipe so as to
avoid damage caused by the unloading operations.
Immediately preceding the laying of a length of sewer
pipe, it shall be visually checked for damage, defects,
and to ensure that the inside of the pipe is clean and
free from debris.
Both bell and spigot shall be clean before the joint is
made, and care shall be taken that nothing but the
joint- making material enters the joint. -
If water is encountered in the trench, it shall be kept'
below the bottom of the bell of the pipe. Should the
water, through neglect or otherwise, rise in the trench
before the jointing operation is completed, the anular
space in all pipe so affected shall be freed of all
water and foreign matter and thoroughly cleaned before
completing the jointing operation.
When pipe laying is not in progress, the forward end of
the pipe shall be kept effectively closed with an
approved temporary barricade.
05 -06 CLEANING, TESTING AND DISINFECTION
05 -06.1 General
Pressure and gravity lines shall be cleaned of all
foreign matter and tested in the presence and to the
satisfaction of the Engineer. Leakage shall be
05 -9
05 -06.2 Cleaning
corrected or, in the case of the sewer lines, shall be
brought within the allowable limit at the Contractor's
expense.
The Contractor shall furnish the necessary pumps, labor,
equipment and materials and shall perform the required
tests of the completed system before the system is
placed in operation or connected to other lines.
The gravity and pressure lines shall be flushed clean
prior to testing or disinfection.
05 -06.3 Disinfection
Potable water systems shall be disinfected in accordance
with AWWA C -601 "Procedure for Disinfecting Water
Mains ".
05 -06.4 Testing
05- 06.4.1 Water Mains
All testing of pipe shall be done under the supervision
of the Inspector. The test section shall be bled of air
and presoaked in a manner and for a time determined by
the Inspector. The Contractor shall furnish all
equipment and materials for the testing and shall
perform such tests as follows:
a) Duration - The duration of the hydrostatic test
shall be a minimum of four (4) hours.
b) Pressure - The test pressure shall be 150 psi actual
hydrostatic pressure on the lowest point in the test
section. The pressure gauge shall be no more than
30 -feet above or below the lowest point; the gauge
reading shall compensate for the actual difference
in elevation and any movement (change in elevation)
of the gauge shall necessitate beginning the test
again. The actual hydrostatic pressure shall not
exceed 155 psi at any time and not be less than 145
psi for more than 15 minutes. Every effort will be
made to maintain an average pressure of 150 psi at
the lowest point in each test section through -out
the test.
05 -10
c) Allowable Leakage - The maximum allowable leakage
for push -on joints is the number of gallons per hour
as determined by the following formula:
L = (N) (D) (P) 0.5
7,400
where:
L = Allowable leakage in gallons /per hour
N = Number of joints in the length of pipe tested
D = Nominal diameter of the pipe in inches
P = Square root of the average of the maximum and
minimum pressures within the test section in psi
d) Filling Rates - Maximum filling rates in gallons per
minute equivalent to filling velocities of 1 foot
per second, for pipes flowing full.
Nominal Size Flow Rate 0 (qpm)
4 9.8
6 14.7
8 19.6
10 24.5
12 29.4
14 34.3
16 39.2
18 44.1
20 49.0
24 58.8
27 66.1
30 73.4
33 80.8
36 88.1
42 102.8
48 117.5
05- 06.4.2 Air Piping
Air piping shall be tested for a period of four (4)
hours at 100 psi or 1.5 times the operating pressure.
There shall be no drop in pressure allowed.
05- 06.4.3 Chlorine Solution Piping
Chlorine solution piping shall be tested with air for a
period of four (4) hours at a pressure of 100 psi.
" There shall be no leakage allowed.
05 -11
05- 06.4.4 Gravity Lines
05.06.5 Marking Tape
05 -07 PIPE "INSULATION
05 -07.1 Piping
All piping 2 inches and smaller, and all exposed
chemical feed, water supply, washdown and copper
pipelines regardless of size, shall be insulated as
shown on the Plans. Split 1/2 -inch round insulation
shall be used with a split PVC pipe covering utilizing
galvanized metal straps as required. For piping that is
not straight run, the insulation shall be pre - molded
sectional urethane with aluminum wrap.
05 -07.2 Valves
The pipeline shall be completely filled with water for
its complete length or by sections as determined by the
Engineer. If tested for its complete length, the
maximum head at any point shall not exceed 25 feet
unless otherwise indicated. If tested in sections, the
manholes in the test section shall be completely filled
with water. After the pipeline has been filled and
allowed to stand for 24 hours, the amount of
exfiltration shall be calculated. Any amount in excess
of 200 gallons per inch of inside pipe diameter per mile
per day shall be cause for rejection.
Detectable mylar marking tape will be installed over all
non - metallic pipe lines. Care shall be taken to insure
that the buried marking tape is mylar encased aluminum
foil. Test data for the tape shall be provided on
request.
Valves and flanges which are an integral part of
insulated lines shall be insulated with prefabricated
urethane insulation covers as manufactured by Southwest
Insulators, Inc. Covers shall be wired in place. All
voids shall be made solid by pouring liquid urethane in
the valve and flange covers. The covers shall be
finished with black glass fab and sealed with a coat of
Foster 60 -26 weatherproofing. Refer to Plans for those
valves larger than 2 inches that require insulation.
05 -08 MEASUREMENT AND PAYMENT
No separate payment for work performed under this item.
Include cost of same in Contract prices bid for item of
which this work is a component part, or include in yard
piping.
05 -12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
1
SECTION 06 - VALVES AND AVE yI BOXES
06 -01 GENERAL
06 -01.1 gggpg
Work Included: The Contractor shall furnish and install
the valves and valve boxes as specified in their
respective locations as delineated on the Plans or as
required for the proper functioning of each section of
pipeline concerned.
06 -01.2 Standard Regu}rgmgntg
In general, all valves 2 -1/2" and smaller in diameter
shall be provided with screwed ends and all valves
2 -1/2" and larger in diameter shall have flanged or bell
ends unless otherwise indicated on the Plans or in these
Specifications. Flanges shall be dimensioned, faced,
and drilled to the 125 -pound "American Standard ". All
mechanical joints shall conform to ASA Specifications
A -10 and A -11 to fit the piping. The dimensions of the
sockets of hub and gate valves shall conform to the
dimensions for Class "D" special castings as required by
the AWWA Standard Specifications for cast iron pipe and
special castings. All necessary caulking materials,
gaskets, bolts and nuts shall be provided.
Valves shall be carefully installed in their respective
positions, accessible for operation and repair. Unless
shown on the Plans, valves shall be of the same sizes as,
the pipelines in which they are installed and stems
shall be installed pointing straight upward. Valves
shall be left in satisfactory operating condition, free
from all distortion and strain. The valves or gates
shall be connected to floor stands where required. All
stem guides shall be accurately aligned and secured.
Valves shall be supplied with suitable operating keys,
levers, handwheels, or chain operators as required. All
valves 8" and larger shall be supplied with handwheels.
All valve operators shall turn in a counterclockwise
direction to open the valve.
All valves located in the plant shall have graduated
dials for accurate metering.
06 -01.3 Protegtion_and_Painting
Floor stands, valves and gates shall be protected at all
times, both before and after erection until the
completion of the work, from rust or other damage.
After installation, all valves except bronze valves and
those underground shall be painted in accordance with
the painting requirements of the pipelines of which they
are a part, and the same color as the pipe. Bright or
rubbing parts shall not, however, be painted, but shall
be protected with an approved lubricant.
06 -02 yALVE TYPES
06 -02.1 Gatg Vaivgs IAWWA C- 50Q„jatest Revig;Qfl
All gate valves 2 -1/2" in diameter and smaller shall be
brass with rising stems and parallel seats designed for
a working cold water pressure of 200 pounds and a
saturated steam pressure of 125 pounds. These gate
valves shall be screwed unless otherwise shown on the
Plans and shall be Crane Valves No. 430 as manufactured
by the Crane Company, San Francisco, California, or
Stockham No. B -114 as manufactured by Stockham Company,
Inc.
Gate valves larger than 2 -1/2" above ground shall be non
rising stem (unless an outside screw and yoke type is
shown on the Plans), flanged, iron body, bronze mounted,
parallel seat, double disc, eccentric stem nut,
resilient seat, operating with a handwheel or hydraulic
cylinder. Gates valves larger than 2 1/2" below ground
shall be of the same construction with a hub end
equipped with a non rising stem and square operating -
nut. Gate valves installed below ground shall be
provided with valve boxes and removable covers. These
valves shall conform to AWWA C -500 with "0" ring seal.
Valves 14" and larger shall be equipped with bypasses to
conform to AWWA C -500.
06 - 02.2 Check Vaiyga
06- 02.2.1 jWatgr_ggryigg_1AWWA C -5081
All check valves shall be of a type that will operate in
the position shown on the Plans. Assurance must be
given by the manufacturer that the check valves will
function without slamming when operating in the location
and with the head conditions shown on the Plans. Check
valves that do not meet and perform to these
requirements will be rejected.
06 -2
On lines 2" and under, check valves for water service
shall be Stockham Figure B -345 or Kennedy No. 444.
On lines larger than 2 ", check valves shall be the
silent globe style, ductile iron with bronze plug and
seat, stainless steel spring and stainless steel trim.
Valves shall be as manufactured by Apco, Series 600 for
flanged valves and series 300 for wafer valves.
06 02.2.2 Sgwage_Sefyice
Valves shall be of the weight and lever operated type as
manufactured by Mueller.
The body shall be heavy cast iron, fully bronze mounted
with a rubber faced bronze clapper disc accurately
seated by a bronze clapper arm against a bronze seat
ring. The clapper disc shall be secured to a large
diameter stainless steel shaft which rotates in bronze
bushings. The bushings shall be securely held in the
valve body by cap screws to prevent backing out and
shall be sealed by 0-rings. The 0-rings shall be
further protected by integral dirt seals.
For valves 2 1/2" through 12 ", the working pressure
shall be 175 psi and for larger valves 150 psi. The
valves shall be flanged for above ground installation
and provided with mechanical joints for underground
installation.
06 - 02.3 Plgg_ya1vgg w
Valves shall be of the water lubricated, eccentric type
with resilient faced plugs and screwed, flanged, or
mechanical joint ends as shown on the Plans. Grease or
oil lubricated plug valves will not be acceptable.
