R-89-1232 - 2/9/1989WHEREAS, the City has duly advertised for bids for the
construction of certain modifications for the West Wastewater
Treatment Plant, 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 9th day of February, 1989.
ATTEST:
NE LAND, City Secretary
C37RESWSTWA
RESOLUTION NO. /..Z3a ,
MIKE ROBINSON, Mayor
City of Round Rock, Texas
DATE: February 7, 1989
SUBJECT: Council Agenda, February 9, 1989
ITEM: 9C. Consider a resolution authorizing the Mayor to enter
into an agreement with Psencik Construction for
improvements to the West Wastewater Treatment Plant.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION: Accept the proposal of Psencik Construction
Company for $62,550.00. Please see the attached information
from HK & G.
ECONOMIC IMPACT: This project is to prolong the economic life of
the plant.
January 30, 1989
James R. Nuse, P.E.
Director of Public Works
City of Round Rock
300 S. Blair Street
Round Rock, Texas 78664
Dear Jim:
Gray,
RE: Wastewater Treatment Plant West
1988 C.I.P. Modifications
Engineer's Letter of Recommendation
RECEIVED JAN 11 1989
Bids were opened at 2:00 p.m., January 26, 1989, for construction of
Wastewater Treatment Plant West - 1988 C.I.P. Modifications. A total
of nine (9) bids were received, the lowest bidder being Psencik
Construction Co., Inc., in the amount of $62,550.00. A complete bid
tabulation is enclosed.
Based on a review of the bids received, it is our recommendation that
the contract for construction of this project be awarded to Psencik
Construction Co., Inc. in the bid amount of $62,550.00.
Please advise me as to your decision so that I may proceed with
execution of the contract documents. Should you have any questions,
please feel free to call.
Sincerely,
HAYNIE KALLMAN & GRAY NC.
Patrick A. Lac ey, P.E.
Project Manager
PAL /c la
Enclosure
cc; Michael Vollmer; City of Round Rock
icc: Steven D. Kallman, P.E., R.P.S.
James H. Domel, Director/Field Services
File No. 103 - 2253 -45
12303 Technology Blvd., Suite] Austin, Texas 78727 (512) 250-8611
Civil Engineering Consultants Municipal Engineering land Planning Surveying
01/26/89 HAYNIE KALLMAN L GRAY, INC. PAGE 1
PROJECT: West Wastewater Treatrent Plant
1988 C.I.P. Modifications
OWNER: City of Round Rock
JOB NO.: 103- 2253 -45
FILE: 58:STPWEST
8ID DATE: January 26, 1989 9 2:00 p.a.
LOCATION: Round Rock, Texas
PREP'D BY: N. Wehner Psencik Lambda W.K. LEN Onyx
Construction Construction Jennings Construction Construction
DESCRIPTION UNIT AMOUNT AMOUNT AMOUNT AMOUNT MOUNT
1 . Prepare and Paint Piping and
Equipment on STP No. 1 L.S. $13,200.00 $9,000.00 $8,960.00 $15,000.00 914,327.00
2 . Prepare and Paint Piping and
Equipment on STP No. 2 L.S. $6,600.00 $13,000.00 $14,000.00 *25,000.00 $11,021.00
3 . Furnish and Install Gravity
Thickener Replace.ent L.S. $42,750.00 $42,000.00 $43,500.00 139,200.00 $53,842.00
$62,550.00 164,000.00 $66,460.00 979,200.00 $79,190.00
Proposed Gravity Thickener Manufacturer. Enviroquip Enviroquip Enviroquip Enviroquip Aswell
01/26/89 HAYNIE KALLKAN 1 GRAY, INC. PAGE 2
PROJECT: Nest Nastewater Treatment Plant
1988 C.I.P. Modifications
OWNER: City of Round Rock
JOB NO.: 103- 2253 -45
FILE: 58:STPWEST
BID DATE: January 26, 1989 B 2:00 p.a.
LOCATION: Round Rock, Texas Nater
PREP'D BY: M. Nehner The Boswell Treatment Austin Delta
Company Construction Engineering Electric
DESCRIPTION UNIT AMOUNT AMOUNT AMOUNT AMOUNT
1 . Prepare and Paint Piping and
Equipment on STP No. 1
2 . Prepare and Paint Piping and
Equipment on STP No. 2
L.S. $20,000.00 $20,900.00 $15,000.00 623,837.00
L.S. $17,000.00 $14,900.00 $12,000.00 $12,042.00
3 . Furnish and Install Gravity
Thickener Replacement L.S. $42,225.00 $49,700.00 $60,700.00 159,079.00
_ $79,225.00 $85,500.00 $87,700.00 $94,958.00
Proposed Gravity Thickener Manufacturer. Enviroquip Not Specified Enviroquip Enviroquip
1
1
1
1
1
1
1
1
1
1
Ir
1
1
1
CITY OF ROUND ROCK
WASTEWATER TREATMENT PLANT WEST
1988 C.I.P. MODIFICATIONS
CONTRACT DOCUMENTS AND SPECIFICATIONS
SPECIFICATION NO.
HK &G Job No.: 103 - 2253 -45
January 23, 1989
ADDENDUM NO. 1
CITY OF ROUND ROCK
WASTEWATER TREATMENT PLANT WEST
1988 C.I.P. MODIFICATIONS
Addendum No. 1 to the Plans, Contract Documents and Specifications
for the City of Round Rock's Wastewater Treatment Plant West - 1988
C.I.P. Modifications.
CONTRACT DOCUMENTS
1. The City of Round Rock does require the Contractor to post, prior
to final completion, a one -year maintenance bond, as included in
the bid documents.
2. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2
of the Proposal.
PLANS AND SPECIFICATIONS
3. In areas where abrasive blasting prior to painting will occur over
water surfaces, the Owner is not requiring additional protection
to prevent the blast material from falling into the tank units.
All other areas will be cleaned after blasting.
4. The aluminum handrail on TP2 is not required to be painted.
5. The approximately 12 non - galvanized radial air drops off the
circular header shown, shall also be painted.
6. Note 2 - The six - hours -a -day downtime for surface preparation and
painting shall be changed to ten - hours - a-day.
PAL /cla
#103- 2253 -45
HAYN KALLMA & GRAY, INC.
Patrick A. Lac Key, P.E.
Project Manager
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
1988 C.I.P. 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 2:00 p.m., Thursday,
January 26, 1989, 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 1988 C.I.P.
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 1988 C.I.P. Modifications, to be
opened at 2:00 p.m., Thursday, January 26, 1989 ".
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 removal and replacement of an
existing thickener mechanism and the preparation and painting of
various mechanical equipment and piping within the City of Round Rock's
West Wastewater Treatment Plant.
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 Hallman & 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 Hallman & 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, January 8, 1989;
Sunday, January 15, 1989; and
Sunday, January 22, 1989
This Notice to Contractors shall be published in the Round Rock
Leader on the following dates, and an Affidavit of Publication
furnished:
Invoices should be sent to:
Monday, January 9, 1989;
Monday, January 16, 1989; and
Monday, January 23, 1989
City of Round Rock
Public Works Department
300 S. Blair Street
Round Rock, Texas 78664
Attn: James R. Nuse, P.E.
