Loading...
R-90-1528 - 10/23/1990ATTEST: WHEREAS, the City of Round Rock has duly advertized for bids for the 1990 Tank Rehabilitation Project, and WHEREAS, Corrosion Eliminator, Inc. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Corrosion Eliminator, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the bid of Corrosion Eliminator, Inc. is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Corrosion Eliminator, Inc. for the 1990 Tank Rehabilitation Project, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 23rd day of October, 1990. RS10230B Ci y Secretary RESOLUTION NO. l6 g R xiAL MIKE ROBINSON, Mayor City of Round Rock, Texas __ Or AOUNO ROOK -- ---- DEPARTMENT 121 East Main Street Round Rock, Texas 78664 B:D TABULATION (512) 255-8512 ___---- E.O1 E. Steve nili6r1 DATE: In/IA/cin 4 •-• SHEET 1 t. • ..YP n i .., -- CONTRACT: 1990 Tank Rehebilitatiou -- — B I DOF.RS — . T * Tral.;IS Painters _ Bid Bond?Co.stmers LOCATION: City Hall Council Chambers Corrosion Eliminator Bid Bond? Yes A-Way Tank Service Bld Bond? yes M.R.S. Contracting Bid Bond? No - October 16, 1990 2:00 pm 91D DATE. TIME: 1 T a - m UN I T QUANTITY APPROX. U N I T PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 1. Barton Hill L.S. $ 48,769.00 43,990.00 - $ 44,087.00 $ 55,000.00 1.A. Welding Foot 1100 $ 13.60 $ 14,960.00 $ 10.00 $ 11,000.00 $ 26.17 $ 28,787.00 $10.00 $ 11,000.00 1.B. Shroud L.S. $ 8,000.00 $ 16,500.00 $ 8,876.00 $ 34,000.00 Subtotal: $ 71,729.00 $ 71,490.00 $ 81,750.00 $ 100,000.00 . . 2. Westinghouse L.S. . $ 16,010.00 $ 15,990.00 $ 18,264.00 $ 19,566.00 2.A. Welding Foot 850 $ 13.70 $ 11,645.00 $ 10.00 $ 8,500.00 $ 22.50 $ 19,125.00 $ 10.00 $ 8,500 2.8. Shroud L.S. $ 3,659.00 $ 2,500.00 $ 4,358.00 $ 18,000.00 Subtotal: $ 31,314.00 $ 26,990.00 $ 41,747.00 $ 46,066.00 3. Concrete Peels _ S.Y. 50 $ 18.82 $ 941.00 $130.00 $ 6,500.00 $ 24.00 $ 1,200.00 $110.00 $ 5,500.00 . . BID TCTAL: $ 103,984.00 $104,980.00 - _ :$124,697.00 $ 151,566.00 . i DATE: October 18, 1990 SUBJECT: City Council Meeting, October 23, 1990 STAFF RESOURCE PERSON: Steve Miller ITEM: 121B. Consider a resolution authorizing the Mayor to enter into a contract with Corrosion Eliminator Inc. for the 1990 Tank Rehabilitation Project. STAFF RECOMMENDATION: Four (4) bids were received on the 1990 Tank Rehabilitation Project. The low bid of $ 103,984.00 submitted by Corrosion Eliminator, Inc. of Mineral Wells, Texas is recommended by staff for award. This company has an established record in rehabilitating water storage tanks. This project shall incorporate the use of shrouds for containing paint debris. All sand shall be collected and disposed of through the use of concrete stabilization. /-' \T T- - Th T t,ii Y yr ROUND ROCK PUBLIC WORKS • PROJECT I990 TANK REHABILATION PROJECT 1� 1' 1 1 1 1 1 11 11 11 1� 11 1 11 1J 1 1 1 1 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS PROPOSAL AND PROPOSAL BIDDING SHEETS AGREEMENT BID BOND PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND NOTICE OF AWARD NOTICE TO PROCEED GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS 1 1 1 1 1� 1 i 1 l 1 1 1 11 11 11 11 '1 11 11 1 1 1 1 NOTICE TO BIDDERS 1990, Tank Rehabilitation Project. This project involves the repairing of welds, cleaning, painting, and disinfection of water storage tanks. Plans, specifications, and bidding documents can be obtained at the Public Works Department, 300 South Blair, for a non - refundable charge of $ 10.00. Beginning September 24, 1990. Sealed proposals addressed to the City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the construction of this project will be received until Tuesday, October 9, 1990 at 2:00 P.M. in the City Council Chambers, then publicly opened and read aloud. Bid envelopes should state date and time of bid and "1990, Tank Rehabilitation Project". A copy or a inspection report compiled for each tank is available for review, by appointment. at the Public Works Department. Bidders shall familiarize themselves as to the contents of this report. No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. All proposals shall be accompanied by a certified cashier's 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. Provided however, if the contract price is less than 550,000.00, the bidder shall have the option of providing a letter of credit in lieu of performance bond, said letter of credit to be in a form acceptable to the City of Round Rock. 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 bidders has executed the contract. 1 11 it 1 11 11 11 11 11 1 11 1� 1) 1 11 1 1 Thereafter all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. The successful bidder must furnish performance bond or letter of credit, if applicable, payment bond in the amount of one hundred (100 %) percent of the contract price from an approved surety company holding a permit form the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. JOANNE LAND City Secretary City of Round Rock instruct/2 INSTRUCTIONS TO BIDDERS L Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposaL 2. Should the bidder find Big- repanci in, or omissons from, the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the City of Round Rock and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility cif the bidder to see that his bid is received at the place and time named in the Notice to Bidders Rigs received after r- lncing time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Rirlc shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5%) of the total maximum bid price, payahl• 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 the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of Contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal Proposals submitted without check or bid bonds will not be considered. (See items 11 & 12.) 7. All bid recurities will be returned to the respective bidders within twenty -five (25) days after bias are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. BD-1 1 1 1 1.I 1.1 IJ 11 11 1 11 11 11 1 1 1 1 1 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other hires. 10 Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100%) of the total contract price Provided however, if the contract price is less than $50,000.00, the bidder shall have the option of providing a letter of credit in lieu of a performance bond, said letter of credit in a form acceptable to the City of Round Rock. Said performance bond, or letter of credit, if applicable, and payment bond shall be 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 Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement may be waived by the City af Round Rock. Payment will be made following completion of the work. 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 31 above, shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 14. No contract shall. be binding upon the City aE Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. instruct/2 BD-2 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The 1wi for the payment shall be the actual amount of work done and/or material furnished. 17. No Texas sales tax shall be included in the prices bid for work under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act. The couLcdctor performing this contract may purcha, rent or 1Pa°a all matariala, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95 -0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 -0.09 as amended to be effective July 1, 1979. 18. No conditional bids will be accepted. 19. In 'lactying the lowest responsible bidder, consideration of the Contractor's competency shall be evaluated by the information submitted on the sheet titled "INFORMATION REQUIRED OF BIDDERS ". (Number 15 on this form is optionaL) All bid submisi;nns shall contain this completed form. instruct/2 BD-3 PROPOSAL AND PROPOSAL BIDDING SHEETS PROPOSAL TO CITY COUNCIL OF THE CITY OF ROUND ROCK FOR THE 1990, Tank Rehabilitation Project The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that his proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors inviting bids, conditions or classes of materials of the proposed work; and agrees that he will provide all the necessary labor, machinery tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specification in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within ten (10) days after written Notice to Proceed has been given. page 1 of 6 ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the plans, specifications, and contract documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in 105 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities of technicalities in any proposal in the interest of the Owner, except as specifically limited by the terms of the Contract Documents or applicable Laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following addenda: Addendum No. Dated page 2 of 6 PROPOSAL BIDDING SHEET JOB NAME: 1990 Tank Rehabilitation Project JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas Gentlemen: Pursuant to the foregoing Notice to contractor and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of 1990 Tank Rehabilitation Project and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: and no BASE BID Bid Item Description Unit Item Qty. Unit and Written Unit Price Price Amt. Cents. $48,769_00s 48.,.769..00 1. 1 L.S. Barton Hill Standpipe: Including in general the cleaning, painting, and disinfection of the tank and all assoc- iated appurtenances and accessories as called for in the plans and specifications, per Lump Sum Bid of forty eight • hundredi sixty nine Dollars page 3 of 6 4 Bid Item Description Unit Item Qty. Unit and Written Unit Price Price IA. 1100 Foot Welding, cutting, repair- ing, patching deteriorated plate and welds per lineal foot. 18. 1 L.S. Shrouding System: Including, in general, the erection, maintenance, and dismantling of shrouds complete in place for eighe thousand Dollars Subtotal bid item: Amt. s 13.60 $14,960.00 and no Cents. $ 8,000.00 $ 8,000.00 r seventy one thousand seven hundred and twenty nine Dollars and no Cents. $71,729.005 71,729.00 2. 1 L.S. Westinghouse Ground Storage: Including in general the cleaning, painting, and disinfec- tion of the tank and all associated appurtenances and accessories as called for in the plans and specifications, per Lump Sum Bid of sixteen thousand and ten Dollars and no Cents. $16. 010.00s 16.010 00 2A. 850 Foot Welding, cutting, repair- ing, patching deteriorated plate and welds per lineal foot. page 4 of 6 $ 13.70 $ 11,645.00 Bid Item Description Unit Item Qty. Unit and Written Unit Price Price Amt. 2B. 1 L.S. Shrouding System: Including, in general, the erection, maintenance, and dismantling of shrouds complete in place for three thousand six hundred fifty nine Dollars and no Cents. $ 3,659.00 $ 3,659.00 G Subtotal bid item: thirty one thousand three hundred fourteen Dollars and no Cents. $ 31,314.01N 31. 314.00 3 50 S.Y. Concrete pads: Including in- general, forming, batching and placing concrete, finishing, and cleanup complete in -place as as called for in the plans and specifications for nine hundred forty one Dollars 20/ and no Cents. 08,82 $ 9i BID TOTAL: One hundred three thousand nine hundred eighty four Dollars and no Cents $103.984.00 page 5 of 6 If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice of Proceed. The undersigned further agrees to complete he work in full within 105 days after the date of the written Notice to Proceed. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, Title For: Rhode Construction dba Corrosion Eliminator, Inc. Name of Firm P.O. Box 1546 Mineral Wells, Tx 76067 Address (817) 325 -8450 Telephone Seer = ry, if Contractor is a orporation page 6 of 6 11 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) Name Rhode Construction Co. dba Corrosion Eliminator. Tnr. (2) Address P.O. Box 1546 Mineral Wells, Tx 76067 (3) Phone Number ( 325 -8450 (4) Type of Firm: ( ) Individual, INFORMATION REQUIRED OF BIDDER (5) Corporation organized under the laws of the State of Texas (6) List the names and addresses of all management members of the firm or names and titles of all officers of the corporation. Tonya Nelson President, Secretary & Treasurer Greg Nelson Vice- President (7) Number of years experience 20 (8) List at least three (3) projects completed of a similar nature: Contract Amount Date Name, Address & $ Engineer Completed ' Telephone of Owner 220,000 Briggs & Matthews 10 -90 2500 Brook St Wichita Falls, Tx 76307 (817) 766 -0156 b. 98,000 D. L. Grozier 3 -89 2107 Winwood Dr. College Sta., Tx 77841 (409T 779 - 6591 a. c . 