Bodies shall be semi -steel with raised seats. Seats in
valves shall have a welded -in overlay of high nickel
content on all surfaces contacting the plug face.
Valves shall have permanently lubricated, stainless
steel bearings in the upper and lower plug stem
journals. All valves shall be of the bolted bonnet
design. All 4" and larger valves shall be designed so
that they can be repacked without removing the bonnet
and the packing shall be adjustable. All exposed nuts,
bolts, springs, and washers shall be zinc plated.
Flanged valves shall be faced and drilled to ANSI
125 /150 -pound standard. Flanges of valves through 12"
shall have face -to -face dimensions of standard gate
valves.
06 -3
Manual valves shall have lever or gear actuators and tee
wrenches, extension stems, floor stands, etc., as
indicated on the Plans. All valves 8 inches and larger
shall be equipped with gear actuators. All gearing
shall be enclosed in a semi -steel housing and be
suitable for running in a lubricant with seals provided
on all shafts to prevent entry of dirt and water into
the actuator. The actuator shaft and the quadrant shall
be supported on permanently lubricated bronze bearings.
Actuators shall clearly indicate valve position and an
adjustable stop shall be provided to set closing
torque. All exposed nuts, bolts, and washers shall be
zinc plated.
Valves and gear actuators for buried or submerged
service shall have seals on all shafts and gaskets on
the valve and actuator covers to prevent the entry of
water. Actuator mounting brackets for buried or
submerged service shall be totally enclosed and shall
have gasket seals. All exposed nuts, bolts, springs and
washers shall be stainless steel. Valves shall be as
manufactured by Clow, DeZurik or Homestead.
06 - 02.4 flggg_Yalvgg_Shg55_Bib1
Hose valves shall be 3/4 inch in size and shall be rough
brass and bronze composition disc Crane No. 58, or
approved equal.
06 -02.5 V431
Valve boxes shall be furnished and installed on all
buried valves. Boxes shall be either cast iron or
precast concrete. Plastic boxes will be allowed where
specifically shown on the Plans.
Cast iron valve boxes shall be firmly supported,
centered, and plumb over the operating nut and upper
portion of the valve with the valve box cover flush with
the finished grade. Cast iron valve boxes shall be Iowa
F - 2450 or Mueller H- 10360, or approved equal, with
extension pieces as required.
The concrete box and extension shall be firmly
supported, centered, and plumb over the valve. The box
and extensions shall be a Model 3 RT as manufactured by
Brooks Products, or approved equal.
06 -4
Valve boxes located in unprotected areas shall be
equipped with a 3 inch thick foam insulation layer
attached to the underwise of the valve cover. The
insulation material shall be approved by the Engineer.
06 -02.6 BacMow_P ;eventers
The Reduced Pressure Principle Backflow Prevention
Device shall be a complete assembly consisting of two
independently acting spring - loaded toggle lever check
valves together with an automatically operating pressure
differential relief valve located between the two check
valves. The first check valve shall reduce the supply
pressure a predetermined amount to ensure that during
normal flow and at the cessation of normal flow, the
pressure between the two checks is less than the supply
pressure. In the case of leakage of either check valve,
the differential relief valve shall discharge to
atmosphere to maintain the pressure between the checks
less than the supply pressure.
The unit shall include tightly closing shut off gate
valves located at each end of the device, and shall be
fitted with properly located test cocks. All internal
parts must be removable or replaceable with removal of
the unit from the line. The 2" unit shall be bronze
bodied and the interior shall be protected by epoxy
coating, electrostatically applied in one coat to a
minimum of 12 mils thick. The pressure drop across this
entire device shall not exceed 10 psi at rated flow.
Factory trained service personnel shall be immediately
available upon call. The valve shall be similar in all
respects to Model RP -1 or RP -2 as manufactured by
Cla - Val Co., Febco or approved equal.
06 -02.7 cb14Iine Valves
Valves for dry chlorine gas service shall be ball valves
rated for 300 pounds, carbon steel body in accordance
with ASTM A -105, screwed -end connection, monel ball and
stem, teflon seating, and seals per Chlorine Institute
Pamphlet No. 6. Valves shall be as manufactured by WKM
Division of ACF Industries, Jamesbury Corporation,
Grinnel, or Wallace & Tiernan.
Valves for chlorine solutions shall be thermoplastic
ball valves, true union design of PVC material with
teflon seats and viton seals as manufactured by Cabot
Piping Systems or Grinnel- Saunders diaphragm valves as
supplied by the Grinnel Company.
06 -5
06 -02.8 Buttg;ely_Valygs
Butterfly valves shall conform to requirements of AWWA
C -504 and shall have cast iron body and a moulded rubber
seat, recess mounted.
Valve operation shall be capable of holding the valve in
any position between open and closed without creeping or
fluttering. Buried valves shall have sealed grease
packed gear- operating nut with suitable stem extension
to within one foot of the ground surface and tee
wrench. Interior valves 8" and larger shall be equipped
with gear units and handwheels.
06 -02.9 Corporation Stops
Curb stops and corporation stops shall be bronze,
conform to current AWWA Standards, and be equal to those
as manufactured by Hays, Mueller, or Ford.
06 -02.1 Air_Rejgagg_Valyes
Air Release Valves shall be of the simple lever type and
shall be capable of automatically releasing accumulated
air from a fluid system while that system is in
operation and under pressure.
To , assure drop tight shut -off, a viton ofifice button
shall be used to seal the valve discharge orifice when
the valve is in a closed position. The orifice diameter
will be sized for use within a given operating pressure
range to insure maximum discharge capacity.
The body and cover shall be of ductile iron. With the
exception of the viton orifice button, the leverage
mechanism, float and all other internal trim shall be of
stainless steel.
The stainless steel float shall be designed to and
capable of withstanding a pressure in excess of 1,000
psi.
The valves shall be Models 415, #22, or 425 as
manufactured by Val -Matic Valve & Mfg. Corp. or Series
200 as manufactured by Apco.
06 -6
06 -02.11 Rnife_Qete_yalve
The knife gate valves shall be resilient seated and the
bodies shall have wetted parts of type 304 stainless
steel. They shall have a stainless steel seat ring with
a molded resilient insert bonded to the seat and gate
side to provide a drip -tight shutoff. Resilient seat
material shall be neoprene.
Each valve packing shall be multiple layers of square,
braided flax and shall be impregnated with marine or
petroleum base lubricants. The packing gland shall be
plastic coated. The gate shall have a knife edge. Both
sides of the gate shall be finish ground. The stem
shall be stainless steel and shall have double pitch
threads. The valve super- structure shall be fabricated
of hot rolled angular steel. The yoke sleeve shall be
acid resisting bronze. The valve shall have a raised
face seat with a relieved area around the seat to
prevent jamming.
06 -02.12 glidg_Gatga
06- 02.12.1 General
The gates shall be self- contained, with separate stem
guides and operators, in accordance with the
requirements of these Specifications. Specific gate
design and configuration shall be as shown on the Plans.
The fabricated aluminum slidegates shall be as
manufactured by Waterman, Model AR -5, or Hydro Gate.
06- 02.12.2 Frame and Guides
The gate frames shall be flatback rigid, welded units
composed of the guide rails, cross bars, and headrails
with a clear opening the same size as the waterway. The
guides shall be sufficiently strong so that no further
reinforcing will be required.
The guides shall be of extruded aluminum incorporating a
dual slot "design. The primary slot shall accept the
plate of the slide (disc) and the secondary slot shall
be sufficiently wide to accept the reinforcing ribs of
the disc. The guides shall be designed for maximum
rigidity, having a weight of not less than three pounds
per foot. The guides shall be of sufficient length to
support two - thirds (2/3) the height of the slide when
the gate is fully open.
06 -7
The yoke to support the operating device shall be formed
by members welded or bolted at the top of the guides.
The arrangement of the yoke shall be such that the disc
and stem can be removed without disconnecting the yoke.
The yoke shall be sufficiently strong to support the
lift forces when subjected to a load of 80 pounds pull
on the operator.
06- 02.12.3 Slide_Oovgf_lpiscl
The slide cover shall be plate reinforced with
structural aluminum shapes welded to the plate. The
slide cover shall not deflect more than 1/360 of the
span of the gate under maximum head. Reinforcing ribs
shall extend to the guides, so that the seating surface
of the guide is reinforced. The stem connection shall
be either the clevis type with structual members welded
to the slide and a bolt to act as pivot pin, or a
threaded and bolted (or keyed) thrust nut supported in a
welded nut pocket. The pocket and yoke of the gate
shall be capable of taking at least twice the rated
thrust output of the operator at 40 pounds pull.
06- 02.12.4 gtem
{
The stems shall be Type 304 stainless steel of suitable
length and ample strength for the intended service. The
stem diameter shall be capable of withstanding twice the
rated output of the operator at 40 pound pull and shall
be supported such that the L/r ratio for the unsupported
part of the stem shall not exceed 200.
06- 02.12.5 Operators
Manually operated lifting mechanisms shall be of the
handwheel type and will not require a gear mechanism.
The operator shall be furnished with a threaded bronze
lift nut to engage the threaded portion of the stem.
The lift nut shall be flanged and supported on
non - metalic thrust washers to take the thrust developed
during opening and closing of the gate.
An arrow shall be cast on the handwheel to indicate the
direction of rotation to open the gate. A maximum efort
of 40 pounds shall be required to operate the gate after
it is unseated.
All operators shall be furnished with a graduated, clear
plastic stem cover with a counter type position
indicator to show the position of the gate in tenths of
an inch.
06 -8
06- 02.12.6 Flugb Bottom glggurg
The gates shall be furnished with a flush seal -
arrangement. A resilient neoprene seal with a minimum
width of exposed face of 3/4" shall be securely attached
to the frame along the invert and shall extend to the
depth of the primary slot.
06 02.12.7 "r_BubbAgals
The gates shall be provided with "J" bulb seals along
the sides and across the invert. Seals shall be mounted
either on the frame or disc, such that the seals do not
protrude into the specified opening of the gate.
06 -03 MEASUREMENT AND PAYMENT
No separate payment for work performed under this item.
Include cost of same in contract price bid for all items
of which this work is a component.