Director of Public Works
Page 2 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
MAINTENANCE BOND: 100%
OPENING PLACE:
ADVERTISEMENT SUMMARY
OWNER: City of Round Rock
LOCATION: Williamson County, Texas
PROJECT TITLE & TYPE: Wastewater Treatment Plant West
1988 C.I.P. Modifications
PLANS AVAILABLE: Monday, January 9, 1989
Haynie Hallman & Gray, Inc.
12303 -J Technology Blvd.
Austin, Texas 78727
Telephone: (512) 250 -8611
OPENING TIME: 2:00 p.m., Thursday, January 26, 1989
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 1988 C.I.P. Modifications to be
opened at 2:00 p.m., Thursday, January 26, 1989 ".
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
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
1988 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 4
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. Dated
One 1/23/89
Page 2 of 4
1
1
1
' JOB LOCATION: Williamson County, Texas
OWNER: City of Round Rock, Texas
1
Gentlemen:
1
1
1
1
1
1 1 L.S. Prepare and Paint Piping and Equip-
ment on Treatment Plant (TP) No. 1,
complete in place as shown on the
Plans and specified herein, for
the lump sum price of
1 Thirteen Thousand, Two Hundred
1
1
1
1
1
1
1
1
PROPOSAL BIDDING SHEET
JOB NAME: Wastewater Treatment Plant West
1988 C.I.P. Modifications
Pursuant to the foregoing Advertisement for Bids and Instruction to
Bidders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary supervision, labor, machinery, equipment, tools,
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 1988
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:
Bid Item Description
Item Quantity Unit and Written Unit Price
2
and
BASE BID
Dollars
No /100 Cents $ 13,200.00
1 L.S. Prepare and Paint Piping and Equip-
ment on Treatment Plant (TP) No. 2,
complete in place as shown on the
Plans and specified herein, for
the lump sum price of
Six Thousand, Six Hundred
and
No /100
Page 3 of 4
Dollars
Amount
Cents $ 6.600.00
1
I Bid Item Description
Item Quantity Unit and Written Unit Price Amount
1 3 1 L.S. Furnish and Install Gravity Thickener
Replacement, complete in place as
shown on the Plans and specified
1
herein, for the lump sum price of
Fortv -Two Thousand, Seven Hundred
1 Fifty Dollars
1 and No /100 Cents $ 42,750.00
TOTAL LUMP SUM BASE BID $ 62,550.00
1
MANUFACTURER DESIGNATION
1 Spec. Section Title Manufacturer's Name
02 Gravity Thickener Enviroauip Mfg. Co.
1 SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the preceding Proposal is
1 hereby respectfully submitted by:
PSENCIR CONSTRUCTION CO., INC. 1/26/89
Name of Contractor Date
1 zair
Executed by: Title or Position
P. 0. BOX 3207 (817) 773 -6464
Business Address Telephone Number
1
Temple Bell Texas 76505
City County State Zip
1 Page 4 of 4
1
Companies
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 21203
KNOW ALL MEN BY THESE PRESENTS:
That we, PSENCIK CONSTRUCTION COMPANY , INC
(Here insert the name and address or legal title of the Contractor)
, as Principal, (hereina(ter called the "Principal"),
and FIDELITY AND DEPOSIT COMPANY
(Here insert the name of the Surety)
under the laws of the State of Maryland, as Surety,
unto CITY OF POUNDROCK
.daadjg..04
Witness
C323 TX)—
Approved by The American Institute of Architects.
A.I.A. Document No A.310 February 1970 Edition.
BID BOND
, of Baltimore, Maryland, a corporation duly organized
(hereinafter called the "Surety") are held and firmly bound
(Here insert the name and address or legal title of the Owner)
as Obligee, (hereina(ter called the "Obligee"),
in the sum of FIVE PERCENT OF TOTAL AMOUNT OF BID Dollars ($ 5% TAB ).
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 WATER TREATMENT PLANT WEST 1988...CIPADDIEICATION
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, °then ise to remain in full force and effect.
Signed and sealed this 26TH. JANUARY day of A.D. 19 89
PSENCIK CONSTRU TION COMPANY, INC.
( TEN 4 ) 4 & 1\ • (SEAL)
J Principal
Th Sys. )
Witless
FIDELITY AND DEPOSIT
)1:E FIDELITY AN
B
vv-e ii/emre kir
Title
OF MARYLAND
Tide
INITh 11M1 ME M — N
Fidelity and Deposit Company
OF MARYLAND
Fidelity and Deposit Company
HOME OFFICES: BALTIMORE
N
BID BOND
PLEASE BEAD YOUR BOND
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES: BALIIYIORE. MD. 2I2n0,
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY .AND DEPOSIT COMPAN1 (W MARYLAND. and the FIDE LlTY AND
DEPOSIT COMPANY, corporations of the State of Maryland. by C. M. PECOT, JR. , Vice - President.
and C. 14. 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, consthine and appofit, E1do Johnson and Roberta
Jones, both of Temple, Texas, EACH • ..
i to true and lawful agent and Attorney -in -Fact of each, to ma(ie. ,e ecute. sea{ at s{ 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 Surv and Guardians....
And the execution of such bonds or undertakings in pi i Sance of the, Oresents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as 11 they had beenoulY ?executed and acknowledged by the regularly elected
officers of the respective Companies at their offfoea'b Baltimore 'Md., in their own proper persons.
This power of attorney revokes,`;'tjtat isstt b"tin behalf of Eldo Johnson and Alice
Garcia, dated, June 25, 1987..;:
IN WITNESS WHEREOF, the said Vice- Presidents and Aasiatent Secretaries have hereunto subscrlbed their names and affixed
the Corporate Seals of the said FIDELIt ( DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
this 1 st iiay of April - , A D 1988
The
ATTEST:
FIDELITY AND DEPOSIT COMPAN F MA LAND
C B
Assistant 'Secretary
e (:)o �-ua
Assistant Secretary
STATE OF MARYLAND
CITY OF BALTIMORE SS "
FIDELITY AND D
By
resident
M PANYY
Vice- President
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 Aeelstaut 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 mith, that they are the said officers of the Companies aforesaid,
and that the Beals 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 eubscrlbed 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 Officialeffifalig C ol al ' ore and year
first above written. /(�
•
day of 19
' ry Public
My commission expires Jn1 y 1, 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.
Thin 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 • 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
EXTRACT 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, recognizancee, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgagee and instruments in the nature
of mortgagea,...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,
shad 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, recognizancea, 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."
L1419b1TXI—Ca.
1
1
1
1
;1
1
1
1
1
1
1
1
INFORMATION REODIRED OF BIDDER
The bidder is required to supply the following information.
Additional sheets may be attached if necessary.
(1) Name rht;tttLVV• (0,151-0171-1,0..1 (0. (NG.
(2) Address P a . f9cti 3207 Tome .1 70b5
(3) Phone Number '811 - 113-(4 6 I
(4) Type of Firm:
( ) Individual,
( ) Partnership, (K) Corporation
(5) Corporation organized under t of the State of
(6) List the names and addresses of all members of the firm or names
and titles of all officers of the corporation.
iO4EPI iIi Pb6NGIu. L•tr•U.
a(,er) V. Sac.A V( i& J1
I3Wce 1 M&TDi4 J,r.
gp Sac 3Zt 7 '1Mrc4 'fK 1(405
.4 4.