95,000 • ( ) Partnership, % ( X) Corporation Barnett & Teams 8 -88 P.O. Box 148 Mineral Wells, Tx 76067 II (9) List the name and address of each subcontractor who will perform work in excess of one (1 %) percent of the total bid price and indicate what part of the work will be done by each subcontractor: Page 1 of 2 (8 3 9417 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name - Address Work to be Performed N/A (10) Payment of taxes, in the State of Texas Yes X No (11) List current contracts on hand: Projected Contract Amount Completion Date $ 175,000 Description of Work Feb 91 steel storage tanks 190,000 Dec 90 2 elevated water tanks, (13) Have you defaulted on any contract? Yes If yes, please describe: (14) Major bank reference: Page 2 of 2 2 ground tanks (12) Major type of work performed by your company: steel tank refurbishing No X First State Bank - Mineral Wells (15) Attach a notarized financial statement of the most recently completed fiscal year and any other information and references sufficiently comprehensive to permit an appraisal of your current financial conditions. AGREEMENT THE STATE OF TEXAS COUNTY OF WILLIAMSON "page 2 of 3" AGREEMENT KNOW ALL MEN BY THESE PRESENT Tha this Agreement made and entered into this 3/ day of LQ ROG� . �Qh) A.D., 19,90 by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the Owner, a d , cr_�iw:ir,aanr of th City of W11v1P.r( (Me S , County of Pnip T 7� in -1-.. , State of k.Quaic. , Second Party, hereinafter termed contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the First Party to commence and complete the construction of certain improvements at the priq set forth in the Contractor's Proposal dated Of 7r'J6Q_r / Ingo for certain improvements described as follows: 1990, Tank Rehabilitation Protect The Contractor shall perform all work shown on the Plans and described in the Specification and shall meet all requirements of this agreement, the General and Special Conditions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within ten (10) consecutive calendar days after the date written notice to do so shall have been given to him and shall cause work to progress in manner satisfactory to the Owner. Such work shall be completed in full by The Owner agrees to pay the contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deductions, all as provided in the General Conditions of the Agreement. The following documents together with this Agreement, comprise the contract, and they are as fully a part thereof as if herein repeated in full: The Notice to Bidders The Instructions to Bidders The Proposal and Bidding Sheets The Performance & Payment Bonds The Certificate of Insurance The General Conditions of Agreements The Special Conditions of Agreements The Technical Specifications The Special Provisions Addenda Change Orders The Plans IN WITNESS WHEREOF, the parties to these present have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK. TEXAS Party of the First Part (OWNER) BY: Mayor Mike Robinson At Ai A 1 /1I Ad ` i Atie l''� ► 1 71� - '6TRQi� ((# e following to be executed if the Contractor is a Corporation). 1, GREG NELSON certify that I am the Secretary of the Corporation named as Contractor herein: that TONYA NELSON , who signed this Contract on behalf of the Contractor was then PRESIDENT (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. Cor'po: a tee`' Sea I .s...cns ..eti.,.el Signed: "page 3 of 3" RHODE CONSTRUCTION COMPANY DBA CORROSION ELIMINATOR, INC. Party of the Second Part (CONTRACTOR) 77/::? 0n - BY: ()II. ATTEST: 11 11 1 1 1 1 1 1 1 1 1 1 1 1 Continental Casualty Company. CNA /Fr All IM• i'nmmii nw•ni. ynu NLk,• AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY - - FACT these 1 laws of theAState by and having is p office in he y of Chicago. and Stat o of Illinois, does hereby x ma l ke constitute and appoint Howard Cowan, Mike Henthorn, Ron Stroman Mark Stoltz, Pptp Ringgeli Kevin J. Dunn Carla Waddell Individually I of Midland, Texas Its true and lawful Attorney -in -tact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney. pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following ByLaw duly adopted by the Board of Directors of the Company. "Article IX— Execution of Documents Section 3. Appointment of Attorney- in•fact. The President or a Vice President may, from time to time, appoint by writtencertificates attorneys -in -fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -tact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such Instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in- tact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April. 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By•Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and bindlno on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 1 st day of February 19 9Q CONTINENTAL CASUALTY COMPANY State of Illinois County of Cook { ss 1 Form 1.23142.B On this 1St day of February 19 90 before me personally came J. E. Porten. to me known. who. being by me duly sworn. did depose and say. that he resides In the Village of Glenview. State of Illinois: that he is a Vice- President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such Corporate seal; that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority. and acknowledges same to be the ad and deed of said corporation. Linda C. Dempsey / otary Public My Commission Expires Nove er 12, 1990 CERTIFICATE 1 L George R. Hobaugh, Assistant Secretary of CONTINENTAL CASUALTY COMPANY. do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 3 of Article IX of the ByLaws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seat of the said Company this 16TH - In Unlimited Amounts - day of J. E. Purtell Vice President. OCTOBER 19 90 George R Hobaugh Ass Secretary INV. NO. G- 59200 -B BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE and as SURETY, and held and firmly bound unto the as PRINCIPAL hereinafter referred to as the "OWNER ", in the penal sum of five percent (5%) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our hens, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no rase shall the liability of the SURETY hereunder exceed the sum of $ The CONDMONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF for which hirIc are to be opened at the nfic -e of the OWNER on ,1990. NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading 'Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the town bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court In WITNESS WHEREOF, we have hereunto set our hands and mall this day of ,1990. Principal: By: bidbondil (Seal) Surety: By: BD (Seal) 7 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE as PRINCIPAL and as SURETY, and held and firmly bound unto the hereinafter referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF for which hick are to be opened at the ofice of the OWNER on ,1990. NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading 'Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the town bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all casts incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this day of ,1990. Principal: Surety: By: (Seal) By: BD-4 bidbondil (Seal) } In the event suit is brought upon this bond by the OWNER and jldgement is recovered, said SURETY shall pay all ccsts incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and ma1q this day of 1990. Principal Surety By: By (Sea]) (Seal) bidbond/1 CNA Continental Casualty Company CNA Plaza Chicago, Illinois 50685 NO /100 1. 23271 -A STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OP TEXAS AS AMENDED BY ACTS OF THE 71st LEGISLATURE, REGULAR SESSION, 1989 (MoGREGOR ACT — PUBLIC WORM (Penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That RHODE CONSTRUCTION COMPANY DBA CORROSION ELIMINATOR. INC. (hereinafter called the Principal), as Principe!, and CONTINENTAL CASUALTY COMPANY, CHICAGO, ILLINOIS, (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 ONE HUNDRED THREE THOUSAND NINE HUNDRED EIGHTY —FOUR AND for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors end 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 1990 TANK REHABILITATION PROJECT By DOLLARS IS 103,984.00 which contract Is hereby referrred to and made a part hereof as fully and to the same extent as If copied at length herein. NOW, TH ER EPOR 5, 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 documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to tha provisions of Article 5160 of the Revised Civil Statutes cf Texas as amended by Acts of the 71st Legislature, Regular Session,1989, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extant as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sailed this instrument this day of 19 RHODE CONSTRUCTION COMPANY DBA CORROSION ELIMINATOR, INC. CARMAN G. RHODE, PRESIDENT CONTINF�NTA CASUALT CARLA WADDELL PrInooei Attorney•nJFset 1° DISCLOSURE OF GUARANTY FUND NONPARTICIPATION i 111. In the event the insurer (Surety) is unable to fulfill its contractual obligation under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement. CNA For A ll the Commitments ]•w Make (Penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That RHODE CONSTRUCTION COMPANY DBA CORROSION ELIMINATOR, TNC (hereinafter called the Principal), as Principal, and CONTINENTAL CASUALTY COMPANY are held and firmly bound unto C.TTY OF ROTUND ROCK. TEXAS (hereinafter called the Obligee), in the amount of ONE HUNDRED THREE THOUSAND NINE HUNDRED EIGHTY -FOUR AND NO /100 - DOLLARS($ 103.984.00 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. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 71st Legislature, Regular Session, 1989, 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. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor In the prosecution of the work provided for in said contract, then this obligation shall be vold; otherwise to remain in full force and effect. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of ,19 ,to 1990 TANK REHABILITATION PROJECT which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. ,19 G•23272•B 4_2,2 STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 71ST LEGISLATURE, REGULAR SESSION 1989 (McGREGOR ACT — PUBLIC WORKS) RHODE CONSTRUCTION COMPANY DBA CORROSION ELIMINATOR, INC. (Principap aM - vram� 'c! / CARMAN G. RHODE, PRESIDENT CONT WW1 TAT CASTT' COMPANY (Surety) D /r by /� b CARLA WADDELL AttorneydrrFact (hereinafter called Surety), as Surety, r• DISCLOSURE OF GUARANTY FUND NONPARTICIPATION In the event the insurer (Surety) is unable to fulfill its contractual obligation under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement. Continental Casualty Company CNA Fnr All IM• rnm m,i nwni.lmi Mxke State of Illinois 1 ss County of Cook 1 A N I L L I N O I S C O R P O R A T I O N POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois, and having its principal office in the City of Chicago. and State of Illinois. does hereby make. constitute and appoint Howard Cowan, Mike Henthorn, Ron Stroman, Mark Stolt7.PatP Rin9geli Kevin J. Dunn, C_arla Waddell, Individually o f Midland, Texas Its true and lawful Attorney.in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as If such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By•Law duly adopted by the Board of Directors of the Company. "Article IX— Execution of Documents Section 3. Appointment of AttorneyIn•fact. The President or a Vice President may, from time to time, appoint by writtencertificates attorneys•in -fact to act In behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory Instruments of like nature. Such attorneys•in•fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney- in•fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the B•Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which It is attached, continue to be valid and binding on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 1st day of February 19 9Q CONTINENTAL CASUALTY COMPANY J. E. Purtell Vice President. On this 1st day of February 19 90 before me personally came J. E. Purtell. to me known, who. being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is a Vice•President of CONTINENTAL CASUALTY COMPANY. the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal. that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. Linda C. Dempsey i otary Public. My Commission Expires Nove rer 12, 1990 CERTIFICATE I, George R. Hobaugh, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 3 of Article IX of the By.Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still In force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this day of Form 1-23142-B George R. Hobaugh 19 As stant Secretary r` INV. NO. G- 59200 -B THE STATE OF TEXAS ) COUNTY OF WILLIAMSON ) perfbd/5 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS of THAT of the City County of , and State of as principal, and authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, hereinafter called THE CITY, COUNTY OF WILLIAMSON, TEXAS, (owner), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the principal has entered into a certain written contract with the Owner dated the day of , 19 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the convenants, conditions and agreements in and by said Contract, agreed and convenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in matarials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the Contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisons of said Article to the same extent as if it were copied at length herein. PBD-3 PERFORMANCE BOND (CONTINUED) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of ,19 Principal By B Title Title Address Address The name and address of the Resident Agent of Surety is: P PBD-4 Surety 1 1 1 1 1 1 1 1 1 1 1 11 11 11 �1 1) li 1 11 11 1 THE STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT of the City af County of , and state of as principal, and authorized under the laws of the State of Texas to act as surety bonds for principals, are held and firmly bound unto (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal. and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents; WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 1990, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or (paybd/6) PAYMENT BOND PB-1 1 1 11 11 11 11 11 11 11 11 11 11 it 11 11 1j 1i 11 11 drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and caa1xl this instrument this day of , 1990. Principal Surety By By Title Address Address The name and address of the Resident Agent cf Surety is: (paybd/6) PB -2 MAINTENANCE BOND BOND NUMBER AMOUNT That we, KNOW ALL MEN BY THESE PRESENTS, (hereinafter called the "Principal ") as Principal, and the a Corporation duly organized under the laws of the State of and duly licensed to transact business in the State of (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "),in the sum of dollars (S ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, fly by these presents. Sealed with our seals and dated this ' day of , A.D. nineteen hundred and , 19 . WHEREAS, the said Principal has heretofore entered into a contract with dated , 19 , for construction of WHEREAS, the said Principal is required to guarantee the construction of all improvements installed. under said contract, against defects in materials or workmanship, which may develop during the period of year(s) from the date of acceptance of the project above described, by owner THE CITY OF ROUND ROCK, TEXAS NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATION IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make goal at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of year(s) from the date of acceptance of the proms above described, by owner THE CITY OF ROUND ROCK, TEXAS or shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Principal • Surety by by (maintbd/6) PBD-8 PRODUCER Sty;;Strickland Ins. 626 Dalworth Grand Prairie, Tx 75050 INSURED Corrosion ELtminators Inc PO Box 1546 Mineral Wells, TX 76067 and coinsured payee City of Round TX COVERAGES 1 Ord CERTIFICATE OF INSURANCE TYPE OF INSURANCE ■ • POLICY NUMBER 6906 25 28 6906 25 27 6906 25 29 City of Round Rock 221 E. Main Round Rock, TX 78664 Attn: Steve Miller ACORD 25 (8184) 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. COMPANIES AFFORDING COVERAGE COMPANY A LETTER Truck Ins. F.xchan.e COMPANY LETTER la COMPANY Y r i COMPANY TT D COMPANY c LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM 011 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 CONDI- TIONS OF SUCH POLICIES, GENERAL. LJABILRY COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUNO EXPLOSION & COLLAPSE HAZARD PROOUCFS/CEMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (PRIV, PASS ) ALL OWNED AUTOS (PFPJ s HIRED AUTOS NON OWNED AUTOS GARAGE LIABILITY pi • ■ • EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' UABIUTY OTHER 10 - 26 - 91 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /SPECIAL ITEMS Painting of elevated:•ground /water storage tanks and miscellaneous other facili RE: 1990 Tank Rehabilitation Project. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE FY. PIRATI9F6 DATE THEREOF, THE ISSUING COMPANY WILL MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE • POUCY EFFECTIVE DATE (MNoom 8 -18 -90 8-18-90 10 -26 -90 POLICY EXPIRATION CATE (MI VDWIT 8 -18 -91 UABILITY UMITS IN THOUSANDS 8 -18 -91 PERSONAL INJURY GODLY NJUAY PROPERTY DAMAGE St COMB ED OU15? IFil NPJIY 115511 PUTA7]CBID PROPERTY DAMAGE BIAPD COMBINED ISSUE DATE (MM/DO/Yr/ 11 -29 -90 $ 500 $ $ $2,000 STATUTORY AGGREGATE $ 1,000 $ $ $ (EACH ACCIDENT) $ (DISEASE-POLICY LIMIT) $ (OISEASS.SACH EMPLOYEE) i* ih • :A IIRAACORD CORPORATION 1984 sa••�R� .. ^I :•I: a .; J;yr,.t ... .. .. : "'TA •. .,. PRODUCER Satin insurance Agency 116 5 E lst ST. Mineral 1211s, Tx 76067 7 el 4 INSURED X brrosion Zlimi.nat&ra !' O sox 1546 Mineral Mollo, Mk 76067 , . - • A.P0 AUTOMOBILE LIABILITY ANY AUTO (Pp ALL OWNED AUTOS / RIV PASS ) LPFN All MOW AUTOS RPA9MSN) HIRED AUTOS NON OWNED AUTOS WIACE LIABILITY EXCESS LIABILITY •— UMBRLLT A FORM OTHER IRAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS�LIABILITY OTHER DESCRIPTION OF OPEIIATIONS /LOCATIONSNEHICLESISPECIAL ITEMS N City of Mound Moak 1990 'lank Rehabilitation Pro 221 S. Main St. Round Mock, Tx 78666 5 •.' ISSUE DATE (MMIpDNY) • r... 4.11T- 10 -31••9 ..._ • THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIOHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LETrER'.— Libert�._MRatual ,Tnmai ana9_( p COMPANY LETTER B COMPANY LETTER CP COMPANY D LETTER COMPANY E. LETTER IC2-391- 098120 -010 5/13/90 F�•�:.'��` asiTY' i'.r,.4'. r.1 � � . � THIS IS TO CERTIFY THAT POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY REHIOD INDICATED. NOTWFTNSTANDINO 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. ANO CONDI- TIONS OF SUCH POLICIES. __ GU Pam MOM PaLIC/ k %HRARW LwBILf1Y LIMITS IN THOUSANDS LT TYPE OF INSURANCE POLICY NUMBER LUTE (ML4OUYY1 DVTF IWH�M1 EACH AGGREGATE _ _ _. ._ — . OCCURRENCE GENERAL LIABILITY BODILY COMPRLHFNSIVE FORM IFUURV $ DAMAGE s PREMISISIOPERATIONS PROPtHI EXPLOSION 8 COII APSE HAZARD $-- PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY • PERSONAL INJURY NMR PqP SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO T LEFT, ' Al _ AUTHORIZED REPRESENTATIVE .. —IJIIl __ }l• C L i.+. 5/13/91 IN & PD 00ANUNEO 40 WIN REA BOXY PI gage) $ p ERTY DAMAGE BIa PD COMBINED $ TAM., $ $ $ STATUTORY T Q I ACCIDENT) AS■ POT ICY LIMIT) • QYLLEASFEACH EMPLOYLI ) $ TO: City of Round Rock 221 East Main Street Round Rock, Texas 78664 Covers Independent Contractors Owner's Protective Comprehensive Automobile Liability Owned Vehicles Hired Vehicles Non-owned Vehicles Includes Contractual i.iafiility - cestins/6 CERTit7CATE OF INSURANCE Date: Description of work: THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further hereinafter described. Exceptions to standard pnli are noted on the reverse side hereof. TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS OF INSURANCE NO. DATE DATE LIABILITY Satutory, State Workmen's of Texas,$ Compensation Employer's T.iahility Comprehensive B e y Ijjxy General $ each person Liability $ each person Includes Contractual T.iahility PBD-6 Property Damage $ each accident $ aggregate Bodily Injury $ each person $ each accident Property Damage $ each accident $ aggregate Bodily Injury $ each person . $ each accident Property Damage $ each accident CER'T.ft1CATE OF INSURANCE (CONTINUED) The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than ten (10) days after the insured has received written notice of such change or cancellation. This Certificate of Insurance neither affirmatively or negatively amends, extends, or alters the coverage afforded by policy or policies indicated by this certificate. certin /6 (Name of Insurer) By: Title: Address: PBD-7 DATE: TO: NOTICE TO PROCEED PROJECT: 1990, Tank Rehabilitation Project Dear You are hereby notified to commence work in accordance with the Agreement dated on or before and you are to complete the work within consecutive days thereafter. The date of completion of all work is therefore 1990. The City of Round Rock By: Steven D. Miller, P.E. Public Works Department ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledge by , this the day of , 1990. Contractor By: Title: 1 1 1 11 11 1 1 1 1 I 1 I Il 1I 11 1i 1j 1 11 1 1� GENERAL CONDITIONS OF THE AGREEMENT 0 11 li 11 11 11 11 11 11 11 11 1 11 II 1j 1� 11 IJ 1. DEFINITIONS 1990, TANK REHABILITATION PROJECT GENERAL CONDITIONS OF THE AGREEMENT 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive midnight. 1.02 Contract Documents. The Contract Documents shall consist of the Invitation to Bidders; the Instruction to Bidders; the Proposal; the Signed Agreement; the General Conditions of the Agreement; the Special Conditions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are 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 interpretation shall be in the following order; Signed Agreement, Performance and Payment Bond, Proposal, Special Conditions of the Agreement, Invitation to Bidders, 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 the City of Round Rock or the designated appointee of the City. 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 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. 1.05 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 1.06 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 Owner as and when required to clarify the intent and meaning of the contract and (c) drawings submitted by the Contractor to the Owner for acceptance prior to construction. 1.07 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 Owner as and when required to clarify the .intent or meaning of all written descriptions, methods and instructions and (c) all written descriptions, methods and instruction submitted by the Contractor for acceptance by Owner prior to Construction. 1.08 Subcontractor. "Subcontractor" shall mean and refer any to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contractor 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. 1.09 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. 1.10 Work. "Work" shall mean the work to be done and the equipment supplies, material and services to ge furnished under the Contract unless some other meaning is indicated by the context. 1.11 Working Day. A "Working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a continuous period of not less than seven (7) hours between 7.00 a.m. and 6.00 p.m. 1.12 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 know to him who gives the notice. 2. GENERAL PROVISIONS 2.01 CONTRACTOR 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 paries of this Contract that the Owner 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 arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, however, that should the Owner render any decision or hive 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 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 Owner as rendered shall be promptly carried out. 2.02 Right to Owner 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 the Contract, the Owner 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 may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or material 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 quality of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually 3 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 changed 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 result of the prosection of the work. 2.05 Losses from Natural Causes. All loss or damage arising out of the nature of the work to be done or from the action of the elements or from any unforeseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered and borne by the Contractor at his own cost and expense. 2.06 Law and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his employees or his subcontractors and their employees. 2.07 License, Permits and Certificates. Except as hereinafter stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is required such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented 4 1 11 1 1 1 I 11 11 ,I 11 1� 11 1) 11 11 m 11 11 Ij 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 or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with four (4) sets of accepted and executed Plans and Specifications without expense to the Contractor and the Contractor shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of inter- pretation 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 Owner shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosection 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 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. Where the premiums therefor are based on payroll and material costs. The Owner may direct the form in which accounts of the "actual field costs" shall be kept and may also specify in writing before the 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. 