06 -9-
SECTION 07 - ELECTRICAL
07-1"
07 -01 SCOPE
The work covered by this section of the Specifications
consists of furnishing all labor, equipment, supplies,
and materials, including cutting, channeling, and
chasing, necessary for the installation of a complete
system for power and lighting and other systems as
indicated, electrical service connections and electrical
equipment, in strict accordance with this section of the
Specifications and the applicable Plans, and subject to
the terms and conditions of the Contract.
07 - APPLICABLE SPECIFICATIONS AND STANDARDS
The following Specifications and standards shall form a
part of these Specifications:
National Board of Fire Underwriters, National
Electric Code (Current Edition)
Underwriter's Laboratories, Inc. (Standards)
City of Round Rock Electrical Ordinance
07 -03 GENERAL CONDITIONS
The electrical division of the work is a part of the
general contract, and the general conditions, including
any supplementary general conditions, which precede the
main body of the Specifications shall govern all
materials and labor to be furnished under this section
of the Specifications and all procedures.
07 -04 PLANS AND SPECIFICATIONS
The Specifications are accompanied by Plans showing the
location of all outlets and the details of the proposed
electrical installation. The Plans and these
Specifications are complementary, each to the other, and
what is called for by one shall be as binding as if
called for by both. The Contractor shall, upon
completion of the electrical installation, provide the
Engineer with drawings and details of electrical work
that differs from the Contract Documents. In case of
conflict in the Plans and the Specifications, the one
requiring the larger capacity or better quality shall
govern. All equipment requiring electrical power,
specified under this or other sections of the
Specifications or Plans shall be connected complete.
The Contractor's electrician shall notify the Contractor
of any additional frame work necessary to support the
control panels per the Plans and Specifications.
07 -05 CODES, PERMITS AND INSPECTIONS
The installation shall comply with all local and state
laws applying to electrical installation, and with the -
regulations of the latest issue of the 1987 National
Electrical Code, where such regulations do not conflict
with the laws and local ordinances now in effect. These
regulations shall be considered as minimum requirements
of the codes above as a base, and all cost incident
thereto shall be included in the Contractor's Bid. The
Contractor shall obtain all permits and licenses
required by the local ordinances and shall include the
costs of all such permits, required for this
installation in his bid. Upon completion of the work,
the Contractor shall furnish the Engineer a certificate
of final inspection and approval from the appropriate
local inspection authority.
All electrical components and switch gear shall meet the
requirements of the Public Utility providing the power
source for the electrical equipment.
07 -06 PROGRESS AND GUARANTEE
The Contractor shall coordinate the progress of the
electrical work with the progress of the work of the
other trades on the job, and shall complete the
electrical installation as soon as the condition of the
Project will permit. The Contractor shall leave the
entire electrical installation in proper working order
and shall, without additional charge, replace any work
or material which develops defects, except from ordinary
wear and tear, within one (1) year from the date of the
Owner's acceptance of the project.
07 -07 CUTTING: REPAIRING
The Contractor shall do all cutting, channeling,
patching, etc., incidental to the electrical work. He
shall arrange with the General Contractor for all
necessary work openings or closings.
07 -2
07 -08 BASIC MATERIALS AND METHODS
All materials shall be new and shall conform with the
standards of Underwriter's Laboratories, Inc. in every
case where such a standard has been established for the
particular type of material in question. All work shall
present a neat and mechanical appearance when complete
and shall be executed in a workmanlike manner. In all
cases the work shall be done to the satisfaction of the
Owner's representative.
07 -09 CONDUIT SYSTEM
All above ground wiring installed on the project shall
be run in an enclosed system of conduit unless
specifically provided or necessitated otherwise by the
conditions of the installation. Unless provided
otherwise, all conduit shall be galvanized, heavywall,
rigid metallic with fittings of corresponding quality
and design as manufactured by Triangle, National
Electric or approved equal and of sufficient size to
meet code requirements for the conductors to be
installed, but in no case smaller than 1/2 ". The
conduit system shall be arranged and installed in such a
manner as to give the facility the utmost degree of
reliability and maintenance -free operation. The conduit
shall have an appearance of having been constructed by
competent workmen. Kinked conduit, conduit inadequately
protected or swabbed, carelessly threaded and joined do
not give such reliability and maintenance -free operation
and shall not be acceptable.
All conduit runs shall be exposed on walls and underside
of roof slabs, unless indicated otherwise. All conduit
runs shall be made parallel or at right angles to the
building lines. All conduit ends shall be reamed out
after threading and kept capped and dry during
construction. All conduit shall be swabbed out before
the wires are pulled in and only approved lubricants
shall be used. Bends in rigid conduit shall be made
with an approved bending device, unless factory bends
are called for. Pipe sleeves of minimum No. 22 gauge
galvanized steel shall be installed for all conduits
that pass through concrete floors or walls. The sleeves
shall be properly secured in place with approximately
1/4" space between each sleeve and the surface of the
pipe. Where conduits enter the building underground
from outside, Schedule. 40, galvanized sleeves shall be
used. The space between the sleeves and the conduit
shall be caulked with a suitable plastic expandable
compound that will prevent the entrance of moisture.
07 -3
All conduit shall be equipped with double locknuts and
steel body, plastic insulating bushings where such
conduit enters panelboards, pull- boxes, junction boxes,.
wireways and the like. All conduits that enter into L
equipment free of the metal cabinet work and also where'
indicated, shall be equipped with a grounding type
insulated bushing. A copper grounding conductor shall
be bonded to the cabinet frame -work and to the grounding
lug of the insulated bushing. Conduit shall enter all
panelboards, pullboxes, junction boxes, outlet boxes and
the like straight and true. Conduit installed cocked or
not plumb will not be accepted and work so installed
shall be replaced by the Contractor.
Neoprene jacketed metallic - flexible conduit shall be
used to extend conduit connections to all motors and
other comparable pieces of equipment or as indicated on
the Plans. The length of flexible connections shall not
exceed 36 inches.
All underground wiring shall be placed in direct burial
Schedule 40 PVC rigid conduit using an approved
grounding conductor installed in accordance with the
recommendations of the manufacturer. All underground
conduit shall be encased in concrete 6 inches in all
directions.
All underground conduit whether encased or not shall
have minimum 3" wide warning tape installed 12" to 18"
above the conduit. The tape shall be imprinted with the
words "CAUTION ELECTRIC LINE BURIED BELOW ". x
07 -10 CONDUCTORS
A complete system of conductors shall be installed in
the raceway systems. Conductors, unless otherwise
indicated, shall be thermoplastic - insulated type THWN or
THHN. Home runs may be combined in one conduit provided
the characteristics of the voltages are identical, the
number does not exceed more than three, provided all
connections are in accordance with National Electrical
Code requirements and the maximum unbalanced current in
the neutral does not exceed the capacity of the
conductor. All conductors shall be copper.
07 -11 ELECTRICAL SERVICE SYSTEM
The primary and secondary lighting and power service
shall be as indicated on the Plans. The Contractor
shall furnish and install the service and the service
07 -4
equipment as shown on the Plans. The Contractor shall
furnish and install all enclosed safety switches
complete with breakers where shown on the Plans. Items
installed outside shall be weatherproof.
07 -12 GROUNDING SYSTEM
The conduit systems and neutral conductor of the wiring
system shall be grounded. The ground connection of the
electrical system neutral and conduit system shall be
made at the main service switch. A bare copper ground
conductor, sized in accordance with the National
Electrical Code, shall be provided. Secondary equipment
in isolated locations shall be effectively bonded and
permanently grounded. The ground shall serve for both
the electric system and equipment when applicable.
07 -13 TEMPORARY POWER
Temporary single phase power will be provided to the
Contractor during construction.
07 -14 ELECTRICAL DISTRIBUTION SYSTEM
Outlets shall be installed in the locations shown on the
Plans. The Contractor shall study the construction
Plans in relation to the spaces surrounding each outlet
in order that his work may fit other work required by
these Specifications. When necessary, the Contractor
shall relocate outlets so that, when fixtures or other
fittings are installed, they will not interfere with
other work or equipment. Zinc - coated or cadmium plated
sheet steel boxes shall be used unless otherwise
specifically noted or required. Boxes shall be
installed in a rigid and satisfactory manner. Switch,
telephone and receptacle outlet boxes, except where
otherwise specified or required, shall be steel 2- inches
deep. Switch and receptacle boxes containing not more
than one device and no splices or tape may be of the
"Handy" or "Universal" type. The device used in
fixture boxes in wet locations shall be Crouse -Hinds or
approved equal.
Pull boxes shall be constructed of code -gage galvanized
sheet metal, of not less than the minimum size
recommended by the National Electrical Code. Boxes
shall be furnished with screw - fastened covers.
07 -5
07 -15 BRANCH CIRCUITS
Branch circuit conductors shall not be smaller than No.
12 AWG, except that conductors for branch circuits whose
length from a panel to center of load exceeds 100 feet
shall not be smaller than No. 10 AWG. Conductors for
control circuits may be No. 14 AWG. Conductors shall be
continuous from outlet to outlet and no splices shall be
made except within outlet or junction boxes. Junction
boxes may be utilized where required. Wire connectors
of insulating material or solderless pressure
connectors, properly taped, shall be utilized for all
splices in wiring where possible. Soldered joints
insulated with tape shall be kept to a minimum. Vinyl
plastic tape shall be used where required.
07 -16 WIRING DEVICES
(a) Duplex convenience receptacles shall be rated 20
amperes at 125 volts. Bases shall be constructed of
gray pheonolic composition. Receptacles shall be both
back and side wired. Mounting straps shall have plaster
ears. Receptacles shall be of the grounding type,
specification grade. All receptacles shall have a
separate ground wire from the grounding screw to a
grounding stud in the outlet box.
(b) Wall switches shall be of the silver contact "A"
type. Switching mechanism shall be complete within
itself and shall not depend on mounting straps as a
functional part of the switching action. All switches
shall be specification grade. Switches shall be AC
rated for 20 amperes or as noted. Single pole and
three -way switches shall be rated 125 volts and shall
have an ampere rating for the connected lamp loads. No
switches shall be located behind doors without specific
written authorization by the Owner's representative.