Mo Re_ - wits 46f- / 7ICEl s
(7) Number of years experience i4
(8) List at least three (3) projects completed as of recent date:
Contract Amount /Class of Work/Date Completed /Name and Address of
Owner:
$ 1,**3,31D• DO W tV TP I I8/ GITY or M`G¢.EGO2. j1;165.5
$ (,07, I0.00 WT>D tam too flF IJ b l ,TE1t
$ Zlfo,r7$3. WWtP M Dp. 4 81 G>T`( DF ILOUo4 RocK,TE1C/ss
(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:
Utoual )A CMG Co. ,1 1
U 5fi11,1 ,1kt) ‘S
Page 1 of 2
gle eartaL
1
1
1
1
1
11
IR
•
i
1
1
1
1
1
1
(10) Payment of taxes, in the State of 1E45
Yes V 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
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
AGREEMENT
THIS AGREEMENT, made and entered into this 0 day of
A.D., 1989, 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.
"WASTEWATER TREATMENT PLANT WEST 1988 C.I.P. MODIFICATIONS"
Page 1 of 2
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 gSENCIK CONSTRUCTION CO., INC.
Party of the First Part Party of the Second Part
(OWNER) (CONTRACTOR)
BY: 24 /� ""` BY: Atm, A. t(11
Mayor Mike Robinson
ATTEST: ATTEST:
(the following to be executed if the Contractor is a Corporation.)
I, MU4. 4 ¶ tLt , certify that I am the Secretary
of the Corporation named as Contractor herein; that ISeu( Q , tatn - rou> ,
who signed this Contract on behalf of the Contractor was then
\ Ae PrzEe,i176Kr (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.
Corporate Seal
Page 2 of 2
s,
Signed: `M a1, L-✓1 c c,
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959
(Penalty of this bond must be 100% of Contract amount)
KNOW ALL MEN BY THESE PRESENTS:
That, PSENCIK CONSTRUCTION COMPANY, INC.
and
(Here insert the name of the Surety)
a corporation organized and existing under the laws of the State of Maryland, with its principal office in the
City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto
CITY OF ROUND ROCK, TEXAS
(Here insert the name of the Obligee)
(hereinafter called the Obligee),
in the amount of
(Here insert an amount equal to the total contract price)
SIXTY TWO THOUSAND, FIVE HUNDRED -FIFTY & NO /100 * * * * * ** 62,550.00
Dollars ($ ),
for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
day of 19
to
WITNESS:
ATTEST:
C60119a(rX)—
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 21203
FIDELITY AND DEPOSIT COMPANY
(Here insert the name and address or legal title of the Contractor)
WASTEWATER TREATMENT PLANT WEST 1988 C.I.P. MODIFICATIONS
which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall faithfully perform the work in accordance with the plans, specifications and contract docu-
ments, 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, and all liabilities on this bond shall be determined in accordance with the
provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
day of 19
PSENCIK CONSTRUCTION COMPANY, INCsEAL)
(IF INDIVIDUAL OR FIRM)
(IF CORPORATION
❑ FIDELITY AND DEPO
i$z FIDELITY AND
(hereinafter called the Principal), as Principal,
(SEAL)
((In,A (SEAL)
'1 " - C....... _.. (SEAL)
Principal
OF MARYLAND
012NEY (SEAL
IN FACT )
MN IMMI IMM MI NM • OM ME NM 1= MIE
OF MARYLAND
Fidelity and Deposit Company
HOME OFFICES: BALTIMORE
PERFORMANCE BOND
.0
z
0
F
PLEASE READ YOUR BOND
The
F&D
Companies HOME OFFICES BALTIMORE. MD 21 20
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FI DELIT Y o ND DEPOSIT COMPANY OE MARY LAND. and the FIDE LI' AN
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, constitrxe and appoint,,Bldo Johnson and Roberta
Jones, both of Temple, Texas, EACH
the true and lawful agent and Attorney -in -Fact of each, to make; ;execute, sealJztr`d deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and LIO0Y takin s ' .EXCEPT bonds on behalf of
Independent Executors, Community Surv. rs and .Colpuiunity Guardians..
And the execution of such bonds or undertakings in posts nce of these' presents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as ii,they had beenduly.executed and acknowledged by the regularly elected
officers of the respective Companies at their offhteg itt Baltimore in their own proper persons.
This power of attorney revokes' €}tat issuad on behalf of Eldo Johnson and Alice
Garcia, dated, June 25, 1987."'
IN WITNESS WHEREOF, the said Vice - Presidents and Assistant 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 Ist Fdty of _ April A D. 1988
FIDELITY AND DEPOSIT COMPAN F MA LAND
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
C ur
Assistant Secretary
Assistant Secretary
-- --- -say of ° --- -- ---- -- 19-- ---
By
FIDELITY AND D
By_ ..... -
resident
MPANY
Vice - President
STATE OF MARYLAND
CITY OF BALTIMORE SS:
On this I st day of April , A.D. 19 88 , before the subscribes, 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 depoaeth 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 maid 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 1 have hereunto set my hand and affixed my Offieisk928Milig Ci . of ' al ' re e and year
[fret above written. ___•. •
Not Public
My commission expires .Tstl y 1 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 faraimie 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
—7 .7/ - 714 1 .1 1 ,40-1.,
168 - 4019 Assistant Secretary
EXTRACT 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- 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."
L1419bITx7 —Ca.
and
to
Companies
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 21203 - -
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959
(Penalty of this bond must be 100% of Contract amount)
KNOW ALL MEN BY THESE PRESENTS:
That,_ PSENCIK CONSTRUCTION COMPANY, INC.
FIDELITY AND DEPOSIT COMPANY
(Here insert the name and address or legal title of the Contractor)
(Here inaerr the name of the Obligee)
(hereinafter called the Principal), as Principal,
(Here insert the name of the Surety)
a corporation organized and existing under the laws of the State of Maryland, with its principal office in the
City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto
CITY OF ROUND ROCK, TEXAS
(hereinafter called the Obligee),
in the amount of
SIXTY TWO THOUSAND, FIVE HUNDRED- FIFTY &
(Here insert an amount equal to the total contract price)
Dollars ($ 62,550.00 )
for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
day of--_ 19
WASTEWATER TREATMENT PLANT WEST 1988 C.T.P. MODIFICATION
which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if the said
Principal shall pay all claimants supplying labor and material to him or a subcontractor rn -the prosecution
of the work provided for in said contract, then, this obligation shall be void; otherwise to- remain in full force
and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the
Revised Civil Statutes of Texas, and all liabilities on this bond to all such claimants shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
day of 19
PSENCIK CONSTRUCTION COMPANY, IN.C.
kbEaL)
WITNESS:
- (SEAL)
(IF INDIVIDUAL OR FIRM)
ATTEST: (S
y— <— 1
i.. ,. 4�� 1_ i-CL1- ANiCE :--i --QTDO ` (SEAL)
(IF CORPORATION Principal
❑ FIDELITY AND D . •1 MARYLAND
pi FIDELITY AND
CRAM rTxi—
i
By ECDO - JONNTON, A RNEY - 'I1I" FAACT -. (SEAL)
MN M — — — — — — — — — — M — — — I
Fidelity and Deposit Company
OF MARYLAND
Fidelity and Deposit Company
HOME OFFICES: BALTIMORE
PAYMENT BOND
0
PLEASE HEAD YOUR BOND
Companies HOME OFFICES: RALi [MORE. MD 2120
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITt AND DEPOSFI COMPA'N'Y ()F MARI LAND. and the FIDELI AN!)