5 The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superintendence. 2.12 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.13 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 persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon written notice from the Owner. 2.14 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. 2.15 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 Owner 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 Owner. 2.16 Material. All materials furnished by the Contractor shall be as required by the Plans and Specifications as accepted by the Owner or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Owner has accepted the source of supply of such materials. 6 2.17 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. 2.18 "Or Equal" Clause Whenever a material, 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 Owner requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Owner will evaluate the request to determine if the material, product, or article is of equal substance and function and 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 Owner before it may be incorporated into the work as a substitute for that specified in the Contract Documents. 2.19 Completed Work. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.20 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. 2.21 Protection of Property. The Contractor shall give reasonable notice to the Owner of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belonging to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 7 11 11 11 11 11 11 11 11 1 11 11 1 1� '1 1 11 11 1 2.22 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 Owner 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 Owner. 2.23 Sanitary Facilities. Necessary sanitary toilet facilities for the use of all employees on the work shall be of a type complying with State and Local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITY. 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 Preformance and Payment Bonds. It is further agreed by the Parties to the Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. If the contract price is less than $50,000.00, a letter of credit may b furnished in lieu of a performance bond. It is agreed that the Contract shall not be in effect until such performance bonds or letters of credit, and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance bonds or letters of credit, and payment bonds shall be included in the price bid by the Contractor for the work under this contract, and no extra payment for such bonds or letters of credit will be made by the Owner. 8 1 1 1 1 1 1 11 11 11 1l 11 11 11 1.] 1� li 11 11 1 The surety company or companies underwriting the performance and payment bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States, shall by duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment inventory and records showing the satisfactory completion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in section 7 "Termination of Contract ", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendent and Inspections. The Contractor shall hive 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 Owner, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superintendent are both absent from the site of the work for prolonged periods of time the Owner may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervision of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to 'do the work, and whenever the Owner shall inform him that the work being accomplished is of sub - standard character by reason of carelessness, incompetence, or inexperience on the part of the workers the installation of such work shall be immediately suspended and shall not be resumed until the Owner is satisfied that the conditions causing such faculty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, shall protect the 9 1 1 11 11 11 1 1 11 11 11 11 11 1) 11 1j 11 11 public and the Owner fully by taking reasonable precautions to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in anyway connected with the performance of this Contract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the performance of this Contract unless necessary to its performance, and in that event the Contractor shall provide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondelegable, and the Contractor's compliance with the specific recommendations and requirements of the Owner as to the means of warning shall not excuse the Contractor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstance. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Municipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. 3.08 Barricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established prevailing wage scale for work of a similar character in this locality. A scale of prevailing wages is included in the Special Conditions of these Contract Documents. The Contractor shall pay not less than the general prevailing wages shown on said scale and shell keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statues 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 10 1 11 11 11 1 l 1 11 11 1 11 11 !] 11 11 11 work or selected for the same shall be deemed by the Owner as unsuitable or not in conformity with the accepted plans and specifications, the Contractor shall, after receipt of written notice thereof from the Contracting officer, forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Owner 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 Owner or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of hood material and of his performing good work herein described and in full accordance with the plans and specifications. No failure or omission of the Owner, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however that the Owner, or inspector shall upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been accepted by the Owner, or inspector such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed for re examination by the Owner prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re examination, and replacement shall be borne by the Contractor; otherwise the expense thus incurred shall be allowed as "Extra Work" and shall be paid by the Owner. 3 12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction period. The Owner shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or conduits, shall tear down and remove all temporary structures built by him, shall remove all rubbish of every kind from the 11 1 1 1. 1 1 1 1 1 11 11 11 11 1] 11 1 11 11 1 1 tracts or grounds which he has occupied and shall leave them in a condition satisfactory to the Owner. 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of the work embraced by this contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judgement of the Owner shall become necessary during such period. If within 30 days after the mailing of notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence that aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contractor's expense; provided, however, that in case of an emergency where, in the judgement to the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Owner. Whenever necessary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Owner ample notice of the time and place where lines and grades will be needed. All stakes, markers, etc. shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him or his employees such stakes, marks, etc. shall be replaced by the Owner at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or location on which the work herein contracted are being constructed or installed for the purpose of supervising and inspecting the work for the purpose of constructing or installing such collateral work as the Owner may desire. 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such inspectors as the said Owner may deem necessary to inspect the material furnished and the work done under this Contract, to see that the said material is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Owner 12 11 1 11 11 1I 11 1 1 1 1] 11 11 11 1] 11 11 1 1 1 1 or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Owner, Supervisors, or Inspectors so appointed when such direction and instructions are consistent with the obligation of this Contract. 4.04 Collateral Work. The Owner reserves the right to provide all labor and material essential to the completion of the work that is not included in this Contract either by a separate contract or otherwise. Any collateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the progress of the work being accomplished under this Contract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Owner. 4.05 Right -of -Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design and the safety of the structure; provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF 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 prosection shall be such that the work shall be substantially completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Owner 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 13 1 11 11 1 I 11 1 l 11 11 11 11 11 1 1] 1 1 1 1 1 5.02 Rate of Progress. The Contractor shall give the Owner 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 Owner to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress,of the work, the Owner may order the Contractor to increase or improve his facilities or methods, and the Contractor shall promptly comply with such orders; but neither compliance with such orders nor failure of the Owner to issue such orders shall relieve the Contractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment and methods. 5.03 Sunday, Holiday. and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Owner. 5.04 Hinderance 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. Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or personnel, or where the Owner determines that unreasonable inconvenience to the public is due to such failure, the Contractor's operation shall be suspended until he shall have provided adequate plant, equipment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neglect of the Owner, or of any employee, or by any coordinate with other work being done for or by the Owner. 14 1 1 1 1 1 1 1 11 11 11 11 u 1 1 1 1 1 other Contractor employed by the Owner, or by strikes, fire or other cause or causes outside outside of and beyond the control of the Contractor and which the Owner determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as determined by the Owner shall be granted; provided, however, that the Contractor shall give the Owner prompt notice in writing of he cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for after due allowance for such extension of_ time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanently from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Less than • 5,001.00 $ 15,001.00 $ 25,001.00 • 50,001.00 $ 100,001.00 $ 500,001.00 $ 1,000,001.00 $ 2,000,001.00 6. INDEMNITY Contract $ 5,000.00 $ 15,000.00 $ 25,000.00 $ 50,000.00 $ 100,000.00 $ 500,000.00 $ 1,000,000.00 $ 2,000,000.00 $ 5,000,000.00 Amount of Liquidated Damages Per Day $ 30.00 $ 35.00 $ 40.00 $ 50.00 $ 70.00 $ 200.00 $ 300.00 $ 400.00 $ 500.00 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnity and save harmless the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's 15 1 1 1 1 1 1I 11 11 11 1J 11 11 1 1 11 1 agents and employees for the death or injury to persons or for damage to property caused, by any willful acts, negligence, nuisance, or breach of any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the owner and the Owner's agents and employees from all demands of subcontractors, 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, subcontractors or their employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The contractor shall furnish the Owner with a certificate from the Industrial Accident Board evidencing the contractor's and sub contractor's compliance with said statue. 6.03 Comprehensive General Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability Insurance Policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability Insurance coverage under this policy shall not be less than the following: Bodily Injury $ 500,000.00 each occurrence Property Damage $ 250,000.00 each occurrence Public Liability and Property Damage to protect the Contractor, any of his Sub - contractors and the Owner 16 1 1 1 1 1 1 11 11 11 1i 11 11 11 • 1 1 1 1 1 against claims arising from personal injury, including accidental death, as well as claims for property damage. 