07 -17 LIGHTING FIXTURES
Fixtures shall be as specified on the Plans, or approved
equals. All fixtures shall be furnished complete with
all fittings. Parts and stems shall be of the same
manufacturer as the fixture on which they are used and
shall be installed strictly according to the
manufacturer's recommendations and /or as specifically
detailed on the Plans. Any deviations from these
specifications without specific approval from the
Owner's representative shall be remedied without charge
by the Contractor. All fluorescent ballasts shall be
"P" rated (G.E., Westinghouse, or Jefferson). All
ballasts shall be CBM, HPF, "A" sound - rating.
07 -6
07 -18 LAMPS
Lamps shall be furnished and installed by the
Contractor. Incandescent lamps and fluorescent tubes
shall be as manufactured by Westinghouse, G.E. or
Sylvania. Fluorescent tube color shall be cool white.
07 - OTHER SYSTEMS
Other systems shall be as specifically indicated on the
Plans. All empty conduits shall be provided with 200
pound test pull line.
07 - ELECTRICAL POWER EQUIPMENT
07 -20.1 Control Equipment
The Contractor shall furnish and install all motor
starter and electrical control equipment as noted on the
Plans. All starters furnished shall be of the same
make.
07 -20.2 Control Wiring
The Contractor shall furnish and install all wiring.
All control wiring shall be tagged in each box and at
each termination. The controls shown on the Plans are
for the convenience of the Contractor and may not be
complete in all details for the equipment selected for
installation. The Contractor shall coordinate all work
and equipment installation to insure that all components
of the electrical control system will perform their
intended function and comply with the sequence of
operation.
All control wiring shall be installed in strict
accordance with this and other paragraphs of the
electrical specifications.
Motor Disconnect Means: Each motor shall be provided
with a disconnecting means. A safety switch shall be
provided at each motor. Safety switches of 30 to 400
ampere capacity shall be of the enclosed, quick -make and
quick -break type, horsepower rated and shall disconnect
all underground conductors.
Safety switches on the motors shall have NEMA 4X,
fiberglass enclosures.
07 -7
07 -21
Lightning Arresters shall be furnished on
services of this project. Such lightning
shall be Thyrite type, G.E. 9L15BCC003 or
suitable for the particular installation.
arresters shall also be provided on motor
motors 10 hp or greater.
Transformers may be required on certain installations
where operating voltages other than that furnished by
the power company are required. In such cases, the
Contractor shall furnish and install the necessary
transformer(s) which shall be Dry -Type General - Purpose
of proper type and size for the intended load as
manufactured by G.E. or approved equal.
Phase Monitoring Relays shall be furnished for all 3
phase motors 10 hp or larger to protect the motors from
a phase unbalance or phase reversal on the 480 volt, 3
phase, incoming power service. Install the relays in
the motor starter enclosures or in a separate enclosure
Cutler - Hammer Type "P ", Catalog (tD60 -PNC, or approved
equal, monitoring relays shall be used.
Time Delay Relays shall be installed on all pump motor
starters and be adjustable from 0 to 10 minutes for the
start -stop cycle.
MOTOR CONTROL CENTER
07 -21.2 Incoming Line
The incoming line shall enter the motor control center
as shown on the Plans and shall be cable connected to
lugs suitable for copper or aluminum cable.
07 -8
the secondary
arresters
approved equal
Lightning
feeders of
•
07 -21.1 Scope
This work covers the furnishing of a 480 volt motor
control center of the totally enclosed, dead front, free
standing type. The motor control center shall be rated
for operation on 480 volts, 3 phase, 60 Hz power and
shall be made up of the number of sections with the
number of spaces and control units in the arrangement
shown on the Plans.
07 -21.3 Structure
Each section shall be a totally enclosed, dead front,
free standing assembly, a nominal 91" in height, 20 " -21"
07 -21.4 Busses
deep front mounted units. Removable lifting angles
shall be provided for handling. Each section shall
contain a horizontal wireway at the bottom and a
vertical wireway with adequate cable supports for field
wiring.
All structure doors shall be
with quarter turn fasteners.
The entire bus system shall
fault current of 42,000 RMS
Insulation sleeves shall be
of all busses.
07 -9
hinged and shall be secured
be braced to withstand a
symmetrical amperes.
provided for the full length
07 -21.5 Main Horizontal Bus
The main horizontal bus shall be copper, rated for 1000
amperes at 50 degrees C, maximum temperature rise. The
bus shall be effectively isolated from all wireways and
working spaces and shall be supported on glass
polyester, wet process procelain or suitable molded
material insulators. Provisions shall be made for the
extension of the motor control center from both ends.
Busses shall be pre - drilled for splices for bus
extension.
07 -21.6 Ground Bus
A full length copper ground bus shall be provided at the
bottom of the control center. Lugs shall be provided at
both ends of the bus for No. 4/0 copper cable for
connection to the ground system.
07 -21.7 Wiring
The motor control center shall be wired in compliance
with the requirements for NEMA Class II, Type B.
07 -21.8 Operating Units
Each operating unit shall consist of the devices shown
on the Plans. Each unit shall have an individual,
hinged front door.
07 -21.9 Interlocks
Starter doors shall be provided with mechanical
interlocks to prevent unintentional opening of the door
07 -21.10 Locking
when the unit is energized and the accidental
application of power when the door is open. An
interlock defeat shall be provided for intentional
access or application of power. An additional interlock
shall prevent the removal or insertion of a unit in the
structure while the disconnect is in the ON or TRIPPED
position.
Provisions shall be made to padlock each unit disconnect
in the OFF position with a minimum of three padlocks.
07 -21.11 Combination Motor Controllers
Combination motor controllers shall be of the NEMA size
indicated, full line start, closed transition type. .
Each unit shall contain the number of auxiliary
contacts, pilot and control devices listed below:
1. Each starter shall be provided with a time delay
relay adjustable from 0 to 10 minutes to delay the
motor starting on both hand and automatic.
2. All starters shall be provided with pilot lights at
shown, hand - off - automatic switches if indicated and
for 10 hp and larger motors phase protection
relaying to protect against loss of phase or phase
reversal.
3. Provide two (2) NO and two (2) NC auxiliary
switches for each starter.
4. Ampere meter, where indicated, with selector to
monitor all three phases.
5. Elapsed time meter, where indicated, to indicate
run time in hours.
Circuit protection shall be provided by the type of
thermal magnetic molded case circuit breakers as shown
on the Plans. Breakers shall be rated for a minimum of
30,000 RMS symmetrical amperes short circuit current. •
Starters shall be of the draw out type.
Overload relays shall have external, insulated reset
mechanisms.
Overload heaters shall be provided and sized to
coordinate with the actual full load current of the
equipment furnished.
07 -10
07 -21.15
Control power shall be provided by starter control
transformers and relay contacts in the control cabinets.
07 -21.12 Nameplates
Engraved laminated bakelite or anodized aluminum
nameplates with 1 /8" high white letters on black
background for circuit designations shall be provided
for the door of each unit including spares and spaces.
Samples of nameplates with a complete schedule of
nameplate sizes and lettering shall be submitted for the
approval by the Engineer.
07 -21.13 Applicable Standards
The motor control center shall be built and tested in
complete compliance with the latest applicable standards
of the American National Standards Institute, The
Institute of Electrical and Electronics Engineers, the
National Electrical Manufacturers Association and the
Underwriters' Laboratories, Inc. The motor control
center shall bear the Underwriters' Laboratories label.
07 -21.14 Factory Testing
The motor control center shall be completely assembled
and given the tests for operation, mechanical adjustment
and dielectric tests in accordance with NEMA
requirements.
The correctness of operation of each circuit breaker,
magnetic contactor, and control device shall be
checked. These tests shall be made at rated voltage
with power supplied to the main busses. Contactors
shall also be checked for proper operation at 90% rated
voltage.
The motor control center may be disassembled, if
necessary, for shipping. Each section shall be properly
match marked to facilitate proper reassembly.
Acceptable Manufacturers
The following manufacturers are acceptable suppliers:
Westinghouse Electric Corporation
General Electric Company
Square D Company
Allen Bradley
Siemens -Allis
07 -11
07 -21.16 Installation
The Contractor shall install the motor control center as
shown on the Plans on a 4" raised concrete pad.
The motor control center shall be securely fastened to
the pad using the manufacturer's recommended procedure.
All bolts, nuts and screws shall be retightened to
manufacturer's recommendations before power is applied
to the motor control center.
All external connections, both power and control, shall
be made and verified with the Plans before power is
applied to the motor control center.
The motor control center shall be completely tested for
proper operation after all connections have been made
and verified.
07 -22 ELECTRIC MOTORS
Electric motors shall be of the size and voltage shown
on the Plans and shall conform to the standards of the
American Institute of Electrical Engineers. Enclosures
for motors shall be TEFC except for motors located
within a building. For motors connected to pumps or
drive units, the motor shall have thrust bearings of
adequate capacity to safely carry the weight of rotating
parts and any unbalanced thrust.
07 -23 SHOP DRAWINGS AND SUBMITTALS
Complete electrical and dimensional drawings, along with
a detailed functional description shall be provided
prior to fabrication for approval by the Engineer.
Complete catalog literature detailing component
capabilities shall also be included.
Complete manufacturer's information and catalog
literature shall be submitted to the Engineer for
approval before delivery of equipment to the job site
for the following:
(a) Wire and Cable
(b) Lighting Fixtures
07 -12
(c) Conduit
(d) Safety Switches
(e) Motor Control Center
(f) All Controls and Cabinets
07 -24 EOUIPMENT FINISH
07 -25.1 General
07 -26 GUARANTEE
All cubicles, cabinets, enclosures, brackets, doors,
panels, hinges, and other items are to be thoroughly
cleaned and a phosphatizing treatment shall be applied
prior to the application of any paint. The
phosphatizing shall chemically convert the metallic
cabinets to a non - metallic phosphate coating. After the
phosphatizing treatment has been applied, the primer
shall be sprayed on to a minimum thickness of 1 mil. and
flash baked for five (5) minutes at 300 degrees F.
Paint applied over untreated metal is not acceptable.
Finish coats shall then be applied over the baked on
enamel to a thickness of 1 -1/2 mils. The units must
then be rebaked thirty (30) minutes at 300 degrees F. or
adjusted equivalent. The color shall be selected by.the
Engineer from the equipment manufacturer's standard
color chart.