DEPOSIT COMPANY, corporations of the State of Maryland. 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, const taste and appoint do Johnson and Roberta
Jones, both of Temple, Texas, EACH........,
the true and lawful agent and Attorney -in -Fact of each, to makee ;.execute, seat end deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and under .EXCEPT bonds on behalf of
Independent Executors, Community Survabtzfs and,Cxpmunity Guardians
And the execution of such bonds or undertakings in It*Itance of these0nresents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as if they had been 461) and acknowledged by the regularly elected
officers of the respective Companies at their offi,es';10 Baltimore, Md., in their own proper persons.
This power of attorney revokes t11at issue on behalf of Eldo Johnson and Alice
Garcia, dated, June 25, 1987:`'?,,`
IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
this Ist <da'of April —ter , AD. 1988
168 -4019
The
F
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
FIDELITY AND DEPOSIT COMPAN
C CO 1 t ua
By
Assistant Secretary
L .LCrI �--
f
resident
FIDELITY AND D MPANY
By
Vice-Presidem
STATE OF MARYLAND
CITY OF BALTIMORE SS:
On this 1 S t day of Apr i 1 , 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 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 Offiekkaffra5R Ciy/o al 'more e and year
tint above written. ,+ -_
No tl Public
My commission expires Jul y J . 1990
CERTIFICATE
1, 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 authorised 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 celled 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
day of.__ —_____ 19
Assistant Secretary
EXTRACT 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- 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."
L1419b(TX) —Gt.
Companies
KNOW ALL MEN BY THESE I'RESENTS, that we
PSENCIK CONSTRUCTION COMPANY, INC.
hereinafter
called Principal, as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State
of Maryland, Baltimore, Maryland, hereinafter called Surety, as Surety, are held and firmly bound unto
CITY OF ROUND ROCK, TEXAS
hereinafter called Obligee in the sum of
SIXTY TWO THOUSAND, FIVE HUNDRED -FIFTY & NO /100 * * * * * * * * * * * * * * * * * * ** DOLLARS,
lawful money of the United States of America, to be paid to the said Obligee, or its successors or assigns, to
the payment of which sum well and truly to be made, we do bind ourselves, our heirs, executors, administra-
tors, successors and assigns, jointly and severally, firmly by these presents.
SIGNED, sealed and dated this day of ,19
WHEREAS, the Principal entered into a contract with the said Obligee, dated
for WASTEWATER TREATMENT PLANT WEST 1988 C.I.P. MODIFICATIONS
and,
WHEREAS, the Obligee requires that these presents be executed on or before the final completion and ac-
ceptance of said contract and
WHEREAS said contract was completed and accepted on the day
of , 19
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall
remedy, without cost to the Obligee, any defects which may develop during a period of ONE YEAR
from the date of completion and acceptance of the work performed under the contract, caused by defective or
inferior materials or workmanship, then this obligation shall be void; otherwise it shall be and remain in full
force and effect. -
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 21203
a.�
Maintenanee Bond
PSENCIK CCONSTRUCTION COMPANY, INC.
By
FID
BY:
M ' P
Principal
ANY OF MARYLAND
ELD ATTORNEY IN FACT
The
F
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES: BALTIMORE. MD 21203
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 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, consthiote and appoiM.:„Eldo Johnson and Roberta
Jones, both of Temple, Texas, EACH , _
Ire true and lawful agent and Attorney - in - Fact of each to malte,`ezecute, sertbaiid deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and *der takings:,?i-.EXCEPT bonds on behalf of
Independent Executors, Community SurviOrs and. otiniunity Guardians
And the execution of such bonds or undertakings in pyreSltSnce of tht's$ ppesents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as jt, they had been.. duly executed and acknowledged by the regularly elected
officers of the respective Companies at their offs iii BaltimoieMd., in their own proper persons.
This power of attorney revokes:Via t issued -.' behalf of Eldo Johnson and Alice
Garcia, dated, June 25,
IN WITNESS WHEREOF, the said Vice- Preaidents and AssL9Iant Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FIDELITY "AND DEPOSITC,OMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
this IS 8sty of Apr il A.D. 1988
ATTEST:
FIDELITY AND DEPOSIT COMPAN
C c.Ld By
Assistant Secretary
day oI____ —____ 19
No Public
FIDELITY AND D QOMPANY
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 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 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� Ci of al ' re a and year
first above written.
My commission expires July J. 19QQ _ — __ — _ -
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
EXTRACT 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, reoognizances, 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."
L1419bITx) —Cif.
•r
CERTIFICATE. OF INSURANCE
ISSUE DATE (MM /DD/YY)
3/17/89
PRODUCER
INSURED
X
OTHER
KEIFER MARSHALL INSURANCE AGENCY, INC.
P.O. BOX 888
TEMPLE, TX 76503
PSENCIK CONSTRUCTION COMPANY, INC.
JOSEPHINE PSENCIK, INDIVIDUAL
P.O. BOX 3207
TEMPLE, TX 76503
ORD 25-S (11/ &5)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
PIRATION DATE TH , THE SUING COMPANY WILL XBQdOFX%06JOVOX
MAIL 10 RITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
L LURE TO MAIL SUCH OTICE SHALL IMPOSE NO OBLIGATION OR
AN ND UPON THE ••MP _ Y, ITS AGENTS OR REPRESENTATIVES.
AU S TATIVE
BILITY
IIR/ACORD CORPORATION 198.5
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONOI.
TIONS OF SUCH POLICIES.
TYPE OF INSURANCE
TR
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE
OWNER'S & CONTRACTORS PROTECTIVE
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABIUTY
1 X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
OCCURRENCE
CITY OF ROUND ROCK
221 E. MAIN STREET,
ROUND ROCK, TEXAS 78664
POLICY NUMBER
ZLD3106023
AHD3351268
UHD3316222
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.
COMP A HANOVER INSURANCE
COMPANY
LETTER
COMPANY C
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
POLICY EFFECTIVE,
DATE (MM/DDM')
1/29/89
1/29/89
1/29/89
POLICY EXPIRATION
DATE (MMOO/YY)
1/29/90
1/29/90
1/29/90
)ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
JOB: WASTEWATER TREATMENT PLANT WEST 1988 C.I.P. MODIFICATIONS
COMPANIES AFFORDING COVERAGE
GENERAL AGGREGATE
PROOUCTS-COMPIOPS AGGREGATE
PERSONAL & ADVERTISING INJURY
EACH OCCURRENCE
FIRE DAMAGE ANY ONE FIRE)
MEDICAL EXP NSE ANY ONE PERSON)
CsL
BOOILY
INJURY
ACCIDENT)
PROPERTY
DAMAGE
STATUTORY
ALL LIMITS IN THOUSANDS
$ 1000
$
$
$
$ 1
$ 10 00
$ 500
$ 500
$ 50
$ 5
EACH AGGREGATE
CCCURRENCE
$ 1000 $ 1000
EACH ACCIDENT)
$ (DISEASE-POLICY LIMIT)
(DISEASE -EACH EMPLOYEE)
Y PSENCIK CONSTRUCTION COMPANY, INC.
JOSEPHINE PSENCIK, INDIVIDUAL
P.O. BOX 3207
TEMPLE, TX 76503
Js
=j' THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
6 t B E ISSUED Of NOTWITHSTANR MAY DING P ANY ERTAIN REQU THE INSU AFFORDED R , TERM OR CONDITION V THE PO OF ANY
TIONS OF SUCH POLICIES.