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, and 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 contractor and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work, of all motor vehicles licensed for highway use, whether they are owned, non- owned, or hired by the Contractor, in which shall specifically insure contractual liability of the Contractor assumed under the above paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $ 250,000. /person $ 500,000. /occurrence Property Damage $ 250,000. /occurrence 6.06 Builders 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, prior to start work. 6.07 Insurance Certificate. In connection with the insurance coverage set out in section 6.02, 6.03, 6.04, 6.05 and 6.06 above, the Contractor shall furnish the Owner with certificate verifying said insurance. Said certificate shall state that the Owner shall be giver 45 days advance written notice before and provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance 17 1 11 1 1 11 11 11 11 11 11 1 1 1 1 1 1 1 shall be provided to the Owner prior to starting any construction work in connection with this Contractor. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be guilty of substantial violation of the Contract or any provision thereof, the Owner, upon certification as to the nature and extent of such violation, may without prejudice to any other resources or remedy give the Contractor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the Owner may take possession of the site of the work and all material, equipment, tools, and appliances thereon and may finish the work in accordance with the provisions of Section 8 "Abandonment of Contract by Contractor ", of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if the Owner should substantially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon 10 days written notice to the Owner, terminate this contract and recover from the Owner payment for all completed work. 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within 10 days after receipt of the notice. Should he fail to do so within 10 days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR. 8.01 Notification of Contractor. If the Contractor should abandon and fail to refuse to resume work within 10 days after written notification from the Owner when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor 18 11 11 11 111 11 11 11 11 11 11 11 1 1J 1 1 1 1 shall be deemed as having abandoned the Contract. In such event the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice from the work any machinery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the Surety on the Performance Bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connection with extra work where credit shall be allowed as provided for under Section 1.04 "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 hereinbefore provided within 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 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 id the same has 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 14 days notice published two or more times in a newspaper having a general circulation in the county of location of work, may let the contract for the completion of 19 1 1+ 11 11 1 I 1 11 11 11 11 11 11 11 11 1 1 1a 1 11 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 bond 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 Contract or his Surety shall be created therewith. 8.04 Final Acceptance. When the work has been completed the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter provided shall be issued. A complete itemized statement of the Contract accounts certified by the Owner 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 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 then 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 to 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 15 days from the date of said notice the Owner may sell such machinery, equipment, tools, materials, or supplies and apply the sum derived from such sale to the credit of the Contractor and his Surety. Such sale 20 11 11 11 11 11 11 11 11 11 11 11 1 1 1 1 1 w , 1 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 person 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 approximated and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit prices items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quantity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the estimated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to revised consideration on the portion of the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing materials for the overrun or underrun quantities. Such revised considerations shall be determined by agreement between the parties or otherwise by the terms of this contract as provided under Section 1.04 "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 21 1 1� 1 1 1 1 11 11 11 11 11 11 11 11 11 1 1 1 1 1 specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amount 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 materials and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this contract, the attached specifications, and requirements of the Owner. 9.04 Monthly Estimates and Payments. By the 25th of each month, Contractor shall submit to the Owner a statement showing the total value of the work performed up to and including the 24th day of such month. the statement shall also include the value of all such materials, equipment and machinery delivered on the job site with a release of lien or a paid invoice to be included in the work to transfer the ownership to the City, all partially completed work whether bid as a lump sum or a unit price item which in the opinion of the Owner is acceptable. The Owner shall examine and approve such statements within 5 calendar days. On contracts in which the successful bid amount is less than $ 400,000.00, the Owner shall pay the Contractor the total amount of the approved statement, less 10 percent of the amount thereof, which 10 percent shall be retained until final payment, and further less all previous payments and all further sums that may be retained by the Owner under the terms of this Agreement. On contractor in which the successful bid amount is $ 400,000.00, or more, the amount of retainage shall be 5 percent of the amount of the approved statement. The amount due may be paid or mailed on or before the twentieth (20) day of the following month. It is understood, however, that in either case, if the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may pay a reasonable and equitable portion of the retained percentage to the Contractor: or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, there upon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment ". 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Owner notice that the work has been completed the Owner shall inspect the work and satisfy himself by examination and test that work has 22 1 1 1 1 11 11 11 11 1 11 1 1 1 1 11 been finally and fully completed in accordance with the plans, specifications and contract so the Owner shall issue a Contract Completion Certificate to the Contractor. Such certificate when issued shall constitute final acceptance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Completion Certificate has been issued the Contractor 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 Owner shall certify the Final Estimate and submit it within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the contractor in accordance with the requirements of 9.04. However, it is to be specifically understood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 entitled "Notarized Affidavit ", has been submitted to the Owner. All prior estimates and payments shall be subject to subject to correction in the final estimate and payments; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive 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 Owner a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied be 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 to the Owner or of any person relating to or affecting the work. 23 11 1 1 1� 1 1 1 11 11 ,] 11 11 11 1 11 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 form loss on account of: a. Defective work not remedied. b'. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payments properly to subcontractors or for material or labor. d. Damage to another contractor. When the above grounds are removed or the contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. ..... n0 /.tt,.p.et 24 1 1 11 11 11 11 11 11 11 11 11 11 11 11 II II 1 11 1 SPECIAL CONDITIONS S 1 1i 1 1 11 =11 11 11 11 11 11 11 11 11 1] ,J 11 1 SECTION 01- INFORMATION 01 -01 OWNER The word Owner in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contractor . Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from the Owner at $ 10.00 per set. 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 TIME 01 -05 Refer to the General conditions of Agreement, Section 5.06, page 15 for description. LOCATION The location of work shall be as mentioned in the Notice to Contractors and as indicated on Plans. 01 -06 USAGE OF WATER All water used during construction shall be provided by the City. The contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste in occurring during construction. 1 11 11 11 1! 11 1I 11 11 11 11 1l 1 11 1 1 1 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Owner 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 Contractor. 01 -08 CONSTRUCTION SPECIFICATIONS All construction shall be in accordance with the City of Austin standard construction specification as adopted and amended by the City of Round Rock. SECTION 02- SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the Owner 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 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility service while performing the work associated with this contract. No additional payment will be made for this item. 02 -03 GUARANTEE AGAINST DEFECTIVE WORK The Contractor warrants the materials and workmanship and that the work is in conformation with the Project Specification Plans included in this contract for a period of one year from the date of acceptance of the project. Said warranty binds the Contractor to correct any work that does not conform with such Project Specification and Plans or any defects in workmanship or materials 2 1 1 11 1 11 11 11 11 11 11 11 1i 1 1 1] 11 11 furnished under this contract which may be discovered within the said one year period. The Contractor shall at his own expense correct such defect within thirty (30) days after receiving written notice of such defect from the Owner by repairing same to the condition called for in the Contract. Should the contractor fail or refuse to repair such defect within the said thirty day period or to provide acceptable assurances that such repair work will be completed within a reasonable time thereafter, the Owner may repair or cause to be repaired any such defect by calling the Contractor's "Warranty Bond ". A one (1) year Warranty Bond in the amount of one hundred (100 %) percent of the contract price, as adjusted by any change orders, will be required for all other improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit form the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner prior to final payment. 02 -04 ANNIVERSARY INSPECTION Approximately one (1) year after final acceptance of the project the City shall drawdown each tank and inspect the paint system for coating performance. The Contractor shall be invited to participate in the Anniversary Inspection. 02 -05 MINIMUM WAGE SCALE Minimum wage scale as specified and regulated by the State of Texas and the Federal Government. 02 -06 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 02 -07 CONSTRUCTION REVIEW .,•cnnai /sm to no claim for damages for anticipated profits on any 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 form this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -08 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 described in the contract documents and technical specifications. All items of work not specifically paid for 4n the bid schedule shall be included in the unit price bid. Any questions arising as to the limits of work shall be left up to the interpretation of the Owner. 1 1 1 11 Il I1 it 11 11 11 11 1.1 11 11 11 11 1� 11 TECHNICAL SPECIFICATIONS 11 11 11 1 11 11 11 11 11 11 11 11 1�1 1� 11 11 GENERAL REQUIREMENTS Section 01 - Summary of Work 1.01 - General 2.01 - General TECHNICAL SPECIFICATIONS The Water Tank Rehabilitation Project includes all work shown on the plans and 'described in the specification. This includes, in- general, repairing welds, cleaning the interior, sand blasting steel surfaces, painting of steel surfaces, and disinfecting the water tank according to State of Texas Health criteria. Both Barton Hill Standpipe and Westinghouse Ground Storage shall be isolated at the same time. The Contractor shall coordinate work sequences to minimize draw -down time on each tank. Each tank shall be shrouded to prevent overspray, sand particles, and other debris from leaving the job site boundaries. 