07 - 25 ELECTRICAL SERVICE
The Owner will make arrangements with Pedernales
Electric to locate and provide 3 phase underground and
overhead power service at the wastewater plant site.
The Owner will pay for all fees charged directly by
Pedernales Electric for equipment and labor supplied to
provide such service.
All electrical and control equipment shall be guaranteed
against defects in material and workmanship for a period
of one (1) year from the date of system acceptance.
07 -27 MEASUREMENT AND PAYMENT
No separate payment for work performed under this Item.
Include cost of same in Contract prices bid for all
items of which this work is a component part.
07 -13
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 08 - PAINTING AND PROTECCTIyE C
08 -01 CQENERAT
The Contractor shall furnish all labor, materials, and
equipment necessary to provide painting and protective
coatings for the following items as specified herein.
Preparation and application of proprietary coatings
specified herein shall be in strict accordance with the
manufacturer's recommendations and as supplemented by
these Specifications.
08 -02 SCOPE OF WORK
It is the purpose of this Specification to outline to
the Contractor the necessary procedures for obtaining
the proper coatings and painting applications to achieve
satisfactory performance of the materials under actual
operating conditions.
Materials, surface preparation and application of the
materials are outlined in detail and specified only as a
guide "to the Contractor. All painting and coating shall,
be done strictly in accordance with the manufacturer's 1
instructions and shall be performed in a manner
satisfactory to the Engineer. In all cases of dispute
concerning material, surface preparation or application
of materials, the Engineer or coating manufacturer's
interpretations and recommendations shall take
precedence.
The paints and paint products of Tnemec Company, Inc.,
mentioned in the following Specification are set up as
standards of quality. The usual "or approved equal"
clause shall apply.
All materials shall be brought to the jobsite in the
original sealed and labeled containers of the paint
manufacturer and shall be subject to inspection by the
resident engineer on the job, or his appointed
representative. Colors, where not specified, shall be
as selected by the Engineer.
All protective coatings and paints shall be stored in
enclosed structures to protect them from the weather and
from excessive heat or cold. Many paint materials are
flammable and must be stored so as to conform with the
County and State safety codes for flammable paint
materials. All emulsion type coatings must be protected
08 -1
from freezing weather. All pyrolytic or thermosetting
coating materials must be protected from excess heat
based on the manufacturer's printed instructions to
eliminate the setting reaction.
No exterior or interior coating shall be done under
conditions which jeopardize the appearance or quality of
the coating in any way. The Engineer shall have the
right to reject all material or work that is
unsatisfactory.
08 -03 PREPARATION OF gpRFACE
08 -03.1 Definitions
For purposes of cleaning metal prior to painting, the
following definitions shall apply:
spc_sPl_Solyegt_glegning
The removal of dirt, oil, grease and foreign matter with
solvents or commercial cleaners using various methods of
cleaning such as wiping, dipping, steam cleaning or
vapor degreasing.
It is generally conceded that solvent wiping will not
positively remove all oil and grease from the surface.
Therefore, a more efficient cleaning method such as
vapor degreasing or stem cleaning shall be employed
where coatings will not tolerate any oil or grease
residue.
§SPg_sP2_ Hand _Tool_gleaning
The removal of loose rust and mill scale by hand wire
brushing, scraping, chipping or sanding.
SSPg - HP3 Power Tool Cleaning
The removal of loose rust and mill scale by mechanical
means such as power sanders, wire brushes, chipping
hammers, abrasive grinding wheels or needle guns.
08 -2
SSPc_SPLglame_clganing
The dehydration of the surface by rapidly heating with a
high temperature, high - velocity oxyacetylene flame
followed by wire brushing and handscraping to remove
loose rust and mill scale.
SSPg - SP5 wbite_Mgtal_Blast_glegning
The complete removal of all visible rust, mill scale,
paint and foreign matter by compressed air nozzle
blasting, centrifugal wheels or other specified methods,'
leaving an overall, uniformly gray -white metallic
appearance.
SSPc= SP¢_gommefg;al_Blagt_glgaping
The removal of at least two- thirds of all visible rust,
mill scale, paint and other foreign matter from each
square inch of surface by compressed air nozzle
blasting, centrifugal wheels or other specified methods.
SSPg= SP7_Bruah =0g_Blagt_gl2aning
The removal of loose rust, mill scale, paint and foreign
matter from the surface by compressed air nozzle
blasting, centrifugal wheels or other specified methods.
SSPg= SPB_Picning
The complete removal of all rust, mill scale and foreign
matter by chemical reaction or electrolysis in acid
solutions.
SSK= SP10 _N2ar= nitg-Mgt41_114gt_g
The removal of 95% of all visible rust, mill scale,
paint and other foreign material from each square inch
of surface by compressed air nozzle blasting,
centrifugal wheels or other specified methods.
08 -03.2 M9n_Submgf40 Meta
All ferrous metal to be primed in the shop shall have
all rust, dust, and scale, as well as all other foreign
substances, removed by sandblasting. Surfaces shall be
sandblasted to the equivalent of a commercial blast
surface in accordance with the Steel Structures Painting
08 -3
Council Specifications SSPC -SP6. Cleaned metal shall be
primed immediately after cleaning to prevent new
rusting. All ferrous metals not primed in the shop
shall also be commercial sandblasted (SSPC -SP6) prior to
application of the primer paint. All non- ferrous
metals, whether to be shop or field primed, shall be
solvent cleaned (SSPC -SP1) prior to the application of
the primer.
All galvanized surfaces which are to be painted with
finish coats shall be brush sandblasted (SSPC -SP7) to
provide a profile or "tooth" surface.
All exposed ductile iron pipe, fittings, and valves
which are coated with asphaltum varnish, shall also be
cleaned to the equivalent of commercial sandblasting
(SSPC -SP6) before painting.
After erection or installation of shop- coated metal
work, clean and retouch all rust spots, all places where
paint has been rubbed or scraped off, and all field
rivet and bolt heads and nuts. After previously applied
paint has hardened, and when surfaces to receive
succeeding coats of paint have been perfectly cleaned
and dried, apply paint in accordance with Section 10 -04,
Painting Schedule, set out below. Allow 5 days for
hardening of final coat before placing in water.
08 -03.3 Sgtmerggd-Metaig
All submerged metal with the exception of galvanized
steel shall be sandblasted to a near -white condition in
accordance with SSPC -SP10 requirements. Anchor pattern
of the blasted surface shall not exceed 1 -1/2 mils.
Blasted surfaces shall be wiped free of any resulting
dust and completely dried. If rust forms on any blasted
surface, the surface shall be sandblasted again before
application of paint. Whatever metal is blasted on any
one day shall be coated with paint on the same day.
All galvanized surfaces which are to be painted with
finish coats shall be brush sandblasted (SSPC -SP7) to
provide a profile or "tooth" surface.
08 -4
08.03.4 C20crgte_4nd Co0crgtg_Block
All concrete and concrete block surfaces to be treated
shall be clean of all dust, form oil, curing compounds
and other foreign matter. Before applying paint or
coatings to a concrete surface, the surface must either
be etched with a 20% muriatic solution or sweep
sandblasted. Surfaces poured with concrete containing
an admixture or hardener or which are finished with a
steel trowel, may require sweep sandblasting or "double
etching" with a 20% solution of muriatic acid before
painting.
After acid etching, all surfaces should be flushed
copiously with water and allowed to dry thoroughly.
Prior to painting, all concrete surfaces shall be clean,
dry and free of dust, oil, grease or any other foreign
contaminants.
08 -03.5 Wood
Wood surfaces shall be thoroughly cleaned and free of
all foreign matter, with cracks and nail holes and other
defects properly filled and smoothed. Wood trim shall
be sandpapered to a fine finish and wiped clean of dust.`
08 -03.6 Field Installed Pgmp Valvg Matgrlals
For systems such as pump stations, blower inlet and
discharge piping and vault boxes with associated exposed
valves and piping which have the various components
supplied with prime paint, as bare metal and with
factory pipe coatings; the metal surfaces shall be
prepared, so a uniform primer and finish coat system can
be applied in an acceptable manner. The following
surface preparations shall be used prior to application
of the primer:
1. All bare metal, cast iron fittings and ductile
iron pipe and fittings shall be commercial
sandblasted (SSPC -SP6).
2. All prime painted factory components shall be
solvent cleaned (SSPC -SP1), hand tool cleaned
(SSPC -SP2) and /or power tool cleaned (SSPC -SP3)
as necessary to remove all foreign substances.
3. All galvanized surfaces shall be brush
sandblasted (SSPC -SP7).
08 -5
08 -04 PAINTING SCHEDULE
08 -04.1 cgncletg and g9nc;gtg
Where specifically called for on the Plans, the exterior
and interior surfaces of structures shall be covered
with Series 52 Tneme -Crete modified epoxy masonry
texture coating. A concrete and masonry filler is not
needed with the Tneme -Crete coating. Smooth concrete
shall receive one (1) coat and rough concrete and
concrete masonry shall receive two (2) coats. Each
applied coat shall be 8 to 10 mils dry film thickness.
The color shall be as selected by the Engineer from the
Tneme -Crete Color Card selection chart.
Refer to Specification, Section 03 -16.7 for the class
type finishes required. ,
08 - 04.2 Wood
All wood surfaces, except redwood, shall receive one (1)
coat of Tnemec 36 -603 undercoat with a dry film
thickness of 2 to 3.5 mils and one of the following two
semi -gloss finished paint systems:
1. Two (2) coats of Tnemec Series 23 Enduratone at 1.5
to 3.0 dry mil thickness per coat.
2. One (1) coat of Series 2H Tneme -Gloss at a 2.9 to
4.0 dry mil thickness.
08 - 04.3 Nog Submgrggd Metals Akgyg and $elgw gradg
Non - submerged, exposed above grade ferrous and
non- ferrous surfaces including but not limited to
blowers, drives, hydrants, pipes, motors, valves,
equipment, etc., shall be covered with one (1) coat of
epoxy primer, Series 66 Hi -Build Epoxyline, with a dry
film thickness of 4.0 to 6.0 mils and one (1) finish
coat of Series 73, Endura Shield III, with a dry film
thickness of 3.0 to 5.0 mils.