LETTER C
COMPANY D
LETTER
COMPANY E
LETTER
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED
LI CO CIES DE RIBED NT OR OTHEHERR EIN DOCUMENT WITH RESPE TO WHICH THIS CERTIFR
SUBJECT TO ALL THE CT TERMS, EXCLUSIONS, Al
CD
LTR
TYPE OF INSURANCE
,, I•POLICY NUMBER
POLICY EFFECTIVE
DATE (MOVCOYY)
POLICY EXPIRATION
DATE (MM)DDIYY)
ALL LIMITS IN THOUSANDS
A
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
TO FOLLOW
1/29/89
1/29/90
GENERAL AGGREGATE
PRODUCTS- COMPIOPS AGGREGATE
H. 1 IIUI1
-
—
I CLAIMS MAOA
OWNER & CONTRACTORS
X OCCURRENCE
PROTECTIVE
PERSONAL 5 ADVERTISING INJURY
$
EACH OCCURRENCE
FIRE DAMAGE (ANY ONE FIRE) MI
M EXPENSE (ANY ONE PERSONI $ C
v; I
E
AUTOMOBILE
—
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
GARAGE LIABILITY
TO FOLLOW
1/29/80 29 / 80
1/29/90 29 / 90
$ 1000
C. 4i,
Y'3� �!4y� A-'71
BODIL
, PER P PERSON)
$
BOOL
1 WUR r
ACCDENTI
$
PROPERTY
DAMAGE
$
,F�*
EXCESS LIABILITY
OTHER THAN U'.IDRELLA FORM
TO FOLLOW
1/29/89
1/29/90
�' �,
EACH
OCCURRENCE
$ 1000
AGGRECw
$ 1000
WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY
-
'- - -- --
- - "'
STATUTORY
A f `� + -' •� --
"'
$ )EA . ACC CENT
$ O6EASE -POLICY ',IMIT)
$ 10!SEASE - EACH EMPLOYEE
1
OTHER
' DESCRIPTION OF OPERATIONS( LOCATIONS/VEHICLES /RESTRICTIONS /SPECIAL ITEMS
JOB; WASTEWATER TREATMENT PLANT WEST 1988 C.I.p, MODIFICATIONS
'. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANC €LLED BEFORE THE EX-
. CITY OF ROUND ROCK ; PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
ROUND ROCK, TEXAS • MAIL 10 DAYS WRI - • •TICE • HE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT - R 0 MAIL SUCH NO ICE SHALL IMPOSE NO OBLIGATION OR
LI • , KIND UPON THE COM ANY ITS AGENTS OR REPRESENTATIVES.
•' A 1 HORIZE• REP •E TIVE .
r
or
PRODUCER
KEIFER MARSHALL INSURANCE AGENCY, INC,
P.O. BOX 888.
TEMPLE, TX 76503
INSURED
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFEPS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEN C .
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
LETTER A HANOVER INSURANCE
COMPANY B
LETTER
ISSUE DATE (MM /Gf.
2/22/89
: ! /:IN•1:1••N•:IJ•I:I•111•I:G4I:
OVERAGES
ERTIFICATE HOLDER
CERTIFICATE OF INSURANCE
CANCELLATION
SET TAB STOPS AT ARROWS
INSURED
:0—
TR
OTHER
IRMO
or
PRODUCER
Reif.r Marshall Ins. Agoilloy, Inc.
P.O. Box 888
Temple, Te:aa 76503
Ps.ncik Construction Co., Zno.
P.O. Box 3207
Tomtits, Tuxes 76543
TYPE OF INSURANCE
GENERAL LIABILITY
COMPREHENSVE FORM
PREMISES/OPERATIONS
EXPLOSION & HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
Al IYAMTIRI1 F 11E511 ITV
ANY AUTO
ALL OWNED AUTOS (PRIV PASS.)
ALL OWNED AUTOS ( PkNRPA$SN)
HIRED AUTOS
NONMWNEO AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS' COMPENSATION
AND
EURI MFRS' 1 10511 ITT
POLICY NUMBER
34TH 923 746 01
ESCRIPTION OF OPERATIONS/LOCATTONSNEHICLES /SPECIAL ITEMS
City of Round Rock
221 S. Main St.
Round Rook, Torras 74444
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMENO.
EX TEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANY S
LETTER
COMPANY
LGTTEP 4%
COMPANY D
11111
COMN�PANY
1 FTTFR
COMPANIES AFFORDING COVERAGE
LETTER A Lumberman' Mutual Casualty Co.
THIS 15 TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE.ISSUED OR MAAS,RERSAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJEGS,COA.LL THE TERMS. EXCLUSIONS. AND CON01-
TIONS OF SUCH POLICIES: • - ` - - -
POLICY FEMME
DATE (MWDOMD
7 -14 -8i
POLI(Y EXPIRANON
BATE IMA90FIR1
7 -14 -84
BODILY
INJURY
LIABILITY LIMITS IN THOUSANDS
PROPERTY
DAMAGE
BI & PD
COMBINED
av_Y
4'
:PEI PERSON%
BYARY
NARY NAOENTI
PROPERTY
DAMAGE
EACH
OCCURRENCE
$
$
PERSONAL INJURY
$
$
I M A M
COMBINED $
B 450
COMBINED $
STAIOTORY
ISSJC DAIC (MMIUUnY)
3 -17 -89
$
$
$
AGGREGATE
cn
$ 100 (EACH ALCIOENT)
$ 500 l g.ag PQLTY LIMIT)
0 188 IDIOEAOC EACH CMPLOVCCI
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAN. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, NUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES
A11T1 1 D RFPRCSCNTATI,C I 1! �{
1
I TO [ KEMPER INSURANCE COMPAP!Y
P.O. BOX 479500
1
1
1
1
1
L_
KE6_�Efi MARSHALL !NS urAN .1
iNCORPORATED
P.D. BOX 9B2 G TEMPLE, TEXAS 7E2.03.0522
(817) 778 -4207
GARLAND, TX 75047 -9500
7
DATE 2/22/R9
SUBJECT PSENCIK CONSTRUCTIn!! COMPANY, TUC.
ASSIGNED RISK PnLICY P 3CL 923746 -01
EFFECTIVE 7/1 TO 7/14/89
PLEASE ISSUE A WORKERS COMPENSATIO`+ CEPTIFICATE OF INSURANCE TO:
CITY OF POUND ROCK
ROUND ROCK, TEXAS
T!!IINK Ynu,
r
1
1
1
laler Dloup, 1962
I N17113 The Drawing Board, Dallas Teas 75266 - 0429
a1c.