1.02 - Inspection Report A copy of the inspection report compiled for each tank is available for review, by appointment, at the Public Works Department. Bidders shall familiarize themselves as to the contents of this report. Section 02 - Measurement and Payment Measurement of an item of work shall be by the unit indicated in the Bid Schedule. Payment shall be made at the Contract price per unit indicated in the Bid with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities as appropriate to reflect actual work. Such price and payment shall constitute full compensation to the Contractor for furnishing all labor, equipment, tools, and materials, and for performing all operations required to furnish to the City the entire project, complete - in - place, as specified and as indicated on the plans and in the specifications. 1 1 11 1 11 1 l 11 11 11 11 1.1 1) 11 1] 1] 1 1 2.02 - Schedule of Values Within 14 days after award of the Contract, the Contractor shall submit a breakdown of his Lump sum bid items to the Engineer for use in the preparation of progress estimates for the Project. Breakdown shall tabulate quantities and unit prices to be applied for the various features of the Work in sufficient detail to permit it use in preparation of progress estimates. The cost breakdown shall not be unbalanced. The Engineer will not approve a progress estimate for payment until a satisfactory cost breakdown has been submitted. Progress payments for materials on hand and equipment delivered for installation as part of the Work will be based on invoices. Section 03 - Product Data 3.01 - General Product Data: Collect required data into one submittal of each work or system and mark each copy to show which choices and options are applicable to project. Include manufacturer's standard printed recommendations for application and use, compliance with standards, application of labels and seals, notation of field measurements which have been checked, and special coordination requirements, maintain one set of product data (for each submittal) at project site, available for reference by the Engineer or others. Submittal: Do not submit project data, or allow its use on the Project, until compliance with requirements of contract Documents have been confirmed by the Contractor. Submittal is for information and record, unless otherwise indicated. Initial submittal is final submit unless returned by the Engineer, marked with an "Action" which indicated an observed noncompliance. Submit three (3) copies, one (1) of which will be returned. Allow two (2) week response time on all submittal information. 11 Section 04 - Painting 4.01 - General Each tank shall be painted in accordance with AWWA Standard D - 102 The Contractor shall submit for approval the type of paint he /she proposes to use. The submittal shall contain the information as defined in Section 03. 4.O1A - Shrouding System The Contractor shall install a shrouding system or other barrier device for Westinghouse Tank and Barton Hill tank only. The purpose of the shrouding system is to contain the sand and paint particles generating during the sand blasting operations. The paint on the tanks contain lead. The contractor shall take all steps necessary to keep the debris generated during sand blasting and paint removal operations from leaving the job site. Performance: The shrouding system shall be capable of containing paint and sand particles. The Contractor shall supply a system from a manufacturer regularly engaged in the business of containment system. The shrouding system shall be made of rip or tear resistant material. The shroud shall be easily patched should it tear or rip. The Contractor shall perform a regular inspection on the shrouding system to ensure the integrity of the system is adequately containing the paint and sand particles. 4.02 - Paint System Interior: The paint system shall be a two coat high build epoxy system which meets or exceed AWWA D102 requirement for potable water application. Field surface preparation for the interior paint system shall be a near white blast cleaning, reference SSPC -SP1O. The Contractor shall achieve the blast profile recommended by the paint manufacturer. The prime coat have a minimum dry film thickness of four (4) mils. The finish coat shall have a minimum dry film thickness of six (6) mils. The total dry film thickness shall be a minimum of ten (10) mils. Exterior: The exterior paint system shall be a two coat high solids epoxy system with a semi gloss polyurethane finish coat. The paint system shall meet or exceed AWWA D102 specifications. Field surface preparation for the exterior paint system shall be a commercial blast reference SSPC- SP6. The Contractor shall achieve the blast profile recommended by the paint manufacturer. The prime coat shall have a minimum dry film thickness of four (4) mils. The semigloss polyurethane finish coat shall have a minimum dry film thickness of two (2) mils. The total dry film thickness shall be a minimum of six (6) mils. 4.03 - Approved Products Painting manufacturers for interior and exterior coatings shall be as follows or approved equal. 1. Ameron (Amercoat 395 & 450 HS Amerlock 400) 2. TNEMEC (Series 20 & 73) 3. Valspar (Series 54 & 78 ) 4. Approved Equal 4.04 - Color Selection The exterior color shall be approved by the Owner. 4.05 - Blasting Sand Sand for blasting shall be a sharp white silica sand of fine grade mesh. This sand shall be clean, dry and free of clay particles and other„ extraneous matter. The Contractor shall submit for approval the type of sand proposed to be use. The compressed air used for blasting shall be free of detrimental amounts of water and oil; compressors shall have adequate traps and separators. 4 1 11 11 11 11 11 11 11 11 11 11 11 1J 11 1.1 1 1) 1 11 4.06 - Paint Application 1. General All work shall be done in a workmanlike manner, so that the finished coating will be free from holidays, pin holes, bubbles, runs, drips, ridges, waves, laps, unnecessary rush marks and variations in color, texture and gloss. All coats shall be applied in such a manner as produce an even film of uniform thickness. 2. Labeling, Storing, Mixing And Film Thickness All materials shall be brought to the painting job -site in the original sealed and labeled containers of the paint manufacturer. The painter shall apply each coating at the rate and in the manner specified by the manufacturer. If material has thickened or must by diluted for application by spray run, the coating shall be built up to the same film thickness achieved with undiluted material. deficiencies in film thickness shall be corrected by the application of additional coats of paint. Paints which can be harmed by exposure to cold weather shall be stored in heated shelters. During application, the paint in the spray tank or other working container shall be not less than 50 degrees fahrenheit. 3. Atmospheric Conditions No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 50 degrees fahrenheit. No paint shall be applied when the temperature of the surface to be painted is below 50 degrees fahrenheit. Paint shall not be applied to wet or damp surfaces, and shall not be applied in rain, snow, fog or mist, or when the relative humidity exceeds 85 percent or when it can be anticipated that the air temperature will drop below 40 degrees fahrenheit within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated, and if such conditions are prevalent, painting shall be delayed until mid - morning to be certain that the surfaces are dry. The day's painting shall be completed well in advance of the probable time of day when condensation will occur, in order to permit the film an appreciable drying time prior to the formation of moisture. During periods of inclement weather, painting may be continued by 5 ensuring minimum air, surfaces and paint temperatures prescribed above are maintained. Paint shall not be applied to surfaces which are hot enough to cause blistering or pinholing of the film. 4. Protection of Paint Surfaces Where shelter or heat is provided paint surfaces during inclement weather, such as protective measures shall be maintained until the paint film has dried, or discontinuation of the measures is authorized. Items which have been painted shall not be handled, worked on or otherwise disturbed until the paint coat is completely dry and hard. 5. Drying Time Prior to Immersion Drying time prior to immersion, installation or otherwise handling painted surfaces shall be as recommended by the paint manufacturer. 6. Inspection All painting will be inspected for applied coating thickness and for pinholes and holidays. Such inspection will not relieve the Contractor of the responsibility of furnishing qualified labor and materials in strict accordance with the specifications. The Contractor shall also furnish an approved type dry mil gauge apparatus to measure the dry film thickness. The Contractor shall also furnish holiday detector devices. Holiday detector devices shall be approved low - voltage type. All of the above inspection gauges shall be furnished and on the job before painting operations are allowed to proceed, and shall remain on the job until its completion and acceptance. The Contractor or his representative shall instruct on the proper use and care of all such gauges. The above required testing gauges furnished are returnable to the Contractor upon completion of the job. The cost of furnishing all of the above required gauges shall be borne by the Contractor. it 'I 1 l 11 1 11 Il 11 11 11 11 11 1] 11 11 1 1 1 4.07 Sand Cleanup General The Contractor shall remove and stockpile all sand generated during the paint removal process. The send shall be stockpiled on -site and covered. The sand shall be used in the batching of concrete mixes for driveway pads. The cleanup of sand shall require all tools and devices necessary to restore the tank site to as near existing conditions as practical. This my involve the use of vacuums or other similar devices to gather sand that cannot be picked by normal cleanup methods. 4.08 Measurement and Payment Paint Sand blasting, painting, site - cleanup, sand cleanup, and associated items to be paid for at the unit price indicated in the bid schedule. Section 05 - Painting (other than tanks) S.01 - General This work consists of furnishing all labor, materials, equipment and performance of all operations required to paint all piping, valves and related items attached to the tank and termination at ground level. 5.02 - Paint System Field surface preparation for the paint system shall be a brush -off blast cleaning (SSPC -SP7). The color shall be the same as the finish tank coat. 5.03 - Measurement and Payment No separate pay item for this activity. 11 11 11 II 1 1 I 11 11 11 11 11 11 11 11 11 11 1 11 1.1 11 Section 06 - WELDED STEEL GROUND STORAGE TANK 06 -01 General 06 -05 Welding This item consists of the design, construction, and rehabilitation of welded steel storage tanks in accordance with the Plans and AWWA Specification D100 (latest revision), AISC and AISI. 06 -03 Accessories Accessories shall be as shown on the Plans. 06 -04 Design, Materials and Repair Material, design, welding, shop fabrication, repair, erection and inspection of the standpipe shall conform to all applicable portions of Specifications AWWA D -100 and AWS D5.2 for Elevated Steel Water Tanks, Standpipes and Reservoirs, as jointly adopted by the American Water Works Association and the American Welding Society in their latest amended form. Design for wind loads shall be based on areas subject to hurricanes. All lap -welds on non -water bearing plates shall be welded on both sides. Welding procedures, welders, and welding operators shall be qualified in accordance with ASME boiler and Pressure Vessel Code Section IX, and AWWA D- 100, Section 8. The Contractor shall submit welder certification documents when requested by the Owner. 06 -06 Inspection and Testing When applicable, shop inspection by a CWI (Certified Welding Inspector) shall be required to determine fabrication and operation compliance with AWWA D -100 code. The Owner shall select the third party inspection / laboratory to perform the testing /inspection. Field inspection shall consist of visual inspection by a CWI to assure quality welding not determined by radiographic testing. 