Non - submerged below grade metal surfaces which will be
subject to moisture and condensation, including but not
limited to steel pump stations, machinery, pump
suctions, piping and pumps, shall be coated with two (2)
coats of Heavy Tnemecol, Series 46 -450, at the rate of
13 to 16 mils per coat for a total dry film thickness of
25 to 30 mils.
08 -6
08 -04.4 Submgrged Meta�g_- _Plant_Eguipmenb gnd Tans
Other than the equipment and piping which shall be
galvanized as shown on the Plans, submerged or
intermittently submerged metal surfaces shall be painted
with a two -coat hi -build epoxy system in compliance with
AWWA Interior Paint System No. 1.
After sandblasting, Tnemec Series 104 -1255 Hi Solids
Epoxy beige primer shall be applied to all welds,
rivets, seams and joints.
After application of the above coating, one (1) coat of
the same Tnemec Series 104 -1255 Hi Solids Epoxy beige
primer shall be applied to obtain a dry film thickness
between 6.0 and 8.0 mils. Prior to application of the
finish coat, all touch -up shall also be done with the
primer paint material.
The second (final) coat shall be applied using Tnemec
Series 104 - 2000 Hi Solids Epoxy to obtain a dry film
thickness between 6.0 and 8.0 mils.
Total dry film thickness of the finished paint system
after five days (75 °F temperature) drying time shall not
be less than 12.0 mils. Each coat of paint shall be
applied in a uniform thickness and shall be feathered as
necessary at its edges to prevent lap marks and to
provide a smooth paint finish.
08 - 05 APPLICATION OF PAINT
Successive coats of paint shall be tinted to aid in
distinguishing between coats. All paint shall be mixed
and applied strictly in accordance with the
manufacturer's recommendations.
On metal surfaces, the painter shall apply each coat of
paint at the rate specified by the manufacturer to
achieve the minimum dry mil thickness required. If
material has thickened or must be diluted for
application by spray gun, the coating shall be built up
to the same film thickness achieved with undiluted
material. In effect this means one (1) gallon of paint
as originally furnished by the manufacturer must not
cover a greater square foot area when applied by spray
gun than when applied unthinned by brush. Deficiencies
in film thickness shall be corrected by the application
of an additional coat of paint. On concrete,
application rates will vary according to surface
08 -7
texture; however, in no case shall the manufacturer's
stated coverage rate be exceeded. On porous surfaces,
it shall be the painter's responsibility to achieve a
protective and decorative finish either by decreasing
the coverage rate or by applying additional coats of
paint.
Apply paint only when temperature and atmospheric
conditions are favorable to drying and are such to
preclude condensation on surfaces being painted. Do not
apply paint when either surface or ambient temperatures
are less than 50 degrees Fahrenheit or when a
temperature drop of 20 degrees or below 50 degrees
Fahrenheit is forecast. Do not apply paint to surfaces
upon which there is frost or moisture, nor during misty
or rainy weather unless specific approval is given.
Drying time shall be construed to mean "under normal
conditions ". Where conditions are other than normal
because of the weather or because painting must be done
in confined spaces, longer drying times will be
necessary. Additional coats of paint shall not be
applied nor shall units be returned to service until
paints are thoroughly dry.
After installation of machinery and electrical
equipment, check base coats carefully and retouch all
damaged surface areas. Do not paint nameplates, serial
number bases, chrome or bronze trim, or any rotating
parts. Clean off any excess paint that impairs
convenient removal of covers on gauges, instrumentation,
or other equipment fitted with doors or covers.
Thinners: Where thinning is necessary, only the
products of the manufacturer furnishing the paint, and
for the particular purpose, shall be allowed, and all
such thinning shall be done strictly in accordance with
the manufacturer's instructions, as well as with the
full knowledge and approval of the Engineer.
Colors: Unless specified on the Plans or elsewhere in
these Specifications, color of the painted surfaces
shall be selected by the Engineer.
Upon completion of the protective coating and painting,
the Contractor shall remove all surplus materials and
rubbish and remove all spattered material from surfaces
where its presence is objectionable. All coated or
painted surfaces shall be free from abrasion or other
blemishes when the project is ready for final acceptance
by the Engineer.
08 -8
08 -06 INSPECTION
Inspection and acceptance of the sandblasting shall be
achieved prior to application of the prime coat of
paint. The Contractor shall schedule and coordinate his
work with the Owner's representative to allow for
expenditious prosecution of the inspection and painting.
Instrumentation to be provided by the Contractor for
inspecting painting shall include a wet film thickness
gauge, a dry film thickness gauge, air temperature and
humidity measuring equipment, steel temperature
thermometer, and a wet sponge type "holiday" detector.
If full time inspection is not conducted, a "Tooke"
gauge can be used to evaluate the thickness of each coat
and to get an indication of the cleanliness of the
surface. The "holiday" detector shall be used for
inspecting the interior coating for voids in the coating
which will cause premature coating failure.
All paint film thickness shall be verified by measuring
the wet film thickness of each coat as it is applied.
The Contractor shall coordinate the use of the painting
scaffolds and rigging with the Owner's representative too.
provide regular access for the paint inspections. A wet
film thickness measurement shall be made for each 100
square feet of surface painted. All paint shall also be
inspected for applied dry film thickness as well as
pinholes and holidays.
08 -07 WORKMANSUIP
All work shall be done by skilled craftsmen who are
qualified to perform the required work and shall be done
in a manner comparable to the best standards of practice
found in the trade. All materials shall be evenly
applied so as to be free from sags, runs, crawls,
wrinkles, holidays, or any other application defects.
All coats shall be of the proper consistency and
properly brushed out so as to show a minimum of brush
marks. All coats shall be thoroughly dry before the
succeeding coat is applied. All coats that are intended
to hide shall be given another coat if the coating does
not properly hide the undercoat.
08 -08 PROTEQTIQNOF_WORK
Full protection shall be given other work from damage by
use of clean drop cloths during the time that the paint
is being applied.
08 -9
08 - 00R SELEOTION
Based on the Tnemec's Master Chromacolors Selection
Chart CC140M684 and Tneme -Crete Color Card, the plant
components shall be painted the following colors and
shall be a gloss finish:
Doors and Building Trim
Hatches
Structural Steel
Valve Operators, Gate Frames
Isolated Valves & Floor Stands
Fire Hydrants
Chemical Feed
Chlorine System
Blower System
Sanitary Drains
* Sludge Pumps & Polymer System
Lift Station Piping
Office Complex Walls
Office Complex Woodwork
* Future
08 - 10
AA90 White
OSHA Safety Yellow
Light Grey
OSHA Safety Yellow
OSHA Safety Red
OSHA Safety Orange
OSHA Safety Red
OSHA Safety Blue
ABO5 Black
OSHA Safety Green
OSHA Safety Green
Wicker
Kodiak
All submerged or partially submerged metal not HDG shall
be painted with an AWWA approved paint as specified and
shall be white.
All chlorine lines and chemical feed lines shall be
painted where exposed and shall be labeled C1 (for
chlorine) and Alum (for chemical feed).
Hot - dipped galvanized metal shall be finish painted
where indicated on the Plans.
Shop primer or coating must be compatible with field
applied coating. Test for compatibility before applying
field coat. If not compatible, remove shop coat to a
SSPC -SP -3 or SSPC -SP -6 condition or apply a barrier coat
of manufacturer supplied material.
08 - 10 MAINTENANOE MATERIAIg
The Contractor shall provide a minimum of one (1) gallon
of each color and each type of paint for maintenance use
by the Owner. The paint shall be supplied in unopened
factory sealed containers clearly labeled for
identification.
08 -11 MEASQIREMENT AND PAYMENT
No separate payment for work performed under this
section. Include cost of same in contract price bid for
all items of which this work is a component.
08 -11
SECTION 09 - MULTI -STAGE gENTRIFUQAI AIR BLOWERS
09 -01
SCOPE
These specifications shall be the basis for furnishing
all labor, materials, equipment and incidentals required
to install, test and place into initial operation three
(3) electric motor driven multi -stage centrifugal air
blowers including air filters, flexible connections,
valves, air flow meters, headers, gauges, controls and
accessories as shown on the Plans and described herein.
The Plans show the general location, arrangement, and
basic dimensions of equipment to be furnished and
installed by the Contractor. The Contractor shall
carefully check all dimensions on shop drawings
furnished by the manufacturer and shall install all
items in strict accordance with the manufacturer's
recommendations.
Equipment meeting or exceeding these specifications
shall be furnished by Lamson Corporation, Syracuse, New
York, or Hoffman, Division of Clarkson Industries,
Syracuse, New York.
09 -02 PERFQRNANQE AND DESIGN REQUIREMENT
Each blower shall have a capacity of at least 2858 scfm
at the following operating conditions:
Discharge Pressure:
Maximum Ambient Temperature:
Minimum Ambient Temperature:
Site Elevation:
Power Supply:
Ambient Relative Humidity:
Rotative Speed:
Motor Horsepower:
The blowers shall be provided with impellers designed to
meet the above operating conditions and to provide
steady parallel operation. When the flow volume is
reduced by 30% from the above stated capacity, the
compressors shall, at the above inlet conditions:
1. Develop at least 0.5 psig above the specified
discharge pressure;
2. Without change of speed or recirculation of flow,
run continuously without damage to the blower or
overload the nameplate hp of the motor.
09 -1
7.0 psig
100 degress F
20 degrees F
700 ft
3 Phase, 60 Hz, 460 volts
36%
3550 rpm
125 maximum
The suction piping to each blower shall have an inlet
filter silencer and a motor operated butterfly valve.
The discharge piping from each blower shall contain a
check valve and lever operated butterfly valve. The air.
flow shall be metered on each blower discharge before it''
enters the common discharge header.
09 -03 BLOWER DE$IgN
The blowers shall be of the multi -stage centrifugal type
with outboard mounted bearing construction and shall be
horizontally mounted, with inlet and outlet arrangement
as shown on the Plans. The blowers shall operate
smoothly without abnormal noise, vibration or excessive
heat throughout the entire range of operating
conditions.
Each blower casing shall be constructed of high strength
cast iron, suitably ribbed to withstand all stresses and
strains of service at full operating pressure and shall
be in accordance with ASTM Designation A48, Class 30.