DATE
SIGNED
GCr.161C■IT V CCn TI-110 nt%n• r,r --rr tn. ,.n
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority
2.02 Right of Engineer to Modify Methods
and Equipment
2.03 Changes and Alterations
2.04 Damages
2.05 Losses from Natural Causes
2.06 Laws and Ordinances
2.07 Licenses, Permits, and Certificates
2.08 Royalties and Patents
2.09 Keeping of Plans and Specifications Accessible
2.10 Discrepancies and Omissions
2.11 Contractor's Understanding
2.12 Extra Work
2.13 Payment for Extra Work
2.14 Assignment and Subletting
2.15 Subcontractors
2.16 Owner's Status
2.17 Completed Portions of Work
2.18 Materials
2.19 Receiving and Storage of Materials
2.20 "Or Equal" Clause
2.21 Completed Work
2.22 Materials Furnished by the Owner
2.23 Protection of Property
2.24 Shelters for Workmen and Materials
2.25 Sanitary Facilities
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and
Construction Plant
3.02 Performance, Payment and Maintenance Bonds
3.03 Contractor's Ability to Perform
3.04 Superintendence and Inspection 1
3.05 Character of Employees 1
3.06 Contractor's Duty to Protect Persons
and Property 1
3.07 Safety Codes 1
3.08 Barricades 1
3.09 Minimum Wages 1
3.10 Unsuitable Work or Materials 1
3.11 No Waiver of Contractor's Obligation 1
3.12 Site Clean Up 1
3.13 Guarantee 1
(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 20
9.01 Character of Measurements 20
9.02 Estimated vs. Actual Quantities 20
9.03 Payment 21
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
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
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 RALLMAN & 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 $ ubcontractor. "Subcontractor" shall mean and refer only to a
business organization or individual having a direct contract
with the Contractor for (a) performing a portion of the Contract
work, or (b) 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-
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.
2.03 Changes and Alterations. The Contractor agrees that the Owner,
through the Engineer, may make such changes and alterations as
the Owner may see fit in the line, grade, form, dimensions,
plans, or materials for the work herein contemplated or any part
thereof either before or after the beginning of the construction
without affecting the validity of this Contract and the
accompanying bonds. If such changes or alterations diminish the
quantity of the work to be done, they shall not constitute the
basis for a claim for damages or anticipated profits on the work
that they may be dispensed with.
-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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 Weeping 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.
I 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.
1
-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.
-6-
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 "0r 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-
1
Contract as outlined in Section 7 "Termination of Contract ", if
job progress indicates that the Contractor lacks either
1
appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall give
I 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
I 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
1 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
1 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
1 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
U 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
1
corrected.
3.06 Contractor's Duty to Protect Persons and Property. In the
1 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
I 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
I 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.
I 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
1
performance of these duties should such recommendations and
requirements not be adequate or reasonable under the
circumstances.
1
-10-
1
3.07 Safetv 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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.
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 maintenance
bond) shall pay the cost thereof.
-12-
1
1 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
I 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
I 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
1 Engineer at the Contractor's expense.
4.02 Right of Entry. The Owner reserves the right for its personnel
1 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
1 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
I 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
I
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,
1 supervisors, or project representatives so appointed when such
directions and instructions are consistent with the obligations
of this Contract.
1 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
I 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.
1 The respective rights of and operations of the various interests
involved shall be established and coordinated by the Engineer.
1 4.05 Right- of -Way. Easements across private property and lands
needed for construction under this Contract will be provided by
the Owner.
1
1
1 -13-
4.06 Adeauacv 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 ASuch 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-
1
5.04
1
1
1
1
1
1
5.05
1
1
1
1
5.06
1
1
1
1
1
1
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.
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.
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-
1
6 .
' 6.01
1
1
1
1
1
1
' 6.02
1
1
6.03
1
1
1
1
1
1
IDEMNITY
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.
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.
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 $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insurance
coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above,
the Contractor shall furnish the Owner with a certificate
verifying said insurance. Said certificate shall state that the
Owner shall be given 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 Riaht 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-
1
1
1
7.02
1
1
7.03
11
1
8.
8.01
1
1
1
8.02
1
1
1
1
1
1
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.
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.
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.
ABANDONMENT OF CONTRACT BY CONTRACTOR
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.
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 Quantities. 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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
4ECTION 01 - INFORMATION
SPECIAL CONDITIONS OF THE AGREEMENT
01 -01 ENGINEER
The word "Engineer" in these Specifications shall be
understood as referring to HAYNIE HALLMAN & GRAY,
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
The Agreement will be prepared in not less than seven
(7) counterpart (original signed) sets. Owner will
furnish Contractor two (2) sets of conforming
Contract Documents, Technical Specifications and
Plans free of charge, and additional sets will be
obtained from Engineer at commercial reproduction
rates plus 20% for handling.
01 -03 GOVERNING CODES
All construction as provided for under these Plans
and Specifications shall be governed by any existing
Resolutions, Codes and Ordinances, and any subsequent
amendments or revisions thereto as set forth by the
Owner.
01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
Refer to the General Conditions of Agreement, Section
5.06, Page 15 for description.
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.
01 -06 OWNER
The Owner shall be the party or parties named in the
Notice to Contractors.
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. Prior to submission
S -2
1
' of final as -built drawings to the Engineer, the
Contractor shall meet with representatives of the
Owner and Engineer on the site to verify the accuracy
1 and completeness of the as -built drawings.
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
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
The Contractor will be responsible for providing his
own utility services during construction. No
1 additional payment will be made for this item.
02 -05 GUARANTEES
1 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,
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,
present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will
determine whatever existing improvements are to be
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
the owner of the utility to be moved and have it
moved. The cost of any utility relocation will be at
1
1 SC -3
the Contractor's sole expense. Owner will not be
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.
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 HAND
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.
SC -4
02 -12 CONSTRUCTION STARING
The Engineer shall provide construction staking for
this project. The Contractor shall furnish and pay
for any re- staking.
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 STARES, 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.
SC -5
1
1 SECTION 03 - INSURANCE
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.
The principal types of insurance which will be
necessary are:
1
1
1
1
1
1
A $500,000 umbrella coverage shall also be required.
1
1
1
1
1
1
1
1
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
Property Damage
$300,000 each person
$300,000 each accident
$100,000 each accident
$100,000 aggregate
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
SC -6
SECTION 04 -
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.
Owner's Protective as required by the General
Conditions of the Agreement.
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.
SC -7
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.
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
1
TECHNICAL SPECIFICATIONS
INDEX
SECTION 01 - GENERAL (Pages 1 thru 4) Page
01 -01 Scope of Work 1
01 -02 Construction Site 1
01 -03 Hackwork 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 -09 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 - GRAVITY THICKENER (Pages 1 thru 5)
02 -01 General 1
02 -02 Thickener Mechanism (Bridge Supported) • • • 1
02 -03 Anchorage 4
02 -04 Storage 4
02 -05 Painting 5
02 -06 Service, Startup and Training 5
02 -07 Shop Drawings and Submittals 5
02 -08 Measurement and Payment 5
SECTION 03 - PAINTING AND PROTECTIVE COATINGS (Pages 1 thru 11)
03 -01 General 1
03 -02 Scope of Work 1
03 -03 Preparation of Surface 2
03 -04 Painting Schedule 6
03 -05 Application of Paint 7
03 -06 Inspection 9
03 -07 Workmanship 9
03 -08 Protection of Work 9
03 -09 Color Selection 10
03 -10 Maintenance Materials 10
03 -11 Pipe Markers 11
03 -12 Measurement and Payment 11
i
1
1 SECTION 04 - ELECTRICAL (Pages 1 thru 13) Pace
04 -01 Scope 1
04 -02 Applicable Specifications and Standards . . . 1
I 04 -03 General Conditions 1
04 -04 Plans and Specifications 1
04 -05 Codes, Permits and Inspections 2
I 04 -06 Progress and Guarantee 2
04 -07 Cutting: Repairing 2
04 -08 Basic Materials and Methods 3
04 -09 Conduit System 3
04 -10 Conductors 4
04 -11 Electrical Service System 4
04 -12 Grounding System 5
04 -13 Temporary Power 5
04 -14 Electrical Distribution System 5
04 -15 Branch Circuits 6
II 04 -16 Wiring Devices 6
04 -17 Lighting Fixtures 6
04 -18 Lamps 7
' 04 -19 Other Systems 7
04 -20 Electrical Power Equipment 7
04 -21 Motor Control Center 8
04 -22 Electric Motors 12
'
04 -23 Shop Drawings and Submittals 12
04 -24 Equipment Finish 13
04 -25 Electrical Service 13
I 04 -26 Guarantee 13
04 -27 Measurement and Payment 13
1
1
1
1
1
1
1
1
1
SECTION 05 - SHOP DRAWINGS, SUBMITTALS, OPERATING MANUALS AND
SERVICE (Pages 1 thru 3)
05 -01 Number of Submittals 1
05 -02 Equipment, Materials and Design Submittals
Required 1
05 -03 Requirements 1
05 -04 Operation and Maintenance Manuals 2
05 -05 Service 2
05 -06 As Built Drawings 3
05 -07 Measurement and Payment 3
ii
1
I SECTION 01 - GENERAL
01 -01 SCOPE OF WORK
1 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.