1 1i 11 11 11 11 11 11 11 1' 11 1 11 11 1 II 1 1 1 06 -07 Measurement and Payment Construction rehabilitation work and other subsidiary items as shown on the drawings as included in the Bid Schedule or as shown on the Plans shall be measured and paid for at the unit price bid. Section 07 - Disinfection 07 -01 General ....... i.,..i /sm The Contractor shall be responsible for the disinfection of the water storage tanks. This includes, in- general, the purchasing of all materials and supplies necessary to complete the disinfection process. Included as part of these specifications is a copy of AWWA C652 titled "Disinfection of Water - Storage Facilities. Prior to any disinfection activities the Contractor shall arrange a meeting with the Owner to discuss his /her proposed disinfection procedure. Bacteriological tests shall be conducted by the Owner, the Contractor shall pay for each sample. The cost of each sample is $ 5.00 payable to the Texas Health Department with check or money order. 1 1 1 1 1 1 1! 1 1 11 1! 1 1 1 1 1 1 1 1 AWWA STANDARD FOR American Water Works Association AWWA C652 - 86 (Revision of AWWA 0105 -80) DISINFECTION OF WATER - STORAGE FACILITIES First edition approved by AWWA Board of Directors June 15, 1980. This edition approved Jan. 26, 1986. AMERICAN WATER WORKS ASSOCIATION 6666 West Quincy Avenue, Denver, Colorado 80235 1 I 11 11 1 1 11 11 11 11 1 11 1_] 1.) 11 11 11 11 11 *Altcmate Committee Personnel The AWWA Standards Committee on Disinfection of Facilities, which reviewed and approved this standard, had the following personnel at the time of approval: G.W. Adrian, Chairman Consumer Members G.W. Adrian, California Water Service Company, San Jose, Calif. (AWWA) R.P. Grady, Portland Water District, Portland, Maine (NEWWA) W.E. Neuman, American Water Works Service Company, Inc., Haddon Heights, N.J. (AWWA) J.P. Reames, Dallas City Water Utilities, Dallas, Texas (AWWA) C.H. Smith, Kankakee Water Company, Kankakee, Ill. (AWWA) J.A. Worthley,* American Water Works Service Company, Inc., Westwood, Mass. (NEWWA) General Interest Members Ken Choquette,* Iowa Department of Health, Des Moines, Iowa (CSSE) J.V. Feuss, Cortland Health Department, Cortland, N.Y. (AWWA) C.B. Hagar, Black & Veatch, Kansas City, Mo. (AWWA) Ira Markwood, US Environmental Protection Agency, Springfield, I11. (CSSE) T.W. Walker, New York Department of Health, Victor, N.Y. (AWWA) Michael Wentink, Nebraska Department of Health, Scottsbluff, Neb. (AWWA) C.L. Young, California Department of Health, San Francisco, Calif. (AWWA) Producer Members Wayne Huebner, Wallace & Tiernan Division, Belleville, N.J. (AWWA) Copyright 01986 by American Water Works Association Printed in USA 1! 11 11 11 11 11 11 11 11 11 11 11 11 1 1 1 1 SEC. Standard Foreword I History of Standard v II Major Revisions v III Information Regarding Use of This Standard v 1 General 1.1 Scope 1 1.2 References 1 1.3 Record of Compliance 2 2 Cleaning 2.1 Other Materials 2 3 Forms of Chlorine for Disinfection 3.1 Liquid Chlorine 2 3.2 Sodium Hypochlorite 2 3.3 Calcium Hypochlorite 3 Contents PAGE SEC. PAGE 4 Alternative Methods of Chlorination 4.1 Chlorination Method 1 3 4.2 Chlorination Method 2 4 4.3 Chlorination Method 3 4 4.4 Bacteriological Sampling and Testing 5 Appendices A Chlorine Dosages 6 B Disposal of Heavily Chlorinated Water 7 Tables A.1 Amounts of Chemicals Required to Give Various Chlorine Concentrations in 100 000 gal of Water 6 B.1 Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100 000 gal of Water 7 iii I1 1 1 1 1 1 i 11 11 1f 1 11 1.1 11 11 �1 11 11 1 1 1 1 Foreword This foreword is for information only and is not a parr of AWWA C652. I. History of Standard. This standard was first approved on June 15, 1980, under the designation AWWA D105, Standard for Disinfection of Water Storage Facilities. The 1980 edition was developed from information originally contained in AWWA DIO2 -69, modified to include disinfection of water storage facilities constructed either of steel or other materials. The standard has been redesignated AWWA C652 with this edition. This standard describes methods of disinfecting water storage facilities that are newly constructed, have been entered for construction or inspection purposes, or that continue to show the presence of coliform bacteria during normal operation. A storage facility is defined to be a reservoir from which water, without further treatment, is supplied directly to the distribution piping system for domestic use. From a practical standpoint, this standard applies to the disinfection of covered storage facilities constructed of steel, concrete, or materials which would provide a similar structure from a water quality standpoint. Since wood may support growth of coliform bacteria, it is recommended that any submerged wood surface (columns, baffles, etc.) be coated with epoxy or other durable and effectively impermeable paint or coating approved for domestic water use. Parts of this standard may be applicable to the disinfection of large, finished- water, open storage reservoirs, such as reservoirs formed by concrete or earth dams, but such applications are incidental, and this standard is not intended to cover those kinds of storage facilities. Three methods of chlorinating storage facilities are described in this standard. The utility should decide which method is most suitable for a given situation. Choice of the method used should include consideration of the availability of materials and equipment for disinfection, the trairiing of personnel who will perform the disinfection, and safety. For example, the application of gas chlorination should be used only where properly designed and constructed equipment is available; makeshift equipment is not acceptable where liquid chlorine cylinders are used. Spray equipment should be used inside the storage facility only when thorough ventilation is assured or when appropriate protection is provided by the use of canister -type gas masks or self - contained breathing units. If a method is selected that requires the draining of a storage facility in order to dispose of highly chlorinated water, then thorough consideration should be given to the effect on the receiving environment. If there is any question as to whether a chlorinated -waste discharge may cause damage to fish life, plant life, physical installations, or other downstream water uses of any type, then an adequate amount of a reducing agent should be applied to the discharged water in order to thoroughly neutralize the chlorine residual. II. Major Revisions. The major change in this edition is redesignation of the standard from AWWA D 105 to AWWA C652. Other changes include modification of the footnote to Table A.1 of the appendix to clarify that amounts of chemicals indicated in the table are for initial chlorine concentrations by volume, and some minor editing. III. Information Regarding Use of This Standard. This standard is written as though the work will be done by the owner's personnel. If the owner is contracting for such work to be done, appropriate provisions should be included in the contract agreement to ensure that the contractor is specifically instructed as to his responsibilities. At the least, the owner should specify: I. Standard used — that is, AWWA C652, Standard for Disinfection of Water Storage Facilities. v vi AWWA C652 -86 2. Method of disinfection to be used. 3. Any required disposal and precautions to be taken in disposing of chlorinated water in the storage facility. 4. Bacteriological testing and method to be used. 5. Redisinfection procedure, if required. 1 1 1 1 1 11 1 l 1 1� 11 11 1f 1.1 1 1 1 1 1 Sec. 1.1 Scope American Water Works Association "American Public Health Association, 1015 15th St. N.W., Washington, DC 20005. *Water Pollution Control Federation, 2626 Pennsylvania Ave. N.W., Washington, DC 20037. *Chlorine Institute, Inc., 70 W. 40th St., New York, NY 10018. A\ AWWA C652 -86 (Revision of AWWA D105 -80) AWWA STANDARD FOR DISINFECTION OF WATER - STORAGE FACILITIES , g SECTION 1: GENERAL k, This standard for disinfection of water - storage facilities covers materials, facility preparation, application of disinfectant to the facilities' interior surfaces, and sampling and testing for the presence of coliform bacteria. All new storage facilities shall be disinfected before they are placed in service. All storage facilities taken out of service for inspecting, repairing, painting, cleaning, or other activity that might lead to contamination of water shall be disinfected before they are returned to service. Sec. 1.2 References This standard references the following documents. The latest edition of each document forms a part of this standard where and to the extent specified herein. In case of any conflict, the requirements of this standard shall prevail. AWWA B300— Standard for Hypochlorites. AWWA B301— Standard for Liquid Chlorine. Standard Methods for the Examination of IGater and Wastewater. APHA,* A W WA, and WPCFt. Washington, D.C. (16th ed., 1984). Additional material relating to activity under this standard includes: Material Safety Data Sheets for forms of chlorine used (provided by suppliers). Chlorine Institute, Inc. # — Chlorine Manual. AWWA—Water Quality and Treatment. AWWA Introduction to **later Treatment. Safety Practice for Water Utilities. AWWA Manual M3. AWWA, Denver, Colo. (1983). Water Chlorination Principles and Practices. AWWA Manual M20. AWWA, Denver. Colo. (1973). 1 1 , 11 11 11 1 1 I I t 1 I 1 1 1 1 1 11 1 1 1.1 1. 1] 1) 11 2 AWWA C652.86 Sec. 1.3 Record of Compliance The record of compliance shall be the bacteriological test results certifying that the water held in the storage facility is free of coliform bacteria contamination. SECTION 2: CLEANING Sec. 2.1 Other Materials All scaffolding, planks, tools, rags, and any other material not part of the structural or operating facilities of the tank shall be removed. Then the surfaces of the walls, floor, and operating facilities of the storage facility shall be cleaned thoroughly using a high - pressure water jet, sweeping, scrubbing, or equally effective means. All water, dirt, and foreign material accumulated in this cleaning operation shall be discharged from the storage facility or otherwise removed. .AWWA B301— Standard for Liquid Chlorine. tAWWA B300— Standard for Hypochloritcs. Following the cleaning operation, the vent screen, overflow screen, and any other screened openings shall be checked and put in satisfactory condition to prevent birds, insects, and other possible contaminants from entering the facility. Any material to be in the storage facility that could not feasibly be present during the cleaning shall be placed in the storage facility in a clean and neat manner to minimize the introduction of dirt or other foreign material. (An example of this is the placing of a layer of limestone granules on the unpainted bottom of the storage facility to prevent corrosion.) • s7F7577A SECTION 3: FORMS OF CHLORINE FOR DISINFECTION r y�,� The forms of chlorine that may be used in the disinfecting operations are Liquid chlorine, sodium hypochlorite solution, and calcium hypochlorite granules or tablets. Sec. 3.1 Liquid Chlorine* Liquid chlorine contains 100 - percent available chlorine and is packaged in steel containers usually of 100 -1b, 150 -1b, or 1 -ton net chlorine weight. Liquid chlorine shall be used only (I) in combination with appropriate gas -flow chlorinators and ejectors to provide a controlled high- concentration solution feed to the water to be chlorinated; (2) under the direct supervision of a person who is familiar with chlorine's physiological, chemical, and physical properties, and who is trained and equipped to handle any emergency that may arise; and (3) when appropriate safety practices are observed to protect working personnel and the public. Sec. 3.2 Sodium Hypochloritet Sodium hypochlorite is available in liquid form in glass, rubber - lined, or plastic containers typically ranging in size from 1 qt to 5 gal; containers of 30 -gal or larger size may be available in some areas. Sodium hypochlorite contains approximately from 5- percent to 15- percent available chlorine by volume, but care must be used in control of conditions and length of storage to minimize its deterioration. 