Each blower impeller shall be fabricated from high
strength aluminum with cast aluminum hubs. Impellers
shall be keyed to the steel blower shaft. The hubs of
all impellers shall butt against each other directly or
through one piece metal spacers to prevent shifting of
impellers while the machine is in operation. The
complete impeller assembly shall be dynamically balanced
to insure mechanical operation of not more than 1.5 mils
total amplitude of vibration measured on the bearing
housings when operating at design speed. The blower
manufacturer shall submit a certified test report '
attesting to the date and place of dynamic balancing and
the accuracy achieved.
Each blower shaft shall be SAE 4150 steel or better,
accurately machined and ground to size. Each shaft
shall be of ample size to carry all loads imposed under
continuous service. Where the blower shaft passes
through the inlet and outlet head, seals shall be
provided to prevent leakage. Seals shall be labyrinth
type and shall be replaceable without having to
disconnect the inlet or discharge to help heat transfer
in the seal area. Interstage shaft seals shall be
provided to insure minimum leakage between stages.
09 -2
1
Each blower shall be provided with two bearings of the
anti - friction type and of ample size to carry all loads
including thrust load imposed under continuous service
without overheating. Bearings shall be of sufficient
size to have a minimum B -10 life in accordance with
AFBMA standards of 75,000 hours under all conditions of
operation. The bearing housing shall be designed, so
that the complete rotating element can be lubricated,
inspected or replaced without disconnecting any piping
or disassembling the blower. Lubrication shall be
accomplished, either by means of constant level oilers
or adequate grease fitting connections on the bearing
housings while the machine is in operation. If grease
lubricated, a relief shall be provided, so that
excessive grease pressure will not damage the bearings.
For protection of bearings during shipment and
installation, the bearings shall be properly processed
with Esso Standard Oil Company "Rust Bane" or equal.
Labyrinth type seals shall be provided between the
bearings and the shaft seals to prevent lubricant
leakage and to prevent the air from being contaminated
by the lubricant.
Inlet and outlet connections shall be ANSI 125 pound
drilled and tapped flange pattern and be an integral
part of the heads.
09 - 04 ELECTRIC MOTORS
09 -04.1 General ,
The motors shall be of the horizontal squirrel cage
induction type and shall be built in accordance with
latest NEMA, IEEE, ANSI and AFBMA standards where
applicable. The motor rotation shall be coordinated
with the blowers specified above.
09 -04.2 Performance Requirements 1
The motors shall be rated 480 volts, 3 phase, 60 Hz and
shall have 1.15 service factor with Class F insulation.
They shall be rated at 125 hp at full load speed which
shall be a minimum of 3550 rpm. The motors shall have a
minimum full load efficiency of 93.0 percent, a 3/4 load
efficiency of 93.5 percent and a 1/2 load efficiency of
92.5 percent when operating at rated voltage and
frequency. The motors shall be manufactured by General ,
Electric, Reliance, U. S. Motors, Westinghouse, or
approved equal.
1
09 -3 1
The motors shall be free of objectionable noise and
vibration. The motor sound pressure level shall not
exceed 85 dbA at 5 feet under free field, no load
conditions in accordance with IEEE Standard 85.
Vibration level measured on the bearing housing shall be
in accordance with values shown in NEMA Standards.
The maximum temperature rise of the motor windings shall'
not exceed a Class B rating, when the motor is operated
continuously at rated horsepower, rated voltage and
frequency in an actual ambient air temperature of 45
deg. C. The motor nameplate ambient temperature shall
be 45 deg. C.
09 -04.3 Mgtgr_Teet3ng
All motors shall be completely assembled at the factory
and shall be given routine tests conducted in accordance
with NEMA Standards MGI -20.46 and MGI -20.47 which
includes the following tests:
1. No load current.
2. Winding resistance.
3. High potential dielectric tests.
4. Bearing inspection.
Each motor shall be completely tested in accordance with
IEEE Procedure 112 Method B. Testing may be performed
using identical motors in pairs with a torque '
transmission device coupling units together:
1. Full load temperature rise of the stator windings
measured by resistance and RTE.
2. Power factor at 100, 75, and 50 percent of load.
3. Efficiency at 100, 75, and 50 percent of load.
4. Breakdown torque (may be calculated).
5. No load overall sound pressure level test.
Copies of test results for each motor shall be certified
by a responsible test engineer. The test results shall
be furnished to the Engineer for review before shipment
of the motors.
as
09 -04.4 cgoStEggtign
The motors shall be TEFC construction. The motor frames
and end shields shall be heavy fabricated steel or cast
iron of such design and proportions as to hold all motor
components rigidly in proper position and provide
adequate protection for the type of enclosure employed.
09 -4
Space heaters to prevent condensation shall be
provided. Heaters shall operate on 120 volt, single
phase power. Leads shall be brought out to a terminal
block enclosed in the NEMA lA accessory box specified
below.
Stator winding protection for the motors shall consist
of 6 -120 ohm RTD's (2 per phase) embedded in the stator
slots.
The shaft shall be made of high -grade machine steel or
steel forging of size and design adequate to withstand
the load stresses normally encountered in motors of this
particular rating.
Stator cores shall be made of low loss, non - aging
electrical sheet steel with insulated laminations. •
Stator coils shall be form wound and of identical size,
shape, insulation and number of turns.
The stators shall be insulated with glass and mica
applied directly to the coils. Motors shall have a
Class B rise non - hygropscopic epoxy sealed insulation
system. Class F insulation shall be used and shall be
limited to the temperature rise specified. All
connections shall be brazed with no crimp connections
used except for terminals. A coil bracing for the
stator end turns shall be utilized to minimize coil
movement during starting and running conditions.
The rotors shall be made from high -grade steel
laminations adequately fastened together and to the
shaft. Rotor squirrel cage windings may be cast or .
extruded aluminum or copper alloy bar -type construction
with brazed end rings.
Bearings shall be of the grease lubricated ball type
with an AFBMA B -10 life of 75,000 hours minimum.
All motors shall have a chemical resistant, corrosion,
and fungus protective coating on all interior surfaces.
The exterior prime coating shall be compatible with the
field applied finish coating.
Nameplates shall be stainless steel. Lifting lug or "0"
type bolts shall be supplied on all motors. Enclosures
shall have a stainless steel screen and shall be
protected against corrosion, fungus and insects.
All fittings, bolts, nuts and screws shall be plated to
resist corrosion. Bolts and nuts shall have hex heads.
09 -5
The main terminal box shall be NEMA 4 and provide ample
room for stress cones. Connections shall be T &B
"Sta -Kon" for 1 -4/0 cu per phase. y
09 -05 INTAKE FILTER SILENCERS
Each blower shall be provided as indicated in the Plans
with an inlet filter - silencer having a nominal capacity
of at least 2,500 scfm to supply filtered air to the
blower and to attenuate high frequency noise, while
creating a clean filter headloss of not more than 1.5
inches water column. The filter elements shall be of
the dry, pleated, cartridge type with felted polyester,
wool or cotton media. Viscous impingement type elements
are not acceptable nor are paper or cellulose media.
The filter efficiency shall be at least 98 percent based
on the removal of 10- micron particles and the medial
velocity shall not exceed 40 fpm.
09 - AccESSORIEg
09 - 06.1 Flexine_ggBOggtols
Each blower shall be provided with inlet and outlet
flexible connectors as shown on the Plans. The flexible
connectors shall be designed to alleviate stresses
caused by thermal expansion and contraction in the
piping system and the vibration imposed on piping by the
blowers. The flexible connectors shall consist of
fabric and various rubber compounds reinforced for
strength and shall be capable of withstanding the
pressure under all operating conditions and a
temperature of 250 deg. F minimum. The flexible
connectors shall be equipped with full faced flanges
with 150 lb ANSI standard drilling.
09 - 06.2 check Valves
A check valve shall be provided for each blower. Each
valve shall consist of a steel body, aluminum discs,
hinge post, hinge clamp and flexible sealing member.
The valve discs shall be designed such that when there
is no flow, the discs shall be held tightly against the
interior wall of the valve body and the flexible sealing
shall provide an air tight seal to prevent reverse
flow. The valve shall be capable of withstanding a
temperature of 250 deg. F minimum. The capacity of each
valve shall not be less than 2,500 scfm with a pressure .
drop of 1 -in. water column. Valves shall be of the
short body type suitable for mounting between a pair of
flanges.
09 -6
09 -06.3 Inlet Butterfly Valves
A motorized inlet butterfly valve shall be provided to
automatically throttle the suction line to each blower.
The valve shall conform to AWWA Standard C504- latest
edition and shall have a motorized operator.
When motor start occurs meter relay is energized and
inlet valve (110/1/60) begins to open.
The dual -set point meter relay shall be field set to the
amperage (high and low) conditions the process
requires. Should the inlet conditions vary, the
amperage will sense the change. The scale of the meter
relay shall also be calibrated in CFM to guide valve
setting. This shall be housed in a NEMA 4X control
panel.
Upon the ammeter passing the high or low set point on
the meter relay, a 110 volt signal energizes the
electrically operated butterfly control valve to open or
close at which point when the ammeter indication falls
between the 2 set points the valve actuator is
de- energized.
Should the blower be shut down the inlet valve will be
driven to the closed position and ready for the next
restart. This also allows the blower to start under
minimum load conditions.
09 -06.4 Outlet Butterfly Valves
An outlet butterfly valve will be provided to isolate
each blower from the discharge header. The valve shall
conform to AWWA Standard C504- latest edition and shall
have a lever operator.
09 -06.5 Flexible Couplings
A torsionally resilient flexible coupling suitable for
the service intended shall be provided for connecting
each blower shaft to the motor shaft. The coupling
shall be capable of turning the drive system, absorbing
impact energies and spreading it over an increment of
time, damping vibration and reducing peak loads. The
coupling shall be amply sized to take normal shock or
vibration loads. A service factor of 1.25 minimum shall
be used to size the coupling. The flexible coupling
shall be as manufactured by Falk Corporation. The
couplings shall be provided with protective steel
guards.
09 -7
09 -06.6 pasgpiates and Mounting Pads
A common baseplate of cast iron or fabricated steel
shall be provided for each blower /motor assembly. The
baseplate shall be constructed to support the full
weight of the blower, motor and accessories and shall be
provided with grout holes. Suitable resilient
foundation mounting pads shall be provided.