I This work shall be awarded under one contract and shall
include preparation and painting of exposed,
non - galvanized piping and treatment equipment on
treatment plants 1 and 2, and removal of the existing
I
and installation of a new 24' diameter sludge thickener,
complete in accordance with the Plans and subject to the
terms and conditions of the Contract Documents.
1 01 -02 CONSTRUCTION SITE
II 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.
I The Contractor shall, at his own expense, maintain the
entrance road free from dust, mud, excess earth or
II debris which constitutes a nuisance or danger to the
public using the thoroughfare or the occupants of
adjacent properties.
1 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
II shall be immediately removed.
01 -03 BACKWORK
1 The Contractor shall coordinate his operations in such a
manner as to prevent the amount of clean -up and
I 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
II to his satisfaction.
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 INSPECTION 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 NOTIFICATION
The Owner's representative must be notified a minimum of
24 -hours in advance of beginning construction.
01 -07 CONSTRUCTION STAKING
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 TESTING AND ACCEPTANCE 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,
I
reference and resetting of property corner monuments if
disturbed.
' 01 -11 CONTRACTOR'S USE 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
' 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 MATERIALS 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
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
I 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
II designated material, article or process.
1 01 -3
1
01 -14 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.
01 -4
1
SECTION 02 - GRAVITY THICKENER
1 02 -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
Enviroquip Envirex, Walker Process, or approved equal.
' 02 -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 plates,
scum baffle, control panel, and anchorage. All
fabricated steel shall be hot dipped galvanized and
assembled in the field by bolted connections. Field
welding will not be allowed.
02 -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.
1 02 -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
1 supported by tie rods will not be acceptable.
1
02 -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
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.
Vertical steel pickets fabricated from 3" x 3 " -x 1/4"
structural steel angles shall be provided on each
collector arm.
02 -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,
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
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
anchor bolts shall be no less than 5/8" diameter, hot
dipped galvanized. The collector drive mounting plate
shall be provided with the bridge.
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
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.
02 -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
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
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
secondary gear shall have a pitch diameter not less than
02 -2
22 inches. The primary and secondary gear reducers
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.
02 -02.5 Drive Control Panel (Pending & Terminal Overloads)
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
equipment disconnect and related equipment shall be
located in the control panel and the interconnecting
conduit and wiring shall be provided by the Contractor
in accordance with the requirements of Section 04,
Electrical.
The existing motor starter located remotely from the
thickener unit, and below ground conduit /conductor from
the starter to the thickener unit shall be reused. The
Contractor shall reconnect this equipment to the new
drive control panel in order to provide a complete
working system.
The control panel shall include one disconnect switch
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.
The power supply to the panel control circuits shall be
single phase, 60 Hz, 120 volts AC provided by a control
transformer.
02 -3
02 -02.6 Weirs and Baffles
Weir plates shall be furnished for mounting on the
existing steel troughs as shown. Weir plates shall be
adjustable and shall be fabricated from either 14 gauge
304 stainless steel or fiberglass with 304 stainless
steel fasteners. The existing steel weir troughs shall
be prepared and painted in accordance with the.
specifications.
02 -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.
02 -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
spaced to satisfy shear and deflection requirements.
02 -03 ANCHORAGE
All anchorage in this section shall be furnished by the
equipment manufacturer and unless noted otherwise, shall
be stainless steel.
02 -04 STORAGE
All parts held in storage prior to installation by the
Contractor shall be stored in strict accordance with the
recommendations of the manufacturer.
Electrical equipment must be stored in weatherproof,
ventilated enclosures.
02 -4
02 -05 PAINTING
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
factory primed or finished painted with compatability
for a finish field coat to be applied. Refer to Section
03, Painting and Protective Coatings, for specific paint
requirements.
02 -06 SERVICE, STARTUP AND TRAINING
The Contractor shall include in his bid the combined
services of factory trained equipment representatives
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.
02 -07 SHOP DRAWINGS AND SUBMITTALS
Refer to Section 05 of these Specifications
02 -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.
02 -5
SECTION 03 - PAINTING AND PROTECTIVE COATINGS
03 -01 GENERAL
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.
03 -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
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
03 -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.
03 -03 PREPARATION OF SURFACE
03 -03.1 Definitions
For purposes of cleaning metal prior to painting, the
following definitions shall apply:
SSPC -SP1 Solvent Cleaning
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.
SSPC -SP2 Hand Tool Cleaning
The removal of loose rust and mill scale by hand wire
brushing, scraping, chipping or sanding.
SSPC -SP3 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.
03 -2
SSPC -SP4 Flame Cleaning
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.
SSPC -SP5 White Metal Blast Cleaning
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 -SP6 Commercial Blast Cleaning
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.
SSPC -SP7 Brush -Off Blast Cleaning
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.
SSPC -SP8 Pickling
The complete removal of all rust, mill scale and foreign
matter by chemical reaction or electrolysis in acid
solutions.
SSPC -SP10 Near -White Metal Blast Cleaning
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.
03 -03.2 Non - Submerged Metals
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
03 -3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1�
1
1
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 03 -04,
Painting Schedule, set out below. Allow 5 days for
hardening of final coat before placing in water.
03 -03.3 Submerged Metals
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.
03 -4
03.03.4 Concrete and Concrete 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.
03 -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.
03 -03.6 Field Installed Pump, Pine and Valve Materials
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).
03 -5
03 -04 PAINTING SCHEDULE
03 -04.1 Concrete and Concrete Block
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.
03 -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.
03 -04.3 Non - Submerged Metals Above and Below Grade
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.
03 -6
03 -04.4 Submerged Metals - Plant Equipment and Tanks
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.
03 -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
03 -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.
03 -8
1
I 03 -06 INSPECTION
Inspection and acceptance of the sandblasting shall be
achieved prior to application of the prime coat of
I
paint. The Contractor shall schedule and coordinate his
work with the Owner's representative to allow for
expenditious prosecution of the inspection and painting.
1 Instrumentation to be provided by the Contractor for
inspecting painting shall include a wet film thickness
I 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"
I 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
I
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 to
I 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
I inspected for applied dry film thickness as well as
pinholes and holidays.