1 11 li It 1� 11 11 11 1 1.1 11 11 11 11 1 DISINFECTION OF WATER FACILITIES 3 Sec. 3.3 Calcium Hypochlorite* Calcium hypochlorite is available in granular form or in small tablets, and contains approximately 65- percent available chlorine by weight. The material should be stored in a cool, dry, dark environment to minimize its deterioration. =. °= g=__=' SECTION 4: ALTERNATIVE METHODS OF CHLORINATION k:,A:::, iii w,., .,.,:• -d Three methods of chlorination are explained in this standard. Typically, only one method will be used for a given storage - facility disinfection, but combinations of the methods may be used. The three methods are (1) chlorination of the full storage facility such that at the end of the appropriate retention period the waterwill have a free chlorine residual of not less than 10 mg /L, (2) spraying or painting of all storage facility water- contact surfaces with a solution of 200 -mg /L available chlorine, and (3) chlorination of full storage facility with water having a free chlorine residual of 2 mg /L after 24 h.t Sec. 4.1 Chlorination Method 1 The water storage facility shall be filled to the overflow level with potable water to which enough chlorine is added to provide a free chlorine residual in the full facility of not Tess than 10 mg /L at the end of the appropriate 6 - h or 24 - h period, as described in Sec. 4.1.4. The chlorine, either as calcium hypochlorite, sodium hypochlorite, or liquid chlorine, shall be introduced into the water as described hereafter. 4.1.1 Liquid chlorine use. Liquid chlorine shall be introduced into the water filling the storage facility in such a way as to give a uniform chlorine concentration during the entire filling operation. Portable chlorination equipment shall be carefully operated and shall include a liquid - chlorine cylinder, gas -flow chlorinator, chlorine ejector, safety equipment, and an appropriate solution tube to inject the high - concentration chlorine solution into the filling water. The solution tube shall be inserted through an appropriate valve located on the inlet pipe and near the storage facility such that the chlorine solution will mix readily with the inflowing water. 9.1.2 Sodium hypochlorite use. Sodium hypochlorite shall be added to the water entering the storage facility by means of a chemical -feed pump, or shall be applied by hand - pouring into the storage facility and allowing the inflowing water to provide the desired mixing. 4.1.2.1 When a chemical - feed pump is used, the concentrated chlorine solution shall be pumped through an appropriate solution tube so as to inject the high- concentration chlorine solution at a rate that will give a uniform chlorine concentration in the filling water. The solution tube shall be inserted through an appropriate valve located on the inlet pipe and near the storage facility, or through an appropriate valve located on the storage facility such that the chlorine solution will mix readily with the filling water. 4.1.2.2 When the sodium hypochlorite is poured into the storage facility, the filling of the storage facility shall begin immediately thereafter or as soon as any removed manhole covers can be closed. The sodium hypochlorite may be poured through the cleanout or inspection manhole in the lower course or level of the storage facility, or in the riser pipe of an elevated tank, or through the roof manhole. The sodium hypochlorite shall be poured into `AWWA 13300— Standard for Hypochloritcs. For refemince, amounts of chemicals needed to give various chlorine concentrations are given in Appendix A, ' Table A I. 1 1 1 1 1 1� 1� 11 1{ 1 11 1 1 1] 1 11 1 1 1 4 AWWA C652-86 water in the storage facility when such water is not more than 3 ft in depth, nor less than 1 ft in depth or as close thereto as manhole locations permit. 4.1.3 Calcium hypochlorite use. Calcium hypochlorite granules or tablets broken or crushed to sizes not larger than %a -in. maximum dimension may be poured or carried into the storage facility through the cleanout or inspection manhole in the lower course or level of the storage facility, or into the riser pipe of an elevated tank, or through the roof manhole. The granules or tablet particles shall be placed in the storage facility prior to flowing water into it, and they shall be located so that the inflowing water will ensure a current of water circulating through the calcium hypochlorite and dissolving it during the filling operation. The calcium hypochlorite shall be placed only on dry surfaces unless adequate precautions are taken to provide ventilation or protective breathing equipment. 4.1.4 Retention period. After the storage facility has been filled with the disinfecting water, it shall stand full as follows: (1) for a period of not less than 6 h when the water entering the storage facility has been chlorinated uniformly by gas -feed equipment or chemical pump, (2) for a period of not less than 24 h when the storage facility has been filled with water that has been mixed with sodium hypochlorite or calcium hypochlorite within the storage facility as described in Sec. 4.1.2 and Sec. 4.1.3. 4.1.5 Handling of disinfection water. After the retention period stated in Sec. 4.1.4, the free chlorine residual in the storage facility shall be reduced to a concentration appropriate for distribution (not more than 2 mg /L) by completely draining the storage facility and refilling with potable water, or by a combination of additional holding time and blending with potable water having a low chlorine concentration. When an appropriate chlorine concentration is reached, and subject to satisfactory bacteriological testing and acceptable aesthetic quality, such water may be delivered to the distribution system. 4.1.5.1 The environment to which the chlorinated water is to be discharged shall be inspected, and if there is any question whether the chlorinated discharge will cause damage, then a reducing agent shall be applied to the water to be wasted to thoroughly neutralize the chlorine residual in the water. Federal, state, or local environmental regulations may require special provisions or permits prior to disposal of highly chlorinated water. The proper authorities should be contacted prior to disposal of highly chlorinated water. Sec. 4.2 Chlorination Method 2 A solution of 200 -mg /L available chlorine shall be applied directly to the surfaces of all parts of the storage facility that would be in contact with water when the storage facility is full to the overflow elevation. 4.2.1 Method of application. The chlorine solution may be applied with suitable brushes or spray equipment. The solution shall thoroughly coat all surfaces to be treated, including the inlet and outlet piping, and shall be applied to any separate drain piping such that it will have available chlorine of not less than 10 mg /L when filled with water. Overflow piping need not be disinfected. 4.2.2 Retention. The disinfected surfaces shall remain in contact with the strong chlorine solution for at least 30 min, after which potable water shall be admitted, the drain piping shall be purged of the 10 -mg /L chlorinated water, and the storage facility shall then be filled to its overflow level. Following this procedure, and subject to satisfactory bacteriological testing and acceptable aesthetic quality, such water may be delivered to the distribution system. Sec. 4.3 Chlorination Method 3 Water and chlorine shall be added to the storage facility in amounts such that initially the solution will contain 50 -mg /L available chlorine and will fill approximately 5 percent of the total storage volume. This solution shall be held in the storage facility for a period of not less than 6 h. The storage facility shall then be filled to the overflow level by flowing potable 1 1 1 1 1 1 1 1 1 ! 11 1J 11 1! 1 1 11 11 1 1 1 1 DISINFECTION OF WATER FACILITIES 5 water into the highly chlorinated water. It shall be held full for a period of not less than 24 h. All highly chlorinated water shall then be purged from the drain piping. Following this procedure, and subject to satisfactory bacteriological testing and acceptable aesthetic quality, the remaining water may be delivered to the distribution system. 4.3.1 Adding chlorine. Chlorine shall be added to the storage facility by the method described in Sec. 4.1.1, Sec. 4.1.2, or Sec. 4.1.3. The actual volume of the 50 -mg /L chlorine solution shall be such that, after the solution is mixed with filling water and the storage facility is held full for 24 h, there will be a free chlorine residual of not less than 2 mg /L. Sec. 4.4 Bacteriological Sampling and Testing After the chlorination procedure is completed, and before the storage facility is placed in service, water from the full facility shall be sampled and tested for coliform organisms in accordance with the latest edition of Standard Methods for the Examination of Water and Wastewater. The testing method used shall be either the multiple -tube fermentation technique or the membrane - filter technique. 4.4.1 Test for odor. The water in the full facility should also be tested to assure that no offensive odor exists due to chlorine reactions or excess chlorine residual. 4.4.2 Results of testing. If the test for coliform organisms is negative, then the storage facility may be placed in service. If the test shows the presence of coliform bacteria, the situation shall be evaluated by a qualified engineer. In any event, repeat samples shall be taken until two consecutive samples are negative, or the storage facility shall again be subjected to disinfection. 4.4.3 Care in sampling. The samples shall be taken from a sample tap on the outlet piping from the storage facility or from a sample tap connected directly to the storage facility. In either case, the operation shall be such as to ensure that the sample collected is actually from water that has been in the storage facility. 4.4.4 Recommended additional samples. During the disinfection operation and the required sampling of water from the storage facility, it is recommended that samples be taken from water inflowing to the storage facility to determine ifcoliforms are present in the typical potable water source. 1 1 1 11 1 I 1 . 1 1 1 1 1 1 11 11 1) 11 11 11 11 1] 1i 1J APPENDIX A Chlorine Dosages This appendix is for information only and is or a parr of A wtrm C652. Table A.1 Amounts of Chemicals Required to Give Various Chlorine Concentrations in 100000 gal of Water* Calcium Hypochlorite Desired Sodium Hypochloritc Required Required Chlorine Liquid gal lb Concentration Chlorine 5- Percent 10- Percent 15- Percent 65- Percent in Water Required Available Available Available Available mg /L lb Chlorine Chlorine Chlorine Chlorine 2 1.7 3.9 2.0 " 1.3 2 6 10 8.3 19.4 9.9 6.7 12.8 50 42.0 97.0 49.6 33.4 64.0 'Amounts of sodium hypochlorite are based on concentrations of available chlorine by volume. For either sodium hypochlorite or calcium hpochtoritc, extended or improper storage of chemicals may have caused a loss of available chlorine. 6 1 1 *Except for residual chlorine concentration, all amounts are in pounds. APPENDIX B Disposal of Heavily Chlorinated Water This appendix is for information only and is not a part of AWWA C652. Sec. B.1 Disposal of Heavily Chlorinated Water 1. Check with local sewer department for conditions of disposal to sanitary sewer. 2. Chlorine residual of disposed water will be neutralized by treating with one of the chemicals Listed in Table B.1. Table B.1 Amounts of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100 000 gal of Water* Chemical Required Residual 1b Chlorine Sulfur Sodium Sodium Sodium Concentration Dioxide Bisulfate Sulfite Thiosulfate mg /L (S0 (NaHSO (Na (Na • 5H 1 0.8 1.2 1.4 1.2 2 1.7 2.5 2.9 2.4 10 8.3 12.5 14.6 12.0 50 41.7 62.6 73.0 60.0 7 / "..342(e) City of Round Rock CONTRACT CHANGE ORDER NO. /l/ Date: Sheet: , 2 7/3/91 1 of 1 Contract For 1990 Water Tank Rehabilitation Cwner CITY OF IIGJND ROCK, 2 E. Main St., Round Rock, Texas 78664 To Ocev Dana, Corrosion Eliminator (Contractor) You are hereby requested to comply with the following changes from the contract plans and specification: Description of Changes (Supplemental Plans and Specification Attached) DECREASE Contract Price INCREASE Contract Price 3. Dcfluct SCAM Welding @ Barton Hi]] Tank 2. Deduct Concrete Fads @ I;arton Hill Tank 3. Deduct Seam Welding @ Westinghouse Tank 4. Deduct Concrete Pads @ Westinghouse. Tank 5. Deduct Concrcto Pads @ Main Well Site ZUTALS NET CHANGE IN caNrRAC= PRICE. (9284.67) ( 564.60) (9932.50) ( 376.40) ( 941.00) (21.(149_371 (21,099,37) JUSTIFICATION: Final contract quantity adjustments.. • The amount of the Contract before this Change Order One hundred ninety seven thousand four hundred twenty & is p�pp /] 011ars($ 197,420.00 The amount of the Contract will (Decreased) (xtiacarssed) By The Sum of 4wanty one thousand ninety -rrino & 37/100 0011ars($ 21,099.37 The Contract Total Including the Change Order Will Be: One hundred seventy six'tiwusarrd three hundred twenty & 63 1;/ 6. 320.63 ' ) / 15ollars ( The Contract Period Provided for Ccrpletion Will Be 0 Days . 61 L 1) 66eacease) (Unchanged) and all provisions will apply 7/3/9] . This docwcent: will became a supplement to the contract hereto. Dew • -• Cgrrosign L1' 'ttor 0 Date ii.,,NIFT---- • / 4•[ / Contractor / Da.: L ' 11 . o ,Po .. ,maxi x9 City, of Round Rock" • er to