09 -06.7 High _Tgmpgratgrg_$ea5ing_P;Qtggtion
A bearing high temperature protection system shall be
provided for each blower. The device shall consist of
temperature indicating switches mounted on each blower
bearing housing.
09 -06.8 Air_Tgmpgratgrg_gguggs
An air temperature gauge shall be provided for each
blower. The temperature gauge shall be mounted in the
discharge piping of the blower, shall have a 6 -inch
diameter dial and a scale range from 0 to 300 degree F
with graduations at 5 degree F increments and figures at
30 degree F increments.
09 -06.9 Air_Prgsggrg_gauggg
An air pressure gauge shall be provided for each
blower. The gauge shall be mounted in the discharge
piping of the blower and shall have a 6 -inch diameter
dial with a total scale of 0 to 10 psig.
09 -06.10 Aif_Flow_indigatorg
A factory calibrated air flow indicating system,
including a current transformer and ammeter shall be
provided with each blower and shall be mounted in the
control panel. The current transformer shall have a 600
volt insulation rating and shall be connected in one
phase of the motor supply circuit to indicate, on an
ammeter, the blower air discharge according to the motor
load current experienced. The accuracy of meter
indication shall be within 5 percent of the actual
discharge rate. The ammeter shall be provided in a NEMA
Type 4 enclosure,suitable for flush mounting in the
blower control cabinet, and it shall have a scale not
less than 4 inches long indicating both amperes and scfm
and engraved with the surge point, rated point, and
motor overload point. The portions of the meter face
below the surge point shall be masked with transparent
red overlay.
09 -8
1
09 -06.11 Control Pangls
1
Each blower shall be supplied with a NEMA 4X control
panel to include:
1 - scfm /ammeter
1 - start -stop switch assembly with running light
and automatic reset
2 - temperature bearing gauges
1 disconnect switch
For electrical wiring requirements, see Section 09,
Electrical.
09 -06.12 Manomgtggg 1
In addition, each of the two blowers shall be equipped
with one inlet and one outlet manometer, Meriam 310EA25,
or equal. The manometers shall be wall mounted inside
the Control Building in metal cases with glass covers.
The manometers shall be equipped with 20" scales with
the inlet unit using unity oil and the outlet unit using
mercury.
09 -06.13 Nameplatgs 1
Brass or stainless steel nameplates giving the name of
the manufacturer, the serial number, model number,
horsepower, speed, and any other pertinent data shall be
attached to each motor and to each blower.
09 -07 SHIPMENT AND STQRAGE 1
The finished surfaces of all exposed flanges shall be
protected by wooden blank flanges, strongly built and
securely bolted thereto. All equipment shall be crated
to protect against damage during shipment. All parts '
shall be properly protected at the jobsite, so that no
damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is
completed and the units and equipment are ready for
operation.
09 - INgTAI '
The blowers shall be installed in accordance with the
instructions of the manufacturer and as shown on the
1 Plans. Installation shall include furnishing the
required oil and grease in accordance with the
manufacturer's recommendations.
1
09 -9 ,
All piping shall be supported so as to preclude the
possibility of exerting undue forces and moments on the
blower flanges. Suitable expansion joints shall be
furnished to isolate the blowers from the piping
system. Each blower unit shall be mounted flat and
level on the concrete slab in a manner suitable for
supporting the dead weight of the unit.
09 -09 TOODS AND SPARE PARTg
All special tools required for normal operation and
maintenance of the equipment shall be furnished with the
equipment
As a minimum, the following spare parts shall be
provided:
1. One (1) set of blower bearings
2. One (1) set of motor bearings
3. Two (2) air filter elements
All tools and spare parts shall be properly packed and
protected for long storage and placed in containers
clearly identified in indelible markings as to contents.
09-10 OPERATING INSTRWTIONS AND SERVICE
Operating and maintenance manuals shall be supplied
specifically for this installation and shall include all
cuts, drawings, equipment lists, descriptions, etc. that,
are required to instruct operating and maintenance
personnel unfamiliar with such equipment.
A qualified factory representative who has complete
knowledge of proper operation and maintenance shall be
provided for a total of one day to instruct
representatives of the Owner and the Engineer on proper
operation and maintenance of the equipment. If there
are difficulties in operation of the equipment,
additional service shall be provided at no cost to the
Owner.
After the inspection is completed, the manufacturer
shall furnish to the Engineer three (3) copies of a
letter, signed by -the service representative of the
Company, stating that the equipment has been installed
to the satisfaction of the manufacturer or exceptions
thereof and that the equipment:
09 -10
1. Has been properly installed and lubricated.
2. Is in accurate alignment.
3. Is free from any undue stress imposed by connecting
piping or anchor bolts.
4. Has been operated under full load and that it
operated satisfactorily.
Refer to Specification, Section 20, for additional O &M
manual and service requirements.
09 -11 SUBMITTALS
Information required to establish compliance with these
specifications shall be submitted in accordance with the
following provisions:
1. Certified shop and erection drawings showing
materials, details of construction, dimensions and
anchor bolt locations.
2. Descriptive literature, bulletins, and /or catalogs
of the equipment.
3. The total weight of equipment including the weight
of the single largest item or component.
4. A complete total bill of materials for all
equipment.
5. The recommended summer and winter grades of
lubricants along with alternative referenced to
equal products of other manufacturers along with a
lubrication frequency table.
6. Complete motor data.
7. Preliminary performance curves for the blowers shall
be made prior to manufacture. The performance
'curves shall be based on data established by tests
in accordance with the latest edition of the ASME
Power Test Code for Centrifugal Compressors and
shall include the following information:
a. Manufacturer's name and address
b. Model number and generic type
c. RPM
d. ICFM
09 -11
e. Discharge pressure PSIG
f. Inlet pressure PSIA
g. Inlet temperature F deg. `
h. Discharge temperature
i. Relative humidity
j. Brake horsepower required at specified capacity
and pressure
k. Bearing types and B -10 life in hours
1. Lubrication systems
8. Detailed control wiring diagrams.
Refer to Specification, Section 10, for additional
submittal requirements.
09 -12 PAINTING REOUIREMENTS
Refer to Specifications, Section 8, Painting and
Protective Coatings.
09 -13 MEASUREMENT AND PAYMENT
The lump sum price bid for the plant equipment shall
include all labor, equipment, materials, start -up
service and incidentals required to fabricate, install,
and place the plant in operation, complete with all
specified appurtenances as shown on the Plans and herein
specified.
09 -12-
SECTION 10 - SHOP DRAWINGS., g SQBMITTA0 i OPERATING MANUALS AND
gERVICE
10 -01 NUMBER OF ETT$MITTALS
Without limiting the requirements of any other Item in
these Specifications, three (3) sets of Shop Drawings
shall be submitted by the Contractor to be retained by
the Owner and Engineer. The Contractor shall submit
an additional number of submittals based on the number
that are to be returned. Shop Drawings shall be
submitted in accordance with the General Conditions of
these Specifications.
10 -02 EQUIPMENT., MATERIALS AND DESIGN SUBMITTALS REQUIRED
Equipment, material and /or design submittals are
required on all supplied items for approval by the
Engineer and the Owner. The items to be submitted
shall include but not be limited to the following: ,
Thickener
Blowers and Accessories
10 -03 REQQIREMENTE ,
All equipment manufacturers and material suppliers '
shall furnish complete shop drawing information for
approval prior to any equipment fabrication. Shop
drawings shall be completely legible and must be
1 approved prior to fabrication. Submittals will
include the following items:
1. Equipment and material drawings for major
equipment shall be full size prints (24" x 36 ")
with dimensions, weights, anchor bolt settings,
pipe connections, materials and protective
coating specifications.
2. List of anchor bolts, sizes, lengths, etc.
3. Instrument catalog cuts, specification sheets,
wiring diagrams, and calibration instructions.
4. Valve catalog cuts, dimensions, and material 1
specifications.
5. Control schematics.
6. Complete assembly drawings.
10 -1 . '
1
1
1
1
1
1
1
1
1
I s
1
1
1
1
1
1
1
1
1
7. Calculations confirming the hydraulics of the
complete treatment plant system.
B. A table showing lubrication schedule with
frequency for all equipment being supplied. The
required lubricants shall also be listed.
9. Location of nearest service center with name of
company, contact personnel, and telephone number.
10 -04 OPERATION AND MAINTENANC fANUAbg
Six (6) sets of complete Operation and Maintenance
Manuals shall be supplied by the equipment
manufacturer at the time of shipment. Manuals shall
be submitted for approval by the Engineer.
10 -05 ERVICCE
The equipment manufacturers shall provide the services
of a technical service representative to inspect and
adjust the completed installation and to instruct the
Owners personnel in the care and operation of the
equipment specified herein.
The manufacturers shall maintain a service
organization available on call with spare parts from
local stock.
All equipment provided on this project shall be
guaranteed against defects of material and workmanship
for a period of one (1) year from date of acceptance
of the project by the Owner.
Field service shall be included in each equipment
manufacturers bid to check out the installed
equipment, place it in operating service and provide
start -up and maintenance instruction service to the
plant operating personnel.
Field service time is not intended to include any time
in the field required to correct fabrication or
installation errors, and any changes resulting from
time required for this must be resolved between the
manufacturer and /or equipment supplier and the General
Contractor.
The equipment manufacturer shall coordinate all field
service trips with the General Contractor and the
Owner's representative.
10 -2
10 -06 AS BUILT DRAWINGS
The Contractor shall furnish the Engineer one (1) set
of marked -up Plans showing all the changes and
deviations made to the original Plans during the
construciton of this Project. Dimensions shall be
provided where necessary to properly locate all
structures, pipelines and appurtenances.
Three (3) sets of electrical "as built" wiring
diagrams shall also be furnished to the Engineer for
all equipment and controls by the Electrical
Subcontractor through the General Contractor._
The Engineer will record the changes, include the
electrical diagrams on the original Plans and provide
the required sets of "as built" Plans to the Owner.
10 -07 MEASUREMENT AND PAYMENT
No seRarate payment for work performed under this
Item. Include cost of same in contract prices bid for
item of which this work is a component part.
10 -3
1
1
1
1
1
1
1
1
'1
m1
1
1
1
1
1
1
1
1
1