03 -07 WORKMANSHIP
All work shall be done by skilled craftsmen who are
qualified to perform the required work and shall be done
I 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
I
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.
1 03 -08 PROTECTION OF WORK
Full protection shall be given other work from damage by
use of clean drop cloths during the time that the paint
is being applied.
1
1 03 -9
03 -09 COLOR SELECTION
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 AA90 White
Hatches OSHA Safety Yellow
Structural Steel Light Grey
Valve Operators, Gate Frames
Isolated Valves & Floor Stands OSHA Safety Yellow
Fire Hydrants OSHA Safety Red
Chemical Feed OSHA Safety Orange
Chlorine System OSHA Safety Red
Blower System OSHA Safety Blue
Sanitary Drains AB05 Black
* Sludge Pumps & Polymer System OSHA Safety Green
Lift Station Piping OSHA Safety Green
Office Complex Walls Wicker
Office Complex Woodwork Kodiak
* Future
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.
03 -10 MAINTENANCE MATERIALS
The Contractor shall provide a minimum of one (1) gallon
of each color and each type of paint for maintenance use
by the Owner. The paint shall be supplied in unopened
factory sealed containers clearly labeled for
identification.
03 -10
03 -11 PIPE MARKERS
All repainted piping systems shall be identified as to
content and direction of flow by use of pipe markers.
This shall be done by the use of circumferential color
bands around the pipe. In addition, all physical
hazards within the scope of the project shall be
identified by signs or markings as required by OSHA.
The location and information on these markers shall be
as directed by the Engineer. The markers shall be as
manufactured by W. H. Brady Company, Seton Name Plate
Corp., or approved equal.
03 -12 MEASUREMENT 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.
03 -11
SECTION 04 - ELECTRICAL
04 -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.
04 -02 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
04 -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.
04 -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.
04 -1
The Contractor's electrician shall notify the Contractor
of any additional frame work necessary to support the
control panels per the Plans and Specifications.
04 -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.
04 -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.
04 -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.
04 -2
04 -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.
04 -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.
04 -3
1
I 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
I
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
I 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
I 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.
1 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
I the Plans. The length of flexible connections shall not
exceed 36 inches.
I 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
1 conduit shall be encased in concrete 6 inches in all
directions.
I 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 ".
04 -10 CONDUCTORS
I A complete system of conductors shall be installed in
the raceway systems. Conductors, unless otherwise
indicated, shall be thermoplastic- insulated type THWN or
I 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
I Code requirements and the maximum unbalanced current in
the neutral does not exceed the capacity of the
conductor. All conductors shall be copper.
1 04 -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
1
1 04 -4
1
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.
04 -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.
04 -13 TEMPORARY POWER
Temporary single phase power will be provided to the
Contractor during construction.
04 -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.
04 -5
04 -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.
04 -16 WIRING DEVICES
(a) DUP1ex 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.
04 -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.
04 -6
04 -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.
04 -19 OTHER SYSTEMS
Other systems shall be as specifically indicated on the
Plans. All empty conduits shall be provided with 200
pound test pull line.
04 -20 ELECTRICAL POWER EQUIPMENT
04 -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.
04 -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.
04 -7
04 -21
04 -21.3 Structure
Lightning Arresters shall be furnished on
services of this project. Such lightning
shall be Thyrite type, G.E. 9L15BCO003 or
suitable for the particular installation.
arresters shall also be provided on motor
motors 10 hp or greater.
the secondary
arresters
approved equal
Lightning
feeders of
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 #D60 -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
04 -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.
04 -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.
Each section shall be a totally enclosed, dead front,
free standing assembly, a nominal 91" in height, 20 " -21"
04 -8
1
' deep front mounted units. Removable lifting angles
shall be provided for handling. Each section shall
contain a horizontal wireway at the bottom and a
1 vertical wireway with adequate cable supports for field
wiring.
All structure doors shall be hinged and shall be secured
with quarter turn fasteners.
04 -21.4 Busses
The entire bus system shall be braced to withstand a
fault current of 42,000 RMS symmetrical amperes.
Insulation sleeves shall be provided for the full length
of all busses.
04 -21.5 Main Horizontal Bus
1 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
t extension of the motor control center from both ends.
Busses shall be pre - drilled for splices for bus
extension.
04 -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.
1 04 -21.7 Wiring
' The motor control center shall be wired in compliance
with the requirements for NEMA Class II, Type B.
' 04 -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.
04 -21.9 Interlocks
1 Starter doors shall be provided with mechanical
interlocks to prevent unintentional opening of the door
04 -9
1
' when the unit is energized and the accidental
application of power when the door is open. An
interlock defeat shall be provided for intentional
I 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.
1 04 -21.10 Locking
' Provisions shall be made to padlock each unit disconnect
in the OFF position with a minimum of three padlocks.
04 -21.11 Combination Motor Controllers
I Combination motor controllers shall be of the NEMA size
indicated, full line start, closed transition type.
I Each unit shall contain the number of auxiliary
contacts, pilot and control devices listed below:
t 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 as
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
I
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 ext6rnal, insulated reset
I mechanisms.
Overload heaters shall be provided and sized to
coordinate with the actual full load current of the
'
equipment furnished.
1 04 -10
Control power shall be provided by starter control
transformers and relay contacts in the control cabinets.
04 -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.
04 -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.
04 -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.
04 -21.15
Acceptable Manufacturers
The following manufacturers are acceptable suppliers:
Westinghouse Electric Corporation
General Electric Company
Square D Company
Allen Bradley
Siemens -Allis
04 -11
04 -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 .isapplied
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.
04 -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.
04 -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
04 -12
1
(c) Conduit
(d) Safety Switches
1 (e) Motor Control Center
(f) All Controls and Cabinets
1 04 -24 EQUIPMENT FINISH
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
1 Engineer from the equipment manufacturer's standard
color chart.
04 -25 ELECTRICAL SERVICE
04 -25.1 General
The Owner will make arrangements with Pedernales
Electric to locate and provide 3 phase underground and
overhead power service at the wastewater plant site.
1 The Owner will pay for all fees charged directly by
Pedernales Electric for equipment and labor supplied to
provide such service.
1 04 -26 GUARANTEE
All electrical and control equipment shall be guaranteed
1 against defects in material and workmanship for a period
of one (1) year from the date of system acceptance.
04 -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.
1
1 04 -13
1
SECTION 05 - SHOP DRAWINGS, SUBMITTALS, OPERATING MANUALS AND
SERVICE
05 -01 NUMBER OF SUBMITTALS
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.
05 -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
Paint System
05 -03 REQUIREMENTS
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
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
specifications.
5. Control schematics.
6. Complete assembly drawings.
05 -1
7. Calculations confirming the hydraulics of the
complete treatment plant system.
8. 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.
05 -04 OPERATION AND MAINTENANCE MANUALS
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.
05 -05 SERVICE
The equipment manufacturers shall provide the services
of a technical service representative to inspect and
adjust the completed installation and to instruct the
Owner's 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.
05 -2
1
05 -06 AS BUILT DRAWINGS
The Contractor shall furnish the Engineer one (1) set
I 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
1
structures, pipelines and appurtenances.
Three (3) sets of electrical as built" wiring
I 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.
I
05 -07 MEASUREMENT AND PAYMENT
I 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.
1
1
1
1
1
1
1
1
1
1 05 -3
1